+ All Categories
Home > Documents > ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027...

ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027...

Date post: 19-Sep-2020
Category:
Upload: others
View: 6 times
Download: 0 times
Share this document with a friend
114
ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015
Transcript
Page 1: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

ROUTE 110 OVER ROUTE 27(BIN 1019119)

PIN 0112.57, D900027

DESIGN-BUILD CONTRACT DOCUMENTS

PART 1

DB AGREEMENT

Final January 30, 2015

Page 2: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

This page is intentionally left blank.

Page 3: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 i Part 1 - DB Agreement

PIN 0112.57, D900027 Final January 30, 2015

Table of ContentsDESIGN-BUILD (DB) AGREEMENT .................................................................................................. 1ARTICLE 1. COMPENSATION .......................................................................................................... 1

Article 1.1. Contract Price ............................................................................................................... 1

Article 1.2. Executory Clause .......................................................................................................... 1

ARTICLE 2. CONTRACT TIME .......................................................................................................... 1Article 2.1. Notice To Proceed ........................................................................................................ 1

Article 2.2 Interim Completion Milestone Date ............................................................................... 2

Article 2.3 Project Completion Date ................................................................................................ 2

Article 2.4 Final Acceptance ............................................................................................................ 2

ARTICLE 3. WORK TO BE DONE..................................................................................................... 2ARTICLE 4. LICENSING .................................................................................................................... 3ARTICLE 5. DOCUMENTS FORMING THE CONTRACT .............................................................. 3ARTICLE 6. DISADVANTAGED BUSINESS ENTERPRISE GOALS ............................................ 4ARTICLE 7. EXAMINATION OF DOCUMENTS AND SITE ............................................................ 4ARTICLE 8. ALTERATIONS AND OMISSIONS ............................................................................... 4ARTICLE 9. PERIODIC PAYMENTS................................................................................................. 4ARTICLE 10. NO PERIODIC PAYMENT ON DESIGN-BUILDER’S NON-COMPLIANCE .......... 4ARTICLE 11. FINAL PAYMENT......................................................................................................... 4ARTICLE 12. RIGHT TO SUSPEND WORK AND CANCEL CONTRACT .................................... 4ARTICLE 13. DETERMINATION AS TO VARIANCES .................................................................... 5ARTICLE 14. SUCCESSORS AND ASSIGNS ................................................................................. 5ARTICLE 15. NON-ASSIGNMENT CLAUSE.................................................................................... 5ARTICLE 16. PROJECT ORGANIZATION ....................................................................................... 6

Article 16.1 Department’s Project Organization ............................................................................. 6

Article 16.2. Design-Builder’s Project Organization ...................................................................... 6

ARTICLE 17. INSURANCE Program ................................................................................................. 6ARTICLE 18. INDEMNIFICATION ................................................................................................... 11ARTICLE 19. LIQUIDATED DAMAGES .......................................................................................... 12ARTICLE 20. INDEPENDENT CONTRACTOR. ............................................................................ 12ARTICLE 21. NO CONFLICT OF INTEREST ................................................................................. 12ARTICLE 22. FEDERAL Requirements .......................................................................................... 13ARTICLE 23. SELF PERFORMANCE............................................................................................. 13ARTICLE 24. INTERNATIONAL BOYCOTT PROHIBITION ......................................................... 13ARTICLE 25. WRITTEN NOTICES ................................................................................................. 13

Page 4: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 ii Part 1 - DB Agreement

PIN 0112.57, D900027 Final January 30, 2015

ARTICLE 26. CONTRACT PAYMENTS .......................................................................................... 14ARTICLE 27. DESIGN-BUILDER LIABILITY .................................................................................. 14

APPENDIX A: STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS

APPENDIX B: FEDERAL REQUIREMENTS

Attachment 1 - FHWA Form 1273

Attachment 2 – Federal Prevailing Wage Rate

Attachment 3 – Goals for Equal Employment Opportunity (EEO) Participation

Attachment 4 – Goals for Disadvantaged/Minority/Women’s Business Enterprise

(D/M/WBE) Participation

Attachment 5 – Supplemental Title VI Provisions (Civil Rights Act)

APPENDIX C: STATE PREVAILING WAGE RATES

APPENDIX D: IRAN DIVESTMENT ACT

Page 5: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 1 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

DESIGN-BUILD (DB) AGREEMENTContract No. ______________________

County __________________________

THIS DB AGREEMENT, entered into this ___ day of __________, 20___, by THE PEOPLE OF THESTATE OF NEW YORK, hereinafter referred to as the “State,” acting by and through the New YorkState Department of Transportation, pursuant to the New York State Highway Law, and_________________________________________________________________________________,

o A corporation organized and existing under the laws of the State of _______________, or

o A partnership, consisting of _______________________________________________, or

o A Limited Liability Company (LLC), consisting of ____________________________, or

o A joint venture, consisting of ______________________________________________, or

o An individual conducting business as _________________________________________,

the location of whose principal office is ______________________________________________,

WITNESSETH: That the State and the Design-Builder (hereinafter referred-to as the “Design-Builder” inthe contract documents), for the consideration hereinafter named agree as follows:

ARTICLE 1. COMPENSATION

Article 1.1. Contract PriceAs full compensation for the Work, the Department will pay the Design-Builder a lump sum of______________, which shall equal the total lump sum proposal price for the Project, as agreed to by theDepartment, less the unused portion of the lump sum price for the Design-Build – Force Account Work(Item No. 800.04000015). See also DB Section 109-9. The Contract Price may be subject to adjustmentfrom time to time by Orders on Contract.

See DB Section 101-3 for definitions Contract, Contract Price, and Work.

Article 1.2. Executory ClauseIn accordance with Section 41 of the New York State Finance Law, this Contract shall be deemedexecutory only to the extent of money available to the State for the performance of the terms hereof andno liability on account thereof shall be incurred by the State beyond moneys available for the purposethereof.

ARTICLE 2. CONTRACT TIME

Article 2.1. Notice To ProceedThe Design-Builder agrees that it will begin the Work herein embraced upon receipt of the Notice ToProceed (NTP), unless the consent of the State, in writing, is given to begin at a later date, and that it willprosecute the same so that the Interim Completion Milestone Date shown Article 2.2, if applicable, shall

Page 6: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 2 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

be achieved, and that the Project shall be fully completed on or before the Project Completion Date setforth in Article 2.3. See DB Section 100 General Provisions, section 101-3 for definition of ProjectCompletion.

Article 2.2 Interim Completion Milestone DateIf this Project includes an Interim Completion Milestone, as described in Part 5 – Special Provisions, theInterim Completion Milestone Date is ___________, 20___. If there is no Interim Completion Milestoneincluded in Part 5 – Special Provisions, this Article 2.2 is not applicable.

No extension beyond the Interim Completion Milestone Date fixed by the terms of this Contract shall beeffective unless in writing signed by the State. Any extension shall be for such time and terms andconditions as shall be fixed by the State, which may include the assessment of liquidated damages and acharge for engineering charges associated with Quality Assurance of design and construction activities orother expenses.

Notice of application for such extension shall be filed with the Department’s Project Manager at least 15days prior to the Interim Completion Milestone Date fixed by the terms of this Contract.

Article 2.3 Project Completion DateThis Project’s Completion Date is___________, 20___, and is based on the Construction/DemolitionDuration (in calendar days after the day Notice to Proceed is issued by the Department), as proposed bythe successful Proposer in Form SCD and agreed to by the Department. See DB Section 101 for thedefinition of “Project Completion”.

No extension beyond the Project Completion Date fixed by the terms of this Contract shall be effectiveunless in writing signed by the State. Any extension shall be for such time and terms and conditions asshall be fixed by the State, which may include the assessment of liquidated damages and a charge forengineering, inspection, or other expenses.

Notice of application for such extension shall be filed with the Department’s Project Manager at least 15days prior to the Project Completion Date fixed by the terms of this Contract.

Article 2.4 Final AcceptanceWhen in the opinion of the Department’s Project Manager the Design-Builder has fully performed theWork under this Contract, the Department’s Project Manager shall recommend to the Regional Directorand the Commissioner of Transportation the Final Acceptance of the Work so completed. If theCommissioner accepts the recommendation of the Department’s Project Manager, he/she shall thereuponby letter notify the Design-Builder of such Final Acceptance, and copies of such Final Acceptance shallbe sent to other interested parties.

Final Acceptance shall be final and conclusive except for: defects not readily ascertainable by the State;actual or constructive fraud; gross mistakes amounting to fraud; other errors which the Design-Builderknew or should have known about; or the State’s rights under any Warranty or guarantee. FinalAcceptance may be revoked by the State at any time prior to the issuance of the final check by the NewYork State Office of the Comptroller upon the State's discovery of such defects, mistakes, fraud, or errorsin the Work.

ARTICLE 3. WORK TO BE DONE

The Design-Builder shall furnish all the Materials, appliances, tools, and labor of every kind required, andconstruct and complete in the most substantial and skillful manner, the design, construction,improvement, or reconstruction of the Project on or before the dates defined above in Article 2 and as

Page 7: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 3 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

specifically identified and shown in the Scope of Work to this Agreement and elsewhere in the ContractDocuments.

ARTICLE 4. LICENSING

Any professional services regulated by Articles 145, 147, and 148 of the New York State Education Lawto be performed under this Contract shall be performed by a professional licensed in accordance with sucharticles.

ARTICLE 5. DOCUMENTS FORMING THE CONTRACT

The Contract shall include and incorporate the executed DB Agreement (which includes Appendix AStandard Clauses for New York State Contracts, Appendix B Federal Requirements, Appendix C StatePrevailing Wage Rates, and Appendix D Iran Divestment Act); DB Section 100 General Provisions (Part2 of RFP); the Project Requirements (Part 3 of RFP); the Utility Requirements (Part 4 of RFP); theSpecial Provisions (Part 5 of RFP); the Directive Plans included in the RFP Plans (Part 6 of RFP); theEngineering Data (Part 7 of RFP); the Special Specifications (Part 8 of RFP); and the Design-Builder’sProposal, including all addenda or appendices thereto (Part 9); RFP Addenda __ through __(Part 10 ofRFP); the Standard Specifications of the New York State Department of Transportation (May 1, 2008Edition), Sections 200 through 700, as Amended, except to the extent that they are modified by theSpecial Provisions (Part 5of RFP); RFP Instructions to Proposers; any RFP Addenda; any supplementalagreements, amendments, Orders on Contract, Contract modifications, including those made afterexecution of the Contract; and all provisions required by law to be inserted in the Contract, whetheractually inserted or not.

The components of the Contract Documents are intended to be complementary and to describe andprovide for a complete Project. The following components of the Contract Documents complement oneanother in the following declining order of precedence:

A) Appendix A, Standard Clauses for New York State Contracts;B) Appendix B, Federal Requirements (including Attachment 1, FHWA Form 1273; Attachment 2,

Federal Prevailing Wage Rate; Attachment 3, Goals for Equal Employment Opportunity (EEO)Participation; Attachment 4, Goals for Disadvantaged/Minority/Women’s Business Enterprise(D/M/WBE) Participation; and Attachment 5, Supplemental Title VI Provisions (Civil Rights Act));

C) Appendix C, State Prevailing Wage Rates;D) Iran Divestment Act;E) DB Agreement (other than Appendix A, B, and C);F) Parts 3 through 8 of RFP and Part 10 of RFP, as set forth in the above paragraph;G) DB Section 100 General Provisions (Part 2 of RFP);H) The Standard Specifications of the New York State Department of Transportation, current on the

Proposal Due Date, Sections 200 through 700;I) The RFP Instructions to Proposers; any RFP Addenda; andJ) Design-Builder’s Proposal, including all addenda or appendices thereto (Part 9 of RFP) (except as

provided below).

However, where the Design-Builder’s Proposal presents Work or products of a higher quality than thatshown elsewhere in the Contract Documents, and the Department has accepted the proposed change to theWork and products to that of a higher quality, the Design-Builder’s Proposal will take precedence for thatspecific higher quality Work and products, as applicable. Additionally, subject to Part 2, DB Section 100General Provisions, DB Section 104-4.6, where the Design-Builder’s Proposal includes an approvedAlternative Technical Concept, the Design-Builder’s Proposal (including the approved Alternative

Page 8: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 4 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

Technical Concept) will take precedence for that specific Work that is the subject of the approvedAlternative Technical Concept.

ARTICLE 6. DISADVANTAGED BUSINESS ENTERPRISE GOALS

This Contract is a Federal-aid contract. A DBE goal must be set pursuant to 49 CFR 26. The DBE goalfor this Contract for design/construction is 13%. The Design-Builder must make a good faith effort tomeet this goal. See DB Section 101 for definition of DBE and DB Section 102-8 for more information onthe DBE program.

ARTICLE 7. EXAMINATION OF DOCUMENTS AND SITE

The Design-Builder warrants and represents that before submitting its Proposal it carefully examined theContract Documents together with the Site of the proposed Work and its surrounding territory. TheDesign-Builder further agrees it is informed regarding all of the conditions affecting the Work to be doneand labor and Materials to be furnished for the completion of this Contract, including the existence ofpoles, wires, pipes, and other facilities and structures of municipal and other public service corporationson, over, or under the Site, and that its information was secured by personal and other investigation andresearch.

ARTICLE 8. ALTERATIONS AND OMISSIONS

The Work identified in the Contract Documents shall be performed in accordance with the true intent andmeaning of the Contract Documents without any further expense of any nature whatsoever to the Stateother than the consideration named in this Contract.

The State reserves the right, at any time during the progress of the Work, to alter the scope of Work, oromit any portion of the Work as it may deem reasonably necessary for the public interest. This rightincludes making allowances for additions and deductions, with compensation made in accordance withthe Contract Documents for the altered or omitted Work.

ARTICLE 9. PERIODIC PAYMENTS

The Design-Builder Agrees to the terms for Periodic Payments described in Part 2, DB Sections 109-6 –109-6.4.

ARTICLE 10. NO PERIODIC PAYMENT ON DESIGN-BUILDER’S NON-COMPLIANCE

The Design-Builder Agrees to the terms for No Periodic Payment on Design-Builder’s Non-Compliancedescribed in Part 2, DB Section 109-5.4.

ARTICLE 11. FINAL PAYMENT

The Design-Builder Agrees to the terms for final agreement described in Part 2, DB Section 109-12.2 andFinal Payment described in Part 2, DB Section 109-13.

ARTICLE 12. RIGHT TO SUSPEND WORK AND CANCEL CONTRACT

It is further mutually agreed that if at any time during the prosecution of the Work the Commissioner ofTransportation shall determine that the Work is not being performed according to the Contractor for thebest interest of the State, the Commissioner may proceed in any of the following ways:

Page 9: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 5 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

1) Temporarily suspend the execution of the Work by the Design-Builder, and theCommissioner of Transportation may then proceed with the Work under his/her owndirection in such manner as will accord with the Contract Documents and be for the bestinterests of the State; or

2) Terminate the Design-Builder’s Contract while it is in progress, and thereupon proceedwith the Work by a new contract negotiated or publicly advertised, by the use of his/herown forces, by calling upon the Surety to complete the Work in accordance with theContract Documents, or by a combination of any such methods; or

3) Cancel the Contract and re-advertise as provided in Section 38 of the New York StateHighway Law; or

4) Complete the Work under the State’s direction in such a manner as will accord with theContract Documents and be for the interests of the State.

Any excess in the cost of completing the Contract beyond the Contract Price for which it was originallyawarded shall be charged to and paid by the Design-Builder failing to perform the Work or its Surety, allpursuant to the provisions of Section 40 of the New York State Highway Law.

In the event of suspension or termination the Design-Builder shall be paid its costs, including contractclose-out costs, and profit on work satisfactorily performed and project design costs actually incurred upto the time of termination, less an amount necessary to satisfy any claims, liens or judgments against theDesign-Builder. The Design-Builder shall promptly submit its termination claim. The Design-Builder willonly be paid the contract price for materials delivered and accepted, or services performed in accordancewith the manner or performance set forth in this contract, less an amount necessary to satisfy any claims,liens or judgments against the Design-Builder.

Whenever the State determines to suspend or stop Work under this Contract, a written notice sent by mailto the Design-Builder at its address and to its Sureties at their respective addresses shall be sufficientnotice of its action in the premises.

ARTICLE 13. DETERMINATION AS TO VARIANCES

In any case of any ambiguity in the Contract Documents or between any of the various Parts of theContract Documents, the matter must be immediately submitted to the Project Manager, who shall adjustthe same, and his/her decision in relation thereto shall be final and conclusive upon the parties. SeeArticle 5 of this agreement regarding order of precedence of the Contract Documents.

ARTICLE 14. SUCCESSORS AND ASSIGNS

This Contract shall bind the successors, assigns, and representatives of the parties hereto.

ARTICLE 15. NON-ASSIGNMENT CLAUSE

In accordance with Section 138 of the New York State Finance Law, this Contract may not be assignedby the Design-Builder, or its right, title, or interest therein assigned, transferred, conveyed, sublet, ordisposed of without the previous consent, in writing, of the State. Any attempts to assign the Contractwithout the State’s written consent are null and void. The Design-Builder may, however, assign its rightto receive payment without the State’s prior written consent unless this Contract concerns certificates ofparticipation pursuant to Article 5-A of the New York State Finance Law.

Page 10: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 6 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

ARTICLE 16. PROJECT ORGANIZATION

Article 16.1 Department’s Project OrganizationThe following information is the contact information for the Department’s Project Manager. TheDepartment’s Project Manager will serve as the main point of contact for the Design-Builder. All noticesshould be sent to the Department’s Project Manager at the following address:

Name: ___________________________Address: _________________________Telephone number: _________________Fax number: _______________________

Article 16.2. Design-Builder’s Project OrganizationThe following information is the contact information for the Design-Builder’s Project Manager. TheDesign-Builder’s Project Manager will serve as the main point of contact for the State. All notices shouldbe sent to the Design-Builder’s Project Manager at the following address:

Name: ____________________________Address: __________________________Telephone number: __________________Fax number: ________________________

ARTICLE 17. INSURANCE PROGRAM

The Design-Builder shall procure, at its own sole cost and expense, and shall maintain in force at all timesduring the term of this contract including any extensions or renewals until Final Acceptance of theContract, the policies of insurance, set forth below covering all operations under the Contract ,whetherperformed by it or its subcontractors. The insurance policies must be written by companies authorized bythe New York State Insurance Department to issue insurance in the State of New York and that have anA.M. Best Company rating of (A -) or better or approved by the Department. The Department may, at itssole discretion, permit the placement of policies with a non-authorized carrier or carriers upon request bythe Design-Builder accompanied by the documentation required by 11 NYCRR §27.0 et seq.; providedthat nothing herein shall be construed to require the Department to accept insurance placed with a non-authorized carrier under any circumstances. The Design-Builder shall deliver to the Department evidenceof such policies as the Department deems necessary to verify that the required insurance is in effect.

A. Conditions Applicable to Insurance. All policies of insurance required by this agreement mustmeet the following requirements:

1. Coverage Types and Policy Limits. The types of coverage and policy limits required fromthe Design-Builder are specified in Paragraph B Insurance Requirements below. General liabilityinsurance shall apply separately on a per-job or per-project basis.

2. Policy Forms. Except as may be otherwise specifically provided herein or agreed inwriting by the Department, policies must be written on an occurrence basis. In the event thatoccurrence-based coverage is not commercially available, claims-made policy forms will beconsidered provided that, at minimum, it includes provisions that allow for (a) reportingcircumstances or incidents that may give rise to future claims and (b) an extended reportingperiod of not less than three (3) years with respect to events that occurred but were not reportedduring the term of the policy.

Page 11: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 7 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

3. Certificates of Insurance/Notices. Design-Builder shall provide a Certificate orCertificates of Insurance, in a form satisfactory to the Commissioner, before commencing anywork under this contract. Certificates or transmittal correspondence shall reference the NYSDOTContract Number for this Project. Certificates shall be mailed to the:

New York State Department of TransportationContract Management Bureau

50 Wolf Road, First Floor, Suite 1CMAlbany, NY 12232

Unless otherwise agreed, policies shall be written so as to require that the policy will not be (i)canceled, (ii) materially changed or (iii) permitted to expire or lapse for any reason except uponthirty (30) days’ prior written notice to the Department by Certified Mail, Return ReceiptRequested at the address stated above. If requested by the Department, the Design-Builder shalldeliver to the Department within forty-five (45) days a copy of any or all policies of insurance notpreviously provided, certified by the insurance carrier as true and complete.

Certificates of Insurance shall:

a. Be in the form provided by the Department (C218 or successor, via the Department’swebsite) unless the Department specifically approves a different form. The ACORD forms ofCertificate of Insurance are not acceptable.b. Be signed by an authorized representative of the insurance carrier or producer and beacknowledged before a notary public.c. Disclose any deductible, self-insured retention, aggregate limit or any exclusion to thepolicy that materially changes the coverage required by the contract.d. Specify the Additional Insureds and Named Insureds as required herein.e. Refer to this Contract by the number on the face of the certificate, andf. Expressly reference the inclusion of all required endorsements.

If at any time during the term of this contract, it shall come to the attention of the Departmentthat required insurance is not in effect or that adequate proof of insurance has not been provided,the Department may, at its option:

a. Direct the Design-Builder to suspend work and not re-enter the premises, with noadditional payment or extension of time due on account thereof, orb. May withhold further contract payments in accordance with Article 10 No PeriodicPayment Due to Design-Builder’s Non-Compliance of the contract agreement, orc. Treat such failure as a breach or default of the contract.

4. Additional Insured. Unless otherwise stated, all insurance policies required by thesespecifications, except workers’ compensation and professional liability shall be endorsed toprovide coverage to the People of the State of New York, the State of New York, theCommissioner of Transportation, all employees of the Department of Transportation bothofficially and personally, any municipality in which the work is being performed, any publicbenefit corporation, railroad, public utility whose property or facilities are affected by the work,any consultant inspecting engineer or inspector working for or on the contract, and their agents oremployees with respect to any claim arising from the Design-Builder’s Work under this contractor as a result of the Design-Builder’s activities. The endorsement shall be effected byendorsement of the applicable policy using ISO form CG 20 10 11 85, CG 20 37 07 04, CG 20 3307 98 when used in combination with CG 20 37 07 04, or CG 20 33 10 01 or a form(s) that

Page 12: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 8 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

provides equivalent coverage.

5. Primary Coverage. All insurance policies, excepting workers’ compensation, shallprovide that the required coverage shall be primary as to any other insurance that may beavailable to the Department for any claim arising from the Design-Builder’s Work under thiscontract, or as a result of the Design-Builder’s activities.

6. Waiver of Subrogation. As to every type and form of insurance coverage required fromthe Design-Builder, there shall be no right of subrogation against the State of New York, theNew York State Department of Transportation, its agents or employees. To the extent thatany of Design-Builder’s policies of insurance prohibit such a waiver of subrogation, Design-Builder shall secure the necessary permission to make this waiver.

7. Policy Renewal/Expiration. At least thirty (30) calendar days prior to the expiration ofany policy required by this contract, evidence of renewal or replacement policies of insurancewith terms no less favorable to the Department than the expiring policies shall be delivered to theDepartment in the manner required for service of notice in Paragraph A.3. Certificates ofInsurance/Notices above.

8. Self-Insured Retention/Deductibles. Design-Builders utilizing self-insurance programsare required to provide a description of the program for Department approval. Collateralizeddeductible and self-insured retention programs administered by a third party may be approved.Design-Builder or third-party-administered insurance deductible shall be limited to the amount ofthe bid deposit or $100,000.00, whichever is less. Security is not required if it is otherwiseprovided to an administrator for an approved risk management program. The Department willnot accept a self-insured retention program without security being posted to assure payment ofboth the self-insured retention limit and the cost of adjusting claims. The Design-Builder shall besolely responsible for all claim expense and loss payments within any permitted deductible orself-insured retention. If the Design-Builder’s deductible in a self-administered program exceedsthe amount of the bid deposit, the Design-Builder shall furnish an irrevocable Letter of Credit ascollateral to guarantee its obligations. Such Letter of Credit or other collateral as may beapproved by Department must be issued by a guarantor or surety with an AM Best Companyrating of (A -) or better. If, at any time during the term of this agreement, the Department, in itssole discretion, determines that the Design-Builder is not paying its deductible, it may require theDesign-Builder to collateralize all or any part of the deductible or self-insured retention on any orall policies of insurance or, upon failure to promptly do so, the same may be withheld frompayments due the Design-Builder.

9. Waiver of Indemnities. The Design-Builder waives any right of action it and/or itsinsurance carrier might have against the Department (including its employees, officers,commissioners or agents) for any loss that is covered by a policy of insurance that is required bythis contract, where that right of action is based upon an indemnification from the Department orany third party. The Design-Builder waives any right of action it and/or its insurance carriermight have against the Department (including its employees, officers, commissioners or agents)for any loss, whether or not such loss is insured, where that right of action is based upon anindemnification from the Department or any third party.

10. Subcontractor’s Liability Insurance. In the event that any portion of the work describedin this contract is performed by a subcontractor, the insurance requirements of this Article shallbe incorporated into the subcontract agreement. Subcontractor insurance requirements shallinclude the requirements for Workers’ Compensation, Commercial General Liability, and, if

Page 13: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 9 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

applicable, Commercial Auto and/or Professional Liability. Excess or umbrella insurance is notrequired for subcontractors. Design-Builder shall require that Certificates of Insurance, meetingthe requirements of the Department are provided to the Department documenting the insurancecoverage for each and every subcontractor employed by them to do work under this contract.

B. Insurance Requirements. The types of insurance and minimum policy limits shall be as follows:

1. Workers’ Compensation and Disability Insurance. As required by State Finance Law§142, the Design-Builder shall maintain in force workers’ compensation insurance upon formsrequired by or acceptable to the Workers Compensation Board for all of Design-Builder’semployees. Design-Builder shall also maintain disability insurance as required by the DisabilityBenefits Law of the State of New York.

2. Design-Builder’s Risks. The Design-Builder shall be responsible for obtaining anyinsurance it deems necessary to cover its own risks, including without limitation: (a) businessinterruption, such as gross earnings, extra expense, or similar coverage, (b) personal property,and/or (c) automobile physical damage and/or theft. In no event shall the Department be liablefor any damage to, or loss of, personal property, or damage to, or loss of, an automobile that iscovered by a policy of insurance that is required by this agreement, even if such loss is caused bythe negligence of the Department.

