Full Text
PROPOSAL CONTRACT DOCUMENTS SPECIFICATIONS for CORTLAND COUNTY AIRPORT (N03) CHASE FIELD CORTLAND, NEW YORK JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES FEBRUARY, 2018 NYSDOT P.I.N. 3903.08 MJ PROJECT NO. 17807.06 CONSTRUCTION BID SET DOCUMENTS Prepared By: Metrocenter, 49 Court Street P.O. Box 1980 Binghamton, NY 13902 Phone: (607) 723-9421 Fax: (607) 723-4979 www.mjinc.com ---PAGE BREAK--- This Page Left Intentionally Blank ---PAGE BREAK--- CONTENTS JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES Section Description TOC - 1 MJ/17807.06 A Invitation to Bid B Instructions to Bidders C Bid Proposal: Proposal Checklist Proposal Form Proposal Unit Bid Sheets Proposal Bond Surety’s Bond Affidavit Equal Employment Opportunity Report Statement Certification of Non-Segregated Facilities Contractor’s Certification of Eligibility Bidder’s Qualifications Subcontractors and Suppliers Non-Collusive Bidding Certification D Award of Contract and Execution of Contract Bonds E Contract F Special Provision - Insurance Requirements ---PAGE BREAK--- CONTENTS JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES Section Description TOC - 2 MJ/17807.06 10 Definition of Terms 20 Proposal Requirements and Conditions 20-01 Advertisement 20-02 Competency and Responsibility of Bidders 20-03 Contents of Proposal Forms 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 Irregular Proposals 20-09 Proposal Guaranty 20-10 Delivery of Proposal 20-11 Withdrawal or Revision of Proposals 20-12 Public Opening of Proposals 20-13 Disqualification of Bidders 20-14 Material Guarantee 20-15 Requirements for Corporation, Firm, Partnership, or Individual from Different States 20-16 State and Federal Participation 20-17 Wage Rates 20-18 Sales Tax Exemption 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 Guaranty 30-05 Requirements of Contract Bonds 30-06 Execution of Contract 30-07 Approval of Contract 30-08 Failure to Execute Contract 40 Scope of Work 40-01 Intent of Contract 40-02 Alteration of Work and Quantities 40-03 Unexpected Subsurface Conditions 40-04 Omitted Items 40-05 Extra Work 40-06 Maintenance of Traffic 40-07 Removal of Existing Structures ---PAGE BREAK--- CONTENTS JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES Section Description TOC - 3 MJ/17807.06 40-08 Rights In and Use of Materials Found in the Work 40-09 Final Cleaning Up 40-10 Debris 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 50-17 Cost Reduction Incentive 50-18 Haul Roads and Haul Routes 50-19 Correction of Work after Final Payment 50-20 Warranty and Guarantee 50-21 Shop and Setting Drawings 50-22 Electrical Shop Drawings 50-23 Shop Drawing Approval Procedure 50-24 Removal of Water 50-25 Sheeting and Bracing 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 and Laboratory 60-06 Storage of Materials 60-07 Unacceptable Materials 60-08 Owner Furnished Materials ---PAGE BREAK--- CONTENTS JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES Section Description TOC - 4 MJ/17807.06 70 Legal Relations and Responsibility to Public 70-01 Laws to be Observed 70-02 Permits, Licenses, and Taxes 70-03 Patented Devices, Materials, and Processes 70-04 Restoration of Surfaces Disturbed by Others 70-05 Federal Aid Participation 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 Archeological and Historical Findings 80 Prosecution and Progress 80-01 Subletting of Contract 80-02 Notice to Proceed 80-03 Prosecution and Progress 80-04 Limitation of Operations 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 General Airport Operating Requirements 80-12 Specific Airport Operating Requirements 80-13 Night Work 80-14 Occupancy Areas 80-15 Safety on Airports During Construction Activity 90 Measurement and Payment 90-01 Measurement of Quantities ---PAGE BREAK--- CONTENTS JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES Section Description TOC - 5 MJ/17807.06 90-02 Scope of Payment 90-03 Compensation for Altered Quantities 90-04 Payment for Omitted Items 90-05 Payment for Extra and Force Account Work 90-06 Partial Payments 90-07 Payment for Materials on Hand 90-08 Payment of Withheld Funds 90-09 Acceptance and Final Payment 90-10 Guaranty 90-11 Security for Guarantee 90-12 Lien Law TECHNICAL SPECIFICATIONS: Item S-699 Mobilization Item S-619 Work Zone Traffic Control Item S-625 Surveying Operations Item 203 Excavation and Embankment Item 209 Silt Fence Item 304.15 Subbase Course – Optional Type Item 402 Asphalt Concrete Item 407 Bituminous Tack Coat Item 501 Concrete Slab Item S-520 Saw Cutting Asphalt Concrete Item S-609 Concrete Curb Item 705 Joint Sealants for Pavements Item 737 Geotextile Stabilization Fabric Item T-100 Fuel Tank and Dispensing Systems Item L-100 Lighting and Electrical Work Item L-108 Electrical Cable Item L-110 Electrical Conduits Item M-100 Fuel Tank Site Items Item P-620 Runway and Taxiway Painting APPENDIX A: New York State Prevailing Wage Rates APPENDIX B: FAA AC No. 150/5370-2G Operational Safety on Airports During Construction APPENDIX C: Geotechnical Report ---PAGE BREAK--- INVITATION TO BID A-1 MJ/17807.06 NOTICE IS HEREBY GIVEN, that sealed bid Proposals are sought and requested for performance of a contract, according to specifications, to be let by the County of Cortland, New York for the Cortland County Airport – Chase Field as follows: JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES The project includes but is not limited to: Base Bid: Installation of a new 10,000 gallon above-ground Jet-A fuel tank on a structural concrete slab, concrete containment system, fuel pumps, 24-hour credit card payment system, replacement of the existing 100LL pump head on the existing 100LL aircraft fuel island, all electrical, communications, lighting and manpower and equipment required to create a fully functional system. Add-Alternate No. 01 All work included in the Base Bid, but installation of a new 12,000 gallon above-ground Jet-A fuel tank. Separate, sealed bid Proposals for the above Project at the Cortland County Airport – Chase Field (N03) in Cortland, New York will be received by the County of Cortland at the offices of the Cortland County Highway Department, 4267 Traction Drive Cortland, New York 13045 until 2:00 pm. local time on Monday, March 5th, 2018. The bid Proposals will be publicly opened by the County of Cortland, in the Conference Room at the Cortland County Highway Department and read at 2:00 p.m. local time on the same date. Sets of the Contract Documents and Bid Forms will be available beginning Monday, February 12th, 2018. Contractors may sign up for plans and download them directly from the internet at no cost on Cortland County’s web site by visiting under the project name “Cortland County Airport Jet-A Fuel Tank & 100LL Fuel System Upgrades”. The Bidders are responsible for checking the above website for all project updates including all Addenda. Questions pertaining to the technical specifications and all other inquiries shall be directed to: Jim Dolan, McFarland Johnson, Inc., [PHONE REDACTED] x347. Bidders must supply all the information required by the proposal forms. A pre-bid conference will be held in the Cortland County Hangar at Cortland County Airport – Chase Field on Tuesday, February 20, 2018 at 10:00 a.m. Attendance by prospective bidders is strongly recommended. ---PAGE BREAK--- INVITATION TO BID A-2 MJ/17807.06 A Cashier’s Check, drawn upon a state or national bank, or a Proposal Bond with a Surety’s Bond Affidavit, in the penal sum of five percent of the total maximum bid price will be required with each bid Proposal. The proposed contract is subject to New York State Executive Law Article 15-A, Section 315. As such, the minimum requirements for Minority Business Enterprise (MBE) and Women-Owned Business Enterprise (WBE) participation, expressed in percentage terms for the contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows: Minimum Minority Business Enterprise (MBE) participation for each trade: 0.0% Minimum Women-Owned Business Enterprise (WBE) participation for each trade: 0.0% While requirements may be zero, bidders are still encouraged to maximize the use of M/WBE firms. All bid Proposals are to be delivered to the County of Cortland with the following information clearly labeled on the outside of an opaque, sealed envelope: project number, location of airport and name and business address of the bidder. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. The County of Cortland reserves the right to reject any and all bid Proposals and to waive any informality in bid Proposals received. END OF SECTION A ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS B-1 MJ/17807.06 GENERAL This project is to be financed in part by a grant from the New York State Department of Transportation (NYSDOT), Aviation Capital Grant Program. Award of Contract is subject to the approval of the New York Department of Transportation, and the County of Cortland. Non-Discrimination and Segregated Facilities: Bidders must comply with the President's Executive Order No. 11246, which prohibits discrimination in employment regarding race, creed, color, sex, or national origin. Each Bidder shall complete, sign, and include in his bid Proposal the Equal Employment Opportunity Report Statement and Certification of Non-Segregated Facilities. When a determination has been made to award a Contract to a specific contractor, such contractor shall, prior to award, furnish such other pertinent information regarding his own employment policies and practices, as well as those of his proposed subcontractors as the Sponsor, or the Secretary of Labor may require. All such information required of a subcontractor shall be furnished by the Contractor. The Equal Employment Opportunity Report Statement, Certification of Non- Segregated Facilities, and all other EEO Requirements shall be included in all non-exempt subcontracts entered into by the Contractor. Subcontracts entered into by Contractor shall also include all other applicable labor provisions. No subcontract shall be awarded to a non-complying subcontractor. In addition, the Contractor will also insert in each of his subcontracts a clause requiring the subcontractor to include these provisions in any lower tier subcontracts which they may enter into, together with the clause requiring this insertion in any further subcontracts that may in turn be made. Compliance with Law: Bidders must comply with Title VI of the Civil Rights Act of 1964, the New York State Department of Labor Prevailing Wages, the Anti-Kickback Act, and the Contract Work Hours Standard Act. The Contractor covenants and agrees that he and his agents and employees will comply with all municipal, state and federal laws, applicable national and local codes, and Cortland County Airport – Chase Fiel and County of Cortland, New York rules and regulations applicable to the work to be conducted under this Agreement. Bidder certifies that all material, equipment, etc., contained in his bid Proposal meets all O.S.H.A. requirements. General Proposal Bond Requirement(s): The bid security shall be as specified - only the Proposal Bond and Surety's Bond Affidavit as bound within these documents or a Cashier's Check is ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS B-2 MJ/17807.06 acceptable. Each separate Proposal shall be accompanied by a Cashier's Check or Proposal Bond on the form provided herein in the amount of five percent of the total amount bid, made payable to the Owner. If a Proposal Bond is provided in lieu of a Cashier's Check, it must be accompanied by a Surety’s Bond Affidavit indicating that the person signing the bond on behalf of the Surety has full legal authority to do so. Contract Payment and Performance Bonds shall be as specified in Section 30- 05, and must be accompanied by a Surety’s Bond Affidavit indicating that the person signing the bond on behalf of the Surety has full legal authority to do so. Insurance Requirements Insurance Requirements shall be as specified in Section F, herein. EXAMINATION OF CONDITIONS AFFECTING WORK A. Prior to submitting a Proposal, each bidder shall examine and thoroughly familiarize himself with all existing conditions, including all applicable laws, codes, ordinances, rules, and regulations that will affect his work. Bidders shall visit the site, examine the grounds and all existing buildings, utilities, and roads, and shall ascertain all conditions that will in any manner affect work. Bidders shall ask the Engineer, in writing, for any additional information deemed necessary for them to be fully informed as to exactly what is to be expected prior to submitting a Proposal. B. When boring data and/or subsurface utility data is/are provided in the Contract Documents, neither its accuracy nor its completeness is guaranteed; the Contractor shall assume the responsibility for any conclusions he may draw from such data. He may employ his own consultants to obtain information and analyze available information and shall be responsible for any conclusions drawn from that information. INTERPRETATIONS Each Bidder shall carefully examine the plans and the Contract Documents and all Addenda or other revisions and thoroughly familiarize himself with the detailed requirements prior to submitting a Proposal. Should a Bidder find discrepancies or ambiguities in, or omission from, the Contract Documents, or should he be in doubt as to their meaning, he shall at once, and in any event, not later than seven days prior to submission of Proposal, notify the Engineer in writing who will send written Addenda to all Bidders where necessary. Bidders shall not be entitled to rely upon any oral instructions or interpretations by the Engineer. All Addenda sent to Bidders will become a part of the Contract Documents. All inquiries shall be directed to McFarland-Johnson, Inc. – Jim Dolan at (585) 905-0970, extension 347. SUBSTITUTIONS A. The materials, products, and equipment described in the Contract Documents establish a standard of required function, dimension, appearance, and quality to be met by any proposed substitutions. ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS B-3 MJ/17807.06 B. No substitutions will be considered prior to submission of Proposal unless written request for approval has been submitted in the proper format not less than seven days prior to the submission of Proposal. The burden of proof of the merit of the proposed substitution is upon the Bidder. The Engineer's final decision of Approval or Disapproval of a proposed substitution is final. C. In making requests for substitutions, the Bidder shall list the particular system, product, or material he wishes to substitute, and the justification for such a request. Requests submitted shall include any and all adjustments of that and any other work affected thereby. D. If the Engineer approves any proposed substitution prior to the submission of Proposal, such approval will be set forth in an Addenda. Bidders shall not rely on approvals made in any other manner. E. No substitutions will be considered after the submission of Proposal except as specifically provided for in the Contract Documents. ADDENDA It is the sole responsibility of the Prospective Bidders to obtain all Addenda issued by the Engineer for the project. All Addenda to the bid documents will be posted on the following website: Under the Project Name: “Cortland County Airport Jet-A Fuel Tank & 100LL Fuel System Upgrades” It is the responsibility of the Bidder to check the above website for all project Addenda. The final date for Engineer to post Addenda to the website will be three working days prior to the bid opening date. CONTRACT DOCUMENTS A. Complete sets of the Contract Documents can be obtained from the issuing office designated in the "Invitation to Bid" for the refundable sum stated therein, or from the Cortland County web site at under the project name “Cortland County Airport Jet-A Fuel Tank & 100LL Fuel System Upgrades”. B. Bidders are expected to use complete sets of Contract Documents in preparing bid Proposals; neither the Owner nor the Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS B-4 MJ/17807.06 ISSUANCE OF PROPOSAL FORMS The Owner reserves the right to refuse to issue a Bid Package and Proposal Form to a prospective Bidder, should such Bidder be determined by the Owner to be non-responsible. Among the criteria which the Owner may use in making such determination are the following: A. Failure to comply with any pre-qualification requirements of the Owner, including failure to supply such information as the Owner may require in evaluating the qualifications of the Bidders or failure to supply the Owner with such documents or information as the Owner may request to assist the Owner in evaluating the responsibility and qualifications of prospective Bidders. B. Past performance of the Bidder or any affiliated or related entity. C. Failure of the Bidder or any affiliated or related entity to pay or satisfactorily settle all bills for labor and material on any former contract with the Owner. D. The outstanding obligations of the Bidder, whether previously assumed or to be assumed in the future. E. Unsatisfactory, defective, or non-conforming work on any previous contract with the Owner by the Bidder or any affiliated or related entity. F. The present relationship between the Owner and the Bidder (or any affiliated or related entity) including the existence of any unresolved disputes arising out of past projects. The issuance of a Bid Package and Proposal Form to a particular Bidder shall not prevent or preclude the Owner from determining at a later date that a particular Bidder or entity is non- responsible or otherwise not qualified. The Owner at all times reserves the right to refrain from issuing a Bid Package or awarding this Contract to a non-responsible entity or to any affiliated or related entity, or such Owner, as well as any successor, assignee, transferee, or majority interest holder of any non-responsible entity. BIDDER'S QUALIFICATIONS The Owner reserves the right to investigate and determine the responsibility and qualifications of the Bidders before and after bid Proposals are received. Owner shall not award Contract to any Bidder determined by Owner to be non-responsible. Among the criteria which Owner may use in making such determination are the following: A. Failure to comply with any qualification requirements of the Owner, including failure to supply such accurate information as the Owner may require in evaluating the qualifications of Bidders or failure to supply the Owner with such documents or information as the Owner may request to assist the Owner in evaluating the responsibility and qualifications of prospective Bidders. B. Past performance of the Bidder, one or more of the listed Subcontractors, or any affiliated or related entity. ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS B-5 MJ/17807.06 C. Failure of Bidders or any affiliated or related entity to pay or satisfactorily settle all bills for labor and materials on any former contract with the Owner. D. The outstanding obligations of the Bidder, whether previously assumed or to be assumed in the future. E. Unsatisfactory, defective, or non-conforming work on any previous contract with the Owner by the Bidder, one or more of the listed subcontractors, or any affiliated or related entity. F. The present relationship between the Owner and the Bidder (or any affiliated or related entity), including the existence of any unresolved disputes arising out of past projects. G. The financial condition of the Bidder. H. Experience of the Bidder and/or his listed Subcontractors in performing work of this nature. PREPARATION AND SUBMISSION OF PROPOSAL A. Sealed Proposals for the construction of the Project generally described will be received until the time and date stated in the "Invitation to Bid." B. The Proposal shall be on the "Proposal Form" provided; no other form is acceptable. C. Due to the allocation of funds, successful Bidders will be required to provide verified breakdown of costs of work in a manner acceptable to the Engineer and Owner. D. Each Bidder shall present his Proposal in a sealed opaque envelope. The outside of the envelope shall be labeled as described within the “Invitation to Bid”. The envelope shall contain the signed original (as applicable by document) and one complete copy of all items listed on the “Proposal Checklist”. E. The Bidder must submit his Proposal on the forms furnished by the Owner. All blank spaces in the Proposal forms must be correctly filled in where indicated, and the Bidder must state the price(s) (written in ink) both in words and numerals. The words, unless obviously incorrect, will govern. F. Proposals shall be submitted as indicated in the "Proposal Form" and shall be signed in ink by an official of the firm submitting the Proposal. G. Erasures or other changes in a Proposal shall be explained or noted over the signature of the Bidder. H. Proposals containing reservations, conditions, omissions, unexplained erasures or alterations, items not required in the bid, or irregularities of any kind may be rejected by the Owner. ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS B-6 MJ/17807.06 I. Each Proposal shall indicate the full business name and address of the Bidder and shall be signed by him with his usual signature. J. A Proposal submitted by a partnership shall list the names of all partners and shall be signed in the partnership name by one of the members of the partnership. K. A Proposal submitted by a corporation shall be executed in the legal name of the corporation and signed by the President or Vice President. The name or each person signing the Proposal shall be typed or printed below the signature. L. When requested by the Owner, a Power of Attorney or other satisfactory evidence of the authority of the officer signing in behalf of the corporation shall be furnished for the Owner's records. M. The Proposal must be accompanied by a Proposal Bond and Surety's Bond Affidavit executed on the forms provided, or a Cashier's Check payable to the Owner in an amount equal to but not less than five percent of the bid. If a Bidder withdraws its Proposal within 60 days from the date on which bid Proposals are opened, or if a Bidder is awarded the Contract but fails, refuses, or neglects to execute the Contract or to furnish acceptable Insurance Documents and the required Certificates of Insurance, Payment and Performance Bonds within 15 days after receipt of written Notice of Award, then the amount of this Bond or check shall be paid to, or retained by, the Owner as liquidated damages. N. When sent by mail, the sealed Proposal marked as indicated in the "Invitation to Bid" shall be enclosed in an additional envelope and sent by registered mail with return receipt requested. No Proposal will be considered unless received on or before the time and at the place designated in the "Invitation to Bid." The Owner will in no way be responsible for delays caused by the U.S. Postal Service or any other deliverer of the Proposal, or for delay caused by any other occurrence. O. The Bidder must supply all information list on the “Proposal Checklist”. The general contractor for this project shall perform fifty percent (50%) or more of the work with his own forces. MODIFICATIONS AND/OR WITHDRAWAL OF PROPOSALS A. A Bidder may withdraw or refuse (by withdrawal of one Proposal and submission of another) a Proposal, provided that Bidder's Request for Withdrawal is received by the Owner in writing before the time specified for opening bid Proposals. Revised Proposals must be received at the place specified in the advertisement before the time specified for opening all bid Proposals. Modifications shall not reveal original amount of bids. Proposal Bonds must reflect modifications. B. Negligence on the part of the Bidder in the preparation of his Proposal shall not be grounds for modification or withdrawal of the Proposal after the time set for bid Proposal opening. ---PAGE BREAK--- INSTRUCTIONS TO BIDDERS B-7 MJ/17807.06 REJECTION OF PROPOSALS A. Proposals containing any omission, alteration of form, additions or conditions not called for, conditional or alternate bids unless called for, incomplete bids, or Proposals otherwise regular which are not accompanied by a Cashier's Check or Proposal Bond will be considered irregular and may be rejected. B. The Owner reserves the right to reject any or all bid Proposals, to waive any formalities, technicalities, or irregularities therein, to award or refrain from awarding a contract for work, and to readvertise for bid Proposals. C. Proposals may be considered irregular for the following reasons: 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. If there are unauthorized additions, conditional or alternative pay items, or irregularities of any kind which made the Proposal incomplete, indefinite, or otherwise ambiguous. 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. If the Proposal contains unit prices that are obviously unbalanced. If the Proposal is not accompanied by the Proposal Bond with Surety’s Bond Affidavit, or Cashier’s Check, as specified by the Owner. If Bidder's qualifications are not submitted as required. END OF SECTION B ---PAGE BREAK--- PROPOSAL FORM C-1 MJ/17807.06 PROPOSAL For All the Work Included in: Cortland County Airport Jet-A Fuel Farm & 100LL Fuel System Upgrades For the General Contract Construction at: CORTLAND COUNTY AIRPORT – CHASE FIELD CORTLAND, NY NYSDOT P.I.N. 3903.08 Name of Bidder: Date: ---PAGE BREAK--- C-2 MJ/17807.06 PROPOSAL CHECKLIST The following material must be submitted by all bidders: 1. The envelope shall contain the signed original (as applicable by document) and one complete copy of: This Proposal Checklist Proposal Form Proposal Lump Sum Bid Sheets Proposal Bond (or Cashier's Check) Surety's Bond Affidavit on Form Provided Equal Employment Opportunity Report Statement Certification of Non-Segregated Facilities Contractor’s Certification of Eligibility Bidder's Qualifications List of Subcontractors and Suppliers Non-Collusive Bidding Certification 2. Equal Employment Opportunity Information: List of current employment by occupation, total, and minority Copy of the bidder’s Equal Employment Opportunity Policy Statement Identification of the Contractor’s Equal Employment Opportunity representative and construction superintendent (name, address, and telephone number) List of previous federal or federally assisted contracts in the past two years Identification of the subcontractors who will perform over $10,000 of work under the contract and their Equal Employment Opportunity Statement ---PAGE BREAK--- PROPOSAL FORM C-3 MJ/17807.06 TO: COUNTY OF CORTLAND OWNER 60 CENTRAL AVENUE CORTLAND, NEW YORK 13045 FROM: BIDDER (Municipality) (State) (Zip) DATE: PHONE No.: JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES 1. The undersigned, as Bidder, does hereby declare that, having familiarized himself with the local conditions affecting the cost of the work, the Contract Documents, including the "Invitation to Bid", the Specifications and Drawings, and other related Contract Documents prepared by McFarland-Johnson, Inc. and titled: Airport Name: Cortland County Airport – Chase Field Project Description: JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES NYSDOT P.I.N. 3903.08 Dated: February, 2018 together with all Addenda to such Contract Documents as listed herein (Paragraph 12), hereby proposes to furnish all materials and perform all work required in strict accordance with the provisions of documents noted above for the consideration of prices quoted in the "Lump Sum Bid Sheets" titled the same as written above, attached hereto and incorporated by reference. The undersigned understands that the estimated quantities shown in the "Lump Sum Bid Sheets" are approximate only, are intended principally to service as a guide in evaluating proposals, and are subject to either increase or decrease. 2. The undersigned affirms that in making such bid Proposal, neither the bidder nor any company that the bidder may represent, nor anyone in behalf of the bidder or the bidder’s company, directly or indirectly, has entered into any combination, collusion, undertaking, or agreement with any other Bidder or Bidders to maintain the process of said work, or any compact to prevent any other Bidder or Bidders from bidding on said Contract of Work, and further affirms that such bid Proposal is made without regard or reference to any other Bidder or Proposal and without any agreement or understanding or combination, either directly or indirectly, with any other person or persons with reference to such bidding in any way or manner whatsoever. ---PAGE BREAK--- PROPOSAL FORM C-4 MJ/17807.06 3. The undersigned, when notified of the acceptance of this Proposal, does hereby agree to enter into a construction contract with the Owner, within 15 calendar days from the date the contract is received, for the execution of the Work described in the period of time, and the undersigned shall give the required Certificates of Insurance, Performance Bond, and Payment Bond, with good and sufficient Surety. 4. The undersigned further agrees that if awarded the Contract, the undersigned will commence the Work within 10 calendar days after the date of Notice to Proceed, and that the undersigned will complete the entire project, including cleanup, in the time period identified in Paragraph 2 of the Contract. A construction schedule will be provided to the Owner by the undersigned within 10 calendar days from the date of Notice to Proceed and shall be in accordance with the provisions of Contract Documents. Should the undersigned fail to complete the Work specified in the time(s) specified in the Contract and the Contract Documents, the Owner may retain the sum, as specified in the Contract, for each calendar day that the Work remains incomplete beyond this time limit, which sum shall represent the actual damages which the Owner will have sustained per day by failure of the undersigned to complete the work within the time stipulated. This sum is not a penalty, instead being the stipulated damages the Owner will have sustained in the event of such default by the undersigned. 5. In submitting this bid Proposal, it is understood that the right is reserved by the Owner to waive informalities, technicalities, and irregularities and to reject all bid Proposals. It is agreed that this bid Proposal may not be withdrawn for a period of 90 days after the opening thereof. 6. The undersigned attaches hereto a Cashier's Check or Proposal Bond (with Surety’s Bond Affidavit) in the sum of ) payable to the COUNTY OF CORTLAND, as required in the "Invitation to Bid" (five of the total maximum bid amount), and the undersigned agrees that in case of failure to fulfill the obligations under the foregoing bid Proposal and Contract, the Owner may, at its option, determine that the undersigned has abandoned the rights and interest in such bid Proposal and that the Cashier's Check or Proposal Bond accompanying the bid Proposal has been forfeited to the COUNTY OF CORTLAND as liquidated damages. Otherwise, the Cashier's Check or Proposal Bond shall be returned to the undersigned upon the execution of the Contract and the acceptance of the bonds and insurance, or upon rejection of the bid Proposal. 7. The undersigned affirms that all items listed on the “Proposal Checklist” have been completed, signed, and included in the submitted Proposal. A bid Proposal may be considered unresponsive and may be rejected if it fails to include these fully executed statements or if Bidder fails to furnish required data. When a determination has been made to award a Contract to a specified Contractor, such Contractor shall, prior to award, furnish such other pertinent information and assurances regarding his own employment policies and practices, as well as those of his proposed subcontractors, as the Owner, Federal Aviation Administration, the Secretary of Labor, or the Office of Federal Contract Compliance (OFC) may require. ---PAGE BREAK--- PROPOSAL FORM C-5 MJ/17807.06 The Bidder shall furnish similar statements executed by each of his first-tier and second- tier subcontractors whose contracts equal $10,000 or more and shall obtain similar documentation of compliance by such subcontractors before awarding such subcontracts. No subcontract shall be awarded to any subcontractor who does not comply with the aforementioned requirements. 8. It is understood and agreed that all workmanship and materials under all Items of Work are guaranteed for one year from the date of Final Acceptance, unless otherwise specified within the Contract Documents. 9. The undersigned affirms that all of the blank spaces in the "Lump Sum Bid Sheets" have been completed with an amount in words and numbers and agrees that where a discrepancy occurs between the prices quoted in words and/or in numbers, the figure quoted in words shall take precedence and govern when determining costs or Award of Contract. 10. The undersigned agrees that the Contract sum shall be decreased or increased where planned quantities shown on the Drawings are decreased or increased, and that such increase or decrease shall be determined by use of the applicable unit price shown on the unit price "Proposal Unit Bid Sheets." 11. As part of the Contract, the Contractor further understands and agrees to the following additional conditions: A. This Contract shall be deemed executory only to the extent that monies are appropriated and available for the purpose of the Contract, and no liability on account thereof shall be incurred by the Owner beyond the amount of such monies. It is understood that neither this Contract nor any representation by any public employee or officer creates any legal or moral obligation to request, appropriate, or make available monies for the purpose of the contract. 12. The undersigned acknowledges receipt of the following Addenda: Addendum # Date 13. The legal status of the undersigned is: (The Bidder shall complete appropriate from B, or C) and strike out the other two.) A. A Corporation duly organized and doing business under the laws of the State of New York, for Whom , bearing official title of , and whose signature is affixed to this bid Proposal, is duly authorized to execute Contracts. ---PAGE BREAK--- PROPOSAL FORM C-6 MJ/17807.06 If Foreign Corporation (Non-New York): date of qualification , (State) . Name and address of Process Agent: (Name) (Address) B. A partnership, all of the members of which, with addresses, are: (Designate general partners as such.) If all partners are non-resident of New York: Designate name and address of Agent for service of process located in New York. (Name) (Address) C. An individual, whose signature is affixed to this bid Proposal. If non-resident of New York, Resident Agent for the service of process must be designated: (Name) ---PAGE BREAK--- PROPOSAL FORM C-7 MJ/17807.06 The Proposal and attached Proposal Lump Sum Bid Sheets are hereby respectfully submitted by: CONTRACTOR BY TITLE BUSINESS ADDRESS The following affidavit must be executed in order for your Proposal to be considered: STATE OF COUNTY OF of lawful age, deposes and says: That the above-named executed the accompanying Proposal on behalf of the Contractor therein named, and that the above-named had lawful authority so to do, and said Contractor has not, directly or indirectly, entered into any Agreement, expressed or implied, with any Contractor or Contractors, having for its object the controlling of the price or amount of such Proposal or any Proposals, the limiting of the Proposal of Contractors, the parceling or farming out to any Contractor or Contractors, to other persons of any part of the profits thereof, and that the above- named has not and will not divulge the sealed Proposal to any person whomsoever, except those having a partnership or other financial interest with the above-named in said Proposal or Proposals, until after the sealed Proposal or Proposals are opened. Signed: Subscribed and sworn to before me this day of 20__. My Commission Expires: Notary Public ---PAGE BREAK--- PROPOSAL FORM C-8 MJ/17807.06 Lump Sum Bid Sheet BASE BID Item Unit Unit Price Item T-100-5.1:“JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES” 1 Lump Sum (Includes 10,000 Gallon Jet-A Fuel Tank) Lump Sum Bid Price in Words: Item S-699 “Mobilization” 1 Lump Sum Lump Sum Bid Price in Total Base Bid Contract Price Total Base Bid Contract Price in ADD-ALTERNATE No. 01 Item Unit Unit Price Item T-100-5.1A: 12,000 Gallon Jet-A Fuel Tank: 1 Lump Sum (Replaces 10,000 Gallon Jet-A Fuel Tank in Base Bid) Lump Sum Price in Total Add-Alternate No. 01 Bid Contract Price Total Add-Alternate No. 01 Contract Price in Total Base Bid + Add-Alternate No. 01 Bid Contract Price Total Base Bid + Add-Alternate No. 01 Contract Price in ---PAGE BREAK--- PROPOSAL FORM C-9 MJ/17807.06 PROPOSAL BOND (Not to be filled in if a Cashier's Check is submitted) KNOW ALL MEN BY THESE PRESENTS That the undersigned Bidder, , as Principal, and , as Surety, are held and firmly bound unto the COUNTY OF CORTLAND, in the sum of dollars ) for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns. THE CONDITION OF THIS OBLIGATION is such that if Principal: 1.Does not withdraw the attached Proposal of dollars ) for the JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES at The Cortland County Airport – Chase Field for a period of ninety (90) days after the date on which the bid Proposals are opened; and 2. Enters into the written Contract and furnishes the required Certificates of Insurance, Payment and Performance Bonds, with Surety or Sureties acceptable to the COUNTY OF CORTLAND, within fifteen (15) days after Notice that the said Proposal is accepted, then this obligation shall be void; otherwise the same shall be in full force and the full amount of this Proposal. Bond shall be paid to the COUNTY OF CORTLAND as stipulated herein as liquidated damages. Signed this day of , (PRINCIPAL MUST INDICATE WHETHER CORPORATION, PARTNERSHIP COMPANY, OR INDIVIDUAL) Principal THE PERSON SIGNING FOR THE PRINCIPAL SHALL, IN HIS/HER OWN HANDWRITING, SIGN THE PRINCIPAL'S NAME, HIS/HER OWN NAME, AND HIS/HER TITLE. WHERE THE PERSON SIGNING FOR A BY: CORPORATION IS OTHER THAN THE PRESIDENT OR VICE PRESIDENT, HE/SHE MUST FURNISH A CORPORATE RESOLUTION SHOWING HIS/HER AUTHORITY TO BIND THE CORPORATION. (Affix Surety's Corporate Seal) Surety ---PAGE BREAK--- PROPOSAL FORM C-10 MJ/17807.06 SURETY'S BOND AFFIDAVIT STATE OF ) COUNTY OF ) BEFORE ME, THE UNDERSIGNED AUTHORITY, PERSONALLY APPEARED WHO, BEING DULY SWORN, DEPOSES AND SAYS THAT THE UNDERSIGNED IS A DULY AUTHORIZED (RESIDENT) (NON- RESIDENT) INSURANCE AGENT, PROPERLY LICENSED UNDER THE LAWS OF THE STATE OF , OF , A COMPANY AUTHORIZED TO MAKE CORPORATE SURETY BONDS UNDER THE LAWS OF THE NEW YORK SAID FURTHER CERTIFIES THAT AS ATTORNEY-IN-FACT FOR THE SAID , HE/SHE HAS SIGNED THE ATTACHED BOND IN THE SUM OF DOLLARS (U.S. $ ) ON BEHALF OF FOR COUNTY OF CORTLAND COVERING PROJECT – JET-A FUEL FARM & 100LL FUEL SYSTEM IMPROVEMENTS COUNTERSIGNED: NEWYORK RESIDENT AGENT AGENT AND ATTORNEY-IN-FACT ACKNOWLEDGEMENT FOR ATTORNEY-IN-FACT SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY OF , NOTARY PUBLIC, STATE OF MY COMMISSION EXPIRES ---PAGE BREAK--- PROPOSAL FORM C-11 MJ/17807.06 EQUAL EMPLOYMENT OPPORTUNITY REPORT STATEMENT as required by 41 CFR 60-1.7(b) The Bidder (Proposer) shall complete the following statement by checking the appropriate boxes. Failure to complete these blanks may be grounds for rejection of bid Proposal. 1. The Bidder (Proposer) has ( ) has not ( ) developed and has on file at each establishment Affirmative Action Programs pursuant to 41 CFR 60-1.4 and 41 CFR 60-2. 2. The Bidder (Proposer) has ( ) has not ( ) participated in any previous Contract or Subcontract subject to the Equal Opportunity Clause (see Section 120-04) prescribed by Executive Order 11246, as amended. 3. The Bidder (Proposer) has ( ) has not ( ) filed with the Joint Reporting Committee the Annual Compliance Report on Standard Form 100 (EEO-1 Report). 4. The Bidder (Proposer) does ( ) has not ( ) employ fifty (50) or more employees. (Name of Bidder) By: Signature * Title: Date: *Must be same signature on bid Proposal. ---PAGE BREAK--- PROPOSAL FORM C-12 MJ/17807.06 CERTIFICATION OF NON-SEGREGATED FACILITIES The state-assisted construction contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The state-assisted construction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The state-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause (see Section G-4) 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, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit 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 state-assisted construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it 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 (see Section G-4) and that it will retain such certifications in his files. Signature of Contractor Title Name of Bidder ---PAGE BREAK--- PROPOSAL FORM C-13 MJ/17807.06 CONTRACTOR'S CERTIFICATION OF ELIGIBILITY The bidder certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this bid Proposal that it will include this clause without modification in all lower tier transactions, solicitations, bids, proposals, contracts, and subcontracts. Where the bidder/offer/contractor, or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. That, the information above is true and complete to the best of my knowledge. Name and Title (please print) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. ---PAGE BREAK--- C-14 MJ/17807.06 BIDDER’S QUALIFICATIONS (Bidders must fully respond to all items) Each Bidder shall furnish with his bid Proposal the following completed and signed statement pertaining to the Bidder's competency and responsibility. In addition, the Owner reserves the right to conduct such additional investigation into the competency and responsibility of the Bidders (or any particular Bidder) as the Owner may deem necessary. Each Bidder shall fully cooperate with all such investigations. FIRM: ADDRESS: PHONE: Contact in your firm for inquiries: Years in business under present name: Date of Incorporation: Place of Incorporation: Contracting Specialties: Years performing work specialties: Geographic areas of business operation: List all Projects presently under contract: (Attach additional sheets if necessary) Work performed in 2010/2011: (Attach additional sheets if necessary) ---PAGE BREAK--- C-15 MJ/17807.06 Contract value of work presently under construction: $ Average annual contract value of construction work last three years $ Total bonding capacity: $ Value of work presently bonded: $ Bonding Company: Insurance Agent: Phone: What types of work are generally performed by your own forces? (Attach additional sheets if necessary) What work will be performed by your own forces on this project? (Attach additional sheets if necessary) Total employees employed by firm: Engineers & Architects Estimators CPM Schedulers Tradesmen Project Managers Purchasing Agents Superintendents Other (Describe) Fabricating floor area (square feet): Value of capital equipment owned by firm: $ Bank references and addresses: ---PAGE BREAK--- C-16 MJ/17807.06 Has Firm Experience with projects of a similar nature and scope within the past ten (10) years? If yes, describe: Project & Location Architect or Engineer Contract with (Firm, Address, Person, Phone No.) Amount Date Completed ---PAGE BREAK--- C-17 MJ/17807.06 Has firm failed to complete a contract within the past ten (10) years? If yes, describe: (Attach additional sheets if necessary) Has firm been involved in a bankruptcy or reorganization within the past ten (10) years? If yes, describe: (Attach additional sheets if necessary) Has firm pending claims or suits by others against firm? If yes, describe: (Attach additional sheets if necessary) Has firm pending claims or suits by firm against others? If yes, describe: (Attach additional sheets if necessary) ---PAGE BREAK--- C-18 MJ/17807.06 Has firm filed written claims or suits against others within the past two years? If yes, describe: (Attach additional sheets if necessary) Has firm been refused a bond within the past five years? If yes, describe: (Attach additional sheets if necessary) Is firm in compliance with all EEO requirements: List three most significant projects presently under construction: Project & Location Architect or Engineer Contract with (Firm, Address, Person, Phone No.) Amount Date Completed ---PAGE BREAK--- C-19 MJ/17807.06 Name of individual with direct managerial responsibility for this entire project: List the name, title, experience, and area of responsibility of each manager and superintendent which Bidder will use on this Project: Experience in this type of Area of Name Title work (years) Responsibility (Attach additional sheets if necessary) Enclose a copy of latest audited financial statement. This form must be signed by an Officer of the Firm or an individual so authorized by an Officer of the Firm. TYPE OF FIRM: Signature: Corporation: Name: Partnership: Title: Sole Proprietorship: ---PAGE BREAK--- C-20 MJ/17807.06 SUBCONTRACTORS AND SUPPLIERS NAME AND TITLE OF SUBCONTRACTOR or SUPPLIER SIGNER SIGNATURE DATE APPROXIMATE $ VALUE OF SUBCONTRACT NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. ---PAGE BREAK--- C-21 MJ/17807.06 NON-COLLUSIVE BIDDING CERTIFICATION By submission of this bid Proposal, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid Proposal each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: The prices in this bid Proposal 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; Unless otherwise required by law, the prices which have been quoted in this bid Proposal 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 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 Proposal for the purpose of restricting competition. A bid Proposal shall not be considered for award nor shall any award be made where and have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall also state and shall furnish with the bid Proposal a signed statement which sets forth in detail the reasons therefore. Where and have not been complied with, the bid Proposal shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid Proposal is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder has published price list, rates, or tariffs covering items being procured, has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or has sold the same items to other customers at the same time prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph one By submission of this bid Proposal, the undersigned hereby affirms the truth of the foregoing certification under the penalties of perjury. ALL BIDDERS MUST SIGN THIS CERTIFICATION PRIOR TO THE Signature of Bidder OPENING OF BID PROPOSALS. Date END OF SECTION C ---PAGE BREAK--- AWARD OF CONTRACT AND EXECUTION OF CONTRACT BONDS D-1 MJ/17807.06 1. Consideration of Proposals and Award of Contract The award of the Contract, if it is awarded, will be to the lowest responsible Bidder whose qualifications indicate the award will be in the best interest of the Owner and whose Proposal complies with all the prescribed requirements. No award will be made until the Owner has concluded such investigations as it deems necessary to establish the responsibility, qualifications, and financial ability of the Bidders to do the work in accordance with the Contract Documents to the satisfaction of the Owner within the time prescribed. The Owner reserves the right to reject the bid Proposal of any Bidder who does not pass such investigation to the Owner's satisfaction. If the Contract is awarded, the Owner will give the successful Bidder written notice of the award within Ninety of days in writing (90) days after the opening of the bid Proposals. Until the final award of the Contract, the Owner reserves the right to reject any or all Proposals, or to proceed to do the work otherwise when the best interests of the Owner will be promoted thereby. 2. Return of Proposal Guarantees As soon as the Proposals have been compared, the Owner may, at its discretion, return the Cashier's Checks or Proposal Bond accompanying those Proposals which, in its judgment, would not be considered in making the award. When award is made, the successful Bidder's collateral and that of the next low Bidder will be retained until the Contract and bonds have been executed, after which it will be returned to the Bidders. Should the award be delayed more than Ninety (90) days, all Bidder's collateral will be returned, unless such delay is from causes beyond the control of the Owner. 3. Requirements of Contract Bonds A good and sufficient Performance Bond and labor and material Payment Bond, each in the sum of not less than 100 percent of the Contract amount, with a Surety Company satisfactory to the Owner and licensed to conduct business in the State of New York, will be required of the Contractor guaranteeing that the Contract, including the various guarantee periods thereunder, will be faithfully performed and that Contractor will make payment to all persons supplying him labor, materials, supplies, and services used directly or indirectly by the Contractor in the prosecution of the work provided for in the Contract. The bonds, along with appropriate Power of Attorney, shall be delivered to the Owner, but in no event shall these documents be delivered to the Owner later than 15 calendar days from the date of Notice of Award, simultaneously with Contractor's execution of the agreement. If, at any time after the execution of the agreement and the contract bonds as above required, Owner shall deem the Surety or Sureties upon such bond or bonds to be unsatisfactory, or if, for any reasons, such bond or bonds ceases to be adequate to cover the performance of the work or prompt payment as above specified, Contractor shall, at its expense within 15 days written notice from the Owner to do so, furnish additional bond or bonds in such form and amount and with such Surety and Sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed due under the agreement until such new or additional bond or bonds are furnished in a manner and form satisfactory to the Owner. ---PAGE BREAK--- AWARD OF CONTRACT AND EXECUTION OF CONTRACT BONDS D-2 MJ/17807.06 4. 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 and along with required insurance certificates, if applicable, within 15 calendar days from the date on the Notice of Award by the Owner. If the Contract is mailed, special handling is recommended. 5. Approval of Contract Upon receipt of the required insurance documents, Contract, and contract 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. No Contract is binding upon the Owner until it has been executed by the Owner and delivered to the Contractor. 6. Failure to Execute Contract Failure of the successful Bidder to execute the Contract and furnish acceptable insurance documents, Surety Bond, or Bonds within the 15 calendar days period after receiving Notice of Award shall be just cause for cancellation of the award and forfeiture of the Proposal guarantee (Cashier’s Check or Proposal Bond), not as a penalty, but as liquidation of damages to the Owner. Award may then be made to the next best qualified Bidder, or the work re-advertised, or handled as the Owner may elect. 7. Maintenance Bond The Bidder to whom the Contract is awarded must deposit with the Owner at the date of substantial completion of the Contract a Surety Bond in a sum equal to five percent of the adjusted Contract amount at completion of work, guaranteeing against defective workmanship and materials for a period of one year from the date of substantial completion. The bond shall be in the form acceptable to the Owner and shall be that of a Surety Company acceptable to the Owner and licensed to do business in the State of New York. The Bidder shall be responsible for obtaining and maintaining the bond in force from the date of substantial completion until the expiration of the one year maintenance period. END OF SECTION D ---PAGE BREAK--- Checklist of documents to be returned: Sample Contract (signed upon award) Exhibit A: Acknowledgement and Agreement to Comply with Standard Clauses for New York State Contracts (Appendix A) Exhibit B: Drug Free Workplace Exhibit C: Non-Collusive Bidding Certification Required by Section 139-D of the State Finance Law Exhibit D: Conflict of Interest Disclosure Proof of Insurance (Liability, Disability, Workers’ Compensation, Vehicle, etc.) Copy of NYS Certificate of Authority to do Business in New York State Proof that signatory is at least a 50% owner or has the authority to act on behalf of the business Current W9 E -1 MJ/17807.06 ---PAGE BREAK--- 1 AGREEMENT THIS AGREEMENT, entered into this day of , by and between the COUNTY OF CORTLAND, New York, (the “COUNTY”), a municipal corporation organized and existing under the laws of the State of New York with offices at 60 Central Avenue, Cortland, New York 13045, and , (the “CONTRACTOR”), with offices located at . WITNESSETH, that the COUNTY and the CONTRACTOR, for the consideration hereafter named, agree as follows: ARTICLE 1. WORK TO BE DONE AND CONSIDERATION THEREFORE The CONTRACTOR shall furnish (Describe the work to be done; if a proposal for the work exists, attach same as an exhibit and cite said exhibit herein.) ARTICLE 2. TERM The CONTRACTOR agrees to perform the services and/or supply goods beginning , 20___ and ending , 20___ . ARTICLE 3. ACCEPTANCE AND FINAL PAYMENT Upon receipt of written notice that the Contract has been fully performed and the COUNTY agrees that the Contract has been fully performed, the CONTRACTOR shall file with the COUNTY an itemized voucher and the COUNTY shall pay the CONTRACTOR $ within its normal payment period. ARTICLE 4. CONTRACTOR’S INSURANCE A.1 The CONTRACTOR shall not commence work under this Contract until he/she/it has obtained all insurance required under this paragraph and the COUNTY has approved such insurance. The COUNTY requires the following insurance coverage and amounts: Comprehensive General Liability, including personal injury coverage of $1,000,000.00 per occurrence and $2,000,000.00 in the aggregate and property damage coverage in the amount of $500,000.00 per occurrence and $1,000,000.00 in the aggregate. (ii) Automobile coverage with a combined single limit of $1,000,000.00. (iii) Statutory Workers’ Compensation, Disability Coverage, and Unemployment Insurance. (iv) Professional Liability Insurance in the amount of $1,000,000.00 where applicable. Specialty Insurance as noted below: Not Applicable if checked Type: Coverage Limit E -2 MJ/17807.06 ---PAGE BREAK--- 2 A.2 Such policies are to be in the broadest form available on usual commercial terms and shall be written by insurers of recognized financial standing satisfactory to the COUNTY and who have been fully informed as to the nature of the services to be performed. Except for Worker’s Compensation and professional liability, the COUNTY shall be an additional insured on all such policies with the understanding that any obligations imposed upon the insured (including without limitation, the liability to pay premiums) shall be the sole obligations of the CONTRACTOR and not those of the COUNTY. The CONTRACTOR irrevocably waives all claims against the COUNTY for all losses, damages, claims or expenses resulting from risks commercially insurable under the insurance described in this paragraph. The provision of insurance by the CONTRACTOR shall not in any way limit the CONTRACTOR’S liability under this agreement. B. The CONTRACTOR shall submit at the time of the execution of this agreement, certificates of insurance properly executed by an authorized representative of its insurance underwriter, evidencing such insurance policies to be in full force and effect, naming the COUNTY which shall assume to include its officers, employees, agents and representatives as additional insured. The certificates of insurance shall name specifically “Cortland County, 60 Central Avenue, Cortland, New York 13045” as an additional insured. In addition, the CONTRACTOR must provide an endorsement to the policy showing that the COUNTY is actually insured together with a copy of the policy declarations page. C.1 Each policy of insurance shall contain clauses to the effect that: such insurance shall be primary without right of contribution of any other insurance carried by or on behalf of the COUNTY with respect to its interests, (ii) it shall not be cancelled, including, without limitation, for non-payment of premium, or materially amended, without 30 days prior written notice to the COUNTY, directed to the contracting department and the office of the County Attorney and to the office of the Chair of the Legislature, and the COUNTY shall have the option to pay any necessary premiums to keep such insurance in effect and charge the cost back to the CONTRACTOR. C.2 To the extent it is commercially available, each policy of insurance shall be provided on an “occurrence” basis. If any insurance is not so commercially available on an “occurrence” basis, it shall be provided on a “claim made” basis, and all such “claims made” policies shall provide that: Policy retroactive dates coincide with or precede the CONTRACTOR’S start of the performance of the services (including subsequent policies purchased as renewals or replacements); (ii) The CONTRACTOR will maintain similar insurance for at least 6 years following final acceptance of the services; (iii) If the insurance is terminated for any reason, the CONTRACTOR agrees to purchase an unlimited extended reporting provision to report claims arising from the services performed for the County; E -3 MJ/17807.06 ---PAGE BREAK--- 3 (iv) Immediate notice shall be given to the COUNTY through the contracting department and the office of the County Attorney and to the office of the Chair of the Legislature of circumstances or incidents that might give rise to future claims with respect to the services performed under this agreement; Notice of termination of any such policies must be provided to the COUNTY at least ten (10) days in advance of such Notice of termination. CONTRACTOR shall, on or before this 10-day period, provide the COUNTY with a prospective Certificate of Insurance with the above coverage and limits for the balance of the term of this agreement; and (vi) The CONTRACTOR shall obtain replacement insurance within ten (10) days in the absence of which CONTRACTOR shall be in breach of this Agreement. D. All insurance coverage required to be purchased and maintained by the CONTRACTOR under this agreement shall be primary for the defense and indemnification on any action or claim asserted against the COUNTY and/or the CONTRACTOR for work performed under this agreement, regardless of any other collectible insurance or any language in the insurance policies which may be to the contrary. E. Any accident shall be reported to the COUNTY as soon as possible and not later than twenty-four (24) hours from the time of such accident. A detailed written report must be submitted to the COUNTY as soon thereafter as possible and not later than three days after the date of such accident. ARTICLE 5. REPRESENTATIONS OF CONTRACTOR The CONTRACTOR represents and warrants: That he/she/it is financially solvent, that he/she/it is licensed to the extent required by law, and that he/she/it is experienced in and competent to perform the services as described in Article 1 above, (ii) That he/she/it has not been convicted of a crime under the laws of the United States or of any state, (iii) That he/she/it has not been disqualified from performing any contract funded by the United States or the State of New York and that there is no proceeding pending or threatened against the Contractor by either government, (iv) That no officer or employee of the County has an interest in this agreement, which would disqualify the CONTRACTOR from performing this agreement and receiving payment therefor, That he/she/it’s facilities, if used in the performance of this agreement, are accessible to the handicapped or will be made accessible to the handicapped in accordance with applicable regulations, (vi) That he/she/it is familiar with all Federal, State, municipal and departmental laws, ordinances and regulation which may in any way affect the work or those employed therein. (vii) That he/she/it shall comply with all standard New York State contract requirements as set forth in Exhibits A-D and Appendix A; attached and annexed hereto. E -4 MJ/17807.06 ---PAGE BREAK--- 4 ARTICLE 6. PERMITS AND REGULATIONS The CONTRACTOR shall procure and pay for all permits and licenses necessary for the services to be rendered hereunder. ARTICLE 7. APPROPRIATIONS If this agreement is funded by a grant or contract between the COUNTY and the State or Federal government or is otherwise subject to legislative appropriation, the COUNTY shall not be liable beyond the funds authorized by such legislation or provided by the COUNTY, State or Federal governments. In the event that such funding shall be terminated or reduced, this agreement shall end on the effective date of notice of termination. The COUNTY shall remain liable for all charges and expenses incurred prior to the date of termination. If funding is reduced below the level authorized by the COUNTY and the parties do not desire to terminate this agreement, funding shall be deemed to have been reduced to the amount authorized by the State or Federal government as set forth in notice given by the COUNTY to the CONTRACTOR. ARTICLE 8. COUNTY’S RIGHT TO STOP WORK OR TERMINATE CONTRACT A. The COUNTY shall have the right to stop work or terminate the Contract if: The CONTRACTOR is adjudged bankrupt or makes an assignment for the benefit of creditors; or (ii) A receiver or liquidator is appointed for the CONTRACTOR or for any of his/her/it’s property and is not dismissed within twenty (20) days after such appointment or the proceedings in connection therewith are not stayed on appeal within said twenty (20) days; or (iii) The CONTRACTOR refuses or fails to prosecute the work or any part thereof with due diligence; or (iv) The CONTRACTOR fails to make prompt payment to persons supplying labor for the work; or The CONTRACTOR fails or refuses to comply with all applicable laws, regulations or ordinances applicable to the performance of this agreement; or (vi) The determination that any representation or certification made under this agreement is untrue; or (vii) The CONTRACTOR violates any provision of the Contract; (viii) In any event, the COUNTY, without prejudice to any other rights or remedy it may have, may by seven days notice to the CONTRACTOR, terminate this contract pursuant to the grounds stated herein. In such case, the CONTRACTOR shall not be entitled to receive any further payment until the work is complete. If the unpaid balance of the compensation to be paid to the CONTRACTOR hereunder exceeds the expense of completing the work, such excess shall be paid to the E -5 MJ/17807.06 ---PAGE BREAK--- 5 CONTRACTOR. If such expense exceeds such unpaid balance, the CONTRACTOR shall be liable to the COUNTY for such excess. (ix) COUNTY may terminate this contract upon thirty (30) days written notice to the CONTRACTOR if deemed in the best interest of the COUNTY. COUNTY may terminate if the contract is not funded. B. Upon termination of this agreement, the CONTRACTOR shall comply with all County close-out procedures, including but not limited to: Accounting for and refunding to the COUNTY within 30 days, any unexpended funds which have been paid to the CONTRACTOR pursuant to this agreement; (ii) Not incur any further obligations pursuant to this agreement after the termination date; (iii) Submit to the COUNTY, within 30 days of termination, a full report of receipts and expenditures of funds, program activities, and obstacles, if any, attendant to CONTRACTOR’S performance of this agreement; and (iv) Furnishing within 30 days an inventory to the COUNTY of all equipment, appurtenances and property purchased by the CONTRACTOR through or provided under this agreement, and carrying out any COUNTY directive concerning the disposition thereof. C. If the COUNTY terminates this agreement for cause, the COUNTY may procure, upon such terms and in such manner as it deems appropriate, services similar to those so terminated, and any services so procured by the COUNTY to complete the services herein will be charged to the CONTRACTOR and/or set off against any sums due the CONTRACTOR. D. If the CONTRACTOR defaults, the COUNTY may at its option: Terminate this agreement; and/or (ii) Recover counsel fees and all costs incurred to enforce this agreement; and/or (iii) Obtain replacement goods or services and hold the CONTRACTOR responsible for the replacement costs or expenses; and/or (iv) Pursue such other remedies as may be available under law or this agreement. These remedies are cumulative. E. Notwithstanding any other provisions of this agreement, the CONTRACTOR shall not be relieved of liability to the COUNTY for damages sustained by the COUNTY by virtue of the CONTRACTOR’S breach of the agreement or failure to perform in accordance with applicable professional standards, and the COUNTY may withhold payments to the CONTRACTOR for the purpose of set-off until such time as the exact amount of damages due to the COUNTY from the CONTRACTOR is determined. The rights and remedies of the E -6 MJ/17807.06 ---PAGE BREAK--- 6 COUNTY provided herein shall not be exclusive and are in addition to any other rights and remedies provided by law or by this agreement. ARTICLE 9. INDEMNIFICATION / HOLD HARMLESS The CONTRACTOR shall indemnify, defend and hold the COUNTY, its Departments, and its officers, employees, contractors, representatives and agents harmless from and against any and all claims, fines, demands, losses, damages and expenses, including attorney’s fees, relating to or arising out of any negligent or intentional acts and/or omissions of the CONTRACTOR or any of its directors, officers, employees, contractors, representatives, or agents. ARTICLE 10. MONITORING OF PERFORMANCE The COUNTY shall have the right during the term of this agreement and for the period limited by the applicable statute of limitations to ensure that the services to be provided b the Contractor have been provided as agreed. The CONTRACTOR herby consents to the examination of the CONTRACTOR’S records and agrees to provide to or permit the COUNTY to obtain copies of any documents relating to the performance of this agreement. The CONTRACTOR shall maintain all records required by this paragraph for seven years after the date this agreement is terminated or ends; whichever last occurs. ARTICLE 11. INDEPENDENT CONTRACTOR The CONTRACTOR, including all its officers, employees and agents agrees that their relationship to the COUNTY and any of its Departments or units, is that of an independent contractor, and said CONTRACTOR covenants and agrees that they will not conduct themselves as, nor hold themselves out as, nor claim to be an officer or employee of the COUNTY by reason hereof and that they will not claim, demand or make an application to or for any right or privilege applicable to an officer or employee of the COUNTY, including, but not limited to, Workers’ Compensation coverage, Unemployment Insurance benefits, Social Security coverage, medical and/or dental benefits, or retirement membership or credit. As an independent contractor, the CONTRACTOR shall be solely responsible for determining the means and methods of performing the services and shall have complete charge and responsibility for the CONTRACTOR’S personnel engaged in the performance of the services. However, if any personnel of the CONTRACTOR act in a manner that is detrimental to the COUNTY, the COIUNTY may require the CONTRACTOR to remove or replace such personnel with respect to the performance of services under this agreement. ARTICLE 12. ASSIGNMENT Neither party may assign or sub-contract this contract or any portion thereof, without prior written consent of the other party hereto. E -7 MJ/17807.06 ---PAGE BREAK--- 7 ARTICLE 13. REQUIRED PROVISIONS OF LAW Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to have been inserted herein. If any such provision is not inserted, through mistake or otherwise, then upon the application of either party, this Contract shall be physically amended to make such insertion. ARTICLE 14. VENUES AND DISPUTES The exclusive means of disposing of any dispute arising under this Agreement shall be decided in a New York State Court of competent jurisdiction located within Cortland County, New York. There shall be no right to binding arbitration. Pending final resolution of a dispute, the CONTRACTOR shall proceed diligently with performing the terms of this Agreement. The CONTRACTOR waives any dispute or claim not made in writing and received by the COUNTY within thirty (30) days of the occurrence giving rise to the dispute or claim. The claim must be in writing for a sum certain and any money requested must be fully supported by all cost and pricing information. ARTICLE 15. REMEDIES The remedies specified herein shall be cumulative and in addition to any other remedies available of law or in equity. Waiver of a breach of any provision of this Agreement shall not constitute a waiver of any other or future breach of the same provision or any other provision of the Agreement. ARTICLE 16. NOTICES All notices of any nature referred to in this agreement shall be in writing and sent by registered or certified mail, postage pre-paid, to the respective addresses set forth below or to such other addresses as the respective parties may designate in writing. To the CONTRACTOR: Business Name: Physical Address: Mailing Address: Contact Person: Telephone E-Mail Address: To the COUNTY: Chair of the Legislature (and) (Department originating contract) County of Cortland (contact person) 60 Central Avenue (address) Cortland, New York 13045 E -8 MJ/17807.06 ---PAGE BREAK--- 8 ARTICLE 17. SEVERABILITY In the event any provision hereof shall be held for any reason to be illegal, invalid or unenforceable, such illegality, invalidity or unenforceability shall not affect the remaining provisions of this agreement, which shall continue in full force and effect. ARTICLE 18. WAIVER No waiver of any breach of any condition of this Agreement shall be binding unless in writing and signed by the party waiving said breach. No such waiver shall in any way affect any other term or condition of this Agreement or constitute a cause or excuse for a repetition of such or any other breach unless the waiver shall include the same. ARTICLE 19. MODIFICATION This Agreement constitutes the complete understanding of the parties. No modification of any provisions thereof shall be valid unless in writing and signed by both parties. ARTICLE 20. EXECUTORY CLAUSE The COUNTY shall have no liability under this Agreement to the CONTRACTOR or to anyone else beyond funds appropriated and available for this Agreement. ARTICLE 21. RECORDS RETENTION AND AUDIT A. The COUNTY, the State of New York, and the United States shall have the right at any time during the term of this agreement and for the period limited by the applicable statute of limitations to audit the payment of monies hereunder. Additionally, the CONTRACTOR shall: Comply with any demands made by the COUNTY to provide information with respect to the payment of monies hereunder during the period covered by this paragraph; (ii) Maintain its books and records in accordance with generally accepted accounting principles or such other method of account, which is approved in writing by the COUNTY prior to the date of this agreement; (iii) Maintain the revenues and expenditures in connection with this agreement so they are separately identifiable; (iv) Fully document each expenditure or claim for payment. Expenditure or claims for payment which are not fully documented may be disallowed; Agree to provide to or permit the COUNTY to examine or obtain copies of any documents relating to the payment of money to the CONTRACTOR or expenditures made by the CONTRACTOR for which reimbursement is made to the CONTRACTOR by the COUNTY; E -9 MJ/17807.06 ---PAGE BREAK--- 9 (vi) Maintain all records required by this paragraph for seven years after the date this agreement is terminated or ends. B. If the CONTRACTOR has expended, in any fiscal year, $300,000.00 or more in funds provided by the Federal financial assistance program from a Federal agency pursuant to this agreement and all other contracts with the COUNTY, the CONTRACTOR shall provide the COUNTY with an audit prepared by an independent auditor in accordance with the Single Audit Act of 1984, 31 U.S.C. §§7501, et seq., as amended, and the regulations adopted pursuant to such Act. C. In addition to the foregoing, if this agreement is financed by Medicare reimbursements, then until the expiration of four years after the furnishing of the services provided under this agreement, the CONTRACTOR will make available to the Secretary, U.S. Department of Health and Human Services, and the U.S. Comptroller General, and their representatives, this agreement and all books, documents, and records necessary to certify the nature and extent of the costs of those services. If the CONTRACTOR carries out the duties of the agreement through a subcontractor worth $10,000.00 or more over a 12-month period with a related organization, the subcontract will also contain an access clause to permit access by the Secretary, Comptroller General, and their representatives to the related organization’s books and records. ARTICLE 22. APPLICABLE LAW This Agreement is governed by the laws of the State of New York. All disputes relating to this agreement shall be heard in a court of competent jurisdiction having venue in Cortland County. ARTICLE 23. PRIVACY AND SECURITY (HIPAA) (APPLICABLE TO ALL CONTRACTS FOR GOODS AND SERVICES WHICH RELATE TO MEDICAL RECORD-KEEPING) The purpose of this clause is to set forth the requirements for privacy and security of protected health information (“PHI”) mandated by 45 CFR Part 164 as they apply to the services provided by CONTRACTOR on behalf of COUNTY. Terms and conditions required relative to this agreement are incorporated and attached to this agreement as “Exhibit E -10 MJ/17807.06 ---PAGE BREAK--- 10 IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in duplicate (2 copies) each of which shall be deemed an original on the date written. COUNTY OF CORTLAND DATE: BY: Charles Sudbrink, Chair Cortland County Legislature Acknowledgement STATE OF NEW YORK ) COUNTY OF CORTLAND ) ss.: On this______ day of before me, the undersigned, a Notary Public in and for said State, personally appeared Charles Sudbrink, personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity, that by his/her signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. Notary Public CONTRACTOR (name of company) DATE: BY: (NAME OF SIGNATORY) (CORP. OFFICER/POSITION) Acknowledgement STATE OF NEW YORK ) COUNTY OF ss.: On this______ day of 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 whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity, that by his/her signature on the instrument, the individual, or the person upon behalf of which the individual acted, executed the instrument. Notary Public E -11 MJ/17807.06 ---PAGE BREAK--- 11 EXHIBIT A – ACKNOWLEDGEMENT AND AGREEMENT TO COMPLY WITH STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS (APPENDIX A) I hereby acknowledge that I have read, understand and agree to comply with the terms as outlined in Appendix A – Standard Clauses for New York State Contracts. Failure to comply may result in immediate termination of this agreement with potential legal recourse by the County. Signed: Date: Title: E -12 MJ/17807.06 ---PAGE BREAK--- 12 EXHIBIT B – DRUG FREE WORKPLACE Whenever two or more Bids which are equal with respect to price, quality and service are received by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing the Bids will be followed if none of the tied vendors have a drug free workplace process. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business’ policy of maintaining a drug free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under Bid a copy of the statement specified in Subsection 4) In the statement specified in Subsection notify that employees, that, as a condition of working of the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employee of any conviction of, or plea of guilty or nolo contendere to, any violation of any controlled substance law in the United States or any state or Cortland County, for a violation occurring in the workplace no later than five days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies with the above requirements. Print Name: Date: Signature: E -13 MJ/17807.06 ---PAGE BREAK--- 13 EXHIBIT C - NON COLLUSIVE BIDDING CERTIFICATE REQUIRED BY SECTION 139-D OF THE STATE FINANCE LAW Section 139D, Statement of Non-Collusion in bids to the State: By submission of this bid, bidder and each person signing on behalf of bidder certifies, and in the case of joint bid, each party thereto certifies as its own organization, under penalty of perjury, that to the best of his/her knowledge, and belief: 1) The prices of this bid have been arrived at independently, without collusion, consultation, communication, or agreement, for the purposes of restricting competition, as to any matter relating to such prices with any other bidder or with any other 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 completion. A Bid shall not be considered for award nor shall any award be made where 1, 2, 3 above have not been complied with; provided however, that if in any case, the bidder(s) cannot make the foregoing certification, the bidder shall so state and shall furnish below a signed statement which sets forth in detail the reasons therefore: (Affix addendum to this page if space is required for statement.) Subscribed to me under penalty of perjury under the laws of the State of New York, this day of as the act and deed of said corporation of partnership or sole proprietor. If Bidders are a Partnership, complete the Following: Names of Partners or Principals Legal Residence If Bidders are a corporation, complete the following: Name Legal Residence President Vice President Secretary Treasurer E -14 MJ/17807.06 ---PAGE BREAK--- 14 Identifying Data: Potential Contractor: Address: Telephone Title: E-Mail Address: If applicable, Responsible Corporate Officer Name: Title: Signature: Joint or combined bids by companies or firms must be certified by each participant. Legal name of person or firm Legal name of person or firm Name Name Title Title Address Address E -15 MJ/17807.06 ---PAGE BREAK--- 15 EXHIBIT D - CONFLICT OF INTEREST DISCLOSURE Conflict of Interest Disclosure Form Note: A potential or actual conflict of interest exists when commitments and obligations are likely to be compromised by the nominator(s)’other material interests, or relationships (especially economic), particularly if those interests or commitments are not disclosed. This Conflict of Interest Form should indicate whether the nominator(s) has an economic interest in, or acts as an officer or a director of, any outside entity whose financial interests would reasonably appear to be affected by the contract. The nominator(s) should also disclose any personal, business, or volunteer affiliations that may give rise to a real or apparent conflict of interest. Relevant Federally and organizationally established regulations and guidelines in financial conflicts must be abided by. Individuals with a conflict of interest should refrain from bidding and/or contracting. Date: Name: Position: Please describe below any relationships, transactions, positions you hold (volunteer or otherwise), or circumstances that you believe could contribute to a conflict of interest: I have no conflict of interest to report. I have the following conflict of interest to report (please specify other nonprofit and for-profit boards you (and your spouse) sit on, any for-profit businesses for which you or an immediate family member are an officer or director, or a majority shareholder, and the name of your employer and any businesses you or a family member own): 1. 2. 3. I hereby certify that the information set forth above is true and complete to the best of my knowledge. Signature: Company: Date: E -16 MJ/17807.06 ---PAGE BREAK--- 16 APPENDIX A STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE. E -17 MJ/17807.06 ---PAGE BREAK--- 17 TABLE OF CONTENTS 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 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 State Contractors, Affiliates and Subcontractors 26. Iran Divestment Act E -18 MJ/17807.06 ---PAGE BREAK--- 18 STANDARD CLAUSES FOR NYS CONTRACTS 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): 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). However, such pre-approval shall not be required for any contract established as a centralized contract through the Office of General Services or for a purchase order or other transaction issued under such centralized contract. 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 (including gender identity or expression), national origin, sexual orientation, military status, age, disability, predisposing genetic characteristics, marital status or domestic violence victim 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: discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or discriminate against or intimidate any employee hired for the performance of work under this contract. If this is a building service contract as defined in Section 230 of the Labor Law, then, in accordance with Section 239 thereof, Contractor agrees that neither it nor its subcontractors shall by reason of race, creed, color, national origin, age, sex or disability: discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or 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 E -19 MJ/17807.06 ---PAGE BREAK--- 19 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 3- a 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. 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 business days of such conviction, determination or disposition of appeal 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. 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 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: 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. Identification Number(s). Every invoice or New York State Claim for Payment submitted to a New York State agency by a payee, for payment for the sale of goods or services or for transactions leases, easements, licenses, etc.) related to real or personal property must include the payee's identification number. The number is any or all of the following: the payee’s Federal employer identification number, (ii) the payee’s Federal social security number, and/or (iii) the payee’s Vendor Identification Number assigned by the Statewide Financial System. Failure to include such number or numbers may delay payment. Where the payee does not have such number or numbers, the payee, on its invoice or Claim for Payment, must give the reason or reasons why the payee does not have such number or numbers. Privacy Notification. 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 E -20 MJ/17807.06 ---PAGE BREAK--- 20 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. 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 the Statewide Financial System by the Vendor Management Unit within the Bureau of State Expenditures, 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 and 5 143, if this contract is: a written agreement or purchase order instrument, providing for a total expenditure in excess of $25,000.00, whereby a contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, to be performed for, or rendered or furnished to the contracting agency; or (ii) a written agreement in excess of $100,000.00 whereby a contracting agency is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon; or (iii) a written agreement in excess of $100,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon for such project, then the following shall apply and by signing this agreement the Contractor certifies and affirms that it is Contractor’s equal employment opportunity policy that: The Contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status, shall make and document its conscientious and active efforts to employ and utilize minority group members and women in its work force on State contracts 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; 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 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 and 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: work, goods or services unrelated to this contract; or (ii) employment outside New York State. 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 Department of Economic Development’s Division 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. 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. E -21 MJ/17807.06 ---PAGE BREAK--- 21 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 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 has no business operations in Northern Ireland, or 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 Albany, New York 12245 Telephone: [PHONE REDACTED] Fax: [PHONE REDACTED] email: [EMAIL REDACTED] 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 633 Third Avenue New York, NY 10017 [PHONE REDACTED] email: [EMAIL REDACTED] 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: 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; The Contractor has complied with the Federal Equal Opportunity Act of 1972 (P.L. 92-261), as amended; E -22 MJ/17807.06 ---PAGE BREAK--- 22 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 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 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. 26. IRAN DIVESTMENT ACT. By entering into this Agreement, Contractor certifies in accordance with State Finance Law §165-a that it is not on the “Entities Determined to be Non-Responsive Bidders/Offerers pursuant to the New York State Iran Divestment Act of 2012” (“Prohibited Entities List”) posted at: http://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf. Contractor further certifies that it will not utilize on this Contract any subcontractor that is identified on the Prohibited Entities List. Contractor agrees that should it seek to renew or extend this Contract, it must provide the same certification at the time the Contract is renewed or extended. Contractor also agrees that any proposed Assignee of this Contract will be required to certify that it is not on the Prohibited Entities List before the contract assignment will be approved by the State. During the term of the Contract, should the state agency receive information that a person (as defined in State Finance Law §165-a) is in violation of the above-referenced certifications, the state agency will review such information and offer the person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investment activity which is in violation of the Act within 90 days after the determination of such violation, then the state agency shall take such action as may be appropriate and provided for by law, rule, or contract, including, but not limited to, imposing sanctions, seeking compliance, recovering damages, or declaring the Contractor in default. E -23 MJ/17807.06 ---PAGE BREAK--- 23 The state agency reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appears on the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue a responsibility review with respect to any entity that is awarded a contract and appears on the Prohibited Entities list after contract award. E -24 MJ/17807.06 ---PAGE BREAK--- SPECIAL PROVISION – INSURANCE REQUIREMENTS F-1 MJ/17807.06 GENERAL. The Contractor shall procure and maintain at his own expense, and without additional cost to the Owner, until final acceptance of the work covered by this Contract, insurance for liability for damages imposed by law, of the kinds and in the amounts as hereinafter provided. Insurance shall be obtained from insurance companies authorized to do work in the State of New York and approved by the COUNTY OF CORTLAND and it shall cover all operations under the Contract whether performed by the Contractor or by his subcontractors. Before commencement of the work, the Contractor shall furnish to the Engineer, certificates (in six copies) of insurance in forms satisfactory to the Owner, and indicating compliance with the requirements of this Special Provision. The Contractor shall furnish a copy of this Special Provision to his insurance broker in order to assure that the policies to be furnished conform exactly to the requirements stated below. The kinds and amounts of insurance, as required solely by the Owner in accordance with the Owner's direction, follow. ENDORSEMENTS. Policies listed in this Contract must be endorsed, as specified for each policy, as follows, unless such coverage is provided for in the policy: 1. To remove explosion, collapse, and underground hazards exclusion. 2. It is understood and agreed that, if during the course of the work employees of the COUNTY OF CORTLAND are loaned or assigned to the Contractor to perform work in connection with the Contract, such employees are to be considered as employees of the Contractor for the purpose of this insurance. 3. Whereby, the coverage provided under these policies must not be affected if COUNTY OF CORTLAND performs work in connection with the project, of which the Contract may be only a part, by means of its own employees or if the Owner directs or supervises the work to be performed by the Contractor, but any work which may be performed on the project by the Owner by its own forces under its supervision shall not be covered under these policies. 4. To provide that the policies shall not be changed or cancelled until twenty (20) days written notice has been given to the COUNTY OF CORTLAND. INSURANCE COVERAGE TO BE PROVIDED. 1. WORKMEN'S COMPENSATION INSURANCE - The policy shall cover the obligations of the Contractor under the current provisions of the Federal and State Workmen's Compensation Law for all operations under the Contract, whether performed by him or by his subcontractors, and including Employer's Liability coverage. The Contract shall be void and of no effect unless the person or corporation making or executing same shall secure and maintain such compensation coverage. This policy must be endorsed in accordance with Endorsement 4 as recited above. ---PAGE BREAK--- SPECIAL PROVISION – INSURANCE REQUIREMENTS F-2 MJ/17807.06 2. CONTRACTOR'S COMPREHENSIVE BODILY INJURY AND PROPERTY DAMAGE LIABILITY a. Bodily Injury and Property Damage Liability (Combined Single Limit) - The minimum amount of such insurance shall provide $1 million liability for any one occurrence and an aggregate policy limit of $3 million for all occurrences. b. Property Damage Liability - The minimum amount of such insurance shall provide $1,000,000 for any one occurrence and an aggregate policy limit of $3,000,000 on account of all occurrences. c. Comprehensive General Liability including Contractors Liability; Contingent Liability; Contractual Liability; Completed Operations and Products Liability all on the occurrence basis with Personal Injury Coverage and broad form Property Damage. This policy must be endorsed in accordance with Endorsements 1, 2, 3, and 4 as recited above. 3. COMPREHENSIVE AUTOMOBILE LIABILITY FOR BODILY INJURY AND PROPERTY DAMAGE - The same limits of Section 2 shall be provided for claims arising out of the operation of owned, non-owned, and hired automobiles, and trucks as are provided in the Bodily Injury and Property Damage Policies. This policy must be endorsed in accordance with Endorsement 4 as recited above. 4. CONTRACTOR'S PROTECTIVE LIABILITY - The preceding Bodily Injury and Property Damage Policies must be so written as to include contingent bodily injury and contingent property damage coverage for claims arising from the operations of a subcontractor. This policy shall be endorsed in accordance with Endorsements 1, 2, 3, and 4 as recited above. 5. EXCESS GENERAL AND AUTOMOBILE LIABILITY. Umbrella liability insurance shall be provided in a minimum amount of $5,000,000. 6. OWNER'S PROTECTIVE BODILY INJURY LIABILITY AND PROPERTY DAMAGE LIABILITY INSURANCE - This policy shall be issued in the name of County of Cortland, New York and its successor or successors, whose principal office is located at 60 Central Avenue Cortland, New York 13045. The policy must cover the legal liability of the County of Cortland (the insured), for damages on account of bodily injuries to the public and damage to the property of others caused by the work to be performed under the Contract, with respect to all ---PAGE BREAK--- SPECIAL PROVISION – INSURANCE REQUIREMENTS F-3 MJ/17807.06 operations by the Contractor and/or all his subcontractors, including omissions and supervisory acts of the County of Cortland. The minimum amount of such insurance shall provide $1,000,000 for any one occurrence and an aggregate policy limit of $3,000,000 for all occurrences. This policy must be endorsed in accordance with Endorsements 1, 2, 3, and 4 as recited above. Whenever the estimated aggregate losses covered by the property damage insurance policies under 2, 3, and 6 above, equals or exceeds 50 percent of the aggregate policy limit, as estimated or determined by County of Cortland such policy shall upon ten (10) days written notice by County of Cortland be endorsed to restore the initial aggregate policy limits or shall be replaced by another policy having the same limit. All the aforesaid insurance policies the insurers named therein shall be subject to the approval of the County of Cortland. Items 2, 3, 4, and 5 shall list the County of Cortland, McFarland-Johnson, Inc., and the State of New York as additional insured. END OF SECTION F ---PAGE BREAK--- 10-1 MJ/17807.06 SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA (AOA). 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 that is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. The name of the Airport for which bids are being received is CORTLAND COUNTY AIRPORT – CHASE FIELD. 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 ---PAGE BREAK--- 10-2 MJ/17807.06 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 Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT 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 calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner (sponsor) to be responsible for engineering supervision of the contract work and acting directly or through an authorized representative. 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 EQUIVALENTS. Whenever in these specifications any particular brand, material or device is specified, with or without the term "or equal" or "other approved" or similar qualification, it is to be regarded as indicating the standard of excellence required. Another brand, material, or device of equal merit in the opinion of the Engineer may be used, provided that the Contractor in his bid or proposal has stated what article he proposed to furnish in place of that specified. In case no such statement is made, the Contractor will be considered to contemplate the particular goods named. 10-21 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-22 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. ---PAGE BREAK--- 10-3 MJ/17807.06 10-23 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-24 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 10-25 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. For this project, McFarland-Johnson, Inc. will serve as INSPECTOR. 10-26 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words “directed,” “required,” “permitted,” “ordered,” “designated,” “prescribed,” or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words “approved,” “acceptable,” ``satisfactory,'' or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-27 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-28 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. 10-29 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. 10-30 MATERIALS. Any substance specified for use in the construction of the contract work. 10-31 NOTICE OF AWARD. A written notice to the successful bidder stating that his bid has been accepted and that, in accordance with the terms of the Notice to Contractors and the specifications, he is required to execute the contract and furnish satisfactory contract bond. 10-32 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. ---PAGE BREAK--- 10-4 MJ/17807.06 10-33 NYSDOT. The New York State Department of Transportation, Aviation Division. When used to designate a person, NYSDOT shall be the Director, Aviation Division, or his duly authorized representative. 10-34 NYSDOT SPECIFICATIONS. The State of New York, Department of Transportation "Standard Specifications," and all changes and updates as contained therein as issued by the Office of Engineering, September 1, 2017 or latest issued edition. 10-35 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-36 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-37 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. 10-38 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. 10-39 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. 10-40 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-41 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. 10-42 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. 10-43 RESIDENT ENGINEER. The representative of the owner directly in charge of the execution of the contract work. For this project, the Resident Engineer will be an employee of McFarland-Johnson, Inc. 10-44 RIGHT-OF-WAY All lands or other property interests provided or acquired for the development and operation of an airport and its appurtenances. 10-45 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. ---PAGE BREAK--- 10-5 MJ/17807.06 10-46 SPECIAL PROVISIONS. Specific clauses setting forth conditions or requirements peculiar to the project under consideration, and covering work or materials involved in the proposal and estimate which are not thoroughly or satisfactorily stipulated otherwise in the specifications or other contract documents. 10-47 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-48 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. 10-49 SUBGRADE. The soil which forms the pavement foundation. 10-50 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-51 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: 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 work that is not within the scope of the originally awarded contract. 10-52 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-53 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-54 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. 10-55 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. Unless work is suspended for causes 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. END OF SECTION 10 ---PAGE BREAK--- 20 - 1 MJ/17807.06 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (See Invitation to Bid, Part A of the Specifications.) 20-02 COMPETENCY AND RESPONSIBILITY OF BIDDERS. Each bidder must fully complete the “Bidder's Qualifications” form. The Owner reserves the right to conduct such additional investigation into the competency and responsibility of the Bidders (or any particular Bidder) as the Owner may deem necessary. 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. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and ---PAGE BREAK--- 20 - 2 MJ/17807.06 contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/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 he proposes to do 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 his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. ---PAGE BREAK--- 20 - 3 MJ/17807.06 For AIP Contracts, proposals shall be considered irregular for any of the reasons stated and, in addition, if the proposal is "non-responsive" with respect to the requirements of Part 152 of the Federal Aviation Regulation as specified in the proposal form. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 PROPOSAL GUARANTY. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably 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 before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 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 telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals 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. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in “default” for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. 20-14 MATERIAL GUARANTEE. Before any Contract is awarded, the bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all ---PAGE BREAK--- 20 - 4 MJ/17807.06 materials proposed to be used in the construction of the work, together with samples, which may be subjected to the tests provided for in these specifications to determine their quality and fitness for the work. 20-15 REQUIREMENTS FOR CORPORATION, FIRM, PARTNERSHIP, OR INDIVIDUAL FROM DIFFERENT STATES. Before any Contract is awarded, a bidder from another State or possession, other than that in which the proposed work is located, must conform to the statutes of that State and may be required to furnish a certificate from the secretary of State showing that he is authorized to do business in the State or possession. 20-16 STATE AND FEDERAL PARTICIPATION. Part of the cost of this project will be funded by the New York State Department of Transportation under the NYSDOT Project Identification Number (PIN) 3903.08. 20-17 WAGE RATES. Pursuant to provisions of Section 220-A of the Labor Law, as amended, provides that it shall be the duty of the fiscal officer to make a determination of the schedule of minimum wages to be paid to all laborers, workmen, and mechanics for work to be done under terms of this Contract. The amount of supplements listed on the enclosed schedules does not necessarily include all types of prevailing supplements in the locality and a future determination of the Industrial Commissioner may require the Contractor to provide additional supplements. The following wage rates have been filed: United States Department of Labor - Decision of the Secretary. New York State Department of Labor, Prevailing Wage Rate Schedule. "Whenever wage rates for the same occupation are different, the Contractor shall pay the highest wage rates." 20-18 SALES TAX EXEMPTION. The Contractor is responsible for determining the tax- exempt status of the Owner. Should the Owner be exempt from payment of Sales and Use Taxes of New York State and local municipalities on all materials and supplies sold to the Owner pursuant to the provisions of this Contract, then: 1. 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 any and all applicable taxes including Sales and 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. 2. 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 ---PAGE BREAK--- 20 - 5 MJ/17807.06 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. 3. 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. 4. 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 performance by the Contractor of all his duties and obligations under this Agreement in connection with said work and labor. 5. The purchase by the Contractor of the materials and supplies sold hereunder will be a purchase or procurement for resale to the Owner and therefore not subject to New York State Sales and Use Tax or any such taxes of local municipalities. 6. 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 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. 7. If as a result of such sale of materials and supplies any claim is made against the Contractor or any Subcontractor by New York State or any local municipality for Sales or Use Taxes on the aforementioned materials and supplies or 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 New York State or any local municipality for Sales or 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: ---PAGE BREAK--- 20 - 6 MJ/17807.06 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. A.2 Such Subcontract Agreements are in a form similar to this Contract with respect to the separation of the sale or materials and supplies from the other work and labor to be provided. A.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. B. The Contractor and all Subcontractors maintain and keep, for a period of six years after the date of final payment for the sale, or, if a claim for Sales or Use Tax is pending or threatened at the end of such six year period, until such claim in finally settled, records, which in the judgment of the Department of Revenue, adequately show all materials and supplies purchased by them for resale, pursuant to the provisions of this Contract and all materials and supplies sold to the Owner pursuant to the provision of this Contract. C. 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 chose 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. D. 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 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 years after date of final payment for the sale, or if such a claim is pending or threatened at the end of such six 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. END OF SECTION 20 ---PAGE BREAK--- 30 - 1 MJ/17807.06 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, to award only the Base Bid, or to award either the Base Bid (plus any or all Add-On Bids (if any)); waive technicalities or irregularities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner, based on the base bid alone or any cumulative bid combination of the base bid and any or all alternate bids as chosen by the Owner. Prior to notification of award of contract (or intend to award), the apparent successful bidder shall submit the following information to the Engineer in writing: 1. For each of the foregoing lump sum items: Provide a schedule for values for major products, assemblies or operations, indicating separate amounts for purchased materials, labor, and construction equipment, which total to the lump sum price bid for each item. 2. For each of the foregoing unit price items: Provide a schedule of values for the portion of the unit price allocated to purchased materials, labor, and construction equipment which total to the unit price bid for each item. ---PAGE BREAK--- 30 - 2 MJ/17807.06 The breakdowns will be reviewed by the Engineer. Any additional detail or justification for cost distribution shall be provided by the apparent successful bidder upon request. The breakdowns of lump sum items shall serve as a basis for computing progress payments during construction for installed portions of lump sum items and to assist the Engineer in determining if change order costs are reasonable. The breakdowns of unit price items will not be used in computing progress payments, but will be used to assist the Engineer in determining if change order costs are reasonable. No award shall be made until the FAA and NYSDOT have concurred in the Owner's recommendation to make such award and has approved the Owner's proposed contract to the extent that such concurrence and approval are required by Part 152 of the Federal Aviation Regulations. 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 GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the 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 contracts bonds as specified in the subsection 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 which 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. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to ---PAGE BREAK--- 30 - 3 MJ/17807.06 the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS 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 ---PAGE BREAK--- 40 - 1 MJ/17807.06 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which 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 which are for work within the general scope of the contract shall be covered by “Change Orders” issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 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. All supplemental agreements shall be approved by the NYSDOT and shall include valid wage determinations of the New York State Department of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same NYS Department of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 UNEXPECTED SUBSURFACE CONDITIONS. The Contractor will notify the Owner and Engineer in writing of any subsurface or latent physical conditions at the site differing materially from those indicated in the contract documents. The Engineer will investigate those conditions and advise the Owner in writing if further surveys or subsurface tests are necessary. thereafter, the Owner will obtain the necessary additional surveys and tests and furnish copies to the Engineer and the Contractor. If the Engineer finds that the results of such surveys or tests indicate subsurface or latent physical conditions differing significantly from ---PAGE BREAK--- 40 - 2 MJ/17807.06 those indicated in the contract documents, a change order shall be issued incorporating the necessary revisions. 40-04 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-05 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 Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-06 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; ---PAGE BREAK--- 40 - 3 MJ/17807.06 equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (“MUTCD”; published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-07 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 Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-08 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, ---PAGE BREAK--- 40 - 4 MJ/17807.06 b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option or he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option or 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 Engineer approve the Contractor's exercise of option 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 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. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. 40-10 DEBRIS. The Contractor shall remove all debris and rubbish resulting from his work at frequent intervals on the order of the Engineer, and at completion leave the premises broom-clean and everything in perfect order and repair. Upon neglect or refusal of any Contractor to keep the premises clear, the Engineer shall have the authority to have such work performed, and the cost of the same shall be charged to the Contractor in default and collected from any monies which have or may become due on this Contract; and the Engineer shall issue no certificates of payment on the Contract until premises are clear and in good order, and all claims created properly adjusted. END OF SECTION 40 ---PAGE BREAK--- 50 - 1 MJ/17807.06 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer is the Owner's representative during the performance of the work. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work. The Engineer will not be responsible for the construction means, methods, techniques, sequences, or procedures and/or safety precautions and programs in connection with the work and he will not be responsible for the Contractor's failure to carry out the work in accordance with the contract documents. The Engineer shall render a decision on all questions and disputes submitted to him in writing related to the execution and progress of the work or the interpretation of the contract documents. Either the Owner or the Contractor may demand arbitration of any such matter notwithstanding the decision of the Engineer. 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/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. ---PAGE BREAK--- 50 - 2 MJ/17807.06 For the purpose of this subsection, the term “reasonably close conformity” shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term “reasonably close conformity” is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans and cited standards for materials or testing; contract general provisions shall govern over plans, cited standards for materials or testing, and NYSDOT Standard Specifications shall govern over cited standards for materials or testing. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. 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. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work site 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 he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being ---PAGE BREAK--- 50 - 3 MJ/17807.06 performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The 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 his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her 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 prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway – minimum 5 per station b. Taxiways – minimum 3 per station ---PAGE BREAK--- 50 - 4 MJ/17807.06 c. Holding apron areas – minimum 3 per station d. Roadways – minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway – minimum 5 per station b. Taxiways – minimum 3 per station c. Holding apron areas – minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: Runways – each paving lane width Taxiways – each paving lane width Holding areas – each paving lane width c. After finish paving operations at 50 foot stations All paved areas – Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI’s, PAPI’s, REIL’s, Wind Cones, Straight, neat lines for pavement saw cuts Corners for new concrete slabs on grade, t-slabs, footings and concrete piers Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e. paving lane). NOTE: 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 of 48-hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. The Inspectors will not be responsible for the means, methods, techniques, sequences, or procedures, or for safety precautions or programs in connection with the work and they will not be responsible for the Contractor's failure to carry out the work in accordance with the contract documents. ---PAGE BREAK--- 50 - 5 MJ/17807.06 Inspectors employed by the Owner are authorized to notify the Contractor or his/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 his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be ---PAGE BREAK--- 50 - 6 MJ/17807.06 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 forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage 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/her hauling equipment and shall correct such damage at his/her own expense. In work performed at airports, the Contractor is advised that runways, taxiways, aprons, etc., were designed and constructed based on the expected wheel loads of aircraft and may not support the wheel loads of some equipment used by a Contractor. Therefore, the Contractor must route or schedule his equipment so that no damage to existing facilities is caused by him. If damage is caused, repair or replacement as required by the Engineer will be at the Contractor's expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. ---PAGE BREAK--- 50 - 7 MJ/17807.06 Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Owner and Engineer to make final inspection of that unit. If the Owner and Engineer find upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon 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 completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Owner 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 Owner 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 him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within ten (l0) calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. ---PAGE BREAK--- 50 - 8 MJ/17807.06 On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal, which may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's ---PAGE BREAK--- 50 - 9 MJ/17807.06 judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order which shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. 50-18 HAUL ROADS AND HAUL ROUTES. Haul roads to be used under this contract shall be those designated and approved by the Engineer. In general, the Contractor shall confine his equipment and hauling where practical to the route shown on the contract drawings. If existing pavement is damaged by the Contractor's hauling operations, it shall be repaired to its original condition at the Contractor's expense. The Contractor shall protect the pavement along the designated haul routes and continuously keep it free from all debris. Haul roads across turfed areas shall be repaired, scarified, seeded, mulched, and fertilized at the Contractor's expense, unless otherwise directed by the Engineer. Hauling or moving operations will not be permitted without express permission of the Engineer. No haul roads will be permitted within 150 feet of the centerline of an active runway. It shall be the responsibility of the Contractor to obtain any permits or other special permission to use state or local roads or to cross state or local roads while conducting hauling or moving operations. In addition, the Contractor shall maintain the haul routes and roads and shall keep dust abatement provisions of the Environmental Protection Plan. Sweeping and cleaning of pavement will be done as necessary to remove spillage resulting from hauling operations. The cost of maintenance and repair of haul routes or roads as mentioned above shall be considered as a subsidiary obligation of the Contractor. ---PAGE BREAK--- 50 - 10 MJ/17807.06 50-19 CORRECTION OF WORK AFTER FINAL PAYMENT. Neither the final certificate for payment nor any provision in the Contract Documents shall relieve the Contractor of responsibility for faulty materials or workmanship and, unless otherwise specified, he shall remedy any defect due thereto and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from date of final acceptance. Owner shall give notice of observed defects with reasonable promptness. Whenever the word "acceptance" occurs, it shall be understood to mean final acceptance. 50-20 WARRANTY AND GUARANTEE. The Contractor warrants to the Owner that all materials furnished under this Contract shall be new, unless otherwise specified, and that all work, including without limitation all materials, will be of good quality, free from faults and defects and in conformance with Contract Requirements. Any work not so conforming to these standards may be considered defective. If, within one year after the date of final acceptance of the work, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract, any of the work is found to be defective or not in accordance with Contract Requirements, the Contractor shall correct it after receipt of written notice from the Owner to do so. The obligations of the Contractor in this paragraph entitled "Warranty and Guarantee" shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract or otherwise prescribed by law. 50-21 SHOP AND SETTING DRAWINGS. "Shop and Setting Drawings" or "Working Drawings" shall be supplied for each and every fabricated item or part. Drawings and data shall be submitted sufficiently in advance of the work to permit proper review, including time for necessary revisions and resubmittals. Delay to the work caused by late submission of Shop Drawings shall be the responsibility of the contractor making such late submission. Shop and setting drawings shall present complete and accurate information relative to all working dimensions, equipment weight assembly and sectional view, all the necessary details, pertaining to coordinating the work of the contract, lists of materials and finishes, parts lists and the description thereof, lists of spare parts and tools where such parts or tools are required, no-scale control diagrams for control wiring and control piping, and any other items of information that are required to demonstrate detail compliance with the Plans and Specifications. If the Contractor proposes equipment requiring materially different layout from that shown on the plans, and if such equipment is approved by the Engineer, the Contractor shall submit drawings showing the revised layout of all affected structures, piping, and equipment. 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. ---PAGE BREAK--- 50 - 11 MJ/17807.06 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 by the Contractor for compliance with the Contract Documents. The Engineer's review of the Contractor's shop drawings signifies only that such drawings appear to be in substantial conformity with the contract drawings and specifications or with the Engineer's instruction. Such review does not indicate approval of every detail of the drawings nor of the work methods of the Contractor which are indicated thereon. Regardless of the corrections made in or made of such drawings by the Engineer, the Contractor will nevertheless be responsible for the accuracy of such drawings, for their conformity to the plans and specifications, and for the proper fitting and construction of the work. No work covered by shop and setting drawings shall be done until the drawings have been reviewed by the Engineer. 50-22 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 boiler control panels, generator transfer panels, electric or electronic instruments and similar items, the detail shop wiring diagrams for such equipment will not be required, and, if submitted, will in general not be reviewed. The submittal for each such item of equipment shall, however, include an elementary diagram of the input and output elements which require connections to external equipment, and/or a complete step by step description of the control action of the equipment being submitted. In the event that any questions shall arise as to the type of information to be presented on the submittal, the supplier shall direct inquiries to the Engineer though the Prime Contractor in advance of the preparation of his/her submittal. 50-23 SHOP DRAWING APPROVAL PROCEDURE. The following procedure has been established for the submittal and processing of shop and setting drawings. Departures from this procedure may result in delay and misunderstandings. 1. In submitting drawings, catalog data, and similar items for review, at least four copies shall be submitted. This number includes one for return to the Contractor bearing the review stamp. If the Contractor desires more than one copy returned to him, he shall submit with the initial and subsequent transmittals the additional number desired up to a maximum of three copies. If the Engineer requires additional copies, he will so inform the Contractor upon return of the reviewed material. Additional copies of reviewed Shop Drawings will be requested in the cases where the subject matter shown thereon requires coordination of two or more prime Contracts. Two copies of each of such drawings received will be re-transmitted by the Engineer, ---PAGE BREAK--- 50 - 12 MJ/17807.06 whenever possible, to each of the other prime Contractors whose work is to be correlated with such drawings. The Engineer will re-transmit these drawings in order to facilitate each Contractor's coordination of his/her own work with that of the other Contracts. 2. For transmitting data for review, two copies of the letter of transmittal will be required by the Engineer's office. Form letters may be used. 3. All correspondence, other than simple transmittal of data, shall be in triplicate. 4. Unless otherwise requested, a single copy of the correspondence emanating from the Engineer's office will be sent. Additional copies of correspondence up to a maximum of four copies will be provided, if requested. 5. Drawings and similar data will be stamped as follows: a. "No Exception Taken", if no change or rejection is made. All but three copies of the submitted data will be returned. b. "Make Corrections Noted", if minor changes or additions are made, but resubmittal is not considered necessary. All but three copies of the submitted data will be returned and all copies will bear the corrective marks. c. "Revise and Resubmit", if the changes requested are extensive. In this case, resubmittal after correction is necessary and the same number of copies shall be included in the resubmittal as in the first submittal. One copy of the first submittal will be retained by the Engineer's office and only two copies will be returned to the Contractor unless the Contractor has requested the return of additional copies as set forth above. All other copies will be destroyed. d. "Rejected", if it is considered that the data submitted cannot with reasonable revision meet the requirements of the plans and specifications. As in above, only two copies will be returned unless additional copies have been requested. One copy will be retained by the Engineer's office, and all others will be destroyed. e. "Submit Specified Item", if the data submitted is not clear, complete, or for other reasons cannot be examined by the Engineer to establish compliance with the plans and specifications. Only two copies will be returned to the Contractor, one copy will be retained by the Engineer, and all other copies shall be destroyed. 6. Unless otherwise approved in specific cases, all data must be transmitted by the Prime Contractor not by the Subcontractors or vendors. 7. Any changes other than those indicated as requested, made in drawings or other data, must be specifically brought to the attention of the Engineer upon resubmittal. Changes or additions shall not be made in or to reviewed data without re-review. ---PAGE BREAK--- 50 - 13 MJ/17807.06 8. In order to eliminate cross filing, it is required that the subject matter of any one drawing be limited to one payment item. 50-24 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, well points, and appliances needed to maintain thorough drainage of the work in a satisfactory manner. 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 own expense. 50-25 SHEETING AND BRACING. The Contractor shall furnish, place, and maintain such sheeting, bracing, and shoring as required to support the sides and ends of excavations in such a manner as to prevent any movement which would in any way damage the pipe, sewers, masonry, or other work, diminish the width necessary, otherwise damage or delay the work, or endanger existing structures, pipes or pavements, or to occasion a hazard to persons engaged on the project or to the general public. Sheeting and bracing or other trench protection shall be utilized as required for the safety of employees exposed to the hazard of falling or sliding material from any trench or excavation in conformance with the provisions of Industrial Code Rule 23 as amended, and OSHA. The Contractor shall submit details of all sheeting to be used on this project to the Engineer for review. These submitted details must be signed and stamped by a Professional Engineer licensed to practice in New York. The Contractor shall be responsible for the adequacy of all trench support systems used and for all damage to persons or property resulting from improper quality, strength, placing, maintenance and removal. All material used for sheeting and bracing shall be sound and free from defects which might impair its strength or effectiveness. All timber sheeting and bracing shall be sound and straight, free from cracks, shakes and large or loose knots, with dressed edges where directed and shall otherwise conform with National Design Specifications for Stress Grade Lumber for lumber of a minimum fiber stress of 1,200 pounds per square inch. ---PAGE BREAK--- 50 - 14 MJ/17807.06 All steel sheeting and bracing shall be sound and straight, free from bends, twists or splits, having square and undamaged ends and shall otherwise conform with ASTM Designation A328-75A and shall have a minimum thickness of 3/8 inch. Sheeting shall be driven vertically from the original ground surface as the excavation progresses. Sufficient toe support shall be sustained so as to maintain pressure against the original ground at all times. Timber sheeting shall be driven so that edges are tight together and steel sheeting driven with the individual members interlocking. All bracing shall be of such design and strength as to maintain the sheeting in its proper position. If, in the judgment of the Engineer, the sheeting or supports furnished are inadequate or unsuited for the purpose, he may order such sheeting or bracing to be replaced or additional sheeting and bracing to be installed. Any sheeting and bracing ordered and so installed for such purpose shall be furnished and installed at the expense of the Contractor. Whether or not the Engineer orders any additional sheeting or bracing to be installed or unsuitable sheeting or bracing to be replaced, the Contractor shall be solely responsible for the adequacy of all sheeting and bracing. In general, all sheeting and bracing, whether of steel, timber or other material, 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 may be approved. The Contractor shall be responsible for the adequate shoring and/or bracing of any existing utilities encountered during the excavation. Such utilities shall be braced or shored in a manner acceptable to the local jurisdictional agency having authority over the utility encountered. It shall be the responsibility of the Contractor to prevent damage to or displacement of utilities, and to work with and request the concurrence of the utility's company representative in this matter. The Contractor shall give written notice, seventy-two (72) hours in advance of excavation operations, to all utility companies with services in the vicinity of such operations. A copy of such notification shall be filed with the Engineer. The use of a trench shield, box or similar device in place of sheeting and bracing will not be allowed. The Contractor, as a minimum, shall tight sheet and brace those areas shown on the Contract Drawings. END OF SECTION 50 ---PAGE BREAK--- 60 - 1 MJ/17807.06 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished 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 lighting equipment that conforms to the requirements of cited materials specifications, including National Electrical Code, latest edition and Illuminating Engineering Society (IES). 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the Owner. Samples will be taken by a qualified representative of the Owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. THE COST OF ALL FAILING TESTS SHALL BE BORNE BY THE CONTRACTOR. 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. ---PAGE BREAK--- 60 - 2 MJ/17807.06 When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the specified “brand name”, the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an “or equal” material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed “or equal” is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. ---PAGE BREAK--- 60 - 3 MJ/17807.06 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No 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 used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner- furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner-furnished materials. END OF SECTION 60 ---PAGE BREAK--- 70 - 1 MJ/17807.06 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work, except that the Owner shall procure the required permits for earth disturbance from the applicable regulatory agency. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. 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 a public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. ---PAGE BREAK--- 70 - 2 MJ/17807.06 70-05 FEDERAL AID PARTICIPATION. No Federal Aid is being utilized on this contract. However, the Owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, NYSDOT, 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 Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government or the State of New York a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (MUTCD: published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1L, Standards for Airport Markings. ---PAGE BREAK--- 70 - 3 MJ/17807.06 The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2G, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2G. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. All barricade warning lights shall be flashing red, omni-directional battery operated lights. No yellow and/or “pancake” type lights shall be permitted. Open-flame type lights shall not be permitted. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. 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 from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property 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 prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, he shall restore, at his/her own ---PAGE BREAK--- 70 - 4 MJ/17807.06 expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the “Workmen's Compensation Act,” or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 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 the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such “phasing” of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described in Section 80-12, Specific Airport Requirements. Upon completion of any portion of the work, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work 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/her expense. ---PAGE BREAK--- 70 - 5 MJ/17807.06 The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Owner's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other 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/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, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another government 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 below: Utility Service Person to of Facility Contact Telephone No. Dig Safely New York (800) 962-7962 It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. ---PAGE BREAK--- 70 - 6 MJ/17807.06 It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing; a copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet 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, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. ---PAGE BREAK--- 70 - 7 MJ/17807.06 b. The Contractor shall notify the above named FAA Airway Facilities Point-of-Contact seven calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point-of-Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities’ standards to the satisfaction of the above named FAA Point-of-Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point-of-Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA Airway Facilities 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 Airway Facilities’ specifications and require approval by the above named FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, 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 to him by this contract, there shall be no liability upon the Engineer, his/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/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. ---PAGE BREAK--- 70 - 8 MJ/17807.06 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, New York State, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. Air Pollution: A. Excessive Dust Causes. 1. Common construction operations, which may cause excessive dust, include: a. Quarry, drilling and rock crushing. b. Clearing, grubbing, and stripping. c. Excavation and placement of embankment. d. Cement and aggregate handling. e. Cement or lime stabilization. f. Blasting. g. Use of haul roads. h. Sandblasting or grinding. 2. Other construction items, which may cause air pollution, are: a. Volatiles escaping from asphalt and cut back materials. b. Use of herbicides or fertilizers. c. Smoke from asphalt plants or heater/planers. B. Control of Dust and Other Air Pollutants. 1. Control of dust and other pollutants shall be the responsibility of the Contractor and may include the following control methods: a. Drilling apparatus equipped with water or chemical dust controlling systems. b. Exposing the minimum area of land. c. Applying temporary mulch with or without seeding. d. Use of water sprinkling trucks. e. Use of covered haul trucks. f. Use of stabilizing agents in solution. g. Use of dust palliative and penetration asphalt on temporary roads. h. Use of wood chips in traffic or work areas. i. Use of vacuum equipped sandblasting systems. j. Use of plastic sheet coverings. k. Restricting the application rate of herbicides to recommended dosage. Materials should be covered and protection from the elements. Application, equipment, and empty containers shall not ---PAGE BREAK--- 70 - 9 MJ/17807.06 be rinsed and discharged as to pollute a stream, etc. or the groundwater. l. Bituminous mixing plants shall be equipped with a dust collector, to waste or return uniformly to the hot elevator all or any part of the material collected. m. Delay of operations until climate or wind conditions dissipate or inhibit the potential pollutants in a manner satisfactory to the Engineer. Water Pollution: A. The Contractor shall use suitable precautions to minimize water pollution during the progress of the work. Erosion control devices or methods may consist of berms, dikes, dams, drains, sediment basins, fiber maps, woven plastic filter cloths, gravel, mulches, quick growing grasses, sod, bituminous spray or other control devices. The control devices shall be as shown on the plans and/or specified. B. The amount of surface area of erodible earth at any one time shall not exceed seven hundred fifty thousand (750,000) square feet unless otherwise specified by the Engineer. C. Pollutants such as fuels, lubricants, bitumens, raw sewage, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or man-made channels leading thereto. Wash water or waste from concrete mixing or curing operations should not be allowed to enter live streams, etc. In the event of conflict between these requirements and pollution control laws, rules, or regulations or other Federal, State, or local agencies, the more restrictive laws, rules, or regulations shall apply. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any known property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance ---PAGE BREAK--- 70 - 10 MJ/17807.06 with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 ---PAGE BREAK--- 80 - 1 MJ/17807.06 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 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 72 hours in advance of the time actual construction operations will begin, unless otherwise specified herein. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 5 days 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 his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution 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/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS (AOA) of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. ---PAGE BREAK--- 80 - 2 MJ/17807.06 When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. When the AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis, close coordination with the Owner (through the Engineer) will be required. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who, in the opinion of the Engineer, does not perform his 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. Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and ---PAGE BREAK--- 80 - 3 MJ/17807.06 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. The Contractor shall not commence new work that would be prejudicial to work already started. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). ---PAGE BREAK--- 80 - 4 MJ/17807.06 The Engineer shall base his/her weekly statement of contract time charged on the following considerations: 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 6 hours with the normal work force employed on such principal item. 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 Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non-work days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. ---PAGE BREAK--- 80 - 5 MJ/17807.06 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 completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 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 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. The aforementioned shall include the Two Hundred Fifty Dollars ($250.00) in liquidated damages per calendar day, Sundays and Holidays included, beyond the four calendar days allotted for the shutdown of the aircraft fueling systems. 