Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Tasker & Cochran prk improvment
MEMO Page 1 of i Bohn, Lynda From: McMahon, James Sent: Thursday, Mamh 11,2004 2:44 PM To: Bohn, Lynda Subject: MEMO1 .doc MEMO To.' From: Subject: Date: Lynda Bohn Jim McMahon Improvements at Tasker&Cochran Parks- Bid Bond March 11,2004 Lynda: Paul Corazzini & Sons completed the work at Tasker & Cochran Park in accordance with the plans and specifications and the bid bond for the project can be released. If you have any questions on the above, please give me a call. 3/11/2004 id deposit check No. 10440 dated 5/9/02 for improvements at Tasker and Cochran Parks was Was picked up by myself ~ /ffq0t'~ ~/'~ .' of Paul Corazzini, Jr & Printed Name Sons, Inc. on March 11, 2004. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O, Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 493 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 30, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Joshua Y. Horton to sign an Agreement with Hinsch Electrical Contractor, Inc. for the supply and installation of sports lighting at Tasker Park and Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002, subject to the approvaI of the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESOLUTION JULY 30, 2002 V - 493 RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Joshua Y. Horton to sign an Agreement with Hinsch Electrical Contractor~ Inc. for the supply and installation of sports lighting at Tasker Park and Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002, subject to the approval of the Town Attorney. ELIZABETH A. NEVILLE TOWN CLERK REGISTF~R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 492 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 30, 2002: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Hinnch Electrical Contractor~ Inc. 160 Irish Lane~ Islip Terrace~ NY 11752~ in the amount of $274~500~ to supply and install sports lighting at the Tasker Park tennis courts~ the adult softball field and roller hockey rink at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. Elizabeth A. Neville Southold Town Clerk RESOLUTION JULY 30, 2002 V - 492 RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Hinsch Electrical Contractor~ Inc. 160 Irish Lane, Islip Terrace~ NY 11752~ in the amount of $274~500~ to supply and install sports lighting at the Tasker Park tennis courts~ the adult softball field and roller hockey rink at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. JAMES A. RICHTER REGISTERED ARCHITECT Tel. (516)-765-1560 Fax. (516)- 765 - 1366 SOUTHOLD TOWN HALL 53095 MAIN ROAD, P.O. aox 1179 TOWN OF SOUTHOLD, NEW YORK 11971 RECEIVED OFFICE OF THE ENGINEER TOWN OF SOUTHOLD MAY 3 2002 ADDENDUM NUMBER 001: $outhold Town Clerk April 30, 2002 Page I of 3 PROJECT: Invitation to Bid - TENNIS COURTS, ADULT SOFTBALL FIELD, HANDBALL COURT & TEE BALL FIELDS Cochran Park, Peconic Lane, Peconic, N.Y. 11958 Attention Bidders: The following clarification of construction specifications and bidders responsibilities shall be incorporated into the Bid Documents for the above referenced project. DIVISION SIXTEEN - ELECTRICAL All work in this division shall comply with all particulars of the General Conditions, Supplementary General Conditions and the General Requirements of these Specifications. Section 16000 - ELECTRICAL SURVlCE Part 1 - GENERAL 1.01 A. DESCRIPTION: The Contractor shall provide a complete, working electrical systems to serve the construction as shown on the drawings and in these specifications. The contractor shall coordinate the installation of the electrical system with the Southold Town Electrician. At Cochran Park, the Contractor shall be responsible for jacking the Primary Electric Cable and Conduit under Peconic Lane. Notification indicating start of work within the Town Right of Wayshall be given to the Southold Town Highway Department (765-3140) a minimum of 24 hours prior to construction. The Primary Cable shall be a # 2 Cable and extend from the utility pole to the Transformer Pad. The Pad shall be supplied and installed by the Contractor and located on the South West Side of the Kiosk. The Contractor shall provide and install two (2) Rain Tight - 200 amp electric services for this project. The service meter (C T Cabinet) shall be installed on the free standing Kiosk as constructed by the Town. The Contractor shall provide all necessary wiring, circuit breakers and conduit as required by code to service the electrical layout as shown on the ~lans and specified herein. See drawing attached. All wiring, splices, conduit, and workmanship shall be in accordance with the National Electrical Code, the requirements of the National Board of Fire Underwriters, The New York State Building & Electric Code, the requirements of the Long Island Power Authority. Page 2 of 3 The wire and cable for the Electrical service between the utility pole and the service meter shall be installed in Schedule 80 pipe conduit at a minimum depth of twenty-four (24") inches below grade. Caution Tape shall be installed at a depth of twelve (12") inches below grade. At Tasker Park, the Contractor shall make all required connections to the existing 400 amp single phase electric service panels located in the utility room approximately 200 feet north of the Nodh East corner of the Tennis Courts. Existing 4" Conduits extend out of the building and are to be used for connection of underground cable. 1.02 A. QUALITY ASSURANCE: The Contractor shall be responsible for coordinating all electrical work with the Town Electrician to provide a complete, working electrical system to serve the construction as shown on the drawings. The electrical system shall be installed in accordance with the New York State Electrical Code and all local ordinances. Part 2 - PRODUCTS 2.01 MATERIALS: A. All wiring, Splices, Conduit, Service Meter, Electric Panels, installation details and all related accessories shall conform to the standards of the Long Island Power Authority "Red Book". Part 3 - EXECUTION 3.01 INSTALLATION A. Verify all electrical requirements and placement of Outlets, Keyed Switches, Circuit Breaker Panels, Relays, Troth Enclosures and devices with the Architect. The electrical service shall include final connections to all Ball Field, Hockey Rink and Tennis Court Lighting & Equipment. All work specified herein shall be performed by experienced tradesmen licensed to practice in the State of New York. DIVISION TEN - SPECIALTIES All work in this division shall comply with all particulars of the General Conditions, Supplementary General Conditions and the General Requirements of these Specifications. Section 10000 -TENNIS COURT CONSTRUCTION Part 1 - GENERAL A. The Deco-Color Acrylic Surfacing system specified shall be installed with three coats to provide a tough durable finish. The first two coats shall contain pure silica sand for a uniformed textured surface. B. The Contractor shall be required to supply and install standard nets & posts as specified by the United States Tennis Court and Track Builders Association. Kiosk Construction @ Cochran Park BY TOWN OF SOUTHOLD Page 3 of 3 RAIN TIGHT TROTH ENCLOSURE O ~00~p Pad To Light Poles ELECTRICALLAYOUT DETAILS KIOSK Scale: NTS LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following Project: Construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. Thc Town Board of the Town of Southold will receive bids for furnishing all o£the labor, materials and equipment as required for the construction of the following: 1. (3) Tennis courts 2. Playing