3. Commercial General Liability Insurance. The Design-Builder shall maintain anoccurrence form commercial general liability policy or policies insuring against liability arisingfrom premises (including loss of use thereof), personal injury or death, advertising injury, liabilityinsured under an insured contract (including the tort liability of another assumed in a businesscontract) occurring on or in any way related to the premises or occasioned by reason of theoperations of Design-Builder. Such coverage shall be written on an ISO occurrence form (ISOForm CG 00 01 12 07 or a policy form providing equivalent coverage) in an amount of not lessthan $2,000,000.00 per occurrence and not less than $4,000,000.00 aggregate. Unless otherwiseprovided, the policy or policies of insurance providing the liability coverage shall include:

a. Coverage for contractual liability assumed by the Design-Builder insured under an insuredcontract (including the tort liability of another assumed in a business contract).

b. All insurance policies required by these specifications except workers’ compensation andprofessional liability shall be endorsed to provide coverage to the People of the State of NewYork, the State of New York, the Commissioner of Transportation, all employees of theDepartment of Transportation both officially and personally, any municipality in which thework is being performed, any public benefit corporation, railroad, public utility whoseproperty or facilities are affected by the work, any consultant inspecting engineer or inspectorworking for or on the contract, and their agents or employees using ISO form CG 20 10 1185, CG 20 37 07 04, CG 20 33 07 98 when used in combination with CG 20 37 07 04, or CG20 33 10 01 or a policy form or forms providing equivalent coverage.

c. Products-Completed Operations Coverage, as provided in the General Liability Policy, orin certain instances through ISO form CG 26 11 09 99 or suitable equivalent.

d. Where contract work will be performed by unregistered off-road equipment, Design-Builder shall provide documentation of a blanket Pollution Liability policy, or anendorsement to cover short-term pollution events, ISO form CG 04 33 10 01 or equivalent.

e. Coverage for claims for bodily injury asserted by an employee of an additional insured;

Page 14: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 10 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

any Employer Liability Exclusion which may otherwise operate to exclude such coverageshall be voided in this respect.

f. For contracts that call for the performance of excavating, underground work, and/or theuse of blasting equipment, Explosion, Collapse and Underground Hazards coverage (“XCU”)(for contracts that call for the performance of excavating, underground work, and/or the useof blasting equipment).

4. Commercial Automobile Insurance including liability and required coverage for NewYork. In the event that automobiles are used in connection with Design-Builder’s business oroperations with the Department, the Design-Builder shall maintain a commercial or otherautomobile policy or policies insuring against liability for bodily injury, death, or damage toproperty and other mandatory coverages, relating to the use, operation, loading or unloading ofany of Design-Builder’s automobiles (including owned, hired and non-owned vehicles) on andaround the project. This should be ISO form CA 00 01 10 01, CA 00 01 03 101 87 or a policyform providing equivalent coverage along with mandatory New York endorsements. Coverageshall be in an amount of not less than $1,000,000.00 for each accident.

5. Umbrella or Excess Liability Insurance. The Design-Builder shall maintain anoccurrence form umbrella liability policy or policies insuring against liability arising frompremises (including loss of use thereof), operations, independent Design-Builders, products-completed operations, personal injury, advertising injury, liability insured under an insuredcontract (including the tort liability of another assumed in a business contract) occurring on or inany way related to the premises or occasioned by reason of the operations of Design-Builder, orarising from automobile liability as described above. Such coverage shall be written on an ISOoccurrence form CU 00 01 12 07 or a policy form providing equivalent coverage. In the eventthat umbrella coverage is unavailable, equivalent excess coverage may be substituted. Theminimum required limits for the umbrella/excess coverage shall be sufficient to provide, whencombined with the Commercial General Liability Insurance, a total of not less than $5,000,000.00per occurrence/ aggregate.

6. Special Protective and Highway Liability Policy. The Design-Builder shall maintain,separate and apart from its umbrella policy, a policy issued to and covering the liability of thePeople of the State of New York, The State of New York, the Commissioner of Transportation,all employees of the Department of Transportation both officially and personally, anymunicipality in which the work is being performed, any public benefit corporation, railroad, orpublic utility whose property or facilities are affected by the work, or any consultant inspectingengineer or inspector working for or on the project, and their agents or employees, againstdamages that the insured may be held legally liable to pay for property damage, personal injuries,or death that is caused by any occurrence that takes place within any location where work is to beor is being performed by Design-Builder, including at the location of any of the work. Thisshould be ISO form CG 00 14 12 or a policy form providing equivalent coverage along withmandatory New York endorsements. Coverage shall be in an amount of not less than$2,000,000.00 per occurrence and at least $4,000,000.00 for each aggregate limit.

7. Professional Liability/Errors and Omissions. The Design-Builder’s designer shallmaintain at its own expense such insurance as is customary to compensate Department for anyclaims or losses that occur because of Designer’s errors, omissions, malpractice, or breach ofprofessional obligations. Such policy or policies may be written on a claims-made form, so longas coverage is maintained to cover claims arising from the performance of services under thiscontract. Said coverage may be subject to a deductible or self-insured retention level of no more

Page 15: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 11 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

than $250,000.00 subject to approval by Department. It is also agreed that Department maywithhold payment for services rendered under this contract in the event and to the extent anydeductible in the event that a claim is asserted. Such coverage shall be written on a claims-madebasis (or a policy form providing equivalent coverage) in an amount of no less than$3,000,000.00 per claim and $3,000,000.00 in the aggregate.

The policy shall have a retroactive date no later than the date on which the RFP was issued. Thepolicy shall have an extended reporting period of five years after Final Acceptance.

Additional insured endorsement CG 2032 07 04 shall be required to provide additional insuredstatus to an engineer, architect, or surveyor not engaged by the insurance holder.

8. Railroad Protective Liability Insurance. None Required.

9. Builders’ Risks Policy. The Design-Builder shall procure and maintain a Builder’s Risk policyin a form such as ISO form CP 00 20 10 90 or a policy providing equivalent coverage, coveringthe perils insured under and including the special causes of loss form, including collapse, waterdamage, and transit and theft of building materials, with deductible not to exceed the amount ofthe bid deposit or $1,000,000, whichever is less, in non reporting form, with limits of coverage ofnot less than $50,000,000.00, covering the total value of work performed and equipment, suppliesand materials at the location of the Work as well as at any off-site storage locations. The policyshall cover the cost of removing debris, including demolition as may be legally necessary by theoperation of any law, ordinance or regulation, and for loss or damage to any property ofDepartment held in the Design-Builder’s care, custody and/or control. Such policy shall name asinsured, The People of the State of New York.None Required.

10. Marine Protection & Indemnity. None Required.

11. Pollution Legal Liability. None Required.

ARTICLE 18. INDEMNIFICATION

The Design-Builder shall be responsible for all damage to life and property due to negligent or otherwisetortious acts, errors or omissions of the Design-Builder in connection with its services under the ContractDocuments. To the fullest extent permitted by law: (a) the Design-Builder shall indemnify, holdharmless, and release the Department and/or the State of New York, any municipality in which the Workis being performed; and/or any public benefit corporation, railroad or public utility whose property orfacilities are affected by the Work from suits, claims, actions, damages, and costs of every name anddescription resulting from negligent or otherwise tortuous acts, errors or omissions of the Design-Builder,or acts by the Design-Builder which infringe intellectual property rights or trade secrets, made inconnection with the Work under this Contract and until the Final Acceptance thereof; (b) with respect topersonal injury or property damage occurring after Final Acceptance and not covered by the indemnity inclause 107-27.1(a), the Design-Builder shall indemnify, hold harmless, and release the Department and/orthe State of New York, any municipality in which the Work is being performed; and/or any public benefitcorporation, railroad or public utility from suits, claims, actions, damages, and costs of every name anddescription resulting from negligent or otherwise tortious acts, errors or omissions of the Design-Builderin connection with its services under the Contract Documents; and (c) the Design-Builder shallindemnify, hold harmless, and release the Department’s Inspector from suits, claims, actions, damages,and costs involving personal injury and property damage resulting from the Design-Builder’s Work underthe Contract during its prosecution and until the Final Acceptance thereof. The Department may retainsuch monies from the amount due the Design-Builder as may be necessary to satisfy any claim fordamages recovered against the Department. any municipality in which the Work is being performed, anypublic benefit corporation, railroad, or public utility whose property or facilities are affected by the Work,or the Department’s Inspectors. The Design-Builder’s obligation under this paragraph shall not bedeemed waived by the failure of the Department to retain the whole or any part of such monies due the

Page 16: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 12 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

Design-Builder, or where such suit, action, damages, and/or costs have not been resolved or determinedprior to release of any monies to the Design-Builder under the Contract. Such obligation shall not bedeemed limited or discharged by the enumeration or procurement of any insurance for liability fordamages imposed by law upon the Design-Builder, Subcontractors, the Department, the State, anymunicipality in which the Work is being performed, any public benefit corporation, railroad, or publicutility whose property or facilities are affected by the Work, or any Department consultants or contractorsworking relative to the Project.

The Design-Builder has the obligation, at its own expense, for the defense of any action or proceedingwhich may be brought against the parties specified in this Section. This obligation shall include the costof attorney fees, disbursements, costs, and other expenses incurred in connection with such action orproceeding. The provisions of this section shall survive the expiration or termination of the Contract.

Without limiting the generality of the foregoing, Design-Builder’s obligation to indemnify, save harmlessand release the Persons identified in this DB §107-27.1 specifically includes any suits, claims, actions,damages, and costs of every name and description resulting from any spill or release or threatened spill orrelease of a Hazardous Material (i) attributable to the negligence, willful misconduct or breach of contractby Design-Builder, its Subcontractors or agents, or (ii) which was brought onto the Site by Design-Builder or any of its Subcontractors or agents.

Notwithstanding the foregoing, the Department reserves the right to join such action, at its sole expense,when it determines there is an issue involving a significant public interest.

Such obligation does not extend to those suits, actions, damages, and costs of every name which arise outof the sole negligence of the Department, the State of New York, any municipality in which the Work isbeing performed, any public benefit corporation, railroad, or public utility whose property or facilities areaffected by the Work of the Project, or any Department consultants or contractors working relative to theProject, their agents, or their employees.

ARTICLE 19. LIQUIDATED DAMAGES

Time is an essential element of the Contract, and it is important that the Work be pursued vigorously tocompletion. The public is subject to detriment and inconvenience when full use of infrastructure cannotbe made because of an incomplete Project.

The Design-Builder agrees to the liquidated damages provisions in Contract Document, Part 5 – SpecialProvisions, SP-6, and Contract Document, Part 2, DB Section 108-5.

ARTICLE 20. INDEPENDENT CONTRACTOR.

The Design-Builder Agrees to the terms as an Independent Contractor described in Part 2, DB Section107-1(b).

ARTICLE 21. NO CONFLICT OF INTEREST

The Design-Builder hereby agrees that this Contract has been secured without any apparent or realconflict of interest that would (1) compromise the integrity and fairness of the procurement process; (2)create circumstances where the Design-Builder obtained or appeared to obtain an unfair competitiveadvantage; or (3) compromise the interests of the Department and the People of the State of New York.

The Design-Builder further agrees that the Contract was secured without collusion or fraud and thatneither any officer nor employee of the Department of Transportation has or shall have a financial interest

Page 17: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 13 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

in the performance of the Contract or in the supplies, work or business to which it relates, or in anyportion of the profits thereof. (See also §139-a and §139-b of the State Finance Law referred to in theStandard Specifications which are made a part of this contract.)

ARTICLE 22. FEDERAL REQUIREMENTS

This Contract is a Federal-aid contract. Please refer to Appendix B for the required federal requirements(including Attachment 1, FHWA Form 1273; Attachment 2, Federal Prevailing Wage Rate; Attachment 3,Goals for Equal Employment Opportunity (EEO) Participation; Attachment 4, Goals forDisadvantaged/Minority/Women’s Business Enterprise (D/M/WBE) Participation; and Attachment 5,Supplemental Title VI Provisions (Civil Rights Act)). See also Article 5 regarding the precedence of thefederal requirements to the rest of the Contract Documents.

ARTICLE 23. SELF PERFORMANCE.

Design-Builder self performance.

The Design-Builder shall perform with its own organization Contract Work amounting to not less than 51percent of the original total Contract Price. The Design-Builder’s own organization shall be construed toinclude only Workers employed and paid directly by the Design-Builder and Equipment owned or rentedby it, with or without operators. The Design-Builder’s own organization does not include employees orEquipment of a Subontractor, assignee, or agent of the Design-Builder and/or its Principal Participants,and any firm(s) performing Design, Construction Inspection and Quality Control Services. The Contractamount upon which the 51 percent requirement is computed includes the cost of Materials andmanufactured products which are to be purchased or produced by the Design-Builder under the Contractprovisions.

ARTICLE 24. INTERNATIONAL BOYCOTT PROHIBITION

In accordance with §139-h of State Finance Law, the Design-Builder hereby promises, asserts andrepresents that neither the Design-Builder nor any substantially owned or affiliated person, firm,partnership or corporation has participated, is participating or shall participate in an international boycottin violation of the provisions of the United States Export Administration Act of 1969, as amended, or theUnited States Export Administration Act of 1979, or the effective Regulations of the United StatesDepartment of Commerce promulgated under either act. It is understood further that the State in awardinga contract does so in material reliance upon the promise and representation made by the Design-Builder inthe forgoing paragraph and that such contract shall be rendered forfeit and void by the State Comptrollerif subsequent to the bid execution date, the Design-Builder or such owned or affiliated person, firm,partnership or corporation has been convicted of a violation of the aforesaid Acts or Regulations or hasbeen found upon final determination of the United States Commerce Department or any other appropriateagency of the United States to have violated such Acts or Regulations.

The Design-Builder agrees to and shall notify the Commissioner of Transportation, the Director of theContract Management Bureau and State Expenditures in the Office of the State Comptroller of any suchconviction or final determination of violation within five (5) days thereof.

ARTICLE 25. WRITTEN NOTICES

1. All notices permitted or required hereunder shall be in writing and shall be transmitted either:

(a) via certified or registered United States mail, return receipt requested;(b) by facsimile transmission;

Page 18: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 14 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

(c) by personal delivery;(d) by expedited delivery service; or(e) by e-mail.

Such notices shall be addressed to the individuals or titles named in the Contract documents, or which aredesignated by the Design-Builder or the State at the pre-construction meeting, or which are designated bythe State or the Design-Builder from time to time during the course of the Contract pursuant to Paragraph3 herein.

2. Any such notice shall be deemed to have been given either at the time of personal delivery or, in thecase of expedited delivery service or certified or registered United States mail, as of the date of firstattempted delivery at the address and in the manner provided herein, or in the case of facsimiletransmission or email, upon receipt.

3. The parties may, from time to time, specify any new or different address in the United States as theiraddress for purpose of receiving notice under this Agreement by giving fifteen (15) days written notice tothe other party sent in accordance herewith. The parties agree to mutually designate individuals as theirrespective representatives for the purposes of receiving notices under this Agreement. Additionalindividuals may be designated in writing by the parties for purposes of implementation andadministration/billing, resolving issues and problems and/or for dispute resolution.

ARTICLE 26. CONTRACT PAYMENTS

Design-Builder shall provide complete and accurate billing invoices to the Department in order to receivepayment. Billing invoices submitted to the Department must contain all information and supportingdocumentation required by the Contract, the Department and the State Comptroller. Payment for invoicessubmitted by the Design-Builder shall only be rendered electronically unless payment by paper check isexpressly authorized by the Commissioner, in the Commissioner's sole discretion, due to extenuatingcircumstances. Such electronic payment shall be made in accordance with ordinary State procedures andpractices. The Design-Builder shall comply with the State Comptroller's procedures to authorizeelectronic payments. Authorization forms are available at the State Comptroller's website at,http://www.osc.state.ny.us/epay/ac3243s_fe.pdf, by e-mail at [email protected], or by telephoneat (855) 233-8363. Design-Builder acknowledges that it will not receive payment on any invoicessubmitted under this Contract if it does not comply with the State Comptroller's electronic paymentprocedures, except where the Commissioner has expressly authorized payment by paper check as set forthabove.

ARTICLE 27. DESIGN-BUILDER LIABILITY

1. The Design-Builder shall at all times during the Contract term remain responsible. The Design-Builder agrees, if requested by the Department, to present evidence of its continuing legal authority to dobusiness in New York State, integrity, experience, ability, prior performance, and organizational andfinancial capacity.

2. The Department, in its sole discretion, reserves the right to suspend any or all activities under thisContract, at any time, when he or she discovers information that calls into question the responsibility ofthe Design-Builder. In the event of such suspension, the Design-Builder will be given written noticeoutlining the particulars of such suspension. Upon issuance of such notice, the Design-Builder mustcomply with the terms of the suspension order. Contract activity may resume at such time as theDepartment issues a written notice authorizing a resumption of performance under the Contract.

Page 19: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 15 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

3. Upon written notice to the Design-Builder, and a reasonable opportunity to be heard with appropriateDepartment officials or staff, the Contract may be terminated by the Commissioner of Transportation orhis or her designee at the Design-Builder’s expense where the Design-Builder is determined by theDepartment or his or her designee to be non-responsible. In such event, the Department or his or herdesignee may complete the contractual requirements in any manner he or she may deem advisable andpursue available legal or equitable remedies for breach.

Page 20: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 16 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

IN WITNESS WHEREOF, this Contract has been executed by the State, acting by and through theCommissioner of Transportation, and the Design-Builder or its appointed representative, which hasexecuted this Contract on the day and year first written above.

New York State Department of Transportation Design-Builder

_____________________________________ ________________________________

_____________________________________ ________________________________Title Title

__________________ __________________Date Date

New York State Attorney General Office of the New York State Comptroller

_____________________________________ ________________________________

_____________________________________ ________________________________Title Title

__________________ __________________Date Date

(Acknowledgment by individual Design-Builder)

STATE OF NEW YORKss. :

COUNTY OF

On this day of , 20__ before me personally came and appeared to me known to be the person described in and who executed the foregoing instrument,

and acknowledged that he/she executed the same.

____________________________________Notary Public County

(Acknowledgment by co-partnership Design-Builder)

STATE OF NEW YORKss.:

COUNTY OF

On this day of , 20__ before me personally came and appeared to me known to be the person who executed the above instrument, who, being duly sworn

by me, did for himself/herself depose and say that he/she is a member of the firm of ,consisting of himself/herself and and that he/she executed the foregoing

Page 21: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 17 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

instrument in the firm name of and that he/she had authority to sign same, andhe/she did duly acknowledge to me that he/she executed the same as the act and deed of said firm of

, for the uses and purposes mentioned therein.

____________________________________Notary Public

[Acknowledgment by Limited Liability Company (LLC) Design-Builder]

STATE OF NEW YORKss.:

COUNTY OF

On this day of , 20__, before me personally came and appeared to me known to be the person who executed the above instrument, who, being duly

sworn by me, did for himself/herself depose and say that he/she is a member of the LLC of and that he/she executed the foregoing instrument in the LLC’s name of and that

he/she had authority to sign same, and he/she did duly acknowledge to me that he/she executed the sameas the act and deed of said LLC of , for the uses and purposes mentioned therein.

____________________________________Notary Public

(Acknowledgment by Design-Builder, if a corporation)

STATE OF NEW YORKss.:

COUNTY OF

On this day of , 20__, before me personally came to me known, who being duly sworn, did depose and say that he/she resides in

that he/she is the of the , the corporationdescribed in and which executed the foregoing instrument and that he/she signed his/her name thereto byorder of the board of directors of said corporation.

____________________________________Notary Public

(Acknowledgment by Design-Builder, if a joint venture)

STATE OF NEW YORKss.:

COUNTY OF

On this day of , 20__ before me personally came to me known, who being duly sworn, did depose and say that he/she resides in

Page 22: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of Transportation

Route 110 over Route 27 18 Part 1 - DB AgreementPIN 0112.57, D900027 Final January 30, 2015

that he/she is the of the , the joint venturedescribed in and which executed the foregoing instrument, and that he/she signed his/her name thereto byPower of Attorney granted by that joint venture.

____________________________________Notary Public

Page 23: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

December, 2012February, 2014

Page 24: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

This page is intentionally left blank.

Page 25: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX A

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 anyother party):

1. EXECUTORY CLAUSE. In accordance with Section 41 of the State Finance Law, the State shall have no liabilityunder 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 beassigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposedof 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 bewaived at the discretion of the contracting agency and with the concurrence of the State Comptroller where the originalcontract was subject to the State Comptroller’s approval, where the assignment is due to a reorganization, merger orconsolidation of the Contractor’s business entity or enterprise. The State retains its right to approve an assignment and torequire 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 ofParticipation 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 iswith the State University or City University of New York, Section 355 or Section 6218 of the Education Law), if thiscontract 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 saidstatutory amount, or if, by this contract, the State agrees to give something other than money when the value or reasonablyestimated value of such consideration exceeds $10,000, it shall not be valid, effective or binding upon the State until it hasbeen approved by the State Comptroller and filed in his office. Comptroller's approval of contracts let by the Office ofGeneral 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 Servicesor 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 contractshall be void and of no force and effect unless the Contractor shall provide and maintain coverage during the life of thiscontract for the benefit of such employees as are required to be covered by the provisions of the Workers' CompensationLaw.

5. NON-DISCRIMINATION REQUIREMENTS. To the extent required by Article 15 of the Executive Law (alsoknown as the Human Rights Law) and all other State and Federal statutory and constitutional non-discriminationprovisions, 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 withSection 220-e of the Labor Law, if this is a contract for the construction, alteration or repair of any public building orpublic work or for the manufacture, sale or distribution of materials, equipment or supplies, and to the extent that thiscontract shall be performed within the State of New York, Contractor agrees that neither it nor its subcontractors shall, byreason of race, creed, color, disability, sex, or national origin: (a) discriminate in hiring against any New York State citizenwho is qualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for theperformance of work under this contract. If this is a building service contract as defined in Section 230 of the Labor Law,then, in accordance with Section 239 thereof, Contractor agrees that neither it nor its subcontractors shall by reason of race,creed, color, national origin, age, sex or disability: (a) discriminate in hiring against any New York State citizen who isqualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for theperformance of work under this contract. Contractor is subject to fines of $50.00 per person per day for any violation ofSection 220-e or Section 239 as well as possible termination of this contract and forfeiture of all moneys due hereunder fora second or subsequent violation.

Page 26: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

6. WAGE AND HOURS PROVISIONS. If this is a public work contract covered by Article 8 of the Labor Law or abuilding service contract covered by Article 9 thereof, neither Contractor's employees nor the employees of itssubcontractors may be required or permitted to work more than the number of hours or days stated in said statutes, exceptas otherwise provided in the Labor Law and as set forth in prevailing wage and supplement schedules issued by the StateLabor Department. Furthermore, Contractor and its subcontractors must pay at least the prevailing wage rate and pay orprovide the prevailing supplements, including the premium rates for overtime pay, as determined by the State LaborDepartment in accordance with the Labor Law. Additionally, effective April 28, 2008, if this is a public work contractcovered by Article 8 of the Labor Law, the Contractor understands and agrees that the filing of payrolls in a mannerconsistent with Subdivision 3-a of Section 220 of the Labor Law shall be a condition precedent to payment by the State ofany 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, ifthis contract was awarded based upon the submission of bids, Contractor affirms, under penalty of perjury, that its bid wasarrived at independently and without collusion aimed at restricting competition. Contractor further affirms that, at the timeContractor submitted its bid, an authorized and responsible person executed and delivered to the State a non-collusivebidding certification on Contractor's behalf.

8. INTERNATIONAL BOYCOTT PROHIBITION. In accordance with Section 220-f of the Labor Law and Section139-h of the State Finance Law, if this contract exceeds $5,000, the Contractor agrees, as a material condition of thecontract, that neither the Contractor nor any substantially owned or affiliated person, firm, partnership or corporation hasparticipated, is participating, or shall participate in an international boycott in violation of the federal ExportAdministration Act of 1979 (50 USC App. Sections 2401 et seq.) or regulations thereunder. If such Contractor, or any ofthe aforesaid affiliates of Contractor, is convicted or is otherwise found to have violated said laws or regulations upon thefinal determination of the United States Commerce Department or any other appropriate agency of the United Statessubsequent to the contract's execution, such contract, amendment or modification thereto shall be rendered forfeit and void.The Contractor shall so notify the State Comptroller within five (5) business days of such conviction, determination ordisposition of appeal (2NYCRR 105.4).

9. SET-OFF RIGHTS. The State shall have all of its common law, equitable and statutory rights of set-off. These rightsshall include, but not be limited to, the State's option to withhold for the purposes of set-off any moneys due to theContractor under this contract up to any amounts due and owing to the State with regard to this contract, any other contractwith any State department or agency, including any contract for a term commencing prior to the term of this contract, plusany amounts due and owing to the State for any other reason including, without limitation, tax delinquencies, feedelinquencies or monetary penalties relative thereto. The State shall exercise its set-off rights in accordance with normalState practices including, in cases of set-off pursuant to an audit, the finalization of such audit by the State agency, itsrepresentatives, or the State Comptroller.

10. RECORDS. The Contractor shall establish and maintain complete and accurate books, records, documents, accountsand other evidence directly pertinent to performance under this contract (hereinafter, collectively, "the Records"). TheRecords must be kept for the balance of the calendar year in which they were made and for six (6) additional yearsthereafter. The State Comptroller, the Attorney General and any other person or entity authorized to conduct anexamination, as well as the agency or agencies involved in this contract, shall have access to the Records during normalbusiness hours at an office of the Contractor within the State of New York or, if no such office is available, at a mutuallyagreeable and reasonable venue within the State, for the term specified above for the purposes of inspection, auditing andcopying. The State shall take reasonable steps to protect from public disclosure any of the Records which are exempt fromdisclosure under Section 87 of the Public Officers Law (the "Statute") provided that: (i) the Contractor shall timely informan appropriate State official, in writing, that said records should not be disclosed; and (ii) said records shall be sufficientlyidentified; and (iii) designation of said records as exempt under the Statute is reasonable. Nothing contained herein shalldiminish, or in any way adversely affect, the State's right to discovery in any pending or future litigation.

11. IDENTIFYING INFORMATION AND PRIVACY NOTIFICATION. (a) Identification Number(s). Everyinvoice or New York State Claim for Payment submitted to a New York State agency by a payee, for payment for the saleof goods or services or for transactions (e.g., leases, easements, licenses, etc.) related to real or personal property mustinclude the payee's identification number. The number is any or all of the following: (i) the payee’s Federal employeridentification number, (ii) the payee’s Federal social security number, and/or (iii) the payee’s Vendor IdentificationNumber 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 thereason or reasons why the payee does not have such number or numbers.

Page 27: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

(b) Privacy Notification. (1) The authority to request the above personal information from a seller of goods or services ora lessor of real or personal property, and the authority to maintain such information, is found in Section 5 of the State TaxLaw. Disclosure of this information by the seller or lessor to the State is mandatory. The principal purpose for which theinformation is collected is to enable the State to identify individuals, businesses and others who have been delinquent infiling tax returns or may have understated their tax liabilities and to generally identify persons affected by the taxesadministered by the Commissioner of Taxation and Finance. The information will be used for tax administration purposesand for any other purpose authorized by law. (2) The personal information is requested by the purchasing unit of theagency 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 ofState Expenditures, Office of the State Comptroller, 110 State Street, Albany, New York 12236.