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/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the ``Notice to Proceed,'' or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or ---PAGE BREAK--- 80 - 6 MJ/17807.06 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 prosecution 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 him 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 herein before, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the 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 prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. ---PAGE BREAK--- 80 - 7 MJ/17807.06 Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 GENERAL AIRPORT OPERATING REQUIREMENTS. During the time that the Contractor is performing the work, the terminal apron, taxiways and runways at the Airport will remain in use by aircraft, to the extent permitted by the Owner and the Federal Aviation Administration. The use of runways and taxiways by aircraft, adjacent to areas where the Contractor is working, will be so scheduled as to reduce disturbance to the Contractor's operations but no representation or guarantee is made as to the extent to which disturbance can or will be reduced. In any event, the aircraft operation shall always have priority over any and all of the Contractor's operations and the Contractor shall not allow his/her employees, Subcontractors, materialmen or any other persons over whom he has control to enter or remain upon or allow any plant or materials to be brought or to remain upon any part of the Airport, which in the opinion of the Owner, Federal Aviation Administration or New York State Department of Transportation would be a hazardous location. Because of the arrivals and departures of aircraft, the Owner makes no representation as to the periods of time when conditions at or near the runways or elsewhere at the Airport will be such as to permit the work to be performed without interruption or as to when any work can be performed and completed. Arrivals and departures of airplanes are under the control of the Airport and emergencies and operating conditions may necessitate sudden changes both in airport operations and in the operations of the Contractor. Should runways or taxiways be required for the use of aircraft and should the Owner or the Federal Aviation Administration deem the Contractor to be too close to the portion used by aircraft for safety, the Engineer may order the Contractor to cease his/her operations, remove his/her personnel, plant equipment or materials to a safe distance and standby until the runway and taxiway are no longer required for use by aircraft. The Contractor will not be permitted to enter upon any area of the landing strips unless accompanied by a representative of the Owner designated by the Engineer to escort the Contractor's men and equipment to the point or points of operations within the limits of such areas, and he shall not traverse back and forth between points within such areas unless accompanied by said representatives. ---PAGE BREAK--- 80 - 8 MJ/17807.06 The Contractor shall take all precautions necessary to insure the safety of operating aircraft as well as his/her own equipment and personnel. Special considerations must be given to aircraft operations. The Contractor shall obey all instructions as to routes to be taken by equipment traveling within the airport areas and keep all such equipment marked as noted herein. The Contractor shall make his/her own estimation of all difficulties to be encountered and shall make allowance for such difficulties in the amounts bid under the several items of the Contract. Equipment not actually in operation shall be kept clear of landing areas. When aircraft are operating, personnel shall not enter areas of the Airport without specific permission. No requirements of this Contract with respect to any precautions required or omitted to be required shall be deemed to limit or impair any responsibilities or obligations assumed by the Contractor under or in connection with this Contract, and the Contractor shall at all times maintain adequate protection to safeguard the public and all persons engaged in the work and shall take such precautions as will accomplish such end, without undue interference with the public or the operations of the Owner. Signals approved by the Engineer shall be provided by the Owner to indicate that a runway or taxiway on or near which the Contractor is working is required for use by the aircraft and such designated signals, when given, shall be deemed an order of the Engineer as above provided to remove immediately all personnel, equipment and materials above ground together with any possible obstructions or barriers to the distances from the runway or taxiway stated herein. The Contractor shall make suitable standing arrangements to insure that such signals are observed and such order is complied with including, without limitation, the posting of a watchman or watchmen with the sole assignment of watching for such signals. The watchmen shall be given the authority to clear areas required by the Owner. Provisions shall be made by means of signals for the watchmen to notify the Engineer and the Owner that the critical area has been cleared. Signals given by such watchman or watchmen shall be complied with by the Contractor. The Owner does not guarantee, however, that any signals will be designated for such purpose or that, if designated, such signals will be given, and neither the Contractor nor any other person may rely on any signal being given. The Owner assumes no responsibility to the Contractor or to any other person for the giving of any such signal. Each truck or piece of equipment in use by the Contractor shall be provided with a flag on a staff so attached to the vehicle so that the flag will be readily visible. The flag shall not be less than three feet square consisting of a checkered pattern of international orange and white squares of not less than one foot on each side and displayed in full view above the vehicle. Any vehicle operating within aircraft movement areas during the hours of darkness shall be equipped with a flashing dome-type light, the color to be in accordance with local and/or State codes. Additional identification and control of construction equipment may be required by the airport security plan, if applicable. 80-12 SPECIFIC AIRPORT OPERATING REQUIREMENTS. During the work under this project, the Owner will make such arrangements to coordinate aircraft movements and Airport operations as necessary to conform to the construction procedures as outlined below. The ---PAGE BREAK--- 80 - 9 MJ/17807.06 Contractor shall give adequate notice to the Resident Engineer, so as to afford time to coordinate construction with the Owner. No work shall proceed in any area without prior approval. A. Work Areas. The work of the project will be performed in one phase area in order to coordinate construction in a manner that will minimize interference with airport operations: Phase 1: Contains all work associated with the installation of the new 10,000 gallon (Base Bid) or 12,000 gallon (Add-Alternate No. 01) above-ground Jet-A Fuel Tank as shown in contract plans as “Phase 1” and includes mobilization/demobilization, maintenance and protection of traffic, survey and stakeout, pavement saw cutting, excavation, installation of subbase and concrete slab on grade, concrete footings and tank support piers and installation of the Jet-A fuel tank as well as all pumps, dispensers, safety measures, electrical, lighting and communications infrastructure, asphalt paving and replacement of pavement markings. Work in Phase I shall also include the improvements to the 100LL fuel system, which shall include the replacement of the 100LL pump head (“dispenser”) on the existing fuel island. The aforementioned list of work items is not comprehensive, but is a means of identifying the general scope of work included in this contract. B. Specific Requirements within Phase areas: Phase 1 Area: Site Access – All construction equipment, vehicles and materials shall enter and exit through the airport’s main entrance gate off from NYS Route 222, also known as Old Groton Road. Construction vehicles will be allowed to traverse the aircraft parking apron using only the designated Haul Route as depicted on the project plans, and shall completely contain themselves to the access/haul route and entry/exit point as denoted in the project plans. Improvements to the haul route and construction staging area will not be required, however if the pavements within the Contractor’s access, haul route, staging area or any area of the work are damaged by the Contractor, the Contractor shall bear sole responsibility for immediate repair or replacement of the pavement at his own expense, to a condition as good or better than that prior to construction. I. Time of Completion: All Work in this contract shall be completed within 30 calendar days from the start of construction. The 30 calendar day time of completion shall be exclusive of the lead time for equipment. II. Liquidated Damages: Failure to complete all required in this contract within the 30 calendar days specified will result in the assessment of liquidated ---PAGE BREAK--- 80 - 10 MJ/17807.06 damages in the amount of $500 for each calendar day or portion thereof in which work items remain incomplete. Failure to complete all work requiring the shutdown of aircraft fueling services during the 100LL fuel system upgrades, within the four calendar days specified will result in the assessment of liquidated damages in the amount of $250 for each calendar day or portion thereof in which work remains incomplete and the aircraft fueling system remains shut down. III. The Contractor shall provide adequate equipment onsite to continuously maintain the construction haul route. All public roadways shall be inspected and cleaned prior to the Contractor leaving the site on a daily basis. A minimum of operable vacuum sweeper truck shall be onsite at all times. IV. Construction Barricades or Standard Channelizing Cones for Phase I shall be placed as follows: On the aircraft parking ramp, generally surrounding the construction site and offset from the work as per the Construction Safety and Phasing Plan, Drawing CS-01 and details shown on Drawing MD- 01 in the project plans. Note that barricades and channelizing cones, across the aircraft parking ramp, may at times during construction be required to be temporarily relocated and then replaced during those instances when aircraft must taxi near the project site, and in particular when aircraft require entrance and exit to and from the airport’s facilities. The contractor’s manpower and equipment shall be required to “pull back” and stand down to provide safe clearance distances for all taxiing aircraft and airport maintenance and emergency equipment. C. Supplemental Requirements. 1. Work Schedule: The Contractor shall submit a work schedule for the work in all areas for the approval of the Engineer and the Owner. No work shall commence in any area until such schedule is approved by the Engineer and Owner. 2. Temporary Closing of Runways or Taxiways: No temporary closure of the runway or taxiways will be required or permitted as part of this Contract. 3. Barricades & Standard Channelizing Cones: Temporary Barricades and Standard Channelizing Cones shall be as indicated on the Contract Drawings. Barricade and Standard Channelizing Cone lights shall be a 360 ---PAGE BREAK--- 80 - 11 MJ/17807.06 flashing or steady burn red warning light. Use of "pancake" lights on Airport operating surfaces will not be accepted. 4. Maintenance of Airport Lighting: All existing airfield lighting circuits shall be maintained in full operation throughout the period of this Contract. Where disconnections are required, such work shall be made at such times and in such a manner as approved by the Owner. The Contractor shall be required to permit the full use of airfield lighting circuits 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 if necessary. All circuits in the-vicinity of the work area shall be tested prior to, during and after construction as follows. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits as specified below. The test equipment for insulation resistance shall be an insulation resistance tester with a digital readout. The instrument shall provide a 500-volt test voltage for insulation resistance with a meter range of 0 to 199.9 megohms. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. Test Requirements Prior to Construction. 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. Provide a copy of the test results to the Engineer and the Owner. That all lighting power and control circuits are continuous and free from short circuits. That all circuits are free from unspecified grounds. That the insulation resistance to ground of all non-grounded series circuits is not less than 50 megohms. That the insulation resistance to ground of all non-grounded conductors of multiple circuits is not less than 50 megohms. That all circuits are properly connected in accordance with applicable wiring diagrams. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the ---PAGE BREAK--- 80 - 12 MJ/17807.06 continuous operation of each lighting and power circuit for not less than l/2 hour. b. Test Requirements During Construction. Test all circuits within the work area for continuity and insulation resistance at the electrical building, prior to requesting any circuit be energized. Insure that all circuits within the work area are operational, prior to the Contractor leaving the project at the end of the workday. Specific times for circuit checks will be determined by the Engineer relative to the Contractor's work hours each day. That all circuits are free from unspecified grounds. That the insulation resistance to ground of all non-grounded series circuits is not less than 50 megohms That the insulation resistance to ground of all non-grounded conductors of multiple circuits is not less than 50 megohms. That all circuits are properly connected in accordance with applicable wiring diagrams. The Contractor shall test all circuits within the work area for continuity, after backfilling cable trenches. The reading shall be logged and approved by the Resident Engineer prior to payment. 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. c. Test Requirements at the Completion of the Project. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: ---PAGE BREAK--- 80 - 13 MJ/17807.06 That all lighting power and control circuits are continuous and free from short circuits. That all circuits are free from unspecified grounds. That the insulation resistance to ground of all non-grounded series circuits is not less than 50 megohms. That the insulation resistance to ground of all non-grounded conductors of multiple circuits is not less than 50 megohms. That all circuits are properly connected in accordance with applicable wiring diagrams. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. That the counterpoise or ground rod resistance is 25 ohms or less. 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. Provide the Owner and the Engineer copies of all test results. 5. Spoil and Disposal Areas: Spoil shall be disposed of on airport property at a location to be determined by the Engineer, or may be required to be hauled off site and disposed of properly. Final location shall be determined by the Owner and the Engineer during construction. 6. Site for Contractor's Plant: A staging area, as indicated on the Contract Drawings, will be provided where the Contractor may set up a field office and store equipment and materials. The Contractor shall make his own arrangements for, and bear all costs of required utilities. The Contractor shall use and maintain the site in accordance with requirements of the Owner. 7. Storage and Movement of Material and Equipment: The Contractor shall store material and equipment and schedule his operations for work to be done so that no unauthorized interference to normal Airport operations will result therefrom. Grading or stockpiling of materials and other construction operations shall not be conducted in a manner to cause interference with Airport Operations. ---PAGE BREAK--- 80 - 14 MJ/17807.06 No Contractor's vehicle or pedestrian crossing of active runways or taxiways will be allowed at any time during the work of this Contract. No deviation from the pedestrian and vehicle routes to and from the Project Areas will be allowed unless specific permission has been granted by the Owner. The Owner shall at all times have control of operations on or near active runways, taxiways and aprons. All operations shall be subject to coordination by the Contractor with the Resident Engineer for controlling traffic. Before entering or crossing an active surface, the Contractor shall receive proper clearance from the Owner. Vehicles maneuvering in the vicinity of the Airport operational surfaces shall be marked in accordance with Section 70-08 - Barricades, Warning Signs and Hazard Markings. Final method of control of construction operations will be determined during construction. Nothing shall be placed upon a landing area. The use of existing paved areas for Contractor's equipment is expressly prohibited, except for those pavements that must be traversed in carrying out the work and then only upon authorization of the Engineer. Paved surfaces shall be kept clear at all times and specifically must be kept free from small stones which might cause damage to aircraft. Prior to opening any area to traffic, the pavement surface shall be thoroughly cleaned of all debris and the Contractor's equipment removed from the area as directed by the Resident Engineer. 8. Contractor's Haul Routes: The Contractor shall clear, construct and maintain haul routes as required for the prosecution of the work. The haul routes shall only be in the locations approved by the Engineer and the Owner. The Contractor shall be responsible for maintaining existing haul routes. At the completion of the project, these areas shall be returned to their original lines and grades and shall be restored to a condition equal to or better than original. 9. Access to Airport: The Contractor shall use the designated access routes off public highways into the Airport for authorized roadway vehicles. If other access routes from public highways onto the Airport are proposed, the Contractor must obtain approval from the Owner. 10. No Open Trenches: At the end of each day's work, the Contractor shall close all trenches in the vicinity of runways and taxiways. The trenches shall be backfilled level to the ground surface and all stockpiled material shall be leveled to the ground surface or moved to an approved storage area. ---PAGE BREAK--- 80 - 15 MJ/17807.06 11. 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 report in writing to the Resident Engineer all accidents whatsoever arising out of, or in connection with, the performance for the work, whether on or adjacent to the site which caused death, personal injury or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. If any claim is made by anyone against the Contractor or any Subcontractor on account of any accident, the Contractor shall report the facts in writing to the Resident Engineer giving full details of the claims. 12. Contractor's Communication System: Before the Contractor commences work on the airfield, he shall obtain and be equipped with a radio transceiver which operates on the Airport’s UNICOM frequency of 122.80 Mhz. The transceiver shall be Federal Aviation Administration (FAA) and Federal Communications Commission (FCC) approved for use on airports. D. Weekly Progress Meetings. A minimum of one scheduling and coordination meeting shall be held each week unless otherwise directed by the Resident Engineer, throughout the duration of the Contract, between the Owner, Contractor, Engineer and any other interested parties at a time and place to be designated by the Resident Engineer. In attendance at this meeting shall be a Contractor's representative with the authority to make decisions concerning the scheduling and coordination of work and Airport operating problems. E. Payment. Payment for the items described in Section 80-12, including but are not limited to construction, maintenance and removal of any temporary access roads, providing, placing, relocating, maintaining and removing temporary barricades, providing and placing permanent barricades, protection of aircraft and vehicular traffic, installation, maintenance and removal of temporary airfield markings, maintenance of airport lighting circuits, installation, maintenance, and removal of temporary wiring and airfield lighting facilities, cleaning of paved surfaces, restoration of surfaces disturbed as a result of the Contractor's operations, warning signs, hazard markings, barricade lights and removal thereof, installing access gates providing padlocks for access gates, maintaining access gates, providing a guard at access gates, and all security requirements shall be included under Item M-120, Maintenance and Protection of Traffic. 80-13 NIGHT WORK. Work after sunset will not be permitted except as provided by the special requirements of Section 80-12, SPECIFIC AIRPORT OPERATING REQUIREMENTS. Where work on this Contract is required to be done after sunset, such work shall be included in the prices bid, and no extra compensation will be allowed therefore. ---PAGE BREAK--- 80 - 16 MJ/17807.06 80-14 OCCUPANCY AREAS. The area to be used by the Contractors and their employees and the location of field offices, job shanties and other semi-permanent structures shall be designated in the field by the Engineer and the Owner. Field offices, job shanties, and other semi-permanent structures shall not extend above a 7 on l slope, starting at a point 250 feet from the centerline of a runway. 80-15 SAFETY ON AIRPORTS DURING CONSTRUCTION ACTIVITY All construction operations performed on this project shall comply with the requirements of the current FAA Advisory Circular 150/5370-2G Operational Safety on Airports During Construction. See Appendix B, including but not limited to the following: A. Notices to Airmen (“NOTAMS”). No work shall commence prior to issuance of a Notam. Notams shall be issued by the Owner, or designated responsible person. B. General Safety Requirements. During performance of this Contract, the Airport runways, taxiways and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the Contractor's work will be controlled to minimize disturbance to the Contractor's operation. The Contractor shall not allow employees, subcontractors, suppliers or any other unauthorized person to enter or remain in any Airport area which would be hazardous to persons or to aircraft operations. All work which is too close to an active runway, taxiway or apron to be performed under operational conditions shall be performed when the runway, taxiway or apron is not in use. Such work shall not be accomplished without prior permission from the Engineer. C. Construction and Facilities Maintenance. Contractors shall: 1. Be aware of the potential for safety problems and/or hazards. Potentially hazardous conditions which may occur during Airport construction and maintenance include, but are not limited to the following: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxilane; in the related object-free area and aircraft approach or departure areas/zones; or obstructing any sign or marking. c. Runway resurfacing projects resulting in lips exceeding 3 inches (7.6cm) from pavement edges and ends. d. Heavy equipment (stationary or mobile) operating or idle near AOAs, in runway approaches and departures areas, or in OFZs. e. Equipment or material near NAVAIDs that may degrade or impair radiated signals and/or the monitoring of navigational and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. ---PAGE BREAK--- 80 - 17 MJ/17807.06 f. Tall and especially relatively low-visibility units equipment with slim profiles)— cranes, drills, and similar objects—located in critical areas, such as OFZs and approach zones. g. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxilane or in a related safety, approach, or departure area. h. Obstacles, loose pavement, trash, and other debris on or near AOAs. Construction debris (gravel, sand, mud, paving materials, etc.) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. i. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open AOAs create aviation hazards. j. 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. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOAs create aviation hazards. k. Wildlife attractants—such as trash (food scraps not collected from construction personnel activity), grass seeds, or ponded water—on or near airports. l. Obliterated or faded markings on active operational areas. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. n. Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction-related airport conditions. o. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway/taxiway lighting; loss of navigational, visual, or approach aids; disruption of weather reporting services; and/or loss of communications. p. Restrictions on ARFF access from fire stations to the runway-taxiway system or airport buildings. q. Lack of radio communications with construction vehicles in airport movement areas. r. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. ---PAGE BREAK--- 80 - 18 MJ/17807.06 s. 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. t. Spillage from vehicles (gasoline, diesel fuel, oil, etc.) on active pavement areas, such as runways, taxiways, ramps, and airport roadways. u. Failure to maintain drainage system integrity during construction no temporary drainage provided when working on a drainage system). v. Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, construction contractors should make provisions for coordinating work on circuits. w. Failure to control dust. Consider limiting the amount of area from which the contractor is allowed to strip turf. x. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring, and place it in conduit or bury it. y. Site burning, which can cause possible obscuration. z. Construction work taking place outside of designated work areas and out of phase. 2. Conduct activities so as not to violate any safety standards contained herein. 3. Inspect all construction and storage areas as often as necessary to be aware of conditions. 4. take all steps needed to prevent/remedy any unsafe or potentially unsafe conditions/activities discovered. Before actual commencement of construction activity, the Contractor shall give adequate notice to Airport management of proposed time and date of commencement of construction in such areas. Upon completion of work and return of all such areas to standard conditions, the Contractor shall notify Airport management of completion of construction. D. Trenches, Excavations and Stockpiled Material. Open trenches or excavations exceeding 6 inches in depth and 6 inches in width or stockpiled material will not be permitted within the limits of restricted areas of operational runways or taxiways. Coverings for open trenches or excavations shall be of sufficient strength to support the weight of the heaviest aircraft operating on the runway or taxiway. E. Construction in Proximity to Runways & Taxiways. ---PAGE BREAK--- 80 - 19 MJ/17807.06 1. Contractor who intends on using equipment on or adjacent to the airport shall file FAA form 7460-1 Notice of Proposed Construction or Alteration at least 30 days prior to the start of construction activity. No work shall begin until a response from the FAA has been received. If required by the FAA aeronautical study (response/determination to the filed 7460-1) the contractor shall file FAA form 7460-2 Notice of Actual Construction of Alteration any time the project is abandoned or at least 10 days prior to start of construction. FAA forms 7460-1 and 7460–2 are available on the web at http://www2.faa.gov/arp/forms. 2. Runway Sides. If appropriate construction/maintenance NOTAM has been issued, construction equipment is permissible as close as the following distances from centerline of runway indicated: Runway Designation Distance From Centerline 6 250 feet 24 250 feet 3. Runway Ends. If appropriate construction/maintenance NOTAM has been issued, construction/maintenance activity is permissible off the ends of the runway indicated below, provided at least the indicated minimum safety area and indicated unobstructed approach slope are maintained: Phase 1: Runway End Minimum Safety Area Minimum Unobstructed Number Behind Threshold Approach Threshold 6 250 feet 34:1 to threshold 24 250 feet 34:1 to threshold 4. Taxiway/Taxilane Edges. If appropriate construction/maintenance NOTAM has been issued, construction equipment is permissible within the taxiway safety areas if adequate wingtip clearance exists between the aircraft and equipment/material. The following are the minimum distances from centerline of taxiway indicated: Taxiway Designation Distance From Centerline Taxiway A 50 feet Taxiway B 50 feet Taxiway C 50 feet ---PAGE BREAK--- 80 - 20 MJ/17807.06 F. Threshold Marking and Lighting. Temporary threshold marking, if required, shall be furnished and maintained by the Contractor. G. Closed Runway Marking. Closed runway marking, if required, shall be as shown on the Plans and furnished by the Contractor. Barricades, flagging and flashers are required. Hazard marking and lighting shall be acceptable to the Airport Owner and Engineer. H. Motorized Vehicles. 1. When any vehicle other than those approved for use in the aircraft movement area and runway approach area is required to travel over any portion of that area, it shall be escorted by a vehicle properly identified to operate in the area and be provided with a flag on a staff attached to the vehicle. A flag or escort vehicle is not required for vehicles which have been painted, marked and lighted for routine use on aircraft movement areas. Any vehicle operating on the movement area during the hours of darkness should be equipped with a flashing dome-type light, the color to be in accordance with local and/or State codes. 2. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the control tower, by escort, flagman or the means appropriate for the particular airport. The clearance should be confirmed by the driver's personal observation that no aircraft is approaching his/her position. 3. The contractor shall clearly identify the vehicles for control purposes by either assigned initials or numbers prominently displayed on each side. The identifying symbols should be of 8-inch minimum, block-type characters of a color easily read. They may be applied by use of tape or water-soluble paint to facilitate removal. In addition, all vehicles must display the identification media as specified in the approved security plan, if applicable. 4. Employee parking shall be as designated by the Airport 5. Construction Site Access and Haul Road: Access to the job site shall be via the airport entrance road off from Brickyard Road, and through the main airport gate, as shown on the Plans or as designated by the Airport I. Navigational Aids. The Contractor shall not conduct any construction activity within the navigational aids ILS components, VOR, ASR, ATCI) restricted areas shown on the Plans without prior approval from the local FAA Airway Facilities Sector through the Engineer. J. Limitations on Construction. 1. Open-flame welding or torch cutting operations are prohibited unless adequate fire and safety precautions are provided and have been approved by the Airport. ---PAGE BREAK--- 80 - 21 MJ/17807.06 2. Open trenches, excavations and stockpiled material at the construction site shall be prominently marked with red flags and lighted by light units during hours of restricted visibility and/or darkness. 3. Marking and lighting of closed, deceptive and hazardous areas shall be provided by the Contractor, when required, in accordance with Advisory Circular 150/5340-lL, Standards for Airport Markings. 4. Stockpiled material shall be constrained in a manner to prevent movement resulting from maximum anticipated aircraft blast or forecasted wind conditions. K. Debris. Waste and loose material capable of causing damage to aircraft landing gears, propellers or being ingested in jet engines, shall not be placed on active aircraft movement areas. Material tracked on these areas shall be removed continuously during the project work. END OF SECTION 80 ---PAGE BREAK--- 90 - 1 MJ/17807.06 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet 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 Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term “ton” will mean the short ton consisting of 2,000 pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designated by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. ---PAGE BREAK--- 90 - 2 MJ/17807.06 When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 F or will be corrected to the volume at 60 F using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term “lump sum” when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, “lump sum” work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 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 gage, 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. ---PAGE BREAK--- 90 - 3 MJ/17807.06 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. 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 weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales “overweighing” (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct 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 Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the “basis of payment” subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. ---PAGE BREAK--- 90 - 4 MJ/17807.06 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer 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 Engineer's order to omit or non-perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature of 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 a negotiated and agreed upon allowance for overhead and profit. 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 force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. ---PAGE BREAK--- 90 - 5 MJ/17807.06 c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. Quantities of materials, prices, and extensions. Transportation of materials. Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. 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 (95 percent) 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 5 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work ---PAGE BREAK--- 90 - 6 MJ/17807.06 remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime 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. ---PAGE BREAK--- 90 - 7 MJ/17807.06 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, he/she may request that the owner accept (in lieu of the 5 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under 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 5 percent 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. 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 Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer 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 Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. ---PAGE BREAK--- 90 - 8 MJ/17807.06 90-10 GUARANTY. The Contractor shall, in consideration of the Contract price, maintain and keep in good repair all the work executed under this Contract for a period of twelve (12) months from the time of its final acceptance. Also, that he will make any and all repairs deemed necessary by the Engineer within five days from the date of notice from the said Engineer. Within the period of said guaranty, no certificate given nor payment made under the Contract, nor partial or entire occupancy of the premises by the Owner shall be construed as an acceptance of defective work or of improper materials or as condoning any negligence or omission. 90-11 SECURITY FOR GUARANTEE. The Contractor shall upon final acceptance of the work, furnish a maintenance bond to the Owner in a penal sum equal to five percent of the amount of the Contract price, executed by a surety company authorized by the Department of Insurance of the State of New York to execute such a bond in this State, and which bond shall be approved as to form and manner of execution by the Owner's attorney. This bond shall be conditioned for the faithful performance by the said Contractor of the conditions and stipulations of Section 90-10 of these Specifications, thereof relating to maintenance and repair, for a period of one 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 may be retained out of any monies due to the Contractor and be held for twelve (12) months, or until the bond above described is filed. 90-12 LIEN LAW. If, at any time before or within thirty (30) days after the whole work herein agreed to be performed has been completed and accepted by the party of the first part, any person or persons claiming to have performed any labor or furnished any material toward the performance or completion of this Contract shall file with the Engineer and with the financial officer of the Owner or other offices or person charged with the custody and disbursement of the Owner funds applicable to the Contract under which the claim is made, such notice as is prescribed in the Act of Legislature of the State of New York passed February 17, 1909 entitled an "Act in Relation to Liens", and the acts amendatory thereof or supplementary thereto, then and in every such case the party of the first part shall retain (anything herein contained to the contrary thereof notwithstanding) from the monies under its control and due or to grow due under this Agreement, as much of such monies as shall be sufficient to pay, satisfy and discharge the amount in such notice claimed to be due to the person or persons filing such lien, together with the reasonable cost of any actions brought to enforce such claim or the lien creating by the filing of such notice. The monies so retained shall be retained by the party for 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. END OF SECTION 90 ---PAGE BREAK--- 100 - 1 MJ/17674.11 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM SECTION 100 NOT USED END OF SECTION 100 ---PAGE BREAK--- 110- 1 MJ/17674.11 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) SECTION NOT USED END OF SECTION 110 ---PAGE BREAK--- SECTION 120 FEDERAL LAW REQUIREMENTS FOR BID SOLICITATIONS SECTION 120 NOT USED END OF SECTION 120 ---PAGE BREAK--- TECHNICAL SPECIFICATIONS ---PAGE BREAK--- S699 - 1 MJ 17807.06 SECTION 699 MOBILIZATION DESCRIPTION 699-1.1 Under this work the Contractor shall provide necessary bonds, insurance, and refinancing and 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 699-2.1 Such materials as required for mobilization and that are not to be part of the completed contract shall be as determined by the Contractor, except that they shall conform to any pertinent local or State Law, regulation or code. CONSTRUCTION DETAILS 699-3.1 The work required to provide the above facilities and service 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 699-4.1. Payment for mobilization will be made on a lump sum basis. Mobilization shall not exceed 4% of the value of the bid total not including mobilization. Should the bidder exceed the aforementioned four percent the Owner shall make the necessary adjustment to 4% of the total amount bid based on the arithmetically correct proposal. BASIS OF PAYMENT 699-5.1. The amount bid for mobilization shall not exceed four percent of the total contract bid price excluding the bid price for mobilization. Should the bidder exceed the foregoing four percent the Owner 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 §699-1 DESCRIPTION, to the extent and at the time the Contractor deems them necessary for his operations, consistent with the requirements of this work and the respective contract. The amount bid for this lump sum item shall be payable to the Contractor whenever he shall have completed ten percent (10%) of the work of the contract. For the purposes of this item, 10% of the work shall be considered completed when the total of payments earned, as reflected by estimates of work done, not ---PAGE BREAK--- S699 - 2 MJ 17807.06 including the amount bid for this item, shall exceed 10% of the total amount of the Contractor's bid for this contract. Payment will be made at the lump sum price for this item, under: Item S-699 Mobilization maximum) - per lump sum END OF ITEM S-699 ---PAGE BREAK--- S-619 17807.06 SECTION 619 WORK ZONE TRAFFIC CONTROL DESCRIPTION 619-1.1 Work zone traffic control shall consist of all work necessary to provide for the safe and efficient movement of traffic through or around work zones, and to protect workers and the public from damage to person and property which may result, directly or indirectly, from any construction operations. Work zone traffic control shall be completed under the direction of a trained, competent person, as shown in the contract documents, the MUTCD and as directed by the Engineer. The duration of this work shall be from the date any work is started on the contract site, including mobilization of equipment, signs, offices, and shops until the date of contract final acceptance. Temporary materials and components that are furnished by the Contractor shall remain the property of the Contractor. This work shall consist of maintaining aircraft and vehicular traffic and protecting the public from damage to person and property within the limits of and for the duration of the Contract. The Contractor shall comply with all guidelines regarding construction safety set forth in FAA Advisory Circular 150/5370-2G Operational Safety on Airports during Construction included as Appendix B. The requirements of Section 619, as specified in the New York State Department of Transportation Standard Specifications latest issue, plus all revisions and addenda pertaining thereto, shall apply with the following modifications and/or revisions as described below. The following additional items are specifically included without limiting the generality implied by these Specifications and the Contract Drawings. - Staged or phased construction. - Cost or fees associated with any driveway or access road permits. - Restoration of all surfaces disturbed as a result of the Contractor's Operations which are not otherwise paid for. - Installation, maintenance and removal of all new or existing temporary haul roads and maintenance and repair of existing access roads. - Installation, maintenance, and removal of any temporary pavement tapers, transitions or temporary accesses to any airport facilities. - Installation, maintenance of temporary or permanent security fencing and gates including padlocks. - Installation, maintenance and removal of temporary barricades, warning signs, stop signs and hazard markings. ---PAGE BREAK--- S-619 17807.06 - Maintenance of existing airfield lighting system during construction, including the temporary disabling or obscuring of existing airfield lighting and installation of temporary conductors to maintain lighting. - Installation, maintenance, and removal of temporary pavement. - Installation, maintenance, and removal of barricade lights. - Providing a fully operational vacuum sweeper, power broom and water truck. - Cleaning and maintenance of all areas within construction limits and haul routes or areas disturbed by the Contractor's operation via water power broom. - Installation, maintenance, and removal of any temporary drainage, including, ditches, swales, piping and de-watering of work areas. - Alteration, adjustment, maintenance of any drainage inlets, structures or systems necessary to maintain drainage during construction - Coordination with other contractors. MATERIALS 120-2.1 As indicated on plans or otherwise described in the contract documents. All materials shall meet the requirements of FAA AC 150/5370-2G and the NYSDOT Standard Specifications Section 619. METHOD OF MEASUREMENT 120-2.1 No measurement shall be made for this item BASIS OF PAYMENT 120-3.1 No payment shall be made for this item. All costs associated with Maintenance and Protection of Traffic shall be inclusive to the lump sum price bid for Item T-100-5.1. Maintenance and protection of traffic shall include all equipments, materials, and labor necessary to adequately and safely maintain and protect traffic. The Contractor shall supply a schedule of values for all work items in the Contract. 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 Engineer shall deduct the appropriate daily amount from the value for this item. The amount of such calendar day non-payment will be determined by dividing the lump sum amount for maintenance and protection of traffic in the aforementioned Schedule of Values by the number of calendar ---PAGE BREAK--- S-619 17807.06 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 non-conformance with the requirement 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. END OF ITEM S-619 ---PAGE BREAK--- 625-1 MJ 17807.06 SECTION 625 SURVEYING OPERATIONS DESCRIPTION 625-1.1 Under this item, the Contractor shall do all necessary surveying required to construct all elements of the Project as shown on the Contract Drawings and specified in the Proposal and Specifications. This shall include but not be limited to computations, checking existing baseline traverse, control points, stakeout, layout and elevations for pavements, structures, forms, pile layouts and appurtenances as shown and required, consistent with current practices and shall be performed by qualified personnel acceptable to the Engineer. The stakeout survey shall proceed immediately following the award of the Contract and shall be expeditiously progressed to completion in a manner and at a rate satisfactory to the Engineer. The Contractor shall keep the Engineer fully informed as to the progress of the stakeout survey. All survey fieldwork and computations shall be performed under the direction of a licensed land surveyor, licensed in the state in which the work is being completed. CONSTRUCTION METHODS AND MATERIALS 625-2.1 Survey Methods. Conventional TPS survey methods are required for vertical stakeout, quality assurance checks during construction and basis for acceptance of construction. GPS survey methods will be allowed for rough grading during construction and horizontal stakeout only. 625-2.2 Survey Materials. All survey equipment shall be properly calibrated according to the manufacturer’s guidelines. All GPS survey equipment shall be certified as achieving the minimum standards by comparison to conventional survey methods. All instruments, equipment, stakes and any other material necessary to perform the work satisfactorily shall be provided by the Contractor. All stakes used shall be of a type approved by the Engineer. It shall be the Contractor's responsibility to maintain these stakes in their proper position and location at all times. CONSTRUCTION DETAILS 625-3.1 The position of all work shall be established from control points, baseline traverse points or other points of similar nature which are shown on the Contract Drawings and/or modified by the Contractor. Any error, apparent discrepancy or absence in or of data shown or required for accurately accomplishing the stakeout survey shall be referred to the Engineer for interpretation or furnishing when such is observed or required. The Engineer shall be made aware of any discrepancies between the topographical information shown on the contract drawings and the contractor survey before construction commences. The Contractor shall place references marks at each baseline station and quarter stations and at such ---PAGE BREAK--- 625-2 MJ 17807.06 intermediate locations as the Engineer may direct. Offset marks shall be installed at a maximum of 50-foot intervals, unless otherwise noted, with 25-foot maximum intervals required for pavement areas. From computations and measurements made by the Contractor, these marks shall be clearly and legibly marked with the correct centerline station number, offset and cut or fill so as to permit the establishment of the exact baseline location and elevation during construction. If markings become faded or blurred for any reason, the markings shall be restored by the Contractor. Contractor shall locate and place all cut, fill, slope, fine grade, structures or other stakes and points, as the Engineer may direct, for the proper progress of the work. All control points shall be properly guarded and flagged for easy identification. During the progress of the construction work, the Contractor will be required to furnish all of the surveying and stakeout incidental to establish the proper location by line and grade for each phase of the work. For paving and any other operation requiring extreme accuracy, the Contractor will restake with pins or other acceptable hubs located directly adjacent to the work at a spacing directed by the Engineer. 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. All control points shall be referenced by ties to acceptable objects and recorded. Any alterations or revisions in the ties shall be so noted and the information furnished to the Engineer immediately. All stakeout survey work shall be referenced to the baseline shown on the Contract Drawings. All computations necessary to establish the exact position of the work from control points shall be made and preserved by the Contractor. All computations, survey notes and other records necessary to accomplish the work, shall be neatly made. Such computations, survey notes and other records shall be made available to the Engineer and shall become the property of the Owner. The contractor shall perform complete construction survey, stakeout and cross sections of the proposed work area, prior to any excavation, after excavation or embankment placement, subbase placement, cold milling, and successive asphalt courses are completed. Construction survey shall be based upon a maximum 25 –foot grid, unless otherwise noted, based upon the horizontal and vertical control lines provided on the plans. 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. 625-3.2 Tolerances. All surveys shall meet the following tolerances. Contractor shall provide verification that acceptable tolerances are obtained. Pavement: All stakes, points or locations shall be set within 0.08 foot horizontally and 0.02 foot vertically of calculated position. Drainage Structures: All stakes, points or locations shall be set within 0.08 foot horizontally and 0.05 foot vertically of calculated position. ---PAGE BREAK--- 625-3 MJ 17807.06 Earthwork: All stakes, points or locations shall be set within 0.1 foot horizontally and 0.1 foot vertically of calculated position 625-3.3 Submittals. Preconstruction: The contractor shall provide to the engineer a submittal containing the surveyor’s license and experience information demonstrating qualifications for construction stakeout personnel. In addition, the submittal shall include a complete list of the survey equipment (mfg. make and model) proposed for use during the project, including the equipment calibration certification. Construction: Contractor shall provide survey computations in the form of surface elevations at the grid locations to the Engineer for approval before beginning the next construction operation. Construction of the next phase shall not commence until the submittal is approved by the engineer. All construction submittals of grade information by the contractor shall be signed and sealed by a licensed land surveyor. 625-3.4 Acceptance. The Engineer reserves the right to perform an independent survey for basis of acceptance and payment purposes. METHOD OF MEASUREMENT 625-4.1 No measurement will be made for this item. BASIS OF PAYMENT 625-5.1 No payment shall be made for this item. All costs associated with Surveying Operations shall be inclusive to the lump sum price bid for Item T-100-5.1. END OF ITEM S-625 ---PAGE BREAK--- S-203 MJ 17807.06 SECTION 203 EXCAVATION AND EMBANKMENT 203-1 DESCRIPTION. This work shall consist of excavation, disposal, placement and compaction of all materials that are not provided for under another section of these Specifications, and shall be executed in conformance with payment lines, grades, thicknesses and typical sections specified in the contract documents. 203-1.1 Definitions. A. Unclassified Excavation. Unclassified excavation shall consist of the excavation and disposal of all materials, of any description, encountered in the course of construction, unless otherwise specified in the contract. Estimated limits and descriptions of subsurface deposits and formations which may be shown in the contract documents are supplied as a part of Base Line Data. B. Embankment. The embankment is the portion of a fill section situated between the embankment foundation and the subgrade surface, excluding any material placed under another section of these specifications. C. Embankment Foundation. The embankment foundation is the surface upon which an embankment is constructed after all work required under NYSDOT Standard Specifications, 2017 or latest edition, for Section 203 Embankment has been completed. D. Subgrade Surface. The subgrade surface is the surface of the road section upon which the select materials and/or subbase are placed. E. Subgrade Area. The subgrade area is that portion of an embankment situated above either of the following, but excluding any material placed under another section of these specifications. 1. A line located 2 ft. below the subgrade surface and extended to the intersection with the embankment side slopes, or 2. The embankment foundation, whichever is higher. The material and compaction requirements for the subgrade area in embankments are found in Section 203, NYSDOT Standard Specifications, 2017 or latest edition. In cut sections, the subgrade area is not defined except where undercut and backfill with a select material item is specified or ordered: in such cases, the payment lines for undercut work shall define the subgrade area. F. Embankment Side Slope Area. The embankment side slope areas are those cross-sectional areas of an embankment situated outside of lines projected downward and outward on a one on one slope from the edges of the subgrade surface to their intersection with the embankment foundation, but excluding any portion lying within a subgrade area. G. Topsoil. All topsoil materials shall conform to NYSDOT Standard Specifications, 2017 or latest edition, for Section 613, Topsoil. H. Suitable Material. A material whose composition is satisfactory for use in embankment construction is a suitable material. The moisture content of the material has no bearing upon such designation. In general, any mineral (inorganic) soil, blasted or broken rock and similar materials of natural or man-made ---PAGE BREAK--- S-203 MJ 17807.06 (i.e. recycled) origin, including mixtures thereof, are considered suitable materials. Determinations of whether a specific natural material is a suitable material shall be made by the Engineer on the above basis. I. Unsuitable Material. Any material containing vegetable or organic matter, such as muck, peat, organic silt, topsoil or sod, or other material that is not satisfactory for use in embankment construction under §203-1.01H. Suitable Material is designated as an unsuitable material. Certain man made deposits of industrial waste, toxic or contaminated materials, sludge, landfill or other material may also be determined to be unsuitable materials, based on an evaluation by the Department’s Geotechnical Engineering Bureau and Office of Environment, and the Department of Environmental Conservation. J. Borrow. Borrow is material required for earthwork construction in excess of the quantity of suitable material available from the required grading, cuts and excavations. Borrow may be necessary even though not shown in the contract documents. K. NOT USED. L. Proof Rolling. Proof rolling consists of applying test loads over the subgrade surface by means of a heavy pneumatic-tired roller of specified design, to locate and permit timely correction of deficiencies likely to adversely affect performance of the pavement structure. M. Select Granular Fill – Slope Protection. Select granular fill – slope protection is a material used to protect the grade of a slope from erosion and sloughing from runoff and groundwater seepage. Seepage is the slow movement of water through small openings and spaces in the surface of unsaturated soil into or out of a body of surface or subsurface water. Sloughing is a shallow surface failure caused by erosive removal of supporting material. Select granular fill – slope protection is highly permeable while also providing sufficient frictional resistance to resist seepage forces and remain in place. N. Applying Water. Under this work, the Contractor shall furnish and apply water for dust control. Moisture control for compaction purposes is the Contractor’s responsibility. Water shall not be applied in inclement weather or when the temperature is 32° F or less. O. NOT USED. MATERIALS 203-2.1 General. The requirements for select materials and subgrade area materials shall be as described in the New York State Department of Transportation Standard Specifications, latest issue, including all revisions and addenda pertaining thereto. CONSTRUCTION DETAILS 203-3.1 General. The Contractor shall remove all soil, rock, and other material, and utilize or dispose of these materials as required by the contract documents. All excavation and embankment work shall be executed to payment lines shown in the contract documents. The details of New York State Department of Transportation Standard Specifications, Section 203 Construction Details shall apply. ---PAGE BREAK--- S-203 MJ 17807.06 METHOD OF MEASUREMENT 203-4.1 General. No direct measurement for payment of this item will be made. BASIS OF PAYMENT 204-5.1 General. No payment shall be made for this item. All costs associated with Excavation and Embankment shall be inclusive to the lump sum price bid for Item T-100-5.1. ---PAGE BREAK--- S-209 MJ 17807.06 EROSION AND SEDIMENT CONTROL NYSDOT SPECIFICATION SECTION 209 DESCRIPTION This item shall consist of temporary erosion and sediment work in accordance with these Specifications and in conformance with the silt fence locations shown on the Plans or established by the Engineer. MATERIALS Refer to the New York State Department of Transportation Standard Specifications Construction and Materials, dated January 2, 2017 including all addenda’s, Engineering Bulletins, Engineering Instructions. CONSTRUCTION METHODS Construction methods shall be in accordance with New York State Department of Transportation Standard Specifications Construction and Materials, dated January 2, 2017 Construction Details including all addendum’s, Engineering Bulletins, Engineering Instructions and in accordance with project Plans and Specifications. METHOD OF MEASUREMENT 203-4.1 General. No direct measurement for payment of this item will be made. BASIS OF PAYMENT 204-5.1 General. No payment shall be made for this item. All costs associated with temporary erosion and sediment control measures shall be inclusive to the lump sum price bid for Item T- 100-5.1. ---PAGE BREAK--- S 304 MJ/17807.06 SECTION 304 DESCRIPTION 304-1.1 This item shall consist of supply and placement of Subbase fill for locations under paved areas, as restoration for underground utility trenches and for concrete slab backfill or as directed by the Engineer in accordance with these Specifications and in conformance with the lines, grades, thickness, and typical section shown on the Plans. Payments for subbase fill used for Utility Trench Installation is included in their respective bid items. MATERIALS 304-2.1 All materials shall meet New York State Department of Transportation Standard Specifications Construction and Materials, 2017 edition including all addenda’s, Engineering Bulletins and Engineering Instructions. All submittals for material approval shall include the NYSDOT certifications and source approvals. CONSTRUCTION METHODS 304-3.1 Construction methods shall be in accordance with New York State Department of Transportation Standard Specifications Construction and Materials, dated 2014, Construction Details including all addendum’s, Engineering Bulletins and Engineering Instructions. Including the following additions: • Subbase fill shall be placed in 6-inch compacted lifts and compacted to 95% of the modified proctor (ASTM D1557). • Compaction tests will be required for each course of Type 1 Subbase fill placed. • All materials sampling and testing are the contractor’s responsibility. METHOD OF MEASUREMENT 304-4.1No measurement shall be made for NYSDOT Subbase Course, Optional Type. All costs associated with furnishing, placement and testing of Subbase Course Type 4 shall be included in other items for bid. BASIS OF PAYMENT 304-5.1 No payment shall be made for NYSDOT Subbase Course, Optional Type. All costs associated with furnishing, placement and testing of Subbase Course Type 4 shall be included in other items for bid. END OF ITEM 304 ---PAGE BREAK--- END OF ITEM MJ 17807.06 ITEM 520.09000010 – SAW CUTTING ASPHALT CONCRETE DESCRIPTION This work shall consist of saw cutting existing asphalt concrete pavement or sidewalk at the locations indicated on the plans or where directed by the Engineer. MATERIALS All equipment proposed for this work shall be approved by the Engineer prior to actual use. CONSTRUCTION METHODS Saw cutting shall be along a neat line as indicated on the plans or where directed by the Engineer. Saw cuts shall be made to the depth(s) indicated on the plans. Any damage to material not indicated for removal, caused by the Contractor’s operations shall be repaired by the Contractor. All repair shall be done in a manner satisfactory to the Engineer. METHOD OF MEASUREMENT 203-4.1 General. No direct measurement for payment of this item will be made. BASIS OF PAYMENT 204-5.1 General. No payment shall be made for this item. All costs associated with Excavation and Embankment shall be inclusive to the lump sum price bid for Item T-100-5.1. ---PAGE BREAK--- S-501 MJ/17807.06 ITEM 501 CONCRETE SLAB DESCRIPTION 104-1.1 This item shall consist of placement of a reinforced concrete slab and vapor barrier constructed in accordance with these specifications at the locations and to the dimensions shown on the plans. This item also includes all preparation, grading, excavation, backfill with NYSDOT subbase optional type fill, compaction, soil and concrete sampling and testing. MATERIALS 104-2.1 CONCRETE. The concrete mixture shall be of the following composition, or approved equal, meeting the following requirements: • 4,000 PSI @ 28 days • 4% Air entrainment • 1-inch Maximum Coarse Aggregate • Liquid Hardener 104-2.2 STEEL REINFORCEMENT. Reinforcing shall consist of NYSDOT Item 709-03 and ASTM A 615; welded steel wire fabric conforming to the requirements of NYSDOT Item 709-02 and ASTM A 185. 104-2.3 LIQUID HARDENER. A clear liquid hardener shall be applied and shall be Super Kurseal 309 Emulsion as manufactured by A.H. Harris & Sons Inc. The hardener shall be recommended and approved by the concrete manufacturer. The material applied shall be compatible with the concrete curing methods. Any concrete cleaning, preparation and removal of curing compounds shall be completed before installation of hardener in accordance with the hardener manufacturer’s requirements. 104-2.4 COVER MATERIALS FOR CURING. Curing materials shall conform to one of the following specifications: Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 309, Type 2 All curing methods chosen shall be compatible with the Liquid Hardener 104-2.5 VAPOR BARRIER. Vapor barrier shall be a Class vapor retarder meeting requirements of ASTM E1745. 104-2.6 SUBBASE COURSE. Subbase course material shall meet the requirements of NYSDOT ---PAGE BREAK--- S-501 MJ/17807.06 Type 4 Subbase obtained from an NYSDOT approved source. CONSTRUCTION METHODS 104-3.1 SUBMITTALS AND CERTIFICAITONS. Submittals of “Shop and Setting Drawings", "Working Drawings, Catalogue Data”, and "certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and certifications required are as follows: · Concrete mix designs for each class and type of concrete used in the work. · Certified test results showing the minimum design strength at twenty-eight days. · Name, location of concrete supplier. · Certification steel reinforcement meets specification requirements · Certification subbase material meets specification requirements · Certification hardener meets specification requirements 104-3.2 INSTALLATION. Before placement of concrete a pre-installation plan shall be provided to the Engineer and Owner for review and approval. The plan shall contain the following information: · Proposed volume of concrete placed per pour · Location and spacing of all construction joints · Location and spacing of all contraction joints · Method and schedule for sawing of joints · Method and schedule for concrete curing · Concrete testing schedule and proposed testing firm 104-3.3 CONCRETE ACCEPTANCE SAMPLING AND TESTING. Concrete will be accepted based on the compressive strength specified in paragraph 2.1. The concrete shall be sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The Contractor shall cure and store the test specimens under such conditions per ACI. The Contractor will perform all testing at no expense to the Owner. Concrete test reports will be submitted to the Engineer. 104-3.4 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143 and shall be within 1-inch of the slump specified in the approved mix design. The Air content shall be within + 2 or – 1 percent of the air content specified in the approved mix design. 104-3.5 FORMS. Concrete shall not be placed until all the forms and reinforcements have been ---PAGE BREAK--- S-501 MJ/17807.06 inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with water or with a non-staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 104-3.6 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when required. 104-3.7 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 104-3.8 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump ---PAGE BREAK--- S-501 MJ/17807.06 bucket, or other approved method and shall not be disturbed after being deposited. 104-3.9 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened wetted, and covered with a neat coating of cement paste or grout. 104-3.10 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 104-3.11 SAWING OF JOINTS. Joints shall be cut as shown on the plans. The circular cutter shall be capable of cutting a groove in a straight line and shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. The top portion of the slot shall be widened by sawing to provide adequate space for joint sealers as shown on the plans. Sawing shall commence as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs. Sawing shall be carried on both during the day and night as required. The joints shall be sawed at the required spacing, consecutively in sequence of the concrete placement. Curing compound, if being used as the cure type, shall be reapplied in the initial sawcut and maintained for the remaining cure period. Curing compound shall not be applied, and used as the cure method, to any final concrete face that is to receive a sealant. 104-3.12 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 104-3.13 SURFACE FINISH. All exposed concrete surfaces shall be true, hard troweled finish free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. All edges and joints shall be chamfered. ---PAGE BREAK--- S-501 MJ/17807.06 104-3.14 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor in accordance with ACI 318. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 7 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. Concrete slab shall have a liquid hardner/sealer applied directly after finishing. Hardener shall be Super Kurseal 309 Emulsion or approved equal. 104-3.15 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 104-3.16 FILLING JOINTS. All joints, which require filling, shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. 