field improvements for an Adult Softball Field 3. Playing field improvements for (2) Baseball fields 4. Construction of (2) dugout areas (Adult Softball Field) 5. Construction of(l) Hand Ball Court 6. Supply Sports Lighting for Adult Softball Field, Tennis Courts and Roller Hockey Rink 7. Install Sports Lighting for Adult Softball Field, Tennis Courts, Roller Hockey Bid specifications may be picked up at the Town Clerk's office, 53095 Main Road, Southold, New York, Monday through Friday from 8:00 a.m. to 4:00 p.m.. A fee of $25.00 made payable to the Southold Town Clerk will be required for a copy of the bid specifications. No refuuds will be made The sealed bids, together with a Non-Collusive Bid Certificate and Bid Bond or Certified Check in the amount of 5% of the base bid, will be received by the Town Clerk of the Town of Southold, at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, May 9, 2002, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities informality and reject any or all bids and to retain bids for 45 days from the date of receipt in any bid should it be deemed in the best interest of the Town of Southold to do so. The CONTRACTOR SHALL NOT withdraw his bid during this period. This invitation to bid is not an offer and shall in no way bind the town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. Please advise if you intend to bid or not. All bids must be signed and sealed in envelopes plainly marked "Bid on the Construction of park facility improvements at Robert W. Tasker and Jean W. Coehran Parks, Peconic Lane, Peconic, NY", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: February 26, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 18, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney James McMahon Jamie Kichter Peter Harris, Super/ntendent of Highways Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Company Name Bid on construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. JAMES A. RICHTER REGISTERED ARCHITECT Tel. (5/6)-765-1560 Fax (516)-765-1366 OFFICE OF THE ENGINEER TOWN OF SOUTHOLD SOUTHOLD TOWN HALL 53095 MAIN I~.OAD, P~O. Box 1179 TOWN OF SOIJTHOLD NEW ¥OPd~ I I971 RECEIVED MAY 3 2OO2 ADDENDUM NUMBER 001: Sonthold Town Clerk April 30, 2002 Palle i of 3 PROJECT: Invitation to Bid - TENNIS COURTS, ADULT SOFTBALL FIELD, HANDBALL COURT & TEE BALL FIELDS Cochran Park, P¢conic Lane, Peconic, N.Y. 11958 Attention Bidders: The following clarification of construction specifications and bidders responsibilities shall be incorporated into the Bid Documents for the above referenced project. DIVISION SIXTEEN - ELECTRICAL All work in this division shall comply with all particulars of the General Conditions, Supplementary General Conditions and the General Requirements of these Specifications. Section 16000 - ELECTRICAL SURVICE Part 1 - GENERAL 1.01 A. DESCRIPTION: The Contractor shall provide a complete, working electrical systems to serve the construction as shown on the drawings and in these specifications. The contractor shall coordinate the installation of the electrical system with the Southold Town Electrician. At Cochran Park, the Contractor shall be responsible for jacking the Primary Electric Cable and Conduit under Peconic Lane. Notification indicating start of work within the Town Right of Way shall be given to the Southold Town Highway Department (765-3140) a minimum of 24 hours prior to construction. The Primary Cable shall be a # 2 Cable and extend from the utility pole to the Transformer Pad. The Pad shall be supplied and installed by the Contractor and located on the South West Side of the Kiosk. The Contractor shall provide and install two (2) Rain Tight - 200 amp electric services for this project. The service meter (C T Cabinet) shall be installed on the free standing Kiosk as constructed by the Town. The Contractor shall provide all necessary wiring, circuit breakers and conduit as required by code to service the electrical layout as shown on the plans and specified herein. See drawing attached. All wiring, splices, conduit, and workmanship shall be in accordance with the National Electrical Code, the requirements of the National Board of Fire Underwriters, The New York State Building & Electric Code, the requirements of the Long Island Power Authority. Page 2 of 3 The wire and cable for the Electrical service between the utility pole and the service meter shall be installed in Schedule 80 pipe conduit at a minimum depth of twenty4our (24") inches below grade. Caution Tape shall be installed at a depth of twelve (12") inches below grade. At Tasker Park, the Contractor shall make all required connections to the existing 400 amp single phase electric service panels located in the utility room approximately 200 feet north of the North East corner of the Tennis Courts. Existing 4" Conduits extend out of the building and are to be used for connection of underground cable. '1.02 A. Part 2 - 2.01 A. QUALITY ASSURANCE: The Contractor shall be responsible for coordinating all electrical work with the Town Electrician to provide a complete, working electrical system to serve the construction as shown on the drawings. The electrical system shall be installed in accordance with the New York State Electrical Code and all local ordinances. PRODUCTS MATERIALS: All wiring, Splices, Conduit, Service Meter, Electric Panels, installation details and all related accessories shall conform to the standards of the Long Island Power Authority "Red Book". Part 3.01 A. B. C. EXECUTION INSTALLATION Verify all electrical requirements and placement of Outlets, Keyed Switches, Circuit Breaker Panels, Relays, Troth Enclosures and devices with the Architect. The electrical service shall include final connections to all Ball Field, Hockey Rink and Tennis Court Lighting & Equipment. All work specified herein shall be performed by experienced tradesmen licensed to practice in the State of New York. DIVISION TEN - SPECIALTIES All work in this division shall comply with all particulars of the General Conditions, Supplementary General Conditions and the General Requirements of these Specifications. Section 10000- TENNIS COURT CONSTRUCTION Port 1 - GENERAL A. The Deco-Color Acrylic Surfacing system specified shall be installed with three coats to provide a tough durable finish. The first two coats shall contain pure silica sand for a uniformed textured surface. B. The Contractor shall be required to supply and install standard nets & posts as specified by the United States Tennis Court and Track Builders Association. AGREEMENT THIS AGREEMENT made this 30th day of July 2002 between the Town of Southold, a municipal corporation of the State of New York, having its office and principal place of business at 53095 Main Road, Southold, New York 11971 hereinafter called the "Town" and Hinck Electrical Contractors, Inc., 160 Irish Lane, Islip Terrace, NY 11752, herein after called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a bid from the Contractor for the supply and installation of a sports lighting system at the Tasker Park Tennis Courts and the Adult Softball Field and the Roller Hockey Rink at Cochran Park, Peconic Lane, Peconic, NY, in accordance with the plans and specification prepared by Araiys Design, P.C., dated April 18, 2002, in the amount of two hundred seventy four thousand, five hundred dollars ($274,500) and WHEREAS, the Town of Southold accepted the proposal of the Contractor on the 30th day of July 2002. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to supply and install the sports lighting systems at the Tasker Park Tennis Courts and the Roller Hockey Rink and Adult Softball Field at Cochran Park, in accordance with the Invitation to Bidders, dated April 18, 2002, and annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of two hundred seventy four thousand, five hundred dollars ($274,500). The total sum is to be paid to the Contractor within forty-five (45) days of the completion of the said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage that may arise from the performance of his/her services under this Agreement, in limits of $1,000,000. and $2,000,000. aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold Joshua Y. Ho~on, Supervisor Kiosk Construction @ Cochran Park BY TOWN OF SOUTHOLD Page 3 of 3 RAIN TIGHT TROTH ENCLOSURE 50A>6 g<50A To Transformer Pad To Light Poles ELECTRICALLAYOUT DETAILS KIOSK Scale: NTS AGREEMENT THIS AGREEMENT made this 30th day of July 2002 between the Town of Southold, a municipal corporation of the State of New York, having its office and principal place of business at 53095 Main Road, Southold, New York 11971 hereinafter called the "Town" and Hinck Electrical Contractors, Inc., 160 Irish Lane, Islip Terrace, NY 11752, herein after called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a bid from the Contractor for the supply and installation of a sports lighting system at the Tasker Park Tennis Courts and the Adult Softball Field and the Roller Hockey Rink at Cochran Park, Peconic Lane, Peconic, NY, in accordance with the plans and specification prepared by Araiys Design, P.C., dated April 18, 2002, in the amount of two hundred seventy four thousand, five hundred dollars ($274,500) and WHEREAS, the Town of Southold accepted the proposal of the Contractor on the 30th day of July 2002. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform ali the work required to supply and install the sports lighting systems at the Tasker Park Tennis Courts and the Roller Hockey Rink and Adult Softball Field at Cochran Park, in accordance with the Invitation to Bidders, dated April 18, 2002, and annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of two hundred seventy four thousand, five hundred dollars ($274,500). The total sum is to be paid to the Contractor within forty-five (45) days of the completion of the said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage that may arise from the performance of his/her services under this Agreement, in limits of $1,000,000. and $2,000,000. aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of $outhold Joshua Y. Hort~, Supervisor IMPORTANT PLEASE READ PURPOSE OF T~E SECTION 3 PLAN This plan exists in order to insure that to the greatest extent feasible a good faith effort will be made to: 1 - Provide an opportunity for training and employment to low-moderate income residents of the project area. 2 - Provide businesses lo~ated in theproject area with the opportunity to become subcontractors and/or vendors. In order to accomplish the above all potential contractors must sign the Con~ractor's Compliance Form contained in this section. In addition all potential contractors must complete the Contractor's Section 3 Plan. This plan indicates what actions, if any, are proposed for hiring project area residents and for subcontracting with project area businesses. A list of organizations concerned with the employment of project area residents is included in this Section in order to assist you when filling out the Contractor's Section 3 Plan. Also included in this Section is a Trainee Utilization Plan and a Skilled Employee Utilization Plan. The successful bidder must complete these 2 forms. PLEASE NOTE: The successful bidder is the one with the lowest bid. Each bidder however must sign the Contractor's Compliance Form and complete the Contractor's Section 3 Plan. ~ Project No: Location: STATEMENT OF COMPLIANCE Training, Emplo~ment~ and Contractin~ Opportunities for Businesses and Lower Income Persons Ao The project assisted under this (contract agreement) is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by persons residing in the area of the project. Notwithstanding any other provision of this (contract)(agreement), the (applicant)(recipient) shall carry out the provisions of said section 3 and the regulations issued pursuant thereto by the Secretary set forth in 24 CFR Part 135 (published in 38 Federal Register 29220, October 23, 1973), and all applicable rules and order of the Secretary issued thereunder prior to the execution of this (contract)(agreement). The requirements of said regulations include but are not limited to development and implementation of an affirmative action plan for utilizing business concerns located within or owned in substantial part by persons residing in the area of the project: the making of a good faith effort, as defined by the regulations, to provide training, employment, and business oppor- tunities required by section 3; and incorporation of the "section 3 clause" specified by Section 135.20(b) of the regulations in all contracts for work in connection with the project. The (applicant) (recipient) certifies and agrees that it is under no contractual or other disability which would prevent it from complying with these requirements. C. Compliance with the provisions of section 3, the regualtions set forth in 24 CFR Part 135, and all applicable rules and orders of the Secretary issued thereunder prior to approval by the Government of the application for this (agreement)(contract), shall be a condition of the Federal financial assistance provided to the p~oject, binding upon the (applicant)(recipient~, its successors and assigns. Failure to fulfill these requirements shall subject the (applicant)(recipient), its contractors and subcontractors, its successors, and assigns to the sanctions specified by this (agreement)(contract), and to such sanctions as are specified by 24 CFR Section 135.135. NYAO-EO:GEM/rcs 6-14-74 Typed/Printed CONTRACTOR'S SECTION 3 PLAN Address /~l /~ ~.. /.~ ~-.~_~,~ Phone~4~ ~-~/, ~ 77. 77~/ 2 - Project Name/Description ~--~ /~ ~~ Project Location .~ /~~ Please use additional sheets if needed. 3 - Employment a - Do you expect to hire any project area residents? b - If yes how many? Trainees Skilled Employees Total c - What organizations, if any, from the attached list do you intend to notify? Yes NNO d -What publications will you use for employment notices? 4 - Subcontractors a - Do you expect to use project area businesses as subcontractors or vendors? YES b - If yes how many? c - What businesses, if any, from the project area will you request bids from? Plan prepared by ~ N~e/~ Date Position SKILLED EMPLOYEE UTILIZATION PLAN If more space is needed please continue on other side of page. CONTRACTOR' S NAME: ADDRESS: TELEPHONE: PROJECT NAME: ADDRESS: 1 - Total number of skilled employees to be utilized on this project? Please list by work category. # OF SKILLED EMPLOYEES WORK CATEGORY / 2 - Total number of skilled employees currently on your permanent work force? Please list by work category. # OF SKILLED EMPLOYEES WORK CATEGORY 3 - Total number of skilled employees currently to be recruited and hired from the project area? # OF SKILLED EMPLOYEES WORK CATEGORY ~_ ,~..