12. EQUAL EMPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOMEN. In accordance with Section312 of the Executive Law and 5 NYCRR 143, if this contract is: (i) a written agreement or purchase order instrument,providing for a total expenditure in excess of $25,000.00, whereby a contracting agency is committed to expend or doesexpend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, to beperformed for, or rendered or furnished to the contracting agency; or (ii) a written agreement in excess of $100,000.00whereby 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 excessof $100,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for theacquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereonfor such project, then the following shall apply and by signing this agreement the Contractor certifies and affirms that it isContractor’s equal employment opportunity policy that:

(a) The Contractor will not discriminate against employees or applicants for employment because of race, creed, color,national origin, sex, age, disability or marital status, shall make and document its conscientious and active efforts toemploy and utilize minority group members and women in its work force on State contracts and will undertake or continueexisting programs of affirmative action to ensure that minority group members and women are afforded equal employmentopportunities without discrimination. Affirmative action shall mean recruitment, employment, job assignment, promotion,upgradings, demotion, transfer, layoff, or termination and rates of pay or other forms of compensation;

(b) at the request of the contracting agency, the Contractor shall request each employment agency, labor union, orauthorized representative of workers with which it has a collective bargaining or other agreement or understanding, tofurnish a written statement that such employment agency, labor union or representative will not discriminate on the basis ofrace, creed, color, national origin, sex, age, disability or marital status and that such union or representative willaffirmatively cooperate in the implementation of the Contractor's obligations herein; and

(c) the Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the Statecontract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race,creed, color, national origin, sex, age, disability or marital status.

Contractor will include the provisions of "a", "b", and "c" above, in every subcontract over $25,000.00 for the construction,demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the"Work") except where the Work is for the beneficial use of the Contractor. Section 312 does not apply to: (i) work, goodsor services unrelated to this contract; or (ii) employment outside New York State. The State shall consider compliance bya contractor or subcontractor with the requirements of any federal law concerning equal employment opportunity whicheffectuates the purpose of this section. The contracting agency shall determine whether the imposition of the requirementsof the provisions hereof duplicate or conflict with any such federal law and if such duplication or conflict exists, thecontracting agency shall waive the applicability of Section 312 to the extent of such duplication or conflict. Contractor willcomply with all duly promulgated and lawful rules and regulations of the Department of Economic Development’sDivision 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 allattachments 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 Federalsupremacy clause requires otherwise.

Page 28: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

15. LATE PAYMENT. Timeliness of payment and any interest to be paid to Contractor for late payment shall begoverned 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 besubmitted to binding arbitration (except where statutorily authorized), but must, instead, be heard in a court of competentjurisdiction of the State of New York.

17. SERVICE OF PROCESS. In addition to the methods of service allowed by the State Civil Practice Law & Rules("CPLR"), Contractor hereby consents to service of process upon it by registered or certified mail, return receipt requested.Service hereunder shall be complete upon Contractor's actual receipt of process or upon the State's receipt of the returnthereof by the United States Postal Service as refused or undeliverable. Contractor must promptly notify the State, inwriting, of each and every change of address to which service of process can be made. Service by the State to the lastknown address shall be sufficient. Contractor will have thirty (30) calendar days after service hereunder is complete inwhich to respond.

18. PROHIBITION ON PURCHASE OF TROPICAL HARDWOODS. The Contractor certifies and warrants that allwood products to be used under this contract award will be in accordance with, but not limited to, the specifications andprovisions of Section 165 of the State Finance Law, (Use of Tropical Hardwoods) which prohibits purchase and use oftropical hardwoods, unless specifically exempted, by the State or any governmental agency or political subdivision orpublic benefit corporation. Qualification for an exemption under this law will be the responsibility of the contractor toestablish 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 performedby any subcontractor, the prime Contractor will indicate and certify in the submitted bid proposal that the subcontractor hasbeen informed and is in compliance with specifications and provisions regarding use of tropical hardwoods as detailed inSection 165 State Finance Law. Any such use must meet with the approval of the State; otherwise, the bid may not beconsidered responsive. Under bidder certifications, proof of qualification for exemption will be the responsibility of theContractor to meet with the approval of the State.

19. MACBRIDE FAIR EMPLOYMENT PRINCIPLES. In accordance with the MacBride Fair Employment Principles(Chapter 807 of the Laws of 1992), the Contractor hereby stipulates that the Contractor either (a) has no businessoperations in Northern Ireland, or (b) shall take lawful steps in good faith to conduct any business operations in NorthernIreland in accordance with the MacBride Fair Employment Principles (as described in Section 165 of the New York StateFinance 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 theparticipation of New York State business enterprises, including minority and women-owned business enterprises asbidders, 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 DevelopmentDivision for Small BusinessAlbany, New York 12245Telephone: 518-292-5100Fax: 518-292-5884email: [email protected]

A directory of certified minority and women-owned business enterprises is available from:NYS Department of Economic DevelopmentDivision of Minority and Women's Business Development633 Third AvenueNew York, NY 10017212-803-2414email: [email protected]://ny.newnycontracts.com/FrontEnd/VendorSearchPublic.asp

The Omnibus Procurement Act of 1992 requires that by signing this bid proposal or contract, as applicable, Contractorscertify that whenever the total bid amount is greater than $1 million:

Page 29: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

(a) The Contractor has made reasonable efforts to encourage the participation of New York State Business Enterprises assuppliers and subcontractors, including certified minority and women-owned business enterprises, on this project, and hasretained the documentation of these efforts to be provided upon request to the State;

(b) The Contractor has complied with the Federal Equal Opportunity Act of 1972 (P.L. 92-261), as amended;

(c) The Contractor agrees to make reasonable efforts to provide notification to New York State residents of employmentopportunities on this project through listing any such positions with the Job Service Division of the New York StateDepartment of Labor, or providing such notification in such manner as is consistent with existing collective bargainingcontracts or agreements. The Contractor agrees to document these efforts and to provide said documentation to the Stateupon request; and

(d) The Contractor acknowledges notice that the State may seek to obtain offset credits from foreign countries as a result ofthis 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 ofbusiness is located in a country, nation, province, state or political subdivision that penalizes New York State vendors, andif the goods or services they offer will be substantially produced or performed outside New York State, the OmnibusProcurement Act 1994 and 2000 amendments (Chapter 684 and Chapter 383, respectively) require that they be deniedcontracts which they would otherwise obtain. NOTE: As of May 15, 2002, the list of discriminatory jurisdictions subjectto this provision includes the states of South Carolina, Alaska, West Virginia, Wyoming, Louisiana and Hawaii. ContactNYS Department of Economic Development for a current list of jurisdictions subject to this provision.

22. COMPLIANCE WITH NEW YORK STATE INFORMATION SECURITY BREACH AND NOTIFICATIONACT. Contractor shall comply with the provisions of the New York State Information Security Breach and NotificationAct (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, definedfor purposes of this requirement to include analysis, evaluation, research, training, data processing, computerprogramming, engineering, environmental, health, and mental health services, accounting, auditing, paralegal, legal orsimilar services, then, in accordance with Section 163 (4-g) of the State Finance Law (as amended by Chapter 10 of theLaws of 2006), the Contractor shall timely, accurately and properly comply with the requirement to submit an annualemployment report for the contract to the agency that awarded the contract, the Department of Civil Service and the StateComptroller.

24. PROCUREMENT LOBBYING. To the extent this agreement is a "procurement contract" as defined by State FinanceLaw Sections 139-j and 139-k, by signing this agreement the contractor certifies and affirms that all disclosures made inaccordance with State Finance Law Sections 139-j and 139-k are complete, true and accurate. In the event suchcertification is found to be intentionally false or intentionally incomplete, the State may terminate the agreement byproviding written notification to the Contractor in accordance with the terms of the agreement.

25. CERTIFICATION OF REGISTRATION TO COLLECT SALES AND COMPENSATING USE TAX BYCERTAIN STATE CONTRACTORS, AFFILIATES AND SUBCONTRACTORS. To the extent this agreement is acontract 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 TaxLaw 5-a, discovers that the certification, made under penalty of perjury, is false, then such failure to file or falsecertification shall be a material breach of this contract and this contract may be terminated, by providing writtennotification to the Contractor in accordance with the terms of the agreement, if the covered agency determines that suchaction is in the best interest of the State.

26. IRAN DIVESTMENT ACT. By entering into this Agreement, Contractor certifies in accordance with State FinanceLaw Section 165-a that it is not on the “Entities Determined to be Non-Responsive Bidders/Offerers pursuant to the NewYork 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 ProhibitedEntities List. Contractor agrees that should it seek to renew or extend this Contract, it must provide the same certification

Page 30: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

at the time the Contract is renewed or extended. Contractor also agrees that any proposed Assignee of this Contract will berequired 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 LawSection 165-a) is in violation of the above-referenced certifications, the state agency will review such information and offerthe person an opportunity to respond. If the person fails to demonstrate that it has ceased its engagement in the investmentactivity which is in violation of the Act within 90 days after the determination of such violation, then the state agency shalltake such action as may be appropriate and provided for by law, rule, or contract, including, but not limited to, imposingsanctions, seeking compliance, recovering damages, or declaring the Contractor in default.

The state agency reserves the right to reject any bid, request for assignment, renewal or extension for an entity that appearson the Prohibited Entities List prior to the award, assignment, renewal or extension of a contract, and to pursue aresponsibility review with respect to any entity that is awarded a contract and appears on the Prohibited Entities list aftercontract award.

Updated February 2014

Page 31: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX B

FEDERAL REQUIREMENTS

Attachment 1: FHWA Form 1273

Attachment 2 – Federal Prevailing Wage Rate

Attachment 3 – Goals for Equal Employment Opportunity (EEO) Participation

Attachment 4 – Goals for Disadvantaged/Minority/Women’s Business Enterprise(D/M/WBE) Participation

Attachment 5 - Supplemental Title VI Provisions (Civil Rights Act)

Page 32: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

This page is intentionally left blank.

Page 33: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX B

ATTACHMENT 1

FHWA Form 1273

Page 34: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

1

FHWA-1273 -- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONSFEDERAL-AID CONSTRUCTION CONTRACTS

I. GeneralII. NondiscriminationIII. Nonsegregated FacilitiesIV. Davis-Bacon and Related Act ProvisionsV. Contract Work Hours and Safety Standards Act

ProvisionsVI. Subletting or Assigning the ContractVII. Safety: Accident PreventionVIII. False Statements Concerning Highway ProjectsIX. Implementation of Clean Air Act and Federal Water

Pollution Control ActX. Compliance with Governmentwide Suspension and

Debarment RequirementsXI. Certification Regarding Use of Contract Funds for

Lobbying

ATTACHMENTS

A. Employment and Materials Preference for AppalachianDevelopment Highway System or Appalachian Local AccessRoad Contracts (included in Appalachian contracts only)

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in eachconstruction contract funded under Title 23 (excludingemergency contracts solely intended for debris removal). Thecontractor (or subcontractor) must insert this form in eachsubcontract and further require its inclusion in all lower tiersubcontracts (excluding purchase orders, rental agreementsand other agreements for supplies or services).

The applicable requirements of Form FHWA-1273 areincorporated by reference for work done under any purchaseorder, rental agreement or agreement for other services. Theprime contractor shall be responsible for compliance by anysubcontractor, lower-tier subcontractor or service provider.

Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tiersubcontracts (excluding subcontracts for design services,purchase orders, rental agreements and other agreements forsupplies or services). The design-builder shall be responsiblefor compliance by any subcontractor, lower-tier subcontractoror service provider.

Contracting agencies may reference Form FHWA-1273 in bidproposal or request for proposal documents, however, theForm FHWA-1273 must be physically incorporated (notreferenced) in all contracts, subcontracts and lower-tiersubcontracts (excluding purchase orders, rental agreementsand other agreements for supplies or services related to aconstruction contract).

2. Subject to the applicability criteria noted in the followingsections, these contract provisions shall apply to all workperformed on the contract by the contractor's own organizationand with the assistance of workers under the contractor'simmediate superintendence and to all work performed on thecontract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in theseRequired Contract Provisions may be sufficient grounds forwithholding of progress payments, withholding of finalpayment, termination of the contract, suspension / debarmentor any other action determined to be appropriate by thecontracting agency and FHWA.

4. Selection of Labor: During the performance of this contract,the contractor shall not use convict labor for any purposewithin the limits of a construction project on a Federal-aidhighway unless it is labor performed by convicts who are onparole, supervised release, or probation. The term Federal-aidhighway does not include roadways functionally classified aslocal roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 areapplicable to all Federal-aid construction contracts and to allrelated construction subcontracts of $10,000 or more. Theprovisions of 23 CFR Part 230 are not applicable to materialsupply, engineering, or architectural service contracts.

In addition, the contractor and all subcontractors must complywith the following policies: Executive Order 11246, 41 CFR 60,29 CFR 1625-1627, Title 23 USC Section 140, theRehabilitation Act of 1973, as amended (29 USC 794), Title VIof the Civil Rights Act of 1964, as amended, and relatedregulations including 49 CFR Parts 21, 26 and 27; and 23 CFRParts 200, 230, and 633.

The contractor and all subcontractors must comply with: therequirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000,the Standard Federal Equal Employment OpportunityConstruction Contract Specifications in 41 CFR 60-4.3.

Note: The U.S. Department of Labor has exclusive authority todetermine compliance with Executive Order 11246 and thepolicies of the Secretary of Labor including 41 CFR 60, and 29CFR 1625-1627. The contracting agency and the FHWA havethe authority and the responsibility to ensure compliance withTitle 23 USC Section 140, the Rehabilitation Act of 1973, asamended (29 USC 794), and Title VI of the Civil Rights Act of1964, as amended, and related regulations including 49 CFRParts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The following provision is adopted from 23 CFR 230, AppendixA, with appropriate revisions to conform to the U.S.Department of Labor (US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employmentopportunity (EEO) requirements not to discriminate and to takeaffirmative action to assure equal opportunity as set forthunder laws, executive orders, rules, regulations (28 CFR 35,29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)and orders of the Secretary of Labor as modified by theprovisions prescribed herein, and imposed pursuant to 23U.S.C. 140 shall constitute the EEO and specific affirmativeaction standards for the contractor's project activities under

Page 35: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

2

this contract. The provisions of the Americans with DisabilitiesAct of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR35 and 29 CFR 1630 are incorporated by reference in thiscontract. In the execution of this contract, the contractoragrees to comply with the following minimum specificrequirement activities of EEO:

a. The contractor will work with the contracting agency andthe Federal Government to ensure that it has made everygood faith effort to provide equal opportunity with respect to allof its terms and conditions of employment and in their reviewof activities under the contract.

b. The contractor will accept as its operating policy thefollowing statement:

"It is the policy of this Company to assure that applicantsare employed, and that employees are treated duringemployment, without regard to their race, religion, sex, color,national origin, age or disability. Such action shall include:employment, upgrading, demotion, or transfer; recruitment orrecruitment advertising; layoff or termination; rates of pay orother forms of compensation; and selection for training,including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and makeknown to the contracting officers an EEO Officer who will havethe responsibility for and must be capable of effectivelyadministering and promoting an active EEO program and whomust be assigned adequate authority and responsibility to doso.

3. Dissemination of Policy: All members of the contractor'sstaff who are authorized to hire, supervise, promote, anddischarge employees, or who recommend such action, or whoare substantially involved in such action, will be made fullycognizant of, and will implement, the contractor's EEO policyand contractual responsibilities to provide EEO in each gradeand classification of employment. To ensure that the aboveagreement will be met, the following actions will be taken as aminimum:

a. Periodic meetings of supervisory and personnel officeemployees will be conducted before the start of work and thennot less often than once every six months, at which time thecontractor's EEO policy and its implementation will bereviewed and explained. The meetings will be conducted bythe EEO Officer.

b. All new supervisory or personnel office employees will begiven a thorough indoctrination by the EEO Officer, coveringall major aspects of the contractor's EEO obligations withinthirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment forthe project will be instructed by the EEO Officer in thecontractor's procedures for locating and hiring minorities andwomen.

d. Notices and posters setting forth the contractor's EEOpolicy will be placed in areas readily accessible to employees,applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures toimplement such policy will be brought to the attention ofemployees by means of meetings, employee handbooks, orother appropriate means.

4. Recruitment: When advertising for employees, thecontractor will include in all advertisements for employees thenotation: "An Equal Opportunity Employer." All suchadvertisements will be placed in publications having a largecirculation among minorities and women in the area fromwhich the project work force would normally be derived.

a. The contractor will, unless precluded by a validbargaining agreement, conduct systematic and directrecruitment through public and private employee referralsources likely to yield qualified minorities and women. Tomeet this requirement, the contractor will identify sources ofpotential minority group employees, and establish with suchidentified sources procedures whereby minority and womenapplicants may be referred to the contractor for employmentconsideration.

b. In the event the contractor has a valid bargainingagreement providing for exclusive hiring hall referrals, thecontractor is expected to observe the provisions of thatagreement to the extent that the system meets the contractor'scompliance with EEO contract provisions. Whereimplementation of such an agreement has the effect ofdiscriminating against minorities or women, or obligates thecontractor to do the same, such implementation violatesFederal nondiscrimination provisions.

c. The contractor will encourage its present employees torefer minorities and women as applicants for employment.Information and procedures with regard to referring suchapplicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, andemployee benefits shall be established and administered, andpersonnel actions of every type, including hiring, upgrading,promotion, transfer, demotion, layoff, and termination, shall betaken without regard to race, color, religion, sex, nationalorigin, age or disability. The following procedures shall befollowed:

a. The contractor will conduct periodic inspections of projectsites to insure that working conditions and employee facilitiesdo not indicate discriminatory treatment of project sitepersonnel.

b. The contractor will periodically evaluate the spread ofwages paid within each classification to determine anyevidence of discriminatory wage practices.

c. The contractor will periodically review selected personnelactions in depth to determine whether there is evidence ofdiscrimination. Where evidence is found, the contractor willpromptly take corrective action. If the review indicates that thediscrimination may extend beyond the actions reviewed, suchcorrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints ofalleged discrimination made to the contractor in connectionwith its obligations under this contract, will attempt to resolvesuch complaints, and will take appropriate corrective actionwithin a reasonable time. If the investigation indicates that thediscrimination may affect persons other than the complainant,such corrective action shall include such other persons. Uponcompletion of each investigation, the contractor will informevery complainant of all of their avenues of appeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, andincreasing the skills of minorities and women who are

Page 36: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

3

applicants for employment or current employees. Such effortsshould be aimed at developing full journey level statusemployees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirementsand as permissible under Federal and State regulations, thecontractor shall make full use of training programs, i.e.,apprenticeship, and on-the-job training programs for thegeographical area of contract performance. In the event aspecial provision for training is provided under this contract,this subparagraph will be superseded as indicated in thespecial provision. The contracting agency may reservetraining positions for persons who receive welfare assistancein accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants foremployment of available training programs and entrancerequirements for each.

d. The contractor will periodically review the training andpromotion potential of employees who are minorities andwomen and will encourage eligible employees to apply forsuch training and promotion.

7. Unions: If the contractor relies in whole or in part uponunions as a source of employees, the contractor will use goodfaith efforts to obtain the cooperation of such unions toincrease opportunities for minorities and women. Actions bythe contractor, either directly or through a contractor'sassociation acting as agent, will include the procedures setforth below:

a. The contractor will use good faith efforts to develop, incooperation with the unions, joint training programs aimedtoward qualifying more minorities and women for membershipin the unions and increasing the skills of minorities and womenso that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate anEEO clause into each union agreement to the end that suchunion will be contractually bound to refer applicants withoutregard to their race, color, religion, sex, national origin, age ordisability.

c. The contractor is to obtain information as to the referralpractices and policies of the labor union except that to theextent such information is within the exclusive possession ofthe labor union and such labor union refuses to furnish suchinformation to the contractor, the contractor shall so certify tothe contracting agency and shall set forth what efforts havebeen made to obtain such information.

d. In the event the union is unable to provide the contractorwith a reasonable flow of referrals within the time limit set forthin the collective bargaining agreement, the contractor will,through independent recruitment efforts, fill the employmentvacancies without regard to race, color, religion, sex, nationalorigin, age or disability; making full efforts to obtain qualifiedand/or qualifiable minorities and women. The failure of a unionto provide sufficient referrals (even though it is obligated toprovide exclusive referrals under the terms of a collectivebargaining agreement) does not relieve the contractor from therequirements of this paragraph. In the event the union referralpractice prevents the contractor from meeting the obligationspursuant to Executive Order 11246, as amended, and thesespecial provisions, such contractor shall immediately notify thecontracting agency.

8. Reasonable Accommodation for Applicants /Employees with Disabilities: The contractor must be familiar

with the requirements for and comply with the Americans withDisabilities Act and all rules and regulations established thereunder. Employers must provide reasonable accommodation inall employment activities unless to do so would cause anundue hardship.

9. Selection of Subcontractors, Procurement of Materialsand Leasing of Equipment: The contractor shall notdiscriminate on the grounds of race, color, religion, sex,national origin, age or disability in the selection and retentionof subcontractors, including procurement of materials andleases of equipment. The contractor shall take all necessaryand reasonable steps to ensure nondiscrimination in theadministration of this contract.

a. The contractor shall notify all potential subcontractors andsuppliers and lessors of their EEO obligations under thiscontract.

b. The contractor will use good faith efforts to ensuresubcontractor compliance with their EEO obligations.

10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State-approved DBE program are incorporated by

reference.

b. The contractor or subcontractor shall not discriminate onthe basis of race, color, national origin, or sex in theperformance of this contract. The contractor shall carry outapplicable requirements of 49 CFR Part 26 in the award andadministration of DOT-assisted contracts. Failure by thecontractor to carry out these requirements is a material breachof this contract, which may result in the termination of thiscontract or such other remedy as the contracting agencydeems appropriate.

11. Records and Reports: The contractor shall keep suchrecords as necessary to document compliance with the EEOrequirements. Such records shall be retained for a period ofthree years following the date of the final payment to thecontractor for all contract work and shall be available atreasonable times and places for inspection by authorizedrepresentatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document thefollowing:

(1) The number and work hours of minority and non-minority group members and women employed in each workclassification on the project;

(2) The progress and efforts being made in cooperationwith unions, when applicable, to increase employmentopportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring,training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annualreport to the contracting agency each July for the duration ofthe project, indicating the number of minority, women, andnon-minority group employees currently engaged in each workclassification required by the contract work. This information isto be reported on Form FHWA-1391. The staffing data shouldrepresent the project work force on board in all or any part ofthe last payroll period preceding the end of July. If on-the-jobtraining is being required by special provision, the contractor

Page 37: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

4

will be required to collect and report training data. Theemployment data should reflect the work force on board duringall or any part of the last payroll period preceding the end ofJuly.

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid constructioncontracts and to all related construction subcontracts of$10,000 or more.

The contractor must ensure that facilities provided foremployees are provided in such a manner that segregation onthe basis of race, color, religion, sex, or national origin cannotresult. The contractor may neither require such segregateduse by written or oral policies nor tolerate such use byemployee custom. The contractor's obligation extends furtherto ensure that its employees are not assigned to perform theirservices at any location, under the contractor's control, wherethe facilities are segregated. The term "facilities" includeswaiting rooms, work areas, restaurants and other eating areas,time clocks, restrooms, washrooms, locker rooms, and otherstorage or dressing areas, parking lots, drinking fountains,recreation or entertainment areas, transportation, and housingprovided for employees. The contractor shall provide separateor single-user restrooms and necessary dressing or sleepingareas to assure privacy between sexes.

IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid constructionprojects exceeding $2,000 and to all related subcontracts andlower-tier subcontracts (regardless of subcontract size). Therequirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aidhighway. This excludes roadways functionally classified aslocal roads or rural minor collectors, which are exempt.Contracting agencies may elect to apply these requirements toother projects.

The following provisions are from the U.S. Department of

FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working uponthe site of the work, will be paid unconditionally and not lessoften than once a week, and without subsequent deduction orrebate on any account (except such payroll deductions as arepermitted by regulations issued by the Secretary of Laborunder the Copeland Act (29 CFR part 3)), the full amount ofwages and bona fide fringe benefits (or cash equivalentsthereof) due at time of payment computed at rates not lessthan those contained in the wage determination of theSecretary of Labor which is attached hereto and made a parthereof, regardless of any contractual relationship which maybe alleged to exist between the contractor and such laborersand mechanics.

Contributions made or costs reasonably anticipated for bonafide fringe benefits under section 1(b)(2) of the Davis-BaconAct on behalf of laborers or mechanics are considered wagespaid to such laborers or mechanics, subject to the provisions

of paragraph 1.d. of this section; also, regular contributionsmade or costs incurred for more than a weekly period (but notless often than quarterly) under plans, funds, or programswhich cover the particular weekly period, are deemed to beconstructively made or incurred during such weekly period.Such laborers and mechanics shall be paid the appropriatewage rate and fringe benefits on the wage determination forthe classification of work actually performed, without regard toskill, except as provided in 29 CFR 5.5(a)(4). Laborers ormechanics performing work in more than one classificationmay be compensated at the rate specified for eachclassification for the time actually worked therein: Provided,That the employer's payroll records accurately set forth thetime spent in each classification in which work is performed.The wage determination (including any additional classificationand wage rates conformed under paragraph 1.b. of thissection) and the Davis-Bacon poster (WH 1321) shall beposted at all times by the contractor and its subcontractors atthe site of the work in a prominent and accessible place whereit can be easily seen by the workers.

b. (1) The contracting officer shall require that any class oflaborers or mechanics, including helpers, which is not listed inthe wage determination and which is to be employed under thecontract shall be classified in conformance with the wagedetermination. The contracting officer shall approve anadditional classification and wage rate and fringe benefitstherefore only when the following criteria have been met:

(i) The work to be performed by the classificationrequested is not performed by a classification in the wagedetermination; and

(ii) The classification is utilized in the area by theconstruction industry; and

(iii) The proposed wage rate, including any bona fidefringe benefits, bears a reasonable relationship to thewage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to beemployed in the classification (if known), or theirrepresentatives, and the contracting officer agree on theclassification and wage rate (including the amountdesignated for fringe benefits where appropriate), a report ofthe action taken shall be sent by the contracting officer to theAdministrator of the Wage and Hour Division, EmploymentStandards Administration, U.S. Department of Labor,Washington, DC 20210. The Administrator, or an authorizedrepresentative, will approve, modify, or disapprove everyadditional classification action within 30 days of receipt andso advise the contracting officer or will notify the contractingofficer within the 30-day period that additional time isnecessary.

(3) In the event the contractor, the laborers or mechanicsto be employed in the classification or their representatives,and the contracting officer do not agree on the proposedclassification and wage rate (including the amountdesignated for fringe benefits, where appropriate), thecontracting officer shall refer the questions, including theviews of all interested parties and the recommendation of thecontracting officer, to the Wage and Hour Administrator fordetermination. The Wage and Hour Administrator, or anauthorized representative, will issue a determination within30 days of receipt and so advise the contracting officer or

Page 38: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

5

will notify the contracting officer within the 30-day period thatadditional time is necessary.