104-3.17 FOUNDATION EXCAVATION AND BACKFILLING. All Foundation excavation and footing placement preparation shall be performed in accordance with specification P-152. All excavation shall be performed to the depths and dimensions shown on the plan details and specifications. All excavations shall be performed in accordance with all OSHA and any other regulations. All materials from excavation not deemed suitable for backfill material by the Owner or Engineer shall be disposed of by the contractor. Any excess excavated material shall also be disposed of by the contractor. Backfilling of foundations and any structures shall be performed in accordance with the plans and specifications. Where indicated backfilling material shall be NYSDOT Subbase Course Optional type 304.15 from an approved source. All compaction shall be performed in accordance with the plans and specifications. All costs for excavation, backfilling, supply of subbase course fill, compaction, testing are included in the price bid for clear span building foundation. METHOD OF MEASUREMENT 104-4.1 No measurement shall be made for Item 501, Concrete Slab. All costs associated with the furnishing, placement and testing of Item 501, Concrete Slab and related items shall be included in other items for bid. ---PAGE BREAK--- S-501 MJ/17807.06 BASIS OF PAYMENT No payment shall be made for Item 501, Concrete Slab. All costs associated with the furnishing, placement and testing of Item 501, Concrete Slab and related items shall be included in other items for bid. TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve or Screen Analysis of Fine and Coarse Aggregate ASTM C 138 Unit Weight, Yield, and Air Content of Concrete ASTM C 143 Slump of Portland Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar Mats for Concrete Reinforcement ASTM A 185 Welded Steel Wire Fabric for Concrete Reinforcement ASTM A 497 Specification for Welded Deformed Steel Wire Fabric for Concrete Pavement ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready-Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 260 Air-Entraining Admixtures for Concrete ---PAGE BREAK--- S-501 MJ/17807.06 ASTM C 309 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D 1752 Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction END OF ITEM B-104 ---PAGE BREAK--- S 609 MJ/17807.06 CAST-IN-PLACE CONCRETE CURB SECTION 609 DESCRIPTION 304-1.1 This item shall consist of supply and placement of Cast-in -Place Concrete Curbing for locations as directed by the Engineer in accordance with these Specifications and in conformance with the shown on the Plans. The curbing shall be install in accordance with the NYSDOT Standard Specification Item 609.0401 – Cast-In-Place Concrete Curbing Type VF150 and applicable Section 609 Standard Sheets. MATERIALS 304-2.1 All materials shall meet New York State Department of Transportation Standard Specifications Construction and Materials, 2017 edition including all addenda’s, Engineering Bulletins and Engineering Instructions. All submittals for material approval shall include the NYSDOT certifications and source approvals. CONSTRUCTION METHODS 304-3.1 Construction methods shall be in accordance with New York State Department of Transportation Standard Specifications Construction and Materials, dated 2017, Construction Details including all addendum’s, Engineering Bulletins and Engineering Instructions. METHOD OF MEASUREMENT 304-4.1 No measurement shall be made for Concrete Curbing. All costs associated with furnishing, placement and testing of Cast-In-Place Concrete curb Type VF150 shall be included in other items for bid. BASIS OF PAYMENT 304-5.1 No payment shall be made for Concrete Curbing. All costs associated with furnishing, placement and testing of Cast-In-Place Concrete curb Type VF150 shall be included in other items for bid. END OF ITEM 609 ---PAGE BREAK--- T-100-1 MJ 17807.06 ITEM T100 FUEL TANKS, DISPENSING, CONTROL & MONITORING SYSTEMS DESCRIPTION T100-1.1 This item shall consist of furnishing and installing a double-walled aboveground fuel storage tanks for Jet-A, a dispensing cabinet for Jet-A, safety devices, tank monitoring system, a Point of Sale (POS) system, and all ancillary material, equipment and supplies to provide a complete, working Jet-A fuel storage and dispensing system in accordance with the specifications and at the locations shown on the drawings. This item also includes removal and replacement of a dispenser for AvGas. All work shall be in compliance with NFPA, NEC, PEI, Fire Code of New York State and other codes as specified herein. MATERIALS AND EQUIPMENT T100-2.1 GENERAL. Only approved materials and equipment, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Owner before delivery or use is started. T100-2.2 10,000 GALLON JET-A FUEL SYSTEM. The work under this item shall consist of the purchase, installation, and testing of a Jet Fuel (Jet-A) tank and fueling system specifically designed and fabricated for aviation use and for control by an Self-Fuel Point of Sale system. The 10,000 Gallon Jet-A Fuel System shall include but not be limited to: • 10,000-gallon, double-walled UL-142 tank: o Tank shall be above ground, horizontal, 360 degree double walled, butt-welded carbon with epoxy liner aviation fuel storage tank. o Tank Interior and Exterior Finish – The tank shall be coated internally and externally in accordance with Steel Structures Painting Council (SSPC) requirements and procedures as specified below. The method of surface preparation and coating in addition to the brand, model, color (white) or internal and external coatings proposed shall be submitted to the Engineer as part of the shop drawing review process. All non-stainless steel internal tank appurtenances that may come in contact with fuel shall also be epoxy- coated compatible with Jet-A fuel. Steel Structures Painting Council (SSPC) Exterior preparation – SP-6 – Commercial Blast Cleaning Interior preparation – SP-10 – Near-White Metal Blast Cleaning o Fuel System Finish – The Fuel Systems and all associated components that are not provided with a factory 20 year finish or are not brass or stainless steel, shall be painted white as specified for tank exterior finishes. Preparation methods other than sand blasting but in accordance with SSPC recommendations, may be permitted for non-tank areas where the use of sand blasting introduces a risk of system contamination. o Tank Slope and Water Drainage – The tank support system shall be constructed of identical standard UL-142 saddles. Tank slope will be provided by the concrete slab. Welds located on the tank interior floor for one foot on either side of the bottom of ---PAGE BREAK--- T-100-2 MJ 17807.06 the tank shall be ground flat by the manufacturer before the tank is prepared for epoxy coating to prevent the accumulation of water or debris at the welds. o Tank will have an integral 6” tank sump bowl located near the rear of the tank. The tank sump pump pickup tube and tank pump sump system shall be designed and constructed to remove virtually all of the water from the tank. o Connections to Tank – All tank penetrations from the top of the tank. o Ladder – Provide an OSHA compliant side-mounted ship’s ladder and a tank-top platform with OSHA rails for access to center manway, floating suction test cable, and stick port. Ladder and platform shall be powder coated safety yellow. o Tank shall be anchored to the concrete bases in accordance with the tank manufacturer’s specifications and according to local seismic codes at the project location. o Tank shall be electrically grounded per NEC and local electrical codes, whichever is more restrictive. o Tank testing: Tank shall be pressure tested at the factory in accordance with UL142. Tank shall be field tested for tank tightness, after the placement of the tank at the airport. Tank shall hold a pressure of 3.0 psi for at least one hour. Alternatively, tank may be shipped with a vacuum on the interstice and if the vacuum remains at the factory level one hour after placement no field pressure test is required. • Tank Accessories: o Overfill Prevention Valve: ▪ OPW 61ƒSTOP-305A or approved equal ▪ UL Listed Automatic high-level shut-off system at 95% tank capacity with pre- check. ▪ 3” NPT connection with cylindrical float designed specifically for aviation fuels. ▪ Cast aluminum valve body, adaptor, and collar. ▪ Integral drain vent for anti-siphon function, or drill a 1/4" hole in fill piping above valve ▪ 25 gpm minimum flow rate required. ▪ Provide with 3” drop tube, field cut to terminate 6” above bottom of tank, cut at 45 degree angle, with the miter facing the low end of the tank so that fuel movement sweeps water and particulates to the low end of the tank. o Floating Suction: ▪ 3” line size ▪ Aluminum construction with 150 lb. flat face flanges. ▪ Permanently lubricated swivel joints, sealed for submerged service. ▪ Swivel mounted near the bottom of the tank. ▪ 3" Aluminum or stainless steel swing check valve mounted between the swivel and the riser pipe. ▪ Provide floating suction test cable connected to 2” cam-lock cap in stick port. o Fusible Link Emergency Fire Valve: The suction line at the tank shall have an in-line fire valve that will close when it senses temperatures in excess of 165 degrees. o Emergency vents ▪ Pressure activated, normally seated vent. UL listed. Aluminum body, cast iron lid, zinc-plated steel shaft. 8” flanged connections each to main and secondary tank spaces. o Pressure vacuum tank vent ▪ UL listed, 2.5” to 6.0” water column. Aluminum body, brass mesh screen, brass set screws. 3” line size. o Tank shut-off valves: ▪ Carbon steel, quarter-turn ball valve, meeting ASME B16.34, API 608, and MSS-SP 72, and certified to API 607, 4th edition. ASME Class 150/300 end ---PAGE BREAK--- T-100-3 MJ 17807.06 connections. ASME B16.5 raised face flanges. o Anti-siphon: ▪ Morrison Brothers Fig. 711 solenoid valve or approved equal. Normally- open/powered-close valve. Install in 1" piping between high point of suction line and normal vent. Valve to close when main pump is running. ▪ Aluminum body, 100-mesh strainer screen, explosion-proof shell. 120V/60/1 AC power. o Manways: ▪ Two manways shall be provided. One near the center of the tank for access to the floating suction, and one near the front of the tank with a raised flange and 3” spool for the suction. ▪ The manways shall be at least twenty four inches (24”) in diameter. The manway shall be watertight. o Ground level reading tank gauge ▪ OPW 200TG or approved equal ▪ Unit registration: Feet and inches. ▪ Include Tank Gauge Face Label appropriate for submitted tank dimensions o Hand operated sump pump with anti-siphon valve. ▪ Fill-Rite FR152 or approved equal ▪ Must be lockable in the closed position ▪ Morrison 910 anti-siphon valve or approved equal with 0-5 ft wc spring. ▪ Ball valve at hose end o All air eliminators, pressure relief valves, or other devices that could release fuel shall be plumbed back to the fuel tank with stainless steel piping or tubing. o Contractor will provide a calibrated gauge stick and strapping chart for the tank. o Structural Lifting Lugs – Lifting lugs designed to support the weight of the entire fueling system as delivered to the site shall be installed in strategic locations on the tank system by the manufacturer. Lifting instructions for the tank systems shall be provided by the manufacturer and provided to the Engineer prior to lifting the tank system off the delivery truck. o Fill Piping – Fill piping shall be suitably supported, shall include a fuel-tight latching cap, and shall be located over a fuel containment area or equipped with a fuel containment vessel to catch leakage at the fill connections. o Anti-Siphon Valves – Anti-siphon valves, devices, or means shall be provided in all applicable piping to prevent unintentional siphoning of fuel from the tanks. o Tools – Any special tools required for the maintenance and operation of the fuel systems shall be provided to the Owner in a suitable tool box or other durable storage container. o The tank shall be appropriately decaled on all sides, according to the product stored and marked with all safety decals and shall be in accordance with the Fire Marshall’s requirements and the requirements or NFPA. o Tank shall be labeled with the appropriate UL labels, UL number, date of manufacture, model number, capacity and fabricator of the tank • JET-A FUEL SYSTEM DISPENSING SYSTEM. The work under this item shall consist of the purchase, installation, and testing of an Jet-A dispensing cabinet, associated accessories and piping, and connection to a Point of Sale system. o Unit set up to offload fuel and/or recirculate fuel at 175 gpm, fuel aircraft underwing or refueler using single-point nozzle at 175 GPM or fuel over-wing at 40 to 50 GPM. Fuel to be filtered when entering the system from the delivery truck, when being recirculated, and when being dispensed. ---PAGE BREAK--- T-100-4 MJ 17807.06 o Master control panel shall house the following: ▪ Main power on/off switch ▪ Pump Run Light ▪ "Water in Fuel" light. ▪ Explosion proof motor starter ▪ Start/Stop Push-button ▪ Overwing/Underwing/Refueler Recirculation selection ▪ Gammon differential pressure gauge ▪ Filter/separator sampling ports ▪ Keyed switch to bypass Point of Sale controller o System to operate two circuits: ▪ 230 volt, single phase power supply for pump motor. ▪ 120 volt, single phase power supply for hose rewind and other control features. o Positive displacement pump ▪ Positive Displacement Pump complete with gearbox and explosion proof motor. ▪ 230 volts, single phase, 60 hertz, 7.5 hp motor. ▪ Motor and pump are to be mounted on a ½” steel plate to reduce vibration. ▪ Three-phase power is not available at the site. ▪ Internal bypass set at 125 psi ▪ External bypass with pressure relief valve set approximately 100 psi, discharging to tank fill piping o Filter/Separator ▪ Epoxy lined filter/separator, rated at 200 gpm and compliant with API-1581, 5th edition. Equipment shall include: ❖ Electronic water sensing probe connected to master control panel and wired to stop the pump in the event that water is detected (Gammon or approved equal), ❖ Externally testable water defense, ❖ Fuel sampling connections with tubing to master control panel, ❖ Pressure relief valve and air eliminator, ❖ Sump heater, ❖ Air eliminator, ❖ Differential pressure gauge, ❖ Manual drain. ▪ Velcon, Facet, or approved equal ▪ One set of filter elements installed and one spare set of elements provided to the Owner. o Inlet strainer with stainless steel basket, 40 mesh o Inlet cam-lock adaptor with locking dust cover o Flow meter: ▪ 200 gpm meter equipped for legal sale with numerical, resettable register; strainer; calibrator for fine adjustment; and factory mounted pulser for connection to credit card reader. ▪ Tenths gallon mechanical register ▪ Liquid Controls, Total Control System or approved equal. ▪ Veeder-Root 100:1 pulser to communicate with point of sale equipment O Hose Reels: ▪ Steel hose reels shall be provided that are sized to hold the specified length of refueling hose for each refueling nozzle. ---PAGE BREAK--- T-100-5 MJ 17807.06 ▪ Motor rewind type with appropriate clutches and motor controls with a fully supported guide arm with rollers. ▪ Feed and rewind shall be over the top of the drum. ▪ Manual crank rewind operating through a beveled gear reduction drive shall be provided as a backup. ▪ Hannay Manufacturing or approved equal o Hose: ▪ Aviation fueling hose API -1529 with certification ▪ Overwing: 1.25" x 75' ▪ Single-point: 1.5" x 75' ▪ Hewitt, Goodyear, or Approved equal. o Nozzles: ▪ Overwing nozzle: OPW 295 SAJ “Duckbill” Jet overwing aviation type with dust cap, strainer, ground cable, clip and swivel coupler. ▪ Underwing nozzle: Underwing nozzle with dust cap, strainer, swivel and hose end pressure regulator valve. Thiem (Parker) F116 series, Whittaker, or approved equal. o Deadman control: ▪ For underwing nozzle or refueler operation, flow is controlled by an intrinsically safe electric deadman system with 100' cable on a spring rewind reel. Electric power present is well below electric shock and vapor ignition levels. The deadman handle must be squeezed to maintain flow during pressure fueling. Gammon Technical Products GTP-8392-X-100, or approved equal. ▪ For overwing operation, deadman control is bypassed through selector on control panel. o Pressure control: For overwing dispensing, provide rate of flow control diaphragm valve with solenoid controlled pilots, activated via the master control panel. O Static Ground Reels: Steel static ground reels shall be provided with the 100 feet of grounding cable. The grounding cable shall be coated stainless steel. The reel shall be a spring rewind type with a guide arm with rollers, a declutching arbor for reverse rewind, stop ball and stop ball retainer. The grounding cable shall be equipped with a 100 amp Military Type brass grounding clamp. o Relaxation chamber: ▪ Epoxy-lined carbon steel construction, ASME Rated (150 psi) vessel, with angle legs, air eliminator, check valve, pressure relief valve, and manual drain. ▪ Based on design flow rate of 200 gpm, the relaxation chamber shall have a minimum volume of 100 gallons. ▪ Connection size: 3” 150# flange. o Transport unloading connection: A 4 inch camlock type connector upturned 45 to minimize spillage with dust cap, butterfly valve, and check valve for connection to the fuel delivery truck. o 15 Gallon Product Recovery Tank - Product Recovery Tank shall be self contained and utilized to separate water and particulate from the fuel. It shall be piped to allow draining of the water and particulate into a waste bucket. The product recovery system will be piped through sump suction and filtered before returning to tank. The product recovery system will incorporate a spring loaded ball valve on the return line to prevent water and particulate from accidentally being released into pump suction. • Piping, Valves, and Fittings o All piping, valves, and fittings shall be metal, suitable for aviation fuel use, and designed for the working pressure and mechanically and thermally produced stresses to which they ---PAGE BREAK--- T-100-6 MJ 17807.06 could be subjected. Cast iron, copper, copper alloy, and galvanized steel shall not be permitted. o All valves that could allow fuel (whether stored, trapped in containment areas, or spilled) to be released shall be lockable in the closed position and shall include a lock, keyed to match all other locks furnished. o Pipe Material – All piping, post filtration, shall be stainless steel. All piping, pre- filtration, shall be carbon steel. Piping 2-1/2-Inches and Larger: o Stainless Steel Pipe: ASTM A312/A312M Type 304L, seamless (only). ASTM A312/A312M seamless piping shall be provided with a minimum schedule 10S wall thickness. o Stainless Steel Joints/Fittings: Butt weld stainless steel conforming to ASTM A403/A403M, Class WP, Type 304L, seamless or welded, and ASME B16.9 of the same minimum wall thickness as the adjoining pipe. o Carbon Steel Pipe: ASTM A53/A53M, Grade B, Schedule 40. o Carbon Steel Joints/Fittings: Butt weld, conforming to ASTM A234/A234M, grade WPB and ASME B16.9 of the same wall thickness as the adjoining pipe. Piping 2-inches and Smaller: o Stainless Steel: Schedule 40 (unless otherwise indicated) ASTM A312/A312M seamless Type 304L for welded piping. o Stainless Steel Joints/Fittings: Butt weld stainless steel conforming to ASTM A403/A403M, Class WP, Type 304L, seamless or welded, and ASME B16.9 of the same minimum wall thickness as the adjoining pipe. o Carbon Steel Pipe: ASTM A53/A53M, Grade B, Schedule 40. o Carbon Steel Joints/Fittings: Forged (threaded), 2,000-pound W.O.G., conforming to ASTM A105/A105M, Grade 2 and ASME B16.11. Threaded fittings shall only be used for above grade applications. Testing: Piping shall be air pressure tested at 50 PSI for 30 minutes. Drain: Product piping shall include a low point drains to drain product from the piping. Drains may consist of ½” weld-o-let fittings with plugs. Product Piping: All product piping shall be clearly marked as to the type of product and the direction of flow. Industry standard pipe identification colors shall be used. Arrows: Product piping shall be labeled with the appropriate flow arrows. Stainless Steel Control Tubing: Seamless, fully annealed tubing conforming to ASTM A269, Grade TP316, Rockwell hardness B80 or less. Wall thickness for 1/2-inch tubing to be 0.049-inch. o Operating instructions for all system functions must be clearly marked on the system controls. o Operation and maintenance manuals for all equipment, one bound hardcopy & one electronic copy on CD ---PAGE BREAK--- T-100-7 MJ 17807.06 o Units to be completely assembled, prewired, pressure tested and finish painted white (rust-inhibiting) with all required labels and decals. System with options shall meet NFPA 407, 415, 30, NEC, PEI RP 1300-13, Fire Code of New York State and other codes and requirements as listed at the end of this specification section. T100-2.3 AVGAS FUEL DISPENSER. The work under this item shall consist of removal and replacement of an Avgas fuel dispenser at the avgas dispenser island. o Single satellite dispenser with mechanical register, 100:1 pulser, two-hose o Plumb to existing supply piping from underground storage tank o Hard pipe to two existing hose reels, with flex connector at each reel. o Integrate with existing Fuelmaster fuel management system o Wayne Reliance G5200 series or approved equal T100-2.4 FUEL MANAGEMENT SYSTEM AND EMERGENCY SHUTOFF. The work under this item shall consist of the FuelMaster Fuel Management System (or Approved Equal) and the Emergency Shutoff System. The purchase, installation, and testing of the system to serve the JetA fueling system shall be included. A. Fuel Management/Credit Card Transaction System –The Fuel Management System shall include the following features and options: a. Self-Serve Credit Card Terminal that accepts Visa, MasterCard, American Express, Major Oil Company cards, Smartcards, and Government Fuel Cards. b. Pedestal mounted receipt printer c. Modem (for credit card transactions) and Wired Network Connection (for recording, reporting, and other functions) d. Cash Card for enabling cash transactions with FBO. e. Smart Card, with encoder, for truck transfer from tank. f. Data Logger for enhanced storage capabilities. g. An Uninterruptible Power Supply (UPS) contained within Fuel Management Console with a capacity of at least 500 V-A which will allow the system to operate for at least 15 minutes in the event of a loss of power. h. FuelMaster Large Remote Display mounted to the top of the console. i. Software and capability to monitor, track, print, and store sales and volume data on an industry standard PC running Windows 7 or later operating system. j. Four years of free technical support and firmware / software upgrades at “Full” support level. k. Installation and start-up of system, training for customer operators l. Acceptable for use as a retail sales unit in the State of New York. m. The fuel management system installed as part of this contract must be compatible or upgradeable to accept and process “EMV” (Europay, MasterCard, and Visa) “chip and pin” cards. During installation, testing, and commissioning, the following requirements shall be met: a. All conduits from the Fuel Management System to its related components (e.g. level probes and meters) shall be rigid metal. b. The power supply line for the Fuel Management System shall include a surge protection device, Leviton Type 4, 51000 Series or approved equal. c. The Acceptance Testing of the unit must be done in the presence of the engineer and the Owner and upon satisfactory completion, a signed copy of the FuelMaster “Acceptance Test Procedure (ATP)” Checklist shall be provided to the Engineer and included in the ---PAGE BREAK--- T-100-8 MJ 17807.06 O&M Manual. B. Desktop Computer for Fuel Management System: a. Microsoft Windows-Based desktop personal computer (PC) with Windows 7 or later installed. b. PC shall be provided with the following: i. Intel Core I3 processor (minimum). ii. 20” wide LCD display, 1600x900 resolution. iii. Memory: 4 GB min. iv. Optical CD-ROM drive. v. I/O Ports: 1. 4 USB (minimum 2 front) 2. 1 PS/2 and serial port 3. Audio out/Mic in vi. Storage: HDD 500GB min. vii. Keyboard: Full-size (USB) viii. Mouse: Optical wheel mouse (USB) ix. Ethernet: 1 Gigabit (10/100/1000) x. Wireless: Intel Centrino Wireless-N 2230. C. Emergency Shutoff System - The Emergency Shutoff System for the JetA system shall include the following features and options: a. Push to stop, red mushroom buttons as shown on the plans. b. All required enclosures, conduit, connections, contactors, switches, disconnects, wire, terminations, labels, and other required components and supplies. T100-2.5 TANK MONITORING AND LEAK DETECTION SYSTEM . The work under this item shall consist of the Veeder-Root TLS-350R console with related sensors and probes. The purchase, installation, and testing of systems to serve both the instant Jet-A and future AvGas fueling systems shall be included. A. Console: a. Veeder Root TLS-350R console. Tank gauging and leak detection system suitable for use with multiple tanks and probes. b. Magnetostrictive Probe: Sized for 8-foot tank, capable of leak detection, including floats for Jet-A fuel and water. c. Fuel Sensors: AST Interstitial sensor d. Mount console in snow removal garage e. Mount remote alarm and acknowledgement switch at location shown on drawings. f. All wiring will be 2/18-conductor shielded, in single run without splices back to console. T100-2.6 FIRE EXTINGUISHERS. Two B-C fire extinguishers shall be provided that meet the following requirements: • As shown on the plans. 20 pound fire extinguishers shall be mounted in enclosures of the type and size and in the locations as shown on the plans. T100-2.7 SPILL CONTAINMENT SUPPLIES. A spill containment supplies storage container and spill containment supplies shall be as shown on the plans. The container shall be labeled as specified on ---PAGE BREAK--- T-100-9 MJ 17807.06 the plans by affixing an aluminum-backed highway-type sign to the container with the legend as specified on the plans. T100-2.8 SIGNAGE. On-Tank and free-standing signage shall be as shown on the plans and as required by NFPA. T100-2.9 FUEL. Owner will fill Jet-A system with sufficient fuel to test and calibrate the system and have the system certified by the Cortland County Division of Weights and Measures. At the completion of the testing and calibration the fuel shall remain the property of the Owner. The fuel shall be from a source and delivered in a manner that is approved by the Owner. The Owner shall be notified of the fuel delivery time and date at least four business days in advance so that the Owner may be present during the delivery and test the fuel prior to accepting the delivery. T100-2.10 MISCELLANEOUS FASTENERS, HARDWARE AND INSTALLATION PROCEDURES. All miscellaneous hardware, fasteners, and material (e.g. unistruts) shall be stainless steel unless otherwise prohibited by code or regulation. All fasteners shall be installed in accordance with industry standards or the manufacturer’s requirements, whichever is more stringent. All threaded fasteners shall be installed with a recently calibrated torque wrench. All fasteners that are not removed regularly shall be installed using the appropriate type of thread locker. Fasteners that are removed regularly shall be coated with anti-seize lubricant prior to installation. T100-2.11 SYSTEM TESTING AND TRAINING. The Contractor shall be responsible for performing or scheduling and overseeing all testing for the fueling systems and all components except as specifically noted below as Owner Testing. The Contractor shall demonstrate, through testing, that the system performs in accordance with all the listed performance requirements on the plans and specifications. The Engineer shall be noticed in advance of all testing and be given the opportunity to monitor all testing. The Contractor shall record the results of all tests and provide signed test results to the Engineering and include them in the O&M manuals. The Contractor shall provide on-site training for the Owner in the operation, safety, and maintenance of the fueling systems and components. The training shall be provided twice, on two separate days as determined by the Owner. Each training session shall be a minimum of four hours long. The training shall be done by the fuel system supplier or by a person trained by the fuel system supplier. A copy of all training materials shall be provided to the Owner in the O&M Manuals. Training shall cover the following components: • Jet-A Offloading from tanker. • Jet-A Loading to plane. • Jet-A Loading to fueling truck. • Jet-A Tank recirculation. • Jet-A Tank Sumping. • Avgas Loading to plane. • Emergency shutdown procedures. • Fuel Management System Procedures: o For direct fueling of each fuel type. o For bypass to fill fueling truck. o For cash transactions. ---PAGE BREAK--- T-100-10 MJ 17807.06 All O&M manuals shall be complete and provided to the Owner prior to the training. T100-2.12 OWNER TESTING. If the fuel supplier or owner requires a “soak test” of the epoxy lining, the cost of the test or tests shall not be the responsibility of the Contractor. T100-2.13 FUEL SYSTEM CALIBRATION AND APPROVAL. The Contractor shall be responsible for calibrating the fuel systems and getting the systems approved by the Cortland County Division of Weights and Measures, New York State Department of Transportation, and New York State Department of Environmental Conservation for the dispensing of fuel. The contractor shall prepare the system for inspection and certification, schedule the certification, coordinate the certification with the Owner through the Engineer, and oversee the certification process. If any approval agency requires that the fuel systems be filled with fuel beyond the amounts required above or requires that the system be operated for a period of time before certification, then the Contractor shall oversee the certification process after the Owner has filled the tanks with fuel. Substantial completion and final acceptance of the systems shall not occur until the systems are approved by agencies listed above for the dispensing of fuel. T100-2.14 COMPLETE WORKING SYSTEM. The Contractor shall be responsible for providing complete, working, tested, and certified fuel storage, dispensing, control, and monitoring systems for JetA and AvGas as part of this item including all equipment, transportation, delivery, testing, certification, wiring, software, software licensing, hardware, labeling and connections, complete and accepted by the Owner. CONSTRUCTION METHODS T100-3.1 SUBMITTALS AND CERTIFICATIONS. Submittals for review shall be submitted to the Owner in accordance with the appropriate sections of the General Provisions. Submittals and certification are required as follows: a. Shop Drawings: Indicate tanks, fueling modules, system layout, pipe sizes, location, and elevations. b. Product Data: Provide product data on piping materials, pipe fittings, valves, protected above ground storage tanks, and all aircraft fueling components, and accessories. c. Mill Certificates: Submit certified copies of mill reports covering the chemical and physical properties of the metal for pipe and piping fittings. d. Compliance Certificates: Submit compliance certificates for pipe, piping fittings, and valves. e. Record Documents: Submit record documents of the fuel piping system. f. Test Reports: Submit independent testing laboratory reports as required by this Section. g. Operating and Maintenance Data: Submit instructions, schedules, and parts lists for all fuel piping system equipment and appurtenances. h. Manufacturer Qualifications: Submit on a company specializing in manufacturing the products specified in this section with minimum five years documented experience. i. Regulatory Requirements: Provide certificate of compliance from authority having jurisdiction indicating approval of installation of aircraft refueling system. T100-3.2 WARRANTIES. Tank manufacturers warranty shall be supplied for a minimum of 1 year. All piping, electrical and mechanical equipment shall be warranted for a minimum of 1 years T100-3.3 CODE AND STANDARDS. Any materials, components, and workmanship shall be in accordance with the codes and standards cited at the end of this Section under the heading “MATERIAL, EQUIPMENT, CONSTRUCTION, AND OPERATIONS REQUIREMENTS”. METHOD OF MEASUREMENT ---PAGE BREAK--- T-100-11 MJ 17807.06 T100-4.1 10,000 GALLON JET-A FUEL TANK AND DISPENSING SYSTEM. Measurement for payment will be made as a lump sum for all items included in this Item, including 10,000 gallon Jet-A fuel Tank and Dispensing System, AvGas Dispensing System, Fuel Management System and Emergency Shutoffs, all required miscellaneous components, testing, training and all required items necessary for this project. BASIS OF PAYMENT T100-5.1 10,000 GALLON JET-A FUEL TANK AND DISPENSING SYSTEM. Payment shall be made at the contract lump sum price for all required components of this Item, including 10,000 Gallon Jet-A Fuel Tank and Dispensing System, AvGas Dispensing System, Fuel Management System and Emergency Shutoffs, all required miscellaneous components, testing, training and all required items necessary for this project Payment will be made under: Item T100-5.1 10,000 GALLON JET-A FUEL TANK AND DISPENSING SYSTEM – per lump sum TESTING REQUIREMENTS Product Data: Provide product data on piping materials, pipe fittings, valves, protected above ground storage tanks, aircraft fueling modules, and accessories. Mill Certificates: Mill reports covering the chemical and physical properties of the metal for pipe and piping fittings. Compliance Certificates: Compliance certificates for pipe, piping fittings, and valves. Welding Procedures and Certification: Qualified welding procedures, welder certifications, and welder identification marks. Test Reports: Independent testing laboratory reports as required by this Section. MATERIAL, EQUIPMENT, CONSTRUCTION, AND OPERATIONS REQUIREMENTS 6 Part 613 Petroleum Bulk Storage ANSI/ASME B31.3 Code for Pressure Piping, Petroleum Refinery Piping. API Publication 1500 Storage and Handling of Aviation Fuels at Airports. API Bulletin 1529 Aviation Fueling Hose. API Bulletin 1542 Airport Equipment Marking for Fuel Identification. API Standard No. 2000 Venting Atmospheric and Low-Pressure Storage Tanks NFPA 30 Flammable and Combustible Liquids Code. NFPA 70 National Electric Code. NFPA 101 Life Safety Code. NFPA 407 Standard for Aircraft Fuel Servicing. NFPA 415 Standard on Airport Terminal Buildings, Fueling Ramp Drainage, and Loading Walkways. OSHA Standards for the Safety and Protection of Personnel. PEI RP 200 Recommended Practices for Installation of Aboveground Storage ---PAGE BREAK--- T-100-12 MJ 17807.06 Systems for Motor Vehicle Storage PEI RP 800 Installation of Bulk Storage Tanks PEI RP 1300-13 Recommended Practices for the Design, Installation, Service, Repair and Maintenance of Aviation Fueling Systems UFC 79-7 Testing requirements for protected motor vehicle fuel storage tanks. UL 1709 Fire Exposure (Rapid Rise Fire Curve). UL 2085 Outline of Investigation for Insulated Aboveground Tanks for Flammable and Combustible Liquids. FC NYS Fire Code of New York State END OF ITEM T100 ---PAGE BREAK--- L-100-1 MJ 17807.06 ITEM L-100 LIGHTING AND ELECTRICAL WORK DESCRIPTION 100-1.1 GENERAL . The airfield electrical work to be done under this contract shall include the furnishing of all supervision, labor, materials, tools, equipment, and incidentals necessary to provide new airfield lighting system and other electrical work as shown on the Drawings. Work shall be in accordance with Federal Aviation Administration Advisory Circular No. 150- 5370-10C, Standards for Specifying Construction of Airports, as modified herein, other FAA Advisory Circulars and Specifications referred to herein, and other requirements as specified herein. All FAA Advisory Circulars shall be as specified, or the latest adopted edition if revised. The electrical work shall comply with latest adopted editions, codes and standards applicable to this Contract as follows: ANSI C2 National Electrical Safety Code ASTM, American Society of Testing and Materials FAA Advisory Circulars FAA Orders NEC National Electrical Code (NFPA No. 70) NECA Standard for Installation NEMA Standard for Materials and Products NFPA No. 101 Life Safety Code UL Underwriters Laboratories All work shall be performed in strict accordance with these contract Specifications, Drawings, and any instructions that may be furnished by the Engineer during execution of the work to aid in interpretation of said Drawings and Specifications. Installation details and material and equipment specifications shall be in conformance with all applicable FAA Advisory Circulars. The contractor shall furnish written proof that all airport lighting equipment and materials covered by FAA specifications are certified to meet the Federal Aviation Administration specifications by an independent laboratory as defined in the Advisory Circular 150-5345-53B, Airport Lighting Equipment Certification Programs part of the submittal package. The Contractor shall keep these Specifications on file at the Contractor’s Airport construction office. 100-1.2 RELATED DOCUMENTS. The general provisions of the contract apply to the work specified in the items L-100, L-108, L-110, and L-125, as well as any other applicable items in the Contract. 100-1.3 SUMMARY OF WORK. The work to be performed includes furnishing all labor, supplies, materials, equipment, transportation, and services required to augment, move, install, and complete electrical work as specified herein and as shown on the contract Drawings. ---PAGE BREAK--- L-100-2 MJ 17807.06 All items of general work required, such as excavation, cutting, patching, etc. shall be included in this Contract. 100-1.4 WORK REQUIREMENTS. The general work requirements are as follows: a. All work shall be scheduled to minimize the impact and duration of shutdowns. The Contractor shall keep the Engineer informed of scheduled work which might affect existing equipment and/or airfield operations. Minimum 3 working days advance notice shall be given to the Engineer and approval received for any electrical disconnections or shutdowns. b. Existing lighting systems shall be operational at the end of each working day prior to nightfall except as permitted by the engineer. Poor weather visibility or emergency situations may require postponement of a scheduled shutdown on any given day. c. The Drawings are diagrammatic. Locations of equipment to be installed are shown on the Drawings, but the actual installation will depend on field conditions and the nature of the equipment furnished. When conditions which will adversely affect the installation become apparent to the Contractor, the Engineer shall be notified in writing. d. Locations and quantities of materials shown on the Drawings and in these Specifications are approximate and shall be used for estimating purposes only. Actual locations and quantities of materials shall be reviewed by the contractor through field investigation. No adjustment to bid item prices will be made for discrepancies between estimated quantities and/or locations of materials as shown in these documents and the actual field conditions. e. The Contractor shall at all times keep construction areas free from accumulations of waste material and rubbish, and prior to completion of work shall remove any rubbish from and about the project, as well as all tools, reels, equipment, and materials that are not part of the project. Upon completion of the construction, the Contractor shall leave the work and premises in a clean, neat, and safe condition satisfactory to the Engineer. The Contractor shall be responsible for the proper performance in all respects, in whole and in part, of the electrical equipment and for the mechanical installation of electrical equipment until acceptance of the entire work by the Engineer. 100-1.5 SUBMITTALS. In addition to the requirements of Section 2, the Contractor shall include wiring diagrams, cut sheets, brochures, etc. of all equipment used on the job, including, but not limited to the items listed in these Specifications and in the format described herein. The submittal package will not be reviewed unless 100% complete. ---PAGE BREAK--- L-100-3 MJ 17807.06 100-1.5.1 Submittal Format. The submittal shall consist of manufacturer's brochures and cut sheets describing the equipment and materials the Contractor intends to incorporate in the work. These sheets shall be sequentially ordered by Specification number with the reference Specification number shown on the bottom right of each sheet. Each cut sheet shall show the complete Specification or drawing number with which the item must comply L-108.2.3 and/or detail 3 on page E-4). Cut sheets shall be organized by the Specification item number (L-100, L-108, etc.) with a tabbed divider sheet separating each item section. The submitted cut sheet shall clearly show the equipment manufacturer's name, catalog number, size, type, and/or rating as required by these Specifications or Drawings by underlining or circling the information. Lamp information shall be included with each lighting fixture. The conformance to FAA criteria or other standards, where specified, shall be clearly indicated for each item. Each sheet shall be dedicated to one piece of equipment, and all sheets shall be sequentially numbered 1/50; indicating page 1 of 50 total pages). Only one manufacturer's cut sheet information shall be submitted for each item. All sheets shall be 8-1/2" x 11" or 17" x 11". When these sizes are unpractical, a folded 24" x 36" drawing may be substituted. All drawings shall be to scale or shall be dimensioned. All sheets shall be bound in a 3-ring binder. Each submittal shall show on the cover the complete job name and number, date, contractor's name, and the words: "Electrical Submittal." An index shall be included as the first sheet of each submittal and shall show the page number of each item included in the submittal. Samples of conduit, duct, fittings, cables, tapes, fixtures, etc., may be requested by the Engineer or required in these Specifications. After samples have been reviewed, they will be returned, in tested condition, to the Contractor. In the event any items of material or equipment contained in the list fail to comply with Specification requirements, such items will be rejected by the Engineer. All rejected items shall be amended, altered or replaced to meet the criteria and then resubmitted for approval by the Engineer. Substitutions of materials referenced herein is allowed when "or equal" is referenced. Any substitution shall be included in the submittal package. 100-1.5.2 Submittal Checklist The following items, as a minimum, shall be submitted as part of the submittal package. SUBMITTAL CHECKLIST ITEM DESCRIPTION L-108 L-110 600V CIRCUIT WIRE ELECTRICAL CONDUIT MOTOR STARTER ELECTRICAL PANEL/CIRCUIT BREAKERS EMERGENCY STOP BUTTON ---PAGE BREAK--- L-100-4 MJ 17807.06 100-1.6 DRAWINGS. The Drawings, which constitute an integral part of this Contract, shall serve as the working drawings. They indicate the extent and general layout of the lighting and signing system, arrangement of circuits, cables through ducts, connections to existing circuit cables, and other work. Field verification of scaled dimensions is required to determine actual locations, distances, and levels. The Contractor shall research in the field the exact routing and identification of all circuits which extend through, serve, or are affected by the area where work is to commence. No extra compensation will be allowed because of differences between work shown on the Drawings and field conditions. The Contractor shall check the Drawings and Specifications and, if any portion of the work is found to be omitted, unclear, or in error, the Contractor shall immediately notify the Engineer. The directions of the Engineer shall be followed and the work completed accordingly. a. The design Drawings may be utilized in the preparation of the shop or working drawings showing the permanent construction, as described in L-100. b. The Drawings and Specifications are complementary and what is called for in either one shall be as binding as if called for in both. c. Where a disagreement exists between the Drawings and Specifications, the item or arrangements of better quality, greater quantity, or higher cost shall be included in the bid. d. Any discrepancies between the Drawings, Advisory Circulars, and field conditions must be resolved with the Engineer before proceeding. All agreements shall be verified in writing. e. “Record" drawings covering equipment installed under previous contracts and which relate to this contract will be available for the Contractor. The airport cannot, however, guarantee the accuracy of these drawings. Those conditions which will affect the work under this contract should be verified prior to any design/fabrication/installation commitment. f. Detail dimensions shown on the Drawings are approximate and shall be field verified before construction. All differences shall be submitted to the engineer in writing before construction begins. 100-1.7 RECORD DRAWINGS. SECTION NOT USED. 100-1.8 MAINTENANCE AND OPERATING INSTRUCTIONS. The Contractor shall provide the Owner with complete instructions in the proper care and operation of the equipment installed under this contract. This is considered as part of the final inspection, and final acceptance will not be given until the Owner's representative is knowledgeable about the system and complete Maintenance and Operation Manuals have been submitted and accepted by the Engineer. The Contractor shall also collect and assemble the Maintenance and Operation Manual from the installation details, instructions, parts list, source of local supply, schematics of actual equipment and operations, and directions supplied by the manufacturer with all equipment. If cut sheets are included showing various models and features of the equipment supplied, the specific model and features shall be clearly indicated to show only the options of the equipment that are actually ---PAGE BREAK--- L-100-5 MJ 17807.06 provided and installed. Six hardcover copies of the Maintenance and Operation Manual shall be submitted to the Engineer. Final acceptance of the work will be withheld until such data has been accepted as complete and suitably presented to the Engineer for transmission to the Owner. The Contractor shall install all equipment according to the manufacturers' instructions and as shown in the drawings and Specifications. The Contractor shall notify the Engineer in writing if any discrepancies exist between the aforementioned documents. Installation shall be suspended until discrepancies are resolved and approval to proceed has been granted by the Engineer. 100-1.9 SAFETY RULES. The Electrical Safety Rules shall be observed and complied with in every detail, and any violation thereof shall be cause for immediate termination of the Contractor's authority to proceed with the work and recourse to his Surety for completion of the Project. The Electrical Safety Rules are as follows: a. The Contractor shall be responsible for conforming with the safety requirements of Appendix 1 to AC 150-5370-2F, or latest revision. b. Electrical circuits, operating over 300 volts, phase-to-ground shall be reenergized before work is accomplished thereon. Work on energized systems shall be accomplished by trained personnel, properly insulated, and done with extreme caution. c. Electrical circuits shall be considered de-energized only when one of the following conditions exists: Switches connecting subject circuit to the electrical supply are observed in the OPEN position, with an air break, and safety-tagged (padlocked) in the OPEN position. Electrically operated switches are visibly OPEN, blocked or racked in the OPEN position, and safety-tagged OPEN. Whenever the supply circuit break is not visible and clearly identified, the circuit shall be grounded. The ground connection shall be safety-tagged before work thereon, when the ground connection is not within sight of the work area. Oil switches observed OPEN in a sight window, and tagged OPEN; or oil fuse cutouts with fuse carrier removed and tagged OPEN. d. Use of Red Safety Tags: Safety tags shall be filled out and connected to any switch or equipment opened for protection of personnel working upon circuits connected thereto. ---PAGE BREAK--- L-100-6 MJ 17807.06 Safety tags shall be removed only by the employee who placed the tag, or by another employee designated in writing by the employee who placed the tag, to remove the tag. Removal of a safety tag placed by an employee not available at the time of need to remove, may be authorized by the Electrical Superintendent or his designated representative, only after carefully checking that the circuit is ready to be energized. Equipment with a safety tag attached shall not be operated, and connections with a safety tag attached shall not be changed. Insulated cables, operated at over 300 volts to ground shall be handled, when energized, only with rubber gloves tested to 15,000 volts. Insulated cables, which have been in operation, shall be cut only with a grounded cable shears, or shall be grounded by driving a grounded sharp tool through the shielding and the conductors before cutting. All personnel working around energized electrical equipment operating at over 600 volts shall wear standard insulated, non-conducting hard hats, and shall wear no garments with metallic zipper fasteners. Ladders used in any electrical work shall be of wood or fiberglass construction. The contractor shall designate a supervisor for all contract personnel and operations; said supervisor shall be on the job wherever contract operations are in progress. 100-1.10 CONTRACTOR QUALIFICATIONS. Work shall be performed by a contractor licensed in the State of New York, with a minimum of five years of electrical contracting experience in airfield electrical systems. MATERIALS 100-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) Specifications shall be certified by independent laboratory testing to be in compliance with the Specification. b. 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. Whenever Underwriters ---PAGE BREAK--- L-100-7 MJ 17807.06 Laboratories has a published standard applicable to the equipment furnished for this contract, the furnished equipment shall be listed by UL. c. Materials and equipment shall be as specified herein. When materials are used that are not specifically designated herein, they shall be in accordance with the best industry standards and practices for equipment of this type. All components and parts shall be suitable for operation under the environmental conditions specified herein. Metal parts shall be either inherently corrosion-resistant or shall be suitably protected to resist corrosion or oxidation during extended service life. 100-2.2 HARDWARE AND CORROSION PROTECTION. In order to prevent deterioration due to corrosion, all bolts, nuts, studs, washers, pins, terminals, springs, hangers and similar fastenings and fittings shall be of an approved corrosion-resisting material and/or be treated in an approved manner to render it adequately resistant to corrosion. All hardware such as cap screws, set screws, tap bolts, nuts, washers, etc., shall be of stainless steel type 304, SAE grade 2, if they are used outdoors unless specified otherwise on the Drawings. Brass, bronze, or hot-dip galvanized ferrous hardware (per ASTM, Specification A1530) will be considered for indoor use. All bolts, screws, nuts, etc., shall be coated with a layer of anti-seize compound. All ferrous metalwork shall be galvanized. If any galvanizing is damaged, the metal work shall be refinished by cleaning, treating with one coat of wash primer conforming to Federal (military) Specification MIL-P-152388, and shall be given one shop coat of zinc-rich base paint (zinc dust paint) conforming to Federal Specification TT-P-641F Type II, immediately when the wash primer is dry. 100-2.3 PARTS RATING. All parts shall be of adequate rating for the application and shall not be operated above the parts manufacturer's recommended ratings. 100-2.4 ENVIRONMENTAL CONDITIONS. The equipment installed outdoors shall be designated for continuous outdoor operation under the following environmental conditions unless specified elsewhere: a. Temperature: Any ambient temperature from minus 20oF to plus 120oF. b. Altitude: 100 MSL. c. Humidity: Up to 100 percent. d. Sand and Dust: Exposure to windblown sand and dust particles. e. Wind: Operation at wind velocities up to 200 miles per hour. f. Water: Components provided for underground installation, direct buried or installed in underground housing, shall be suitable for continuous operation, continuously or intermittently submerged in water. 100-2.5 INTERIOR BUILDING CONDUIT. Conduit to be used on the interior of a building shall be EMT conduit. Refer to Section L-110 for specifications. 100-2.6 SALVAGE. Except as otherwise specified or indicated on the Drawings, all electrical materials and equipment to be salvaged, removed, or "stored" shall become the property of the ---PAGE BREAK--- L-100-8 MJ 17807.06 Airport, and shall be moved by the Contractor to a site at the airport or within 5 miles of the airport designated by the Engineer. All wastes such as removed asphalt, concrete, excess dirt, conductors, damaged base cans, etc., shall become property of the Contractor and shall be disposed of off site by the Contractor. 100-2.7 TESTING. All materials and finishes are subject to testing. Material inspection and testing, and strength tests on the concrete will be performed by the Airport at no expense to the Contractor other than material used. The Contractor shall assist the Engineer in obtaining samples during the course of construction work. The testing of electrical equipment shall conform to the description of the individual Specification sections. 100-2.8 INSPECTION. Provide for electrical inspections by the authority having jurisdiction. No work shall be concealed or enclosed until after inspections have been scheduled and completed. If work is concealed or enclosed without inspection and approval, the Contractor shall be responsible for all expense and work required to open and restore the concealed area in addition to all required modifications. Mill inspection will be waived, and the materials accepted upon certified copies of mill reports identifying the material specification requirements. Copies of order bills and test reports shall be furnished as requested. 100-2.9 WARRANTY. The Contractor shall provide a written 1-year warranty guaranteeing all work installed under this contract. It shall cover all parts and labor against defective parts, corrosion or workmanship necessary to repair or bring into proper operation any equipment including, but not limited to, isolation transformers, lamps, edge lights, lighting fixtures, poles, conduit system, and junction boxes. The warranty shall start upon the acceptance of all work as accepted by the Engineer. Final payment will be withheld until receipt of the warranty by the Engineer. CONSTRUCTION METHODS 100-3.1 GENERAL. Installation shall be performed by experienced and skilled persons to obtain only the best workmanship. All equipment shall be set square and true with construction lines. The work shall be under constant supervision by the Contractor, or by an authorized and competent foreman with at least five years experience, until completion. 100-3.2 INSTALLATION METHOD. The methods used for the installation of electrical system and equipment shall conform to the National Electric Contractors Association (NECA) published "Standard of Installation" except where specifically specified or shown otherwise, and to the requirements of the National Electrical Code (NEC) and its revisions as adopted by the local agency having jurisdiction. All electrical materials, construction methods, and installation shall be in accordance with applicable Federal Aviation Administration's Advisory Circulars including amendments, the National Electrical Code, and the American National Standards Institute Standard C2. ---PAGE BREAK--- L-100-9 MJ 17807.06 Workmanship shall be consistent with the best commercial practices for installation of this type. The workmanship shall be first class and in accordance with the highest standards of the electrical industry. The installations and adjustments shall be by competent electricians. The responsibility for the correct and satisfactory installation and operation of all materials and equipment required herein shall rest with the Contractor. Before any equipment is ordered, a complete schedule of materials and detailed shop drawings covering all items of equipment and brochures of the materials proposed for installation shall be submitted for approval by the Engineer as described in Item L-100. 100-3.3 SITE CONDITIONS. At least five working days prior to commencing construction operations in an area which may involve underground utility facilities, the Contractor shall notify the Engineer and the owners of each underground utility facility shown on the Drawings. The Contractor shall enlist the assistance of the Airport Electrical Maintenance personnel and FAA personnel in locating existing airfield cables. The existence of any known buried wires, conduits, junction boxes, ducts, or other facilities is shown on the Drawings in a general way only. It will be the duty of the Contractor, with the help of airport personnel, to visit the site and make exact determination of the existence and location of any facilities prior to commencing any work. It is understood that the Contractor will be responsible for making the exact determination of the location and condition of such facilities. Any costs of determination shall be paid for by the Contractor and considered incidental to the bid prices. The Contractor shall request copies of contract drawings from previous construction projects from the Airport, and examine these drawings to assist in identifying and verifying at the site, the location of all below grade utilities in the vicinity of the work performed under this contract. All items damaged by the Contractor's workers or equipment shall be replaced immediately at the Contractor's expense. 100-3.4 INTERRUPTIONS. Interruptions of airfield series lighting circuits may be necessary during construction. The Contractor shall provide a reliable shunt cable to provide temporary continuity of circuit service to runway and taxiway lights and signs during construction where required. The Contractor shall not interrupt any circuit or perform any work that might endanger any circuit until approval of the Engineer has been received. Temporary cables shall be protected and identified as a hazard. The Contractor shall be responsible for installing, maintaining, protecting, and removing all required temporary jumper cables. For the permanent installation, all temporary connections and rerouting of circuits shall be replaced with new materials installed in accordance with the Specifications and as shown on the Drawings. ---PAGE BREAK--- L-100-10 MJ 17807.06 The Contractor shall remove all circuit cables from their respective electrical power sources in the vault before working on the cables in the field. All such cables shall be so marked at the point of disconnection to prevent accidental reconnection. This work is incidental to the electrical work and no separate payment will be made. See Section 100-1.9, SAFETY RULES. 100-3.5 CODES. The Contractor shall comply with all ordinances, laws, regulations, and codes applicable to the work involved and as referenced in these Specifications. This does not relieve the Contractor from furnishing and installing work shown or specified which may be beyond the requirements of such ordinances, laws, regulations, and codes. 100-3.6 SAFETY AREA. The contractor shall abide by the requirements of the contract Specifications when working within the runway or taxiway safety areas or as directed by the engineer. 100-3.7 FBO ELECTRICAL FEED IMPROVEMENTS. The Contractor shall refer to the Plans for the scope of work for the removal of existing electrical equipment associated with the fuel facility that has been removed. All existing equipment and devices shall be removed and salvaged to the Airport Maintenance. The Contractor shall further refer to the Plans for the scope of work for electrical feed improvements for the new fuel facility. The Contractor shall field verify all existing conditions and include the installation of all equipment and incidentals to provide a completed installation in compliance with the new fuel facility tank manufacturer/supplier and all applicable codes. 100-3.8 EXISTING SITE LIGHT IMPROVEMENTS. The Contractor shall refer to the Plans for the scope of work for the removal of existing components associated with the existing site light which will be modified. All existing equipment and devices shall be removed and salvaged to the Airport Maintenance. The Contractor shall further refer to the Plans for the scope of work for existing site light fixture improvements for the new fuel facility. METHOD OF MEASUREMENT 100-4.1 No separate measurement shall be made for work required in L-100. Costs associated with the work will be considered included in other Bid Items. BASIS OF PAYMENT 100-5.1 No separate payment shall be made for work required in L-100. All costs associated with work required by Item L-100 shall be included in other bid items. MATERIAL REQUIREMENTS AC 150/5370-2E Operational Safety on Airports During Construction AC 150/5370-10 Standards for Specifying Construction of Airports MIL-P-152388 Wash Primer Specification ---PAGE BREAK--- L-100-11 MJ 17807.06 TT-P-641F Type II, Base Paint, Zinc-Rich END OF ITEM L-100 ---PAGE BREAK--- L-108-1 MJ 17807.06 ITEM L-108 UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power and control cables within conduit or duct banks in accordance with these specifications at the locations shown on the plans. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking & tagging, 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 any cable for FAA facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks are covered under 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 Federal Aviation Administration (FAA) specifications shall be approved under the Airport Lighting Equipment Certification Program described in Advisory Circular (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 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. 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 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). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. ---PAGE BREAK--- L-108-2 MJ 17807.06 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, which, in the Engineer’s opinion, does not meet the system design and the standards and codes, specified herein. f. 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. 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 an insulation resistance of 50 megohms minimum, (1000V megger) with isolation 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 (i.e. runway and taxiway lights) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. 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 A-A-55543 and shall be type THWN-2. Underground feeder, direct buried cable for electrical circuits up to 600 volts shall comply with ASTM-B3 and B-8 and Federal Specification A-A-59544 and shall be type UF-B. Telecommunication cable shall be Cat-5e cabling as approved by the telephone/data system provider for use in conduits. Cable type, size, number of conductors, strand and service voltage shall be as specified on the plans. 108-2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER GROUND AND GROUND RODS.) Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG solid for counterpoise and/or No. 6 AWG stranded for ground wire conforming to ASTM B 3 and ASTM B 8, and shall be bare copper wire conforming to the requirements of ASTM D 33. Ground rods shall be copper or copper-clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8-feet (240 cm) long nor less than 5/8 inch (15 mm) in diameter. 108-2.4 CABLE CONNECTIONS. In-line connections of underground primary cables shall be of the type called for on the plans, and 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 Minnesota Mining and Manufacturing Company, ---PAGE BREAK--- L-108-3 MJ 17807.06 “Scotchcast” Kit No. 82--B, or as manufactured by Hysol® Corporation, “Hyseal Epoxy Splice” Kit No. E1135, or equivalent, is 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 Taped or Heat-Shrinked Splice. Taped splices employing field-applied rubber, or rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D 4388 and the plastic tape should comply with Mil Spec. MIL-I- 24391or Fed. Spec. A-A-55809. 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 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 utilizing 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 in accordance with 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 the base can ground clamp connector shall be used for attachment to the base can. All exothermic connections shall be made in accordance with the manufacturer’s recommendations and listings. 108-2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making cable splices and terminations on cables rated above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three years continuous experience in terminating/splicing medium voltage cable. 108-2.6 CONCRETE. Concrete for cable markers shall conform to Specification Item P-610, ''Structural Portland Cement Concrete.'' 108-2.7 CABLE IDENTIFICATION TAGS. Cable identification tags shall by made from a non-corrosive material with the circuit identification stamped or etched onto the tag. ---PAGE BREAK--- L-108-4 MJ 17807.06 108-2.8 TAPE. Electrical tapes shall be Scotch Electrical Tapes – number Scotch 88 (1-1/2” wide) and Scotch 130C linerless rubber splicing tape wide), as manufactured by the Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.9 ELECTRICAL COATING. Scotchkote™ shall be as manufactured by Minnesota Mining and Manufacturing Company, or approved equivalent. 108-2.10 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 in accordance with this item and prior to any activity affecting 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. 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 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 at locations 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 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 vertically above the top of the access structure. This requirement also applies where primary cable passes through empty base cans, junction and access structures to allow for future connections, or as designated by the Engineer. 108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit as described below. The maximum number and ---PAGE BREAK--- L-108-5 MJ 17807.06 voltage ratings of cables installed in each single duct or conduit, and the current-carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency 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 shortest routes are selected and interferences are avoided. Duct banks or conduits shall be installed as a separate item in accordance with 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 insure that the duct bank or conduit is open, continuous and clear of debris. Mandrel size shall be compatible with conduit size. The Contractor shall swab out all conduits/ducts and clean base can, manhole, etc. interiors IMMEDIATELY prior to pulling cable. Once cleaned and swabbed the base cans 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. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape 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 be governed by cable manufacturer’s recommendations. A non- hardening lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Contractor shall submit pulling tension values to the Engineer prior to any cable installation. If required by the Engineer, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. 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 the 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 ---PAGE BREAK--- L-108-6 MJ 17807.06 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 utilize other appropriate means to prevent abrasion to the cable jacket. 108-3.3 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 in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Field-attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 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 rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches (37 mm) on each side of the joint. d. Taped or Heat-Shrinked Splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4 inch (6 mm) of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3 inches (75 mm) on each end) is clean. After scraping wipe the entire area with a clean lint-free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half-lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately 1 inch (25 mm) over the original jacket. Cover rubber tape ---PAGE BREAK--- L-108-7 MJ 17807.06 with two layers of vinyl pressure-sensitive tape one-half lapped. Do not use or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required. 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. 108-3.4 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on the plans or included in the job specifications, bare counterpoise copper wire shall be installed for lightning protection of the underground cables. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks which are installed to contain airfield cables. Where the cable or duct/conduit trench runs parallel to the edge of pavement, the counterpoise shall be installed in a separate trench located half the distance between the pavement edge and the cable or duct/conduit trench. In trenches not parallel to pavement edges, counterpoise wire shall be installed continuously a minimum of 4 inches above the cable, conduit or duct bank, or as shown on the plans if greater. Additionally, counterpoise wire shall be installed at least 8 inches below the top of subgrade in paved areas or 10 inches below finished grade in un-paved areas. This dimension may be less than 4 inches where conduit is to be embedded in existing pavement. Counterpoise wire shall not be installed in conduit. The counterpoise wire shall be routed around to each light fixture base, mounting stake, or junction/access structures. 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. The connections shall be made as shown on the plans and in the specifications. A separate equipment (safety) ground system shall be provided in addition to the counterpoise wire using one of the following methods, as designated by the Engineer: A ground rod installed at and securely attached to each light fixture base, mounting stake if painted, and to all metal surfaces at junction/access structures. Install an insulated equipment ground conductor internal to the conduit system and securely attached it to each light fixture base and to all metal surfaces at junction/access structures. a. 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 cone of protection over the airfield lighting cables. When ---PAGE BREAK--- L-108-8 MJ 17807.06 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 ½ 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. b. 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. 108-3.5 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: All slag shall be removed from welds. For welds at light fixture base cans, all galvanized coated surface areas and "melt" areas, both inside and outside of base cans, damaged by exothermic bond process shall be restored by coating with a liquid cold-galvanizing compound conforming to U.S. Navy galvanized repair coating meeting Mil. Spec. MIL-P-21035. Surfaces to be coated shall be prepared and compound applied in accordance with manufacturer's recommendations. All buried copper and weld material at weld connections shall be thoroughly coated 6 mil of 3M “Scotchkote,” or approved equivalent, or coated with coal tar bitumastic material to prevent surface exposure to corrosive soil or moisture." 108-3.6 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. ---PAGE BREAK--- L-108-9 MJ 17807.06 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 the test method selected. All such testing shall be at the sole expense of the Contractor. 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 utilized, 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. There are no approved "repair" procedures for items that have failed testing other than complete replacement. METHOD OF MEASUREMENT 108-4.1 No separate measurement for payment will be made for this item. ---PAGE BREAK--- L-108-10 MJ 17807.06 BASIS OF PAYMENT 108-5.1 No direct payment will be made for this item. The cost of all items in this section shall be included in other items for bid. MATERIAL REQUIREMENTS 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 Fed.Spec. A-A-59544 Cable and Wire, Electrical Power, Fixed Installation (J-C-30 cancelled; replaced by A-A-59544 Cable and Wire, Electrical (Power, Fixed Installation)) Fed. Spec A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic ASTM B 3 Soft or Annealed Copper Wire ASTM D 4388 Rubber tapes, Nonmetallic Semiconducting and Electrically Insulating REFERENCE DOCUMENTS NFPA No. 70 National Electrical Code (NEC) MIL-S-23586C Sealing Compound, Electrical, Silicone Rubber NN Building Industry Consulting Service International (BICSI) 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 ---PAGE BREAK--- L-110-1 MJ 17807.06 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) installed in accordance with this specification at the locations and in accordance with 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 turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandreling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables in accordance with 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. 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 so requested by the Engineer. b. Manufacturer's certifications 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. 