~ ~',o DATE CO~R~ OFF/~q'AL'S SIGNATURE AND TITLE TRAINEE UTILIZATION PLAN CONTRACTOR' S NAME: ADDRESS: TELEPHONE: PROJECT NAME: ADDRESS: If more space is needed, please continue on other side of page. 1 - Total number of trainees to be utilized on this project? Please list by work category. ~; OF TRAINEES WORK CATEGORY 2 - Total number of trainees Currently on your permanent work force? Please list by work category. ~; OF TRAINEES WORK CATEGORY 3 - Total number of trainees currently to be recruited and hired from the project area? ~! OF TRAINEES WORK CATEGORY - Z DATE ORGANIZATIONS CONCERNED WITH THE EMPLOYMENT OF PROJECT AREA LOW INCOME RESIDENTS The Long Island Affirmative Action Programs, Inc. 150 Route 110 Melville, N.Y. 11746 New York State Department of Labor Employment Offices: 75 E. Main Street, Riverhead, N.Y. 11901 1800 New York Avenue, Huntington Station, N.Y. 117 Main Street, Bridgehampton, N.Y. 11932 63 Park Avenue, Bayshore, N.Y. 11706 State Office Building, Hauppauge, N.Y. 11787 55 Medford Avenue, Patchogue, N.Y. 11772 11746 La Union Hispanica 244 E. Main Street Patchogue, N.Y. 11772 Economic Opportunity Council of Suffolk, Inc. 98 Austin Street Patchogue, N.Y. 11772 NON-DEBARRMENT CERTIFICATION T ~ /~¢~ , hereby certify by signature (print naif of Company Principal ~below that neither myself, no~ any other .company principals of (Company Name) voluntarily excluded, or otherwise ineligible from participation in Federally Funded projects. named'abo~ (Company Federal I.D." ~) (Date).~'/~, ~ FAIR TRADE CERTIFICATION of Name of Cc~ntractor Name of Company or Corporation being a principal herein after known as the "Offeror" certify by signature below that: 1) The offeror'has read and understands the Notice Bidders entitled "Fair Trade Practice". The offeror is not a contractor of a foreign country included on the list of countries that discriminate against U.S. firms as published by the U.S. Trade Representative (USTR); 3) The Offeror has not or will not enter into any subcontract with a subcontractor or a foreign country included on the USTR list; 4) The offeror will not provide any product of a country included on the USTR list; 5) An offeror unable to certify in accordance with paragraphs 1, 2, 3, and 4 above shall submit with its offer a written explanation fully describing the reasons for.its inability to make the certification; and 6) The offeror shall provide immediate written notice to the Contracting Officer if, at any time before the contract award, the offeror learns that its certification was erro.~eous ~hen submitte~s~n~.become erroneous by Signatu~~cipal Contractor Identification Number Title Da're" ~ The making of a fa'~se, fictitious, or fraudulent certif$.~ation may render the maker subject to prosecution under Title 18, U.S.C. 1001. CONTP~CTORS ~ CERTiF:~..TiON Comoan~ Principal v Company Name of certify by s~-~nature below that i understand and will comply with the Federal Labor Standard Provisions (attached) and agree' to pay the Federal prevailing wage rate NY 9__-13 modification (attached) A~reement/Contract. Project Name: ~' '_,n~_s project is funded in whole or in ~oart with Fed=raj__ - Community Development Block Grant funds. (Signatu/e) (Title) (Employer's i.D. JOSEPH T. ~ANSEVERINO '~)UNTY OF SUFFOLK ROBERT J, GAFFNEY SUFFOLK COUNTY EXECUTIVE OFFICE OF COMMUNCry DEVELOPNENT TO: FROM: DATE: RE: All Consortium Members V. Turner, C.D. Specialisq. Olga July 25, 2002 Federal Wage Rate Schedules Enclosed please find a copy of the Federal Wage Rate Schedule # NY 02-13 with Modification #6 issued July 12, 2002. This schedule is to be used for all Community Development projects in excess of $2,000.00 and should be inserted in both bid documents and contracts, Any previous wage rate schedule is now obsolete and should be discarded. If you have any questions regarding the above, please do not hesitate to call me at 853-5705, OVT:ovt Enclosure MAILING ADDRESS P.O. BOX 6100 HAUPPAUGE, NY ! 1788-QOSS (631 ) 853 - 5705 TELECOPIER (631 ) 853 ~ 5685 WAIS Document Retrieval GENERAL DECISION NY0200t3 07/12/02 ~13 General Decision Nunuber NY020013 Superseded General Decision No. NY010013 State: New York Construction Type: BUILDING HEAVY HIGHWAY RESIDENTIAL County(ies): NASSAU suFFOLK BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 03/01/2002 1 03/08/2002 2 03/22/2002 3 03/29/2002 4 05/03/2002 5 06/07/2002 6 07/12/2002 COUNTY(ies): NASSAU SUFFOLK ASBE0012A 01/01/2002 Rates Fringes ASBESTOS/INSULATOR WORKERS: SCOPE OF WORK: includes application of all insulating materials, protective coverings,coatings and finishing to all types of mechanical systems. 36.11 20.89 HAZARDOUS MATERIAL HA}IDLER 23.00 6.~0 BOIL0005A 09/01/2000 ~ Rates Fringes BOILERMAKER $34.92 20.73+a FOOTNOTE: a. PAID HOLIDAYS: New Years Day, ~hanksgiving Day, Memorial Day, Independence Day, Labor Day a~nd Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Years Eve BRNY0001A 07/01/2001 Rates Fringes BRIC~J~AYERS 36.22 15.56 h"~`~/~nentune.fedw~r~d.~v/cgi`bin/waisgate?waisd~cid=~9289927237+~+~+~&waisacti~... 7/19/2002 WAIS Document Retrieval S TONE.~-a-S ONS 30 . 69 17 . 90 * C3~RP0007V 07/01/2002 Rates Fringes CD~RPENTERS Building 32.42 22.23 Heavy & Highway 32.42 22.23 Residential 24.00 14.41 C~qP0740A 01/01/2002 Rates Fringes MILLWRIGHTS 35.21 25.96 CARP1456J 07/01/2001 Rates Fringes DIVERS 41.17 23.64 DIVERS TENDERS 30.39 23.64 DOCKBUILDERS 33.48 23.64 PILEDRIVERM3kN 33.48 23.64 SOFT FLOOR LAYERS 33.68 23.64 PAPERFa%NGERS 23.88 10.48 CARP1536A 07/01/2001 Rates Fringes TIMBERMEN 30.59 23.64 ELEC0025B 05/04/2002 Rates Fringes ELECTRICI~S 39.00 20.97 * ELEC0025C ELECTRICIANS: 05/01/2002 Rates Fringes Wiring or single or multiple family dwellings and apartments up to and including 2 stories 22.80 11.18 Maintenance Unit 30.76 35.5%+2.68 Telephone Unit 28.69 47.5%+.83 * ELEC1049B 10/01/2001 Rates Fringes LINE CONSTRUCTION: Substation and Switchin9 structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground httn://neDtune.fedw~r~d.g~v/cgi-bin/waisgate?waisd~cid=~9289927237+~+~+~&waisacti~r... 7/19/2002 WAIS Document Retrieval transmission/distribution line work. Fiber optic, telephone cable and equipment; Lineman & Cable Splicer Heavy Equipment Operator Groundman 33.10 10.39 23.33 6.99 17.50 6.08 Tree Trimmer 20.44 6.92 ELEV0001B 07/01/1998 Rates Fringes ELEVATOR MECHANICS (New Constr~ction) 34.415 10.805+a ELEVATOR MECHANICS (Modernization and Repair) 28.576 10.655+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Lincoln's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. PAID VACATION: Employer contributes 8% of regular basic hourly rate as vacation pay for employees with more than 5 years of service, and 6% for employees with less than 5 years of service * ENGI0138A 06/01/2002 BUILDING CONSTRUCTION Rates Fringes GROUP 1 35.18 23.54+a GROUP 2 33.29 23.54+a GROUP 3 32.04 23.54+a GROUP 4 39.50 23.54+a GROUP 5 28.23 23.54+a NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Oiler on truck cranes with boom length of 100 ft. or more FOOTNOTE: .25 a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or President's Day (in lieu of Lincoln's or Washington's Birthday), Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days ~lebrated as such. Any holiday that falls o~ a Saturday will be celebrated on Friday POWER EQUIPMENT OPERATOR CA$SIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic), Cherry httn://neDtune, fedworld.gov/cgi-bin/waisgate?waisdocid=09289927237+ 1 +O+O&waisaction.. 