(4) The wage rate (including fringe benefits whereappropriate) determined pursuant to paragraphs 1.b.(2) or1.b.(3) of this section, shall be paid to all workers performingwork in the classification under this contract from the firstday on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in thecontract for a class of laborers or mechanics includes a fringebenefit which is not expressed as an hourly rate, the contractorshall either pay the benefit as stated in the wage determinationor shall pay another bona fide fringe benefit or an hourly cashequivalent thereof.

d. If the contractor does not make payments to a trustee orother third person, the contractor may consider as part of thewages of any laborer or mechanic the amount of any costsreasonably anticipated in providing bona fide fringe benefitsunder a plan or program, Provided, That the Secretary ofLabor has found, upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act havebeen met. The Secretary of Labor may require the contractorto set aside in a separate account assets for the meeting ofobligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or uponwritten request of an authorized representative of theDepartment of Labor, withhold or cause to be withheld fromthe contractor under this contract, or any other Federalcontract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wagerequirements, which is held by the same prime contractor, somuch of the accrued payments or advances as may beconsidered necessary to pay laborers and mechanics,including apprentices, trainees, and helpers, employed by thecontractor or any subcontractor the full amount of wagesrequired by the contract. In the event of failure to pay anylaborer or mechanic, including any apprentice, trainee, orhelper, employed or working on the site of the work, all or partof the wages required by the contract, the contracting agencymay, after written notice to the contractor, take such action asmay be necessary to cause the suspension of any furtherpayment, advance, or guarantee of funds until such violationshave ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall bemaintained by the contractor during the course of the work andpreserved for a period of three years thereafter for all laborersand mechanics working at the site of the work. Such recordsshall contain the name, address, and social security number ofeach such worker, his or her correct classification, hourly ratesof wages paid (including rates of contributions or costsanticipated for bona fide fringe benefits or cash equivalentsthereof of the types described in section 1(b)(2)(B) of theDavis-Bacon Act), daily and weekly number of hours worked,deductions made and actual wages paid. Whenever theSecretary of Labor has found under 29 CFR 5.5(a)(1)(iv) thatthe wages of any laborer or mechanic include the amount ofany costs reasonably anticipated in providing benefits under aplan or program described in section 1(b)(2)(B) of the Davis-

Bacon Act, the contractor shall maintain records which showthat the commitment to provide such benefits is enforceable,that the plan or program is financially responsible, and that theplan or program has been communicated in writing to thelaborers or mechanics affected, and records which show thecosts anticipated or the actual cost incurred in providing suchbenefits. Contractors employing apprentices or trainees underapproved programs shall maintain written evidence of theregistration of apprenticeship programs and certification oftrainee programs, the registration of the apprentices andtrainees, and the ratios and wage rates prescribed in theapplicable programs.

b. (1) The contractor shall submit weekly for each week inwhich any contract work is performed a copy of all payrolls tothe contracting agency. The payrolls submitted shall set outaccurately and completely all of the information required to bemaintained under 29 CFR 5.5(a)(3)(i), except that full socialsecurity numbers and home addresses shall not be includedon weekly transmittals. Instead the payrolls shall only need toinclude an individually identifying number for each employee (e.g. , the last four digits of the employee's social securitynumber). The required weekly payroll information may besubmitted in any form desired. Optional Form WH 347 isavailable for this purpose from the Wage and Hour DivisionWeb site at http://www.dol.gov/esa/whd/forms/wh347instr.htmor its successor site. The prime contractor is responsible forthe submission of copies of payrolls by all subcontractors.Contractors and subcontractors shall maintain the full socialsecurity number and current address of each covered worker,and shall provide them upon request to the contracting agencyfor transmission to the State DOT, the FHWA or the Wage andHour Division of the Department of Labor for purposes of aninvestigation or audit of compliance with prevailing wagerequirements. It is not a violation of this section for a primecontractor to require a subcontractor to provide addresses andsocial security numbers to the prime contractor for its ownrecords, without weekly submission to the contracting agency..

(2) Each payroll submitted shall be accompanied by a

subcontractor or his or her agent who pays or supervises thepayment of the persons employed under the contract and shallcertify the following:

(i) That the payroll for the payroll period contains theinformation required to be provided under §5.5 (a)(3)(ii) ofRegulations, 29 CFR part 5, the appropriate information isbeing maintained under §5.5 (a)(3)(i) of Regulations, 29CFR part 5, and that such information is correct andcomplete;

(ii) That each laborer or mechanic (including eachhelper, apprentice, and trainee) employed on the contractduring the payroll period has been paid the full weeklywages earned, without rebate, either directly or indirectly,and that no deductions have been made either directly orindirectly from the full wages earned, other thanpermissible deductions as set forth in Regulations, 29 CFRpart 3;

(iii) That each laborer or mechanic has been paid notless than the applicable wage rates and fringe benefits orcash equivalents for the classification of work performed,as specified in the applicable wage determinationincorporated into the contract.

Page 39: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

6

(3) The weekly submission of a properly executedcertification set forth on the reverse side of Optional FormWH 347 shall satisfy the requirement for submission of the

this section.

(4) The falsification of any of the above certifications maysubject the contractor or subcontractor to civil or criminalprosecution under section 1001 of title 18 and section 231 oftitle 31 of the United States Code.

c. The contractor or subcontractor shall make the recordsrequired under paragraph 3.a. of this section available forinspection, copying, or transcription by authorizedrepresentatives of the contracting agency, the State DOT, theFHWA, or the Department of Labor, and shall permit suchrepresentatives to interview employees during working hourson the job. If the contractor or subcontractor fails to submit therequired records or to make them available, the FHWA may,after written notice to the contractor, the contracting agency orthe State DOT, take such action as may be necessary tocause the suspension of any further payment, advance, orguarantee of funds. Furthermore, failure to submit the requiredrecords upon request or to make such records available maybe grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than thepredetermined rate for the work they performed when they areemployed pursuant to and individually registered in a bona fideapprenticeship program registered with the U.S. Department ofLabor, Employment and Training Administration, Office ofApprenticeship Training, Employer and Labor Services, or witha State Apprenticeship Agency recognized by the Office, or if aperson is employed in his or her first 90 days of probationaryemployment as an apprentice in such an apprenticeshipprogram, who is not individually registered in the program, butwho has been certified by the Office of ApprenticeshipTraining, Employer and Labor Services or a StateApprenticeship Agency (where appropriate) to be eligible forprobationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the jobsite in any craft classification shall not be greater than the ratiopermitted to the contractor as to the entire work force underthe registered program. Any worker listed on a payroll at anapprentice wage rate, who is not registered or otherwiseemployed as stated above, shall be paid not less than theapplicable wage rate on the wage determination for theclassification of work actually performed. In addition, anyapprentice performing work on the job site in excess of theratio permitted under the registered program shall be paid notless than the applicable wage rate on the wage determinationfor the work actually performed. Where a contractor isperforming construction on a project in a locality other thanthat in which its program is registered, the ratios and wagerates (expressed in percentages of the journeyman's hourlyrate) specified in the contractor's or subcontractor's registeredprogram shall be observed.

Every apprentice must be paid at not less than the ratespecified in the registered program for the apprentice's level ofprogress, expressed as a percentage of the journeymen hourly

rate specified in the applicable wage determination.Apprentices shall be paid fringe benefits in accordance withthe provisions of the apprenticeship program. If theapprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefitslisted on the wage determination for the applicableclassification. If the Administrator determines that a differentpractice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employerand Labor Services, or a State Apprenticeship Agencyrecognized by the Office, withdraws approval of anapprenticeship program, the contractor will no longer bepermitted to utilize apprentices at less than the applicablepredetermined rate for the work performed until an acceptableprogram is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not bepermitted to work at less than the predetermined rate for thework performed unless they are employed pursuant to andindividually registered in a program which has received priorapproval, evidenced by formal certification by the U.S.Department of Labor, Employment and TrainingAdministration.

The ratio of trainees to journeymen on the job site shall not begreater than permitted under the plan approved by theEmployment and Training Administration.

Every trainee must be paid at not less than the rate specifiedin the approved program for the trainee's level of progress,expressed as a percentage of the journeyman hourly ratespecified in the applicable wage determination. Trainees shallbe paid fringe benefits in accordance with the provisions of thetrainee program. If the trainee program does not mentionfringe benefits, trainees shall be paid the full amount of fringebenefits listed on the wage determination unless theAdministrator of the Wage and Hour Division determines thatthere is an apprenticeship program associated with thecorresponding journeyman wage rate on the wagedetermination which provides for less than full fringe benefitsfor apprentices. Any employee listed on the payroll at a traineerate who is not registered and participating in a training planapproved by the Employment and Training Administration shallbe paid not less than the applicable wage rate on the wagedetermination for the classification of work actually performed.In addition, any trainee performing work on the job site inexcess of the ratio permitted under the registered programshall be paid not less than the applicable wage rate on thewage determination for the work actually performed.

In the event the Employment and Training Administrationwithdraws approval of a training program, the contractor will nolonger be permitted to utilize trainees at less than theapplicable predetermined rate for the work performed until anacceptable program is approved.

c. Equal employment opportunity. The utilization ofapprentices, trainees and journeymen under this part shall bein conformity with the equal employment opportunityrequirements of Executive Order 11246, as amended, and 29CFR part 30.

Page 40: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

7

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship andskill training programs which have been certified by theSecretary of Transportation as promoting EEO in connectionwith Federal-aid highway construction programs are notsubject to the requirements of paragraph 4 of this Section IV.The straight time hourly wage rates for apprentices andtrainees under such programs will be established by theparticular programs. The ratio of apprentices and trainees tojourneymen shall not be greater than permitted by the terms ofthe particular program.

5. Compliance with Copeland Act requirements. Thecontractor shall comply with the requirements of 29 CFR part3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insertForm FHWA-1273 in any subcontracts and also require thesubcontractors to include Form FHWA-1273 in any lower tiersubcontracts. The prime contractor shall be responsible for thecompliance by any subcontractor or lower tier subcontractorwith all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of thecontract clauses in 29 CFR 5.5 may be grounds for terminationof the contract, and for debarment as a contractor and asubcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Actrequirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arisingout of the labor standards provisions of this contract shall notbe subject to the general disputes clause of this contract. Suchdisputes shall be resolved in accordance with the proceduresof the Department of Labor set forth in 29 CFR parts 5, 6, and7. Disputes within the meaning of this clause include disputesbetween the contractor (or any of its subcontractors) and thecontracting agency, the U.S. Department of Labor, or theemployees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies thatneither it (nor he or she) nor any person or firm who has aninterest in the contractor's firm is a person or firm ineligible tobe awarded Government contracts by virtue of section 3(a) ofthe Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any personor firm ineligible for award of a Government contract by virtueof section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in theU.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETYSTANDARDS ACT

The following clauses apply to any Federal-aid constructioncontract in an amount in excess of $100,000 and subject to theovertime provisions of the Contract Work Hours and SafetyStandards Act. These clauses shall be inserted in addition tothe clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. Asused in this paragraph, the terms laborers and mechanicsinclude watchmen and guards.

1. Overtime requirements. No contractor or subcontractorcontracting for any part of the contract work which may requireor involve the employment of laborers or mechanics shallrequire or permit any such laborer or mechanic in anyworkweek in which he or she is employed on such work towork in excess of forty hours in such workweek unless suchlaborer or mechanic receives compensation at a rate not lessthan one and one-half times the basic rate of pay for all hoursworked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidateddamages. In the event of any violation of the clause set forthin paragraph (1.) of this section, the contractor and anysubcontractor responsible therefor shall be liable for theunpaid wages. In addition, such contractor and subcontractorshall be liable to the United States (in the case of work doneunder contract for the District of Columbia or a territory, to suchDistrict or to such territory), for liquidated damages. Suchliquidated damages shall be computed with respect to eachindividual laborer or mechanic, including watchmen andguards, employed in violation of the clause set forth inparagraph (1.) of this section, in the sum of $10 for eachcalendar day on which such individual was required orpermitted to work in excess of the standard workweek of fortyhours without payment of the overtime wages required by theclause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages.The FHWA or the contacting agency shall upon its own actionor upon written request of an authorized representative of theDepartment of Labor withhold or cause to be withheld, fromany moneys payable on account of work performed by thecontractor or subcontractor under any such contract or anyother Federal contract with the same prime contractor, or anyother federally-assisted contract subject to the Contract WorkHours and Safety Standards Act, which is held by the sameprime contractor, such sums as may be determined to benecessary to satisfy any liabilities of such contractor orsubcontractor for unpaid wages and liquidated damages asprovided in the clause set forth in paragraph (2.) of thissection.

4. Subcontracts. The contractor or subcontractor shall insertin any subcontracts the clauses set forth in paragraph (1.)through (4.) of this section and also a clause requiring thesubcontractors to include these clauses in any lower tiersubcontracts. The prime contractor shall be responsible forcompliance by any subcontractor or lower tier subcontractorwith the clauses set forth in paragraphs (1.) through (4.) of thissection.

Page 41: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

8

VI. SUBLETTING OR ASSIGNING THE CONTRACT

This provision is applicable to all Federal-aid constructioncontracts on the National Highway System.

1. The contractor shall perform with its own organizationcontract work amounting to not less than 30 percent (or agreater percentage if specified elsewhere in the contract) ofthe total original contract price, excluding any specialty itemsdesignated by the contracting agency. Specialty items may beperformed by subcontract and the amount of any suchspecialty items performed may be deducted from the totaloriginal contract price before computing the amount of workrequired to be performed by the contractor's own organization(23 CFR 635.116).

a. Theto workers employed or leased by the prime contractor, andequipment owned or rented by the prime contractor, with orwithout operators. Such term does not include employees orequipment of a subcontractor or lower tier subcontractor,agents of the prime contractor, or any other assignees. Theterm may include payments for the costs of hiring leasedemployees from an employee leasing firm meeting all relevantFederal and State regulatory requirements. Leasedemployees may only be included in this term if the primecontractor meets all of the following conditions:

(1) the prime contractor maintains control over thesupervision of the day-to-day activities of the leasedemployees;

(2) the prime contractor remains responsible for the qualityof the work of the leased employees;

(3) the prime contractor retains all power to accept orexclude individual employees from work on the project; and

(4) the prime contractor remains ultimately responsible forthe payment of predetermined minimum wages, thesubmission of payrolls, statements of compliance and allother Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to workthat requires highly specialized knowledge, abilities, orequipment not ordinarily available in the type of contractingorganizations qualified and expected to bid or propose on thecontract as a whole and in general are to be limited to minorcomponents of the overall contract.

2. The contract amount upon which the requirements set forthin paragraph (1) of Section VI is computed includes the cost ofmaterial and manufactured products which are to bepurchased or produced by the contractor under the contractprovisions.

3. The contractor shall furnish (a) a competent superintendentor supervisor who is employed by the firm, has full authority todirect performance of the work in accordance with the contractrequirements, and is in charge of all construction operations(regardless of who performs the work) and (b) such other of itsown organizational resources (supervision, management, andengineering services) as the contracting officer determines isnecessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned orotherwise disposed of except with the written consent of thecontracting officer, or authorized representative, and suchconsent when given shall not be construed to relieve thecontractor of any responsibility for the fulfillment of thecontract. Written consent will be given only after thecontracting agency has assured that each subcontract is

evidenced in writing and that it contains all pertinent provisionsand requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) isnot applicable to design-build contracts; however, contractingagencies may establish their own self-performancerequirements.

VII. SAFETY: ACCIDENT PREVENTION

T h i s p r o v i s i o n i s applicable to all Federal-aidconstruction contracts and to all related subcontracts.

1. In the performance of this contract the contractor shallcomply with all applicable Federal, State, and local lawsgoverning safety, health, and sanitation (23 CFR 635). Thecontractor shall provide all safeguards, safety devices andprotective equipment and take any other needed actions as itdetermines, or as the contracting officer may determine, to bereasonably necessary to protect the life and health ofemployees on the job and the safety of the public and toprotect property in connection with the performance of thework covered by the contract.

2. It is a condition of this contract, and shall be made acondition of each subcontract, which the contractor enters intopursuant to this contract, that the contractor and anysubcontractor shall not permit any employee, in performanceof the contract, to work in surroundings or under conditionswhich are unsanitary, hazardous or dangerous to his/herhealth or safety, as determined under construction safety andhealth standards (29 CFR 1926) promulgated by the Secretaryof Labor, in accordance with Section 107 of the Contract WorkHours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contractthat the Secretary of Labor or authorized representativethereof, shall have right of entry to any site of contractperformance to inspect or investigate the matter of compliancewith the construction safety and health standards and to carryout the duties of the Secretary under Section 107 of theContract Work Hours and Safety Standards Act (40U.S.C.3704).

VIII. FALSE STATEMENTS CONCERNING HIGHWAYPROJECTS

T h i s p r o v i s i o n i s applicable to all Federal-aidconstruction contracts and to all related subcontracts.

In order to assure high quality and durable construction inconformity with approved plans and specifications and a highdegree of reliability on statements and representations madeby engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concernedwith the project perform their functions as carefully, thoroughly,and honestly as possible. Willful falsification, distortion, ormisrepresentation with respect to any facts related to theproject is a violation of Federal law. To prevent anymisunderstanding regarding the seriousness of these andsimilar acts, Form FHWA-1022 shall be posted on eachFederal-aid highway project (23 CFR 635) in one or moreplaces where it is readily available to all persons concernedwith the project:

18 U.S.C. 1020 reads as follows:

Page 42: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

9

"Whoever, being an officer, agent, or employee of the UnitedStates, or of any State or Territory, or whoever, whether aperson, association, firm, or corporation, knowingly makes anyfalse statement, false representation, or false report as to thecharacter, quality, quantity, or cost of the material used or tobe used, or the quantity or quality of the work performed or tobe performed, or the cost thereof in connection with thesubmission of plans, maps, specifications, contracts, or costsof construction on any highway or related project submitted forapproval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, falserepresentation, false report or false claim with respect to thecharacter, quality, quantity, or cost of any work performed or tobe performed, or materials furnished or to be furnished, inconnection with the construction of any highway or relatedproject approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or falserepresentation as to material fact in any statement, certificate,or report submitted pursuant to provisions of the Federal-aidRoads Act approved July 1, 1916, (39 Stat. 355), as amendedand supplemented;

Shall be fined under this title or imprisoned not more than 5years or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERALWATER POLLUTION CONTROL ACT

This provision is applicable to all Federal-aid constructioncontracts and to all related subcontracts.

By submission of this bid/proposal or the execution of thiscontract, or subcontract, as appropriate, the bidder, proposer,Federal-aid construction contractor, or subcontractor, asappropriate, will be deemed to have stipulated as follows:

1. That any person who is or will be utilized in theperformance of this contract is not prohibited from receiving anaward due to a violation of Section 508 of the Clean Water Actor Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to beincluded the requirements of paragraph (1) of this Section X inevery subcontract, and further agrees to take such action asthe contracting agency may direct as a means of enforcingsuch requirements.

X. CERTIFICATION REGARDING DEBARMENT,SUSPENSION, INELIGIBILITY AND VOLUNTARYEXCLUSION

This provision is applicable to all Federal-aid constructioncontracts, design-build contracts, subcontracts, lower-tiersubcontracts, purchase orders, lease agreements, consultantcontracts or any other covered transaction requiring FHWAapproval or that is estimated to cost $25,000 or more asdefined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification First Tier Participants:

a. By signing and submitting this proposal, the prospectivefirst tier participant is providing the certification set out below.

b. The inability of a person to provide the certification set outbelow will not necessarily result in denial of participation in this

covered transaction. The prospective first tier participant shallsubmit an explanation of why it cannot provide the certificationset out below. The certification or explanation will beconsidered in connection with the department or agency'sdetermination whether to enter into this transaction. However,failure of the prospective first tier participant to furnish acertification or an explanation shall disqualify such a personfrom participation in this transaction.

c. The certification in this clause is a material representationof fact upon which reliance was placed when the contractingagency determined to enter into this transaction. If it is laterdetermined that the prospective participant knowingly renderedan erroneous certification, in addition to other remediesavailable to the Federal Government, the contracting agencymay terminate this transaction for cause of default.

d. The prospective first tier participant shall provideimmediate written notice to the contracting agency to whomthis proposal is submitted if any time the prospective first tierparticipant learns that its certification was erroneous whensubmitted or has become erroneous by reason of changedcircumstances.

e. The terms "covered transaction," "debarred,""suspended," "ineligible," "participant," "person," "principal,"and "voluntarily excluded," as used in this clause, are definedin 2 CFR Parts 180 and 1200.

grantee or subgrantee of Federal funds and a participant (such

the participant who has entered into acovered transaction with a grantee or subgrantee of Federal

covered transaction with a First Tier Participant or other LowerTier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submittingthis proposal that, should the proposed covered transaction beentered into, it shall not knowingly enter into any lower tiercovered transaction with a person who is debarred,suspended, declared ineligible, or voluntarily excluded fromparticipation in this covered transaction, unless authorized bythe department or agency entering into this transaction.

g. The prospective first tier participant further agrees bysubmitting this proposal that it will include the clause titled"Certification Regarding Debarment, Suspension, Ineligibilityand Voluntary Exclusion-Lower Tier Covered Transactions,"provided by the department or contracting agency, enteringinto this covered transaction, without modification, in all lowertier covered transactions and in all solicitations for lower tiercovered transactions exceeding the $25,000 threshold.

h. A participant in a covered transaction may rely upon acertification of a prospective participant in a lower tier coveredtransaction that is not debarred, suspended, ineligible, orvoluntarily excluded from the covered transaction, unless itknows that the certification is erroneous. A participant isresponsible for ensuring that its principals are not suspended,debarred, or otherwise ineligible to participate in coveredtransactions. To verify the eligibility of its principals, as well asthe eligibility of any lower tier prospective participants, eachparticipant may, but is not required to, check the ExcludedParties List System website (https://www.epls.gov/), which iscompiled by the General Services Administration.

Page 43: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

10

i. Nothing contained in the foregoing shall be construed torequire the establishment of a system of records in order torender in good faith the certification required by this clause.The knowledge and information of the prospective participantis not required to exceed that which is normally possessed bya prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) ofthese instructions, if a participant in a covered transactionknowingly enters into a lower tier covered transaction with aperson who is suspended, debarred, ineligible, or voluntarilyexcluded from participation in this transaction, in addition toother remedies available to the Federal Government, thedepartment or agency may terminate this transaction for causeor default.

* * * * *

2. Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion First TierParticipants:

a. The prospective first tier participant certifies to the best ofits knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed fordebarment, declared ineligible, or voluntarily excluded fromparticipating in covered transactions by any Federaldepartment or agency;

(2) Have not within a three-year period preceding thisproposal been convicted of or had a civil judgment renderedagainst them for commission of fraud or a criminal offense inconnection with obtaining, attempting to obtain, or performinga public (Federal, State or local) transaction or contract undera public transaction; violation of Federal or State antitruststatutes or commission of embezzlement, theft, forgery,bribery, falsification or destruction of records, making falsestatements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally orcivilly charged by a governmental entity (Federal, State orlocal) with commission of any of the offenses enumerated inparagraph (a)(2) of this certification; and

(4) Have not within a three-year period preceding thisapplication/proposal had one or more public transactions(Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify toany of the statements in this certification, such prospectiveparticipant shall attach an explanation to this proposal.

2. Instructions for Certification - Lower Tier Participants:

(Applicable to all subcontracts, purchase orders and otherlower tier transactions requiring prior FHWA approval orestimated to cost $25,000 or more - 2 CFR Parts 180 and1200)

a. By signing and submitting this proposal, the prospectivelower tier is providing the certification set out below.

b. The certification in this clause is a material representationof fact upon which reliance was placed when this transactionwas entered into. If it is later determined that the prospectivelower tier participant knowingly rendered an erroneouscertification, in addition to other remedies available to theFederal Government, the department, or agency with which

this transaction originated may pursue available remedies,including suspension and/or debarment.

c. The prospective lower tier participant shall provideimmediate written notice to the person to which this proposal issubmitted if at any time the prospective lower tier participantlearns that its certification was erroneous by reason ofchanged circumstances.

d. The terms "covered transaction," "debarred,""suspended," "ineligible," "participant," "person," "principal,"and "voluntarily excluded," as used in this clause, are definedin 2 CFR Parts 180 and 1200. You may contact the person towhich this proposal is submitted for assistance in obtaining acopy of those regulations.refers to any covered transaction between a grantee orsubgrantee of Federal funds and a participant (such as the

refers to any covered transaction under a First Tier Covered

refers to the participant who has entered into a coveredtransaction with a grantee or subgrantee of Federal funds

covered transaction with a First Tier Participant or other LowerTier Participants (such as subcontractors and suppliers).

e. The prospective lower tier participant agrees bysubmitting this proposal that, should the proposed coveredtransaction be entered into, it shall not knowingly enter intoany lower tier covered transaction with a person who isdebarred, suspended, declared ineligible, or voluntarilyexcluded from participation in this covered transaction, unlessauthorized by the department or agency with which thistransaction originated.

f. The prospective lower tier participant further agrees bysubmitting this proposal that it will include this clause titled"Certification Regarding Debarment, Suspension, Ineligibilityand Voluntary Exclusion-Lower Tier Covered Transaction,"without modification, in all lower tier covered transactions andin all solicitations for lower tier covered transactions exceedingthe $25,000 threshold.

g. A participant in a covered transaction may rely upon acertification of a prospective participant in a lower tier coveredtransaction that is not debarred, suspended, ineligible, orvoluntarily excluded from the covered transaction, unless itknows that the certification is erroneous. A participant isresponsible for ensuring that its principals are not suspended,debarred, or otherwise ineligible to participate in coveredtransactions. To verify the eligibility of its principals, as well asthe eligibility of any lower tier prospective participants, eachparticipant may, but is not required to, check the ExcludedParties List System website (https://www.epls.gov/), which iscompiled by the General Services Administration.

h. Nothing contained in the foregoing shall be construed torequire establishment of a system of records in order to renderin good faith the certification required by this clause. Theknowledge and information of participant is not required toexceed that which is normally possessed by a prudent personin the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e ofthese instructions, if a participant in a covered transactionknowingly enters into a lower tier covered transaction with aperson who is suspended, debarred, ineligible, or voluntarilyexcluded from participation in this transaction, in addition toother remedies available to the Federal Government, the

Page 44: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

11

department or agency with which this transaction originatedmay pursue available remedies, including suspension and/ordebarment.

* * * * *

Certification Regarding Debarment, Suspension,Ineligibility and Voluntary Exclusion--Lower TierParticipants:

1. The prospective lower tier participant certifies, bysubmission of this proposal, that neither it nor its principals ispresently debarred, suspended, proposed for debarment,declared ineligible, or voluntarily excluded from participating incovered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable tocertify to any of the statements in this certification, suchprospective participant shall attach an explanation to thisproposal.

* * * * *

XI. CERTIFICATION REGARDING USE OF CONTRACTFUNDS FOR LOBBYING

This provision is applicable to all Federal-aid constructioncontracts and to all related subcontracts which exceed$100,000 (49 CFR 20).