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 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). Contractor is solely responsible for delays in project accruing 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, which, in the Engineer’s opinion, does not meet the ---PAGE BREAK--- L-110-2 MJ 17807.06 system design and the standards and codes, specified herein. 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. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 110-2.2 STEEL CONDUIT. Rigid galvanized steel conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standard 6, 514B, and 1242. 110-2.2.1 EXTRUDED METALLIC TUBING CONDUIT. Conduit shall be made from strip steel, high frequency welded. A continuous hot galvanized process shall be employed to coat exterior surfaces evenly and smoothly; a special transparent secondary coating provides further protection against corrosion. Manufactured in accordance with Under-writers Laboratories UL- 797, American National Standards Specifications C-80.3, Federal Specifications WW-C-563A. Approved by the 1987 National Electric Code article 348. 110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings-shall conform to the requirements of Fed Spec. W-C-1094, Underwriters Laboratories Standards UL-651 and Article 347 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. The type of adhesive 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 conform to Section 501, Concrete, Class A NYSDOT with a minimum 28 day compressive strength of 4,000 psi. Concrete and reinforcing steel are incidental to the respective pay item of which they are a component part. 110-2.7 DETECTABLE WARNING TAPE. Plastic, detectable, color as noted magnetic tape shall be polyethylene film with a metallized foil core and shall be 4-6 inches (75-150 MM) wide. Detectable tape is incidental to the respective bid item. 110-2.8 SECTION NOT USED. ---PAGE BREAK--- L-110-3 MJ 17807.06 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 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. Unless otherwise shown on the plans no duct bank or underground conduit shall be less than 18 inches below finished grade. Where under pavement, the top of the duct bank shall not be less than 18 inches below the subgrade. 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 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 base cans, manhole, 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 200 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 contaminate 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. Unless otherwise shown on the plans, concrete encased duct banks shall be utilized when crossing under pavements expected to carry aircraft loads. Where turf is well established and the sod can be removed, it shall be carefully stripped and ---PAGE BREAK--- L-110-4 MJ 17807.06 properly stored. 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. When rock is encountered, the rock shall be removed to a depth of at least 3 inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill may alternatively be used The Contractor shall ascertain the type of soil or rock to be excavated before bidding. 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 not shown on the plans, the warning tape shall be located six inches above the duct/conduit or the counterpoise wire if present. Joints in plastic conduit shall be prepared in accordance with 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 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. Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the Engineer, the unsuitable material shall be removed in accordance with Item P-152 and replaced with suitable material. Alternatively, additional duct bank supports that are adequate and stable shall be installed, as approved by the Engineer. All excavation shall be unclassified and shall be considered incidental to the respective L-110 pay item of which it is a component part. Dewatering necessary for duct installation, erosion and turbidity control, in accordance with Federal, State, and Local requirements is incidental to its respective pay item as a part of Item L-110. The cost of all excavation regardless of type of material encountered shall be included in the unit price bid for the L-110 Item. Unless otherwise specified, excavated materials which are deemed by the Engineer to be unsuitable for use in backfill or embankments shall be removed and disposed of off site. Any excess excavation shall be filled with suitable material approved by the Engineer and compacted in accordance with item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables(s) cross proposed installations, the Contractor shall insure that these cable(s) 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 ---PAGE BREAK--- L-110-5 MJ 17807.06 where such crossings must occur shall proceed as follows: Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred 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 that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair. 110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches (45 cm) below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (45 cm) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 10 feet (300 cm) beyond the edges of the pavement or 8 feet (240 cm) beyond any underdrains which may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, proper provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches (75 mm) thick prior to its initial set. Where two or more conduits in the duct bank are intended to carry conductors of equivalent voltage insulation rating, the Contractor shall space the conduits not less than 3 inches (75 mm) apart (measured from outside wall to outside wall). Where two or more conduits in the duct bank are intended to carry conductors of differing voltage insulation rating, the Contractor shall space the conduits not less than 3 inches apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3 inches (75 mm) thick unless otherwise shown on the plans. End bells or couplings shall be installed flush with the concrete encasement at access points. Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5 -foot 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. When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at ---PAGE BREAK--- L-110-6 MJ 17807.06 approximately 5 foot (150 cm) intervals. All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct. Install a plastic, detectable, color as noted, 4-6 inch (75-150mm) wide tape 8 inches (200mm) minimum below grade above all underground conduit or duct lines not installed under pavement. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the Engineer shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the Engineer. 110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single- conduit lines shall be not less than 6 inches (150 mm) nor more than 12 inches (300 mm) wide, and 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 sand, soft earth or other fine material, at least 4 inches (100 mm) thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4-inch (6 mm) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits are at least 18 inches (45 cm) below the finished grade. When two or more individual conduits intended to carry conductors of equivalent or differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not 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 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 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. 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- ---PAGE BREAK--- L-110-7 MJ 17807.06 150 mm) thick extending approximately 1 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. The Contractor shall impress the word “DUCT” or “CONDUIT” on each marker slab. 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 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. 110-4.5 BACKFILLING FOR CONDUITS. For conduits, 4 inches (100 mm) of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted in accordance with Item P-152 "Excavation and Embankment" except that material used for backfill shall be select material not larger than 2 inches in diameter. Flowable backfill may alternatively be used. 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, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted in accordance with Item P-152 “Excavation and Embankment” except that the material used for backfill shall be select material not larger than 2 inches in diameter. In addition to the requirements of P-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 100 linear feet of duct bank or one work period's construction, whichever is less. Flowable backfill may alternatively be used. 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, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored. The ---PAGE BREAK--- L-110-8 MJ 17807.06 restoration shall include topsoiling, fertilizing, liming, seeding & mulching as per specifications T-900. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. METHOD OF MEASUREMENT 110-4.1 No measurement for payment will be made for this item. BASIS OF PAYMENT 110-5.1 No direct payment will be made for this item. All costs associated with this item shall be included in other items for bid. MATERIAL REQUIREMENTS Fed.Spec.W-C-1094 Conduit and Conduit Fittings; Plastic, Rigid (cancelled; replaced by UL 514 Boxes, Nonmetallic Outlet, Flush Device Boxes, & Covers, and UL 651 Standard for Conduit & Hope Conduit, Type EB & A Rigid PVC) Underwriters Laboratories Standard 6 Rigid Metal Conduit Underwriters Laboratories Standard 514B Fittings for Cable and Conduit Underwriters Laboratories Standard 651 Schedule 40 and 80 Rigid PVC Conduit (for Direct Burial) Underwriters Laboratories Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit (for concrete encasement) END OF ITEM L-110 ---PAGE BREAK--- M-100-1 MJ 17807.06 ITEM M-100 FUEL TANK SITE ITEMS DESCRIPTION 100-1.1 This item shall consist of miscellaneous work items required for the construction as shown on the plans and in accordance with these specifications and the details shown on the plans. MATERIALS Materials shall meet the requirements shown on the plans and specified below for the following items: • Bollards • Signs and Posts 100-2.1 BOLLARDS. The bollard pipe shall be 6” diameter, nominal extra heavy gauge (Schedule 80) steel conforming to ASTM Serial Designation A-120. Pipe furnished for bollards shall not be threaded and does not require testing for water pressure. Pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with all appropriate requirements. The bollard pipe cover shall be 1/8” thick polyethylene, HDPE & MDPE with 3M #680 reflective yellow tape. The bollard pipe cover shall contain ultraviolet and antistatic additives to resist fading and cracking. 100-2.2 SIGNS AND POSTS. The sign and sign posts shall be of the type called for on the plans and shall be in accordance with the following appropriate requirements. 100-2.2.1 SIGNS. New York State Department of Transportation Standard Specifications Section 645-1, 645-2: Sign Faces shall meet the requirements of subsections 730-01 Aluminum Sign Panels. Reflective Sheeting material shall meet the requirements of subsection 730-05 Reflective Sheeting and shall be Type III (Class 100-2.2.2 SIGN POSTS. Sign posts shall be 1 channel Type A sign support, in accordance with NYSDOT Section 645E, by Chicago Heights Steel or approved equal. 100-2.3 CONCRETE. Concrete for miscellaneous work, NOT including the concrete slab for tanks or the concrete fuel island, shall conform to all requirements of NYSDOT Section 501 for Portland Cement Concrete, Class A, and shall have a minimum compressive strength of 3,000 psi (20.7 MPa) at 28 days and conform to the requirements of ASTM C 94. 100-2.4 SHOP DRAWINGS. The Contractor shall submit manufacturer’s Shop Drawings for each type and size of the materials specified. CONSTRUCTION METHODS ---PAGE BREAK--- M-100-2 MJ 17807.06 100-3.1 INSTALLATION. All bollards, barriers, signs and sign posts, in addition to all ancillary and support items in this section shall be installed in accordance with the details in the plans or as otherwise directed by the Engineer. All bollards, signs, barriers and sign posts shall be installed plumb to the ground. METHOD OF MEASUREMENT 100-4.1 BOLLARDS. No separate measurement for payment will be made for bollards. Bollards shall be incidental to the various associated work items in place, completed and approved. The Item shall include but not be limited to; excavation, foundation, bollard pipe, backfill, concrete fill, paint, installation and other incidental work as shown on the plans, specified herein or as directed by the Engineer. 100-4.2 SIGNS AND POSTS. Signs and posts shall be incidental to the various associated work items in place, completed, and approved. The Item shall include but not be limited to: excavation, foundation, sign, sign post, sign hardware and miscellaneous accessories, and other incidental work as shown on the plans, specified herein or as directed by the Engineer. BASIS OF PAYMENT 100-5.1 BOLLARD. No separate payment for bollards will be made. All costs associated with furnishing and constructing bollards shall be included in other items for bid. 100-5.2 SIGNS AND POSTS. No separate payment for signs and posts will be made. All costs associated with signs and posts shall be included in other items for bid. END ITEM M-100 ---PAGE BREAK--- T-905-1 MJ/17807.06 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 (1 inch or more in diameter), clay lumps or similar objects. Brush and other vegetation which will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sods and herbaceous growth such as grass and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the association of official agricultural chemists in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by the wet-combustion method (chromic acid reduction). There shall be not less than 20% nor more than 80% of the material passing the 200 mesh sieve as determined by the wash test in accordance with ASTM C 117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the bid, 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 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. ---PAGE BREAK--- T-905-2 MJ/17807.06 905-3.2 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 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 1 inch 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, 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 properly compacted condition to prevent, insofar as practical, 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 screened and prepared to meet the requirements of section 905-2.1. All topsoil 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. 905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 3 inches after compaction, unless otherwise shown on the plans or stated in the special provisions. 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. ---PAGE BREAK--- T-905-3 MJ/17807.06 After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (1 inch or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, grades, and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be removed. METHOD OF MEASUREMENT 905-4.1 No measurement shall be made for topsoil. All costs associated with furnishing and placement of topsoil shall be included in other items for bid. BASIS OF PAYMENT 905-5.1 No payment shall be made for topsoil. All costs associated with furnishing and placement of topsoil shall be included in other items for bid. TESTING MATERIALS ASTM C 117 Materials Finer than 75-m (No. 200) Sieve in Mineral Aggregates by Washing END OF ITEM T-905 ---PAGE BREAK--- T-906-1 MJ/17807.06 ITEM T-906 HYDRO-SEEDING DESCRIPTION 906-1.1 This item shall consist of soil preparation, Hydro-seeding, and related operations, including liming, mulching and fertilizing to be performed in all areas outside the limits of the pavement where the 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. Grass seed shall be fresh, recleaned seed of the latest crop. The seed mixture specified below is based on percentage of Pure Live Seed (Purity x Germination). 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, U.S. Department of Agriculture Services and Regulatory Announcement No. 156. Seed shall conform to the requirements of Fed. Spec A-A-2671. Grass Seed Mixtures A - Min. Germination B - Min. % Germination & Hard Seed C - Pounds Pure Live Seed/Acre NAME VARIETY A B C Red Fescue Commercial 85 - 25 (Festuca rubra) Perennial Ryegrass Palmer, Derby, 90 - 30 (Lolium perenne) or equal Kentucky Bluegrass Commercial 75 - 100 (Poa pratensis) Total Pounds Pure Live Seed Per Acre 155 Seed shall be sowed within the following dates: Spring Seeding - August 15 to October 15 Fall Seeding - April 1 to May 10 The grass shall be established by the following dates: ---PAGE BREAK--- T-906-2 MJ/17807.06 Fall Sowing - May 20 Spring Sowing - September 25 906-2.2 LIME. 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. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of 1 ton per acre. All liming materials shall conform to the requirements of ASTM C 602. 906-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. A-A-1909 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers must be supplied in the following form: a. A finely-ground fertilizer soluble in water, suitable for application by power sprayers Fertilizers shall be 5-10-10 commercial fertilizer and shall be spread at the rate of 850 lbs. per acre. 906-2.4 MULCHING.. Mulching shall be wood pulp or cellulose 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. Mulch shall contain no growth or germination inhibiting factors, and shall be dyed green. Mulch 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. Property 1. Percent Moisture Content 10% 2. Percent Organic Matter (Wood Fiber) 99.2% 3. Percent Ash Content ---PAGE BREAK--- T-906-3 MJ/17807.06 4. pH 4.8 5. Water Holding Capacity (grams of water/100 grams of fiber) 1,000 minimum 906-2.5 SUBMITTALS AND CERTIFICATIONS. Submittals of "Shop and Setting Drawings", "Working Drawings, Catalogue Data", and "certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and certifications required are as follows: · 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. 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 seeded shall be raked or otherwise cleared of stones larger than 2 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered 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 seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 906-3.2 APPLICATION METHOD. a. General. 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 areas. The rates of application shall be as specified in the special provisions. ---PAGE BREAK--- T-906-4 MJ/17807.06 b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet. One shall be a close-range ribbon nozzle, one a medium-range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. c. Mixtures. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. ---PAGE BREAK--- T-906-5 MJ/17807.06 d. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 906-3.3 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. A grass stand shall be considered adequate when bare spots are one square foot or less, randomly dispersed, and do not exceed 3% of the area seeded. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT 906-4.1 No measurement shall be made for Hydroseeding. All costs associated with furnishing and placement of seeding shall be included in other items for bid. BASIS OF PAYMENT ---PAGE BREAK--- T-906-6 MJ/17807.06 906-5.1 No payment shall be made for Hydroseeding. All costs associated with furnishing and placement of seeding shall be included in other items for bid. MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials Fed. Spec. O-F-241D Commercial Mixed Fertilizer Fed. Spec. JJJ-S-181B Agricultural Seeds END OF ITEM T-906 ---PAGE BREAK--- APPENDIX A NEW YORK STATE PREVAILING WAGE RATES ---PAGE BREAK--- 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 2017 through June 2018. 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 [EMAIL REDACTED] Andrew M. Cuomo, Governor Roberta Reardon, Commissioner Cortland County James Dolan, Project Manager - Aviation McFarland Johnson, Inc 2525 State Route 332 Canandaigua NY 14424 Schedule Year 2017 through 2018 Date Requested 12/21/2017 PRC# [PHONE REDACTED] Location Cortland County Airport Project ID# PIN 3903.08 Project Type Construct new 10,000 gallon above-ground Jet-A fuel tank, pumps, 24-hour credit card payment system, electrical, communications and a concrete containment system. Project also includes improvements ---PAGE BREAK--- ---PAGE BREAK--- 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 30.1). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work, State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or electronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website www.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 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 Five years from the project's date of completion. See Spota Bill Notice. 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. ---PAGE BREAK--- The filing of payrolls to the Department of Jurisdiction is a condition of payment. 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 inches by two inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on each job site. ---PAGE BREAK--- 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 years when: - Two willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six year period. - There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. Criminal Sanctions Willful violations of the Prevailing 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) ---PAGE BREAK--- 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. ---PAGE BREAK--- 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: aaa City: State: Zip: Contract Type: [ ] (01) General Construction [ ] (02) Heating/Ventilation [ ] (03) Electrical [ ] (04) Plumbing [ ] (05) Other : Amount of Contract: $ Approximate Starting Date: - - - - - - - / Approximate Completion Date: - - - - - - - / 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 [EMAIL REDACTED] Andrew M. Cuomo, Governor Roberta Reardon, Commissioner Cortland County James Dolan, Project Manager - Aviation McFarland Johnson, Inc 2525 State Route 332 Canandaigua NY 14424 Schedule Year 2017 through 2018 Date Requested 12/21/2017 PRC# [PHONE REDACTED] Location Cortland County Airport Project ID# PIN 3903.08 Project Type Construct new 10,000 gallon above-ground Jet-A fuel tank, pumps, 24-hour credit card payment system, electrical, communications and a concrete containment system. Project also includes improvements ---PAGE BREAK--- ---PAGE BREAK--- 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. ---PAGE BREAK--- To all State Departments, Agency Heads and Public Benefit Corporations IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND Budget Policy & Reporting Manual B-610 Public Work Enforcement Fund effective date December 7, 2005 1. Purpose and Scope: This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its relevance to State agencies and public benefit corporations engaged in construction or reconstruction contracts, maintenance and repair, and announces the recently-enacted increase to the percentage of the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the Fund: - New York State Department of Labor (DOL), - The Office of the State of Comptroller (OSC), and - State agencies and public benefit corporations. 2. Background and Statutory References: DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for construction or reconstruction, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law. State agencies and public benefit corporations participating in such contracts are required to make payments to the Fund. 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. ---PAGE BREAK--- 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 contracts approved during the month, including contract amendments, and then DOL will bill agencies the appropriate assessment 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, 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. ---PAGE BREAK--- 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-[PHONE REDACTED] or email us at: [EMAIL REDACTED] . ---PAGE BREAK--- New York State Department of Labor Required Notice under Article 25-B of the Labor Law ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless: • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work. IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS. Employee rights. If you are an employee: • You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and otherwise qualified o workers’ compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment • It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both. Independent Contractors: If you are an independent contractor: • You must pay all taxes required by New York State and Federal Law. Penalties for paying off-the-books or improperly treating employees as independent contractors: • Civil Penalty First Offense: up to $2,500 per employee. Subsequent Offense(s): up to $5,000 per employee. • Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a $50,000 fine and debarment from performing Public Work for up to 5 years. If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to [EMAIL REDACTED]. All complaints of fraud and violations are taken seriously and you can remain anonymous. Employer Name: IA 999 (09/10) ---PAGE BREAK--- (11.11) WORKER NOTIFICATION (Labor Law §220, paragraph a of subdivision 3-a) Effective February 24, 2008 This provision is an addition to the existing prevailing wage rate law, Labor Law §220, paragraph a of subdivision 3-a. It requires contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub*. It also requires contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Department of Labor and a statement informing laborers, workers or mechanics of their right to contact the Department of Labor if he/she is not receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded from our website www.labor.state.ny.us or made available upon request by contacting the Bureau of Public Work at [PHONE REDACTED]. * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. ---PAGE BREAK--- New York State Department of Labor Bureau of Public Work 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 the Labor Laws of 2007: These wages are set by law and must be posted at the work site. They can also be found at: www.labor.ny.gov If you feel that you have not received proper wages or benefits, please call our nearest office.* Albany Binghamton Buffalo Garden City New York City Newburgh (518) 457-2744 (607) 721-8005 (716) 847-7159 (516) 228-3915 (212) 932-2419 (845) 568-5156 Patchogue Rochester Syracuse Utica White Plains (631) 687-4882 (585) 258-4505 (315) 428-4056 (315) 793-2314 (914) 997-9507 * For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, or www.comptroller.nyc.gov – click on Bureau of Labor Law. Contractor Name: Project Location: PW 101 (4.15) ---PAGE BREAK--- ---PAGE BREAK--- (03.12) Page 1 of 2 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. The OSHA 10 Legislation only applies to workers on a public work project that are required, under Article 8, to receive the prevailing wage. NOTE: ---PAGE BREAK--- (03.12) Page 2 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: (866) 385-7470 Ext. 2919 www.rit.edu/~outreach/course.php3?CourseID=54 Atlantic OSHA Training Center UMDNJ – School of Public Health Piscataway, NJ Janet Crooks Fax (732) 235-9460 e-mail: [EMAIL REDACTED] (732) 235-9455 Atlantic OSHA Training Center University at Buffalo Buffalo, New York Joe Syracuse Fax (716) 829-2806 e-mail:mailto:[EMAIL REDACTED] (716) 829-2125 http://www.smbs.buffalo.edu/CENTERS/trc/schedule_OSHA.php Keene State College Manchester, NH Leslie Singleton e-mail: [EMAIL REDACTED] (800) 449-6742 www.keene.edu/courses/print/courses_osha.cfm 3. List of trainers and training schedules for OSHA outreach training at: www.OutreachTrainers.org ---PAGE BREAK--- Page 1 of 1 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 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 [PHONE REDACTED]. ---PAGE BREAK--- ---PAGE BREAK--- PW30.1-Notice (03.17) NYSDOL Bureau of Public Work 1 of 1 IMPORTANT INFORMATION Regarding Use of Form PW30.1 (Previously 30R) “Employer Registration for Use of 4 Day / 10 Hour Work Schedule” To use the ‘4 Day / 10 Hour Work Schedule’: There MUST be a Dispensation of Hours (PW30) in place on the project AND You MUST register your intent to work 4 / 10 hour days, by completing the PW30.1 Form. REMEMBER… The ‘4 Day / 10 Hour Work Schedule’ applies ONLY to Job Classifications and Counties listed on the PW30.1 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.) ---PAGE BREAK--- PW30.1-Instructions (03.17) NYSDOL Bureau of Public Work 1 of 1 Instructions (Type or Print legibly): Contractor Information: x 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) x 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: x Enter the Prevailing Rate Case number (PRC#) assigned to this project x Enter the Project Name / Type (i.e. Smithtown CSD – Replacement of HS Roof) x Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route Smithtown,NY; 1 & 2) x If you are a Subcontractor, enter the name of the Prime Contractor for which you work x 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: x 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: x Mail the completed PW30.1 form to: NYSDOL Bureau of Public Work, SOBC – Bldg.12 – Rm.130, Albany, NY 12240 -OR - x Fax the completed PW30.1 form to: NYSDOL Bureau of Public Work at (518)485-1870 Instructions for Completing Form PW30.1 (Previously 30R) “Employer Registration for Use of 4 Day / 10 Hour Work Schedule” B efore completing Form PW30.1 check to be sure … x There is a Dispensation of Hours in place on the project. x The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. x The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. ---PAGE BREAK--- PW 30.1 (06/17) 1 of 7 Bureau of Public Work Harriman State Office Campus Building 12, Room 130 Albany, New York 12240 Phone: (518) 457-5589 I Fax: (518) 485-1870 www.labor.ny.gov Employer Registration for Use of 4 Day / 10 Hour Work Schedule Before completing this form, make sure that: 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 and then mail or fax to the address above. Contractor Information FEIN: State: Zip Code: Fax No: Email: Company Name: Address: City: Phone No: Contact Person: Phone No: Fax No: Email: Project Information Project PRC#: Project Name/Type: Exact Location of Project: (If you are Subcontractor) County: Prime Contractor Name: Job Classification(s) to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist - Pages 3-8) Do not write in any additional Classifications or Counties*** Requestor Information Name: Title: Date: ---PAGE BREAK--- 2 of 7 PW 30.1 (06/17) Please use the list below with the number assigned to each county as a reference to the corresponding numbers listed in the following pages under Entire Counties & Partial Counties. 1. Albany County 2. Allegany County 3. Bronx County 4. Broome County 5. Cattaraugus County 6. Cayuga County 7. Chautauqua County 8. Chemung County 9. Chenango County 10. Clinton County 11. Columbia County 12. Cortland County 13. Delaware County 14. Dutchess County 15. Erie County 16. Essex County 17. Franklin County 18. Fulton County 19. Genesee County 20. Greene County 21. Hamilton County 22. Herkimer County 23. Jefferson County 24. Kings County (Brooklyn) 25. Lewis County 26. Livingston County 27. Madison County 28. Monroe County 29. Montgomery County 30. Nassau County 31. New York County (Manhattan) 32. Niagara County 33. Oneida County 34. Onondaga County 35. Ontario County 36. Orange County 37. Orleans County 38. Oswego County 39. Otsego County 40. Putnam County 41. Queens County 42. Rensselaer County 43. Richmond County (Staten Island) 44. Rockland County 45. Saint Lawrence County 46. Saratoga County 47. Schenectady County 48. Schoharie County 49. Schuyler County 50. Seneca County 51. Steuben County 52. Suffolk County 53. Sullivan County 54. Tioga County 55. Tompkins County 56. Ulster County 57. Warren County 58. Washington County 59. Wayne County 60. Westchester County 61. Wyoming County 62. Yates County ---PAGE BREAK--- 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*** 3 of 7 PW 30.1 (06/17) Job Classification Tag # Entire Counties Partial Counties Check Box Carpenter – Building 276B-All 7 2 ,5 Carpenter – Building 276B-Cat 15 5 Carpenter – Building 276-B-LIV 26, 28, 35, 59 61 Carpenter – Building 276B-Gen 19, 32, 37 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 277CDO Bldg 9, 13, 39 Carpenter – Heavy & Highway 277CDO HH 9, 13, 39 Carpenter – Heavy & Highway 277HH-BRO 4, 6, 8, 12, ,22, 23, 25, 27, 33, 34, 38, 45, 49, 50, 51, 54, 55, 62 Carpenter – Building 291B-Alb 1, 18, 20, 29, 42, 47, 48 Carpenter – Building 291B-Cli 10, 16, 17 Carpenter – Building 291B-Ham 21, 57, 58 Carpenter – Building 291B-Sar 46 Carpenter – Heavy & Highway 291HH-Alb 1, 10, 16, 17,18, 20, 21, 29, 42, 46, 47, 48, 57, 58 Electrician 25m 30, 52 Electrician – Teledata Cable Splicer 43 12, 22, 27, 33, 38 6, 9, 34, 39, 55, 59 ---PAGE BREAK--- 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*** PW 30.1 (06/17) 4 of 7 Job Classification Tag # Entire Counties Partial Counties Check Box Electrician 86 26, 28 19, 35, 37, 59, 61 Electrician 840 Teledata and 840 Z1 62 6, 34, 35, 50, 59 Electrician 910 10, 16, 17, 23, 25, 45 Electrical Lineman 1049Line/Gas 30, 41, 52 Electrical Lineman 1249a 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, 47, 48, 49, 50, 45, 51, 53, 54, 55, 56, 57, 58, 59, 61, 62 Electrical Lineman 1249a West 60 Electrical Lineman 1249a-LT 1, 2, 4, 5, 6, 7, 8, 9, 10, 12, 13, 15, 16, 17, 18, 19, 20, 21, 22, 23, 25, 26, 27, 28, 29, 32, 33, 34, 35, 37, 38, 39, 42, 46, 47, 48, 49, 50, 45, 51, 53, 54, 55, 57, 58, 59, 61, 62 Electrical Lineman 1249aREG8LT 11, 14, 36, 40, 44, 56 Electrical Lineman 1249aWestLT 60 Elevator Constructor 138 11, 14, 20, 36, 40, 53, 56 13, 44, 60 Elevator Constructor 14 2, 5, 7, 15, 19, 32, 37, 61 Elevator Constructor 27 8, 26, 28, 35, 49, 50, 51, 59, 62 Elevator Constructor 35 1, 10, 16, 18, 21, 22, 29, 39, 42, 46, 47, 48, 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 Insulator – Heat & Frost 30-Syracuse 4, 6, 8, 9, 12, 22, 23, 25, 27, 33, 34, 38, 39, 49, 50, 45, 54, 55 Laborer – Building 621b 2, 7 5 Laborer – Building 633 bON 34 ---PAGE BREAK--- 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*** 5 of 7 Job Classification Tag # Entire Counties Partial Counties Check Box Laborer – Building 633b Cay 6 Laborer – Building 633bOS 38 Laborer – Building 785(7) 4 9, 13, 54 Laborer – Building 785B-CS 8, 51 49 Laborers – Heavy & Highway 157h/h 47 18, 29, 46 Laborers – Heavy & Highway 190 h/h 1, 42, 58 11, 20, 46 Laborers – Heavy & Highway 35/2h 21, 22, 27, 33 18, 29 Laborer – Residential 621r 2, 7 5 Laborers – Tunnel 157 47 18, 29, 46 Laborers – Tunnel 35T 21, 22, 27, 33 18, 29 Laborers – Tunnel 190 1, 42, 58 11, 20, 46 PW 30.1 (06/17) Laborer – Building 7-785b 12, 55 49, 54 Mason – Building 2TS.1 1, 10,11, 16, 17, 18, 20, 21, 29, 42, 46, 47, 48, 57, 58 Mason – Building 2TS.2 22, 23, 25, 33, 45 27 Mason – Building 2TS.3 6, 34, 38 27 Mason – Building 2b-on 34 Mason – Building 2b.1 1, 11, 18, 20, 21, 29, 42, 46, 47, 48, 58 57 Mason – Building 2b.2 22, 33 25 Mason – Building 2b.3 6, 34 27 Mason – Building 2b.4 38 Mason – Building 2b.5 23 25 Mason – Building 2b.6 45 Mason – Building 2b.8 10, 16, 17 57 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-Z1R 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 ---PAGE BREAK--- 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*** 6 of 7 PW30. 1 (02/17) Job Classification Tag # Entire Counties Partial Counties Check Box 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 5 Mason – Building 3B-Z3.Orleans 37 Mason – Residential 3B-Z3R 15, 32 5 Mason – Residential 3B- z3R.Orleans 37 Mason - Heavy & Highway 3h 2, 4, 8, 7, 9, 12, 13, 19, 26, 28, 35, 37, 39, 49, 50, 51, 54, 55, 59, 61, 62 5, 15, 32 Mason – Tile Finisher 3TF-Z1 19, 26, 28, 35, 50, 59, 61, 62 Mason – Tile Finisher 3TF-Z2 2, 4, 8, 7, 9, 12, 13, 39, 49, 51, 54, 55 5 Mason – Tile Finisher 3TF-Z3 15, 32, 37 5 Mason – Tile Finisher 3TF-Z1R 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 Mason – Tile Setter Residential 3TS-Z1R 19, 26, 28, 35, 50, 59, 61, 62 Mason – Tile Setter 3TS-Z2 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55 5 Mason – Tile Setter Residential 3TS-Z2R 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55 5 Mason – Tile Setter Residential 3TS-Z3R 15, 32, 37 5 Mason – Building/Heavy & Highway 780 3, 24, 30, 31, 41, 43, 52 Operating Engineer - Heavy & Highway 137H/H 40, 60 14 Operating Engineer – Heavy & Highway 158-832H 2, 8, 26, 28, 35, 49, 51, 59, 62 19 Operating Engineer – Heavy & Highway 158-H/H 1, 4, 9, 10, 11, 14, 16, 17, 18, 20, 21, 22, 29, 39, 42, 46, 47, 48, 54, 57, 58 Operating Engineer – Heavy & Highway 158-545h 6, 12, 23, 25, 27, 33, 38, 45, 50, 55 Painter 1456-LS 1, 3, 10, 11, 14, 16, 17, 18, 20, 21, 24, 29, 30, 31, 36, 40, 41, 42, 43, 44, 46, 47, 48, 52, 53, 56, 57, 58, 60 Painter 150 28, 59, 62 26, 35 Mason – Tile Setter 3TS-Z3 15, 32, 37 5 ---PAGE BREAK--- 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*** 7 of 7 PW 30.1 (06/17) Job Classification Tag # Entire Counties Partial Counties Check Box Painter 178 B 4, 9, 54 Painter 178 E 8, 49 51 Painter 178 I 12, 55 Painter 178 O 13, 39 Painter 31 6, 22, 27, 33, 34, 50 25, 35, 38 Painter 38.O 38 Painter 38.W 23, 45 25 Painter 4- Buf,Nia,Olean 2, 15, 19, 32, 37, 61 5, 7, 26, 51 Painter 4-Jamestown 5, 7 Sheetmetal Worker 46 26, 28, 35, 50, 59, 62 Sheetmetal Worker 46r 26, 28, 35, 50, 59, 62 Teamsters – Heavy & Highway 294h/h 1, 11, 18, 20, 29, 42, 46, 47, 48, 58 57 Teamsters – Heavy & Highway 317bhh 6, 12, 50, 51, 55, 62 2 Teamsters - Building/Heavy & Highway 456 40, 60 ---PAGE BREAK--- Introduction to the Prevailing Rate Schedule Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county- by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime requirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. In most cases the payment or provision of supplements is for each hour worked (noted in the schedule as 'Per hour worked'). Some classifications require the payment or provision of supplements for each hour paid (noted in the schedule as 'Per hour paid'), which require supplements to be paid or provided at a premium rate for premium hours worked. Some classifications may also require the payment or provision of supplements for paid holidays on which no work is performed. Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website (www.labor.state.ny.us) for current wage rate information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired, and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions. Title (Trade) Ratio Boilermaker (Construction) 1:1,1:4 Boilermaker (Shop) 1:1,1:3 Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4 Carpenter (Residential) 1:1,1:3 Page 30 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] ---PAGE BREAK--- 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 [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Binghamton [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Buffalo [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Garden City [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Newburgh [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - New York City [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Patchogue [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Rochester [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Syracuse [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Utica [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - White Plains [PHONE REDACTED] [PHONE REDACTED] Bureau of Public Work - Central Office [PHONE REDACTED] [PHONE REDACTED] Page 31 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] ---PAGE BREAK--- Cortland County General Construction Boilermaker 12/01/2017 JOB DESCRIPTION Boilermaker DISTRICT 6 ENTIRE COUNTIES Cayuga, Clinton, Cortland, Franklin, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins WAGES Per hour: 07/01/2017 Boilermaker $ 31.03 SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 26.00** IMPORTANT NOTE: Portion of supplemental benefits per hour paid at same premium as shown for overtime. Journeyman $ 24.47 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6, 15, 25) on HOLIDAY PAGE NOTE: When a holiday falls on Sunday, the day observed by the State or Nation shall be observed. When Christmas Day and New Year's fall on Saturday, Friday will be observed as the holiday. REGISTERED APPRENTICES WAGES per hour: Six month terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 65% 65% 70% 75% 80% 85% 90% 95% 07/01/2017 $ 20.17 $ 20.17 $ 21.72 $ 23.27 $ 24.82 $ 26.38 $ 27.93 $ 29.48 SUPPLEMENTAL BENEFITS per hour: 07/01/2017 $ 19.88 $ 19.88 $ 20.76 $ 21.63 $ 22.49 $ 23.38 $ 24.27 $ 25.14 *IMPORTANT NOTE: Portion of supplemental benefits per hour paid at same premium as shown for overtime. 07/01/2017 $ 18.35* $ 18.35* $ 19.23* $ 20.10* $ 20.96* $ 21.85* $ 22.74* $ 23.61* 6-175 Carpenter - Building 12/01/2017 JOB DESCRIPTION Carpenter - Building DISTRICT 2 ENTIRE COUNTIES Chemung, Cortland, Schuyler, Steuben, Tompkins PARTIAL COUNTIES Allegany: Only the Township of Alfred. WAGES Per hour: 07/01/2017 07/01/2018 07/01/2019 07/01/2020 Additional Additional Additional Carpenter $ 27.45 $ 0.70 $ 0.80 $ 0.80 Floor Coverer 27.45 0.70 0.80 0.80 Carpet Layer 27.45 0.70 0.80 0.80 Dry-Wall 27.45 0.70 0.80 0.80 Lather 27.45 0.70 0.80 0.80 Diver-Wet Day 61.25 0.00 0.00 0.00 Diver -Dry Day 28.45 0.70 0.80 0.80 Page 32 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Diver Tender 28.45 0.70 0.80 0.80 NOTE ADDITIONAL AMOUNTS PAID FOR THE FOLLOWING WORK LISTED BELOW (not subject to overtime premiums): - Pile Drivers shall receive $0.25 per hour over the journeyman's rate of pay when performing piledriving work. - Certified welders shall receive $1.00 per hour over the journeyman's rate of pay when the employee is required to be certified and performs DOT or ABS specified welding work - When an employee performs work within a contaminated area on a State and/or Federally designated hazardous waste site, and where relevant State and/or Federal regulations require employees to be furnished and use or wear required forms of personal protection, then the employee shall receive his regular hourly rate plus $1.50 per hour. - Depth pay for Divers based upon deepest depth on the day of the dive: 0' to 80' no additional fee 81'to 100' additional $.50 per foot 101'to 150' additional $0.75 per foot 151'and deeper additional $1.25 per foot - Penetration pay for Divers based upon deepest penetration on the day of the dive: 0' to 50' no additional fee 51' to 100' additional $.75 per foot 101' and deeper additional $1.00 per foot Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeymen $ 20.08 OVERTIME PAY See E, *E2, Q) on OVERTIME PAGE * Note - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness is produced Monday through Friday when work was available to the employee. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE Note: Any holiday which occurs on Sunday shall be observed the following Monday. If Christmas falls on a Saturday, it shall be observed on the prior Friday. REGISTERED APPRENTICES Wages per hour FOR APPRENTICES INDENTURED PRIOR TO JANUARY 1, 2016 One year terms at the following percentage of Journeyman's base wage 1st 2nd 3rd 4th 50% 60% 70% 80% Supplemental Benefits per hour worked plus paid holidays: 1st year term $ 10.95 2nd year term 10.95 3rd year term 13.55 4th year term 13.55 FOR APPRENTICES INDENTURED AFTER JANUARY 1, 2016 1,300 hour terms at the following percentage of Journeyman's base wage 1st 2nd 3rd 4th 5th 50% 60% 65% 70% 80% Supplemental Benefits per hour worked plus paid holidays: 1st term $ 10.95 2nd term 10.95 3rd term 13.55 4th term 13.55 5th term 13.55 ADDITIONAL AMOUNTS PAID TO APPRENTICES FOR SPECIFIC TYPES OF WORK PERFORMED (not subject to overtime premiums): - Pile Driving apprentices shall receive $0.25 per hour when performing piledriving work. - Certified welders shall receive $1.00 per hour over the apprentices rate of pay when the apprentice is required to be certified and performs DOT or ABS specified welding work Page 33 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- - When an apprentice performs work within a contaminated area on a State and/or Federally designated hazardous waste site, and where relevant State and/or Federal regulations require the apprentice to be furnished and use or wear required forms of personal protection, then the apprentice shall receive his regular hourly rate plus $1.50 per hour. 2-277B-CS Carpenter - Building / Heavy&Highway 12/01/2017 JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 2 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates PARTIAL COUNTIES Orange: The area lying on Northern side of Orange County demarcated by a line drawn from the Bear Mountain Bridge continuing east to the Bear Mountain Circle, continue North on 9W to the town of Cornwall where County Road 107 (also known as Quaker Rd) crosses under 9W, then east on County Road 107 to Route 32, then north on Route 32 to Orrs Mills Rd, then west on Orrs Mills Rd to Route 94, continue west and south on Route 94 to the Town of Chester, to the intersection of Kings Highway, continue south on Kings Highway to Bellvale Rd, west on Bellvale Rd to Bellvale Lakes Rd, then south on Bellvale Lakes Rd to Kain Rd, southeast on Kain Rd to Route 17A, then north and southeast along Route 17A to Route 210, then follow Route 210 to NJ Border. WAGES Wages per hour: 07/01/2017 07/01/2018 Carpenter - ONLY for Additional Artificial Sport Surface $ 29.88 $ 1.50 Note - Does not include the operation of equipment. Please see Operating Engineers rates. SUPPLEMENTAL BENEFITS Per hour worked plus paid holidays: Journeyman $ 21.45 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See 17) on HOLIDAY PAGE Overtime: See 6, 16) on HOLIDAY PAGE Notes: When a holiday falls upon a Saturday, it shall be observed on the preceding Friday. Whan a holiday falls upon a Sunday, it shall be observed on the following Monday. An employee taking an unexcused day off the regularly scheduled day before or after a paid Holiday shall not receive Holiday pay. REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 4th 50% 60% 70% 80% Supplemental Benefits per hour worked plus paid holidays: 1st year term $ 11.00 2nd year term 11.00 3rd year term 13.60 4th year term 13.60 2-42AtSS Carpenter - Heavy&Highway 12/01/2017 JOB DESCRIPTION Carpenter - Heavy&Highway DISTRICT 2 ENTIRE COUNTIES Broome, Cayuga, Chemung, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Yates WAGES Per hour 07/01/2017 07/01/2018 Additional Carpenter $ 29.88 $ 1.50 Piledriver 29.88 1.50 Page 34 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Diver-Wet Day 54.88 1.50 Diver-Dry Day 30.88 1.50 Diver-Tender 30.88 1.50 NOTE ADDITIONAL AMOUNTS PAID FOR THE FOLLOWING WORK LISTED BELOW (not subject to overtime premiums): - When Millwright work is performed, the employee will receive an additional $1.50 per hour for all hours worked on the day the millwright work was performed. - When project owner mandates a single irregular work shift, the employee will receive an additional $2.00 per hour. A single irregular work shift can start any time from 5:00 p.m. to 1:00 a.m. - State or Federal designated hazardous site, requiring protective gear shall be an additional $2.00 per hour. - Certified welders when required to perform welding work will receive an additional $1.50 per hour. ADDITIONAL NOTES PERTAINING TO DIVERS/TENDERS: - Divers and Tenders shall receive one and one half (1 1/2) times their regular diver and tender rate of pay for Effluent and Slurry diving. - Divers and tenders being paid at the specified rate for Effluent and Slurry diving shall have all overtime rates based on the specified rate plus the appropriate overtime rates (one and one half or two times the specified rate for Slurry and Effluent divers and tenders). - The pilot of an ADS or submersible will receive one and one-half (1 1/2) times the Diver-Wet Day Rate for time submerged. - Depth pay for Divers based upon deepest depth on the day of the dive: 0' to 50' no additional fee 51'to 100' additional $.50 per foot 101'to 150' additional $0.75 per foot 151'and deeper additional $1.25 per foot - Penetration pay for Divers based upon deepest penetration on the day of the dive: 0' to 50' no additional fee 51' to 100' additional $.75 per foot 101' and deeper additional $1.00 per foot - Diver rates applies to all hours worked on dive day. Four ten (10) hour days may be worked at straight time during a week, Monday thru Friday, provided the project duration is more than forty (40) hours. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked plus paid holidays: Journeyman $ 21.45 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See 17) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE In the event a Holiday falls on a Saturday, the Friday before will be observed as a Holiday. If a Holiday falls on a Sunday, then Monday will be observed as a Holiday. REGISTERED APPRENTICES Wages per hour FOR APPRENTICES INDENTURED PRIOR TO JANUARY 1, 2016 One year terms at the following percentage of Journeyman's base wage 1st 2nd 3rd 4th 50% 60% 70% 80% Supplemental Benefits per hour worked plus paid holidays: 1st year term $ 11.00 2nd year term 11.00 3rd year term 13.60 4th year term 13.60 FOR APPRENTICES INDENTURED AFTER JANUARY 1, 2016 1,300 hour terms at the following percentage of Journeyman's base wage 1st 2nd 3rd 4th 5th 50% 60% 65% 70% 80% Supplemental Benefits per hour worked plus paid holidays: 1st term $ 11.00 2nd term 11.00 3rd term 13.60 4th term 13.60 Page 35 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- 5th term 13.60 NOTE ADDITIONAL AMOUNTS PAID TO APPRENTICES FOR THE FOLLOWING WORK LISTED BELOW (not subject to overtime premiums): - When Millwright work is performed, the employee will receive an additional $1.50 per hour for all hours worked on the day the millwright work was performed. - When project owner mandates a single irregular work shift, the employee will receive an additional $2.00 per hour. A single irregular work shift can start any time from 5:00 p.m. to 1:00 a.m. - State or Federal designated hazardous site, requiring protective gear shall be an additional $2.00 per hour. - Certified welders when required to perform welding work will receive an additional $1.50 per hour. 2-277HH-Bro Electrician 12/01/2017 JOB DESCRIPTION Electrician DISTRICT 6 ENTIRE COUNTIES Cortland, Herkimer, Madison, Oneida, Oswego PARTIAL COUNTIES Cayuga: Townships of Ira, Locke, Sempronius, Sterling, Summerhill and Victory. Chenango: Only the Townships of Columbus, New Berlin and Sherburne. Onondaga: Entire County except Townships of Elbridge and Skaneateles. Otsego: Only the Townships of Plainfield, Richfield, Springfield, Cherry Valley, Roseboom, Middlefield, Otsego, Exeter, Edmeston, Burlington, Pittsfield and New Lebanon. Tompkins: Only the Township of Groton. Wayne: Only the Townships of Huron, Wolcott, Rose and Butler. WAGES Per hour: 07/01/2017 Electrician $ 36.75 Teledata 36.75 Cable Splicer 40.45 NOTES: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF EIGHT HOURS FOR AT LEAST FIVE DAYS DURATION WHICH MAY HAVE BEEN WORKED. WHEN TWO SHIFTS OR THREE SHIFTS ARE WORKED: 1st Shift - 8:00 AM to 4:30 PM: See rates posted above 2nd Shift - 4:30 PM to 1:00 AM: Add 15% to rates posted above 3rd Shift - 12:30 AM to 9:00 AM: Add 25% to rates posted above Occupied Conditions: When necessary to perform alteration and/or renovation work and owner mandates (due to occupied conditions) prevent the work from being performed during "normal" working hours (defined as between 6:00 a.m. and 4:30 p.m. Monday through Friday), alternate hours may be worked, provided: 1) The hours are established for a minimum of five days duration or the length of the job, whichever is shorter; and 2) An entire work scope within a job-site area is performed utilizing the varied hours. If these conditions are satisfied, all hours worked Monday through Friday of a shift that starts before or ends after the "normal" hours, shall be paid at the appropriate rate plus fifteen percent However, the following restrictions shall apply: 1) "Alternate" hours shall consist of a minimum of eight consecutive hours per day 2) Hours worked in excess of eight hours per day, Monday through Friday, shall be paid at a rate of one and one-half times the applicable rate (day-shift + 15%) 3) Hours worked on Saturday shall be paid at time and one-half the applicable rate. 4) Hours worked on a Sunday and Holidays shall be paid at double the straight time rate. 5) Work of a new construction nature may not be worked under these conditions. IMPORTANT NOTICE - EFFECTIVE 04/01/2009 Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour: 07/01/2017 Journeyman $ 23.22 plus of hourly Page 36 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- wage paid *NOTE: The 3% is based on the hourly wage paid, straight time or premium rate. OVERTIME PAY See ( B,E**,Q ) on OVERTIME PAGE Double Time after 10 hrs. on Saturday. NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked. Contractor is still responsible to pay the hourly benefit amount for each hour worked. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE NOTE: If any of the above holidays fall on Saturday, Friday shall be observed as the holiday. If any of the above holidays fall on Sunday, Monday shall be observed as the holiday. REGISTERED APPRENTICES WAGES per hour. 07/01/2017 1st period (0-1000 hrs) $ 14.70 2nd period (1001-2000) 16.55 3rd period (2001-3500) 18.40 4th period (3501-5000) 22.05 5th period (5001-6500) 25.75 6th Period (6501-8000) 29.40 SUPPLEMENTAL BENEFITS per hour: 1st period $ 10.74 plus of hourly wage paid 2nd period $ 10.74 plus of hourly wage paid 3rd period $ 21.90 plus of hourly wage paid 4th period $ 22.16 plus of hourly wage paid 5th period $ 22.43 plus of hourly wage paid 6th period $ 22.69 plus of hourly wage paid *NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate. 6-43 Elevator Constructor 12/01/2017 JOB DESCRIPTION Elevator Constructor DISTRICT 6 ENTIRE COUNTIES Broome, Cayuga, Chenango, Cortland, Franklin, Jefferson, Lewis, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins PARTIAL COUNTIES Delaware: Only the towns of: Tompkins, Walton, Masonville, Sidney, Franklin and Deposit. Madison: Only the towns of: Cazenovia, DeRuyter, Eaton, Fenner, Georgetown, Lebanon, Lenox, Nelson and Sullivan. Oneida: Only the towns of: Camden, Florence and Vienna. WAGES Per hour: 07/01/2017 Elevator Constructor $ 43.79 Helper 30.65 Page 37 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- IMPORTANT NOTICE - EFFECTIVE 04/01/2009 Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, except work on general repairs and modernization. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 31.585* *NOTE - add 6% of regular hourly rate for all hours worked OVERTIME PAY See O) on OVERTIME PAGE HOLIDAY Paid: See 6, 15, 16) on HOLIDAY PAGE Overtime: See 6, 15, 16) on HOLIDAY PAGE NOTE: When a paid holiday falls on a Saturday, it shall be observed on Friday. When a paid holiday falls on Sunday, it shall be observed on Monday. REGISTERED APPRENTICES WAGES: 850 hour terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 50% 55% 65% 65% 70% 70% 80% 80% SUPPLEMENTAL BENEFITS Per hour: 1st term: None 2nd - 8th term: Same as Journeyman. 6-62.1 Glazier 12/01/2017 JOB DESCRIPTION Glazier DISTRICT 5 ENTIRE COUNTIES Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego WAGES Per Hour: 07/01/2017 Glazier $ 24.25 IMPORTANT NOTICE Four ten (10) days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 17.94 OVERTIME PAY See (B,E,E2*,Q) on OVERTIME PAGE. *Note - Or circumstances beyond the control of the employer. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES 1000 hour terms at the following percentage of journeyman's wage. Page 38 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- 1st. 2nd. 3rd. 4th. 5th. 6th. 7th. 8th. 50% 55% 60% 65% 70% 75% 80% 90% Supplemental Benefits per hour worked: Hired before 05/01/2014 Appr. 1st & 2nd term $ 13.44 Appr. 3rd term 16.14 Appr. 4th term 16.37 Appr. 5th term 16.59 Appr. 6th term 16.82 Appr. 7th term 17.04 Appr. 8th term 17.49 Hired after 05/01/2014 Appr. 1st term $ 9.17 Appr. 2nd term 9.60 Appr. 3rd term 12.72 Appr. 4th term 13.38 Appr. 5th term 14.03 Appr. 6th term 14.69 Appr. 7th term 15.33 Appr. 8th term 16.64 5-677.Z-2 Insulator - Heat & Frost 12/01/2017 JOB DESCRIPTION Insulator - Heat & Frost DISTRICT 6 ENTIRE COUNTIES Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, Schuyler, Seneca, St. Lawrence, Tioga, Tompkins WAGES Per hour: 07/01/2017 Insulation Installer $ 32.15 (On mechanical systems only) NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS WORKED. 1ST SHIFT $ 32.15 2ND SHIFT 36.97 3RD SHIFT 40.19 IMPORTANT NOTICE - EFFECTIVE 04/01/2009 Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 21.27 OVERTIME PAY See (*B1, Q) on OVERTIME PAGE *NOTE: First 10 hours on Saturday HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See (4,6) on HOLIDAY PAGE. Also Easter. Triple time for Labor Day if worked. NOTE: When a holiday falls on Sunday, the following Monday shall be observed as a holiday. Page 39 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- REGISTERED APPRENTICES WAGES: One year terms at the following percentage of Journeyman's wage 1st 2nd 3rd 4th 50% 60% 70% 80% $ 16.08 $ 19.29 $ 22.51 $ 25.72 SUPPLEMENTAL BENEFITS Per hour: 1st & 2nd years $ 19.27 3rd & 4th years 21.27 6-30-Syracuse Ironworker 12/01/2017 JOB DESCRIPTION Ironworker DISTRICT 6 ENTIRE COUNTIES Broome, Cayuga, Cortland, Onondaga, Oswego, Seneca, Tioga, Tompkins PARTIAL COUNTIES Chenango: Only the Townships of Lincklaen, Otselic, Pitcher, Pharsalia, German, McDonough, Preston, Norwich, Smithville, Oxford, Guilford, Greene, Coventry, Bainbridge and Afton. Jefferson: Only the Townships of Alexandria, Theresa, Clayton, Orleans, Cape Vincent, Lyme, Brownville, Pamelia, LeRay, Hounsfield, Watertown, Rutland, Adams, Henderson, Rodman, Ellisburg, Lorraine and Worth. Madison: Only the Townships of Sullivan, Lenox, Lincoln, Fenner, Smithfield, Cazenovia, Nelson, DeRuyter and Georgetown. Schuyler: Only the Townships of Cayuta, Catharine, Hector and Montour. Wayne: Only the Townships of Galen, Savannah, Rose, Butler, Huron and Wolcott WAGES Structural, Reinforcing, Re-bar, Machinery Mover & Rigger, Ornamental & Curtain Wall, Window Wall, Pre-Glazed Metal Framed Windows Attached to Steel or Masonry Including Caulking, Fence Erector (Chain Link/Security), Sheeter/Bridge Rail, Pre-Cast Erector, Stone Derrickman, Pre-Engineered Building Erector, Welder Per hour: 07/01/2017 $ 29.00 NOTE: Shift work mandated by the project owner. All shifts will be hours. 1st Shift $ 29.00 2nd Shift 31.90 3rd Shift 33.35 SUPPLEMENTAL BENEFITS Per hour: Journeymen $ 25.55 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE NOTE: Any holiday which occurs on Sunday shall be observed the following Monday. REGISTERED APPRENTICES WAGES: One year terms at the following rates. 1st 2nd 3rd 4th $ 15.00 $ 17.00 $ 19.00 $ 21.00 SUPPLEMENTAL BENEFITS per hour: 1st year $ 10.20 2nd year 17.45 3rd year 18.48 4th year 19.52 6-60 Page 40 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Laborer - Building 12/01/2017 JOB DESCRIPTION Laborer - Building DISTRICT 7 ENTIRE COUNTIES Cortland, Tompkins PARTIAL COUNTIES Schuyler: Only the Township of Catherine including the Village of Odessa. Tioga: Townships of Candor & Spencer WAGES Per hour: GROUP Basic Laborer, Excavation, Concrete Vibrator, Power-driven Buggy, Demolition, Actylene Torch. GROUP Air Tool Operator, Mason Tender GROUP Blaster, Rock Drill Operator GROUP Asbestos, Hazardous, Toxic Waste, Lead & Mold Remediation 07/01/2017 07/01/2018 07/01/2019 07/01/2020 Additional Additional Additional GROUP #1 $ 23.82 $ 0.73 $ 0.85 $ 0.90 GROUP #2 24.32 0.73 0.85 0.90 GROUP #3 25.32 0.73 0.85 0.90 GROUP #4 25.32 0.73 0.85 0.90 Four ten (10) hour days may be worked at straight time during a week, Monday thru Friday, provided the project duration is more than forty (40) hours. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 18.40 OVERTIME PAY See E, *E2, Q) on OVERTIME PAGE *If a 4 10-hour day schedule is in effect, the make-up day is Friday. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE When a holiday falls on Sunday, it shall be observed on the following Monday. REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 60% 70% 80% 90% SUPPLEMENTAL BENEFITS per hour worked: 1st term $ 10.50 2nd term 11.73 3rd term 12.95 4th term 14.18 7-785b Laborer - Heavy&Highway 12/01/2017 JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 7 ENTIRE COUNTIES Cortland, Tompkins PARTIAL COUNTIES Schuyler: Only the Township of Catherine including the Village of Odessa. Page 41 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Tioga: Townships of Candor & Spencer WAGES Per hour: GROUP A: Drill Helper (not including machine operations on drills listed under Operating Engineers), Flagmen, Outboard and Hand Boats. GROUP B: BASIC RATE: Bull Float (where used for strike off only), Chain Saw, Concrete Aggregate Bin, Concrete Bootman, Gin Buggy, Hand or Machine Vibrator, Jack Hammer, Mason Tender, Mortar Mixer, Pavement Breaker, Handlers of All Steel Mesh, Small Generators for Laborers' Tools, Installation of Bridge Drainage Pipe, Pipe Layers, Vibrator Type Rollers, Tamper, Drill Doctor, Water Pump Operator (1-1/2" and Single Diaphragm) Nozzle (Asphalt, Gunite, Seeding, and Sand Blasting), Laborers on Chain Link Fence Erection, Rock Splitter & Power Unit, Pusher Type Concrete Saw and All Other Gas, Electric, Oil, and Air Tool Operators, Wrecking Laborer. GROUP C: Drilling Equipment - only where a separate air compressor unit supplies power, Acetylene Torch Operators, Asphalt Raker, Powder Man, Tail or Screw Operator on Asphalt Paver. GROUP D: Blasters, Form Setters, Stone or Granite Curb Setters. 07/01/2017 07/01/2018 Additional GROUP A $ 28.30 $ 1.40 GROUP B 28.50 1.40 GROUP C 28.70 1.40 GROUP D 28.90 1.40 NOTE: Hazardous Waste removal on a State or Federal designated waste site where relevant state or federal regulations require employees to wear personal protection, Additional $2.00 per hour over Group B rate. NOTE: A single irregular work shift starting any time between 5:00 PM and 1:00 AM on governmental mandated night work shall be paid an additional $2.00 per hour. IMPORTANT NOTE: Operation of equipment (i.e. forklift, skid steer) is the work of the Operating Engineers, please see appropriate rates. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 19.41 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE If a holiday falls on Sunday, it will be celebrated on Monday. If the Holiday falls on Saturday, it will be celebrated on Saturday. REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 4th 60% 70% 80% 90% SUPPLEMENTAL BENEFITS per hour worked: 07/01/2017 1st term 0 - 1000 hrs $ 16.51 2nd term 1001-2000 hrs 17.24 3rd term 2001-3000 hrs 17.96 4th term 3001-4000 hrs 18.69 7-785h Laborer - Tunnel 12/01/2017 JOB DESCRIPTION Laborer - Tunnel DISTRICT 7 ENTIRE COUNTIES Cortland, Tompkins PARTIAL COUNTIES Schuyler: Only the Township of Catherine including the Village of Odessa. Tioga: Townships of Candor & Spencer Page 42 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- WAGES Per hour: GROUP A: Change House Man GROUP B: Miners and all Machine Men, Safety Miner, all Shaft work, Caisson work, Drilling, Blow Pipe, all Air Tools, Tugger, Scaling, Nipper, Guniting from pot to nozzle, Bit Grinder, Signal Man (top and bottom), Concrete Men, Shield driven tunnels, mixed face and soft ground, liner plate tunnels in free air. GROUP C: Blaster GROUP D: Hazardous Waste Work** 07/01/2017 07/01/2018 Additional Group A $ 31.48 $ 1.40 Group B 31.68 1.40 Group C 32.98 1.40 Group 33.68 1.40 **Work site required to be designated by State/Federal as hazardous waste site and relevant regulations require employees to use personal protection. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 19.41 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE If the holiday falls on Saturday, it will be celebrated on Friday. If the holiday falls on Sunday, it will be celebrated on Monday. REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of Group B wage 1st 2nd 3rd 4th 60% 70% 80% 90% SUPPLEMENTAL BENEFITS per hour worked: 1st term $ 5.63 2nd term 5.63 3rd term 12.14 4th term 19.41 7-785T Lineman Electrician 12/01/2017 JOB DESCRIPTION Lineman Electrician DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates WAGES Per hour: NOTE: Includes Teledata Work within ten (10) feet of High Voltage Transmission Lines Below rates applicable on all overhead and underground distribution and maintenance work, and all overhead and underground transmission line work and the installation of fiber optic cable where no other construction trades are or have been involved. (Ref #14.01.01) 07/01/2017 05/07/2018 05/06/2019 05/04/2020 Lineman, Technician $ 49.20 $ 50.60 $ 52.05 $ 53.50 Crane, Crawler Backhoe 49.20 50.60 52.05 53.50 Page 43 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Welder, Cable Splicer 49.20 50.60 52.05 53.50 Digging Mach. Operator 44.28 45.54 46.85 48.15 Tractor Trailer Driver 41.82 43.01 44.24 45.48 Groundman, Truck Driver 39.36 40.48 41.64 42.80 Equipment Mechanic 39.36 40.48 41.64 42.80 Flagman 29.52 30.36 31.23 32.10 Additional $1.00 per hour for entire crew when a helicopter is used. Below rates applicable on all electrical sub-stations, switching structures, fiber optic cable and all other work not defined as "Utility outside electrical work". (Ref #14.02.01-A) Lineman, Technician $ 49.20 $ 50.60 $ 52.05 $ 53.50 Crane, Crawler Backhoe 49.20 50.60 52.05 53.50 Cable Splicer 54.12 55.66 57.26 58.85 Certified Welder - Pipe Type Cable 51.66 53.13 54.65 56.18 Digging Mach. Operator 44.28 45.54 46.85 48.15 Tractor Trailer Driver 41.82 43.01 44.24 45.48 Groundman, Truck Driver 39.36 40.48 41.64 42.80 Equipment Mechanic 39.36 40.48 41.64 42.80 Flagman 29.52 30.36 31.23 32.10 Additional $1.00 per hour for entire crew when a helicopter is used. Below rates apply on switching structures, maintenance projects, railroad catenary install/maintenance third rail installation, bonding of rails and pipe type cable and installation of fiber optic cable. (Ref #14.02.01-B) Lineman, Tech, Welder $ 50.52 $ 51.92 $ 53.37 $ 54.82 Crane, Crawler Backhoe 50.52 51.92 53.37 54.82 Cable Splicer 55.57 57.11 58.71 60.30 Certified Welder - Pipe Type Cable 53.05 54.52 56.04 57.56 Digging Mach. Operator 45.47 46.73 48.03 49.34 Tractor Trailer Driver 42.94 44.13 45.36 46.60 Groundman, Truck Driver 40.42 41.54 42.70 43.86 Equipment Mechanic 40.42 41.54 42.70 43.86 Flagman 30.31 31.15 32.02 32.89 Additional $1.00 per hour for entire crew when a helicopter is used. Below rates applicable on all overhead and underground transmission line work & fiber optic cable where other construction trades are or have been involved. This applies to transmission line work only, not other construction. (Ref #14.03.01) Lineman, Tech, Welder $ 51.71 $ 53.11 $ 54.56 $ 56.01 Crane, Crawler Backhoe 51.71 53.11 54.56 56.01 Cable Splicer 51.71 53.11 54.56 56.01 Digging Mach. Operator 46.54 47.80 49.10 50.41 Tractor Trailer Driver 43.95 45.14 46.38 47.61 Groundman, Truck Driver 41.37 42.49 43.65 44.81 Equipment Mechanic 41.37 42.49 43.65 44.81 Flagman 31.03 31.87 32.74 33.61 Additional $1.00 per hour for entire crew when a helicopter is used. NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: 1ST SHIFT 8:00 AM to 4:30 PM REGULAR RATE 2ND SHIFT 4:30 PM to 1:00 AM REGULAR RATE PLUS 17.3 % 3RD SHIFT 12:30 AM to 9:00 AM REGULAR RATE PLUS 31.4 % IMPORTANT NOTICE Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. *Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day. Page 44 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked (also required on non-worked holidays): The following SUPPLEMENTAL BENEFITS apply to all classification categories of CONSTRUCTION, TRANSMISSION and DISTRIBUTION. Journeyman $ 22.65 $ 23.40 $ 24.15 $ 24.90 *plus 6.75% of *plus 6.75% of *plus 6.75% of *plus 6.75% of hourly wage hourly wage hourly wage hourly wage *The 6.75% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See E, on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction. NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked. Contractor is still responsible to pay the hourly benefit amount for each hour worked. HOLIDAY Paid See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. Overtime See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. NOTE: All paid holidays falling on Saturday shall be observed on the preceding Friday. All paid holidays falling on Sunday shall be observed on the following Monday. Supplements for holidays paid at straight time. REGISTERED APPRENTICES WAGES: 1000 hour terms at the following percentage of the applicable Journeyman Lineman wage. 1st 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% SUPPLEMENTAL BENEFITS: Same as Journeyman 6-1249a Lineman Electrician - Teledata 12/01/2017 JOB DESCRIPTION Lineman Electrician - Teledata DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per hour: FOR OUTSIDE WORK. 07/01/2017 Cable Splicer $ 30.90 Installer, Repairman 29.33 Teledata Lineman 29.33 Technician, Equipment Operator 29.33 Groundman 15.56 NOTE: EXCLUDES Teledata work within ten (10) feet of High Voltage (600 volts and over) transmission lines. For this work please see LINEMAN. NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE DAYS DURATION WORKED: 1ST SHIFT REGULAR RATE 2ND SHIFT REGULAR RATE PLUS 10% 3RD SHIFT REGULAR RATE PLUS 15% Page 45 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 4.43 *plus 3% of wage paid *The 3% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See E, Q) on OVERTIME PAGE NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked. Contractor is still responsible to pay the hourly benefit amount for each hour worked. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6, 16) on HOLIDAY PAGE 6-1249LT - Teledata Lineman Electrician - Traffic Signal, Lighting 12/01/2017 JOB DESCRIPTION Lineman Electrician - Traffic Signal, Lighting DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Cortland, Delaware, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Warren, Washington, Wayne, Wyoming, Yates WAGES Lineman/Technician shall perform all overhead aerial work. A Lineman/Technician on the ground will install all electrical panels, connect all grounds, install and connect all electrical conductors which includes, but is not limited to road loop wires; conduit and plastic or other type pipes that carry conductors, flex cables and connectors, and to oversee the encasement or burial of such conduits or pipes. A Groundman/Groundman Truck Driver shall: Build and set concrete forms, handle steel mesh, set footer cages, transport concrete in a wheelbarrow, hand or machine concrete vibrator, finish concrete footers, mix mortar, grout pole bases, cover and maintain footers while curing in cold weather, operate jack hammer, operate hand pavement breaker, tamper, concrete and other motorized saws, as a drill helper, operate and maintain generators, water pumps, chainsaws, sand blasting, operate mulching and seeding machine, air tools, electric tools, gas tools, load and unload materials, hand shovel and/or broom, prepare and pour mastic and other fillers, assist digger operator equipment operator in ground excavation and restoration, landscape work and painting. Only when assisting a lineman technician, a groundman/groundman truck driver may assist in installing conduit, pipe, cables and equipment. A flagger's duties shall consist of traffic control only. (Ref #14.01.01) Per hour: 07/01/2017 05/07/2018 05/06/2019 05/04/2020 Lineman, Technician $ 42.65 $ 43.80 $ 45.00 $ 46.20 Crane, Crawler Backhoe 42.65 43.80 45.00 46.20 Certified Welder 44.78 45.99 47.25 48.51 Digging Machine 38.39 39.42 40.50 41.58 Tractor Trailer Driver 36.25 37.23 38.25 39.27 Groundman, Truck Driver 34.12 35.04 36.00 36.96 Equipment Mechanic 34.12 35.04 36.00 36.96 Flagman 25.59 26.28 27.00 27.72 Above rates applicable on all Lighting and Traffic Signal Systems with the installation, testing, operation, maintenance and repair of all traffic control and illumination projects, traffic monitoring systems, road weather information systems and the installation of Fiber Optic Cable. NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED MULTIPLE SHIFTS OF AT LEAST FIVE DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: 1ST SHIFT 8:00 AM TO 4:30 PM REGULAR RATE 2ND SHIFT 4:30 PM TO 1:00 AM REGULAR RATE PLUS 17.3% 3RD SHIFT 12:30 AM TO 9:00 AM REGULAR RATE PLUS 31.4% IMPORTANT NOTICE Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. *Effective 05/06/2013, Tuesday thru Friday may be worked with no make-up day. Page 46 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked (but also required on non-worked holidays): Journeyman $ 22.65 $ 23.40 $ 24.15 $ 24.90 *plus 6.75% of *plus 6.75% of *plus 6.75% of *plus 6.75% of hourly wage hourly wage hourly wage hourly wage *The 6.75% is based on the hourly wage paid, straight time rate or premium rate. Supplements paid at STRAIGHT TIME rate for holidays. OVERTIME PAY See E, Q) on OVERTIME PAGE. *Note* Double time for all emergency work designated by the Dept. of Jurisdiction. NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked. Contractor is still responsible to pay the hourly benefit amount for each hour worked. HOLIDAY Paid: See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. Overtime: See ( 5, 6, 8, 13, 25 ) on HOLIDAY PAGE plus Governor of NYS Election Day. NOTE: All paid holidays falling on Saturday shall be observed on the preceding Friday. All paid holidays falling on Sunday shall be observed on the following Monday. Supplements for holidays paid at straight time. REGISTERED APPRENTICES WAGES: Per hour. 1000 hour terms. 07/01/2017 05/07/2018 05/06/2019 05/04/2020 1st term $ 25.59 $ 26.28 $ 27.00 $ 27.72 2nd term 27.72 28.47 29.25 30.03 3rd term 29.86 30.66 31.50 32.34 4th term 31.99 32.85 33.75 34.65 5th term 34.12 35.04 36.00 36.96 6th term 36.25 37.23 38.25 39.27 7th term 38.39 39.42 40.50 41.58 SUPPLEMENTAL BENEFITS: Same as Journeyman 6-1249a-LT Lineman Electrician - Tree Trimmer 12/01/2017 JOB DESCRIPTION Lineman Electrician - Tree Trimmer DISTRICT 6 ENTIRE COUNTIES Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Wyoming, Yates WAGES Per hour: Applies to line clearance, tree work and right-of-way preparation on all new or existing energized overhead or underground electrical, telephone and CATV lines. This also would include stump removal near underground energized electrical lines, including telephone and CATV lines. 07/01/2017 Tree Trimmer $ 23.95 Equipment Operator 21.13 Equipment Mechanic 21.13 Truck Driver 17.52 Groundman 14.36 Flag person 10.23 Page 47 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- SUPPLEMENTAL BENEFITS Per hour worked (but also required on non-worked holidays): Journeyman $ 9.98 *plus 3% of hourly wage * The 3% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See E, Q) on OVERTIME PAGE NOTE: WAGE CAP...Double the straight time hourly base wage shall be the maximum hourly wage compensation for any hour worked. Contractor is still responsible to pay the hourly benefit amount for each hour worked. HOLIDAY Paid: See 6, 8, 15, 16, 25) on HOLIDAY PAGE Overtime: See 6, 8, 15, 16, 25) on HOLIDAY PAGE NOTE: All paid holidays falling on a Saturday shall be observed on the preceding Friday. All paid holidays falling on a Sunday shall be observed on the following Monday. 6-1249TT Mason - Building 12/01/2017 JOB DESCRIPTION Mason - Building DISTRICT 5 ENTIRE COUNTIES Cortland, Tompkins WAGES Per hour: 07/01/2017 07/01/2018 07/01/2019 Building: Additional Additional Brick/Blocklayer, Cement Mason $ 29.15 $ .90 $ .95 Plasterer/EFIS, Stone Mason, Tuck Pointer Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 22.47 OVERTIME PAY See (B,E,E2*,Q) on OVERTIME PAGE *Note - Or other conditions beyond the employer's control such as fire or natural disaster. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 4th 55% 70% 80% 90% Supplemental Benefits per hour worked: All terms $ 22.47 5-3B Ith - Z2 Mason - Heavy&Highway 12/01/2017 JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 5 ENTIRE COUNTIES Page 48 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Allegany, Broome, Cattaraugus, Chautauqua, Chemung, Chenango, Cortland, Delaware, Erie, Genesee, Livingston, Monroe, Niagara, Ontario, Orleans, Otsego, Schuyler, Seneca, Steuben, Tioga, Tompkins, Wayne, Wyoming, Yates WAGES Per hour: 07/01/2017 Heavy & Highway: Cement Mason $30.58 Bricklayer 30.58 Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 21.08 OVERTIME PAY See E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: 1500 hour terms at the following percentage of Journeyman's wage: 1st 2nd 3rd 4th 50% 60% 70% 80% Supplemental benefits per hour worked: 1st term $ 13.58 2nd - 4th term 21.08 5-3h Mason - Tile Finisher 12/01/2017 JOB DESCRIPTION Mason - Tile Finisher DISTRICT 5 ENTIRE COUNTIES Broome, Chemung, Chenango, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins PARTIAL COUNTIES Allegany: Towns of Alfred, Almond, Andover and Burns. WAGES Wages Per hour: 07/01/2017 07/01/2018 07/01/2019 Building: Additional Additional Marble, Slate, Terrazzo $ 26.44 $ .90 $ .95 and Tile Setter Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 16.72 OVERTIME PAY See (B,E,E2*,Q) on OVERTIME PAGE *Note - Or other conditions beyond the employer's control such as fire or natural disaster. HOLIDAY Paid: See on HOLIDAY PAGE Page 49 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Joureyman's wage: 1st 2nd 3rd $14.54 $15.86 $21.15 Supplemental benefits per hour worked: 1st 2nd 3rd $ 11.02 $ 11.09 $ 14.84 5-3TF - Z4 Mason - Tile Setter 12/01/2017 JOB DESCRIPTION Mason - Tile Setter DISTRICT 5 ENTIRE COUNTIES Broome, Chemung, Chenango, Cortland, Delaware, Otsego, Schuyler, Steuben, Tioga, Tompkins PARTIAL COUNTIES Allegany: Towns of Alfred, Almond, Andover and Burns. WAGES Wages Per Hour: 07/01/2017 07/01/2018 07/01/2019 Building: Additional Additional Marble, Slate, Terrazzo $ 29.22 $ .90 $ .95 and Tile Setter Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 19.28 OVERTIME PAY See (B,E,E2*,Q) on OVERTIME PAGE *Note - Or other conditions beyond the employer's control such as fire or natural disaster. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One year terms at the following percentage of Joureyman's wage: 1st 2nd 3rd 4th $16.07 $20.45 $23.38 $26.30 Supplemental benefits per hour worked: 1st 2nd 3rd 4th $ 11.53 $ 11.66 $ 19.10 $ 19.19 5-3TS - Z4 Millwright 12/01/2017 JOB DESCRIPTION Millwright DISTRICT 6 ENTIRE COUNTIES Chemung, Cortland, Livingston, Monroe, Ontario, Schuyler, Steuben, Tompkins, Wayne WAGES Page 50 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Per hour: 07/01/2017 Millwright* $ 28.25 Machinist** 29.50 Hazardous Waste Work*** 29.50 Certified Welder 29.50 * Regarding water and sewer treatment plants, the Millwright Building rate is applicable for Millwrights only performing maintenance and upkeep of existing equipment in existing buildings. For new equipment installations, see Millwright under Carpenter H/H. A Machinist is a person who uses a lathe, Bridgeport, milling machine or similar type of tool to make or modify parts. If a work site has been declared a hazardous site by the Owner and the use of protective gear (including, as a minimum, air purifying canister type chemical respirators) are required. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 22.30 OVERTIME PAY See E, *E2, Q) on OVERTIME PAGE *NOTE - Saturday may be used as a make-up day and worked at the straight time rate of pay during a work week when conditions such as weather, power failure, fire, or natural disaster prevent the performance of work on a regular scheduled work day. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE NOTE: Any holiday that falls on Sunday shall be observed the following Monday. Any holiday that falls on Saturday shall be observed the preceding Friday. REGISTERED APPRENTICES WAGES: One year terms at the following rate: Appr. 1st year $ 16.95* Appr. 2nd year 19.78* Appr. 3rd year 22.60* Appr. 4th year 25.43* *NOTE: Additional premium for the following work listed below: Machinist $ 1.25 Hazardous Waste Work 1.25 Certified Welder 1.25 SUPPLEMENTAL BENEFITS per hour: Appr. 1st year $ 10.15 Appr. 2nd year 18.66 Appr. 3rd year 19.87 Appr. 4th year 21.09 6-1163 Operating Engineer - Building 12/01/2017 JOB DESCRIPTION Operating Engineer - Building DISTRICT 6 ENTIRE COUNTIES Cayuga, Cortland, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins WAGES NOTE: ---If a prime contract is let for site work only, meaning no buildings are involved in their site contract, the Heavy/Highway rates would be applicable. When a prime contract is let for site work and building excavation is part of that contract, the Building rates would be applicable for the Operators classification. ---In the event that equipment listed below is operated by robotic control, the classification covering the operation will be the same as if manually operated. ---If a second employee is required by the employer for operation of any covered machine, they shall be an Engineer Class C. Page 51 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- CLASSIFICATION A: Air Plako, Asphalt & Blacktop Roller, Automated Concrete Spreader (CMI or equivalent), Automated Fine Grade Machine (CMI), Backhoe, Barrel Shredder, Belt Placer, Blacktop Spreader (such as Barber-Greene & Blaw Knox), Blacktop Plant (automated), Blast or Rotary Drill (Truck or Cat mounted), Boom Truck, Burning Plant Operator, Cableway, Caisson Auger, Central Mix Plant (automated), Concrete Pump, Crane*, Crusher (Rock), Derrick, De-watering Press, Diesel Power Unit, Dirt Filter Press with Operation Equipment, Dragline, Dredge, Dual Drum Paver, Elevating Grader (self-propelled or towed), Elevator Hoist - Two Cage, Excavator - all purpose hydraulically operated, Fork Lift (Loed/Lull and other rough terrain type), Front End Loader (4 c.y. and over), Gradall, Grader (Power), Head Tower (Saurman or equal), Hoist (2 or 3 Drum), Hydroblaster (Laser Pump), Light Plants - Compressors and Generators, Locomotive, Maintenance Engineer, Maintenance Welder, Mine Hoist, Mucking Machine or Mole, Overhead Crane - fixed permanent, Pile Driver, Quarry Master or Equivalent, Refrigeration Equipment (for soil stabilization), Scraper, Sea Mule, Shovel, Side Boom, Slip Form Paver, Straddle Buggy (Ross Carrier, Lumber Carrier), Tractor Drawn Belt Type Loader (Euclid Loader), Trenching Machine (digging capacity of over 4ft. depth), Truck Crane Operator, Truck or Trailer Mounted Log Chipper (self-feeder), Tug Operator (Manned, rented equipment excluded), Tunnel Shovel, Vibro or Sonic Hammer Controls (when not mounted in proximity to Rig Operator), Work Boat Operator including LCM's. CLASSIFICATION B: Frame Truck, Back Dumps, Blacktop Plant (non-automatic), Boring Machine, Bulldozer, Cage-Hoist, Central Mix Plant (non-automated), Compressor, Pump, Generator or Welding machine (when used in battery of not more than five Concrete Paver (single drum over 16'), Core boring machine, Drill Rigs - tractor mounted, Elevator - as material hoist, Farm Tractor (with or without accessories), Fork Lift (over 10 ton with or without attachments), Front End Loader (under 4 Grout Pump, Gunite Machine, High Pressure Boiler (15 lbs. & over), Hoist (one drum), Hydraulic Breaking Hammer (Drop Hammer), Kolman Plant Loader (screening gravel), Maintenance Grease Man, Mixer for stabilized base - self-propelled (Seaman Mixer), Monorail Machine, Parapet Concrete or Pavement Grinder, Parts Man, Post Driver (truck or tractor mounted), Post Hole Digger (truck or tractor mounted), Power Sweeper (Wayne or similar), Pump-Crete or Squeeze-Crete, Road Widener (front end of Grader or self-propelled), Roller, Self-contained hydraulic bench drill, Shell Winder (motorized), Skid steer (Bobcat) type loader, Snorkel (overhead arms), Snowblower control man, Tractor (with or without accessories), Trenching Machine (digging capacity of 4 ft. or less), Tugger Hoist, Vacuum Machine (self-propelled or mounted), Vibro Tamp, Well Drill / Well Point System (Submersible pumps when used in lieu of Well Point System), Winch (Motor driven), Winch Cat, Winch Truck CLASSIFICATION C: Compressor (up to 500 cfm), Concrete Paver or Mixer (under 16'), Concrete Pavement Spreaders & Finishers (not automated), Conveyor (over 12 ft), Electric Submersible Pump and over), Fine Grade Machine (not automated), Fireman, Fork Lift ("with or without" attachments, 10 ton and under), Form Tamper, Generator (2,500 watts and over), Hydraulic Pump, Mechanical Heaters (More than two Mechanical Heaters or any Mechanical Heater or Heaters whose combined output exceeds 640,000 BTU per hour (manufacturer's rating) plus one self-contained heating unit - i.e. Sundog or Air Heat type - New Holland Hay Dryer type excluded), Mulching Machine, Oiler, Power Driven Welding Machine (300 amp and over, other than all electric. One Welding Machine under 300 amp will not require an engineer unless in a battery), Power Heaterman (hay dryer), Pumps (water and trash), Revinus Widener (road widener), Single Light Plant, Steam Cleaner or Jenny. Per Hour: 07/01/2017 07/01/2018 Building: Master Mechanic $ 38.84 $ 40.41 Asst. Master Mechanic 37.84 39.41 Class A* 36.84 38.41 Class B 34.78 36.29 Class C 30.68 32.07 Pile Driver** 38.59 40.16 Tower Crane* 38.34 39.91 ADDITIONAL $ 2.00 per hour for employees required by Federal, State, Project Owner(s),or Employer rules or regulations to wear level A, B or C respiratory protection. Paper dust masks are excluded. Cranes subject to tonnage and boom length premiums below. with Boom or Leads 100' and over. TONNAGE PREMIUMS: All cranes from 30 to 64 ton - Add $ .75 All lattice boom cranes 65 ton capacity & over - Add $ 2.00 All hydraulic cranes 65 ton to 79 ton capacity - Add $ 1.35 All hydraulic cranes 80 ton to 99 ton capacity - Add $ 1.50 All hydraulic cranes 100 ton capacity and over - Add $ 2.00 BOOM LENGTH PREMIUMS: 150 ft to 199 ft add $ 1.75 200 ft to 299 ft add $ 2.75 300 ft and over add $ 3.75 NOTE: The boom length premium is in addition to the crane tonnage premiums listed above. SUPPLEMENTAL BENEFITS Per hour: Page 52 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Journeyman $ 23.89 $ 24.14 OVERTIME PAY See E, Q) on OVERTIME PAGE NOTE: All hours worked on designated holidays shall be paid at 2x the hourly rate of pay, plus 8 hours of straight time. HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE NOTE: If the holiday falls on Sunday, it will be celebrated on Monday. REGISTERED APPRENTICES WAGES: 1000 hour terms 07/01/2017 07/01/2018 1st term $ 22.10 $ 23.05 2nd term 23.95 24.97 3rd term 25.79 26.89 4th term 29.47 30.72 SUPPLEMENTAL BENEFITS per hour: Same as Journeyman 6-158-545b.s Operating Engineer - Heavy&Highway 12/01/2017 JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 6 ENTIRE COUNTIES Cayuga, Cortland, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence, Tompkins WAGES NOTE: ---In the event that equipment listed below is operated by robotic control, the classification covering the operation will be the same as if manually operated. ---If a second employee is required by the employer for operation of any covered machine, they shall be an Engineer Class C CLASS A: Asphalt Curb Machine (self-propelled, slipform); Asphalt Paver; Automated Concrete Spreader (CMI type); Automatic Fine Grader; Backhoe (except tractor mounted, rubber tired); Backhoe Excavator, Full Swing (CAT 212 or similar type); Back Filling Machine; Belt Placer (CMI type); Blacktop Plant (automated); Boom Truck; Cableway; Caisson Auger; Central Mix Concrete Plant (automated); Cherry Picker*; Concrete Curb Machine (self-propelled, slipform); Concrete Pump; Crane*; Derricks*; Directional Boring/Drilling Machine; Dragline*; Dredge; Dual Drum Paver; Excavator (all purpose-hydraulic, Gradall or similar); Front End Loader (4 cu. yd. & over); Head Tower (Sauerman or equal); Hoist (two or three drum); Holland Loader; Maintenance Engineer; Mine Hoist; Mucking Machine or Mole; Overhead Crane* (gantry or straddle type); Pavement Breaker (SP Wertgen; PB-4 and similar type); Profiler (over 105 Pile Driver*; Power Grader; Quad 9; Quarry Master (or equivalent); Scraper; Shovel; Side Boom; Slip Form Paver; Tractor Drawn Belt-Type Loader; Truck Crane*; Truck or Trailer Mounted Chipper (self-feeder); Tug Operator (manned rented equipment excluded); Tunnel Shovel CLASS B: Backhoe (tractor mounted, rubber tired); Bituminous Recycler Machine; Bituminous Spreader and Mixer; Blacktop Plant (non- automated); Blast or Rotary Drill (truck or tractor mounted); Boring Machine; Bridge Deck Finishing Machine; Cage Hoist; Central Mix Plant (non-automated) and All Concrete Batching Plants; Concrete Paver (over 16'); Crawler Drill (self-contained); Crusher; Diesel Power Unit; Drill Rigs (truck or tractor mounted); Front End Loader (under 4 cu. yd.); Greaseman - Lubrication Engineer; HiPressure Boiler (15 lbs & over); Hoist (one drum); Hydro-Axe; Kolman Plant Loader & similar type loaders; Locomotive; Material Handling Knuckle Boom; Mixer (for stabilized base, self-propelled); Monorail Machine; Profiler (105 h.p. and under); Plant Engineer; Pug Mill; Pump Crete; Ready Mix Concrete Plant; Refrigeration Equipment (for soil stabilization); Road Widener; Roller (all above subgrade); Sea Mule; Self-contained ride-on Rock Drill (excluding Air-Track type drill); Skidder; Tractor with Dozer and/or Pusher; Trencher; Tugger Hoist; Vacuum Machine (mounted or towed); Vermeer Saws (ride-on, any size or type); Welder; Winch and Winch Cat; Work Boat Operator including L.C.M.'s CLASS C: Frame Winch Hoist (On Truck); Aggregate Plant; Articulated Heavy Hauler; Asphalt or Concrete Grooving Machine (ride-on); Ballast Regulator (ride-on); Bituminous Heater (self-propelled); Boat (powered); Boiler (used in conjunction with production); Cement & Bin Operator; Compressors**; Concrete Pavement Spreader and Finisher; Concrete Paver or Mixer (16' & under); Concrete Saw (self-propelled); Conveyor; Deck Hand; Directional Boring/Drilling Machine Locator; Drill (Core); Drill (Well); Dust Collectors**; Electric Pump When Used in Conjunction with Well Point System; Farm Tractor with accessories; Fine Grade Machine; Fireman; Fork Lift; Form Tamper; Generators**; Grout Pump; Gunite Machine; Hammers (hydraulic self-propelled); Heaters**; Hydra-Spiker (ride-on); Hydraulic Pump (jacking system); Hydro-Blaster (water); Light Plants**; Mulching Machine; Oiler; Parapet Concrete or Pavement Grinder; Post Hole Digger (excluding hand- held); Post Driver; Power Broom (towed); Power Heaterman; Power Sweeper; Pumps**; Revinius Widener; Roller (subgrade & fill); Scarifier (ride-on); Shell Winder; Skid Steer Loader (Bobcat or similar); Span Saw (ride-on); Steam Cleaner; Tamper (ride-on); Tie Extractor (ride-on); Tie Handlers (ride-on); Tie Inserters (ride-on); Tie Spacers (ride-on); Tire Repair; Track Liner (ride-on); Tractor; Tractor (with towed accessories); Vacuum Machine (self-propelled); Vibratory Compactor; Vibro Tamp; Welding Machines**; Well Point **CLASS C NOTE: Considered Hands-Off (unmanned). Includes only operation and maintenance of the equipment. Page 53 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- WAGES per hour: 07/01/2017 07/01/2018 Master Mechanic $ 42.15 $ 44.05 CLASS A* 40.80 42.70 CLASS B 39.92 41.82 CLASS C 36.64 38.54 Premiums for CRANES is based upon Class A rates with the following premiums: ---Additional $4.00 per hr for Tower Cranes, including self erecting. ---Additional $3.00 per hr for Lattice Boom Cranes and all other cranes with a manufacturer's rating of fifty tons and over. ---Additional $2.00 per hr for all Hydraulic Cranes and Derricks with a manufacturer's rating of 49 ton and below, including boom trucks. Additional $2.50 per hour for EPA or DEC classified toxic or hazardous waste work OR where an employee is required by regulations to use or wear personal protection. SINGLE IRREGULAR WORK SHIFT: Additional $2.00 per hour for all employees who work a single irregular work shift starting from 5:00 PM to 1:00 AM that is mandated by the Contracting Agency. Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work Schedule,' as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour: 07/01/2017 07/01/2018 Journeyman $ 25.20 $ 25.45 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE NOTE: If a holiday falls on Sunday, it will be celebrated on Monday. If an employee works on this Monday, they shall be compensated at double time plus the holiday pay (triple time). If a holiday falls on a Saturday, employees who work a Saturday Holiday shall be paid double time plus the holiday pay. REGISTERED APPRENTICES WAGES: 1000 hour terms 07/01/2017 07/01/2018 1st term, 0-1000 hrs $ 23.95 $ 25.09 2nd term, 1001-2000 hrs 27.94 29.27 3rd term, 2001-3000 hrs 31.94 33.46 4th term, 3001-4000 hrs 35.93 37.64 SUPPLEMENTAL BENEFITS per hour: Same as Journeyman 6-158-545h Operating Engineer - Survey Crew 12/01/2017 JOB DESCRIPTION Operating Engineer - Survey Crew DISTRICT 12 ENTIRE COUNTIES Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates PARTIAL COUNTIES Dutchess: The northern portion of the county from the northern boundary line of the City of Poughkeepsie, north. Genesee: Only the portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City of Batavia. WAGES These rates apply to Building and Heavy Highway. Per hour: SURVEY CLASSIFICATIONS: Page 54 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Party Chief - One who directs a survey party. Instrument Person - One who operates the surveying instruments. Rod Person - One who holds the rods and assists the Instrument Person. 07/01/2017 Party Chief $ 40.01 Instrument Person 36.74 Rod Person 27.15 Additional $3.00 per hr. for work in a Tunnel. Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 24.20 OVERTIME PAY See E, P, T) on OVERTIME PAGE HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES: 1000 hour terms based on the Percentage of Rod Persons Wage: 07/01/2017 0-1000 60% 1001-2000 70% 2001-3000 80% SUPPLEMENTAL BENIFIT per hour worked: 0-1000 $ 16.24 1001-2000 $ 18.96 2001-3000 $ 21.67 12-158-545 D.H.H. Operating Engineer - Survey Crew - Consulting Engineer 12/01/2017 JOB DESCRIPTION Operating Engineer - Survey Crew - Consulting Engineer DISTRICT 12 ENTIRE COUNTIES Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates PARTIAL COUNTIES Dutchess: The northern portion of the county from the northern boundary line of the City of Poughkeepsie, north. Genesee: Only the portion of the county that lies east of a line down the center of Route 98 to include all area that lies within the City of Batavia. WAGES These rates apply to feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer Agreement. Per hour: SURVEY CLASSIFICATIONS: Party Chief - One who directs a survey party. Instrument Person - One who operates the surveying instruments. Rod Person - One who holds the rods and assists the Instrument Person. 07/01/2017 Party Chief $ 40.01 Instrument Person 36.74 Rod Person 27.15 Page 55 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Additional $3.00 per hr. for work in a Tunnel. Additional $2.50 per hr. for EPA or DEC certified toxic or hazardous waste work. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 24.20 OVERTIME PAY See E, P, T) on OVERTIME PAGE HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES: 1000 hour terms based on percentage of Rod Persons Wage: 07/01/2017 0-1000 60% 1001-2000 70% 2001-3000 80% SUPPLEMENTAL BENIFIT per hour worked: 0-1000 $ 16.24 1001-2000 $ 18.86 2001-3000 $ 21.67 12-158-545 DCE Operating Engineer - Tunnel 12/01/2017 JOB DESCRIPTION Operating Engineer - Tunnel DISTRICT 7 ENTIRE COUNTIES Albany, Allegany, Broome, Cayuga, Chemung, Chenango, Clinton, Columbia, Cortland, Essex, Franklin, Fulton, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Oneida, Onondaga, Ontario, Oswego, Otsego, Rensselaer, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Warren, Washington, Wayne, Yates PARTIAL COUNTIES Dutchess: Northern part of Dutchess to the northern boundary line of the City of Poughkeepie then due east to Route 115 to Bedelt Road then east along Bedelt Road to VanWagner Road then north along VanWagner Road to Bower Road then east along Bower Road to Rte. 44 east to Rte. 343 then along Rte. 343 east to the northern boundary of the Town of Dover Plains and east along the northern boundary of the Town of Dover Plains to Connecticut. Genesee: Only that portion of the county that lies east of a line drawn down the center of Route 98 and the entirety of the City of Batavia. WAGES CLASS A: Automatic Concrete Spreader (CMI Type); Automatic Fine Grader; Backhoe (except tractor mounted,rubber tired); Belt Placer (CMI Type); Blacktop Plant (automated); Cableway; Caisson Auger; Central Mix Concrete Plant (automated); Concrete Curb Machine (self- propelled slipform); Concrete Pump or over); Dredge; Dual Drum Paver; Excavator; Front End Loader (4 cu. yd & over); Gradall; Head Tower (Sauerman or Equal); Hoist (shaft); Hoist (two or three Drum); Log Chipper/Loader (self-feeder); Maintenance Engineer (shaft and tunnel); any Mechanical Shaft Drill; Mine Hoist; Mining Machine(Mole and similar types); Mucking Machine or Mole; Overhead Crane (Gantry or Straddle Type); Pile Driver; Power Grader; Remote Controlled Mole or Tunnel Machine; Scraper; Shovel; Side Boom; Slip Form Paver (If a second man is needed, they shall be an Oiler); Tripper/Maintenance Engineer (shaft & tunnel); Tractor Drawn Belt-Type Loader; Tug Operator (manned rented equipment excluded); Tunnel Shovel CLASS B: Automated Central Mix Concrete Plant; Backhoe (topside); Backhoe (track mounted, rubber tired); Backhoe (topside); Bituminous Spreader and Mixer, Blacktop Plant (non-automated); Blast or Rotary Drill (truck or tractor mounted); Boring Machine; Cage Hoist; Central Mix Plant(non-automated); all Concrete Batching Plants; Compressors (4 or less exceeding 2,000 c.f.m. combined capacity); Concrete Pump; Crusher; Diesel Power Unit; Drill Rigs (tractor mounted); Front End Loader (under 4 cu. yd.); Grayco Epoxy Machine; Hoist (One Drum); Hoist (2 or 3 drum topside); Knuckle Boom material handler; Kolman Plant Loader & similar type Loaders (if employer requires another person to clean the screen or to maintain the equipment, they shall be an Oiler); L.C.M. Work Boat Operator; Locomotive; Maintenance Engineer (topside); Maintenance Grease Man; Mixer (for stabilized base-self propelled); Monorail Machine; Plant Engineer; Personnel Hoist; Pump Crete; Ready Mix Concrete Plant; Refrigeration Equipment (for soil stabilization); Road Widener; Roller (all above sub-grade); Sea Mule; Shotcrete Machine; Shovel (topside); Tractor with Dozer and/or Pusher; Trencher; Tugger Hoist; Tunnel Locomotive; Welder; Winch; Winch Cat Page 56 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- CLASS C: A Frame Truck; All Terrain Telescoping Material Handler; Ballast Regulator (ride-on); Compressors (4 not to exceed 2,000 c.f.m. combined capacity; or 3 or less with more than 1200 c.f.m. but not to exceed 2,000 Compressors ((any size, but subject to other provisions for compressors), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (4 or any type combination)); Concrete Pavement Spreaders and Finishers; Conveyor; Drill (core); Drill (well); Electric Pump used in conjunction with Well Point System; Farm Tractor with Accessories; Fine Grade Machine; Fork Lift; Grout Pump (over 5 cu. ft.); Gunite Machine; Hammers (hydraulic-self-propelled); Hydra-Spiker (ride-on); Hydra-Blaster (water); Hydro-Blaster; Motorized Form Carrier; Post Hole Digger and Post Driver; Power Sweeper; Roller grade & fill); Scarifer (ride-on); Span-Saw (ride-on); Submersible Electric Pump (when used in lieu of well points); Tamper (ride-on); Tie-Extractor (ride-on), Tie Handler (ride-on), Tie Inserter (ride-on), Tie Spacer (ride-on); Track Liner (ride-on); Tractor with towed accessories; Vibratory Compactor; Vibro Tamp, Well Point CLASS D: Aggregate Plant; Cement & Bin Operator; Compressors (3 or less not to exceed 1,200 c.f.m. combined capacity); Compressors ((any size, but subject to other provisions for compressors), Dust Collectors, Generators, Pumps, Welding Machines, Light Plants (3 or less or any type or combination)); Concrete Saw (self-propelled); Form Tamper; Greaseman; Hydraulic Pump (jacking system); Junior Engineer; Light Plants; Mulching Machine; Oiler; Parapet Concrete or Pavement Grinder; Power Broom (towed); Power Heaterman (when used for production); Revinius Widener; Shell Winder; Steam Cleaner; Tractor WAGES per hour: 07/01/2017 07/01/2018 Master Mechanic 45.49 47.15 CLASS A 43.15 44.74 CLASS B 41.93 43.52 CLASS C 39.14 40.73 CLASS D 36.13 37.72 Additional $5.00 per hour for Hazardous Waste Work on a state or federally designated hazardous waste site where the Operating Engineer is in direct contact with hazardous material and when personal protective equipment is required for respiratory, skin and eye protection. Fringe benefits will be paid at the hourly wage premium. CRANES: Crane 1: All cranes, including self-erecting to be paid $4.00 per hour over the Class A rate. Crane 2: All Lattice Boom Cranes and all cranes with a manufacturer's rating of fifty (50) ton and over to be paid $3.00 per hour over Class A rate. Crane 3: All hydraulic cranes and derricks with a manufacturer's rating of forty nine (49) ton and below, including boom trucks, to be paid $2.00 per hour over Class A rate. Crane 1 $ 47.15 $ 48.74 Crane 2 46.15 47.74 Crane 3 45.15 46.74 SUPPLEMENTAL BENEFITS Per hour paid: $ 27.20 $ 27.90 OVERTIME PAY See B2, E, Q) on OVERTIME PAGE HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE If a holiday falls on Sunday, it shall be observed on Monday. REGISTERED APPRENTICES WAGES:(1000) hours terms at the following percentage of Journeyman's wage. 1st term 60% of Class B 2nd term 65% of Class B 3rd term 70% of Class B 4th term 75% of Class B SUPPLEMENTAL BENEFITS per hour paid: Same as Journeyman 7-158-832TL. Painter 12/01/2017 JOB DESCRIPTION Painter DISTRICT 2 ENTIRE COUNTIES Cortland, Tompkins WAGES Page 57 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Per hour: 07/01/2017 05/01/2018 05/01/2019 Additional Additional Journeyman Taper/Painter $ 24.90 $ 0.95 $ 0.95 ADDITIONAL AMOUNTS FOR SPECIFIC TYPES OF JOBSITE CONDITIONS (amount subject to any overtime premiums): - Additional $ 1.10 per hour for Brush and Roll Epoxy (Solvent Base Only) - Additional $ 0.60 per hour for Swing Scaffold, Boatswain chair, Spray helper, Steam cleaning acid and high pressure water, Paperhangers, Vinyl hangers, Power grinders with respirator - Additional $0.60 per hour for Structural steel (buildings) defined as new or old construction where ceilings, walls or the steel itself is to be painted from open trusses which require climbing or crawling without the support of solid scaffolding or scaffolding starting at the floor or ground level. - Additional $ 1.00 per hour for Spray Painting - Additional $ 1.50 per hour for Spray Epoxy (Solvent Based) - Additional $ 0.90 per hour for Sandblasting NOTE - SEE BRIDGE PAINTER RATES FOR BRIDGES & TANKS IMPORTANT NOTICE - EFFECTIVE 04/01/2009 Four ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. Friday may be used as a make-up day. NOTE - In order to use the '4 Day/10 Hour Work schedule', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour worked: Journeyman $ 18.83 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE A Holiday that falls on a Sunday will be celebrated on Monday, a holiday that falls on a Saturday will be celebrated on Friday. REGISTERED APPRENTICES WAGES: 750 hour terms at the following percentage of Journeyman Taper/Painter: 1A 1B 2A 2B 3A 3B 4A 4B 50% 55% 60% 65% 70% 75% 80% 90% ADDITIONAL AMOUNTS FOR SPECIFIC TYPES OF JOBSITE CONDITIONS (amount subject to any overtime premiums): - Additional $ 1.10 per hour for Brush and Roll Epoxy (Solvent Base Only) - Additional $ 0.60 per hour for Swing Scaffold, Boatswain chair, Spray helper, Steam cleaning acid and high pressure water, Paperhangers, Vinyl hangers, Power grinders with respirator - Additional $0.60 per hour for Structural steel (buildings) defined as new or old construction where ceilings, walls or the steel itself is to be painted from open trusses which require climbing or crawling without the support of solid scaffolding or scaffolding starting at the floor or ground level. - Additional $ 1.00 per hour for Spray Painting - Additional $ 1.50 per hour for Spray Epoxy (Solvent Based) - Additional $ 0.90 per hour for Sandblasting SUPPLEMENTAL BENEFITS per hour worked for all apprentices: Terms 1A, 1B, 2A, 2B $ 5.36 Terms 3A, 3B 6.42 Terms 4A, 4B 7.67 2-178 I Painter 12/01/2017 JOB DESCRIPTION Painter DISTRICT 3 ENTIRE COUNTIES Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Cortland, Delaware, Erie, Genesee, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Wayne, Wyoming, Yates WAGES Per hour: 07/01/2017 05/01/2018 05/01/2019 Page 58 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Additional Additional Bridge* $ 38.00 $ 1.25 $ 1.05 Tunnel* 38.00 1.25 1.05 Tank* 36.00 1.25 1.05 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. Tank rate applies to indoor and outdoor tanks, tank towers, standpipes, digesters, waste water treatment tanks, chlorinator tanks, etc. Covers all types of tanks including but not limited to steel tanks, concrete tanks, fiberglass tanks, etc. * Note an additional $1.00 per hour is required when the contracting agency or project specification requires any shift to start prior to 6:00am or after 12:00 noon. SUPPLEMENTAL BENEFITS Per hour worked: $ 26.90 OVERTIME PAY Exterior work only See ( B, E4, R ) on OVERTIME PAGE. All other work See ( B, R ) on OVERTIME PAGE. *Note - Saturday is payable at straight time if the employee misses work, except where a doctor's or hospital verification of illness is produced Monday through Friday when work was available to the employee. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: 750 hour terms at the following percentage of Journeyman's wage rate: 1st 2nd 3rd 4th 5th 6th 50% 55% 60% 65% 75% 85% Supplemental benefits per hour worked: 1st & 2nd terms $ 5.35 3rd & 4th terms 5.35 5th & 6th terms 6.35 3-4-Bridge, Tunnel, Tank Painter - Metal Polisher 12/01/2017 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 07/01/2017 06/01/2018 Metal Polisher $ 29.73 $ 30.58 Metal Polisher** 30.68 31.53 Metal Polisher*** 33.23 34.08 **Note: Applies on New Construction & complete renovation Note: Applies when working on scaffolds over 34 feet. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2017 06/01/2018 Journeyworker: All classification $ 7.55 $ 7.65 OVERTIME PAY See E, E2, P, T) on OVERTIME PAGE Page 59 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- HOLIDAY Paid: See 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE Overtime: See 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One year term at the following wage rates: 07/01/2017 06/01/2018 1st year $ 12.14 $ 14.25 2nd year 13.44 15.50 3rd year 16.29 18.25 Supplentals benefits: Per hour paid: 1st year $ 5.62 $ 5.62 2nd year 5.62 5.62 3rd year 5.62 5.62 8-8A/28A-MP Plumber 12/01/2017 JOB DESCRIPTION Plumber DISTRICT 2 ENTIRE COUNTIES Broome, Chenango PARTIAL COUNTIES Cortland: Only the Township of Marathon. Delaware: Only the Townships of Andes, Bovina, Colchester, Davenport, Delhi, Deposit, Franklin, Hamden, Hancock, Harpersfield, Kortright, Masonville, Meredith, Sidney, Stamford, Tompkins and Walton. Madison: Only the Township of Georgetown. Otsego: Only the Townships of Burlington, Butternuts, Decatur, Edmeston, Hartwick, Laurens, Maryland, Milford, Morris, New Lisbon, Oneonta, Otego, Pittsfield, Unadilla, Westford and Worchester. Tioga: Only the Townships of Newark Valley and Owego. WAGES Per hour: 07/01/2017 Plumber $ 33.98 Steamfitter 33.98 Agency-mandated shift operations: 1. Single irregular shiftwork, less than 3 consecutive days will be paid at the rate of time and one-half of the regular hourly rate. 2. 3 consecutive work days or more: First Shift - No Premium Second shift - Regular hourly rate plus 12% Third shift - Regular hourly rate plus 18% SUPPLEMENTAL BENEFITS Journeyman $ 26.09 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE When a Holiday falls on Sunday, it will be celebrated the following day. If the holiday falls on a Saturday, it will be observed that day unless so determined by the Federal Government to be celebrated on a different day. REGISTERED APPRENTICES WAGES: One year terms at the following percentage of Journeyman's wage. 1st. 2nd. 3rd. 4th. 5th. 40% 50% 60% 70% 85% SUPPLEMENTAL BENEFITS per hour worked: Page 60 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- All terms: $ 22.09 2-112s-SF Plumber 12/01/2017 JOB DESCRIPTION Plumber DISTRICT 6 ENTIRE COUNTIES Chemung, Cortland, Onondaga, Schuyler, Tompkins PARTIAL COUNTIES Madison: Only the Townships of Sullivan, Cazenovia and DeRuyter. Seneca: Only the Townships of Covert and Lodi. Steuben: Only the Townships of Addison, Bath, Bradford, Campbell, Caton, Corning, Erwin, Hornby, Lindley, Pulteney, Rathbone, Thurston, Tuscarora, Urbana and Wayne. Tioga: Only the Townships of Barton, Berkshire, Candor, Richford, Spencer, Nichols and Tioga. WAGES Per hour: 07/01/2017 05/01/2018 Additional Plumber/Steamfitter $ 34.01 $ 1.30 Pipefitter/Welder/HVAC 34.01 1.30 Refrigeration 34.01 1.30 NOTE: THE FOLLOWING RATES WILL APPLY ON ALL CONTRACTING AGENCY MANDATED SHIFTS FOR AT LEAST FIVE DAYS DURATION WORKED BETWEEN THE HOURS LISTED BELOW: Shifts 1st 7:30AM to 4PM $ 34.01 2nd 4PM to 12AM RATE PLUS 15% 3rd 12AM to 7:30AM RATE PLUS 20% SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 23.57 OVERTIME PAY Time and one half for the 9th & 10th hours Monday thru Friday and first 10 hours on Saturday. All other O.T. hours are double-time. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE NOTE: If a holiday falls on Saturday, the holiday will be observed on the prior Friday. If a holiday falls on Sunday, it will be observed on the following Monday. REGISTERED APPRENTICES WAGES: One year terms 1st 2nd 3rd 4th 5th $ 17.01 $ 18.71 $ 20.41 $ 23.81 $ 28.91 SUPPLEMENTAL BENEFITS per hour: $ 11.30 $ 20.98 $ 21.27 $ 21.84 $ 22.71 6-267-SF Roofer 12/01/2017 JOB DESCRIPTION Roofer DISTRICT 6 ENTIRE COUNTIES Cayuga, Cortland, Franklin, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Seneca, St. Lawrence WAGES Per hour: 07/01/2017 06/01/2018 Additional Roofer, Waterproofer $ 26.23 $ 1.25 Additional per hour: Green Roofing** $ 0.25 Pitch Removal & Appl. 0.90 Asbestos Abatement 1.20 NOTES: Page 61 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Does not include metal flashing, gravel stop and metal roofing; see Sheetmetal Worker wage schedule. Green Roofing is any component of green technology or living roof above the roof membrane. Including but not limited to the fabric, dirt and plantings. WHEN MANDATED BY THE OWNER OR CONTRACTING AGENCY, FOR HOURS WORKED AFTER 5:30 PM AND BEFORE 5:30 AM, THERE WILL BE AN ADDITIONAL $ 3.75 PER HOUR PREMIUM. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 21.22 Additional contribution 0.75 on any Asbestos Abatement work. OVERTIME PAY See Q) on OVERTIME PAGE *NOTE - Saturday may be paid at straight time if it is the 5th day worked, unless it was a previously scheduled work day. If a holiday falls in that week and 32 hours were worked, Saturday will be paid at 1 1/2 times the rate. HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE NOTE: When any of these holidays falls on Sunday, the following day shall be observed as a holiday. REGISTERED APPRENTICES WAGES: 1000 hour terms 1st term (0 to 999) $ 14.43 2nd term (1000 to 1999) 17.05 3rd term (2000 to 2999) 19.67 4th term (3000 to 3999) 22.30 Additional per hour: Green Roofing** $ 0.25 Pitch Removal & Appl. 0.90 Asbestos Abatement 1.20 SUPPLEMENTAL BENEFITS per hour: 1st & 2nd term $ 17.77 3rd term 20.22 4th term 21.22 Additional contribution 0.75 on any Asbestos Abatement work 6-195 Sheetmetal Worker 12/01/2017 JOB DESCRIPTION Sheetmetal Worker DISTRICT 6 ENTIRE COUNTIES Cayuga, Chenango, Cortland, Herkimer, Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, St. Lawrence WAGES Per hour: 07/01/2017 05/01/2018 05/01/2019 05/01/2020 Additional Additional Additional Sheetmetal Worker: $ 1.00 $ 1.00 $ 1.00 **(under $10 million) $ 27.46 **(over $10 million) 28.46 **For total cost of Sheetmetal contract only. TO INCLUDE METAL STANDING SEAM ROOFING, METAL ROOF FLASHINGS, AND GRAVEL STOP. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 20.07 plus 3% of Page 62 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- hourly wage paid NOTE: The 3% is based on the hourly wage paid, straight time rate or premium rate. OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE When any holiday falls on a Saturday, the Friday before such holiday shall be recognized as the legal holiday. Any holiday falling on Sunday, the following Monday shall be recognized as the legal holiday. REGISTERED APPRENTICES WAGES: Six month terms at the following percentage of Journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 40% 45% 50% 55% 60% 65% 70% 75% 80% 85% $ 10.98 $ 12.36 $ 13.73 $ 15.10 $ 16.48 $ 17.85 $ 19.22 $ 20.60 $ 21.97 $ 23.34 SUPPLEMENTAL BENEFITS per hour: 11.68* 12.18* 12.69* 13.19* 13.69* 14.20* 15.73* 16.24* 16.74* 17.25* *Plus 3% of hourly wage paid. The 3% is based on the hourly wage paid, straight time or premium rate. 6-58 Sprinkler Fitter 12/01/2017 JOB DESCRIPTION Sprinkler Fitter DISTRICT 1 ENTIRE COUNTIES Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, Montgomery, Niagara, Oneida, Onondaga, Ontario, Orleans, Oswego, Otsego, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Tioga, Tompkins, Washington, Wayne, Wyoming, Yates WAGES Per hour 07/01/2017 01/01/2018 04/01/2018 Sprinkler $ 33.76 33.76 34.91 Fitter SUPPLEMENTAL BENEFITS Per hour worked Journeyman $ 22.14 22.84 23.14 OVERTIME PAY See E, Q) on OVERTIME PAGE HOLIDAY Paid: See on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE Note: When a holiday falls on Sunday, the following Monday shall be considered a holiday and all work performed on either day shall be at the double time rate. When a holiday falls on Saturday, the preceding Friday shall be considered a holiday and all work performed on either day shall be at the double time rate. REGISTERED APPRENTICES Wages per hour For Apprentices HIRED ON OR AFTER 04/01/2010: One Half Year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 45% 50% 55% 60% 65% 70% 75% 80% 85% 90% Supplemental Benefits per hour worked 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ 8.73 $ 8.77 $ 16.34 $ 16.38 $ 16.93 $ 16.97 $ 17.02 $ 17.06 $ 17.11 $ 17.15 For Apprentices HIRED ON OR AFTER 04/01/2013: Page 63 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- One Half Year terms at the following percentage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th 45% 50% 55% 60% 65% 70% 75% 80% 85% 90% Supplemental Benefits per hour worked 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 10th $ 8.07 $ 8.07 $ 16.24 $ 16.24 $ 16.49 $ 16.49 $ 16.49 $ 16.49 $ 16.49 $ 16.49 1-669 Teamster - Building / Heavy&Highway 12/01/2017 JOB DESCRIPTION Teamster - Building / Heavy&Highway DISTRICT 6 ENTIRE COUNTIES Cayuga, Cortland, Seneca, Tompkins, Yates PARTIAL COUNTIES Allegany: Only the Townships of Almond, Alfred, Burns and West Almond. Steuben: Only the Townships of Avoca, Canisteo, Cohocton, Dansville, Freemont, Greenwood, Hartsville, Hornell, Howard, Jasper, Prattsburg, Pulteney, Troupsburg, West Union and Wheeler. WAGES Per hour: GROUP 1: Warehousemen, Yardmen, Truck Helpers, Pickups, Panel Trucks, Flatboy Material Trucks (straight jobs), Single Axle Dump Trucks, Dumpsters, Material Checkers & Receivers, Greasers, Truck Tiremen, Mechanics Helpers and Parts Chasers, Tandems & Batch Trucks, Mechanics, Semi-Trailers, Low-boy Trucks, Asphalt Distributor Trucks, and Agitator, Mixer Trucks and Dumpcrete type vehicles, Truck Mechanic, Fuel Trucks. GROUP 2: Specialized Earth Moving Equipment-Euclid type, or similar off-highway equipment, where not self-loading, Straddle (Ross) Carrier, and self-contained concrete mobile truck, Off-highway Tandem Back-Dump, Twin Engine Equipment and Double-Hitched Equipment where not self-loading. 07/01/2017 GROUP #1 $ 24.46 GROUP #2 24.66 NOTE: For all work bid, there shall be a twelve month carryover of the rates in effect at the time of the bid. Four 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', as your normal schedule, you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30.1; and there must be a dispensation of hours in place on the project. If the PW30.1 is not submitted you may be liable for overtime payments for work over 8 hours per day. SUPPLEMENTAL BENEFITS Per hour: Journeyman $ 24.10 OVERTIME PAY See B2, E2, J) on OVERTIME PAGE HOLIDAY Paid: See 6) on HOLIDAY PAGE Overtime: See 6) on HOLIDAY PAGE 6-317bhh Welder 12/01/2017 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 Page 64 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- WAGES Per hour 07/01/2017 Welder: To be paid the same rate of the mechanic performing the work.* *EXCEPTION: If a specific welder certification is required, then the 'Certified Welder' rate in that trade tag will be paid. OVERTIME PAY HOLIDAY 1-As Per Trade Page 65 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] Cortland County ---PAGE BREAK--- Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule. Additional requirements may also be listed in the HOLIDAY section. NOTE: Supplemental Benefits are 'Per hour worked' (for each hour worked) unless otherwise noted ( AA ) Time and one half of the hourly rate after 7 and one half hours per day ( A ) Time and one half of the hourly rate after 7 hours per day ( B ) Time and one half of the hourly rate after 8 hours per day ( B1 ) Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday. Double the hourly rate for all additional hours ( B2 ) Time and one half of the hourly rate after 40 hours per week ( C ) Double the hourly rate after 7 hours per day ( C1 ) Double the hourly rate after 7 and one half hours per day ( D ) Double the hourly rate after 8 hours per day ( D1 ) Double the hourly rate after 9 hours per day ( E ) Time and one half of the hourly rate on Saturday ( E1 ) Time and one half 1st 4 hours on Saturday; Double the hourly rate all additional Saturday hours ( E2 ) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( E3 ) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 hours that week ( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( E5 ) Double time after 8 hours on Saturdays ( F ) Time and one half of the hourly rate on Saturday and Sunday ( G ) Time and one half of the hourly rate on Saturday and Holidays ( H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays ( I ) Time and one half of the hourly rate on Sunday ( J ) Time and one half of the hourly rate on Sunday and Holidays ( K ) Time and one half of the hourly rate on Holidays ( L ) Double the hourly rate on Saturday ( M ) Double the hourly rate on Saturday and Sunday ( N ) Double the hourly rate on Saturday and Holidays ( 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 Page 66 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] ---PAGE BREAK--- ( 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 67 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] ---PAGE BREAK--- 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 68 Prevailing Wage Rates for 07/01/2017 - 06/30/2018 Published by the New York State Department of Labor Last Published on Dec 01 2017 PRC Number [PHONE REDACTED] ---PAGE BREAK--- New York State Department of Labor - Bureau of Public Work State Office Building Campus Building 12 - Room 130 Albany, New York 12240 REQUEST FOR WAGE AND SUPPLEMENT INFORMATION 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) A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency) 1. Name and complete address 2. 07 City 01 DOT 08 Local School District 02 OGS 09 Special Local District, i.e., 03 Dormitory Authority Fire, Sewer, Water District 1O Village 04 State University 11 Town Construction Fund 12 County 05 Mental Hygiene Facilities Corp. 13 Other Non-N.Y. State Fax: Telephone: 06 OTHER N.Y. STATE UNIT (Describe) E-Mail: check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide project information. 3. SEND REPLY TO ( Name and complete address: New Schedule of Wages and Supplements. APPROXIMATE BID DATE : Additional Occupation and/or Redetermination PRC NUMBER ISSUED PREVIOUSLY FOR THIS PROJECT : OFFICE USE ONLY Telephone: Fax: E-Mail: B. PROJECT PARTICULARS 6. Location of Project: 5. Location on Site Route No/Street Address Village or City Town County 7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT : 1. New Building Guards, Watchmen Construction (Building, Heavy 2. Addition to Existing Structure Highway/Sewer/Water) Janitors, Porters, Cleaners, Elevator Operators 3. Heavy and Highway Construction (New and Repair) Tunnel Moving furniture and 4. New Sewer or Waterline equipment Residential 5. Other New Construction (Explain) Trash and refuse removal Landscape Maintenance 6. Other Reconstruction, Maintenance, Repair or Alteration Elevator maintenance Window cleaners 7. Demolition Exterminators, Fumigators Other (Describe) 8. Building Service Contract Signature Name and Title of Requester 10. SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS PW-39 (04.11) ( ) ( ) Project Title Description of Work Contract Identification Number Note: For NYS units, the OSC Contract No. NY State Units (see Item 5) 9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES ( ) ( ) As Required by Articles 8 and 9 of the NYS Labor Law Contracting Agency Architect or Engineering Firm Public Work District Office Date: (Check if new or change) Fire Safety Director, NYC Only NO ---PAGE BREAK--- ---PAGE BREAK--- 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 years from the date of debarment when: • Two final determinations have been rendered within any consecutive six-year period determining that such contractor, sub-contractor and/or its successor has WILLFULLY failed to pay the prevailing wage and/or supplements • One final determination involves falsification of payroll records or the kickback of wages and/or supplements NOTE: The agency issuing the determination and providing the information, is denoted under the heading ‘Fiscal Officer’. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General’s Office; DA = County District Attorney’s Office. A list of those barred from bidding, or being awarded, any public work contract or subcontract with the State, under section 141-b of the Workers' Compensation Law, may be obtained at the following link, on the NYS DOL Website: NEW YORK STATE DEPARTMENT OF LABOR Bureau of Public Work - Debarment List LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT ---PAGE BREAK--- ---PAGE BREAK--- AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYER DBA NAME ADDRESS DEBARMENT START DATE DEBARMENT END DATE DOL DOL 4618 FOSTER AVE LLC C/O KAHAN & KAHAN 225 BROADWAY-SUITE 715NEW YORK NY 10007 02/05/2013 02/05/2018 DOL DOL *****0996 A-1 CONSTRUCTION & RENOVATION INC 1973 81ST ST - SUITE A-5 BROOKLYN NY 11214 01/08/2015 01/08/2020 DOL NYC ABDUL KARIM C/O NORTH AMERICAN IRON W 1560 DECATUR STREETRIDGEWOOD NY 11385 05/15/2015 05/15/2020 DOL DOL *****8488 ABELCRAFT OF NEW YORK CORP 640 ASHFORD AVENUE ARDSLEY NY 10502 08/27/2013 08/27/2018 DOL DOL *****1219 ABSOLUTE GENERAL CONTRACTING INC 1229 AVENUE U BROOKLYN NY 11229 01/28/2013 01/28/2018 DOL DOL *****4539 ACCOMPLISHED WALL SYSTEMS INC 112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY 10542 08/27/2013 08/27/2018 DOL DOL *****8018 ACCURATE MECHANICAL LLC 9547 BUSTLETON AVENUE PHILADELPHIA PA 19115 02/05/2014 02/05/2019 DOL DOL ACCURATE MECHANICAL OF PHILADELPHIA LLC 9547 BUSTLETON AVENUE PHILADELPHIA PA 19115 02/05/2014 02/05/2019 DOL DOL *****3344 ACT INC 6409 LAND O LAKES BLVD LAND O LAKES FL 34638 11/10/2015 11/10/2020 DOL NYC ADRIANA SELA C/O COLONIAL ROOFING COMPANY INC 247 48TH STREET BROOKLYN NY 11220 02/05/2014 02/05/2019 DOL DOL *****1687 ADVANCED SAFETY SPRINKLER INC 261 MILL ROAD P O BOX 296EAST AURORA NY 14052 07/29/2015 07/29/2020 DOL DOL *****2538 AGG MASONRY INC 160 72ND ST - SUITE 721 BROOKLYN NY 11209 03/19/2013 03/19/2018 DOL DOL AJ TORCHIA 10153 ROBERTS RD SAUQUOIT NY 13456 08/09/2016 08/09/2021 DOL DOL ALISHER KARIMOV C/O AGG MASONRY INC 7105 3RD AVENUEBROOKLYN NY 11209 03/19/2013 03/19/2018 DOL DOL *****3344 ALL CATASTROPHE CONSTRUCTION TEAM INC ACT INC 6409 LAND O LAKES BLVD LAND O LAKES FL 34638 11/10/2015 11/10/2020 DOL DOL *****8740 ALLSTATE ENVIRONMENTAL CORP C/O JOSE MONTAS 27 BUTLER PLACEYONKERS NY 10710 03/18/2011 03/19/2020 DOL DOL AMADEO J TORCHIA TORCHIA'S HOME IMPROVEMEN T 10153 ROBERTS RD SAUQUOIT NY 13456 08/09/2016 08/09/2021 DOL DOL *****4274 AMERICAN STEEL MECHANICAL INC 693 PAINTER STREET MEDIA PA 19063 02/20/2013 02/20/2018 DOL DOL ANDREW DIPAUL C/O CONSOLIDATED INDUSTRI 2051 ROUTE 44/55MODENA NY 12548 12/11/2012 12/11/2017 DOL NYC ANDRZEJ WROBEL 24 CONGRESS LANE SOUTH RIVER NJ 08882 05/01/2013 05/01/2018 DOL NYC ANISUL ISLAM C/O RELIANCE GENERAL CONS 644 OCEAN PARKWAYBROOKLYN NY 11230 09/02/2015 09/02/2020 DOL DOL *****7004 ANNEX CONTRACTING LTD 3005 WYNSUM AVENUE MERRICK NY 11566 08/18/2014 08/18/2019 DOL DOL *****7004 ANNEX GENERAL CONTRACTING INC 3005 WYNSUM AVENUE MERRICK NY 11566 08/18/2014 08/18/2019 DOL DA ANTHONY CARDINALE 58-48 59TH STREET MASPETH NY 11378 05/16/2012 05/08/2020 DOL DOL ANTHONY J MINGARELLI JR C/O T & T CONCRETE INC 2560 HAMBURG TURNPIKELACKAWANNA NY 14218 07/08/2015 07/08/2020 DOL DOL ANTHONY PERGOLA 3 WEST MAIN ST/SUITE 208 ELMSFORD NY 10323 01/23/2017 01/23/2022 DOL DOL *****3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND AVENUE PORT WASHINGTON NY 11050 09/24/2012 09/02/2020 DOL DOL *****3219 APOLLO CONSTRUCTION SERVICES CORP APOLLO PAINTING CO 157 TIBBETTS ROAD YONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL APOLLO PAINTING CO 157 TIBBETTS ROAD YONKERS NY 10705 03/12/2014 03/12/2019 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 1 of 13 Article 8 ---PAGE BREAK--- DOL DOL *****3295 APOLLO PAINTING CORP 3 ALAN B SHEPART PLACE YONKERS NY 10705 03/12/2014 03/12/2019 DOL AG *****0194 APPLIED CONSTRUCTION INC 46 RUGBY ROAD WESTBURY NY 11590 11/20/2013 11/20/2018 DOL NYC *****8403 AQUA JET PAINTING CORP 10 VIKING DRIVE WEST ISLIP NY 11795 04/16/2014 04/16/2019 DOL NYC *****9232 ARKAY CONSTRUCTION INC 102-104 GREYLOCK AVENUE BELLEVILLE NJ 07109 07/15/2015 07/15/2020 DOL DOL *****3953 ASCAPE LANDSCAPE & CONSTRUCTION CORP 634 ROUTE 303 BLAUVELT NY 10913 07/26/2012 11/19/2018 DOL NYC *****4779 ASTORIA GENERAL CONTRACTING CORP 35-34 31ST STREET LONG ISLAND CITY NY 11106 09/02/2015 09/02/2020 DOL NYC *****7217 ASTRO COMMUNICATIONS OF NY CORP 79 ALEXANDER AVE- STE 36A BRONX NY 10454 10/30/2015 10/30/2020 DOL NYC *****6046 ATLANTIC SUN CONTRUCTION CORP 58-46 59TH AVENUE MASPETH NY 11378 05/08/2015 05/08/2020 DOL NYC AUDLEY O'BRIEN 1273 NORTH AVENUE/#1 CP NEW ROCHELLE NY 10804 04/07/2015 04/07/2020 DOL DOL AVIS R HILL 3510 HICKORY WALK LANE ELLENWOOD GA 32094 01/22/2015 01/22/2020 DOL AG AVTAR SINGH 116-24 127TH STREET SOUTH OZONE PARK NY 11420 12/22/2015 12/22/2020 DOL AG BALDEV SINGH 116-24 127TH STREET SOUTH OZONE PARK NY 11420 12/22/2015 12/22/2020 DOL DOL BARBARA CASSIDY 7 BLENIS PLACE VALHALLA NY 10595 04/02/2015 04/02/2020 DOL DOL BARRY KINNEY 6409 LAND O LAKES BLVD LAND O LAKES FL 34638 11/10/2015 11/10/2020 DOL NYC *****3915 BEACON RESTORATION INC SUITE B-8 782 PELHAM PARKWAY SOUTHBRONX NY 10462 04/21/2016 04/21/2021 DOL DOL BEVERLY F WILLIAMS 1238 PRESIDENT STREET BROOKLYN NY 11225 11/18/2013 11/18/2018 DOL DOL *****8551 BRANDY'S MASONRY 216 WESTBROOK STREET P O BOX 304SAYRE PA 18840 08/09/2016 08/09/2021 DOL NYC *****6555 BROOKLYN WELDING CORP 1273 NORTH AVENUE/ #1 CP NEW ROCHELLE NY 10804 04/07/2015 04/07/2020 DOL DOL *****1449 BRRESTORATION NY INC 140 ARCADIA AVENUE OSWEGO NY 13126 09/12/2016 09/12/2021 DOL DOL BRUCE MORSEY C/O KENT HOLLOW SIDING LL 29A BRIDGE STREETNEW MILFORD CT 06776 01/15/2016 01/15/2021 DOL DOL *****6156 C & J LANDSCAPING & MAINTENANCE INC 520 PINE HILL ROAD CHESTER NY 10940 06/23/2014 06/23/2019 DOL DOL *****8809 C.B.E. CONTRACTING CORPORATION 310 MCGUINESS BLVD GREENPOINT NY 11222 03/07/2017 03/07/2022 DOL DOL CARIBBEAN POOLS C/O DOUGLAS L MALARKEY 64 VICTORIA DRIVEBINGHAMTON NY 13904 02/04/2016 02/04/2021 DOL NYC *****9172 CASSIDY EXCAVATING INC 14 RAILROAD AVENUE VALHALLA NY 10595 05/15/2014 04/02/2020 DOL DOL *****6745 CATSKILL FENCE INSTALLATIONS INC 5445 ROUTE 32 CATSKILL NY 12414 08/22/2014 08/22/2019 DOL DOL *****8530 CAZ CONTRACTING CORP 37-11 35TH AVENUE LONG ISLAND CITY NY 11101 08/26/2013 08/26/2018 DOL DOL *****8809 CBE CONTRACTING CORP 142 EAST MARKET STREET LONG BEACH NY 11561 03/07/2017 03/07/2022 DOL DOL *****5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUE GREENSBURG PA 15601 02/21/2013 02/21/2018 DOL DOL *****7655 CHAMPION CONSTRUCTION SERVICES CORP 2131 SCHENECTADY AVENUE BROOKLYN NY 11234 11/18/2015 11/18/2020 DOL NYC CHARLES CASSIDY JR 14 RAILROAD AVENUE VALHALLA NY 10595 05/15/2014 04/02/2020 DOL DOL CHARLES ZIMMER JR 216 WESTBROOK STREET P O BOX 304SAYRE PA 18840 08/09/2016 08/09/2021 DOL DOL CHRISTINE J HEARNE C/O CJ-HEARNE CONSTRUCTIO 131 PONCE DE LEON AVE NEATLANTA GA 30308 12/01/2015 12/01/2020 DOL DOL *****3360 CITY LIMITS GROUP INC 2279 HOLLERS AVENUE BRONX NY 10475 01/07/2014 06/23/2019 DOL DOL *****0671 CJ-HEARNE CONSTRUCTION CO SUITE 204 131 PONCE DE LEON AVENUEATLANTA GA 30308 12/01/2015 12/01/2020 DOL NYC *****2905 COLONIAL ROOFING COMPANY INC 247 48TH STREET BROOKLYN NY 11220 02/05/2014 02/05/2019 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 2 of 13 Article 8 ---PAGE BREAK--- DOL NYC *****3182 COLORTECH INC 5990 58TH AVENUE MASPETH NY 11378 11/18/2013 11/18/2018 DOL DOL *****2703 CONKLIN'S TECH- MECHANICAL INC 5 PARKER AVENUE POUGHKEEPSIE NY 12601 03/25/2014 03/25/2019 DOL DOL *****4175 CONSOLIDATED INDUSTRIAL SERVICES INC 2051 ROUTE 44/55 MODENA NY 12548 12/11/2012 01/28/2018 DOL DOL CONSTANTINOS ZERVAS 37-11 35TH AVENUE LONG ISLAND CITY NY 11101 08/26/2013 08/26/2018 DOL NYC *****4468 CRAFT CONTRACTING GROUP INC 3256 BRUNER AVENUE BRONX NY 10469 07/29/2014 07/29/2019 DOL NYC *****8507 CRAFT FENCE INC 3256 BRUNER AVENUE BRONX NY 10469 07/29/2014 07/29/2019 DOL NYC *****2164 CREATIVE TRUCKING INC 58-83 54TH STREET MASPETH NY 11378 02/26/2016 02/26/2021 DOL DOL *****7761 D L MALARKEY CONSTRUCTION 64 VICTORIA DRIVE BINGHAMTON NY 13904 02/04/2016 02/04/2021 DOL DOL *****7888 D L MALARKEY CONSTRUCTION INC 64 VICTORIA DRIVE BINGHAMTON NY 13904 02/04/2016 02/04/2021 DOL DOL *****5629 DAKA PLUMBING AND HEATING LLC 2561 ROUTE 55 POUGHQUAG NY 12570 02/19/2016 02/19/2021 DOL DOL DANICA IVANOSKI 61 WILLETT ST. PASSAIC NJ 07503 10/26/2016 10/26/2021 DOL DOL DARYL T RIEKS C/O RIEKS CONTRACTING LLC 4804 GAHWILER ROADAUBURN NY 13021 05/01/2015 05/01/2020 DOL NYC *****7707 DASSLE CONTRACTING INC 213-37 39TH AVE/SUITE 120 BAYSIDE NY 11360 05/08/2015 05/08/2020 DOL DOL DAVID MARTINEZ C/O EMPIRE TILE INC 6 TREMONT COURTHUNTINGTON STATION NY 11746 03/08/2016 03/08/2021 DOL NYC DAWN AVILA AKA DAWN BECHTOLD 1ST FLOOR STORE FRONT 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 06/24/2014 06/24/2019 DOL NYC DAWN BECHTOLD AKA DAWN AVILA 1ST FLOOR STORE FRONT 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 06/24/2014 06/24/2019 DOL DOL DEAN ROBBINS III 212 OXFORD WAY SCHENECTADY NY 12309 12/11/2012 09/16/2018 DOL DOL DEBBIE STURDEVANT 29 MAPLEWOOD DRIVE BINGHAMTON NY 13901 02/21/2017 02/21/2022 DOL NYC *****3865 DECOMA BUILDING CORPORATION 134 EVERGREEN PL/STE 101 EAST ORANGE NJ 07018 12/30/2013 12/30/2018 DOL DOL DEDA GAZIVODAN C/O DAKA PLUMBING AND H 2561 ROUTE 55POUGHQUAG NY 12570 02/19/2016 02/19/2021 DOL DOL *****1446 DELTA CONTRACTING PAINTING AND DECORATING INC 437 SUNRISE HIGHWAY WEST BABYLON NY 11707 08/12/2013 08/12/2018 DOL DOL *****3538 DELTA CONTRACTING PAINTING AND DESIGN INC 75 MCCULLOCH DRIVE DIX HILLS NY 11746 10/19/2010 08/12/2018 DOL DOL DENNIS SCHWANDTNER C/O YES SERVICE AND REPAI 145 LODGE AVEHUNTINGTON STATION NY 11476 08/09/2016 08/09/2021 DOL DOL *****9868 DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD PHOENIX NY 13135 09/24/2013 11/18/2018 DOL DOL DF CONTRACTORS OF ROCHESTER, INC. 1835 DAANSEN RD. PALMYRA NY 14522 05/16/2017 05/16/2022 DOL DOL DF CONTRACTORS, INC. 1835 DAANSEN RD. PALMYRA NY 14522 05/16/2017 05/16/2022 DOL DOL *****9252 DI BERNARDO TILE AND MARBLE CO INC 15 WALKER WAY ALBANY NY 12205 03/21/2014 03/21/2019 DOL DOL DIANE DEAVER 731 WARWICK TURNPIKE HEWITT NJ 07421 06/25/2012 12/11/2017 DOL NYC DIMITRIOS KOUTSOUKOS C/O ASTORIA GENERAL CONTR 35-34 31ST STREETLONG ISLAND CITY NY 11106 09/02/2015 09/02/2020 DOL DOL *****3242 DONALD R. FORSAY DF LAWN SERVICE 1835 DAANSEN RD. PALMYRA NY 14522 05/16/2017 05/16/2022 DOL DOL DONALD R. FORSAY 1835 DAANSEN RD. PALMYRA NY 14522 05/16/2017 05/16/2022 DOL DOL DORIS SKODA C/O APCO CONTRACTING CORP 24 SOUTH MARYLAND AVENUEPORT WASHINGTON NY 11050 09/24/2012 09/02/2020 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 3 of 13 Article 8 ---PAGE BREAK--- DOL NYC *****7404 DOSANJH CONSTRUCTION CORP 9439 212TH STREET QUEENS VILLAGE NY 11428 02/25/2016 02/25/2021 DOL DOL DOUGLAS L MALARKEY MALARKEY CONSTRUCTI ON 64 VICTORIA DRIVE B INGHAMTON NY 13904 02/04/2016 02/04/2021 DOL DOL *****6982 DUFOUR GROUP INC DUFOUR MASONRY 353 WEST 56TH STREET #7M NEW YORK NY 10019 06/10/2014 06/10/2019 DOL DOL DUFOUR MASONRY 353 WEST 56TH ST #7M NEW YORK NY 10019 06/10/2014 06/10/2019 DOL DOL DUFOUR MASONRY & RESTORATION INC 353 WEST 56TH STREET #7M NEW YORK NY 10019 06/10/2014 06/10/2019 DOL DOL *****5840 DYNA CONTRACTING INC 363 88TH STREET BROOKLYN NY 11209 11/18/2013 11/18/2018 DOL DOL E C WEBB 6409 LAND O LAKES BLVD LAND O LAKES FL 34638 11/10/2015 11/10/2020 DOL DOL EARL GALBREATH 640 ASHFORD AVENUE ARDSLEY NY 10502 08/27/2013 08/27/2018 DOL DOL EARL L WILSON WILSON BROTHER DRYWALL CONTRACTOR S 36 ABERSOLD STREET ROCHESTER NY 14621 08/31/2015 08/31/2020 DOL DOL *****1496 EAST COAST DRYWALL INC 1238 PRESIDENT STREET BROOKLYN NY 11225 11/18/2013 11/18/2018 DOL NYC EDWARD MENKEN C/O AQUA JET PAINTING 10 VIKING DRIVEWEST ISLIP NY 11795 04/16/2014 04/16/2019 DOL NYC *****0900 EF PRO CONTRACTING INC 147 BROOME AVENUE ATLANTIC BEACH NY 11509 03/03/2014 03/03/2019 DOL NYC EFSTRATIOS BERNARDIS 23-73 48TH STREET LONG ISLAND CITY NY 11103 04/24/2014 04/24/2019 DOL DOL ELIZABETH RAMADANI C/O RAMADA CONSTRUCTION 80 SAVO LOOPSTATEN ISLAND NY 10309 01/07/2014 01/07/2019 DOL DOL ELLEN DESANTIS DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD PHOENIX NY 13135 09/24/2013 11/18/2018 DOL DOL *****0780 EMES HEATING & PLUMBING CONTR 5 EMES LANE MONSEY NY 10952 01/20/2002 01/20/3002 DOL AG EMILIO FRANZA 90 JUNIUS STREET BROOKLYN NY 11212 01/23/2014 01/23/2019 DOL DOL EMPIRE CONCRETE SERVICES LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534 11/18/2013 01/07/2019 DOL DOL *****0511 EMPIRE CONCRETE SYSTEMS LLC 101 SULLYS TRAIL/ SUITE 2 PITTSFORD NY 14534 11/18/2013 01/07/2019 DOL DOL *****2353 EMPIRE CONSTRUCTORS LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534 11/18/2013 01/07/2019 DOL DOL EMPIRE PRECAST LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534 11/18/2013 01/07/2019 DOL DOL *****3270 EMPIRE TILE INC 6 TREMONT COURT HUNTINGTON STATION NY 11746 03/08/2016 03/08/2021 DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANE UNIT BARVERNE NY 11692 02/05/2013 02/05/2018 DOL DOL ESTEVES & FRAGA CONSTRUCTION CO INC 986 MADISON AVENUE PATERSON NJ 07501 01/03/2013 01/03/2018 DOL DOL ESTEVES & FRAGA INC 986 MADISON AVENUE PATERSON NJ 07501 01/03/2013 01/03/2018 DOL NYC EVERTON CARLESS 134 EVERGREEN PL/STE 101 EAST ORANGE NJ 07018 12/30/2013 12/30/2018 DOL DOL *****7403 F & B PAINTING CONTRACTING INC 2 PARKVIEW AVENUE HARRISON NY 10604 09/26/2016 09/26/2021 DOL DOL F KALAFATIS 2279 HOLLERS AVENUE BRONX NY 10475 01/07/2014 06/23/2019 DOL DOL FANTASTIC PAINTING 493 LANSING ROAD FULTONVILLE NY 12072 11/18/2013 11/18/2018 DOL DOL FAY MATTHEW C/O CHAMPION CONSTRUCTION 2131 SCHENECTADY AVENUEBROOKLYN NY 11234 11/18/2015 11/18/2020 DOL DOL FAZIA GINA ALI-MOHAMMED C/O CHAMPION CONSTRUCTI ON 2131 SCHENECTADY AVENUE BROOKLYN NY 11234 11/18/2015 11/18/2020 DOL DOL *****1311 FLOZ-ON PAINTING & DECORATING INC 12 DUNDERBERG ROAD TOMKINS NY 10986 10/16/2013 10/16/2018 DOL DOL *****8961 FLOZ-ON PAINTING INC 12 DUNDERBERG ROAD TOMKINS NY 10986 10/16/2013 10/16/2018 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 4 of 13 Article 8 ---PAGE BREAK--- DOL DOL FMS 4 LEGHORN COURT NEW YORK NY 11746 11/28/2012 11/28/2017 DOL DOL FRAN MICELI 2279 HOLLERS AVENUE BRONX NY 10475 01/07/2014 06/23/2019 DOL DOL FRANCES KALAFATIS 2279 HOLLERS AVENUE BRONX NY 10475 01/07/2014 06/23/2019 DOL DOL FRANCES KALAFATIS-MICELI 2279 HOLLERS AVENUE BRONX NY 10475 01/07/2014 06/23/2019 DOL DOL FRANK BENEDETTO C/O F & B PAINTING CONTRA 2 PARKVIEW AVENUEHARRISON NY 10604 09/26/2016 09/26/2021 DOL DOL FRANK DEMARTINO 101-61 99TH STREET OZONE PARK NY 11416 02/15/2017 02/15/2022 DOL DOL FRANK DEMARTINO 101-61 99TH STREET OZONE PARK NY 11416 02/15/2017 02/15/2022 DOL DOL FRANK J MERCANDO 134 MURRAY AVENUE YONKERS NY 10704 12/11/2009 02/03/2019 DOL DOL FRANK MICELI JR C/O FRANK MICELI JR CONTRACTIN G INC 19 CLIFF STREET NEW ROCHELLE NY 10801 10/16/2013 10/16/2018 DOL DOL *****1321 FRANK MICELI JR CONTRACTING INC 19 CLIFF STREET NEW ROCHELLE NY 10801 10/16/2013 10/16/2018 DOL DOL *****2724 FRESH START PAINTING CORP 157 TIBBETS ROAD YONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL G FUCCI CONSTRUCTION SERVICES 3 ALAN B SHEPARD PLACE YONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL *****6767 G FUCCI PAINTING INC C/O SPIEGEL & UTRERA 1 MAIDEN LANE - 5TH FLNEW YORK NY 10038 03/12/2014 03/12/2019 DOL DOL *****4546 GAF PAINTING LLC 157 TIBBETS ROAD YONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL GALINDA ROTENBERG C/O GMDV TRANS INC 67-48 182ND STREETFRESH MEADOWS NY 11365 06/24/2016 06/24/2021 DOL DOL GARDEN STATE PAINTING 157 TIBBETTS ROAD YONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL GARY MCDOWELL GM CONSTRUCTI ON & LAWN CARE SERVICE 76 PLEASANT STREET WELLSVILLE NY 14895 06/11/2013 06/11/2018 DOL DOL GEORGE DI BERNARDO C/O DI BERNARDO TILE 15 WALKER WAYALBANY NY 12205 03/21/2014 03/21/2019 DOL DA GEORGE LUCEY 150 KINGS STREET BROOKLYN NY 11231 01/19/1998 01/19/2998 DOL DOL *****1075 GLOBAL TANK CONSTRUCTION LLC P O BOX 1238 SALINA OK 74365 11/28/2012 11/28/2017 DOL DOL *****0878 GM CONSTRUCTION & LAWN CARE SERVICE 76 PLEASANT STREET WELLSVILLE NY 14895 06/11/2013 06/11/2018 DOL DOL *****5674 GMDV TRANS INC 67-48 182ND STREET FRESH MEADOWS NY 11365 06/24/2016 06/24/2021 DOL DOL *****0090 GOLDS FLOORING INSTALLATIONS INC 25 HAMILTON ROAD MONTICELLO NY 12701 10/16/2013 10/16/2018 DOL DOL GREGORY A FUCCI C/O PAF PAINTING SERVICES 157 TIBBETTS ROADYONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL GREGORY FUCCI JR C/O APOLLO CONSTRUCTION 157 TIBBETTS ROADYONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL *****9456 GUILLO CONTRACTING CORP P O BOX 229 CALVERTON NY 11933 07/08/2013 07/08/2018 DOL NYC *****0346 H N H CONTRACTORS CORP 4558 BROADWAY # 6 NEW YORK NY 10040 08/04/2014 08/04/2019 DOL DOL HALSSAM FOSTOK 5 HANSEN PLACE WAYNE NJ 07470 09/18/2013 09/18/2018 DOL NYC HAMEEDUL HASAN 240 HOME STREET TEANECK NJ 07666 08/04/2014 08/04/2019 DOL AG *****9918 HARA ELECTRIC CORP 2461 47TH STREET ASTORIA NY 11103 09/26/2013 09/26/2018 DOL NYC HARMEL SINGH 15 CLINTON LANE HICKSVILLE NY 11801 02/25/2016 02/25/2021 DOL NYC HAROLD KUEMMEL 58-83 54TH STREET MASPETH NY 11378 02/26/2016 02/26/2021 DOL AG HARVINDER SINGH PAUL 90 JUNIUS STREET BROOKLYN NY 11212 01/23/2014 01/23/2019 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 5 of 13 Article 8 ---PAGE BREAK--- DOL DOL HENRY VAN 2663 LANTERN LANE ATLANTA GA 30349 12/01/2015 12/01/2020 DOL DOL *****6370 HILLIANO CONSTRUCTION & ELECTRICAL INC 354 MAGNOLIA STREET ROCHESTER NY 14611 01/22/2015 01/22/2020 DOL DOL *****8282 IDEMA DEVELOPMENT INC 91 COLLEGE AVENUE POUGHKEEPSIE NY 12603 12/04/2015 12/04/2020 DOL DOL *****8282 IDEMA GENERAL CONTRACTORS INC 91 COLLEGE AVENUE POUGHKEEPSIE NY 12603 12/04/2015 12/04/2020 DOL DOL *****7001 INTEGRATED CONSTRUCTION & POWER SYSTEMS INC SUITE 100 2105 W GENESEE STREETSYRACUSE NY 13219 01/06/2016 01/06/2021 DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ 07501 01/03/2013 01/03/2018 DOL AG *****0000 J A M CONSTRUCTION CORP SUITE 125 265 SUNRISE HIGHWAYROCKVILLE CENTRE NY 10457 04/07/2016 04/07/2021 DOL DOL *****7598 J M RICH LLC P O BOX 268 STILLWATER NY 12170 09/16/2013 03/21/2019 DOL DOL *****3478 J N P CONSTRUCTION CORP 50 LOUIS COURT P O BOX 1907SOUTH HACKENSACK NY 07606 03/21/2014 03/21/2019 DOL DOL J N RICH LLC P O BOX 268 STILLWATER NY 12170 09/16/2013 03/21/2019 DOL DOL *****4910 J V MAGIC TOUCH CORPORATION 94-25 57TH AVENUE, APT 5G ELMHURST NY 11373 01/12/2015 01/12/2020 DOL DOL JACQUELINE HOWE C/O FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY 10986 10/16/2013 10/16/2018 DOL DOL *****8627 JAG I LLC 635 LUZERNE ROAD QUEENSBURY NY 12804 09/16/2013 09/16/2018 DOL DOL *****2868 JAG INDUSTRIES INC 175 BROAD ST - SUITE 320 GLENS FALLS NY 12801 09/16/2013 09/16/2018 DOL DOL JAMES B 91 COLLEGE AVENUE POUGHKEEPSIE NY 12603 12/04/2015 12/04/2020 DOL DOL JAMES BOYCE C/O EMPIRE CONCRETE SYST 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534 11/18/2013 01/07/2019 DOL DOL JAMES E 91 COLLEGE AVENUE POUGHKEEPSIE NY 12603 12/04/2015 12/04/2020 DOL AG JAMES