7/19/2002 WAIS Document Retrieval picker, over 50 tons, CMI or maxim spreader, concrete pump ( oiler), crane (crawler truck), crane (on barge), crane (stone setting), crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drum), loading machine (bucket) cap of 10 yds or over micro-trap, with compressor (negative air machine), milling machine, large pile driver, power winch, Stone setting/structural steel, power winch (truck mounted/stone steel) powerhouse, road paver scoop, carry-~ll, scraper in tandem shovel, sideboom tractor, sideboom trac%or (used in tank work), stone spreader (sel~ propelled tank work), zamboni (ice machine) GROUP 2: (multi), machine, Backhoe, boom truck, bulldozer, cherypicker, conveyor dinky locomotive, forklift, hoist, 2 drum, loading loading machine (front end) mechanicl compactors, (machine drawn), mulch machine (machine-fed), power winch, other than stone/structural steel, power winch (truck m~unted other than stone steel) pump (hydraulic, with boring machine), roller, (asphalt), scoop (carry-all scraper), tower crane (maintenance man), trenching machine GROUP 3: Comrpessor (structural steel), Compressor (2 or more in battery), concrete finishing mchine, corzcrete spreader, conveyor, curb machine (asphalt or concrete), curing machine, fireman, hoist (1 drum), micro-trap, (self contained, negative air machine), pump (4 inches or over), pump (hydraulic), pump (jet), pump (sumbersible), pump (well point), pulvi-mixer, ridge cutter, roller (dirt), striping machine, vac-all, welding and burning, welding machine (pile work), welding machine (structural steel) GROUP 4: Compressor, compressor (on crane), compressor (pile work), compressor (stone setting) ~ concrete breaker, concrete saw or cutter, forklift (walk behind, power operated), generator-pile work, generator, hydra hammer, mechanical compactors (hand operated), oiler (truck crane), pin puller, portable heaters, powerbroom, power buggies, pump (double action diaphgr~m), pump (gypsum), trench machine (hand), welding machine GROUP 5: Batching plant (on site of job), generator (small), mixer (with skip), mixer (2 small with or without skip), mixer (2 bag or over, with or without skip), mulch machine, oiler, pump (centrifugal, up to 3 inches), root cutter, stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) * ENGI0138B *06/01/2001 POWER EQUIPMENT OPEP3%TORS Rates Fringes HEAVY AND HIGHWAY CONSTRUCTION GROUP 1 36,19 23.54+a GROUP 2 : 33.67 23.5~+a GROUP 3 32.40 23.54+a GROUP 4 29.88 23.54+a GROUP 5 28.61 23.54+a GROUP 6 24.16 8.95+10% NOTES: httn.//nentune.fedworld.~ov/cgi.bin/waisgate?waisdocid=09289927237+ 1 +0+0&waisacti0t_. 7/19/2002 WAIS Document Retrieval Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft .50 boom lenghts (including jib) 150-249 ft .75 boom lenghts (including jib) 250-349 ft 1.00 boom lengths (l~cludlng jib) 350 ft 1.50 Cranes using clamshell buckets .25 Front end loader 10 yds and above .25 Oiler on truck cranes with boom length of 100 ft. or more .25 Ff~TNOTE: a. Paid Holidays: New Years Day, Lincoln's Birthday, Washington's Birthday or Presidents Day (in liew of Lincoln's or Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated on Friday. POWER EQUIPMENT OPER3~TOR CLASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler (capacity over caterpiller 225 and komatsu 300), boiler (thermoplastic), boring machine (post hole), cgherry picker (over 50 ton), CMI or maxim spreader, concrete pump, with oiler, crane (crawler truck), crane (on barge), crane (stone setting) crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drums), loading machine (bucket) capacity of 10 .yards or over, micro-trap {with compressor-negative air machine), milling machine (large), piledriver, power winch (stone setting structural steel), power winch (truck mounted/stone steel), power-house, road paver, scoop, carry all (scraper in tandem), shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self-propelled), tank work, tower crane ~ROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypi6ker, Conveyor (multi), Dinky Locomotive, Forklift, Hoist (2 drum), Loading Machine, Loading Machine (front end), Mechanical Compactor (machine drawn), Mulch Machine (machine- fed), Power Winch (other than stone/structural steel), Power Winch (truck mounted/other than stone steel), Pump Hydraulic (with boring machine~, Roller (asphalt), Scoop (carry-all, scraper), Tower Crane (maintenance man), Trenching Machine, Vermeer Cutter, Work Boat GROUP 3: Curb Machine (asphalt or concrete), Maintenance Engineer (small equipment), Maintenance engineer (well-point) Mechanic (fieldman),. Micro-Trap (self contained, negative air machine), Milling M~chine (small), Pulvi-mixer, Pump (4 inches oX over), Pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point), Roller Dirt, Vac-All, Welding and burning, Compressor (structural steel), Compressor (2 or more battery), Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, Welding Machine (pile work), Welding Machine (structural Steel). ~,-,,-//,,onmne fedworld.~ov/c~,i-bin/waisgate?waisdocid=O9289927237+l+O+O&waisactio~... 7/19/2002 WAIS Document Retrieval GROUP 4: Compressor, Compressor on crane, Compressor (pile work), Compressor (stone setting), Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated), Generator- Pile Work, Generator, Hydra Hammer, Mechanical Compoactors (hand operated), Oiler (truck crane), Pin Puller, Portable Heaters, Powerbroom, Power buggies, Power Grinders, Pump (double action diaphragm), Pump gypsum, Pump (single action 1 to 3 inches), Trench Machine hand, Weldi~ Machine GROUP 5: Batching Plant (on site of job), Generator (small), Grinder, Mixer (with skip), Mixer (2 small with or without skip), Mixer (2 bag or over, with or without skip), Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches), Root Cutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2 engineers, each), Tractor (caterpillar or wheel), Vibrator, Work boat (deckhand), GROUP 6: Well drillers IRON0046C 07/01/2001 Rates Fringes IRONWORKERS (METALLIC LA~ERS) 36.50 21.42 ,IRON0197A 01/01/2002 Rates Fringes IRONWORKERS (STONE DERRICKFOkN) 34.46 26.46 IRON0361A 01/01/2002 Rates Fringes IRONWORKERS (STRUCTUR~kL) 34.30 33.73 IRON0580A 01/01/2002 Rates Fringes IRONWORKERS (ORNAMENTAL) 33.65 26.40 LABO0066A 07/01/2001 Rates Fringes LABORERS: BUILDING Laborers 24.00 16.85 Plasterers tenders 24.00 16.85 LABO0078A 12/01/2001 Rates Fringes ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos); LEAD; & MAZA~DOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold Remediation, HVAC, Duct Cleaning, Re-spray Fireproofing, etc. 23.15 6.05 htm.//neutune, fedworld.~ov/cgi-bin/waisgate?waisdocid=09289927237+ 1 +O+O&waisactior. 7/19/2002 WAIS Document Retrieval * LABO1298P 06/01/2002 Ld%BORERS (HEAVY & HIGHWAY): Rates Fringes Asphalt Rakers; Formsetters Asphalt Shovelers, Roller Boys & Tampers Regular Laborers 28.12 12.77+a 27.50 12.77+a 25.23 12.77+a FOOTNOTE: a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day after Thanksgiving Day, Christmas Day, Martin Luther King, Jr. Birthday, President's Day. (If employee works the Holiday it is double time. If employee does not work the Holiday, the employee receives 2 hours additional pay for each day he works in the holiday week). PAIN0009C 05/01/2002 Rates PklNTERS: Painters, Drywall Finishers 30.25 Spray, Scaffold, Sandblasting 33.25 Structural Steel (over 20 ft), Sandblasting 33.25 Fringes 15.42 15.42 15.42 GLAZIERS 32.20 20.17 PAIN1974B 01/02/2002 Rates Fringes DRYWALL TAPERS/POINTERS 33.82 PLAS0260C 07/01/1999 Rates Fringes pLASTERERS 27.91 15.16 PLAS0780A 07/01/2001 Rates Fringes CEMENT MASONS 36.00 15.34 PLUM0200A 05/01/2002 Rates BUILDING CONSTRUCTION: PLUMBERS 37.53 RESIDENTIAL CONSTRUCTION: PLUMBERS 17.18 Fringes 18.40 5.70 PLUM0638A 12/26/2001 Rates Fringes http://neptune, fedworld.gov/cgi-bin/waisgate?waisdocid=09289927237+ 1 +0+0&waisaction.. 