1. The prospective participant certifies, by signing andsubmitting this bid or proposal, to the best of his or herknowledge and belief, that:

a. No Federal appropriated funds have been paid or will bepaid, by or on behalf of the undersigned, to any person forinfluencing or attempting to influence an officer or employee ofany Federal agency, a Member of Congress, an officer oremployee of Congress, or an employee of a Member ofCongress in connection with the awarding of any Federalcontract, the making of any Federal grant, the making of anyFederal loan, the entering into of any cooperative agreement,and the extension, continuation, renewal, amendment, ormodification of any Federal contract, grant, loan, orcooperative agreement.

b. If any funds other than Federal appropriated funds havebeen paid or will be paid to any person for influencing orattempting to influence an officer or employee of any Federalagency, a Member of Congress, an officer or employee ofCongress, or an employee of a Member of Congress inconnection with this Federal contract, grant, loan, orcooperative agreement, the undersigned shall complete andsubmit Standard Form-LLL, "Disclosure Form to ReportLobbying," in accordance with its instructions.

2. This certification is a material representation of fact uponwhich reliance was placed when this transaction was made orentered into. Submission of this certification is a prerequisitefor making or entering into this transaction imposed by 31U.S.C. 1352. Any person who fails to file the requiredcertification shall be subject to a civil penalty of not less than$10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by submitting itsbid or proposal that the participant shall require that thelanguage of this certification be included in all lower tiersubcontracts, which exceed $100,000 and that all suchrecipients shall certify and disclose accordingly.

Page 45: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

12

ATTACHMENT A - EMPLOYMENT AND MATERIALSPREFERENCE FOR APPALACHIAN DEVELOPMENTHIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESSROAD CONTRACTSThis provision is applicable to all Federal-aid projects fundedunder the Appalachian Regional Development Act of 1965.

1. During the performance of this contract, the contractorundertaking to do work which is, or reasonably may be, doneas on-site work, shall give preference to qualified persons whoregularly reside in the labor area as designated by the DOLwherein the contract work is situated, or the subregion, or theAppalachian counties of the State wherein the contract work issituated, except:

a. To the extent that qualified persons regularly residing inthe area are not available.

b. For the reasonable needs of the contractor to employsupervisory or specially experienced personnel necessary toassure an efficient execution of the contract work.

c. For the obligation of the contractor to offer employment topresent or former employees as the result of a lawful collectivebargaining contract, provided that the number of nonresidentpersons employed under this subparagraph (1c) shall notexceed 20 percent of the total number of employees employedby the contractor on the contract work, except as provided insubparagraph (4) below.

2. The contractor shall place a job order with the StateEmployment Service indicating (a) the classifications of thelaborers, mechanics and other employees required to performthe contract work, (b) the number of employees required ineach classification, (c) the date on which the participantestimates such employees will be required, and (d) any otherpertinent information required by the State EmploymentService to complete the job order form. The job order may beplaced with the State Employment Service in writing or bytelephone. If during the course of the contract work, theinformation submitted by the contractor in the original job orderis substantially modified, the participant shall promptly notifythe State Employment Service.

3. The contractor shall give full consideration to all qualifiedjob applicants referred to him by the State EmploymentService. The contractor is not required to grant employment toany job applicants who, in his opinion, are not qualified toperform the classification of work required.

4. If, within one week following the placing of a job order bythe contractor with the State Employment Service, the StateEmployment Service is unable to refer any qualified jobapplicants to the contractor, or less than the numberrequested, the State Employment Service will forward acertificate to the contractor indicating the unavailability ofapplicants. Such certificate shall be made a part of thecontractor's permanent project records. Upon receipt of thiscertificate, the contractor may employ persons who do notnormally reside in the labor area to fill positions covered by thecertificate, notwithstanding the provisions of subparagraph (1c)above.

5. The provisions of 23 CFR 633.207(e) allow thecontracting agency to provide a contractual preference for theuse of mineral resource materials native to the Appalachianregion.

6. The contractor shall include the provisions of Sections 1through 4 of this Attachment A in every subcontract for workwhich is, or reasonably may be, done as on-site work.

Page 46: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

This page is intentionally left blank.

Page 47: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX B

ATTACHMENT 2

Federal Prevailing Wage Rate

Page 48: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Latest Davis-Beacon wage rates can be found at thefollowing web site:

http://www.wdo|.g0v/dba.aspx

Page 49: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

>

General Decision Number: NY140012 11/14/2014 NY12

Superseded General Decision Number: NY20130012

State: New York

Construction Types: Building, Heavy, Highway and Residential

Counties: Nassau and Suffolk Counties in New York.

BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTIONPROJECTS (including single family homes and apartments up toand including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAYCONSTRUCTION PROJECTS

Modification Number Publication Date0 01/03/20141 03/07/20142 04/04/20143 05/09/20144 05/16/20145 06/06/20146 06/13/20147 06/27/20148 07/04/20149 07/11/201410 07/18/201411 08/15/201412 08/22/201413 08/29/201414 09/19/201415 10/10/201416 10/17/201417 11/14/2014

ASBE0012-001 12/30/2013

Rates Fringes

Asbestos Workers/InsulatorIncludes application ofall insulating materials,protective coverings,coatings and finishes toall types of mechanicalsystems.....................$ 64.73 30.44

HAZARDOUS MATERIAL HANDLER.......$ 40.00 10.75----------------------------------------------------------------BOIL0005-001 01/01/2013

Rates Fringes

BOILERMAKER......................$ 49.47 33%+22.87+a

FOOTNOTE:

Page 1 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 50: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, MemorialDay, Independence Day, Labor Day and Good Friday, Fridayafter Thanksgiving, Christmas Eve Day and New Year's Eve

----------------------------------------------------------------BRNY0001-001 07/01/2013

Rates Fringes

BRICKLAYER.......................$ 49.09 22.93MASON - STONE....................$ 55.56 26.75----------------------------------------------------------------CARP0290-001 07/01/2014

Rates Fringes

Carpenters:Building....................$ 38.97 34.73Heavy & Highway.............$ 38.97 34.73Residential.................$ 31.18 29.62

----------------------------------------------------------------CARP0740-001 07/01/2014

Rates Fringes

MILLWRIGHT.......................$ 48.44 49.83----------------------------------------------------------------CARP1456-009 07/01/2014

Rates Fringes

Carpenters:DIVERS TENDERS..............$ 43.45 45.07DIVERS......................$ 61.30 45.07DOCKBUILDERS................$ 48.35 45.07PILEDRIVERMAN...............$ 43.61 45.07

----------------------------------------------------------------CARP1536-001 07/01/2014

Rates Fringes

Carpenters:TIMBERMEN...................$ 44.33 44.34

----------------------------------------------------------------ELEC0025-001 04/26/2014

Rates Fringes

ELECTRICIAN......................$ 49.20 16%+16.85----------------------------------------------------------------ELEC0025-002 04/26/2014

Rates Fringes

Electricians:Maintenance Unit............$ 40.70 12%+$16.03Telephone Unit..............$ 36.38 16%+$16.60Wiring for single ormultiple family dwellings

Page 2 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 51: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

and apartments up to andincluding 3 stories.........$ 26.71 13%+10.60

----------------------------------------------------------------ELEC1049-002 03/30/2014

Rates Fringes

Line Construction:Substation and Switchingstructures pipe type cableinstallation andmaintenance jobs orprojects; Railroadelectrical distribution/transmission systemsmaintenance (when work isnot performed by railroademployees) Overhead andUndergroundtransmission/distributionline work. Fiber optic,telephone cable andequipment;Groundman..................$ 29.71 18.9Heavy Equipment Operator...$ 39.62 21.44Lineman & Cable Splicer....$ 49.52 24.28Material Man...............$ 41.00 28.5%+9.75

----------------------------------------------------------------ELEV0001-002 03/17/2013

Rates Fringes

ELEVATOR MECHANICElevator Constructor........$ 57.01 27.605+a+bModernization and Repair....$ 45.14 27.455+a+b

FOOTNOTE:

a. PAID HOLIDAYS: New Year's Day, Good Friday, President'sDay, Memorial Day, Independence Day, Labor Day, ColumbusDay, Veteran's Day, Thanksgiving Day, Friday afterThanksgiving, and Christmas Day.

b. PAID VACATION: An employee who has worked less than 5years shall recieve vacation pay credit on the basis of 4%of his hourly rate for all hours worked; an employee whohas worked 5 to 15 years shall receive vacation pay crediton the basis of 6% of his hourly rate for all hours worked;an employee who has worked 15 or more years shall receivevacation pay credit on the basis of 8% of his hourly ratefor all hours worked.

----------------------------------------------------------------ENGI0138-001 06/01/2013

BUILDING CONSTRUCTION

Rates Fringes

Power equipment operators:

Page 3 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 52: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

GROUP 1.....................$ 41.89 31.65+aGROUP 2.....................$ 39.80 31.65+aGROUP 3.....................$ 38.40 31.65+aGROUP 4.....................$ 35.58 31.65+aGROUP 5.....................$ 34.17 31.65+a

NOTES:

Hazmat premiums:Level A 3.50Level B 2.50Level C 1.50

Oiler on truck cranes with boom length of 100 ft. or more.25

FOOTNOTE:

a. Paid Holidays: New Year's Day, Lincoln's Birthday,Washington's Birthday or President's Day (in lieu ofLincoln's or Washington's Birthday), Good Friday, MemorialDay, Indpendence Day, Labor Day, Veteran's Day,Thanksgiving Day, Christmas Day or days celebrated as such.Any holiday that falls on a Saturday will be celebrated onFriday.

POWER EQUIPMENT OPERATOR CASSIFICATIONS

GROUP 1: Asphalt spreader, backhoe crawler capacity overcater- piller 225 and lomatsu 300, Boiler (thermoplastic),Cherry picker, over 50 tons, CMI or maxim spreader,concrete pump (with oiler), crane (crawler truck), crane(on barge), crane (stone setting), crane (structuralsteel), crane (with clam shell), derrick, dragline, dredge,gradall, grader, hoist (3 drum), loading machine (bucket)cap of 10 yds or over micro-trap, with compressor (negativeair machine), milling machine, large pile driver, powerwinch, Stone setting/structural steel, power winch (truckmounted/stone steel) powerhouse, road paver scoop,carry-all, scraper in tandem shovel, sideboom tractor,sideboom tractor (used in tank work), stone spreader (selfpropelled tank work), zamboni (ice machine)

GROUP 2: Backhoe, boom truck, bulldozer, cherypicker,conveyor (multi), dinky locomotive, forklift, hoist, 2drum, loading machine, loading machine (front end)mechanicl compactors, (machine drawn), mulch machine(machine-fed), power winch, other than stone/structuralsteel, power winch (truck mounted other than stone steel)pump (hydraulic, with boring machine), roller, (asphalt),scoop (carry-all scraper), tower crane (maintenance man),trenching machine

GROUP 3: Comrpessor (structural steel), Compressor (2 or morein battery), concrete finishing mchine, concrete spreader,conveyor, curb machine (asphalt or concrete), curingmachine, fireman, hoist (1 drum), micro-trap, (selfcontained, negative air machine), pump (4 inches or over),pump (hydraulic), pump (jet), pump (sumbersible), pump(well point), pulvi-mixer, ridge cutter, roller (dirt),

Page 4 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 53: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

striping machine, vac-all, welding and burning, weldingmachine (pile work), welding machine (structural steel)

GROUP 4: Compressor, compressor (on crane), compressor (pilework), compressor (stone setting), concrete breaker,concrete saw or cutter, forklift (walk behind, poweroperated), generator-pile work, generator, hydra hammer,mechanical compactors (hand operated), oiler (truck crane),pin puller, portable heaters, powerbroom, power buggies,pump (double action diaphgrgm), pump (gypsum), trenchmachine (hand), welding machine

GROUP 5: Batching plant (on site of job), generator (small),mixer (with skip), mixer (2 small with or without skip),mixer (2 bag or over, with or without skip), mulch machine,oiler, pump (centrifugal, up to 3 inches), root cutter,stump chipper, tower crane (oiler), tractor (caterpillar orwheel vibrator)

----------------------------------------------------------------ENGI0138-002 06/01/2013

HEAVY & HIGHWAY

Rates Fringes

Power equipment operators:GROUP 1.....................$ 44.09 32.90GROUP 2.....................$ 41.27 32.90GROUP 3.....................$ 39.83 32.90GROUP 4.....................$ 36.94 32.90GROUP 5.....................$ 35.53 32.90GROUP 6.....................$ 33.98 10.23

NOTES:Hazmat premiums:

Level A 3.50Level B 2.50Level C 1.50

Truck and Crawler Cranes long boom premiums:boom lengths (including jib) 100-149 ft .50boom lenghts (including jib) 150-249 ft .75boom lenghts (including jib) 250-349 ft 1.00boom lengths (including jib) 350 ft 1.50

Cranes using clamshell buckets .25Front end loader 10 yds and above .25Oiler on truck cranes with

boom length of 100 ft. or more .25

FOOTNOTE:

a. Paid Holidays: New Years Day, Lincoln's Birthday,Washington's Birthday or Presidents Day (in lieu ofLincoln's or Washington's Birthday, Good Friday, MemorialDay, Independence Day, Labor Day, Columbus Day, Veteran'sDay, Thanksgiving Day, Christmas Day or days celebrated assuch. Any holiday that falls on Saturday will be celebratedon Friday.

Page 5 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 54: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

POWER EQUIPMENT OPERATOR CLASSIFICATIONS

GROUP 1: Asphalt spreader, backhoe crawler (capacity overcaterpiller 225 and komatsu 300), boiler (thermoplastic),boring machine (post hole), cgherry picker (over 50 ton),CMI or maxim spreader, concrete pump, with oiler, crane(crawler truck), crane (on barge), crane (stone setting)crane (structural steel), crane (with clam shell), derrick,dragline, dredge, gradall, grader, hoist (3 drums), loadingmachine (bucket) capacity of 10 yards or over, micro-trap(with compressor-negative air machine), milling machine(large), piledriver, power winch (stone setting structuralsteel), power winch (truck mounted/stone steel),power-house, road paver, scoop, carry all (scraper intandem), shovel, sideboom tractor, sideboom tractor (usedin tank work), stone spreader (self-propelled), tank work,tower crane

GROUP 2: Bulldozer, Backhoe, Boom Truck, Boringmachine/augur, Cherrypicker, Conveyor (multi), DinkyLocomotive, Forklift, Hoist (2 drum), Loading Machine,Loading Machine (front end), Mechanical Compactor (machinedrawn), Mulch Machine (machine- fed), Power Winch (otherthan stone/structural steel), Power Winch (truckmounted/other than stone steel), Pump Hydraulic (withboring machine), Roller (asphalt), Scoop (carry-all,scraper), Tower Crane (maintenance man), Trenching Machine,Vermeer Cutter, Work Boat

GROUP 3: Curb Machine (asphalt or concrete), MaintenanceEngineer (small equipment), Maintenance engineer(well-point) Mechanic (fieldman), Micro-Trap (selfcontained, negative air machine), Milling Machine (small),Pulvi-mixer, Pump (4 inches or over), Pump Hydraulic, PumpJet, Pump Submersible, Pump (well point), Roller Dirt,Vac-All, Welding and burning, Compressor (structuralsteel), Compressor (2 or more battery), Concrete FinishingMachine, Concrete Spreader, Conveyor, Curing Machine,Fireman, Hoist (one drum), Ridge Cutter, Striping Machine,Welding Machine (pile work), Welding Machine (structuralSteel).

GROUP 4: Compressor, Compressor on crane, Compressor (pilework), Compressor (stone setting), Concrete Breaker,Concrete Saw or Cutter, Fork Lift (walk behind, poweroperated), Generator- Pile Work, Generator, Hydra Hammer,Mechanical Compoactors (hand operated), Oiler (truckcrane), Pin Puller, Portable Heaters, Powerbroom, Powerbuggies, Power Grinders, Pump (double action diaphragm),Pump gypsum, Pump (single action 1 to 3 inches), TrenchMachine hand, Welding Machine

GROUP 5: Batching Plant (on site of job), Generator (small),Grinder, Mixer (with skip), Mixer (2 small with or withoutskip), Mixer (2 bag or over, with or without skip), MulchMachine, Oiler, Pump (centrifugal, up to 3 inches), RootCutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2engineers, each), Tractor (caterpillar or wheel), Vibrator,Work boat (deckhand),

Page 6 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 55: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

GROUP 6: Well drillers

----------------------------------------------------------------IRON0046-003 07/01/2014

Rates Fringes

IRONWORKERMETALLIC LATHERS ANDREINFORCING IRONWORKERS.....$ 40.60 30.56

----------------------------------------------------------------IRON0197-001 06/01/2013

Rates Fringes

IRONWORKERSTONE DERRICKMAN............$ 41.00 36.57

----------------------------------------------------------------IRON0361-001 07/01/2014

Rates Fringes

IRONWORKER (STRUCTURAL)..........$ 47.75 47.77----------------------------------------------------------------IRON0580-001 07/01/2014

Rates Fringes

IRONWORKER, ORNAMENTAL...........$ 42.70 44.35----------------------------------------------------------------LABO0066-001 07/01/2014

BUILDING

Rates Fringes

Laborers:Laborers....................$ 34.10 29.44Plasterers Tenders..........$ 34.10 29.44

----------------------------------------------------------------LABO0078-001 02/01/2013

Rates Fringes

LABORERSBUILDING CONSTRUCTIONASBESTOS (Removal,Abatement, Encapsulationor Decontamination ofasbestos); LEAD; &HAZARDOUS WASTE LABORERS(Hazardous Waste,Hazardous Materials,Biochemical and MoldRemediation, HVAC, DuctCleaning, Re-sprayFireproofing, etc).........$ 35.90 14.75

----------------------------------------------------------------LABO1298-001 06/01/2014

Page 7 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 56: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

HEAVY & HIGHWAY

Rates Fringes

Laborers:Asphalt Rakers; Formsetters.$ 39.68 25.85+aAsphalt Shovelers, RollerBoys & Tampers..............$ 38.54 25.85+aRegular Laborers............$ 35.05 25.85+a

A. FOOTNOTES:

Laborers working in a hazardous material hot zone shallreceive an additional 20% premium.

Where the contract provides for night work outside theregular hours of work, the employees shall be paid atstraight time plus a 25% night work premium for the 8 hoursworked during the night.

Firewatch work performed after regular hours shall be paid anadditional 10% premium. Second and Third Shift work willbe paid at a 10% premium.

Contractor requesting laborers certified for hazardousmaterial work and/or employed on hazardous material shallbe required to pay an additional 10% premium.

----------------------------------------------------------------* PAIN0009-002 11/01/2014

Rates Fringes

PAINTERGLAZIERS....................$ 42.85 27.09Painters, Drywall Finishers.$ 41.75 20.87Spray, Scaffold,Sandblasting................$ 42.50 21.87

----------------------------------------------------------------PAIN0806-010 10/01/2014

Rates Fringes

Painters:Stuctural Steel and Bridge..$ 48.75 35.63

----------------------------------------------------------------PAIN1974-002 12/26/2012

Rates Fringes

Painters:DRYWALL TAPERS/POINTERS.....$ 43.82 22.01

----------------------------------------------------------------PLAS0262-003 02/01/2012

Rates Fringes

PLASTERER........................$ 40.78 26.80----------------------------------------------------------------

Page 8 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 57: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

PLAS0780-001 07/01/2014

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 45.88 39.70----------------------------------------------------------------PLUM0200-001 11/01/2013

Rates Fringes

PLUMBERBUILDING CONSTRUCTION:......$ 50.48 29.8RESIDENTIAL CONSTRUCTION:...$ 29.46 10.91

----------------------------------------------------------------PLUM0638-001 06/27/2012

Rates Fringes

PLUMBERSERVICE FITTERS.............$ 26.30 2.55SPRINKLER FITTERS,STEAMFITTERS................$ 51.25 49.54

Service Fitter work shall consist of all repair, service andmaintenance work on domestic, commercial and industrialrefrigeration, air conditioning and air cooling, stoker andoil burner apparatus and heating apparatus etc., includingbut not exclusively the charging, evacuation, leak testingand assembling for all machines for domestic, commercialand industrial refrigeration, air conditioning and heatingapparatus. Also, work shall include adjusting, includingcapacity adjustments, checking and repairing or replacementof all controls and start up of all machines and repairingall defects that may develop on any system for domestic,commercial and industrial refrigeration and all airconditioning, air cooling, stoker and oil burner apparatusand heating apparatus regardless of size or type.

----------------------------------------------------------------ROOF0154-001 10/01/2012

Rates Fringes

ROOFER...........................$ 38.50 28.59----------------------------------------------------------------SHEE0028-002 07/31/2014

Rates Fringes

SHEET METAL WORKERBUILDING CONSTRUCTION.......$ 50.91 36.70RESIDENTIAL CONSTRUCTION....$ 27.22 16.48

----------------------------------------------------------------TEAM0282-002 07/01/2014

Rates Fringes

TRUCK DRIVER.....................$ 35.105 39.9825+a

FOOTNOTES:

Page 9 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 58: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

a. PAID HOLIDAYS: New Year's Day, Presidents' Day, MemorialDay, Independence Day, Labor Day, Columbus Day, ElectionDay, Veterans' Day (Armistice Day), Thanksgiving Day, Dayafter Thanksgiving and Christmas Day. Employees workingtwo (2) days in the calendar week in which a holiday fallsare to be paid for such holiday, provided that they shapeeach remaining workday during such calendar week.

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is union or non-union.

Union Identifiers

An identifier enclosed in dotted lines beginning withcharacters other than "SU" denotes that the unionclassification and rate have found to be prevailing for thatclassification. Example: PLUM0198-005 07/01/2011. The firstfour letters , PLUM, indicate the international union and thefour-digit number, 0198, that follows indicates the local unionnumber or district council number where applicable , i.e.,Plumbers Local 0198. The next number, 005 in the example, isan internal number used in processing the wage determination.The date, 07/01/2011, following these characters is theeffective date of the most current negotiated rate/collectivebargaining agreement which would be July 1, 2011 in the aboveexample.

Union prevailing wage rates will be updated to reflect anychanges in the collective bargaining agreements governing therates.

0000/9999: weighted union wage rates will be published annuallyeach January.

Non-Union Identifiers

Page 10 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 59: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Classifications listed under an "SU" identifier were derivedfrom survey data by computing average rates and are not unionrates; however, the data used in computing these rates mayinclude both union and non-union data. Example: SULA2004-0075/13/2010. SU indicates the rates are not union majority rates,LA indicates the State of Louisiana; 2004 is the year of thesurvey; and 007 is an internal number used in producing thewage determination. A 1993 or later date, 5/13/2010, indicatesthe classifications and rates under that identifier were issuedas a General Wage Determination on that date.

Survey wage rates will remain in effect and will not changeuntil a new survey is conducted.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on

a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour AdministratorU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,

Page 11 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 60: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review BoardU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 12 of 12

12/22/2014file:///C:/Users/velleca/AppData/Local/Temp/Low/GTKOMAQW.htm

Page 61: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX B

ATTACHMENT 3

Goals for Equal Employment Opportunity (EEO) Participation

Page 62: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

GOALS FOR EQUAL EMPLOYMENT OPPORTUNITY (EEO) PARTICIPATION

00820 = 2006/2008:Proposal EI 05-005, Per ConstructionL01/08/09

Page 1 of 1

GOALS FOR MINORITY PARTICIPATION

COUNTY % COUNTY % COUNTY %

Albany …..……………..3.2 Allegany……..…………6.3 Broome ……..………….1.1

* Bronx Cattaraugus …..………..6.3 Cayuga ………..……….2.5 Chautauqua …..………..6.3 Chemung ……..………..2.2 Chenango ……..……….1.2 Clinton ……..………….2.6 Columbia …...………….2.6 Cortland ……..………...2.5 Delaware ……..………..1.2 Dutchess ……...………..6.4 Erie ……….…..………..7.7 Essex ………...………...2.6

Franklin ……...………...2.5 Fulton ………...………..2.6 Genesee ……...………...5.9 Greene ………...……….2.6 Hamilton ……..………..2.6

Herkimer ………………2.1 Jefferson ……………….2.5

* Kings Lewis …………………..2.5 Livingston ……………..5.3 Madison ……………….3.8 Monroe ………………...5.3 Montgomery …………...3.2 Nassau …………………5.8

* New York Niagara ………………...7.7 Oneida …………………2.1 Onondaga ……………...3.8 Ontario ………………...5.3 Orange ………………..17.0 Orleans ………………...5.3 Oswego ………………..3.8 Otsego …………………1.2 Putnam ……………….22.6* Queens Rensselaer ……………..3.2

* Richmond Rockland ……….…….22.6 St. Lawrence ….……….2.5 Saratoga ……….………3.2 Schenectady ….………..3.2 Schoharie …….………..2.6 Schuyler ……….………1.2 Seneca ……….………...5.9 Steuben …….………….1.2 Suffolk ……….………..5.8 Sullivan ……….……...17.0 Tioga ………….……….1.1 Tompkins ……….……..1.2 Ulster ………………...17.0 Warren ………………...2.6

Washington ……………2.6 Wayne …………………5.3 Westchester …………..22.6 Wyoming …...…………6.3 Yates ……...…………...5.9

* The following goal ranges are applicable to the indicated trades in the Countiesof Bronx, Kings, New York, Queens and Richmond.

Electricians................................... 9.0 to 10.2Carpenters .................................. 27.6 to 32.0Steam fitters ............................... 12.2 to 13.5Metal lathers............................... 24.6 to 25.6Painters....................................... 26.0 to 28.6Operating engineers ................... 25.6 to 26.0Plumbers .................................... 12.0 to 14.5Iron workers (structural) ............ 25.9 to 32.0Elevator constructors ..................... 5.5 to 6.5

Bricklayers..................................13.4 to 15.5Asbestos workers........................22.8 to 28.0Roofers ...........................................6.3 to 7.5Iron workers (ornamental) ..........22.4 to 23.0Cement masons...........................23.0 to 27.0Glaziers.......................................16.0 to 20.0Plasterers ....................................15.8 to 18.0Teamsters....................................22.0 to 22.5Boilermakers ..............................13.0 to 15.5All others ....................................16.4 to 17.5

GOAL FOR PARTICIPATION OF WOMEN

The last publication of a goal for the participation of women was April 7, 1978 (43 FR 14888, 14900).Pursuant to 41CFR 60-4.6, the 6.9% goal published on that date is hereby made the goal for all contractsand grant agreements, until further notice.

Page 63: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX B

ATTACHMENT 4

Goals for Disadvantaged/Minority/Women’s Business Enterprise(D/M/WBE) Participation

Page 64: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

GOALS FOR DISADVANTAGED/MINORITY/WOMEN’S BUSINESS ENTERPRISE(D/M/WBE) PARTICIPATION

00821 = 2006/2008:Proposal Page 1 of 1 EI 05-005, Per ConstructionL01/08/09

The Department has established the following utilization goal(s) for this contract, expressed as apercentage of the total contract bid amount. For clarification of Disadvantaged Business Enterprise(DBE) Utilization, Minority Business Enterprise (MBE) Utilization or Women's Business Enterprise(WBE) Utilization requirements refer to §102-12 D/M/WBE Utilization of the Standard Specifications.