FALCONE SUITE 125 265 SUNRISE HIGHWAYROCKVILLE CENTRE NY 10457 04/07/2016 04/07/2021 DOL DOL JAMES SR 91 COLLEGE AVENUE POUGHKEEPSIE NY 12603 12/04/2015 12/04/2020 DOL DOL JAMES SICKAU 3090 SHIRLEY ROAD NORTH COLLINS NY 14111 04/19/2011 07/08/2020 DOL DOL JASON M RICH P O BOX 268 STILLWATER NY 12170 09/16/2013 03/21/2019 DOL DOL JASON W MILLIMAN C/O ROCHESTER ACOUSTICAL P O BOX 799HILTON NY 14468 02/19/2016 02/19/2021 DOL DOL JAY PRESUTTI C/O CONSOLIDATED INDUSTRI 2051 ROUTE 44/55MODENA NY 12548 01/28/2013 01/28/2018 DOL DOL JEFF P BRADLEY 520 PINE HILL ROAD CHESTER NY 10940 06/23/2014 06/23/2019 DOL NYC JEFFREY CASSIDY 14 RAILROAD AVENUE VALHALLA NY 10595 05/15/2014 04/02/2020 DOL DOL JERALD HOWE C/O FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY 10986 10/16/2013 10/16/2018 DOL DOL JEROME LACITIGNOLA C/O CATSKILL FENCE INSTAL 5445 ROUTE 32 CATSKILL NY 12414 08/22/2014 08/22/2019 DOL DOL JESSICA WHITESIDE C/O BRRESTORATION NY INC 140 ARCADIA AVENUEOSWEGO NY 13126 09/12/2016 09/12/2021 DOL DOL JOHN DESCUL 437 SUNRISE HIGHWAYA WEST BABYLON NY 11704 08/12/2013 08/12/2018 DOL DOL JOHN H LEE JOHN LEE QUALITY PAVING 67 WILER ROAD HILTON NY 14468 01/28/2013 01/28/2018 DOL DOL *****1749 JOHN LEE QUALITY PAVING 67 WILER ROAD HILTON NY 14468 01/28/2013 01/28/2018 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 6 of 13 Article 8 ---PAGE BREAK--- DOL DOL JON E DEYOUNG 261 MILL ROAD P O BOX 296EAST AURORA NY 14052 07/29/2015 07/29/2020 DOL DOL JORGE VILLALOBOS 94-25 57TH AVENUE - APT 5 ELMHURST NY 11373 01/12/2015 01/12/2020 DOL DOL JOSE MONTAS 27 BUTLER PLACE YONKERS NY 10710 03/18/2011 03/19/2020 DOL AG JOSEPH FALCONE SUITE 125 265 SUNRISE HIGHWAYROCKVILLE CENTRE NY 10457 04/07/2016 04/07/2021 DOL DOL *****9273 JOSEPH M LOVETRO P O BOX 812 BUFFALO NY 14220 08/09/2016 08/09/2021 DOL DOL JOSEPH MARTONE 112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY 10542 08/27/2013 08/27/2018 DOL DOL JOSHUA DEBOWSKY 9547 BUSTLETON AVENUE PHILADELPHIA PA 19115 02/05/2014 02/05/2019 DOL DOL JOYA MUSCOLINO 10 ST CHARLES STREET THORNWOOD NY 10594 09/03/2013 09/03/2018 DOL DOL JUANA MARTINEZ C/O LEAD CONSTRUCTION 27 BUTLER PLACEYONKERS NY 10710 03/19/2015 03/19/2020 DOL DOL *****4340 JUBCO SITE DEVELOPMENT LLC 462 LAKEVIEW AVENUE VALHALLA NY 10595 12/16/2013 12/16/2018 DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE MONSEY NY 10952 11/20/2002 11/20/3002 DOL DOL *****5062 K R F SITE DEVELOPMENT INC 375 LAKE SHORE DRIVE PUTNAM VALLEY NY 10579 01/23/2017 01/23/2022 DOL DOL KAREN HARTMAN C/O GUILLO CONTRACTING P O BOX 229CALVERTON NY 11933 07/08/2013 07/08/2018 DOL NYC KATHLEEN SELA C/O COLONIAL ROOFING COMPANY INC 247 48TH STREET BROOKLYN NY 11220 02/05/2014 02/05/2019 DOL DOL KEITH SCHEPIS C/O KJS HAULING AND HOME 95 MAPLE AVENUENEW CITY NY 10956 04/15/2013 04/15/2018 DOL DOL KEN DEAVER 731 WARWICK TURNPIKE HEWITT NJ 07421 06/25/2012 12/11/2017 DOL DOL KENNETH FIORENTINO 375 LAKE SHORE DRIVE PUTNAM VALLEY NY 10579 01/23/2017 01/23/2022 DOL DOL *****9732 KENT HOLLOW SIDING LLC 29A BRIDGE STREET NEW MILFORD CT 06776 01/15/2016 01/15/2021 DOL DOL KEVIN BABCOCK JR P O BOX 46 THOMPSON RIDGE NY 10985 08/22/2014 08/22/2019 DOL DOL KEVIN M BABCOCK P O BOX 46 THOMPSON RIDGE NY 10985 08/22/2014 08/22/2019 DOL DOL KIM SOROCENSKI C/O SOLUTION MATTERS INC 198 NORWOOD ROADPORT JEFFERSON NY 11776 11/19/2015 11/19/2020 DOL DOL *****2463 KJS HAULING AND HOME IMPROVEMENT INC 95 MAPLE AVENUE NEW CITY NY 10956 04/15/2013 04/15/2018 DOL AG KOSTAS "GUS" ANDRIKOPOULOS 2461 47TH STREET ASTORIA NY 11103 09/26/2013 09/26/2018 DOL DA *****8816 LAKE CONSTRUCTION AND DEVELOPMENT CORPORATION 150 KINGS STREET BROOKLYN NY 11231 08/19/1998 08/19/2998 DOL DOL *****6224 LAKESIDE FIRE SPRINKLERS LLC 125 CHAUTAUQUA AVENUE LAKEWOOD NY 14750 06/24/2015 06/24/2020 DOL AG *****4643 LALO DRYWALL, INC. 221 OLD FORD ROAD NEW PLATZ NY 12561 05/20/2016 05/20/2021 DOL DOL *****4505 LARAPINTA ASSOCIATES INC 29 MAPLEWOOD DRIVE BINGHAMTON NY 13901 02/21/2017 02/21/2022 DOL DOL LAURI MARTONE 112 OSCAWANA HEIGHTS ROAD PUTNAM VALLEY NY 10542 08/27/2013 08/27/2018 DOL DOL LAVERN GLAVE C/O RAW POWER ELECTRIC 3 PARK CIRCLEMIDDLETOWN NY 10940 09/15/2014 09/15/2019 DOL DOL LAWRENCE J RUGGLES P O BOX 371 ROUND LAKE NY 12151 05/12/2014 05/12/2019 DOL DOL *****1364 LEAD CONSTRUCTION SERVICES INC 3 ALAN B SHEPARD PLACE YONKERS NY 10705 03/19/2015 03/19/2020 DOL DOL *****4388 LEN.J CONSTRUCTION LLC PO BOX 10007 ALBANY NY 12201 08/14/2017 08/14/2022 DOL DOL *****4388 LEN.J CONSTRUCTION, LLC PO BOX 10007 ALBANY NY 12201 06/24/2016 01/30/2022 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 7 of 13 Article 8 ---PAGE BREAK--- DOL DOL *****4388 LEN.J CONSTRUCTION, LLC PO BOX 10007 ALBANY NY 12201 06/24/2016 01/30/2022 DOL DOL *****4388 LEN.J CONSTRUCTION, LLC PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL DOL *****4388 LEN.J CONSTRUCTION, LLC PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL DOL *****4388 LEN.J CONSTRUCTION, LLC PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL DOL *****4388 LEN.J CONSTRUCTION, LLC PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL AG LEONID FRIDMAN APT 5 200 BRIGHTON, 15TH STBROOKLYN NY 11235 01/23/2014 01/23/2019 DOL DOL LEROY NELSON JR PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL DOL LEROY NELSON JR PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL DOL LEROY NELSON JR PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL DOL LEROY NELSON JR PO BOX 10007 ALBANY NY 12201 09/19/2017 09/19/2022 DOL DOL LEROY NELSON JR PO BOX 10007 ALBANY NY 12201 08/14/2017 08/14/2022 DOL DOL LINDSEY R CRILL 143 FILLMORE AVENUE BUFFALO NY 14210 01/08/2015 01/08/2020 DOL DOL *****8453 LINPHILL ELECTRICAL CONTRACTORS INC 523 SOUTH 10TH AVENUE MOUNT VERNON NY 10553 01/07/2011 04/15/2018 DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUE MOUNT VERNON NY 10553 01/07/2011 04/15/2018 DOL AG LUIS MARTINEZ LALO DRYWALL 211 MAIN ST. NEW PALTZ NY 12561 05/20/2016 05/20/2021 DOL NYC *****2850 M A 2 FLAGS CONTRACTING CORP 25-18 100TH STREET EAST ELMHURST NY 11369 08/21/2013 08/21/2018 DOL DOL M ANVER BEIG 142 EAST MARKET STREET LONG BEACH NY 11561 03/07/2017 03/07/2022 DOL AG *****6957 M B DIN CONSTRUCTION INC 8831 20TH AVENUE/SUITE 6E BROOKLYN NY 11214 11/17/2015 11/17/2020 DOL NYC *****6317 M S QUALITY CONSTRUCTION LLC 27 MAPLEWOOD AVENUE COLONIA NJ 07067 02/04/2015 02/04/2020 DOL DOL M. ANVER BEIG 142 EAST MARKET STREET LONG BEACH NY 11561 03/07/2017 03/07/2022 DOL NYC MACIEJ SONTOWSKI 27 MAPLEWOOD AVENUE COLONIA NJ 07067 02/04/2015 02/04/2020 DOL NYC *****9590 MACK GLASSNAUTH IRON WORKS INC 137 LIBERTY AVENUE BROOKLYN NY 11212 12/21/2015 12/21/2020 DOL NYC *****3141 MACKEY REED ELECTRIC INC 1ST FLOOR STORE FRONT 88-10 LITTLE NECK PARKWAYFLORAL PARK NY 11001 06/24/2014 06/24/2019 DOL DOL *****1784 MADISON AVE CONSTRUCTION CORP 39 PENNY STREET WEST ISLIP NY 11795 11/02/2016 11/02/2021 DOL DOL MALARKEY'S BAR & GRILL LLC 64 VICTORIA DRIVE BINGHAMTON NY 13904 02/04/2016 02/04/2021 DOL DOL *****0705 MALARKEY'S PUB & GRUB LLC 64 VICTORIA DRIVE BINGHAMTON NY 13904 02/04/2016 02/04/2021 DOL DA MANUEL P TOBIO 150 KINGS STREET BROOKLYN NY 14444 08/19/1998 08/19/2998 DOL DA MANUEL TOBIO 150 KINGS STREET BROOKLYN NY 11231 08/19/1998 08/19/2998 DOL DOL MARIA ESTEVES AKA MARIA MARTINS C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ 07501 01/03/2013 01/03/2018 DOL DOL MARIA MARTINS AKA MARIA ESTEVES C/O THREE FRIENDS CONSTR 986 MADISON AVENUEPATERSON NJ 07501 01/03/2013 01/03/2018 DOL DOL MARIACHI'S PIZZERIA C/O DOUGLAS L MALARKEY 64 VICTORIA DRIVEBINGHAMTON NY 13904 02/04/2016 02/04/2021 DOL DOL MARK MIONIS 6409 LAND O LAKES BLVD LAND O LAKES FL 34638 11/10/2015 11/10/2020 DOL DOL *****5533 MARQUISE CONSTRUCTION & DEVELOPMENT CORP 10 ST CHARLES STREET THORNWOOD NY 10594 09/03/2013 09/03/2018 DOL DOL *****8810 MARQUISE CONSTRUCTION ASSOCIATES INC 20 BOSWELL ROAD PUTNAM VALLEY NY 10579 09/03/2013 09/03/2018 DOL DOL *****1134 MARQUISE CONSTRUCTION CORP 10 ST CHARLES STREET THORNWOOD NY 10594 09/03/2013 09/03/2018 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 8 of 13 Article 8 ---PAGE BREAK--- DOL DOL MARVIN A STURDEVANT 29 MAPLEWOOD DRIVE BINGHAMTON NY 13901 02/21/2017 02/21/2022 DOL DOL MATTHEW IDEMA GENERAL CONTRACTORS INC 91 COLLEGE AVENUE POUGHKEEPSIE NY 12603 12/04/2015 12/04/2020 DOL DOL *****6416 MCCALL MASONRY P O BOX 304 SAYRE PA 18840 08/09/2016 08/09/2021 DOL DOL *****9028 MCINTOSH INTERIORS LLC 8531 AVENUE B BROOKLYN NY 11236 02/05/2013 02/05/2018 DOL DOL *****4259 MERCANDO CONTRACTING CO INC 134 MURRAY AVENUE YONKERS NY 10704 12/11/2009 02/03/2019 DOL DOL *****0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUE YONKERS NY 10704 12/11/2009 02/03/2019 DOL NYC *****5330 METRO DUCT SYSTEMS INC 1219 ASTORIA BOULEVARD LONG ISLAND CITY NY 11102 04/16/2014 11/19/2020 DOL DOL *****3368 MICEK CONSTRUCTION CO INC 20 CROSS STREET FALCONER NY 14733 12/02/2014 12/02/2019 DOL DOL MICHAEL A PASCARELLA SUITE 100 2105 WEST GENESEE STREET SYRACUSE NY 13219 01/06/2016 01/06/2021 DOL DOL *****9198 MICHAEL CZECHOWICZ OCTAGON CO 37-11 35TH AVENUE-2ND FL LONG ISLAND CITY NY 11101 01/08/2013 01/08/2018 DOL DOL MICHAEL F LEARY JR 3813 SNOWDEN HILL ROADNEW HARTFORD NY 13413 06/19/2013 06/19/2018 DOL DOL MICHAEL F LEARY JR METAL STUD & DRYWALL 3813 SNOWDEN HILL ROAD NEW HARTFORD NY 13413 06/19/2013 06/19/2018 DOL NYC MICHAEL HIRSCH C/O MZM CORP 163 S MAIN STREETNEW CITY NY 10956 01/28/2016 01/28/2021 DOL DOL MICHAEL KTISTAKIS 363 88TH STREET BROOKLYN NY 11209 11/18/2013 11/18/2018 DOL DOL MICHAEL MARGOLIN 4 LEGHORN COURT NEW YORK NY 11746 11/28/2012 11/28/2017 DOL DOL MICHAEL WILSON WILSON BROTHER DRYWALL CONTRACTOR S 36 ABERSOLD STREET ROCHESTER NY 14621 08/31/2015 08/31/2020 DOL DOL MICHELLE L BARBER 635 LUZERNE ROAD QUEENSBURY NY 12804 09/16/2013 09/16/2018 DOL NYC MIGUEL ACOSTA 25-18 100TH STREET EAST ELMHURST NY 11369 08/21/2013 08/21/2018 DOL NYC MILANCE HADZIC 22 CALIFORNIA AVE - STE 1 PATERSON NJ 07503 03/11/2015 03/11/2020 DOL AG MOHAMMAD RIAZ 46 RUGBY ROAD WESTBURY NY 11590 11/20/2013 11/20/2018 DOL AG MOHAMMED N CHATHA 8831 20TH AVENUE/SUITE 6E BROOKLYN NY 11214 11/17/2015 11/17/2020 DOL DOL *****2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7A BROOKLYN NY 11229 09/24/2012 09/18/2020 DOL DOL MUHAMMAD BEIG 142 EAST MARKET STREET LONG BEACH NY 11561 03/07/2017 03/07/2022 DOL DOL MUHAMMAD BEIG 142 EAST MARKET STREET LONG BEACH NY 11561 03/07/2017 03/07/2022 DOL DOL MUHAMMAD PERVAIZ C/O CHAMPION CONSTRUCTION 2131 SCHENECTADY AVENUEBROOKLYN NY 11234 11/18/2015 11/18/2020 DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERAL CONT 1129 AVENUE UBROOKLYN NY 11229 01/28/2013 01/28/2018 DOL NYC *****3613 MZM CORP 163 S MAIN STREET NEW CITY NY 10956 01/28/2016 01/28/2021 DOL NYC *****1284 NEW AMERICAN RESTORATION INC 22 CALIFORNIA AVE - STE 1 PATERSON NJ 07503 03/11/2015 03/11/2020 DOL DA *****6988 NEW YORK INSULATION INC 58-48 59TH STREET MASPETH NY 11378 05/16/2012 05/08/2020 DOL NYC *****4839 NEW YORK RIGGING CORP 58-83 54TH STREET MASPETH NY 11378 02/26/2016 02/26/2021 DOL DOL NICHOLAS DEGREGORY JR NJ DEGREGORY & COMPANY 1698 ROUTE 9 GLENS FALLS NY 12801 05/23/2013 05/23/2018 DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE ATLANTIC BEACH NY 11509 03/03/2014 03/03/2019 DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUE ATLANTIC BEACH NY 11509 03/03/2014 03/03/2019 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 9 of 13 Article 8 ---PAGE BREAK--- DOL DOL *****5279 NJ DEGREGORY & COMPANY 1698 ROUTE 9 GLENS FALLS NY 12801 05/23/2013 05/23/2018 DOL DOL NJ DEGREGORY & SONS CONSTRUCTION 1698 ROUTE 9 GLENS FALLS NY 12801 05/23/2013 05/23/2018 DOL NYC *****1968 NORTH AMERICAN IRON WORKS INC 1560 DECATUR STREET RIDGEWOOD NY 11385 05/15/2015 05/15/2020 DOL DOL *****6966 NORTH COUNTRY DRYWALL AND PAINT 23167 COUNTY ROUTE 59 DEXTER NY 13634 10/24/2016 10/24/2021 DOL DOL *****0065 NORTHEAST LANDSCAPE AND MASONRY ASSOC 3 WEST MAIN ST/SUITE 208 ELMSFORD NY 10523 01/23/2017 01/23/2022 DOL DOL *****9198 OCTAGON CO 37-11 35TH AVENUE-2ND FL LONG ISLAND CITY NY 11101 01/08/2013 01/08/2018 DOL NYC *****8337 OPTIMUM CONSTRUCTION INC 23-73 48TH STREET LONG ISLAND CITY NY 11103 04/24/2014 04/24/2019 DOL NYC ORSON ARROYO C/O METRO DUCT SYSTEMS 12-19 ASTORIA BOULEVARDLONG ISLAND CITY NY 11102 04/16/2014 11/19/2020 DOL DOL *****4546 PAF PAINTING CORP 161 TIBBETTS ROAD YONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL *****5242 PAF PAINTING SERVICES INC GARDEN STATE PAINTING 157 TIBBETTS ROAD YONKERS NY 10103 03/12/2014 03/12/2019 DOL DOL PAF PAINTING SERVICES OF WESTCHESTER INC C/O SPIEGEL & UTRERA 1 MAIDEN LANE - 5TH FLNEW YORK NY 10038 03/12/2014 03/12/2019 DOL DOL *****8802 PAT'S HEATING AND AIR CONDITIONING LTD P O BOX 371 ROUND LAKE NY 12151 05/12/2014 05/12/2019 DOL DOL PATRICIA M RUGGLES P O BOX 371 ROUND LAKE NY 12151 05/12/2014 05/12/2019 DOL DOL PAUL VERNA C/O AMERICAN STEEL MECHA 693 PAINTER STREETMEDIA PA 19063 02/20/2013 02/20/2018 DOL DOL PETER M PERGOLA 3 WEST MAIN ST/SUITE 208 ELMSFORD NY 10523 01/23/2017 01/23/2022 DOL NYC PETER TRITARIS 5990 58TH AVENUE MASPETH NY 11378 11/18/2013 11/18/2018 DOL DOL PIERRE LAPORT 224 COUNTY HIGHWAY 138 BROADALBIN NY 12025 03/07/2017 03/07/2022 DOL DOL *****1543 PJ LAPORT FLOORING INC 224 COUNTY HIGHWAY 138 BROADALBIN NY 12025 03/07/2017 03/07/2022 DOL DOL *****2989 PROFESSIONAL ESTIMATING & BUSINESS CORP 157 TIBBETS ROAD YONKERS NY 10705 03/12/2014 03/12/2019 DOL DOL *****6895 PROLINE CONCRETE OF WNY INC 3090 SHIRLEY ROAD NORTH COLLINS NY 14111 04/19/2011 07/08/2020 DOL DA *****6817 QUADRANT METAL BUILDINGS LLC 2740 SW MARTIN DOWNS BLVD PALM CITY FL 34990 08/25/2016 08/25/2021 DOL DOL *****0015 RAMADA CONSTRUCTION CORP 80 SAVO LOOP STATEN ISLAND NY 10309 01/07/2014 01/07/2019 DOL NYC RAMESHWAR ASU 137 LIBERTY AVENUE BROOKLYN NY 11212 12/21/2015 12/21/2020 DOL DOL RANA A KAHN 1973 81ST ST - SUITE A-5 BROOKLYN NY 11214 01/08/2015 01/08/2020 DOL NYC RANTIK PARIKH 13 LORIANN ROAD WARREN NJ 07059 07/15/2015 07/15/2020 DOL DOL *****2633 RAW POWER ELECTRIC CORP 3 PARK PLACE MIDDLETOWN NY 10940 09/16/2013 09/15/2019 DOL NYC RAYMOND PEARSON P O BOX 957 PORT JEFFERSON STA NY 11776 03/12/2014 03/12/2019 DOL DOL REBECCA THORNE 113 N MAPLE AVENUE GREENSBURG PA 15601 02/21/2013 02/21/2018 DOL DOL REGINALD WARREN C/O RAW POWER ELECTRIC 3 PARK CIRCLEMIDDLETOWN NY 10940 09/15/2014 09/15/2019 DOL NYC *****3461 RELIANCE GENERAL CONSTRUCTION INC 644 OCEAN PARKWAY BROOKLYN NY 11230 09/02/2015 09/02/2020 DOL DOL REVOLUTIONARY FLOORS LLC P O BOX 268 STILLWATER NY 12170 09/16/2013 03/21/2019 DOL DOL RHINO CONCRETE LLC 101 SULLYS TRAIL/SUITE 20 PITTSFORD NY 14534 11/18/2013 01/07/2019 DOL DA RIANN MULLER 2740 SW MARTIN DOWNS BLVD PALM CITY FL 34990 08/25/2016 08/25/2021 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 10 of 13 Article 8 ---PAGE BREAK--- DOL DOL RICHARD WILSON C/O DUFOUR GROUP INC 353 WEST 56TH STREET #7MNEW YORK NY 10019 06/10/2014 06/10/2019 DOL DOL *****8618 RIEKS CONTRACTING LLC 4804 GAHWILER ROAD AUBURN NY 13021 05/01/2015 05/01/2020 DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVD QUEENS VILLAGE NY 11427 01/11/2003 01/11/3003 DOL DOL *****1855 ROBERT D BISHOP JR ROBERT D BISHOP JR P O BOX 112 MORRISSONVILLE NY 12962 07/15/2014 07/15/2019 DOL DOL ROBERT D BISHOP JR P O BOX 112 MORRISONVILLE NY 12962 07/15/2014 07/15/2019 DOL NYC ROBERT GUIDO 3256 BRUNER AVENUE BRONX NY 10469 07/29/2014 07/29/2019 DOL DOL ROBERT L EVANS 128A NORTH STAMFORD ROAD STAMFORD CT 06903 05/23/2013 05/23/2018 DOL DOL ROBERT TORDELLA 125 CHAUTAUQUA AVENUE LAKEWOOD NY 14750 06/24/2015 06/24/2020 DOL DOL *****3859 ROCHESTER ACOUSTICAL CORP P O BOX 799 HILTON NY 14468 02/19/2016 02/19/2021 DOL NYC RODNEY SCOTT 201 HEMPSTEAD AVENUE WEST HEMPSTEAD NY 11552 10/30/2015 10/30/2020 DOL DOL ROMEO WARREN C/O RAW POWER ELECTR CORP 3 PARK PLACEMIDDLETOWN NY 10940 09/16/2013 09/15/2019 DOL DOL ROSS J MUSCOLINO 10 ST CHARLES STREET THORNWOOD NY 10594 09/03/2013 09/03/2018 DOL DOL RYAN ALBIE 21 S HOWELLS POINT ROAD BELLPORT NY 11713 02/21/2017 02/21/2022 DOL DOL *****3347 RYAN ALBIE CONTRACTING INC 21 S HOWELLS POINT ROAD BELLPORT NY 11713 02/21/2017 02/21/2022 DOL DOL S & S ELECTRIC 235 BROADWAY SCHENECTADY NY 12306 06/19/2013 06/19/2018 DOL NYC SABIR MUHAMMED SUITE B-8 782 PELHAM PARKWAY SOUTHBRONX NY 10462 04/21/2016 04/21/2021 DOL NYC SAEED HASAN 4558 BROADWAY #6 NEW YORK NY 10040 08/04/2014 08/04/2019 DOL DOL *****4923 SCHENLEY CONSTRUCTION INC 731 WARWICK TURNPIKE HEWITT NJ 07421 06/25/2012 12/11/2017 DOL NYC *****2117 SCOTT ELECTRICAL LLC 201 HEMPSTEAD AVENUE WEST HEMPSTEAD NY 11552 10/30/2015 10/30/2020 DOL DOL SCOTT LEONARD GLOBAL TANK CONSTRUCTI ON LLC P O BOX 1238 SALINA OK 74365 11/28/2012 11/28/2017 DOL DOL *****9751 SCW CONSTRUCTION 544 OLD ROUTE 23 ACRE NY 12405 02/14/2017 02/14/2022 DOL DOL SEAKCO CONSTRUCTION COMPANY LLC 128A NORTH STAMFORD ROAD STAMFORD CT 06903 05/23/2013 05/23/2018 DOL DOL *****9030 SEAKCO NEW YORK LLC SEAKCO CONSTRUCTI ON COMPANY 128A NORTH STAMFORD ROAD STAMFORD CT 06903 05/23/2013 05/23/2018 DOL DOL SEAN BURBAGE C/O SEAN BURBAGE CORP 445 ROOSA GAP ROAD BLOOMINGBURG NY 12721 04/14/2014 04/14/2019 DOL DOL *****6586 SEAN BURBAGE CORP 445 ROOSA GAP ROAD BLOOMINGBURG NY 12721 04/14/2014 04/14/2019 DOL AG SERGIO RAYMUNDO 109 DUBOIS RD. NEW PALTZ NY 12561 05/20/2016 05/20/2021 DOL DOL *****6904 SIGNING STAR LIMITED LIABILITY COMPANY 5 HANSEN PLACE WAYNE NJ 07470 09/18/2013 09/18/2018 DOL DOL *****4025 SOLUTION MATTERS INC 198 NORWOOD ROAD PORT JEFFERSON NY 11776 11/19/2015 11/19/2020 DOL NYC *****4934 SPHINX CONTRACTING CORP 240 HOME STREET TEANECK NJ 07666 08/04/2014 08/04/2019 DOL DOL INC 113 N MAPLE AVENUE GREENSBURG PA 15601 02/21/2013 02/21/2018 DOL DOL *****3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVD QUEENS VILLAGE NY 11427 08/11/2003 08/11/3003 DOL DOL STEPHEN BIANCHI 462 LAKEVIEW AVENUE VALHALLA NY 10595 12/16/2013 12/16/2018 DOL DOL *****9751 STEPHEN C WAGAR 544 OLD ROUTE 23 ACRE NY 12405 02/14/2017 02/14/2022 DOL DOL STEPHEON SHELDON FANTASTIC PAINTING 493 LANSING ROAD FULTONVILLE NY 12072 11/18/2013 11/18/2018 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 11 of 13 Article 8 ---PAGE BREAK--- DOL DOL STEVEN P SUCATO 15-68 208TH STREET BAYSIDE NY 11360 06/23/2016 06/23/2021 DOL DOL STEVEN SAGGESE 3005 WYNSUM AVENUE MERRICK NY 11566 08/18/2014 08/18/2019 DOL DOL STEVEN TESTA 50 SALEM STREET - BLDG B MA 01940 01/23/2017 01/23/2022 DOL DOL STUART CHAITIN 634 ROUTE 303 BLAUVET NY 10913 07/26/2012 11/19/2018 DOL NYC *****9432 SUBLINK LTD 346 THIRD AVENUE PELHAM NY 10803 11/19/2015 11/19/2020 DOL DOL *****3210 SUPER SWEEP FMS 4 LEGHORN COURT NEW YORK NY 11746 11/28/2012 11/28/2017 DOL DOL SUZANNE G GOLD C/O GOLDS FLOORING INSTALLATION S INC 25 HAMILTON ROAD MONTICELLO NY 12701 10/16/2013 10/16/2018 DOL DOL *****7441 T & T CONCRETE INC 2560 HAMBURG TURNPIKE P O BOX 367LACKAWANNA NY 14218 07/08/2015 07/08/2020 DOL DOL *****9676 T D CONTRACTORS CORP T D CONTRACTOR S INC 113 N MAPLE AVENUE GREENSBURG PA 15601 02/21/2013 02/21/2018 DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUE GREENSBURG PA 15601 02/21/2013 02/21/2018 DOL DOL *****7417 TADCO CONSTRUCTION 101-61 99TH STREET OZONE PARK NY 11416 02/15/2017 02/15/2022 DOL DOL TADCO CONSTRUCTION 101-61 99TH STREET OZONE PARK NY 11416 02/15/2017 02/15/2022 DOL DOL *****7417 TADCO CONSTRUCTION CORP 101-61 99TH STREET OZONE PARK NY 11416 02/15/2017 02/15/2022 DOL DOL TAMMY LACITIGNOLA C/O CATSKILL FENCE INSTAL 5445 ROUTE 32CATSKILL NY 12414 08/22/2014 08/22/2019 DOL DOL *****9852 TAP STEEL INC ROUTE 26 3101 P O BOX 457CONSTABLEVILLE NY 13325 01/28/2016 01/28/2021 DOL DOL TECH-MECHANICAL FAB DC INC 5 PARKER AVENUE POUGHKEEPSIE NY 12601 03/25/2014 03/25/2019 DOL DOL *****5570 TESTA CORP 50 SALEM STREET - BLDG B MA 01940 01/23/2017 01/23/2022 DOL DOL *****0887 THE BRINSON PAINTING CORPORATION 72 TAUNTON PLACE BUFFALO NY 14216 04/14/2015 04/14/2020 DOL DOL *****8174 THE CORPORATION UNIT 278 541 10TH STREET NWATLANTA GA 30318 12/01/2015 12/01/2020 DOL DOL *****8174 THE GROUP LLC 289 JONESBORO RD/ STE 216 MCDONOUGH GA 30253 12/01/2015 12/01/2020 DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUE GREENSBURG PA 15601 02/21/2013 02/21/2018 DOL DOL *****2070 THE UNIVERSAL GROUP OF NEW YORK INC 212 OXFORD WAY SCHENECTADY NY 12309 12/11/2012 09/16/2018 DOL DOL *****9243 THE WELCOME MAT PROPERTY MANAGEMENT LLC P O BOX 268 STILLWATER NY 12170 09/16/2013 03/21/2019 DOL DOL THOMAS DESANTIS DESANTIS ENTERPRISES 161 OSWEGO RIVER ROAD PHOENIX NY 13135 09/24/2013 11/18/2018 DOL NYC THOMAS SCARINCI 130-43 92ND AVENUE RICHMOND HILLS NY 11418 11/27/2013 11/27/2018 DOL DOL *****2734 THREE FRIENDS CONSTRUCTION CORP 986 MADISON AVENUE PATERSON NJ 07501 01/03/2013 01/03/2018 DOL NYC *****6253 THUNDER BROTHERS CORP 24 CONGRESS LANE SOUTH RIVER NJ 08882 05/01/2013 05/01/2018 DOL DOL TIMOTHY A PALUCK C/O TAP STEEL INC RTE 26 3101/ P O BOX 457CONSTABLEVILLE NY 13325 01/28/2016 01/28/2021 DOL DOL TIMOTHY F BARBER 635 LUZERNE ROAD QUEENSBURY NY 12804 09/16/2013 09/16/2018 DOL NYC *****1523 TM MECHANICAL CORP 130-43 92ND AVENUE RICHMOND HILLS NY 11418 11/27/2013 11/27/2018 DOL DOL *****0600 TOMSON ALLOYS RECYCLING INC 143 FILLMORE AVENUE BUFFALO NY 14210 01/08/2015 01/08/2020 DOL DOL *****3453 TORCHIA'S HOME IMPROVEMENT 10153 ROBERTS RD SAUQUOIT NY 13456 08/09/2016 08/09/2021 DOL DOL *****6914 TRI-COUNTY RESTORATIONS & CONSTRUCTION INC 13 SUMMERSET DRIVE WALLKILL NY 12589 08/22/2014 08/22/2019 DOL DOL TRI-COUNTY RESTORATIONS INC 392 ROCK CUT ROAD WALDEN NY 12586 08/22/2014 08/22/2019 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 12 of 13 Article 8 ---PAGE BREAK--- DOL DOL *****8311 TRIPLE B FABRICATING, INC. 61 WILLETT ST. PASSAIC NJ 07503 10/26/2016 10/26/2021 DOL DOL *****9407 TURBO GROUP INC 15-68 208TH STREET BAYSIDE NY 11360 06/23/2016 06/23/2021 DOL AG *****6490 UNIVERSAL STEEL FABRICATORS INC 90 JUNIUS STREET BROOKLYN NY 11212 01/23/2014 01/23/2019 DOL NYC *****7174 V&R CONTRACTING P O BOX 957 PORT JEFFERSON STA NY 11776 03/12/2014 03/12/2019 DOL NYC VALERIE VISCONTI 346 THIRD AVENUE PELHAM NY 10803 11/19/2015 11/19/2020 DOL NYC VEAP SELA C/O COLONIAL ROOFING COMPANY INC 247 48TH STREET BROOKLYN NY 11220 02/05/2014 02/05/2019 DOL NYC VICK CONSTRUCTION 21 DAREWOOD LANE VALLEY STREAM NY 11581 12/31/2013 12/31/2018 DOL NYC VICKRAM MANGRU VICK CONSTRUCTI ON 21 DAREWOOD LANE VALLEY STREAM NY 11581 12/31/2013 12/31/2018 DOL DOL VICTOR ROTENBERG C/O GMDV TRANS INC 67048 182ND STREETFRESH MEADOWS NY 11365 06/24/2016 06/24/2021 DOL NYC VINCENT PIZZITOLA P O BOX 957 PORT JEFFERSON STA NY 11776 03/12/2014 03/12/2019 DOL DOL WAYNE LIVINGSTON JR NORTH COUNTRY DRYWALL AND PAINT 23167 COUNTY ROUTE 59 DEXTER NY 13634 10/24/2016 10/24/2021 DOL DOL WESLEY J STAROBA 206 TALLY HO COURT SCHENECTADY NY 12303 06/19/2013 06/19/2018 DOL DOL *****0078 WESLEY J STAROBA INC S & S ELECTRIC 235 BROADWAY SCHENECTADY NY 12306 06/19/2013 06/19/2018 DOL DOL WILLIAM CONKLIN 5 PARKER AVENUE POUGHKEEPSIE NY 12601 03/25/2014 03/25/2019 DOL DOL WILLIAM DEAK C/O MADISON AVE CONSTR CO 39 PENNY STREETWEST ISLIP NY 11795 11/02/2016 11/02/2021 DOL DOL WILLIAM MAZZELLA 134 MURRAY AVENUE YONKERS NY 10704 02/03/2014 02/03/2019 DOL DOL WILLIAM THORNE 113 N MAPLE AVENUE GREENSBURG PA 15601 02/21/2013 02/21/2018 DOL DOL WILLIE BRINSON 72 TAUNTON PLACE BUFFALO NY 14216 04/14/2015 04/14/2020 DOL DOL *****6195 WILSON BROTHER DRYWALL CONTRACTORS 36 ABERSOLD STREET ROCHESTER NY 14621 08/31/2015 08/31/2020 DOL DOL *****7345 YES SERVICE AND REPAIRS CORPORATION 145 LODGE AVE HUNTINGTON STATION NY 11476 08/09/2016 08/09/2021 DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC 2471 OCEAN AVENUE-STE 7ABROOKLYN NY 11229 09/24/2012 09/18/2020 NYSDOL Bureau of Public Work Debarment List 11/17/2017 Page 13 of 13 Article 8 ---PAGE BREAK--- APPENDIX B FAA AC No. 150/5370-2G OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION ---PAGE BREAK--- U.S. Department of Transportation Federal Aviation Administration Advisory Circular Subject: Operational Safety on Airports During Construction Date: 12/13/2017 Initiated By: AAS-100 AC No: 150/5370-2G Change: Purpose. 1 This AC sets forth guidelines for operational safety on airports during construction. Cancellation. 2 This AC cancels AC 150/5370-2F, Operational Safety on Airports during Construction, dated September 29, 2011. Application. 3 This AC assists airport operators in complying with Title 14 Code of Federal Regulations (CFR) Part 139, Certification of Airports. For those certificated airports, this AC provides one way, but not the only way, of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program (AIP). See Grant Assurance No. 34, Policies, Standards, and Specifications. While we do not require non-certificated airports without grant agreements or airports using Passenger Facility Charge (PFC) Program funds for construction projects to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction. Related Documents. 4 ACs and Orders referenced in the text of this AC do not include a revision letter, as they refer to the latest version. Appendix A contains a list of reading material on airport construction, design, and potential safety hazards during construction, as well as instructions for obtaining these documents. Principal Changes. 5 The AC incorporates the following principal changes: 1. Notification about impacts to both airport owned and FAA-owned NAVAIDs was added. See paragraph 2.13.5.3, NAVAIDs. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G ii 2. Guidance for the use of orange construction signs was added. See paragraph 2.18.4.2, Temporary Signs. 3. Open trenches or excavations may be permitted in the taxiway safety area while the taxiway is open to aircraft operations, subject to restrictions. See paragraph 2.22.3.4, Excavations. 4. Guidance for temporary shortened runways and displaced thresholds has been enhanced. See Figure 2-1 and Figure 2-2. 5. Figures have been improved and a new Appendix F on the placement of orange construction signs has been added. Hyperlinks (allowing the reader to access documents located on the internet and to maneuver within this document) are provided throughout this document and are identified with underlined text. When navigating within this document, return to the previously viewed page by pressing the “ALT” and keys simultaneously. Figures in this document are schematic representations and are not to scale. Use of Metrics. 6 Throughout this AC, U.S. customary units are used followed with “soft” (rounded) conversion to metric units. The U.S. customary units govern. Where to Find this AC. 7 You can view a list of all ACs at http://www.faa.gov/regulations_policies/advisory_circulars/. You can view the Federal Aviation Regulations at http://www.faa.gov/regulations_policies/faa_regulations/. Feedback on this AC. 8 If you have suggestions for improving this AC, you may use the Advisory Circular Feedback form at the end of this AC. John R. Dermody Director of Airport Safety and Standards ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G CONTENTS Paragraph Page iii Chapter 1. Planning an Airfield Construction Project 1-1 1.1 Overview. 1-1 1.2 Plan for 1-1 1.3 Develop a Construction Safety and Phasing Plan (CSPP). 1-3 1.4 Who Is Responsible for Safety During Construction? 1-4 Chapter 2. Construction Safety and Phasing Plans 2-1 2.1 Overview. 2-1 2.2 Assume 2-1 2.3 Submit the CSPP. 2-1 2.4 Meet CSPP Requirements. 2-2 2.5 Coordination. 2-6 2.6 Phasing. 2-7 2.7 Areas and Operations Affected by Construction Activity. 2-7 2.8 Navigation Aid (NAVAID) Protection. 2-11 2.9 Contractor Access. 2-11 2.10 Wildlife Management. 2-15 2.11 Foreign Object Debris (FOD) Management. 2-16 2.12 Hazardous Materials (HAZMAT) Management. 2-16 2.13 Notification of Construction Activities. 2-16 2.14 Inspection Requirements. 2-18 2.15 Underground Utilities. 2-19 2.16 Penalties. 2-19 2.17 Special Conditions. 2-19 2.18 Runway and Taxiway Visual Aids. 2-19 2.19 Marking and Signs for Access Routes. 2-29 2.20 Hazard Marking, Lighting and Signing. 2-30 2.21 Work Zone Lighting for Nighttime Construction. 2-32 2.22 Protection of Runway and Taxiway Safety Areas. 2-33 2.23 Other Limitations on Construction. 2-37 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G iv Chapter 3. Guidelines for Writing a CSPP 3-1 3.1 General Requirements. 3-1 3.2 Applicability of 3-1 3.3 Graphical Representations. 3-1 3.4 Reference Documents. 3-2 3.5 Restrictions. 3-2 3.6 Coordination. 3-2 3.7 Phasing. 3-2 3.8 Areas and Operations Affected by Construction. 3-2 3.9 NAVAID Protection. 3-2 3.10 Contractor Access. 3-3 3.11 Wildlife Management. 3-4 3.12 FOD Management. 3-4 3.13 HAZMAT 3-4 3.14 Notification of Construction Activities. 3-4 3.15 Inspection Requirements. 3-5 3.16 Underground Utilities. 3-5 3.17 Penalties. 3-5 3.18 Special Conditions. 3-5 3.19 Runway and Taxiway Visual Aids. 3-6 3.20 Marking and Signs for Access Routes. 3-6 3.21 Hazard Marking and Lighting. 3-6 3.22 Work Zone Lighting for Nighttime Construction. 3-6 3.23 Protection of Runway and Taxiway Safety Areas. 3-7 3.24 Other Limitations on Construction. 3-7 Appendix A. Related Reading Material A-1 Appendix B. Terms and Acronyms Appendix C. Safety and Phasing Plan Checklist C-1 Appendix D. Construction Project Daily Safety Inspection Checklist D-1 Appendix E. Sample Operational Effects Table Appendix F. Orange Construction Signs F-1 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G v FIGURES Number Page Figure 2-1. Temporary Partially Closed Runway 2-9 Figure 2-2. Temporary Displaced Threshold 2-10 Figure 2-3. Markings for a Temporarily Closed 2-21 Figure 2-4. Temporary Taxiway 2-22 Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads 2-24 Figure 2-6. Lighted X in Daytime 2-26 Figure 2-7. Lighted X at Night 2-26 Figure 2-8. Interlocking Barricades 2-31 Figure 2-9. Low Profile Barricades 2-32 Figure E-1. Phase I Example E-1 Figure E-2. Phase II Example E-2 Figure E-3. Phase III Example E-3 Figure F-1. Approved Sign Legends F-1 Figure F-2. Orange Construction Sign Example F-2 Figure F-3. Orange Construction Sign Example F-3 TABLES Number Page Table A-1. FAA Publications A-1 Table A-2. Code of Federal Regulation A-3 Table B-1. Terms and Acronyms B-1 Table C-1. CSPP Checklist C-1 Table D-1. Potentially Hazardous Conditions D-1 Table E-1. Operational Effects Table E-4 Table E-2. Runway and Taxiway Edge Protection E-6 Table E-3. Protection Prior to Runway E-7 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G vi Page Intentionally Blank ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-1 CHAPTER 1. PLANNING AN AIRFIELD CONSTRUCTION PROJECT 1.1 Overview. Airports are complex environments, and procedures and conditions associated with construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However, careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport’s operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations, the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 1.2 Plan for Safety. Safety, maintaining aircraft operations, and construction costs are all interrelated. Since safety must not be compromised, the airport operator 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 and 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 to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan (CSPP). The development of the CSPP takes place through the following five steps: 1.2.1 Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable, such as the location of haul routes and material stockpiles. 1.2.2 Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations: the Aircraft Approach Category (AAC) and Airplane Design Group (ADG) of the airplanes that operate on each runway; the ADG and Taxiway Design Group (TDG)1 for each affected taxiway; designated approach visibility minimums; 1 Find Taxiway Design Group information in AC 150/5300-13, Airport Design. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-2 available approach and departure procedures; most demanding aircraft; declared distances; available air traffic control services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days and times for certain operations should also be identified as applicable. 1.2.3 Allow for Temporary Changes to Operations. To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport operator should identify and prioritize the airport’s most important operations. The construction activities should be planned, through project phasing if necessary, to safely accommodate these operations. When the construction activities cannot be adjusted to safely maintain current operations, regardless of their importance, then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for some aircraft due to shortened runways, and other changes. An example of a table showing temporary operations versus current operations is shown in Appendix E. 1.2.4 Take Required Measures to Revise Operations. Once the level and type of aircraft operations to be maintained are identified, the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs, but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary widely among airports, this AC presents general guidance on those subjects. 1.2.5 Manage Safety Risk. The FAA is committed to incorporating proactive safety risk management (SRM) tools into its decision-making processes. FAA Order 5200.11, FAA Airports (ARP) Safety Management System (SMS), requires the FAA to conduct a Safety Assessment for certain triggering actions. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA determine whether a Safety Assessment is required prior to FAA approval of the CSPP. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for a Safety Risk Assessment. If the FAA requires an assessment, the airport operator must at a minimum: 1. Notify the appropriate FAA Airports Regional or District Office during the project “scope development” phase of any project requiring a CSPP. 2. Provide documents identified by the FAA as necessary to conduct SRM. 3. Participate in the SRM process for airport projects. 4. Provide a representative to participate on the SRM panel. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-3 5. Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 1.3 Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix A for a list of related reading material. 1.3.1 List Requirements. A CSPP must be developed for each on-airfield construction project funded by the Airport Improvement Program (AIP) or located on an airport certificated under Part 139. For on-airfield construction projects at Part 139 airports funded without AIP funds, the preparation of a CSPP represents an acceptable method the certificate holder may use to meet Part 139 requirements during airfield construction activity. As per FAA Order 5200.11, projects that require Safety Assessments do not include construction, rehabilitation, or change of any facility that is entirely outside the air operations area, does not involve any expansion of the facility envelope and does not involve construction equipment, haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line-of-sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. The CSPP is subject to subsequent review and approval under the FAA’s Safety Risk Management procedures (see paragraph 1.2.5). 1.3.2 Prepare a Safety Plan Compliance Document (SPCD). The Safety Plan Compliance Document (SPCD) details how the contractor will comply with the CSPP. Also, it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor’s points of contact, construction equipment heights) during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice-to-proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. 1.3.3 Assume Responsibility for the CSPP. The airport operator is responsible for establishing and enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However, writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose differences to provisions already addressed in the CSPP. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-4 1.4 Who Is Responsible for Safety During Construction? 1.4.1 Establish a Safety Culture. Everyone has a role in operational safety on airports during construction: the airport operator, the airport’s consultants, the construction contractor and subcontractors, airport users, airport tenants, ARFF personnel, Air Traffic personnel, including Technical Operations personnel, FAA Airports Division personnel, and others, such as military personnel at any airport supporting military operations (e.g. national guard or a joint use facility). Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 1.4.2 Assess Airport Operator’s Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design, preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-5 1.4.2.1 Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans, and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects, approve a CSPP developed by the tenant or its consultant. 1.4.2.2 Require, review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. 1.4.2.3 Convene a preconstruction meeting with the construction contractor, consultant, airport employees and, if appropriate, tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5370-12, Quality Management for Federally Funded Airport Construction Projects. (Note “FAA” refers to the Airports Regional or District Office, the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) 1.4.2.4 Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. 1.4.2.5 Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. 1.4.2.6 Notify users, ARFF personnel, and FAA ATO personnel of construction and conditions that may adversely affect the operational safety of the airport via Notices to Airmen (NOTAM) and other methods, as appropriate. Convene a meeting for review and discussion if necessary. 1.4.2.7 Ensure construction personnel know applicable airport procedures and changes to those procedures that may affect their work. 1.4.2.8 Ensure that all temporary construction signs are located per the scheduled list for each phase of the project. 1.4.2.9 Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. 1.4.2.10 Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants, the airport traffic control tower (ATCT), and construction contractors. 1.4.2.11 At certificated airports, ensure each CSPP and SPCD is consistent with Part 139. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-6 1.4.2.12 Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 1.4.2.13 Take immediate action to resolve safety deficiencies. 1.4.2.14 At airports subject to 49 CFR Part 1542, Airport Security, ensure construction access complies with the security requirements of that regulation. 1.4.2.15 Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD (for example, implementation of low-visibility operations). 1.4.2.16 Ensure prompt submittal of a Notice of Proposed Construction or Alteration (Form 7460-1) for conducting an aeronautical study of potential obstructions such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes. A separate form may be filed for each potential obstruction, or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency at The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. 1.4.2.17 Ensure prompt transmission of the Airport Sponsor Strategic Event Submission, FAA Form 6000-26, located at ATEGIC_EVENT_SUBMISSION_FORM.pdf, to assure proper coordination for NAS Strategic Interruption per Service Level Agreement with ATO. 1.4.2.18 notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. The FAA Airports Regional or District office will determine if further coordination within the FAA is needed. Coordinate with appropriate local and other federal government agencies, such as Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), Transportation Security Administration (TSA), and the state environmental agency. 1.4.3 Define Construction Contractor’s Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-7 1.4.3.1 Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supply any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor, indicating an understanding of the operational safety requirements of the CSPP and the assertion of compliance with the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport’s operational safety and will require a revision to the CSPP and SPCD and re-coordination with the airport operator and the FAA in advance. 1.4.3.2 Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. 1.4.3.3 Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. 1.4.3.4 Identify in the SPCD the contractor’s on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on-site when active construction is taking place. 1.4.3.5 Conduct sufficient inspections to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 1.4.3.6 Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate, and as specified in the CSPP and SPCD. 1.4.3.7 Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. 1.4.3.8 Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, and other equipment), stock piles, and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency at ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 1-8 1.4.3.9 Ensure that all necessary safety mitigations are understood by all parties involved, and any special requirements of each construction phase will be fulfilled per the approved timeframe. 1.4.3.10 Participate in pre-construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. 1.4.4 Define Tenant’s Responsibilities. If planning construction activities on leased property, Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction are strongly encouraged to: 1. Develop, or have a consultant develop, a project specific CSPP and submit it to the airport operator. The airport operator may forgo a complete CSPP submittal and instead incorporate appropriate operational safety principles and measures addressed in the advisory circular within their tenant lease agreements. 2. In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval issued prior to issuance of a Notice to Proceed. 3. Ensure that construction personnel are familiar with safety procedures and regulations on the airport during all phases of the construction. 4. Provide a point of contact of who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. 5. Identify in the SPCD the contractor’s on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on-site when active construction is taking place. 6. Ensure that no tenant or contractor employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. 7. Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providing escorts, as appropriate, as specified in the CSPP and SPCD. 8. Ensure prompt submittal through the airport operator of Form 7460-1 for conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes. The FAA encourages online submittal of forms for expediency at 9. Participate in pre-construction meetings to review construction limits, safety mitigations, NOTAMs, and understand all special airport operational needs during each phase of the project. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-1 CHAPTER 2. CONSTRUCTION SAFETY AND PHASING PLANS 2.1 Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operator’s 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. They must provide information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings, contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 2.2 Assume Responsibility. Operational safety on the airport remains the airport operator’s responsibility at all times. The airport operator must develop, certify, and submit for FAA approval each CSPP. It is the airport operator’s responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 2.3 Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 × 11 inch or 11 × 17 inch format for compatibility with the FAA’s Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. 2.3.1 Submit an Outline/Draft. By the time approximately 25% to 30% of the project design is completed, the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft, detailing all CSPP provisions developed to date, to the FAA for review at this stage of the project design. 2.3.2 Submit a CSPP. The CSPP should be formally submitted for FAA approval when the project design is 80 percent to 90 percent complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-2 2.3.3 Submit an SPCD. The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. 2.3.4 Submit CSPP Revisions. All revisions to a previously approved CSPP must be re-submitted to the FAA for review and approval/disapproval action. 2.4 Meet CSPP Requirements. 2.4.1 To the extent possible, the CSPP should address the following as outlined in Chapter 3, Guidelines for Writing a CSPP. Details that cannot be determined at this stage are to be included in the SPCD. 1. Coordination. a. Contractor progress meetings. b. Scope or schedule changes. c. FAA ATO coordination. 2. Phasing. a. Phase elements. b. Construction safety drawings. 3. Areas and operations affected by the construction activity. a. Identification of affected areas. b. Mitigation of effects. 4. Protection of navigation aids (NAVAIDs). 5. Contractor access. a. Location of stockpiled construction materials. b. Vehicle and pedestrian operations. 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. 7. Foreign Object Debris (FOD) management. 8. Hazardous materials (HAZMAT) management. 9. Notification of construction activities. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-3 a. Maintenance of a list of responsible representatives/ points of contact. b. NOTAM. c. Emergency notification procedures. d. Coordination with ARFF Personnel. e. Notification to the FAA. 10. Inspection requirements. a. Daily (or more frequent) inspections. b. Final inspections. 11. Underground utilities. 12. Penalties. 13. Special conditions. 14. Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. a. General. b. Markings. c. Lighting and visual NAVAIDs. d. Signs, temporary, including orange construction signs, and permanent signs. 15. Marking and signs for access routes. 16. Hazard marking and lighting. a. Purpose. b. Equipment. 17. Work zone lighting for nighttime construction (if applicable). 18. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces. a. Runway Safety Area (RSA). b. Runway Object Free Area (ROFA). c. Taxiway Safety Area (TSA). Provide details for any adjustments to Taxiway Safety Area width to allow continued operation of smaller aircraft. See paragraph 2.22.3. d. Taxiway Object Free Area (TOFA). Provide details for any continued aircraft operations while construction occurs within the TOFA. See paragraph 2.22.4. e. Obstacle Free Zone (OFZ). f. Runway approach/departure surfaces. 19. Other limitations on construction. a. Prohibitions. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-4 b. Restrictions. 2.4.2 The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, (Name of Contractor), have read the (Title of Project) CSPP, approved on (Date), and will abide by it as written and with the following additions as noted:”). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject, the statement, “No supplemental information,” should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: 1. Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. 2. Phasing. Discuss proposed construction schedule elements, including: a. Duration of each phase. b. Daily start and finish of construction, including “night only” construction. c. Duration of construction activities during: i. Normal runway operations. ii. Closed runway operations. iii. Modified runway “Aircraft Reference Code” usage. 3. Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. 4. Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. 5. Contractor access. Provide the following: a. Details on how the contractor will maintain the integrity of the airport security fence (gate guards, daily log of construction personnel, and other). b. Listing of individuals requiring driver training (for certificated airports and as requested). c. Radio communications. i. Types of radios and backup capabilities. ii. Who will be monitoring radios. iii. Who to contact if the ATCT cannot reach the contractor’s designated person by radio. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-5 d. Details on how the contractor will escort material delivery vehicles. 6. Wildlife management. Discuss the following: a. Methods and procedures to prevent wildlife attraction. b. Wildlife reporting procedures. 7. Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. 8. Hazardous Materials (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. 9. Notification of construction activities. Provide the following: a. Contractor points of contact. b. Contractor emergency contact. c. Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. d. Batch plant details, including 7460-1 submittal. 10. Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. 11. Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. 12. Penalties. Penalties should be identified in the CSPP and should not require an entry in the SPCD. 13. Special conditions. Discuss proposed actions for each special condition identified in the CSPP. 14. Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: a. Equipment and methods for covering signage and airfield lights. b. Equipment and methods for temporary closure markings (paint, fabric, other). c. Temporary orange construction signs. d. Types of temporary Visual Guidance Slope Indicators (VGSI). 15. Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. 16. Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. 17. Work zone lighting for nighttime construction (if applicable). Discuss proposed equipment, locations, aiming, and shielding to prevent interference with air traffic control and aircraft operations. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-6 18. Protection of runway and taxiway safety areas, object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating, and protecting airport surfaces including: a. Equipment and methods for maintaining Taxiway Safety Area standards. b. Equipment and methods to ensure the safe passage of aircraft where Taxiway Safety Area or Taxiway Object Free Area standards cannot be maintained. c. Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. 19. Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. 2.5 Coordination. Airport operators, or tenants responsible for design, bidding and conducting construction on their leased properties, should ensure at all project developmental stages, such as predesign, prebid, and preconstruction conferences, they capture the subject of airport operational safety during construction (see AC 150/5370-12, Quality Management for Federally Funded Airport Construction Projects). In addition, the following should be coordinated as required: 2.5.1 Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project developmental stages. 2.5.2 Scope or Schedule Changes. Changes in the scope or duration at any of the project stages may require revisions to the CSPP and review and approval by the airport operator and the FAA (see paragraph 1.4.2.17). 2.5.3 FAA ATO Coordination. Early coordination with FAA ATO is highly recommended during the design phase and is required for scheduling Technical Operations shutdowns prior to construction. Coordination is critical to restarts of NAVAID services and to the establishment of any special procedures for the movement of aircraft. Formal agreements between the airport operator and appropriate FAA offices are recommended. All relocation or adjustments to NAVAIDs, or changes to final grades in critical areas, should be coordinated with FAA ATO and may require an FAA flight inspection prior to restarting the facility. Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See paragraph 2.13.5.3.2 for required FAA notification regarding FAA-owned NAVAIDs.) ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-7 2.6 Phasing. Once it has been determined what types and levels of airport operations will be maintained, the most efficient sequence of construction may not be feasible. In this case, the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. 2.6.1 Phase Elements. For each phase the CSPP should detail: Areas closed to aircraft operations. Duration of closures. Taxi routes and/or areas of reduced TSA and TOFA to reflect reduced ADG use. ARFF access routes. Construction staging, disposal, and cleanout areas. Construction access and haul routes. Impacts to NAVAIDs. Lighting, marking, and signing changes. Available runway length and/or reduced RSA and ROFA to reflect reduced ADG use. Declared distances (if applicable). Required hazard marking, lighting, and signing. Work zone lighting for nighttime construction (if applicable). Lead times for required notifications. 2.6.2 Construction Safety Drawings. Drawings specifically indicating operational safety procedures and methods in affected areas construction safety drawings) should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should also be included in the contract drawing package. 2.7 Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre-meetings with the FAA ATO will support operational simulations. See Appendix E for an example of a table showing temporary operations versus current operations. The tables in Appendix E can be useful for coordination among all interested parties, including FAA Lines of Business. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-8 2.7.1 Identification of Affected Areas. Identifying areas and operations affected by the construction helps to determine possible safety problems. The affected areas should be identified in the construction safety drawings for each construction phase. (See paragraph 2.6.2.) Of particular concern are: 2.7.1.1 Closing, or Partial Closing, of Runways, Taxiways and Aprons, and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing, landing, or takeoff in either direction on that pavement is prohibited. A displaced threshold, by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is normally available for take-off in the direction of the displacement and for landing and takeoff in the opposite direction. Misunderstanding this difference, may result in issuance of an inaccurate NOTAM, and can lead to a hazardous condition. 2.7.1.1.1 Partially Closed Runways. The temporarily closed portion of a partially closed runway will generally extend from the threshold to a taxiway that may be used for entering and exiting the runway. If the closed portion extends to a point between taxiways, pilots will have to back-taxi on the runway, which is an undesirable operation. See Figure 2-1 for a desirable configuration. 2.7.1.1.2 Displaced Thresholds. Since the portion of the runway pavement between the permanent threshold and a standard displaced threshold is available for takeoff and for landing in the opposite direction, the temporary displaced threshold need not be located at an entrance/exit taxiway. See Figure 2-2. 2.7.1.2 Closing of aircraft rescue and fire fighting access routes. 2.7.1.3 Closing of access routes used by airport and airline support vehicles. 2.7.1.4 Interruption of utilities, including water supplies for fire fighting. 2.7.1.5 Approach/departure surfaces affected by heights of objects. 2.7.1.6 Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-9 Figure 2-1. Temporary Partially Closed Runway OBLITERATE RUNWAY DESIGNATION AND CENTERLINE MARKINGS OBLITERATE THRESHOLD MARKINGS INSTALL TEMPORARY RUNWAY DESIGNATION AND THRESHOLD BAR CONSTRUCTION AREA RUNWAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD DISCONNECT/COVER TAXIWAY DIRECTION SIGNS LOW PROFILE BARRICADES WITH FLASHERS SEE NOTE 1 INSTALL TEMPORARY RUNWAY THRESHOLD/END LIGHTING DISCONNECT LIGHTS (TYPICAL) OBLITERATE AIMING POINT MARKING RWY 2 TAKEOFF RUN AVAILABLE 6750 FT USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR APPROACH AND DEPARTURE SURFACE COVER DISTANCE REMAINING SIGN IN THIS DIRECTION (OPTIONAL) OBLITERATE TOUCHDOWN ZONE MARKING INSTALL TEMPORARY REIL CHANGE LENSES AS NECESSARY BLAST FENCE TO PROTECT CONSTRUCTION ZONE (MAY BE REQUIRED). IF BLAST FENCE IS NOT USED, INSTALL LOW PROFILE BARRICADES INSTALL TEMPORARY CHEVRONS NOT TO SCALE INSTALL SIGN AT BOTH ENDS OF THE RUNWAY (OPTIONAL) PLACE LOW PROFILE BARRICADES AT ALL ACCESS POINTS TO CLOSED SECTION OF RUNWAY. MEASURES WILL VARY PER EACH 1. 3. NOTES: DISCONNECT/COVER TAXIWAY DIRECTION SIGN INSTALL TEMPORARY TAXIWAY CLOSED MARKING OBLITERATE TAXIWAY CENTERLINE MARKINGS TO CLOSED AREAS SPECIFIC SITUATION. THIS FIGURE IS A SCHEMATIC REPRESENTATION AND NOT INTENDED FOR INSPECTION PURPOSES. REFER TO THE APPLICABLE ACs FOR GUIDANCE. 2. DISCONNECT/COVER LIGHTS IN CLOSED DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF 4. AREAS. SERVICE. THIS FIGURE DEPICTS A TYPICAL TEMPORARY PARTIALLY CLOSED RUNWAY. THE ACTUAL TEMPORARY 5. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-10 Figure 2-2. Temporary Displaced Threshold Note: See paragraph 2.18.2.5. OBLITERATE AIMING POINT MARKING OBLITERATE TOUCHDOWN ZONE AND CENTERLINE MARKING OBLITERATE RUNWAY DESIGNATION MARKING INSTALL TEMPORARY RUNWAY DESIGNATION, ARROWHEADS AND DISPLACED THRESHOLD BAR CONSTRUCTION AREA INSTALL TEMPORARY ARROWS TO EXISTING CENTERLINE MARKING, SEE NOTE RUNWAY SAFETY AREA EXTENDS REQUIRED DISTANCE PRIOR TO THRESHOLD INSTALL RED/RED LIGHTS CHANGE EXISTING LIGHTS TO YELLOW/RED TURN CENTERLINE LIGHTS OFF IF DISPLACEMENT OF THRESHOLD IS MORE THAN 700' USE DECLARED DISTANCES TO PROVIDE RSA AND CLEAR APPROACH/DEPARTURE SURFACE INSTALL TEMPORARY RUNWAY THRESHOLD LIGHTING LIGHT IS YELLOW/GREEN, ALL OTHERS ARE BLANK/GREEN) (INBOARD OBLITERATE THRESHOLD MARKINGS INSTALL TEMPORARY REIL (OPTIONAL) NOT TO SCALE THIS FIGURE IS A SCHEMATIC REPRESENTATION MEASURES WILL VARY PER EACH SPECIFIC SITUATION. 1. 2. NOTES: REFER TO THE APPLICABLE ACs FOR GUIDANCE. AND NOT INTENDED FOR INSPECTION PURPOSES. BLAST FENCE OUTSIDE TOFA TO PROTECT CONSTRUCTION ZONE (MAY BE REQUIRED) DURING CONSTRUCTION VASI AND PAPI SYSTEMS SHOULD BE TAKEN OUT OF SERVICE. 3. THIS FIGURE DIPICTS A TYPICAL TEMPORARY DISPLACED THRESHOLD. THE ACTUAL TEMPORARY ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-11 2.7.2 Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: 2.7.2.1 Temporary changes to runway and/or taxi operations. 2.7.2.2 Detours for ARFF and other airport vehicles. 2.7.2.3 Maintenance of essential utilities. 2.7.2.4 Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. 2.8 Navigation Aid (NAVAID) Protection. Before commencing construction activity, parking vehicles, or storing construction equipment and materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 2.13.5.3.) Construction activities, materials/equipment storage, and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected, the CSPP and SPCD must show an understanding of the “critical area” associated with each NAVAID and describe how it will be protected. Where applicable, the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material, as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed (see paragraph 2.13.2). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 2.13.5.3.) 2.9 Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: 2.9.1 Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area (OFA) of an operational runway. 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. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 2.18.2.) This includes determining and ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-12 verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of wildlife and foreign object damage from blowing or tracked material. See paragraphs 2.10 and 2.11. 2.9.2 Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. 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 AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, with associated training requirements: 2.9.2.1 Construction Site Parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should provide reasonable contractor employee access to the job site. 2.9.2.2 Construction Equipment Parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway. Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must be well lighted. Employees should 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 to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace (Part 77), and on NAVAIDs and Instrument Approach Procedures (IAP). See paragraph 2.13.1 for further information. 2.9.2.3 Access and Haul Roads. Determine the construction contractor’s access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time, and that construction traffic on haul ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-13 roads does not interfere with NAVAIDs or approach surfaces of operational runways. Address whether access gates will be blocked or inoperative or if a rally point will be blocked or inaccessible. 2.9.2.4 Marking and lighting of vehicles in accordance with AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport. 2.9.2.5 Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. 2.9.2.6 Required escorts. 2.9.2.7 Training Requirements for Vehicle Drivers to Ensure Compliance with the Airport Operator’s Vehicle Rules and Regulations. Specific training should be provided to vehicle operators, including those providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports, for information on training and records maintenance requirements. 2.9.2.8 Situational Awareness. Vehicle drivers must confirm by personal 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 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. At non-towered airports, all aircraft movements and flight operations rely on aircraft operators to self-report their positions and intentions. However, there is no requirement for an aircraft to have radio communications. Because aircraft do not always broadcast their positions or intentions, visual checking, radio monitoring, and situational awareness of the surroundings is critical to safety. 2.9.2.9 Two-Way Radio Communication Procedures. 2.9.2.9.1 General. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways, construction personnel must understand the critical importance of maintaining radio contact, as directed by the airport operator, with: 1. Airport operations 2. ATCT ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-14 3. Common Traffic Advisory Frequency (CTAF), which may include UNICOM, MULTICOM. 4. Automatic Terminal Information Service (ATIS). This frequency is useful for monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and “shortened” runways on the ATIS frequency. 2.9.2.9.2 Areas Requiring Two-Way Radio Communication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. 2.9.2.9.3 Frequencies to be Used. The airport operator will specify the frequencies to be used by the contractor, which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in compliance with Federal Communications Commission requirements. At airports with an ATCT, the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. 2.9.2.9.4 Proper radio usage, including read back requirements. 2.9.2.9.5 Proper phraseology, including the International Phonetic Alphabet. 2.9.2.9.6 Light Gun Signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard “Ground Vehicle Guide to Airport Signs and Markings.” This safety placard may be downloaded through the Runway Safety Program Web site at http://www.faa.gov/airports/runway_safety/publications/ (see “Signs & Markings Vehicle Dashboard Sticker”) or obtained from the FAA Airports Regional Office. 2.9.2.10 Maintenance of the secured area of the airport, including: 2.9.2.10.1 Fencing and Gates. Airport operators 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. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. 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 Department of Transportation (DOT) document DOT/FAA/AR- ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-15 00/52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. 2.9.2.10.2 Badging Requirements. Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel. 2.10 Wildlife Management. The CSPP and SPCD must be in accordance with the airport operator’s wildlife hazard management plan, if applicable. See AC 150/5200-33, Hazardous Wildlife Attractants On or Near Airports, and CertAlert 98-05, Grasses Attractive to Hazardous Wildlife. 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, such as: 2.10.1 Trash. Food scraps must be collected from construction personnel activity. 2.10.2 Standing Water. 2.10.3 Tall Grass and Seeds. Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover) that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural Extension Service (County Agent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. 2.10.4 Poorly Maintained Fencing and Gates. See paragraph 2.9.2.10.1. 2.10.5 Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the nature of the project, the CSPP should specify under what circumstances (location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-16 2.11 Foreign Object Debris (FOD) Management. Waste and loose materials, commonly referred to as FOD, are capable of causing damage to aircraft landing gears, propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing (other than security fencing) or covers may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24, Foreign Object Debris (FOD) Management. 2.12 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 or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 2.13 Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below, as applicable. 2.13.1 List of Responsible Representatives/points of contact for all involved parties, and procedures for contacting each of them, including after hours. 2.13.2 NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator 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 either enter the NOTAM into NOTAM Manager, or 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 operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28, Notices to Airmen (NOTAMs) for Airport Operators, for a sample NOTAM form. 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 operator. See paragraph 2.7.1.1 about issuing NOTAMs for partially closed runways versus runways with displaced thresholds. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-17 2.13.3 Emergency notification procedures for medical, fire fighting, and police response. 2.13.4 Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel, mutual aid providers, and other emergency services if construction requires: 1. The deactivation and subsequent reactivation of water lines or fire hydrants, or 2. The rerouting, blocking and restoration of emergency access routes, or 3. The use of hazardous materials on the airfield. 2.13.5 Notification to the FAA. 2.13.5.1 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 cranes, graders, other equipment) on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix A to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. 2.13.5.2 Part 157. With some exceptions, Title 14 CFR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notify the FAA in writing whenever a non-Federally funded project involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix A to download the form. 2.13.5.3 NAVAIDs. For emergency (short-notice) notification about impacts to both airport owned and FAA owned NAVAIDs, contact: [PHONE REDACTED]. 2.13.5.3.1 Airport Owned/FAA Maintained. If construction operations require a shutdown of 24 hours or greater in duration, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown, using Strategic Event Coordination (SEC) Form 6000.26 contained within FAA Order 6000.15, General Maintenance Handbook for National Airspace System (NAS) Facilities. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-18 2.13.5.3.2 FAA Owned. 1. The airport operator must notify the appropriate FAA ATO Service Area Planning and Requirements (P&R) Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs, using SEC Form 6000.26. 2. Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA NAVAIDs. Refer to active Service Level Agreement with ATO for specifics. 2.14 Inspection Requirements. 2.14.1 Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix D, Construction Project Daily Safety Inspection Checklist. See also AC 150/5200-18, Airport Safety Self-Inspection. Airport operators holding a Part 139 certificate are required to conduct self-inspections during unusual conditions, such as construction activities, that may affect safe air carrier operations. 2.14.2 Interim Inspections. Inspections should be conducted of all areas to be (re)opened to aircraft traffic to ensure the proper operation of lights and signs, for correct markings, and absence of FOD. The contractor should conduct an inspection of the work area with airport operations personnel. The contractor should ensure that all construction materials have been secured, all pavement surfaces have been swept clean, all transition ramps have been properly constructed, and that surfaces have been appropriately marked for aircraft to operate safely. Only if all items on the list meet with the airport operator’s approval should the air traffic control tower be notified to open the area to aircraft operations. The contractor should be required to retain a suitable workforce and the necessary equipment at the work area for any last minute cleanup that may be requested by the airport operator prior to opening the area. 2.14.3 Final Inspections. New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector (ACSI) to determine if a final inspection will be necessary. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-19 2.15 Underground Utilities. The CSPP and/or SPCD must include procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations. Note that “One Call” or “Miss Utility” services do not include FAA ATO/Technical Operations. 2.16 Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans (for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 2.17 Special Conditions. The CSPP must detail any special conditions that affect the operation of the airport and will require the activation of any special procedures (for example, low-visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle / Pedestrian Deviation (VPD) and other activities requiring construction suspension/resumption). 2.18 Runway and Taxiway Visual Aids. This includes marking, lighting, signs, and visual NAVAIDs. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from construction areas, including closed runways. Throughout the duration of the construction project, verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs that are to continue to perform their functions during construction remain in place and operational. Visual NAVAIDs that are not serving their intended function during construction must be temporarily disabled, covered, or modified as necessary. The CSPP must address the following, as appropriate: 2.18.1 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 blast, wing vortices, and other wind currents and constructed of materials that will minimize damage to an aircraft in the event of inadvertent contact. Items used to secure such markings must be of a color similar to the marking. 