7/19/2002 WAIS Document Retrieval rage o ut ~u SPRINKLER FITTERS, STEAMFITTERS 36.57 24.32 SERVICE FITTERS 26.30 2.55 Service Fitter work shall consist of all repair, scl-vice and maintenance work on domestic, commerical and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus et~., including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing of replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling,stoker and oil burner apparatus and heating apparatus regardless of size or type. ROOF0154A 10/01/2000 Rates Fringes ROOFERS 27.50 18.79 SHEE0028B 01/31/2002 Rates Fringes SHEET METAL WORKERS 36.17 23.53 * TEAM0282I 07/01/2002 Rates Fringes TRUCK DRIVERS: Asphalt 29.50 High Rise 31.86 Euclids & turngpulls 29.60 21.1025+a+b 17.5025+a+b 21.1025+a+b FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Da~, Veterans' Day (Armistice Day), Thanksgiving Day and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for guch holiday, provided that they shape each remaining workday during such calendar week. b. VACATION: For each 15 days worked with the contract year an employee will receive one day vacation with pay, maximum vacation of 3 weeks per year. In addition, an employee who qualifies for two weeks (10 days) vacation or more with pay and who has been continuously employed by his employer for six years before the close of any contract year, shall be enticed to one extra day vacation; seven years before the close of any contract year, shall be entitled to two extra days vacation; eight years before the close of any contract year, shall be entitled to three extra day vacation; nine years before the close of any contract year, shall be entitled to four extra day vaction; ten years before the hl'tn'//nanhme fedworld.~ov/cti-bin/wais~ate?waisdocid=09289927237+l+0+0&waisaction.. 7/19/2002 WAIS Document Retrieval close of any contract year or over shall be entitled to weeks paid vacation with pay, but in no event shall any employee be entitled to more than three weeks vacation pay per year. WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Uni~sted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter settin9 forth a position on a wage determination matter * a conformance (additional classification and rate) ,ruling On survey related matters, initial contact, including requests for su~aries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division °U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (Se~29 CFR Part 1.8 and 29 CFR Part 7). Write to~ Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 202~0 http://neptune, fedworld.gov/cgi-birdwaisgate?waisdocid=09289927237+ 1 +0+0&waisactior_. 7/19/2002 WAI, Document lqetnev ~ The request should be accom~nied by a full statement of interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: A~dministrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) Ail decisions by the Administrative Review Board are final. END OF GENERAL DECISION h~p://neptune.fedworld.gov/cgi-bin/waisgate?waisd0cid=09289927237+ 1 +0+0&waisactio~... 7/19/2002 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nor thfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 147 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to supply sports lighting systems at Robert W. Tasker Park {Tennis Courts), Jean W. Coehran Park (Roller Hockey Rink) and {Adult Softball Field)~ in accordance with the plans and specifications prepared by James Richter, RA. Elizabeth A. Neville Southold Town Clerk RESOLUTION FEBRUARY 26, 2002 V -147 RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to supply Sl~orts liehtin~ systems at Robert W. Tasker Park (Tennis Courts)~ Jean W. Cochran Park (Roller Hockey Rink) and (Adult Softball Field)~ in accordance with the plans and specifications prepared by James Richter, RA. RESOLVED that the Town Board of the Town of Sbuthold hereby authorizes Page ~ of ~ Bohn, Lynd~ From: McMahon, James Sent: Thursday, February 21,2002 4:01 PM To: Bohn, Lynda Subject: RESOL.doc RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to supply sports lighting systems at Robert W. Tasker Park (Tennis Courts), Jean W. Cochran Park (Roller Hockey Rink) and (Adult Softball Field), in accordance with the plans and specifications prepared by James Richter, RA. Town Board Meeting of March 12, 2002 If you have any questions on the above, please call Jim McMahon. 2/22/02 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 441 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY, 2 2002: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Paul J. Corazzini, Jr. & Sons, in the amount of $57,000, to construct 3 tennis courts at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. Elizabeth A. Neville Southold Town Clerk RESOLUTION JULY 2, 2002 V - 441 RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Paul J. Corazzini~ Jr. & Sons~ in the amount of $57,000~ to construct 3 tennis courts at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. J RESOLVED that the Town Board of the Town of Southold hereby authorizes Page 1 of 1 ,Bohn, Lyn. d~ ~,j 1,~I~/[, From: McMahon, James Sent: Monday, June 24.2002 3:15 PM To: Bohn, Lynda Subject: RESOL.doc RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Paul J. Corazzini, Jr. & Sons, in the amount of $57,000, to construct 3 tennis courts at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. Town Board Meeting: July 2, 2002 If you have any questions on the above, please call Jim MeMahon at 765-1892 6/25/2002 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53005 Main Road P.O. Box 1170 Southold, New York 11071 Fax (t531) 7615-131415 Telephone (t381) 71315-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 439 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 2, 2002: RESOLVED that the Town Board of the Town of Southold hereby accepts the proposal of RFC (Residential Fences Corp.) 1760 Route 25~ Ridge~ NY 11961~ in the amount of $102~959~ to supply and install fence for the tennis courts~ adult softball field and tee ball fields at Cochran Park~ in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. Elizabeth A. Neville Southold Town Clerk RESOLUTION JULY 2, 2002 V - 439 RESOLVED that the Town Board of the Town of Southold hereby accepts the proposal of RFC (Residential Fences Corp.) 1760 Route 25~ Ridge~ NY 11961~ in the amount of $102~959~ to supply and install fence for the tennis courts~ adult softball field and tee ball fields at Cochran Park~ in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. RESOLVED that the Town Board of the Town of Southold hereby authorizes Page 1 o~. From: McMahon, James Sent: Monday, June 24, 2002 3:28 PM To: Bohn, Lynda Subject: RESOL.doc RESOLVED that the Town Board of the Town of Southold hereby accepts the proposal of RFC (Residential Fences Corp.) 1760 Route 25, Ridge, NY 11961, in the amount of $~02,959, to supply and install fence for the tennis courts, adult softball field and tee ball fields at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. *RFC has the County contract for fence. Town Board Meeting: July 2, 2002 if~You have any questions on the above, please call Jim McMahon at 765-1892 6/25/2002 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 439 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 2, 2002: RESOLVED that the Town Board of the Town of Southold hereby accepts the proposal of RFC (Residential Fences Corp.) 1760 Route 25, Ridge, NY 11961, in the amount of $102,959, to supply and install fence for the tennis courts, adult softball field and tee ball fields at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFOKMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 24, 2002 Residential Fences Corp 1760 Route 25 Ridge, NY 11961 Dear Sir: Congratulations. The Southold Town Board, at its regular meeting of July 2, 2002, accepted the proposal of RFC to supply and install fence for the tennis courts, adult softball field and tee ball fields at Cochran Park. A certified copy of this resolution is enclosed. ljc Enclosure Very truly yours, Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 $outhold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldt own.