Disadvantaged Business Enterprise (DBE) Utilization Goal % (Federal-Aid Only)

Minority Business Enterprise (MBE) Utilization Goal % (Non Federal-Aid Only)

Women's Business Enterprise (WBE) Utilization Goal % (Non Federal-Aid Only)

Directories and/or Information related to the current certification status of Disadvantaged BusinessEnterprises can be obtained from the NYS Unified Certification Program website at:http://biznet.nysucp.net

Direct questions concerning Disadvantaged Business Enterprise Utilization to: NYS Department of Transportation Office of Construction 50 Wolf Road Pod 51 Albany, New York 12232 (518) 457-6472

Direct questions concerning Disadvantaged Business Enterprise Certification to: NYS Department of Transportation Contract Audit Bureau DBE Certification 50 Wolf Road, 1st Floor South Albany, New York 12232 (518) 457-3180

Directories and/or information related to the current certification status of Minority and Women'sBusiness Enterprises, can be obtained by contacting the: Empire State Development Corporation Office of Minority and Women's Business Development 30 S. Pearl Street Albany, NY 12245 (518) 292-5250

www.empire.state.ny.us/Small_and_Growing_Businesses/mwbe.asp

Page 65: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX B

ATTACHMENT 5

Supplemental Title VI Provisions (Civil Rights Act)

Page 66: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX A-1 SUPPLEMENTAL TITLE VI PROVISIONS (CIVIL RIGHTS ACT)(To be included in all contracts)

During the performance of this contract, the contractor, for itself, its assignees and successorsin interest (hereinafter referred to as the "contractor") agrees as follows:

(1) Compliance with Regulations: The contractor shall comply with the Regulation relative tonondiscrimination in Federally assisted programs of the Department of Transportation of theUnited States, Title 49, Code of Federal Regulations, Part 21, and the Federal HighwayAdministration (hereinafter “FHWA”) Title 23, Code of Federal Regulations, Part 200 as theymay be amended from time to time, (hereinafter referred to as the Regulations), which areherein incorporated by reference and made a part of this contract.

(2) Nondiscrimination: The Contractor, with regard to the work performed by it during thecontract, shall not discriminate on the grounds of race, religion, age, color, sex or nationalorigin, sex, age, and disability/handicap in the selection and retention of subcontractors,including procurements of materials and leases of equipment. The contractor shall notparticipate either directly or indirectly in the discrimination prohibited by 49 CFR, section21.5 of the Regulations, including employment practices when the contract covers aprogram set forth in Appendix B of the Regulations.

(3) Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In allsolicitations either by competitive bidding or negotiation made by the contractor for work tobe performed under a subcontract, including procurements of materials or leases ofequipment, each potential subcontractor or supplier shall be notified by the contractor of thecontractor's obligations under this contract and the Regulations relative to nondiscriminationon the grounds of race, color, or national origin, sex, age, and disability/handicap.

(4) Information and Reports: The contractor shall provide all information and reports required bythe Regulations or directives issued pursuant thereto, and shall permit access to its books,records, accounts, other sources of information, and its facilities as may be determined byNYSDOT or the FHWA to be pertinent to ascertain compliance with such Regulations,orders and instructions. Where any information required of a contractor is in the exclusivepossession of another who fails or refuses to furnish this information the contractor shall socertify to NYSDOT’s Office of Civil Rights or FHWA, as appropriate, and shall set forth whatefforts it has made to obtain the information.

(5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with thenondiscrimination provisions of this contract, NYSDOT shall impose such contractsanctions as it or the FHWA may determine to be appropriate, including, but not limited to:

a) Withholding of payments to the contractor under the contract until the contractorcomplies; and/or

b) Cancellation, termination or suspension of the contract, in whole or in part.

(6) Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1)through (6) in every subcontract, including procurements of materials and leases ofequipment, unless exempt by the Regulations, or directives issued pursuant thereto.

Page 67: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

The contractor shall take such action with respect to any subcontractor procurement asNYSDOT or the FHWA may direct as a means of enforcing such provisions including sanctionsfor non-compliance: Provided, however, that in the event a contractor becomes involved in, or isthreatened with, litigation with a subcontractor or supplier as a result of such direction, thecontractor may request NYSDOT to enter into such litigation to protect the interests ofNYSDOT, and, in addition, the contractor may request the United States to enter into suchlitigation to protect the interests of the United States.

Page 68: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

This page is intentionally left blank.

Page 69: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX C

STATE PREVAILING WAGE RATESNYSDOL Form PW-200

Page 70: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

SPECIAL NOTESTATE PREVAILING WAGE RATES

04025 Page 1 of 1 EB 06-035L 01/06/11 9/15/11

The New York State Department of Labor (NYSDOL) has issued a project-specificprevailing wage rate schedule for this Contract. The New York State Labor Law requires theContractor and all subcontractors to ensure that all workers employed in the performance of apublic work contract are paid not less than the prevailing wage rate and supplemental (fringe)benefits in the locality where the work is performed.

The project-specific prevailing wage rate schedule, together with all updates andamendments, is incorporated by reference in this Contract, and made a part hereof, as thoughfully set forth herein. The schedule may be accessed by visiting the NYSDOL website,navigating to the appropriate web page for prevailing wages, and entering the Prevailing RateCase Number (PRC#). The PRC# is found on NYSDOL Form PW-200, the following page inthis Contract Proposal. The project-specific prevailing wage rate schedule and all wage rateamendments are annexed electronically through the following link:

www.labor.ny.gov

It is the obligation of the Contractor and all subcontractors to obtain all updatedprevailing wage rate schedules and to pay all workers in accordance with the periodic wage rateschedule updates issued by the NYSDOL. Any changes or clarifications of labor classifications,and information on the applicability of particular prevailing wage rates, must be obtained fromthe Office of the Director of the Bureau of Public Work at the New York State Department ofLabor.

Page 71: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements for the project referenced above. A unique Prevailing Wage Case Number(PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2014 through June 2015. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion 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 protected]

Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner

NYSDOT FRANK SALVAGGIO, DQAB PS&E UNITNYSDOTPOD 2350 WOLF ROAD ALBANY NY 12232

Schedule Year 2014 through 2015Date Requested 11/14/2014PRC# 2014010489

Location SUFFOLK COUNTYProject ID# D900027Project Type BRIDGE REPLACEMENT/RECONSTRUCTION OF EXISTING HIGHWAY APPROACHES AND

CONNECTING RAMPS. PIN 0012.57

Page 72: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

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 inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality 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 workcontract.

The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule 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 (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe 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 thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment'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 ofany 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 publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project.

There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day /10 Hour Work Schedule" form (PW 30R).

Wages and Supplements

The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate 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; orelectronically at the NYSDOL website www.labor.state.ny.us.

Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us.

The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us.

Payrolls and Payroll Records

Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At aminimum, 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 73: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

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, subscribedand affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, reviewfor 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 recordssworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite.

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 Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby 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 scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements 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 newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite 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 thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated 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 orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination.

When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso 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 suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted 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 thecourt 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 workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches.

The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site.

Page 74: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe 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, oremployment 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 noticesfurnished by the NYS Department of Labor.

Apprentices

Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing.

NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice 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 ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested.

The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information.

It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate 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 tosection 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 workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:

- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.

- There is any willful determination that involves the falsification of payroll records or the kickback of wages orsupplements.

Criminal Sanctions

Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment 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, nationalorigin, sex, disability or marital status.

No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto 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 intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ).

Page 75: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

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 eachcalendar 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 thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe 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 ofemployment, 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 thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw.

A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work.

The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency 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 companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page.

The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' 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 inthe 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 noticesfurnished by the New York State Department of Labor.

Page 76: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Notice of Contract Award New York State Labor Law, Article 8, Section 220.3a requires that certain informationregarding 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 completedfor EACH prime contractor on the above referenced project. Upon notifying the successful bidder(s) of this contract, enter the required information andmail OR fax this form to the office shown at the bottom of this notice, OR fill out theelectronic version via the NYSDOL website.

Contractor InformationAll 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 protected]

Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner

NYSDOT FRANK SALVAGGIO, DQAB PS&E UNITNYSDOTPOD 2350 WOLF ROAD ALBANY NY 12232

Schedule Year 2014 through 2015Date Requested 11/14/2014PRC# 2014010489

Location SUFFOLK COUNTYProject ID# D900027Project Type BRIDGE REPLACEMENT/RECONSTRUCTION OF EXISTING HIGHWAY APPROACHES AND

CONNECTING RAMPS. PIN 0012.57

Page 77: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

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 orinadvertent disclosure of social security numbers. Identity theft is a growing problemand we are sympathetic to contractors’ concerns with regard to inclusion of thisinformation on payrolls if another identifier will suffice.

For these reasons, the substitution of the use of the last four digits of the socialsecurity number on certified payrolls submitted to contracting agencies on publicwork projects is now acceptable to the Department of Labor.

NOTE: This change does not affect the Department’sability to request and receive the entire socialsecurity number from employers during the courseof its public work / prevailing wage investigations.

Page 78: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

To all State Departments, Agency Heads and Public Benefit CorporationsIMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

Budget Policy & Reporting Manual

B-610Public Work Enforcement Fund

effective date December 7, 2005

1. Purpose and Scope:

This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and itsrelevance to State agencies and public benefit corporations engaged in construction orreconstruction contracts, maintenance and repair, and announces the recently-enactedincrease to the percentage of the dollar value of such contracts that must be deposited intothe Fund. This item also describes the roles of the following entities with respect to theFund:

- 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 forconstruction or reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law. State agencies and public benefit corporations participatingin 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 theLaws of 2005) established the Fund.

3. Procedures and Agency Responsibilities:

The Fund is supported by transfers and deposits based on the value of contracts forconstruction and reconstruction, maintenance and repair, as defined in subdivision two ofSection 220 of the Labor Law, into which all State agencies and public benefit corporationsenter.

Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fundto .10 of one-percent of the total cost of each such contract, to be calculated at the timeagencies 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 79: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

To all State Departments, Agency Heads and Public Benefit CorporationsIMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND

OSC will report to DOL on all construction-related ("D") contracts approved during themonth, including contract amendments, and then DOL will bill agencies the appropriateassessment monthly. An agency may then make a determination if any of the billedcontracts are exempt and so note on the bill submitted back to DOL. For any instancewhere an agency is unsure if a contract is or is not exempt, they can call the Bureau ofPublic Work at the number noted below for a determination. Payment by check or journalvoucher is due to DOL within thirty days from the date of the billing. DOL will verify theamounts and forward them to OSC for processing.

For those contracts which are not approved or administered by the Comptroller, monthlyreports and payments for deposit into the Public Work Enforcement Fund must be providedto the Administrative Finance Bureau at the DOL within 30 days of the end of each monthor on a payment schedule mutually agreed upon with DOL.

Reports should contain the following information:

- Name and billing address of State agency or publicbenefit corporation;

- State agency or public benefit corporation contact andphone 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 ordecrease to original contract and the adjustment in thePWEF charge); and

- Brief description of the work to be performed under eachcontract.

Checks and Journal Vouchers, payable to the "New York State Department of Labor"should be sent to:

Department of LaborAdministrative Finance Bureau-PWEF Unit

Building 12, Room 464State Office CampusAlbany, NY 12240

Any questions regarding billing should be directed to NYSDOL's Administrative FinanceBureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contractsshould be directed to the Bureau of Public Work at (518) 457-5589.

Page 80: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York
Page 81: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

New York State Department of LaborRequired Notice under Article 25-B of the Labor Law

ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS:YOU ARE COVERED BY THE

CONSTRUCTION INDUSTRY FAIR PLAY ACTThe 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 factsapply to your work.

IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES ASINDEPENDENT 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, andotherwise qualified

o workers’ compensation benefits for on-the-job injurieso payment for wages earned, minimum wage, and overtime (under certain conditions)o prevailing wages on public work projectso the provisions of the National Labor Relations Act ando a safe work environment

It is a violation of this law for employers to retaliate against anyone who asserts their rightsunder 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 fineand 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 5years.

If you have questions about your employment status or believe that your employer may haveviolated your rights and you want to file a complaint, call the Department of Labor at1(866)435-1499 or send an email to [email protected]. All complaints offraud and violations are taken seriously and you can remain anonymous.

Employer Name:

IA 999 (09/10)

Page 82: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

(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 518-457-5589.

* In the event that the required information will not fit on the pay stub,an accompanying sheet or attachment of the information will suffice.

Page 83: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York
Page 84: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

(03.12) Page 1 of 2

OSHA 10-hour ConstructionSafety 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 85: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

(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 CenterRochester, NYDonna WinterFax (585) 475-6292e-mail: [email protected](866) 385-7470 Ext. 2919www.rit.edu/~outreach/course.php3?CourseID=54

Atlantic OSHA Training CenterUMDNJ – School of Public HealthPiscataway, NJJanet CrooksFax (732) 235-9460e-mail: [email protected](732) 235-9455https://ophp.umdnj.edu/wconnect/ShowSchedule.awp?~~GROUP~AOTCON~10~

Atlantic OSHA Training CenterUniversity at BuffaloBuffalo, New YorkJoe SyracuseFax (716) 829-2806e-mail:mailto:[email protected](716) 829-2125http://www.smbs.buffalo.edu/CENTERS/trc/schedule_OSHA.php

Keene State CollegeManchester, NHLeslie Singletone-mail: [email protected](800) 449-6742www.keene.edu/courses/print/courses_osha.cfm

3. List of trainers and training schedules for OSHA outreach training at:

www.OutreachTrainers.org

Page 86: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

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 July18, 2008. The statute provides as follows:

The advertised specifications for every contract for public work of $250,000.00 ormore must contain a provision requiring that every worker employed in theperformance of a public work contract shall be certified as having completed anOSHA 10 safety training course. The clear intent of this provision is to require thatall employees of public work contractors, required to be paid prevailing rates, receivesuch 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 theOSHA 10 course to the first certified payroll submitted to the contracting agency andon 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 havean expiration date.)Training roster, attendance record of other documentation from the certifiedtrainer pending the issuance of the card.Other valid proof

**A certification by the employer attesting that all employees have completed such a course is not sufficient proof that the course has been completed.

Any questions regarding this statute may be directed to the New York StateDepartment of Labor, Bureau of Public Work at 518-485-5696.

Page 87: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York
Page 88: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Employer Registration for Use of 4 Day / 10 Hour Work Schedule”

Page 89: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

ooo

Before completing Form PW30R check to be sure …

There is a Dispensation of Hours in place on the project.

The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using.

The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will takeplace.

Page 90: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

PW-30R (07.14)

New York State Department of Labor

Bureau of Public Work W. Averell Harriman State Office Campus

Building 12 - Room 130 Albany, New York 12240

Phone - (518) 457-5589 Fax - (518) 485-1870

Date :

Name:

Title:

Company Name:

City: State:

Fax Number: Email Address:

Contractor Information

Address:

Zip Code:

Project PRC#:

Exact Location of Project:

Project Information

Requestor Information

Project Name/Type:

(If you are Subcontractor) Prime Contractor Name:

Contact Person:

FEIN:

Phone Number

Phone No: Fax No: Email:

1 of 6

County:

Job Classification(s) to Work 4/10 Schedule: (Choose all that apply on Job Classification Checklist - Pages 3-6) *** Do not write in any additional Classifications or Counties***

Before completing Form PW30R check to be sure … There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place.

Please Type or Print the Requested Information

When completed … Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240 -or- Fax to NYSDOL Bureau of Public Work at (518) 485-1870

Employer Registration for Use of 4 Day / 10 Hour Work Schedule

Page 91: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

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

2 of 6NYSDOL Bureau of Public WorkPW-30R (07.14)

Page 92: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

Job Classification Tag # Entire Counties Partial CountiesCheck Box

Carpenter-Building 276B-All 7 2 ,5

Carpenter-Building 276B-Cat 15 5

Carpenter - Building 276-B-DW-LIV 26, 28, 35, 59 61

Carpenter-Building 276B-Gen 19, 32, 37 61

Carpenter-Floor Layers 276B-FL-Liv 26, 28, 35, 59 61

Carpenter-Heavy&Highway 276HH-All 2, 5, 7

Carpenter-Heavy&Highway 276HH-Erie 15

Carpenter-Heavy&Highway 276HH- Gen 19, 32, 37, 61

Carpenter-Heavy&Highway 276HH-Liv 26, 28, 35, 59

Carpenter-Residential 276R-All 7 2, 5

Carpenter - Building 277B-Bro 4, 54

Carpenter - Building 277B-CAY 6, 50, 62

Carpenter - Building 277B-CS 8, 12, 49, 51, 55 2

Carpenter - Building 277 JLS 23, 25, 45

Carpenter - Building 277 omh 22, 27, 33

Carpenter - Building 277 On 34

Carpenter - Building 277 Os 38

Carpenter - Building 277CDO Bldg 9, 13, 39

Carpenter - Heavy&Highway 277CDO HH 9, 13, 39

Carpenter - Heavy&Highway 277HH-BRO 4, 6, 8, 12, 49, 50, 51, 54, 55, 62

Carpenter - Heavy/Highway 277 oneida 22, 23, 25, 27, 33, 34, 38, 45

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-Alb1, 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

PW-30R (07.14) 3 of 6NYSDOL Bureau of Public Work

Page 93: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

Job Classification Tag # Entire Counties Partial Counties CheckBox

Electrician 86 26, 28 19, 35, 37, 59, 61

Electrician840Teledata and 840 Z1 62 6, 34, 35, 50, 59

Electrician 910 10, 16, 17, 23, 25, 45

Electrician Lineman 1049Line/Gas 30, 41, 52

Electrician 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-LT1, 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 351, 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-Syracuse4, 6, 8, 9, 12, 22, 23, 25, 27, 33, 34, 38, 39, 49, 50, 45, 54, 55

Laborers - Building 322-2H 17, 23, 25, 45

Laborers - Building 785(7) 4 9, 13, 54

PW-30R (07.14) 4 of 6NYSDOL Bureau of Public Work

Page 94: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

Job Classification Tag # Entire Counties Partial Counties Check Box

Laborers - Building 785B-CS 8, 51 49

Laborers- Heavy & Highway 322/2h 17, 23, 25, 45

Laborers- Heavy & Highway 7-785b 12, 55 49, 54

Laborers Heavy & Highway 785(7) 4 9, 13, 54

Laborer - Heavy & Highway 785HH-CS 8, 51 49

Laborer - Building 621b 2, 7 5

Laborer - Residential 621r 2, 7 5

Mason-Building 3b-Co-Z2 8, 49, 51 2

Mason-Building 3B-Z1 19, 26, 28, 35, 50, 59, 61, 62

Mason-Building-Residential 3B-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

Mason-Building 3B-Jam-Z2 7 2, 5

Mason-Building-Residential 3B-Jam-Z2R 2, 4, 8, 7, 9, 12, 39, 13, 49, 51, 54, 55 5

Mason-Building 3B-Z3 15, 32, 37 5

Mason-Building-Residential 3B-Z3R 15, 32, 37 5

Mason-Heavy Highway 3h2, 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

PW-30R (07.14) 5 of 6NYSDOL Bureau of Public Work

Page 95: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule)

*** Do not write in any additional Classifications or Counties***

Job Classification Tag # Entire Counties Partial Counties Check Box

Mason-Tile Setter Residential 3TS-Z2R 2, 4, 7, 8, 9, 12, 13, 39, 49, 51, 54, 55 5

Mason-Tile Setter Residential 3TS-Z3R 15, 32, 37 5

Mason - Building/Heavy&Highway 780 3, 24, 30, 31, 41, 43, 52

Operating Engineer - Heavy/Highway 137H/H 40, 60 14

Operating Engineer - Heavy& Highway 832H 2, 8, 26, 28, 35, 49, 51, 59, 62 19

Painter 150 28, 59, 62 26, 35

Painter 178 B 4, 9, 54

Painter 178 E 8, 49 51

Painter 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, 615, 7, 26, 51

Painter 4-Jamestown5, 7

Sheetmetal Worker 46 26, 28, 35, 50, 59, 62

Sheetmetal Worker 46r 26, 28, 35, 50, 59, 62

Teamsters-Heavy&Highway 294h/h 1, 11, 18, 20, 29, 42, 46, 47, 48, 58 57

Teamsters-Heavy&Highway 317bhh 6, 12, 50, 51, 55, 62 2

Teamsters-Building/Heavy&Highway 456 40, 60

PW-30R (07.14) 6 of 6NYSDOL Bureau of Public Work

Page 96: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York
Page 97: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

NEW YORK STATE DEPARTMENT OF LABORBureau of Public Work - Debarment List

Page 98: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYERDBA NAME

ADDRESS DEBARMENTSTART DATE

DEBARMENTEND DATE

DOL DOL 4618 FOSTER AVE LLC C/O KAHAN & KAHAN225 BROADWAY-SUITE

715NEW YORK NY 10007

02/05/2013 02/05/2018

DOL NYC A & T IRON WORKS INC 25 CLIFF STREETNEW ROCHELLE NY 10801

12/21/2009 12/21/2014

DOL DOL *****0711 A ULIANO & SON LTD 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL A ULIANO CONSTRUCTION 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL NYC *****4486 ABBEY PAINTING CORP 21107 28TH AVENUEBAYSIDE NY 11360

07/02/2012 07/02/2017

DOL DOL *****9095 ABDO TILE CO 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****8488 ABELCRAFT OF NEW YORKCORP

640 ASHFORD AVENUEARDSLEY NY 10502

08/27/2013 08/27/2018

DOL DOL *****1219 ABSOLUTE GENERALCONTRACTING INC

1229 AVENUE UBROOKLYN NY 11229

01/28/2013 01/28/2018

DOL DOL *****4539 ACCOMPLISHED WALLSYSTEMS INC

112 OSCAWANA HEIGHTSROAD

PUTNAM VALLEY NY 10542

08/27/2013 08/27/2018

DOL DOL *****8018 ACCURATE MECHANICAL LLC 9547 BUSTLETON AVENUEPHILADELPHIA PA 19115

02/05/2014 02/05/2019

DOL DOL ACCURATE MECHANICAL OFPHILADELPHIA LLC

9547 BUSTLETON AVENUEPHILADELPHIA PA 19115

02/05/2014 02/05/2019

DOL DOL ADAM A CEMERYS 2718 CURRY ROADSCHENECTADY NY 12303

07/08/2010 07/08/2015

DOL DOL *****7584 ADAM'S FLOOR COVERINGLLC

2718 CURRY ROADSCHENECTADY NY 12303

07/08/2010 02/15/2017

DOL DOL ADESUWA UWUIGBE P O BOX 21-1022BROOKLYN NY 11221

05/16/2012 05/16/2017

DOL NYC ADRIANA SELA C/O COLONIALROOFING

COMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROADNEW HAMPTON NY 10958

10/01/2010 10/01/2015

DOL DOL *****2538 AGG MASONRY INC 160 72ND ST - SUITE 721BROOKLYN NY 11209

03/19/2013 03/19/2018

DOL DOL ALBERT CASEY 43-28 54TH STREETWOODSIDE NY 11377

07/01/2011 07/01/2016

DOL DOL ALEJANDRO MATOS C/O SEVEN STAR ELECTRICAL23-24 STEINWAY

STREETASTORIA NY 11105

06/27/2011 06/27/2016

DOL DOL ALISHER KARIMOV C/O AGG MASONRY INC7105 3RD AVENUEBROOKLYN

NY 11209

03/19/2013 03/19/2018

DOL DOL *****8740 ALLSTATE ENVIRONMENTALCORP

C/O JOSE MONTAS27 BUTLER PLACEYONKERS

NY 10710

03/18/2011 03/15/2017

DOL DOL *****8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE CDEER PARK NY 11729

05/27/2010 05/27/2015

DOL DOL *****4274 AMERICAN STEELMECHANICAL INC

693 PAINTER STREETMEDIA PA 19063

02/20/2013 02/20/2018

DOL NYC ANDERSON LOPEZ 670 SOUTHERN BLVDBRONX NY 10455

06/14/2011 06/14/2016

DOL DOL ANDREW DIPAUL C/O CONSOLIDATEDINDUSTRI

2051 ROUTE 44/55MODENA NY12548

12/11/2012 12/11/2017

DOL NYC ANDRZEJ WROBEL 24 CONGRESS LANESOUTH RIVER NJ 08882

05/01/2013 05/01/2018

DOL DOL *****7004 ANNEX CONTRACTING LTD 3005 WYNSUM AVENUEMERRICK NY 11566

08/18/2014 08/18/2019

DOL DOL *****7004 ANNEX GENERALCONTRACTING INC

3005 WYNSUM AVENUEMERRICK NY 11566

08/18/2014 08/18/2019

DOL AG ANTHONY BRANCA 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DA ANTHONY CARDINALE 58-48 59TH STREETMASPETH NY 11378

05/16/2012 05/16/2017

DOL DOL ANTHONY ULIANO 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL DOL *****3020 APCO CONTRACTING CORP 24 SOUTH MARYLANDAVENUE

PORT WASHINGTON NY11050

09/24/2012 09/24/2017

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 1 of 13

Article 8

Page 99: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL *****3219 APOLLO CONSTRUCTION

SERVICES CORPAPOLLO

PAINTING CO157 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL APOLLO PAINTING CO 157 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****3295 APOLLO PAINTING CORP 3 ALAN B SHEPART PLACEYONKERS NY 10705

03/12/2014 03/12/2019

DOL AG *****0194 APPLIED CONSTRUCTION INC 46 RUGBY ROADWESTBURY NY 11590

11/20/2013 11/20/2018

DOL NYC *****8403 AQUA JET PAINTING CORP 10 VIKING DRIVEWEST ISLIP NY 11795

04/16/2014 04/16/2019

DOL DOL *****9336 ARTIERI SPECIALTIES LLC SWITZERSALES

107 STEVENS STREETLOCKPORT NY 14094

11/04/2009 11/04/2014

DOL DOL *****3953 ASCAPE LANDSCAPE &CONSTRUCTION CORP

634 ROUTE 303BLAUVELT NY 10913

07/26/2012 11/19/2018

DOL DOL *****2534 B & B CONCRETECONTRACTORS INC

55 OLD TURNPIKE ROADSUITE 612NANUET NY 10954

02/04/2011 02/04/2016

DOL NYC BASIL ROMEO 243-03 137TH AVENUEROSEDALE NY 11422

03/25/2010 03/25/2015

DOL DOL *****2294 BEDELL CONTRACTING CORP 2 TINA LANEHOPEWELL JUNCTION NY

12533

01/06/2012 01/06/2017

DOL DOL BENNY VIGLIOTTI C/O LUVIN CONSTRUCTIONCO

P O BOX 357CARLE PLACE NY11514

03/15/2010 03/15/2015

DOL DOL *****6999 BEST ROOFING OF NEWJERSEY LLC

30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL BEVERLY F WILLIAMS 1238 PRESIDENT STREETBROOKLYN NY 11225

11/18/2013 11/18/2018

DOL DOL BIAGIO CANTISANI 200 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL NYC *****8377 BOSPHORUS CONSTRUCTIONCORPORATION

3817 KINGS HIGHWAY-STE 1DBROOKLYN NY 11234

06/30/2010 06/30/2015

DOL DOL BRIAN HOXIE 2219 VALLEY DRIVESYRACUSE NY 13207

12/04/2009 12/04/2014

DOL DOL *****6156 C & J LANDSCAPING &MAINTENANCE INC

520 PINE HILL ROADCHESTER NY 10940

06/23/2014 06/23/2019

DOL DOL CANTISANI & ASSOCIATESLTD

442 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL *****1143 CARMODY BUILDING CORP 442 ARMONK ROADMOUNT KISCO NY 10549