2.18.2 Markings. During the course of construction projects, temporary pavement markings are often required to allow for aircraft operations during or between work periods. During the design phase of the project, the designer should coordinate with the project manager, ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-20 airport operations, airport users, the FAA Airports project manager, and Airport Certification Safety Inspector for Part 139 airports to determine minimum temporary markings. The FAA Airports project manager will, wherever a runway is closed, coordinate with the appropriate FAA Flight Standards Office and disseminate findings to all parties. Where possible, the temporary markings on finish grade pavements should be placed to mirror the dimensions of the final markings. Markings must be in compliance with the standards of AC 150/5340-1, Standards for Airport Markings, except as noted herein. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 2.18.2.1.2.) 2.18.2.1 Closed Runways and Taxiways. 2.18.2.1.1 Permanently Closed Runways. For runways, obliterate the threshold marking, runway designation marking, and touchdown zone markings, and place an X at each end and at 1,000-foot (300 m) intervals. For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. 2.18.2.1.2 Temporarily Closed Runways. For runways that have been temporarily closed, place an X at each end of the runway directly on or as near as practicable to the runway designation numbers. For a multiple runway environment, if the lighted X on a designated number will be located in the RSA of an adjacent active runway, locate the lighted X farther down the closed runway to clear the RSA of the active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. See Figure 2-3. See also paragraph 2.18.3.3. 2.18.2.1.3 Partially Closed Runways and Displaced Thresholds. When threshold markings are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 2.7.1.1 for the difference between partially closed runways and runways with displaced thresholds. Because of the temporary nature of threshold displacement due to construction, it is not necessary to re-adjust the existing runway centerline markings to meet standard spacing for a runway with a visual approach. Some of the requirements below may be waived in the cases of low-activity airports and/or short duration changes that are measured in days rather than weeks. Consider whether the presence of an airport traffic ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-21 control tower allows for the development of special procedures. Contact the appropriate FAA Airports Regional or District Office for assistance. Figure 2-3. Markings for a Temporarily Closed Runway 1. Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar, runway designation, and yellow chevrons to identify pavement areas that are unsuitable for takeoff or landing (see AC 150/5340-1). Obliterate or cover markings prior to the moved threshold. Existing touchdown zone markings beyond the moved threshold may remain in place. Obliterate aiming point markings. Issue appropriate NOTAMs regarding any nonstandard markings. See Figure 2-4. 2. Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar, runway designation, and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. Obliterate markings prior to the displaced threshold. Existing touchdown zone markings beyond the displaced threshold may remain in place. Obliterate aiming point markings. Issue appropriate NOTAMs regarding any nonstandard markings. See Figure 2-2. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-22 2.18.2.1.4 Taxiways. 1. Permanently Closed Taxiways. AC 150/5300-13 Airport Design, notes that it is preferable to remove the pavement, but for pavement that is to remain, place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. See Figure 2-4. Figure 2-4. Temporary Taxiway Closure TAXIWAY CLOSURE MARKER RSA BOUNDARY LOW PROFILE BARRICADES WITH FLASHERS OBLITERATE LEAD-OFF CENTERLINE FOR EXTENDED CLOSURE TSA BOUNDARY CLOSED TAXIWAY LOW PROFILE BARRICADES WITH FLASHERS HOLDING POSITION MARKING ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-23 2. Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections, place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines and taxiway to taxiway turns, leading to the closed section. Always obliterate runway lead-off lines for high speed exits, regardless of the duration of the closure. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. See Figure 2-4. 2.18.2.1.5 Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. 2.18.2.2 If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric, colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other wind currents. Items used to secure such markings must be of a color similar to the marking. 2.18.2.3 It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings, threshold markings, centerline markings, edge stripes, touchdown zone markings and aiming point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. 2.18.2.4 If it is not possible to install threshold bars, chevrons, and arrows on the pavement, “temporary outboard white threshold bars and yellow arrowheads”, see Figure 2-5, may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimensions must be as shown in Figure 2-5. If the markings are not discernible on grass or snow, apply a black background with appropriate material over the ground to ensure they are clearly visible. 2.18.2.5 The application rate of paint to mark a short-term temporary runway and taxiway markings may deviate from the standard (see Item P-620, “Runway and Taxiway Painting,” in AC 150/5370-10), but the dimensions must meet the existing standards. When applying temporary markings at night, it is recommended that the fast curing, Type II paint be used to help offset the higher humidity and cooler temperatures often experienced at night. Diluting the paint will substantially increase cure time and is not recommended. Glass beads are not recommended for temporary markings. Striated markings may also be used for certain temporary markings. AC ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-24 150/5340-1, Standards for Airport Markings, has additional guidance on temporary markings. Figure 2-5. Temporary Outboard White Threshold Bars and Yellow Arrowheads YELLOW ARROWHEAD DETAIL 5' 15' 3' 45' 10' W/2 W/4 SHOULDER EDGE W INSTALL TEMPORARY WHITE THRESHOLD BARS AND YELLOW ARROWHEADS ON BOTH SIDES SEE DETAIL BELOW CLOSED PORTION OF RUNWAY ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-25 2.18.3 Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting installation must be in conformance with AC 150/5340-30, Design and Installation Details for Airport Visual Aids, and fixture design in conformance with AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. See AC 150/5340-26, Maintenance of Airport Visual Aid Facilities, for disconnect procedures and safety precautions. Alternately, cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify, and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. Maintain mandatory hold signs to operate normally in any situation where pilots or vehicle drivers could mistakenly be in that location. At towered airports certificated under Part 139, holding position signs are required to be illuminated on open taxiways crossing to closed or inactive runways. If the holding position sign is installed on the runway circuit for the closed runway, install a jumper to the taxiway circuit to provide power to the holding position sign for nighttime operations. Where it is not possible to maintain power to signs that would normally be operational, install barricades to exclude aircraft. Figure 2-1, Figure 2-2, Figure 2-3, and Figure 2-4 illustrate temporary changes to lighting and visual NAVAIDs. 2.18.3.1 Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed, disconnect the lighting circuits. 2.18.3.2 Temporarily Closed Runways and New Runways Not Yet Open to Air Traffic. If available, use a lighted X, both at night and during the day, placed at each end of the runway on or near the runway designation numbers facing the approach. (Note that the lighted X must be illuminated at all times that it is on a runway.) The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure. For runways that have been temporarily closed, but for an extended period, and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT, the airport operator. Activate stop bars if available. Figure 2-6 shows a lighted X by day. Figure 2-7 shows a lighted X at night. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-26 Figure 2-6. Lighted X in Daytime Figure 2-7. Lighted X at Night 2.18.3.3 Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation, meaning taxiing and landing or taking off in either direction. A displaced threshold, by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-27 closed runways and displaced thresholds, approach lighting systems at the affected end must be placed out of service. 2.18.3.3.1 Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold (that is, the portion of the runway that is closed). Alternately, cover the light fixtures in such a way as to prevent light leakage. See Figure 2-1. 2.18.3.3.2 Temporary Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light (white for visual runways) in the opposite direction. If the displacement is 700 feet or less, blank out centerline lights in the direction of approach or place the centerline lights out of service. If the displacement is over 700 feet, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. See Figure 2-2. 2.18.3.3.3 Temporary runway thresholds and runway ends must be lighted if the runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. 2.18.3.3.4 A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 2.18.2.1.3. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red. At certificated airports, temporary elevated threshold markers must be mounted with a frangible fitting (see 14 CFR Part 139.309). At non-certificated airports, the temporary elevated threshold markings may either be mounted with a frangible fitting or be flexible. See AC 150/5345-39, Specification for L- 853, Runway and Taxiway Retroreflective Markers. 2.18.3.3.5 Temporary threshold lights and runway end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible, but not more than 3 inch (7.6 cm) above ground. (The standard above ground height for airport lighting fixtures is 14 inches (35 cm)). When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient change so aircraft can, in an emergency, cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. 2.18.3.3.6 Maintain threshold and edge lighting color and spacing standards as described in AC 150/5340-30. Battery powered, solar, or portable lights that meet the criteria in AC 150/5345-50 may be used. These systems are intended primarily for visual flight rules (VFR) aircraft operations but may ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-28 be used for instrument flight rules (IFR) aircraft operations, upon individual approval from the Flight Standards Division of the applicable FAA Regional Office. 2.18.3.3.7 When runway thresholds are temporarily displaced, reconfigure yellow lenses (caution zone), as necessary, and place the centerline lights out of service. 2.18.3.3.8 Relocate the Visual Glide Slope Indicator (VGSI), such as Visual Approach Slope Indicator (VASI) and Precision Approach Path Indicator (PAPI); other airport lights, such as Runway End Identifier Lights (REIL); and approach lights to identify the temporary threshold. Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling with the local ATO/Technical Operations Office. Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation, as this can result in great expense. See FAA JO 6850.2, Visual Guidance Lighting Systems, for installation criteria for FAA owned and operated NAVAIDs. 2.18.3.3.9 Issue a NOTAM to inform pilots of temporary lighting conditions. 2.18.3.4 Temporarily Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other taxiways on the same circuit are to remain open), cover the light fixture in a way as to prevent light leakage. 2.18.4 Signs. To the extent possible, 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. 2.18.4.1 Existing Signs. Runway exit signs are to be covered for closed runway exits. Outbound destination signs are to be covered for closed runways. Any time a sign does not serve its normal function or would provide conflicting information, it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-29 2.18.4.2 Temporary Signs. Orange construction signs comprise a message in black on an orange background. Orange construction signs may help pilots be aware of changed conditions. The airport operator may choose to introduce these signs as part of a movement area construction project to increase situational awareness when needed. Locate signs outside the taxiway safety limits and ahead of construction areas so pilots can take timely action. Use temporary signs judiciously, striking a balance between the need for information and the increase in pilot workload. When there is a concern of pilot “information overload,” the applicability of mandatory hold signs must take precedence over orange construction signs recommended during construction. Temporary signs must meet the standards for such signs in Engineering Brief 93, Guidance for the Assembly and Installation of Temporary Orange Construction Signs. Many criteria in AC 150/5345-44, Specification for Runway and Taxiway Signs, are referenced in the Engineering Brief. Permissible sign legends are: 1. CONSTRUCTION AHEAD, 2. CONSTRUCTION ON RAMP, and 3. RWY XX TAKEOFF RUN AVAILABLE XXX FT. Phasing, supported by drawings and sign schedule, for the installation of orange construction signs must be included in the CSPP or SPCD. 2.18.4.2.1 Takeoff Run Available (TORA) signs. Recommended: Where a runway has been shortened for takeoff, install orange TORA signs well before the hold lines, such as on a parallel taxiway prior to a turn to a runway hold position. See EB 93 for sign size and location. 2.18.4.2.2 Sign legends are shown in Figure F-1. Note: See Figure E-1, Figure E-2, Figure E-3, Figure F-2, and Figure F-3 for examples of orange construction sign locations. 2.19 Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and, to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD) and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility requirements of AC 150/5220-23, Frangible Connections, which may require modification to size and height guidance in the MUTCD. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-30 2.20 Hazard Marking, Lighting and Signing. 2.20.1 Hazard marking, lighting, and signing prevent pilots from entering areas closed to aircraft, and prevent construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles. Hazard marking and lighting must also be specified to identify open manholes, small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction-related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system (ILS) critical areas; airport surfaces, such as RSA, OFA, and OFZ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. 2.20.2 Equipment. 2.20.2.1 Barricades. Low profile barricades, including traffic cones, (weighted or sturdily attached to the surface) are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude aircraft, gaps between barricades must be smaller than the wingspan of the smallest aircraft to be excluded; if barricades are intended to exclude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles, generally 4 feet (1.2 meters). Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians, they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. 2.20.2.2 Lights. Lights must be red, either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 feet (3 meters). Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. 2.20.2.3 Supplement Barricades with Signs (for example) As Necessary. Examples are “No Entry” and “No Vehicles.” Be aware of the increased effects of wind and jet blast on barricades with attached signs. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-31 2.20.2.4 Air Operations Area – General. Barricades are not permitted in any active safety area or on the runway side of a runway hold line. Within a runway or taxiway object free area, and on aprons, use orange traffic cones, flashing or steady burning red lights as noted above, highly reflective collapsible barricades marked with diagonal, alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. Barricades may be supplemented with alternating orange and white flags at least 20 by 20 inch (50 by 50 cm) square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway / taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components; and weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, and other surface wind currents. If affixed to the surface, they must be frangible at grade level or as low as possible, but not to exceed 3 inch (7.6 cm) above the ground. Figure 2-8 and Figure 2-9 show sample barricades with proper coloring and flags. Figure 2-8. Interlocking Barricades ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-32 Figure 2-9. Low Profile Barricades 2.20.2.5 Air Operations Area – Runway/Taxiway Intersections. Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. 2.20.2.6 Air Operations Area – Other. Beyond runway and taxiway object free areas and aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties, sawhorses, jersey barriers, or barrels. 2.20.2.7 Maintenance. The construction specifications must include a provision requiring the contractor to 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 operator. Lighting should be checked for proper operation at least once per day, preferably at dusk. 2.21 Work Zone Lighting for Nighttime Construction. Lighting equipment must adequately illuminate the work area if the construction is to be performed during nighttime hours. Refer to AC 150/5370-10 for minimum illumination levels for nighttime paving projects. Additionally, it is recommended that all support equipment, except haul trucks, be equipped with artificial illumination to safely ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-33 illuminate the area immediately surrounding their work areas. The lights should be positioned to provide the most natural color illumination and contrast with a minimum of shadows. The spacing must be determined by trial. Light towers should be positioned and adjusted to aim away from ATCT cabs and active runways to prevent blinding effects. Shielding may be necessary. Light towers should be removed from the construction site when the area is reopened to aircraft operations. Construction lighting units should be identified and generally located on the construction phasing plans in relationship to the ATCT and active runways and taxiways. 2.22 Protection of Runway and Taxiway Safety Areas. Runway and taxiway safety areas, OFZs, OFAs, and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports Regional or District Office if there is any doubt as to requirements or dimensions (see paragraph 2.13.5) as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. 2.22.1 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 (see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: 2.22.1.1 No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (See AC 150/5300-13). The temporary use of declared distances and/or partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published, and appropriate NOTAMs issued. See AC 150/5300-13 for guidance on the use of declared distances. 2.22.1.2 The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. 2.22.1.3 The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-34 2.22.1.4 Excavations. 2.22.1.4.1 Open trenches or excavations are not permitted within the RSA while the runway is open. Backfill trenches before the runway is opened. If backfilling excavations before the runway must be opened is impracticable, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. 2.22.1.4.2 Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. 2.22.1.5 Erosion Control. 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 fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2.22.2 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. 2.22.3 Taxiway Safety Area (TSA). 2.22.3.1 A taxiway safety area is a defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.) Since the width of the TSA is equal to the wingspan of the design aircraft, no construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a TSA that is equal to the TSA width available during construction. Give special consideration to TSA dimensions at taxiway turns and intersections. (see AC 150/5300-13). 2.22.3.2 The airport operator must coordinate the adjustment of the TSA width as permitted above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-35 2.22.3.3 The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. 2.22.3.4 Excavations. 1. Curves. Open trenches or excavations are not permitted within the TSA while the taxiway is open. Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. 2. Straight Sections. Open trenches or excavations are not permitted within the TSA while the taxiway is open for unrestricted aircraft operations. Trenches should be backfilled before the taxiway is opened. If backfilling excavations before the taxiway must be opened is impracticable, cover the excavations to allow the safe passage of ARFF equipment and of the heaviest aircraft operating on the taxiway across the trench without causing damage to the equipment or aircraft. In rare circumstances where the section of taxiway is indispensable for aircraft movement, open trenches or excavations may be permitted in the TSA while the taxiway is open to aircraft operations, subject to the following restrictions: a. Taxiing speed is limited to 10 mph. b. Appropriate NOTAMs are issued. c. Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. d. Low mass, low-profile lighted barricades are installed. e. Appropriate temporary orange construction signs are installed. 3. Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. 2.22.3.5 Erosion control. Soil erosion must be controlled to maintain TSA standards, that is, the TSA 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. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-36 2.22.4 Taxiway Object Free Area (TOFA). Unlike the Runway Object Free Area, aircraft wings regularly penetrate the taxiway object free area during normal operations. Thus, the restrictions are more stringent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. 2.22.4.1 The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. Give special consideration to TOFA dimensions at taxiway turns and intersections. 2.22.4.2 Offset taxiway centerline and edge pavement markings (do not use glass beads) may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided, centerline lighting, centerline reflectors, or taxiway edge reflectors are required. Existing lighting that does not coincide with the temporary markings must be taken out of service. 2.22.4.3 Construction activity, including open excavations, may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: 2.22.4.3.1 Taxiing speed is limited to 10 mph. 2.22.4.3.2 NOTAMs issued advising taxiing pilots of hazard and recommending reduced taxiing speeds on the taxiway. 2.22.4.3.3 Marking and lighting meeting the provisions of paragraphs 2.18 and 2.20 are implemented. 2.22.4.3.4 If desired, appropriate orange construction signs are installed. See paragraph 2.18.4.2 and Appendix F. 2.22.4.3.5 Five-foot clearance is maintained between equipment and materials and any part of an aircraft (includes wingtip overhang). If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width (with its main landing gear at the edge of the usable pavement), then it will be necessary to move personnel and equipment for the passage of that aircraft. 2.22.4.3.6 Flaggers furnished by the contractor must be used to direct and control construction equipment and personnel to a pre-established setback distance for safe passage of aircraft, and airline and/or airport personnel. Flaggers must also be used to direct taxiing aircraft. Due to liability issues, the airport operator should require airlines to provide flaggers for directing taxiing aircraft. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-37 2.22.5 Obstacle Free Zone (OFZ). In general, personnel, material, and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. 2.22.6 Runway Approach/Departure Areas and Clearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. 2.22.6.1 Construction activity in a runway approach/departure area may result in the need to partially close a runway or displace the existing runway threshold. Partial runway closure, displacement of the runway threshold, as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non-towered) and ATO/Technical Operations (for affected NAVAIDS) and airport users. 2.22.6.2 Caution About Partial Runway Closures. When filing a NOTAM for a partial runway closure, clearly state that the portion of pavement located prior to the threshold is not available for landing and departing traffic. In this case, the threshold has been moved for both landing and takeoff purposes (this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so, the NOTAM must reflect this condition). 2.22.6.3 Caution About Displaced Thresholds. Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement (to provide obstruction clearance or RSA), such a displacement may also require an adjustment in the landing distance available and accelerate-stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, or other work within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 2.23 Other Limitations on Construction. The CSPP must specify any other limitations on construction, including but not limited to: ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 2-38 2.23.1 Prohibitions. 2.23.1.1 No use of tall equipment (cranes, concrete pumps, and so on) unless a 7460-1 determination letter is issued for such equipment. 2.23.1.2 No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. 2.23.1.3 No use of electrical blasting caps on or within 1,000 feet (300 meters) of the airport property. See AC 150/5370-10. 2.23.2 Restrictions. 2.23.2.1 Construction suspension required during specific airport operations. 2.23.2.2 Areas that cannot be worked on simultaneously. 2.23.2.3 Day or night construction restrictions. 2.23.2.4 Seasonal construction restrictions. 2.23.2.5 Temporary signs not approved by the airport operator. 2.23.2.6 Grades changes that could result in unplanned effects on NAVAIDs. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-1 CHAPTER 3. GUIDELINES FOR WRITING A CSPP 3.1 General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in paragraph 2.4. The CSPP is organized by numbered sections corresponding to each subject listed in paragraph 2.4, and described in detail in paragraphs 2.5 - 2.23. Each section number and title in the CSPP matches the corresponding subject outlined in paragraph 2.4 (for example, 1. Coordination, 2. Phasing, 3. Areas and Operations Affected by the Construction Activity, and so on). With the exception of the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 3.2 Applicability of Subjects. Each section should, to the extent practical, focus on the specific subject. Where an overlapping requirement spans several sections, the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example, the requirement to protect existing underground FAA ILS cables during trenching operations could be considered FAA ATO coordination (Coordination, paragraph 2.5.3), an area and operation affected by the construction activity (Areas and Operations Affected by the Construction Activity, paragraph 2.7.1.4), a protection of a NAVAID (Protection of Navigational Aids (NAVAIDs), paragraph 2.8), or a notification to the FAA of construction activities (Notification of Construction Activities, paragraph 2.13.5.3.2). However, it is more specifically an underground utility requirement (Underground Utilities, paragraph 2.15). The procedure for protecting underground ILS cables during trenching operations should therefore be described in 2.4.2.11: “The contractor must coordinate with the local FAA System Support Center (SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of the cable markings.” All other applicable sections should include a reference to 2.4.2.11: “ILS cables shall be identified and protected as described in 2.4.2.11” or “See 2.4.2.11 for ILS cable identification and protection requirements.” Thus, the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 3.3 Graphical Representations. Construction safety drawings should be included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-2 3.4 Reference Documents. The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case, either copies of or a source for the referenced document must be provided to the contractor. Where this AC recommends references (e.g. as in paragraph 3.9) the intent is to include a reference to the corresponding section in the CSPP, not to this Advisory Circular. 3.5 Restrictions. The CSPP should not be considered as a project design review document. The CSPP should also avoid mention of permanent (“as-built”) features such as pavements, markings, signs, and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 3.6 Coordination. Include in this section a detailed description of conferences and meetings to be held both before and during the project. Include appropriate information from AC 150/5370- 12. Discuss coordination procedures and schedules for each required FAA ATO Technical Operations shutdown and restart and all required flight inspections. 3.7 Phasing. Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of the proposed construction. Include a reference to paragraph 3.8, as appropriate. 3.8 Areas and Operations Affected by Construction. Focus in this section on identifying the areas and operations affected by the construction. Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and mechanisms proposed. See Appendix F for sample operational effects tables and figures. 3.9 NAVAID Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown and when each facility will be out of service. Include a reference to paragraph 3.6 for FAA ATO NAVAID shutdown, restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities. Include a reference to paragraph 3.14 for the ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-3 issuance of NOTAMs as required. Include a reference to paragraph 3.16 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 3.19. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 3.10 Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent, it should be broken down into subsections as described below: 3.10.1 Location of Stockpiled Construction Materials. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 3.11 for provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 3.12 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. 3.10.2 Vehicle and Pedestrian Operations. While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don’t belong. This includes preventing unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases, this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying HAZMAT vehicles. Quote from, rather than incorporate by reference, AC 150/5210-20 as appropriate to address the airport’s rules for ground vehicle operations, including its training program. Discuss the airport’s recordkeeping system listing authorized vehicle operators. 3.10.3 Two-Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic (AT) at airports with active towers, or monitor CTAF at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations, this procedure should be described in detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, light ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-4 signals, telephone numbers, others) must be included. All radio frequencies should by identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on). 3.10.4 Airport Security. Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements, perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA), perimeter fencing, and available access points. 3.11 Wildlife Management. Discuss in this section wildlife management procedures. Describe the maintenance of existing wildlife mitigation devices, such as perimeter fences, and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 3.10 for security (wildlife) fence integrity maintenance as required. 3.12 FOD Management. In this section, discuss methods to control and monitor FOD: worksite housekeeping, ground vehicle tire inspections, runway sweeps, and so on. Include a reference to paragraph 3.15 for inspection requirements as required. 3.13 HAZMAT Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Safety Data Sheet (SDS), Material Safety Data Sheet (MSDS) or Product Safety Data Sheet (PSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be identified. Include a reference to paragraph 3.10 for HAZMAT vehicle identification requirements. Quote from, rather than incorporate by reference, AC 150/5320-15. 3.14 Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for all representatives of all parties potentially impacted by the construction. Identify individual representatives – and at least one alternate – for each party. List both on-duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport (such as interrupted NAVAID service). Explain requirements for and the procedures for the issuance of Notices to Airmen (NOTAMs), notification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For NOTAMs, identify an individual, and at least one alternate, responsible for issuing and cancelling each specific type of Notice to ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-5 Airmen (NOTAM) required. Detail notification methods for police, fire fighting, and medical emergencies. This may include 911, but should also include direct phone numbers of local police departments and nearby hospitals. Identify the E911 address of the airport and the emergency access route via haul roads to the construction site. Require the contractor to have this information available to all workers. The local Poison Control number should be listed. Procedures regarding notification of Airport Operations and/or the ARFF Department of such emergencies should be identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 3.10. Differentiate between emergency and nonemergency notification of ARFF personnel, the latter including activities that affect ARFF water supplies and access roads. Identify the primary ARFF contact person and at least one alternate. If notification is to be made through Airport Operations, then detail this procedure. Include a method of confirmation from the ARFF department. 3.15 Inspection Requirements. Describe in this section inspection requirements to ensure airfield safety compliance. Include a requirement for routine inspections by the resident engineer (RE) or other airport operator’s representative and the construction contractors. If the engineering consultants and/or contractors have a Safety Officer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at certificated airports, but these may need to be more frequent when construction is in progress. Discuss the role of such inspections on areas under construction. Include a requirement to immediately remedy any deficiencies, whether caused by negligence, oversight, or project scope change. 3.16 Underground Utilities. Explain how existing underground utilities will be located and protected. Identify each utility owner and include contact information for each company/agency in the master list. Address emergency response procedures for damaged or disrupted utilities. Include a reference to paragraph 3.14 for notification of utility owners of accidental utility disruption as required. 3.17 Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and regulations, including the CSPP: SIDA violations, VPD, and others. 3.18 Special Conditions. Identify any special conditions that may trigger specific safety mitigation actions outlined in this CSPP: low visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, VPD, and other activities requiring construction suspension/resumption. Include a reference to paragraph 3.10 for compliance with airport safety and security measures and for radio communications as required. Include ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-6 a reference to paragraph 3.14 for emergency notification of all involved parties, including police/security, ARFF, and medical services. 3.19 Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marking, lighting, signs, and visual NAVAIDs that are temporarily, altered, obliterated, or shut down. Consider non-federal facilities and address requirements for reimbursable agreements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary TORA signs or runway distance remaining signs if appropriate. Identify required temporary visual NAVAIDs such as REIL or PAPI. Quote from, rather than incorporate by reference, AC 150/5340-1, Standards for Airport Markings; AC 150/5340-18, Standards for Airport Sign Systems; and AC 150/5340-30, as required. Attach drawings to graphically indicate proposed marking, lighting, signs, and visual NAVAIDs. 3.20 Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration MUTCD and/or State highway specifications, not hand lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 3.21 Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 3.14. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 3.22 Work Zone Lighting for Nighttime Construction. If work is to be conducted at night, specify all lighting equipment, including when and where each type of device is to be used. Indicate the direction lights are to be aimed and any directions that aiming of lights is prohibited. Specify any shielding necessary in instances where aiming is not sufficient to prevent interference with air traffic control and aircraft operations. Attach drawings to graphically indicate the placement and aiming of lighting equipment. Where the plan only indicates directions that aiming of lights is prohibited, the placement and positioning of portable lights must be proposed by the Contractor and approved by the airport operator’s representative each time lights are relocated or repositioned. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-7 3.23 Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access, movement within safety areas, stockpiling and trenching restrictions, and so on. Reference AC 150/5300-13, as required. Include a reference to paragraph 3.10 for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 3.10 for material stockpile restrictions as required. Detail requirements for trenching, excavations, and backfill. Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised declared distances are used to provide the required Runway Safety Area, include a reference to paragraphs 3.14 and 3.19. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from, rather than incorporate by reference, AC 150/5300-13, as required. Include a reference to paragraph 3.24 for height crane) restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional “box” within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 3.24 Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations, height crane) restrictions, areas which cannot be worked at simultaneously, day/night work restrictions, winter construction, and other limitations. Include a reference to paragraph 3.7 for project phasing requirements based on construction limitations as required. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G 3-8 Page Intentionally Blank ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix A A-1 APPENDIX A. RELATED READING MATERIAL Obtain the latest version of the following free publications from the FAA on its Web site at http://www.faa.gov/airports/. Table A-1. FAA Publications Number Title and Description AC 150/5200-28 Notices to Airmen (NOTAMs) for Airport Operators Guidance for using the NOTAM System in airport reporting. AC 150/5200-30 Airport Field Condition Assessments and Winter Operations Safety Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. AC 150/5200-33 Hazardous Wildlife Attractants On or Near Airports Guidance on locating certain land uses that might attract hazardous wildlife to public-use airports. AC 150/5210-5 Painting, Marking, and Lighting of Vehicles Used on an Airport Guidance, specifications, and standards for painting, marking, and lighting vehicles operating in the airport air operations areas. AC 150/5210-20 Ground Vehicle Operations to include Taxiing or Towing an Aircraft on Airports Guidance to airport operators on developing ground vehicle operation training programs. AC 150/5300-13 Airport Design FAA standards and recommendations for airport design. Establishes approach visibility minimums as an airport design parameter, and contains the Object Free area and the obstacle free-zone criteria. AC 150/5210-24 Airport Foreign Object Debris (FOD) Management Guidance for developing and managing an airport foreign object debris (FOD) program ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix A A-2 Number Title and Description AC 150/5320-15 Management of Airport Industrial Waste Basic information on the characteristics, management, and regulations of industrial wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan that applies best management practices to eliminate, prevent, or reduce pollutants in storm water runoff with particular airport industrial activities. AC 150/5340-1 Standards for Airport Markings FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5340-18 Standards for Airport Sign Systems FAA standards for the siting and installation of signs on airport runways and taxiways. AC 150/5345-28 Precision Approach Path Indicator (PAPI) Systems FAA standards for PAPI systems, which provide pilots with visual glide slope guidance during approach for landing. AC 150/5340-30 Design and Installation Details for Airport Visual Aids Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-44 Specification for Runway and Taxiway Signs FAA specifications for unlighted and lighted signs for taxiways and runways. AC 150/5345-53 Airport Lighting Equipment Certification Program Details on the Airport Lighting Equipment Certification Program (ALECP). AC 150/5345-50 Specification for Portable Runway and Taxiway Lights FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893, Lighted Visual Aid to Indicate Temporary Runway Closure ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix A A-3 Number Title and Description AC 150/5370-10 Standards for Specifying Construction of Airports Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. AC 150/5370-12 Quality Management for Federally Funded Airport Construction Projects EB 93 Guidance for the Assembly and Installation of Temporary Orange Construction Signs FAA Order 5200.11 FAA Airports (ARP) Safety Management System (SMS) Basics for implementing SMS within ARP. Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. FAA Certalert 98-05 Grasses Attractive to Hazardous Wildlife Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal FAA Form 6000.26 National NAS Strategic Interruption Service Level Agreement, Strategic Events Coordination, Airport Sponsor Form Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://www.ecfr.gov/. Table A-2. Code of Federal Regulation Number Title Title 14 CFR Part 77 Safe, Efficient Use and Preservation of the Navigable Airspace Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway Administration at http://mutcd.fhwa.dot.gov/. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix A A-4 Page Intentionally Blank ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix B B-1 APPENDIX B. TERMS AND ACRONYMS Table B-1. Terms and Acronyms Term Definition Form 7460-1 Notice of Proposed Construction or Alteration. For on-airport projects, the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace, as defined in 14 CFR Part 77, Safe, Efficient Use, and Preservation of the Navigable Airspace. (See guidance available on the FAA web site at The form may be downloaded at http://www.faa.gov/airports/resources/forms/, or filed electronically at: Form 7480-1 Notice of Landing Area Proposal. Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa.gov/airports/resources/forms/. Form 6000-26 Airport Sponsor Strategic Event Submission Form AC Advisory Circular ACSI Airport Certification Safety Inspector ADG Airplane Design Group AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program ANG Air National Guard AOA Air Operations Area, as defined in 14 CFR Part 107. Means a portion of an airport, specified in the airport security program, in which security measures are carried out. This area includes aircraft movement areas, aircraft parking areas, loading ramps, and safety areas, and any adjacent areas (such as general aviation areas) that are not separated by adequate security systems, measures, or procedures. This area does not include the secured area of the airport terminal building. ARFF Aircraft Rescue and Fire Fighting ARP FAA Office of Airports ASDA Accelerate-Stop Distance Available AT Air Traffic ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix B B-2 Term Definition the authority of 14 CFR Part 139, Certification of Airports. CFR Code of Federal Regulations Construction The presence of construction-related personnel, equipment, and materials in any location that could infringe upon the movement of aircraft. CSPP Construction Safety and Phasing Plan. The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator’s consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. CTAF Common Traffic Advisory Frequency Displaced Threshold A threshold that is located at a point on the runway other than the designated beginning of the runway. The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FAA Federal Aviation Administration FOD Foreign Object Debris/Damage FSS Flight Service Station GA General Aviation HAZMAT Hazardous Materials HMA Hot Mix Asphalt IAP Instrument Approach Procedures IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available LOC Localizer antenna array Movement Area The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. Non-Movement Area The area inside the airport security fence exclusive of the Movement Area. It is important to note that the non-movement area includes pavement traversed by aircraft. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix B B-3 Term Definition NOTAM Notices to Airmen Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OCC Operations Control Center OE / AAA Obstruction Evaluation / Airport Airspace Analysis OFA Object Free Area. An area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes. (See AC 150/5300-13 for additional guidance on OFA standards and wingtip clearance criteria.) OFZ Obstacle Free Zone. The airspace below 150 ft (45 m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches. The OFZ is subdivided as follows: Runway OFZ, Inner Approach OFZ, Inner Transitional OFZ, and Precision OFZ. Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration OTS Out of Service P&R Planning and Requirements Group NPI NAS Planning & Integration PAPI Precision Approach Path Indicator PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicator Project Proposal Summary A clear and concise description of the proposed project or change that is the object of Safety Risk Management. RA Reimbursable Agreement RE Resident Engineer REIL Runway End Identifier Lights RNAV Area Navigation ROFA Runway Object Free Area RSA Runway Safety Area. A 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, in accordance with AC 150/5300-13. SDS Safety Data Sheet SIDA Security Identification Display Area SMS Safety Management System ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix B B-4 Term Definition SPCD Safety Plan Compliance Document. Details developed and submitted by a contractor to the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management SSC System Support Center Taxiway Safety Area A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13. TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. Temporary Runway End The beginning of that portion of the runway available for landing and taking off in one direction, and for landing in the other direction. Note the difference from a displaced threshold. Threshold The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Free Area TORA Takeoff Run Available. The length of the runway less any length of runway unavailable and/or unsuitable for takeoff run computations. See AC 150/5300-13 for guidance on declared distances. TSA Taxiway Safety Area, or Transportation Security Administration UNICOM A radio communications system of a type used at small airports. VASI Visual Approach Slope Indicator VGSI Visual Glide Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicator (PAPI), visual approach slope indicator (VASI), and pulse light approach slope indicator (PLASI). VFR Visual Flight Rules VOR Very High Frequency Omnidirectional Radio Range VPD Vehicle / Pedestrian Deviation ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-1 APPENDIX C. SAFETY AND PHASING PLAN CHECKLIST This appendix is keyed to Chapter 2. In the electronic version of this AC, clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be instances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid, not a required submittal. Table C-1. CSPP Checklist Coordination Reference Addressed? Remarks Yes No NA General Considerations Requirements for predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction are specified. 2.5 Operational safety is a standing agenda item for construction progress meetings. 2.5 Scheduling of the construction phases is properly addressed. 2.6 Any formal agreements are established. 2.5.3 Areas and Operations Affected by Construction Activity Drawings showing affected areas are included. 2.7.1 Closed or partially closed runways, taxiways, and aprons are depicted on drawings. 2.7.1.1 Access routes used by ARFF vehicles affected by the project are addressed. 2.7.1.2 Access routes used by airport and airline support vehicles affected by the project are addressed. 2.7.1.3 Underground utilities, including water supplies for firefighting and drainage. 2.7.1.4 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-2 Coordination Reference Addressed? Remarks Yes No NA Approach/departure surfaces affected by heights of temporary objects are addressed. 2.7.1.5 Construction areas, storage areas, and access routes near runways, taxiways, aprons, or helipads are properly depicted on drawings. 2.7.1 Temporary changes to taxi operations are addressed. 2.7.2.1 Detours for ARFF and other airport vehicles are identified. 2.7.2.2 Maintenance of essential utilities and underground infrastructure is addressed. 2.7.2.3 Temporary changes to air traffic control procedures are addressed. 2.7.2.4 NAVAIDs Critical areas for NAVAIDs are depicted on drawings. 2.8 Effects of construction activity on the performance of NAVAIDS, including unanticipated power outages, are addressed. 2.8 Protection of NAVAID facilities is addressed. 2.8 The required distance and direction from each NAVAID to any construction activity is depicted on drawings. 2.8 Procedures for coordination with FAA ATO/Technical Operations, including identification of points of contact, are included. 2.8, 2.13.1, 2.13.5.3.1, 2.18.1 Contractor Access The CSPP addresses areas to which contractor will have access and how 2.9 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-3 Coordination Reference Addressed? Remarks Yes No NA the areas will be accessed. The application of 49 CFR Part 1542 Airport Security, where appropriate, is addressed. 2.9 The location of stockpiled construction materials is depicted on drawings. 2.9.1 The requirement for stockpiles in the ROFA to be approved by FAA is included. 2.9.1 Requirements for proper stockpiling of materials are included. 2.9.1 Construction site parking is addressed. 2.9.2.1 Construction equipment parking is addressed. 2.9.2.2 Access and haul roads are addressed. 2.9.2.3 A requirement for marking and lighting of vehicles to comply with AC 150/5210-5, Painting, Marking and Lighting of Vehicles Used on an Airport, is included. 2.9.2.4 Proper vehicle operations, including requirements for escorts, are described. 2.9.2.5, 2.9.2.6 Training requirements for vehicle drivers are addressed. 2.9.2.7 Two-way radio communications procedures are described. 2.9.2.9 Maintenance of the secured area of the airport is addressed. 2.9.2.10 Wildlife Management The airport operator’s wildlife management procedures are addressed. 2.10 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-4 Coordination Reference Addressed? Remarks Yes No NA Foreign Object Debris Management The airport operator’s FOD management procedures are addressed. 2.11 Hazardous Materials Management The airport operator’s hazardous materials management procedures are addressed. 2.12 Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions adversely affecting the operational safety of the airport are detailed. 2.13 Maintenance of a list by the airport operator of the responsible representatives/points of contact for all involved parties and procedures for contacting them 24 hours a day, seven days a week is specified. 2.13.1 A list of local ATO/Technical Operations personnel is included. 2.13.1 A list of ATCT managers on duty is included. 2.13.1 A list of authorized representatives to the OCC is included. 2.13.2 Procedures for coordinating, issuing, maintaining and cancelling by the airport operator of NOTAMS about airport conditions resulting from construction are included. 2.8, 2.13.2, 2.18.3.3.9 Provision of information on closed or hazardous conditions on airport movement areas by the airport operator to the OCC is specified. 2.13.2 Emergency notification procedures for medical, fire fighting, and police 2.13.3 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-5 Coordination Reference Addressed? Remarks Yes No NA response are addressed. Coordination with ARFF personnel for non-emergency issues is addressed. 2.13.4 Notification to the FAA under 14 CFR parts 77 and 157 is addressed. 2.13.5 Reimbursable agreements for flight checks and/or design and construction for FAA owned NAVAIDs are addressed. 2.13.5.3.2 Inspection Requirements Daily and interim inspections by both the airport operator and contractor are specified. 2.14.1, 2.14.2 Final inspections at certificated airports are specified when required. 2.14.3 Underground Utilities Procedures for protecting existing underground facilities in excavation areas are described. 2.15 Penalties Penalty provisions for noncompliance with airport rules and regulations and the safety plans are detailed. 2.16 Special Conditions Any special conditions that affect the operation of the airport or require the activation of any special procedures are addressed. 2.17 Runway and Taxiway Visual Aids - Marking, Lighting, Signs, and Visual NAVAIDs The proper securing of temporary airport markings, lighting, signs, and visual NAVAIDs is addressed. 2.18.1 Frangibility of airport markings, lighting, signs, and visual NAVAIDs is specified. 2.18.1, 2.18.3, 2.18.4.2, 2.20.2.4 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-6 Coordination Reference Addressed? Remarks Yes No NA The requirement for markings to be in compliance with AC 150/5340-1, Standards for Airport Markings, is specified. 2.18.2 Detailed specifications for materials and methods for temporary markings are provided. 2.18.2 The requirement for lighting to conform to AC 150/5340-30, Design and Installation Details for Airport Visual Aids; AC 150/5345-50, Specification for Portable Runway and Taxiway Lights; and AC 150/5345-53, Airport Lighting Certification Program, is specified. 2.18.3 The use of a lighted X is specified where appropriate. 2.18.2.1.2, 2.18.3.2 The requirement for signs to conform to AC 150/5345-44, Specification for Runway and Taxiway Signs; AC 50/5340-18, Standards for Airport Sign Systems; and AC 150/5345-53, Airport Lighting Certification Program, is specified. 2.18.4 Marking and Signs For Access Routes The CSPP specifies that pavement markings and signs intended for construction personnel should conform to AC 150/5340-18 and, to the extent practicable, with the MUTCD and/or State highway specifications. 2.18.4.2 Hazard Marking and Lighting Prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft, personnel, or vehicles are specified. 2.20.1 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-7 Coordination Reference Addressed? Remarks Yes No NA Hazard marking and lighting are specified to identify open manholes, small areas under repair, stockpiled material, and waste areas. 2.20.1 The CSPP considers less obvious construction-related hazards. 2.20.1 Equipment that poses the least danger to aircraft but is sturdy enough to remain in place when subjected to typical winds, prop wash and jet blast is specified. 2.20.2.1 The spacing of barricades is specified such that a breach is physically prevented barring a deliberate act. 2.20.2.1 Red lights meeting the luminance requirements of the State Highway Department are specified. 2.20.2.2 Barricades, temporary markers, and other objects placed and left in areas adjacent to any open runway, taxiway, taxi lane, or apron are specified to be as low as possible to the ground, and no more than 18 inch high. 2.20.2.3 Barricades are specified to indicate construction locations in which no part of an aircraft may enter. 2.20.2.3 Highly reflective barriers with lights are specified to barricade taxiways leading to closed runways. 2.20.2.5 Markings for temporary closures are specified. 2.20.2.5 The provision of a contractor’s representative on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades is specified. 2.20.2.7 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-8 Coordination Reference Addressed? Remarks Yes No NA Work Zone Lighting for Nighttime Construction If work is to be conducted at night, the CSPP identifies construction lighting units and their general locations and aiming in relationship to the ATCT and active runways and taxiways. 2.21 Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may occur within a safety area while the associated runway or taxiway is open for aircraft operations. 2.22.1.1, 2.22.3.1 The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues a local NOTAM. 2.22.1.2, 2.22.3.2 Procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations, are detailed. 2.22.3.3 The CSPP specifies that open trenches or excavations are not permitted within a safety area while the associated runway or taxiway is open, subject to approved exceptions. 2.22.1.4 Appropriate covering of excavations in the RSA or TSA that cannot be backfilled before the associated runway or taxiway is open is detailed. 2.22.1.4 The CSPP includes provisions for prominent marking of open trenches and excavations at the construction site. 2.22.1.4 Grading and soil erosion control to maintain RSA/TSA standards are 2.22.3.5 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix C C-9 Coordination Reference Addressed? Remarks Yes No NA addressed. The CSPP specifies that equipment is to be removed from the ROFA when not in use. 2.22.2 The CSPP clearly states that no construction may occur within a taxiway safety area while the taxiway is open for aircraft operations. 2.22.3 Appropriate details are specified for any construction work to be accomplished in a taxiway object free area. 2.22.4 Measures to ensure that personnel, material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway is open for aircraft operations are included. 2.22.4.3.6 Provisions for protection of runway approach/departure areas and clearways are included. 2.22.6 Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety precautions are provided and the airport operator has approved their use. 2.23.1.2 The CSPP prohibits the use of electrical blasting caps on or within 1,000 ft (300 m) of the airport property. 2.23.1.3 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix D D-1 APPENDIX D. 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 uncovered 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 airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project including information such as the date, time and name of the person conducting the inspection. Table D-1. Potentially Hazardous Conditions Item Action Required (Describe) No Action Required (Check) 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 inch (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 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix D D-2 Item Action Required (Describe) No Action Required (Check) approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavement, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. 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. 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 runway pose aviation hazards. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix D D-3 Item Action Required (Describe) No Action Required (Check) Failure to issue, update, or cancel NOTAMs about airport or runway closures or other construction related airport 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; 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 in airport movement areas. 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. 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 airport roadways. Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on a drainage system). ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix D D-4 Item Action Required (Describe) No Action Required (Check) 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 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 conduit or bury it. Site burning, which can cause possible obscuration. Construction work taking place outside of designated work areas and out of phase. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-1 APPENDIX E. SAMPLE OPERATIONAL EFFECTS TABLE E.1 Project Description. Runway 15-33 is currently 7820 feet long, with a 500 foot stopway on the north end. This project will remove the stopway and extend the runway 1000 feet to the north and 500 feet to the south. Finally, the existing portion of the runway will be repaved. The runway 33 glide slope will be relocated. The new runway 33 localizer has already been installed by FAA Technical Operations and only needs to be switched on. Runway 15 is currently served only by a localizer, which will remain in operation as it will be beyond the future RSA. Appropriate NOTAMS will be issued throughout the project. E.1.1 During Phase I, the runway 15 threshold will be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway 15 takeoff and the departure end of runway 33 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 33 will be adjusted to provide the required RSA and applicable departure surface. Excavation near Taxiway G will require its ADG to be reduced from IV to III. See Figure E-1. Figure E-1. Phase I Example Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 33 departures, the maximum equipment height in the construction area is 12.5 feet (500/40 = 12.5). 7,320 (TORA, TODA, ASDA) 6,820 (LDA) 6,820 (ASDA, LDA) TAXIWAY G TAXIWAY (SECURED TO BARRICADES) RUNWAY 15 - 33 NEW CONSTRUCTION CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND J NORTH RWY 15 TAKEOFF RUN AVAILABLE 7320 FT CONSTRUCTION AHEAD RWY 33 TAKEOFF RUN AVAILABLE 7320 FT 7,320 (TORA, TODA) 1,000 500 500 ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-2 E.2 During Phase II, the runway 33 threshold will be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway 33 takeoff and the departure end of runway 15 will also be moved 500 feet to protect workers from jet blast. Declared distances for runway 15 will be adjusted to provide the required RSA and applicable departure surface. See Figure E-2. Figure E-2. Phase II Example Note 1: Where hold signs are installed on both sides of a taxiway, install the TORA sign on the left side of the taxiway before the final turn to the runway intersection. Note 2: Based on the declared distances for Runway 15 departures, the maximum equipment height in the construction area is 12.5 feet (500/40 = 12.5). 8,320 (TORA, TODA, ASDA) 7,820 (LDA) 8,320 (TORA, TODA) TAXIWAY G RUNWAY 15 - 33 NEW CONSTRUCTION CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND TAXIWAY H (SECURED TO BARRICADE) NORTH RWY 33 TAKEOFF RUN AVAILABLE 8320 FT CONSTRUCTION AHEAD RWY 15 TAKEOFF RUN AVAILABLE 8320 FT 500 500 500 7,820 FEET (ASDA, LDA) ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-3 E.3 During Phase III, the existing portion of the runway will be repaved with Hot Mix Asphalt (HMA) and the runway 33 glide slope will be relocated. Construction will be accomplished between the hours of 8:00 pm and 5:00 am, during which the runway will be closed to operations. Figure E-3. Phase III Example 9,320 (TORA, TODA, ASDA, LDA) 9,320 (TORA, TODA, ASDA, LDA) RAMP (SECURED TO BARRICADE) (BARRICADES WITH SIGN INSTALLED DURING HOURS OF CONSTRUCTION) NEW CONSTRUCTION CLOSED CLOSED FOR LANDING - DISPLACED THRESHOLD LEGEND TAXIWAY G RUNWAY 15 - 33 NORTH NOTE: INSTALL LIGHTED OR YELLOW ON NUMBERS AND REMOVE WHEN RUNWAYS ARE OPEN FOR OPERATIONS. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-4 Table E-1. Operational Effects Table Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Scope of Work N/A Extend Runway 15-33 1,000 ft on north end with Hot Mix Asphaltic Concrete (HMA). Extend Runway 15-33 500 ft on south end with Hot Mix Asphaltic Concrete (HMA). Repave existing runway with HMA Relocate Runway 33 Glide Slope Effects of Construction Operations N/A Existing North 500 ft closed Existing South 500 ft closed Runway closed between 8:00 pm and 5:00 am Edge lighting out of service Construction Phase N/A Phase I (Anticipated) Phase II (Anticipated) Phase III (Anticipated) Runway 15 Average Aircraft Operations Carrier: 52 /day GA: 26 /day Military: 11 /day Carrier: 40 /day GA: 26 /day Military: 0 /day Carrier: 45 /day GA: 26 /day Military: 5 /day Carrier: 45 / day GA: 20 / day Military: 0 /day Runway 33 Average Aircraft Operations Carrier: 40 /day GA: 18 /day Military: 10 /day Carrier: 30 /day GA: 18 /day Military: 0 /day Carrier: 25 /day GA: 18 /day Military: 5 /day Carrier: 20 /day GA: 5 /day Military: 0 /day Runway 15-33 Aircraft Category C-IV C-IV C-IV C-IV Runway 15 Approach Visibility Minimums 1 mile 1 mile 1 mile 1 mile Runway 33 Approach Visibility Minimums ¾ mile ¾ mile ¾ mile 1 mile Note: Proper coordination with Flight Procedures group is necessary to maintain instrument approach procedures during construction. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-5 Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Runway 15 Declared Distances TORA 7,820 7,320 8,320 9,320 TODA 7,820 7,320 8,320 9,320 ASDA 7,820 7,320 7,820 9,320 LDA 7,820 6,820 7,820 9,320 Runway 33 Declared Distances TORA 7,820 7,320 8,320 9,320 TODA 7,820 7,320 8,320 9,320 ASDA 8,320 6,820 8,320 9,320 LDA 7,820 6,820 7,820 9,320 Runway 15 Approach Procedures LOC only LOC only LOC only LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 33 Approach Procedures ILS ILS ILS LOC only RNAV RNAV RNAV RNAV VOR VOR VOR VOR Runway 15 NAVAIDs LOC LOC LOC LOC Runway 33 NAVAIDs ILS, MALSR ILS, MALSR ILS, MALSR LOC, MALSR Taxiway G ADG IV III IV IV Taxiway G TDG 4 4 4 4 ATCT (hours open) 24 hours 24 hours 24 hours 0500 - 2000 ARFF Index D D D D ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-6 Project Runway 15-33 Extension and Repaving Phase Normal (Existing) Phase I: Extend Runway 15 End Phase II: Extend Runway 33 End Phase III: Repave Runway Special Conditions Air National Guard (ANG) military operations All military aircraft relocated to alternate ANG Base Some large military aircraft relocated to alternate ANG Base All military aircraft relocated to alternate ANG Base Information for NOTAMs Refer above for applicable declared distances. Taxiway G limited to 118 ft wingspan Refer above for applicable declared distances. Refer above for applicable declared distances. Airport closed 2000 – 0500. Runway 15 glide slope OTS. Note: This table is one example. It may be advantageous to develop a separate table for each project phase and/or to address the operational status of the associated NAVAIDs per construction phase. Complete the following chart for each phase to determine the area that must be protected along the runway and taxiway edges: Table E-2. Runway and Taxiway Edge Protection Runway/Taxiway Aircraft Approach Category* A, B, C, or D Airplane Design Group* I, II, III, or IV Safety Area Width in Feet Divided by 2* *See AC 150/5300-13 to complete the chart for a specific runway/taxiway. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-7 Complete the following chart for each phase to determine the area that must be protected before the runway threshold: Table E-3. Protection Prior to Runway Threshold Runway End Number Airplane Design Group* I, II, III, or IV Aircraft Approach Category* A, B, C, or D Minimum Safety Area Prior to the Threshold* Minimum Distance to Threshold Based on Required Approach Slope* ft ft : 1 ft ft : 1 ft ft : 1 ft ft : 1 *See AC 150/5300-13 to complete the chart for a specific runway. ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix E E-8 Page Intentionally Blank ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix F F-1 APPENDIX F. ORANGE CONSTRUCTION SIGNS Figure F-1. Approved Sign Legends ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix F F-2 Figure F-2. Orange Construction Sign Example 1 Note: For proper placement of signs, refer to EB 93. POSITION MARKING INTERMEDIATE HOLDING LOW PROFILE BARRICADE WITH FLASHERS NO ENTRY SIGN ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix F F-3 Figure F-3. Orange Construction Sign Example 2 Note: For proper placement of signs, refer to EB 93. TEMPORARILY RELOCATED TAXIWAY CENTERLINE CONSTRUCTION AREA ---PAGE BREAK--- 12/13/2017 AC 150/5370-2G Appendix F F-4 Page Intentionally Blank ---PAGE BREAK--- Advisory Circular Feedback If you find an error in this AC, have recommendations for improving it, or have suggestions for new items/subjects to be added, you may let us know by mailing this form to Manager, Airport Engineering Division, Federal Aviation Administration ATTN: AAS-100, 800 Independence Avenue SW, Washington DC 20591 or faxing it to the attention of the Office of Airport Safety and Standards at (202) 267-5383. Subject: AC 150/5370-2G Date: Please check all appropriate line items: ☐ An error (procedural or typographical) has been noted in paragraph on page . ☐ Recommend paragraph on page be changed as follows: ☐ In a future change to this AC, please cover the following subject: (Briefly describe what you want added.) ☐ Other comments: ☐ I would like to discuss the above. Please contact me at (phone number, email address). Submitted by: Date: ---PAGE BREAK--- Page Intentionally Blank ---PAGE BREAK--- APPENDIX C GEOTECHNICAL INFORMATION ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK--- ---PAGE BREAK---