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 148 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to install soorts li~htin~ systems at Robert W. Tasker Park (Tennis Courts), Jean W. Cochran Park (Roller Hockey Rink) and (Adult Softball Field), in accordance with the plans and specifications prepared by James Richter, RA. Elizabeth A. Neville Southold Town Clerk RESOLUTION FEBRUARY 26, 2002 V - 148 RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to install sports lighting systems at Robert W. Tasker Park (Tennis Courts), Jean W. Cochran Park (Roller Hockey Rink) and (Adult Softball Field), in accordance with the plans and specifications prepared by James Richter, RA. RESOLVED that the Town Board of the Town of Southold hereby authorizes Page 1 of 1 Bohn, Lynda From: McMahon, James Sent: Thursday, February 21,2002 4:00 PM To: Bohn, Lynda Subject: RESOL.doc RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to install sports lighting systems at Robert W. Tasker Park (Tennis Courts), Jean W. Cochran Park (Roller Hockey Rink) and (Adult Softball Field), in accordance with the plans and specifications prepared by James Richter, RA. Town Board Meeting of March 12, 2002 If you have any questions on the above, please call Jim McMahon. 2/22/02 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF ViTAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southaldt own.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 149 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to construct 3 tennis courts at Jean W. Coehran Park~ in accordance with the plans and specifications prepared by James Richter, RA. Elizabeth A. Neville Southold Town Clerk RESOLUTION FEBRUARY 26, 2002 V - 149 RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to construct 3 tennis courts at Jean W. Cochran Park~ in accordance with the plans and specifications prepared by James Richter, RA. RESOLVED that the Town Board of the Town of Southold hereby authorizes Page I of I Bohn, Lynda From: McMahon, James Sent: Thursday, February 21,2002 4:03 PM To: Bohn, Lynda Subject: RESOL.doc RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to construct 3 tennis courts at Jean W. Cochran Park, in accordance with the plans and specifications prepared by James Richter, RA. Town Board Meeting of March 12, 2002 If you have any questions on the above, please call Jim McMahon. 2/22/02 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nor~hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 150 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to construct an Adult Softball Field at Jean W. Cochran Park, in accordance with the plans and specifications prepared by James Richter, RA. Elizabeth A. Neville Southoid Town Clerk RESOLUTION FEBRUARY 26, 2002 V-150 RESOLVED that the Town Board of thc Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to construct an Adult Softball Field at Jean W. Cochran Park, in accordance with the plans and specifications prepared by James Richter, RA. RESOLVED that the Town Board of the Town of Southold hereby authorizes Page 1 of 1 Bohn, Lynda From: McMahon, James Sent: Thursday, February 21, 2002 4:04 PM To: Bohn, Lynda Subject: RESOL.doc RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to construct an Adult Softball Field at Jean W. Cochran Park, in accordance with the plans and specifications prepared by James Richter, RA. Town Board Meeting of March 12, 2002 If you have any questions on the above, please call Jim McMahon. 2/22/02 LEGAL NOTICK ..... NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following Project: Construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. The Town Board of the Town of Southold will receive bids for fur- nishing all of the labor, materials and equipment as required for the con- struction of the following: 1. (3) Tennis courts 2. Playing field improvements for an Adult Softball Field 3. Playing field improvement for (2) Baseball fields 4. Construction of (2) dugout areas (Adult Softball Field) 5. Construction of (1) Hand Ball Court 6. Supply Sports Lighting for Adult Softball Field, Tennis Courts and Roller Hockey Rink. 7. Install Sports Lighting for Adult Softball Field, Tennis Courts, Roller Hockey Rink Bid specifications may be picked up at the Town Clerk's office, 53095 Main Road, Southold, New York, Monday through Friday from 8:00 a.m. to 4:00 p.m. A fee of $25.00 made payable to the Southold Town Clerk will be required for a copy of the bid specifications. No refunds will be made. The sealed bids, together with a ..F[oa-.Co~u~v~ B~d. Ce~tcat~ .and Bid Bond or Cortdied Check in the amount of 5% of the base bid, will be received by the Town Clerk of the Town of Southold, at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 a.m., Thursday, May 9, 2002, at which time they will be opened and read aloud in pubtic. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities infor- mality and reject any or all bids and to retain bids for 45 days from the date of receipt in any bid should it be deemed in the best interest of the Town of Southold to do so. The CONTRACTOR SHALL NOT withdraw his bid during this period. This invitation to bid is not an offer and shall in no way bind the town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be award- ed to the lowest responsible bidder. Please advise if you intend to bid or not. All bids must be signed and sealed in envelopes plainly marked "Bid on the Construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southoid is exempt. Dated: February 26, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK 2292-A18 STATE OF NEVV YORK) )SS: CO_~.UbI.TY O~F SUFFO~_K) ~..~,¢.~.,,~/~,o~¢"~' .e~'~,,~_. of Mattituck, in said county, being duly swom, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, pub- lished at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly pub- lished in said Newspaper once each week for J weeks successively, commencing on the ,,/o¢; day of 20 ncipal Clerk Swom to before me this / ~) day of ,¢~ ~'-7'/ 20 0 LAURA E. BONDAROHUK Not~,ry Public, Stete of New York No 01 B06067958 Qualified in Suffolk County My Commission Expires Dec. 24, 20-. NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Company Name Bid on construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the __.day of 2002 she affixed a notice of which the annexed printed notice is a tree copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, Southold Town Hall, 53095 Main Road, Southold, New York. Legal Notice to Bidders: Opening: Bid on the Construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. 