05/04/2012 05/04/2017

DOL DOL *****3368 CARMODY CONCRETE CORP 442 ARMONK ROADMOUNT KISCO NY 10549

12/04/2009 05/04/2017

DOL DOL CARMODY CONTRACTINGCORP

220 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL *****6215 CARMODY CONTRACTING INC 220 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL *****3812 CARMODY INC 442 ARMONK ROADMOUNT KISCO NY 10549

12/04/2009 05/04/2017

DOL DOL *****3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUEWHITE PLAINS NY 10603

05/04/2012 05/04/2017

DOL DOL CARMODY MAINTENANCECORP

105 KISCO AVENUEMOUNT KISCO NY 10549

05/04/2012 05/04/2017

DOL DOL *****0324 CARMODY MASONRY CORP 442 ARMONK ROADMOUNT KISKO NY 10549

12/04/2009 05/04/2017

DOL DOL *****3812 CARMODY"2" INC 220 FERRIS AVENUEWHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL NYC *****9172 CASSIDY EXCAVATING INC 14 RAILROAD AVENUEVALHALLA NY 10595

05/15/2014 05/15/2019

DOL DOL *****1683 CATONE CONSTRUCTIONCOMPANY INC

294 ALPINE ROADROCHESTER NY 14423

03/09/2012 03/09/2017

DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREETROCHESTER NY 14423

03/09/2012 03/09/2017

DOL DOL *****8530 CAZ CONTRACTING CORP 37-11 35TH AVENUELONG ISLAND CITY NY 11101

08/26/2013 08/26/2018

DOL DOL *****7924 CBI CONTRACTINGINCORPORATED

2081 JACKSON AVENUECOPIAGUE NY 11726

06/03/2010 06/03/2015

DOL DOL *****5556 CERTIFIED INSTALLERS INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL NYC CHARLES CASSIDY JR 14 RAILROAD AVENUEVALHALLA NY 10595

05/15/2014 05/15/2019

DOL DOL CHARLES OKRASKI 67 WARD ROADSALT POINT NY 12578

01/21/2011 01/21/2016

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 2 of 13

Article 8

Page 100: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITE C

DEER PARK NY 1172905/27/2010 05/27/2015

DOL DOL *****1416 CHEROMINO CONTROLGROUP LLC

61 WILLET ST - SUITE 14PASSAIC NJ 07055

12/03/2009 02/23/2017

DOL DOL CHRIS SAVOURY 44 THIELLS-MT IVY ROADPOMONA NY 10970

10/14/2011 10/14/2016

DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTIONINC

9091 ERIE ROADANGOLA NY14006

02/03/2011 02/03/2016

DOL DOL CHRISTOF PREZBYL 2 TINA LANEHOPEWELL JUNCTION NY

12533

01/06/2012 01/06/2017

DOL DOL CITY GENERAL BUILDERS INC 131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****7086 CITY GENERAL IRON WORKSINC

131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****3360 CITY LIMITS GROUP INC 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL NYC *****1768 COFIRE PAVINGCORPORATION

120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL NYC *****2905 COLONIAL ROOFINGCOMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL NYC *****3182 COLORTECH INC 5990 58TH AVENUEMASPETH NY 11378

11/18/2013 11/18/2018

DOL DOL *****8342 CONKLIN PORTFOLIO LLC 60 COLONIAL ROADSTILLWATER NY 12170

02/15/2011 02/15/2016

DOL DOL *****2703 CONKLIN'S TECH-MECHANICAL INC

5 PARKER AVENUEPOUGHKEEPSIE NY 12601

03/25/2014 03/25/2019

DOL DOL *****4175 CONSOLIDATED INDUSTRIALSERVICES INC

2051 ROUTE 44/55MODENA NY 12548

12/11/2012 01/28/2018

DOL DOL CONSTANTINOS ZERVAS 37-11 35TH AVENUELONG ISLAND CITY NY 11101

08/26/2013 08/26/2018

DOL DOL *****5740 CORTLAND GLASS COMPANYINC

336 TOMPKINS STREETCORTLAND NY 13045

10/21/2010 07/15/2016

DOL NYC *****4468 CRAFT CONTRACTINGGROUP INC

3256 BRUNER AVENUEBRONX NY 10469

07/29/2014 07/29/2019

DOL NYC *****8507 CRAFT FENCE INC 3256 BRUNER AVENUEBRONX NY 10469

07/29/2014 07/29/2019

DOL DOL *****0810 D & G PAINTING &DECORATING INC

53 LITTLE COLLABAR ROADMONTGOMERY NY 12549

04/19/2012 04/19/2017

DOL DOL DANIEL CELLUCCI ELECTRIC 17 SALISBURY STREETGRAFTON MA 01519

06/02/2010 06/02/2015

DOL DOL *****7129 DANIEL T CELLUCCI DANIELCELLUCCIELECTRIC

17 SALISBURY STREETGRAFTON MA 01519

06/02/2010 06/02/2015

DOL NYC DAWN AVILA AKA DAWNBECHTOLD

1ST FLOOR STORE FRONT88-10 LITTLE NECK

PARKWAYFLORAL PARK NY11001

06/24/2014 06/24/2019

DOL NYC DAWN BECHTOLD AKA DAWNAVILA

1ST FLOOR STORE FRONT88-10 LITTLE NECK

PARKWAYFLORAL PARK NY11001

06/24/2014 06/24/2019

DOL DOL DEAN ROBBINS III 212 OXFORD WAYSCHENECTADY NY 12309

12/11/2012 09/16/2018

DOL NYC *****3865 DECOMA BUILDINGCORPORATION

134 EVERGREEN PL/STE 101EAST ORANGE NJ 07018

12/30/2013 12/30/2018

DOL DOL *****1446 DELTA CONTRACTINGPAINTING AND DECORATING

INC

437 SUNRISE HIGHWAYWEST BABYLON NY 11707

08/12/2013 08/12/2018

DOL DOL *****3538 DELTA CONTRACTINGPAINTING AND DESIGN INC

75 MCCULLOCH DRIVEDIX HILLS NY 11746

10/19/2010 08/12/2018

DOL DOL DEMETRIOS KOUTSOURAS 530 BEECH STREETNEW HYDE PARK NY 11040

07/02/2012 07/02/2017

DOL DOL *****9868 DESANTIS ENTERPRISES 161 OSWEGO RIVER ROADPHOENIX NY 13135

09/24/2013 11/18/2018

DOL NYC *****8234 DEWATERS PLUMBING ANDHEATING LLC

30 COLUMBUS CIRCLEEASTCHESTER NY 10709

08/21/2012 08/21/2017

DOL DOL *****9252 DI BERNARDO TILE ANDMARBLE CO INC

15 WALKER WAYALBANY NY 12205

03/21/2014 03/21/2019

DOL DOL DIANE DEAVER 731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL DOL DORIS SKODA C/O APCO CONTRACTINGCORP

24 SOUTH MARYLANDAVENUEPORT WASHINGTON

NY 11050

09/24/2012 09/24/2017

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 3 of 13

Article 8

Page 101: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST - SUITE 14

PASSAIC NJ 0705512/03/2009 07/09/2015

DOL DOL *****6982 DUFOUR GROUP INC DUFOURMASONRY

353 WEST 56TH STREET #7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL DOL DUFOUR MASONRY 353 WEST 56TH ST #7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL DOL DUFOUR MASONRY &RESTORATION INC

353 WEST 56TH STREET #7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL DOL *****5840 DYNA CONTRACTING INC 363 88TH STREETBROOKLYN NY 11209

11/18/2013 11/18/2018

DOL NYC *****6176 E N E L ELECTRICAL CORP 1107 MCDONALD AVENUEBROOKLYN NY 11230

07/30/2010 07/30/2015

DOL DOL EARL GALBREATH 640 ASHFORD AVENUEARDSLEY NY 10502

08/27/2013 08/27/2018

DOL DOL *****1496 EAST COAST DRYWALL INC 1238 PRESIDENT STREETBROOKLYN NY 11225

11/18/2013 11/18/2018

DOL DOL *****8011 ECOA CLEANINGCONTRACTORS INC

P O BOX 21-1022BROOKLYN NY 11221

05/16/2012 05/16/2017

DOL NYC *****8074 ECONOMY IRON WORKS INC 670 SOUTHERN BLVDBRONX NY 10455

06/14/2011 06/14/2016

DOL DOL EDWARD L GAUTHIER C/O IMPERIAL MASONRYREST

141 ARGONNEDRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL NYC EDWARD MENKEN C/O AQUA JET PAINTING10 VIKING DRIVEWEST ISLIP

NY 11795

04/16/2014 04/16/2019

DOL NYC *****0900 EF PRO CONTRACTING INC 147 BROOME AVENUEATLANTIC BEACH NY 11509

03/03/2014 03/03/2019

DOL NYC EFSTRATIOS BERNARDIS 23-73 48TH STREETLONG ISLAND CITY NY 11103

04/24/2014 04/24/2019

DOL NYC *****6260 EL TREBOL SPECIALCLEANING INC

95-26 76TH STREETOZONE PARK NY 11416

10/12/2011 10/12/2016

DOL DOL ELIZABETH RAMADANI C/O RAMADA CONSTRUCTION80 SAVO LOOPSTATEN

ISLAND NY 10309

01/07/2014 01/07/2019

DOL DOL ELLEN DESANTIS DESANTISENTERPRISES

161 OSWEGO RIVER ROADPHOENIX NY 13135

09/24/2013 11/18/2018

DOL DOL *****0780 EMES HEATING & PLUMBINGCONTR

5 EMES LANEMONSEY NY 10952

01/20/2002 01/20/3002

DOL AG EMILIO FRANZA 90 JUNIUS STREETBROOKLYN NY 11212

01/23/2014 01/23/2019

DOL DOL EMPIRE CONCRETESERVICES LLC

101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL *****0511 EMPIRE CONCRETE SYSTEMSLLC

101 SULLYS TRAIL/ SUITE 2PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL *****2353 EMPIRE CONSTRUCTORS LLC 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL EMPIRE PRECAST LLC 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL *****6101 ENHANCED DATA COM INC 75 SHERBROOK ROADNORTH BABYLON NY 11704

07/01/2010 07/01/2015

DOL DOL ERIKA BARNETT 253 BEACH BREEZE LANEUNIT BARVERNE NY 11692

02/05/2013 02/05/2018

DOL DOL ESTEVES & FRAGACONSTRUCTION CO INC

986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL ESTEVES & FRAGA INC 986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL EVELIO ELLEDIAS 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL NYC EVERTON CARLESS 134 EVERGREEN PL/STE 101EAST ORANGE NJ 07018

12/30/2013 12/30/2018

DOL DOL F KALAFATIS 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL DOL FANTASTIC PAINTING 493 LANSING ROADFULTONVILLE NY 12072

11/18/2013 11/18/2018

DOL DOL *****5867 FJM-FERRO INC 6820 14TH AVENUEBROOKLYN NY 11219

10/27/2011 10/27/2016

DOL DOL *****1311 FLOZ-ON PAINTING &DECORATING INC

12 DUNDERBERG ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL DOL *****8961 FLOZ-ON PAINTING INC 12 DUNDERBERG ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL DOL FMS 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL *****8067 FORTH SPORT FLOORS INC P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 10/01/2017

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 4 of 13

Article 8

Page 102: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL FRAN MICELI 2279 HOLLERS AVENUE

BRONX NY 1047501/07/2014 06/23/2019

DOL DOL FRANCES KALAFATIS 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL DOL FRANCES KALAFATIS-MICELI 2279 HOLLERS AVENUEBRONX NY 10475

01/07/2014 06/23/2019

DOL NYC FRANK ACOCELLA 68 GAYLORD ROADSCARSDALE NY 10583

02/10/2011 02/10/2016

DOL DOL FRANK J MERCANDO 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 02/03/2019

DOL DOL FRANK MICELI JR C/O FRANKMICELI JR

CONTRACTING INC

19 CLIFF STREETNEW ROCHELLE NY 10801

10/16/2013 10/16/2018

DOL DOL *****1321 FRANK MICELI JRCONTRACTING INC

19 CLIFF STREETNEW ROCHELLE NY 10801

10/16/2013 10/16/2018

DOL DOL FRANK ORTIZ 75 SHERBROOK ROADNORTH BABYLON NY 11704

07/01/2010 07/01/2015

DOL DOL FRED ABDO ABDO TILECOMPANYAKA ABDO

TILE CO

6179 EAST MOLLOY ROADEAST SYRACUSE NY 13057

06/25/2010 07/02/2017

DOL DOL *****2724 FRESH START PAINTINGCORP

157 TIBBETS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****9202 G & M PAINTINGENTERPRISES INC

13915 VILLAGE LANERIVERVIEW MI 48192

02/05/2010 02/05/2015

DOL DOL G FUCCI CONSTRUCTIONSERVICES

3 ALAN B SHEPARD PLACEYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****6767 G FUCCI PAINTING INC C/O SPIEGEL & UTRERA1 MAIDEN LANE - 5TH FLNEW

YORK NY 10038

03/12/2014 03/12/2019

DOL DOL *****4546 GAF PAINTING LLC 157 TIBBETS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL GARDEN STATE PAINTING 157 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL GARY MCDOWELL GMCONSTRUCTION & LAWN

CARESERVICE

76 PLEASANT STREETWELLSVILLE NY 14895

06/11/2013 06/11/2018

DOL DOL *****6826 GBE CONTRACTINGCORPORATION

12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL NYC GELSOMINA TASSONE 25 CLIFF STREETNEW ROCHELLE NY 10801

06/15/2010 06/15/2015

DOL DOL GEORGE A PATTI III P O BOX 772JAMESTOWN NY 14701

08/13/2010 08/13/2015

DOL DOL GEORGE DI BERNARDO C/O DI BERNARDO TILE15 WALKER WAYALBANY NY

12205

03/21/2014 03/21/2019

DOL NYC GEORGE LUCEY 150 KINGS STREETBROOKLYN NY 11231

01/19/1998 01/19/2998

DOL DOL GEORGE SHINAS 12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL DOL GERALD A POLLOCK 336 TOMPKINS STREETCORTLAND NY 13045

06/29/2010 07/15/2016

DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTATOWN LINE

ROADROCHESTER NY 14623

11/04/2010 11/04/2015

DOL DOL *****1075 GLOBAL TANKCONSTRUCTION LLC

P O BOX 1238SALINA OK 74365

11/28/2012 11/28/2017

DOL DOL *****0878 GM CONSTRUCTION & LAWNCARE SERVICE

76 PLEASANT STREETWELLSVILLE NY 14895

06/11/2013 06/11/2018

DOL DOL *****0090 GOLDS FLOORINGINSTALLATIONS INC

25 HAMILTON ROADMONTICELLO NY 12701

10/16/2013 10/16/2018

DOL DOL *****4013 GR GRATES CONSTRUCTIONCORPORATION

63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/14/2015

DOL DOL GRATES MERCHANT NANNAINC

63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/15/2015

DOL DOL GREGG G GRATES 63 IRONWOOD ROADUTICA NY 13520

06/14/2010 06/14/2015

DOL DOL GREGORY A FUCCI C/O PAF PAINTING SERVICES157 TIBBETTS ROADYONKERS

NY 10705

03/12/2014 03/12/2019

DOL DOL GREGORY FUCCI JR C/O APOLLO CONSTRUCTION157 TIBBETTS ROADYONKERS

NY 10705

03/12/2014 03/12/2019

DOL DOL GRETCHEN SULLIVAN P O BOX 130CRETE IL 60417

11/10/2011 11/10/2016

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 5 of 13

Article 8

Page 103: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL *****7735 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISH

RDMONROE NJ 08831

08/08/2011 08/08/2016

DOL DOL *****9456 GUILLO CONTRACTING CORP P O BOX 229CALVERTON NY 11933

07/08/2013 07/08/2018

DOL DOL GUS PAPASTEFANOU C/O D & G PAINTING & DECO53 LITTLE COLLABAR

ROADMONTGOMERY NY12549

04/19/2012 04/19/2017

DOL NYC *****0346 H N H CONTRACTORS CORP 4558 BROADWAY # 6NEW YORK NY 10040

08/04/2014 08/04/2019

DOL DOL H.H. RAUH CONSTRUCTION,LLC

2930 RT. 394ASHVILLE NY 14710

01/14/2011 01/14/2016

DOL DOL *****2499 H.H. RAUH CONTRACTINGCO., LLC

2930 RT. 394ASHVILLE NY 14710

01/14/2011 01/14/2016

DOL DOL H.H. RAUH PAVING, INC. 7 WEST 1ST ST.LAKEWOOD NY 14750

01/14/2011 01/14/2016

DOL DOL HALSSAM FOSTOK 5 HANSEN PLACEWAYNE NJ 07470

09/18/2013 09/18/2018

DOL NYC HAMEEDUL HASAN 240 HOME STREETTEANECK NJ 07666

08/04/2014 08/04/2019

DOL AG *****9918 HARA ELECTRIC CORP 2461 47TH STREETASTORIA NY 11103

09/26/2013 09/26/2018

DOL DOL *****5405 HARD LINE CONTRACTINGINC

89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL AG HARVINDER SINGH PAUL 90 JUNIUS STREETBROOKLYN NY 11212

01/23/2014 01/23/2019

DOL DOL HI-TECH CONTRACTING CORP 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL *****4331 HIDDEN VALLEY EXCAVATINGINC

225 SEYMOUR STREETFREDONIA NY 14063

02/08/2011 02/08/2016

DOL DOL *****9893 HOXIE'S PAINTING CO INC 2219 VALLEY DRIVESYRACUSE NY 13207

12/04/2009 12/04/2014

DOL DOL *****8426 IMPERIAL MASONRYRESTORATION INC

141 ARGONNE DRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL DOL *****7561 INDUS GENERALCONSTRUCTION

33-04 91ST STREETJACKSON HEIGHTS NY 11372

04/28/2010 04/28/2015

DOL DA *****1958 IRON HORSE ONE INC 10 ROSWELL AVENUEOCEANSIDE NY 11572

09/30/2010 09/30/2015

DOL DOL ISABEL FRAGA C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL *****7598 J M RICH LLC P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL *****3478 J N P CONSTRUCTION CORP 50 LOUIS COURTP O BOX 1907SOUTH

HACKENSACK NY 07606

03/21/2014 03/21/2019

DOL DOL J N RICH LLC P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL *****9368 J TECH CONSTRUCTION PO BOX 64782ROCHESTER NY 14624

09/24/2012 09/24/2017

DOL DOL J THE HANDYMAN 09/24/2012 09/24/2017

DOL DOL JACQUELINE HOWE C/O FLOZ-ON PAINTING INC12 DUNDERBERG

ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL DOL *****8627 JAG I LLC 635 LUZERNE ROADQUEENSBURY NY 12804

09/16/2013 09/16/2018

DOL DOL *****2868 JAG INDUSTRIES INC 175 BROAD ST - SUITE 320GLENS FALLS NY 12801

09/16/2013 09/16/2018

DOL DOL JAMES BOYCE C/O EMPIRE CONCRETE SYST101 SULLYS TRAIL/SUITE20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL JAMES SICKAU 3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 12/30/2016

DOL DOL JAMES WALSH 89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL JASON M RICH P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL JAY PRESUTTI C/O CONSOLIDATEDINDUSTRI

2051 ROUTE 44/55MODENA NY12548

01/28/2013 01/28/2018

DOL DOL JEFF P BRADLEY 520 PINE HILL ROADCHESTER NY 10940

06/23/2014 06/23/2019

DOL DOL JEFFREY A NANNA 502 WOODBURNE DRIVEUTICA NY 13502

06/14/2010 06/14/2015

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 6 of 13

Article 8

Page 104: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL JEFFREY ARTIERI 107 STEVENS STREET

LOCKPORT NY 1409411/04/2009 11/04/2014

DOL NYC JEFFREY CASSIDY 14 RAILROAD AVENUEVALHALLA NY 10595

05/15/2014 05/15/2019

DOL DOL JERALD HOWE C/O FLOZ-ON PAINTING INC12 DUNDERBERG

ROADTOMKINS NY 10986

10/16/2013 10/16/2018

DOL NYC JERRY DEWATERS 30 COLUMBUS CIRCLEEASTCHESTER NY 10709

08/21/2012 08/21/2017

DOL DOL JOHN CATONE C/O CATONE CONSTRUCTION294 ALPINE

ROADROCHESTER NY 14612

03/09/2012 03/09/2017

DOL DOL JOHN DESCUL 437 SUNRISE HIGHWAYAWEST BABYLON NY 11704

08/12/2013 08/12/2018

DOL NYC JOHN DITURI 1107 MCDONALD AVENUEBROOKLYN NY 11230

07/30/2010 07/30/2015

DOL NYC JOHN FICARELLI 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL JOHN H LEE JOHN LEEQUALITYPAVING

67 WILER ROADHILTON NY 14468

01/28/2013 01/28/2018

DOL DOL JOHN JIULIANNI 222 GAINSBORG AVENUE EWEST HARRISON NY 10604

05/10/2010 05/10/2015

DOL DOL *****1749 JOHN LEE QUALITY PAVING 67 WILER ROADHILTON NY 14468

01/28/2013 01/28/2018

DOL DOL *****2701 JOHN SMYKLA AFFORDABLEPAINTING

PLUS

367 GREEVES ROADNEW HAMPTON NY 10958

10/01/2010 10/01/2015

DOL DOL *****9368 JORGE I DELEON J TECHCONSTRUCTI

ON

PO BOX 64782ROCHESTER NY 14624

09/24/2012 09/24/2017

DOL DOL JORGE OUVINA 344 SOUNDVIEW LANECOLLEGE POINT NY 11356

11/22/2011 11/22/2016

DOL DOL JOSE MONTAS 27 BUTLER PLACEYONKERS NY 10710

03/18/2011 03/15/2017

DOL DOL JOSEPH CASUCCI 6820 14TH AVENUEBROOKLYN NY 11219

10/27/2011 10/27/2016

DOL DOL JOSEPH MARTONE 112 OSCAWANA HEIGHTSROAD

PUTNAM VALLEY NY 10542

08/27/2013 08/27/2018

DOL DOL JOSHUA DEBOWSKY 9547 BUSTLETON AVENUEPHILADELPHIA PA 19115

02/05/2014 02/05/2019

DOL DOL JOYA MUSCOLINO 10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL DOL *****4340 JUBCO SITE DEVELOPMENTLLC

462 LAKEVIEW AVENUEVALHALLA NY 10595

12/16/2013 12/16/2018

DOL DOL JULIUS AND GITA BEHREND 5 EMES LANEMONSEY NY 10952

11/20/2002 11/20/3002

DOL DOL K NELSON SACKOOR 16 JOY DRIVENEW HYDE PARK NY 11040

01/05/2010 01/05/2015

DOL NYC KAMIL OZTURK 3715 KINGS HWY - STE 1DBROOKLYN NY 11234

06/30/2010 06/30/2015

DOL DOL KAREN HARTMAN C/O GUILLO CONTRACTINGP O BOX 229CALVERTON NY

11933

07/08/2013 07/08/2018

DOL NYC KATHLEEN SELA C/O COLONIALROOFING

COMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL DOL KEITH SCHEPIS C/O KJS HAULING AND HOME95 MAPLE AVENUENEW CITY

NY 10956

04/15/2013 04/15/2018

DOL DOL KEN DEAVER 731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL DOL KEVIN BABCOCK JR P O BOX 46THOMPSON RIDGE NY 10985

08/22/2014 08/22/2019

DOL DOL KEVIN M BABCOCK P O BOX 46THOMPSON RIDGE NY 10985

08/22/2014 08/22/2019

DOL DOL *****5941 KINGSVIEW ENTERPRISESINC

7 W FIRST STREETP O BOX 2LAKEWOOD NY

14750

01/14/2011 01/14/2016

DOL DOL *****2463 KJS HAULING AND HOMEIMPROVEMENT INC

95 MAPLE AVENUENEW CITY NY 10956

04/15/2013 04/15/2018

DOL AG KOSTAS "GUS"ANDRIKOPOULOS

2461 47TH STREETASTORIA NY 11103

09/26/2013 09/26/2018

DOL DOL KRZYSZTOF PRXYBYL 2 TINA LANEHOPEWELL JUNCTION NY

12533

01/06/2012 01/06/2017

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 7 of 13

Article 8

Page 105: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL *****6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROAD

KATONAH NY 1053608/03/2012 08/03/2017

DOL DOL *****0526 LAGUARDIA CONSTRUCTIONCORP

47-40 48TH STREETWOODSIDE NY 11377

07/01/2011 07/01/2016

DOL NYC *****8816 LAKE CONSTRUCTION ANDDEVELOPMENTCORPORATION

150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL LARRY DOMINGUEZ 114 PEARL STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRYREST

141 ARGONNEDRIVEKENMORE NY 14217

10/03/2012 10/03/2017

DOL DOL LAURI MARTONE 112 OSCAWANA HEIGHTSROAD

PUTNAM VALLEY NY 10542

08/27/2013 08/27/2018

DOL DOL LAVERN GLAVE C/O RAW POWER ELECTRIC3 PARK CIRCLEMIDDLETOWN

NY 10940

09/15/2014 09/15/2019

DOL DOL LAWRENCE J RUGGLES P O BOX 371ROUND LAKE NY 12151

05/12/2014 05/12/2019

DOL DOL *****0597 LEED INDUSTRIES CORP HI-TECHCONTRACTIN

G CORP

114 PEART STREETPORT CHESTER NY 10573

08/15/2012 08/15/2017

DOL AG LEONID FRIDMAN APT 5200 BRIGHTON, 15TH

STBROOKLYN NY 11235

01/23/2013 01/23/2019

DOL DOL *****8453 LINPHILL ELECTRICALCONTRACTORS INC

523 SOUTH 10TH AVENUEMOUNT VERNON NY 10553

01/07/2011 04/15/2018

DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUEMOUNT VERNON NY 10553

01/07/2011 04/15/2018

DOL DOL *****5171 LUVIN CONSTRUCTION CORP P O BOX 357CARLE PLACE NY 11514

03/15/2010 03/15/2015

DOL NYC *****2850 M A 2 FLAGS CONTRACTINGCORP

25-18 100TH STREETEAST ELMHURST NY 11369

08/21/2013 08/21/2018

DOL NYC *****3141 MACKEY REED ELECTRIC INC 1ST FLOOR STORE FRONT88-10 LITTLE NECK

PARKWAYFLORAL PARK NY11001

06/24/2014 06/24/2019

DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROADSUITE 612NANUET NY 10954

02/04/2011 02/04/2016

DOL NYC MANUEL P TOBIO 150 KINGS STREETBROOKLYN NY 14444

08/19/1998 08/19/2998

DOL NYC MANUEL TOBIO 150 KINGS STREETBROOKLYN NY 11231

08/19/1998 08/19/2998

DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL MARGARET FORTH P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 10/01/2017

DOL DOL MARIA ESTEVES AKA MARIAMARTINS

C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL MARIA MARTINS AKA MARIAESTEVES

C/O THREE FRIENDS CONSTR986 MADISON

AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL DOL MARIO LUIS 31 DURANT AVENUEBETHEL CT 06801

07/02/2012 07/02/2017

DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE-SUITE 103ELMONT NY 11003

08/24/2010 08/24/2015

DOL DOL *****5533 MARQUISE CONSTRUCTION &DEVELOPMENT CORP

10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL DOL *****8810 MARQUISE CONSTRUCTIONASSOCIATES INC

20 BOSWELL ROADPUTNAM VALLEY NY 10579

09/03/2013 09/03/2018

DOL DOL *****1134 MARQUISE CONSTRUCTIONCORP

10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL NYC *****4314 MASCON RESTORATION INC 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL NYC *****4314 MASCON RESTORATION LLC 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL DOL *****0845 MASONRY CONSTRUCTIONINC

442 ARMONK ROADMOUNT KISCO NY 10549

12/04/2009 05/04/2017

DOL DOL *****3333 MASONRY INDUSTRIES INC 442 ARMONK ROADMOUNT KISKO NY 10549

12/04/2009 05/04/2017

DOL DOL *****4638 MATSOS CONTRACTINGCORPORATION

12-14 UTOPIA PARKWAYWHITESTONE NY 11357

02/10/2010 02/10/2015

DOL AG *****9970 MAY CONSTRUCTION CO INC 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 8 of 13

Article 8

Page 106: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL *****9857 MBL CONTRACTING

CORPORATION2620 ST RAYMOND AVENUE

BRONX NY 1046108/30/2011 08/30/2016

DOL DOL *****9028 MCINTOSH INTERIORS LLC 8531 AVENUE BBROOKLYN NY 11236

02/05/2013 02/05/2018

DOL DOL *****5936 MCSI ADVANCED AVSOLUTIONS LLC

2085 BRIGHTON HENRIETTATOWN LINE

ROADROCHESTER NY 14623

11/04/2010 11/04/2015

DOL DOL *****4259 MERCANDO CONTRACTINGCO INC

134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 02/03/2019

DOL DOL *****0327 MERCANDO INDUSTRIES LLC 134 MURRAY AVENUEYONKERS NY 10704

12/11/2009 02/03/2019

DOL NYC *****5330 METRO DUCT SYSTEMS INC 12-19 ASTORIA BOULEVARDLONG ISLAND CITY NY 11102

04/16/2014 06/24/2019

DOL DOL *****9198 MICHAEL CZECHOWICZ OCTAGON CO 37-11 35TH AVENUE-2ND FLLONG ISLAND CITY NY 11101

01/08/2013 01/08/2018

DOL DOL MICHAEL F LEARY JR3813 SNOWDEN HILL

ROADNEW HARTFORD NY13413

06/19/2013 06/19/2018

DOL DOL MICHAEL F LEARY JR METALSTUD & DRYWALL

3813 SNOWDEN HILL ROADNEW HARTFORD NY 13413

06/19/2013 06/19/2018

DOL DOL MICHAEL KTISTAKIS 363 88TH STREETBROOKLYN NY 11209

11/18/2013 11/18/2018

DOL DOL *****6033 MICHAEL KUSNIR KUSNIRCONSTRUCTI

ON

2677 ANAWALK ROADKATONAH NY 10536

08/03/2012 08/03/2017

DOL DOL MICHAEL MARGOLIN 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL MICHELLE L BARBER 635 LUZERNE ROADQUEENSBURY NY 12804

09/16/2013 09/16/2018

DOL DOL *****2635 MIDLAND CONSTRUCTION OFCEDAR LAKE INC

13216 CALUMET AVENUECEDAR LAKE IL 46303

11/10/2011 11/10/2016

DOL NYC MIGUEL ACOSTA 25-18 100TH STREETEAST ELMHURST NY 11369

08/21/2013 08/21/2018

DOL DOL *****5517 MILLENNIUM PAINTING INC 67 WARD ROADSALT POINT NY 12578

01/21/2011 01/21/2016

DOL AG MOHAMMAD RIAZ 46 RUGBY ROADWESTBURY NY 11590

11/20/2013 11/20/2018

DOL NYC MOHAMMAD SELIM 73-12 35TH AVE - APT F63JACKSON HEIGHTS NY 11372

03/04/2010 03/04/2015

DOL DA MOHAMMED SALEEM 768 LYDIG AVENUEBRONX NY 10462

08/18/2009 05/25/2015

DOL NYC *****2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVELONG ISLAND CITY NY 11102

05/25/2011 05/25/2016

DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARDOCEANSIDE NY 11572

08/30/2011 08/30/2016

DOL DOL *****2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7ABROOKLYN NY 11229

09/24/2012 09/24/2017

DOL NYC MUHAMMAD ZULFIQAR 129-06 18TH AVENUECOLLEGE POINT NY 11356

02/09/2012 02/09/2017

DOL DOL *****2357 MUNICIPAL MILLING & MIX-IN-PLACE

9091 ERIE ROADANGOLA NY 14006

02/03/2011 02/03/2016

DOL DOL MURRAY FORTH P O BOX 74EAST GREENBUSH NY 12061

02/28/2012 10/01/2017

DOL DA *****9642 MUTUAL OF AMERICALGENERAL CONSTRUCTION &

MANAGEMENT CORP

768 LYDIG AVENUEBRONX NY 10462

08/18/2009 05/25/2015

DOL DOL MUZAFFAR HUSSAIN C/O ABSOLUTE GENERALCONT

1129 AVENUE UBROOKLYN NY11229

01/28/2013 01/28/2018

DOL DA *****6988 NEW YORK INSULATION INC 58-48 59TH STREETMASPETH NY 11378

05/16/2012 05/16/2017

DOL DOL NICHOLAS DEGREGORY JR NJDEGREGORY& COMPANY

1698 ROUTE 9GLENS FALLS NY 12801

05/23/2013 05/23/2018

DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUEATLANTIC BEACH NY 11509

03/03/2014 03/03/2019

DOL NYC NICHOLAS PROVENZANO 147 BROOME AVENUEATLANTIC BEACH NY 11509

03/03/2014 03/03/2019

DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUECOPIAGUE NY 11726

06/03/2010 06/03/2015

DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE CLINDENHURST NY 11757

09/01/2011 09/01/2016

DOL DOL *****5279 NJ DEGREGORY & COMPANY 1698 ROUTE 9GLENS FALLS NY 12801

05/23/2013 05/23/2018

DOL DOL NJ DEGREGORY & SONSCONSTRUCTION

1698 ROUTE 9GLENS FALLS NY 12801

05/23/2013 05/23/2018

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 9 of 13

Article 8

Page 107: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL *****9198 OCTAGON CO 37-11 35TH AVENUE-2ND FL

LONG ISLAND CITY NY 1110101/08/2013 01/08/2018

DOL DOL OKBY ELSAYED 1541 EAST 56TH STREETBROOKLYN NY 11234

05/04/2012 05/04/2017

DOL NYC OLIVER HOLGUIN 95-26 76TH STREETOZONE PARK NY 11416

10/12/2011 10/12/2016

DOL NYC *****8337 OPTIMUM CONSTRUCTIONINC

23-73 48TH STREETLONG ISLAND CITY NY 11103

04/24/2014 04/24/2019

DOL NYC ORSON ARROYO C/O METRO DUCT SYSTEMS12-19 ASTORIA

BOULEVARDLONG ISLANDCITY NY 11102

04/16/2014 06/24/2019

DOL DOL *****4546 PAF PAINTING CORP 161 TIBBETTS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****5242 PAF PAINTING SERVICES INC GARDENSTATE

PAINTING

157 TIBBETTS ROADYONKERS NY 10103

03/12/2014 03/12/2019

DOL DOL PAF PAINTING SERVICES OFWESTCHESTER INC

C/O SPIEGEL & UTRERA1 MAIDEN LANE - 5TH FLNEW

YORK NY 10038

03/12/2014 03/12/2019

DOL DOL *****5226 PASCARELLA & SONS 459 EVERDALE AVENUEWEST ISLIP NY 11759

01/10/2010 01/10/2015

DOL DOL *****8802 PAT'S HEATING AND AIRCONDITIONING LTD

P O BOX 371ROUND LAKE NY 12151

05/12/2014 05/12/2019

DOL DOL PATRICIA M RUGGLES P O BOX 371ROUND LAKE NY 12151

05/12/2014 05/12/2019

DOL DOL PAUL VERNA C/O AMERICAN STEELMECHA

693 PAINTER STREETMEDIAPA 19063

02/20/2013 02/20/2018

DOL DOL PEDRO RINCON 131 MELROSE STREETBROOKLYN NY 11206

03/02/2010 03/02/2015

DOL DOL *****9569 PERFORM CONCRETE INC 31 DURANT AVENUEBETHEL CT 06801

07/02/2012 07/02/2017

DOL NYC PETER LUSTIG 30 COLUMBUS CIRCLEEASTCHESTER NY 10709

08/21/2012 08/21/2017

DOL NYC PETER TRITARIS 5990 58TH AVENUEMASPETH NY 11378

11/18/2013 11/18/2018

DOL DOL *****1136 PHOENIX ELECTRICIANSCOMPANY INC

540 BROADWAYP O BOX 22222ALBANY NY

12201

03/09/2010 03/09/2015

DOL DOL *****7914 PRECISION SITEDEVELOPMENT INC

89 EDISON AVENUEMOUNT VERNON NY 10550

10/28/2011 10/28/2016

DOL DOL *****2989 PROFESSIONAL ESTIMATING& BUSINESS CORP

157 TIBBETS ROADYONKERS NY 10705

03/12/2014 03/12/2019

DOL DOL *****6895 PROLINE CONCRETE OF WNYINC

3090 SHIRLEY ROADNORTH COLLINS NY 14111

04/19/2011 12/30/2016

DOL DOL *****0015 RAMADA CONSTRUCTIONCORP

80 SAVO LOOPSTATEN ISLAND NY 10309

01/07/2014 01/07/2019

DOL DOL RAMON BONILLA 938 E 232ND STREET #2BRONX NY 10466

05/25/2010 05/25/2015

DOL DOL *****2633 RAW POWER ELECTRIC CORP 3 PARK PLACEMIDDLETOWN NY 10940

09/16/2013 09/15/2019

DOL NYC RAYMOND PEARSON P O BOX 957PORT JEFFERSON STA NY

11776

03/12/2014 03/12/2019

DOL DOL REBECCA THORNE 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL REGINALD WARREN C/O RAW POWER ELECTRIC3 PARK CIRCLEMIDDLETOWN

NY 10940

09/15/2014 09/15/2019

DOL DOL REVOLUTIONARY FLOORSLLC

P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL RHINO CONCRETE LLC 101 SULLYS TRAIL/SUITE 20PITTSFORD NY 14534

11/18/2013 01/07/2019

DOL DOL RICHARD WILSON C/O DUFOUR GROUP INC353 WEST 56TH STREET#7MNEW YORK NY 10019

06/10/2014 06/10/2019

DOL NYC *****6978 RISINGTECH INC 243-03 137TH AVENUEROSEDALE NY 11422

03/25/2010 03/25/2015

DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

01/11/2003 01/11/3003

DOL DOL *****1855 ROBERT D BISHOP JR ROBERT DBISHOP JR

P O BOX 112MORRISSONVILLE NY 12962

07/15/2014 07/15/2019

DOL DOL ROBERT D BISHOP JR P O BOX 112MORRISONVILLE NY 12962

07/15/2014 07/15/2019

DOL NYC ROBERT FICARELLI 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 10 of 13

Article 8

Page 108: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL NYC ROBERT GUIDO 3256 BRUNER AVENUE

BRONX NY 1046907/29/2014 07/29/2019

DOL DOL ROBERT L EVANS 128A NORTH STAMFORDROAD

STAMFORD CT 06903

05/23/2013 05/23/2018

DOL DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTINGCO

620 COMMERCESTREETTHORNWOOD NY

10594

09/24/2012 09/24/2017

DOL DOL ROCMAR CONSTRUCTIONCORP

620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL *****7083 ROCMAR CONTRACTINGCORP

620 COMMERCE STREETTHORNWOOD NY 10594

09/24/2012 09/24/2017

DOL DOL *****9025 ROJO MECHANICAL LLC 938 E 232ND STREET #2BRONX NY 10466

05/25/2010 05/25/2015

DOL DOL ROMEO WARREN C/O RAW POWER ELECTRCORP

3 PARK PLACEMIDDLETOWNNY 10940

09/16/2013 09/15/2019

DOL DOL *****5905 ROSE PAINTING CORP 222 GAINSBORG AVENUEEAST

WEST HARRISON NY 10604

05/10/2010 05/10/2015

DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROADPOUND RIDGE NY 10576

05/04/2012 05/04/2017

DOL NYC ROSS J HOLLAND 120-30 28TH AVENUEFLUSHING NY 11354

01/14/2011 01/14/2016

DOL DOL ROSS J MUSCOLINO 10 ST CHARLES STREETTHORNWOOD NY 10594

09/03/2013 09/03/2018

DOL DOL S & M CONTRACTING LLC 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL S & S ELECTRIC 235 BROADWAYSCHENECTADY NY 12306

06/19/2013 06/19/2018

DOL DOL *****2585 S B WATERPROOFING INC SUITE #3R2167 CONEY ISLAND

AVENUEBROOKLYN NY 11223

11/04/2009 11/04/2014

DOL NYC SAEED HASAN 4558 BROADWAY #6NEW YORK NY 10040

08/04/2014 08/04/2019

DOL DOL *****4923 SCHENLEY CONSTRUCTIONINC

731 WARWICK TURNPIKEHEWITT NJ 07421

06/25/2012 12/11/2017

DOL DOL SCOTT LEONARD GLOBAL TANKCONSTRUCTI

ON LLC

P O BOX 1238SALINA OK 74365

11/28/2012 11/28/2017

DOL DOL SEAKCO CONSTRUCTIONCOMPANY LLC

128A NORTH STAMFORDROAD

STAMFORD CT 06903

05/23/2013 05/23/2018

DOL DOL *****9030 SEAKCO NEW YORK LLC SEAKCOCONSTRUCTION COMPANY

128A NORTH STAMFORDROAD

STAMFORD CT 06903

05/23/2013 05/23/2018

DOL DOL SEAN BURBAGE C/O SEANBURBAGE

CORP

445 ROOSA GAP ROADBLOOMINGBURG NY 12721

04/14/2014 04/14/2019

DOL DOL *****6586 SEAN BURBAGE CORP 445 ROOSA GAP ROADBLOOMINGBURG NY 12721

04/14/2014 04/14/2019

DOL DOL *****3540 SEVEN STAR ELECTRICALCONTRACTING CORP

23-24 STEINWAY STREETASTORIA NY 11105

06/27/2011 06/27/2016

DOL DOL SEVEN STAR ELECTRICAL INC C/O THEONI ATHANASIADIS1023 COMMACK ROADDIX

HILLS NY 11746

06/27/2011 06/27/2016

DOL NYC SHAFIQUL ISLAM 11-27 30TH DRIVELONG ISLAND CITY NY 11102

05/25/2011 05/25/2016

DOL NYC SHAHZAD ALAM 21107 28TH AVEBAYSIDE NY 11360

07/02/2012 07/02/2017

DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST33-04 91ST STREETJACKSON

HEIGHTS NY 11372

04/28/2010 04/28/2015

DOL DOL *****0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREETBUFFALO NY 14215

11/14/2006 02/25/2015

DOL DOL *****8469 SIGNATURE PAVING ANDSEALCOATING

P O BOX 772JAMESTOWN NY 14701

08/13/2010 08/13/2015

DOL DOL *****8469 SIGNATURE SEALCOATINGAND STRIPING SERVICE

345 LIVINGSTON AVENUEP O BOX 772JAMESTOWN NY

14702

04/04/2007 08/13/2015

DOL DOL *****6904 SIGNING STAR LIMITEDLIABILITY COMPANY

5 HANSEN PLACEWAYNE NJ 07470

09/18/2013 09/18/2018

DOL DOL *****0667 SNEEM CONSTRUCTION INC 43-22 42ND STREETSUNNYSIDE NY 11104

07/01/2011 07/01/2016

DOL DOL SPASOJE DOBRIC 61 WILLET STREET - SUITEPASSAIC NJ 07055

07/09/2010 02/23/2017

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 11 of 13

Article 8

Page 109: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL NYC *****4934 SPHINX CONTRACTING CORP 240 HOME STREET

TEANECK NJ 0766608/04/2014 08/04/2019

DOL DOL SPORTSCRAFTERS INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL *****3539 SPOTLESS CONTRACTING IMPACTINDUSTRIAL

SERVICES INC

44 THIELLS-MT IVY ROADPOMONA NY 10970

10/14/2011 10/14/2016

DOL DOL *****3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVDQUEENS VILLAGE NY 11427

08/11/2003 08/11/3003

DOL DOL STEFANIE MCKENNA 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL STEPHEN BIANCHI 462 LAKEVIEW AVENUEVALHALLA NY 10595

12/16/2013 12/16/2018

DOL DOL STEPHEON SHELDON FANTASTICPAINTING

493 LANSING ROADFULTONVILLE NY 12072

11/18/2013 11/18/2018

DOL DOL STEVEN CONKLIN 60 COLONIAL ROADSTILLWATER NY 12170

02/15/2011 02/15/2016

DOL DOL STEVEN SAGGESE 3005 WYNSUM AVENUEMERRICK NY 11566

08/18/2014 08/18/2019

DOL DOL STUART CHAITIN 634 ROUTE 303BLAUVET NY 10913

07/26/2012 11/19/2018

DOL DOL *****3210 SUPER SWEEP FMS 4 LEGHORN COURTNEW YORK NY 11746

11/28/2012 11/28/2017

DOL DOL SUZANNE G GOLD C/O GOLDSFLOORING

INSTALLATIONS INC

25 HAMILTON ROADMONTICELLO NY 12701

10/16/2013 10/16/2018

DOL DOL *****9676 T D CONTRACTORS CORP T DCONTRACTOR

S INC

113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL T D CONTRACTORS INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL TECH-MECHANICAL FAB DCINC

5 PARKER AVENUEPOUGHKEEPSIE NY 12601

03/25/2014 03/25/2019

DOL DOL *****4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANECOLLEGE POINT NY 11356

11/22/2011 11/22/2016

DOL DOL THE THORNE GROUP INC 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL DOL *****2070 THE UNIVERSAL GROUP OFNEW YORK INC

212 OXFORD WAYSCHENECTADY NY 12309

12/11/2012 09/16/2018

DOL DOL *****9243 THE WELCOME MATPROPERTY MANAGEMENT

LLC

P O BOX 268STILLWATER NY 12170

09/16/2013 03/21/2019

DOL DOL THEONI ATHANASIADIS C/O SEVEN STAR ELECTRICAL23-24 STEINWAY

STREETASTORIA NY 11105

06/27/2011 06/27/2016

DOL DOL THOMAS DESANTIS DESANTISENTERPRISES

161 OSWEGO RIVER ROADPHOENIX NY 13135

09/24/2013 11/18/2018

DOL NYC THOMAS SCARINCI 130-43 92ND AVENUERICHMOND HILLS NY 11418

11/27/2013 11/27/2018

DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1NEWBURGH NY 12550

11/15/2010 11/15/2015

DOL DOL *****2734 THREE FRIENDSCONSTRUCTION CORP

986 MADISON AVENUEPATERSON NJ 07501

01/03/2013 01/03/2018

DOL NYC *****6253 THUNDER BROTHERS CORP 24 CONGRESS LANESOUTH RIVER NJ 08882

05/01/2013 05/01/2018

DOL DOL TIMOTHY F BARBER 635 LUZERNE ROADQUEENSBURY NY 12804

09/16/2013 09/16/2018

DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION4322 42ND

STREETSUNNYSIDE NY 11104

07/01/2011 07/01/2016

DOL NYC *****1523 TM MECHANICAL CORP 130-43 92ND AVENUERICHMOND HILLS NY 11418

11/27/2013 11/27/2018

DOL DOL *****3315 TOTAL DOOR SUPPLY &INSTALLATION INC

16 JOY DRIVENEW HYDE PPARK NY 11040

01/05/2010 01/05/2015

DOL DOL *****3315 TOTAL DOOR SUPPLY &INSTALLATION INC

16 JOY DRIVENEW HYDE PPARK NY 11040

01/05/2010 01/05/2015

DOL DOL *****8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREETBROOKLYN NY 11234

05/04/2012 05/04/2017

DOL DOL *****2357 TRAC CONSTRUCTION INC MUNICIPALMILLING & MIX

-IN- PLACE

9091 ERIE ROADANGOLA NY 14006

02/03/2011 02/03/2016

DOL DOL *****6914 TRI-COUNTY RESTORATIONS& CONSTRUCTION INC

13 SUMMERSET DRIVEWALLKILL NY 12589

08/22/2014 08/22/2019

DOL DOL TRI-COUNTY RESTORATIONSINC

392 ROCK CUT ROADWALDEN NY 12586

08/22/2014 08/22/2019

DOL DOL *****5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE CLINDENHURST NY 11757

09/01/2011 09/01/2016

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 12 of 13

Article 8

Page 110: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

DOL DOL *****4294 TWT CONSTRUCTIONCOMPANY INC

13 NEW ROAD/SUITE 1NEWBURGH NY 12550

11/15/2010 11/15/2015

DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURTMILLER PLACE NY 11746

10/26/2010 10/26/2015

DOL AG *****6490 UNIVERSAL STEELFABRICATORS INC

90 JUNIUS STREETBROOKLYN NY 11212

01/23/2014 01/23/2019

DOL NYC *****7174 V&R CONTRACTING P O BOX 957PORT JEFFERSON STA NY

11776

03/12/2014 03/12/2019

DOL DOL *****1504 VALLEY VIEW LANDSCAPINGAND SITE DEVELOPMENT LLC

470 AURORA STREETLANDSCASTER NY 14086

10/29/2009 10/29/2014

DOL DOL *****0854 VANESSA CONSTRUCTIONINC

588 MEACHAM AVE/STE 103ELMONT NY 11003

08/24/2010 08/24/2015

DOL NYC VEAP SELA C/O COLONIALROOFING

COMPANY INC

247 48TH STREETBROOKLYN NY 11220

02/05/2014 02/05/2019

DOL DOL *****3270 VEZANDIO CONTRACTINGCORP

530 BEECH STREETNEW HYDE PARK NY 11040

07/02/2012 07/02/2017

DOL NYC VICK CONSTRUCTION 21 DAREWOOD LANEVALLEY STREAM NY 11581

12/31/2013 12/31/2018

DOL NYC VICKRAM MANGRU VICKCONSTRUCTI

ON

21 DAREWOOD LANEVALLEY STREAM NY 11581

12/31/2013 12/31/2018

DOL NYC VINCENT PIZZITOLA P O BOX 957PORT JEFFERSON STA NY

11776

03/12/2014 03/12/2019

DOL NYC *****9936 VISHAL CONSTRUCTION INC 73-12 35TH AVE - APT F63JACKSON HEIGHTS NY 11272

03/04/2010 03/04/2015

DOL DOL WASSIM ISSA 470 AURORA STREETLANDSCASTER NY 14086

10/29/2009 10/29/2014

DOL DOL WESLEY J STAROBA 206 TALLY HO COURTSCHENECTADY NY 12303

06/19/2013 06/19/2018

DOL DOL *****0078 WESLEY J STAROBA INC S & SELECTRIC

235 BROADWAYSCHENECTADY NY 12306

06/19/2013 06/19/2018

DOL DOL *****7617 WHITE PLAINS CARPENTRYCORP

P O BOX 309WHITE PLAINS NY 10603

12/04/2009 05/04/2017

DOL DOL WILLIAM CONKLIN 5 PARKER AVENUEPOUGHKEEPSIE NY 12601

03/25/2014 03/25/2019

DOL DOL WILLIAM MAZZELLA 134 MURRAY AVENUEYONKERS NY 10704

02/03/2014 02/03/2019

DOL DOL WILLIAM SCRIVENS 30 MIDLAND AVENUEWALLINGTON NJ 07057

11/05/2010 11/05/2015

DOL DOL WILLIAM THORNE 113 N MAPLE AVENUEGREENSBURG PA 15601

02/21/2013 02/21/2018

DOL NYC *****5498 XAVIER CONTRACTING LLC 68 GAYLORD ROADSCARSDALE NY 10583

02/10/2011 02/10/2016

DOL AG YULY ARONSON 700 SUMMER STREETSTAMFORD CT

11/24/2009 11/24/2014

DOL DOL YURIY IVANIN C/O MOUNTAIN'S AIR INC2471 OCEAN AVENUE-STE

7ABROOKLYN NY 11229

09/24/2012 09/24/2017

NYSDOL Bureau of Public Work Debarment List 10/27/2014

Page 13 of 13

Article 8

Page 111: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

APPENDIX D

IRAN DIVESTMENT ACT

Page 112: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

This page is intentionally left blank.

Page 113: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

Iran Divestment Act

As a result of the Iran Divestment Act of 2012 (Act), Chapter 1 of the 2012 Laws of New York, a newprovision has been added to the State Finance Law (SFL), § 165-a, effective April 12, 2012. Under the Act,the Commissioner of the Office of General Services (OGS) has developed a list (prohibited entities list) of“persons” who are engaged in “investment activities in Iran” (both are defined terms in the law). Pursuant toSFL § 165-a(3)(b), the list is posted on the OGS website athttp://www.ogs.ny.gov/about/regs/docs/ListofEntities.pdf.

By entering into this Contract, the Municipality/Sponsor (or any assignee) certifies that it will not utilize onsaid Contract any contractor or subcontractor that is identified on the prohibited entities list.

Additionally, the Municipality/Sponsor agrees that, should it seek to renew or extend the Contract, it will berequired to certify at the time the Contract is renewed or extended that it is not included on the prohibitedentities list. The Municipality/Sponsor also agrees that any proposed Assignee of the Contract will berequired to certify that it is not on the prohibited entities list before the New York State Department ofTransportation (NYSDOT) may approve a request for Assignment of Contract.

During the term of the Contract, should NYSDOT receive information that a person is in violation of theabove-referenced certification, NYSDOT will offer the person an opportunity to respond. If the person fails todemonstrate that it has ceased its engagement in the investment which is in violation of the Act within 90days after the determination of such violation, then NYSDOT shall take such action as may be appropriateincluding, but not limited to, imposing sanctions, seeking compliance, recovering damages, or declaring theMunicipality/Sponsor in default.

NYSDOT reserves the right to reject any request for assignment for an entity that appears on the prohibitedentities list prior to the award of a contract, and to pursue a responsibility review with respect to any entitythat is awarded a contract and appears on the prohibited entities list after contract award.

Page 114: ROUTE 110 OVER ROUTE 27 (BIN 1019119)...ROUTE 110 OVER ROUTE 27 (BIN 1019119) PIN 0112.57, D900027 DESIGN-BUILD CONTRACT DOCUMENTS PART 1 DB AGREEMENT Final January 30, 2015 New York

This page is intentionally left blank.


Recommended