10:00 A.M., Thursday, May 9, 2002 Elizabeth A. Neville Southold Town Clerk Sworn to before me this Day of ,2002 Notary Public ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL TO: SUFFOLK TIMES - ATTENTION: Joan Ann FROM: DATE: RE: LYNDA M. BOHN 4/16/2002 LEGAL NOTICES FOR PUBLICATION IN 2002 Number of pages being faxed 3 including cover page If total transmittal is not received, please call 631 765-1800. fax 631 765-6145 One (1) Notice to Bidders PLEASE ACKNOWLEDGE RECEIPT OF THIS LEGAL NOTICE WITHINONE (1) HOUR BY SIGNING BELOW AND RETURNING BY FAX TO 765-6145, ATTENTION: BETTY NEVILLE. THANK YOU. Received By Date AGREEMENT THIS AGREEMENT made this 8th day of July 2002 between the Town of Southold, a municipal corporation of the State of New York, having its office and principal place of business at 53095 Main Road, Southold, New York 11971 hereinafter called the "Town" and Paul Corazzini, Jr. & Sons, Inc., 3120 Albertson Lane, Greenport, New York 11944, herein after called the "Contractor". WHEREAS, the Town of Southold did heretofore request and receive a bid from the Contractor for furnishing and construction of three regulation tennis courts, in accordance with the plans and specification prepared by Araiys Design, P.C., dated April 18, 2002, in the amount of fifty seven thousand dollars ($57,000) and WHEREAS, the Town of Southold accepted the proposal of the Contractor on the 2nd day of July 2002. NOW, THEREFORE, IT IS AGREED AS FOLLOWS: 1. The Contractor does hereby agree to perform all the work required to complete the construction of three (3) tennis courts, in accordance with the Invitation to Bidders, dated April 18, 2002, and annexed hereto and made part of this contract. 2. The Town does hereby agree to pay the Contractor for the work, the total sum of fifty seven thousand dollars ($57,000.). The total sum is to be paid to the Contractor within forty-five (45) days of the completion of the said work and the acceptance thereof by the Town. 3. The Contractor shall secure and maintain such insurance that will protect him/her from claims under the Worker's Compensation Acts and from claims for bodily injury, death or property damage that may arise from the performance of his/her services under this Agreement, in limits of $1,000,000. and $2,000,000. aggregate liability for bodily injury and property damage. The Contractor shall indemnify and hold harmless the Town from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the alleged negligent performance or negligent performance by the Contractor, his employees or agents or any subcontractor and in case of any such action brought against the Town, the Contractor shall immediately take charge of and defend the same at his own cost and expense. In addition, the Contractor will name the Town as an additional insured on any applicable policies. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. Town of Southold /o~hua ~. Itorton, Supervisor Paul By ELIZABETH A. NEVILLE TOWN CLERK REGISTIL&R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Augustl4,2002 CERTIFIED MAIL RETURN RECEIPT REQUESTED Roland's Electric, Inc. 307 Suburban Ave Deer Park NY 11729 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Sir: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzini Jr & Sons to construct three (3) tennis courts and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted the bid of Hinck Electrical Contractor Inc. to supply and install sports lighting. Certified copies of the resolutions are enclosed. Also, returned herewith is your bid bond. Thank you for submitting your bid. Very truly yours, Southold Town Clerk ljc Enclosures RECEIVED St. Paul Fire and Marine Insurance Company %utholcl Town Clerk KNOW ALL MEN BY THESE PRESENTS, that we, Roland's Electric, lac. 307 Suburban Avenue Deer Park, NY 11729, as Principal, and St. Paul's Fire and Marine Insurance Company 738 Broad Hollow Road Melville, NY 11747, a corporation duly authorized under the laws of the State of Minnesota, as Surety, here in after called the Surety, are held and firmly bound unto the Town of Southold, as Obligee hereina~er called the Obligee, in the sum o£ 5 % of the Amount Bid. For the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executives, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Electrical Work -Cochran Park Sports Lighting NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Ohiigee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidd'mg or contract documents with good a sufficient Surety for falththl performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof; or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount speciried in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 30th day of April, 2002 Witness (~ Withes[ ~ Roland's Electric, Inc. Principal ( Seal ) ~'~l~ame anSI/ Title St Paul's Fire and Marine Ins Co. ) R0~ttomey In Fact ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 14, 2002 CERTIFIED MAIL RETURN RECEIPT REQUESTED J. C. Quinn Inc. P O Box 739 Calverton NY 11933 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Sir: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzini Jr & Sons to construct three (3) tennis courts and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted the bid of Hinck Electrical Contractor Inc. to supply and install sports lighting. Certified copies of the resolutions are enclosed. Also, returned herewith is your bid bond. Thank you for submitting your bid. Very truly yours, Southold Town Clerk ]jc Enclosures r,,' 9 2002 -- BID BOND Bond #AE93~9329 Conforms with The American Institute of Architects, A.I.A. Document No. A-310 %uthold Town Cler KNOW ALL BY THESE PRESENTS, That we, J.G. Quinn Inc. 12 Sunny Line Drive, Calverton, NY 11933 as Principal, hereinafter called the Principal, and the Gulf Insurance Company of 5 Forest Park Drive, Farmington, CT 06032 the laws of the State of Connecticut , a corporation duly organized under , as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold, 53095 Main Road, Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid ........................................................... Dollars ($ 5% of Amount Bid ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, fm:nly by these presents. WHEREAS, the Principal has submitted a bid for Construction of Park Facility Improvements at Robert W. Tasker & Jean W. Cochran Parks. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 7th day of f ~ Witness Catherine McCabe Witness May 2002 Principal Title Gulf Insurance Company Patricia Von Posch Attorney-in-Fact S-O0541GE£F 12/00 FRP ELIZABETH A. NEVILLE TOWN CLERK REGISTttAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Seuthold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.north£ork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 14, 2002 CERTIFIED MAIL RETURN RECEIPT REQUESTED P.S.L. Industries, Inc. 3333 Veterans Memorial Hwy, Suite 521 Ronkonkoma NY 11779 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Sir: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzi~fi Jr & Sons to construct three (3) tennis coitus and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted tl~e bid of Hinck Electrical Contractor Inc. to supply and install'sports lighting. Certified copies of the resolutions are enclosed. Also, retm'ned herewith is your bid bond. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enclosures THE AMERICAN INSTITUTE OF ARCHITECTS Bid Bond KNOW ALL HEN BY THESE PRESENTS, that we P.S.L INDUSTRIES, INC, 3333C VETERANS MEMORIAL HIGHWAY, RONKONKOMA, N.Y. 11779 as Principal, here±naftsr called t;~e ?rincipal and NOVA CASUALTY COMPANY 180 OAK STREET BUFFALO, NEW YORK 14203 (~ere insert fui~ name and address ar legal titi~ of Surety1 a corporation duly organized under the laws of the State of NEWYORK as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD NEW YORK as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF BID AMOUNT Dollars ( $ ) for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ~, the Principal has submitted a bid for (~ere i~$~t full .~, add, ess a~d ~e~criptio~ o~ pro~ect) CONSTRUCTION OF PARK FACILITY IMPROVEMENTS ROBERT W. TASKER ? JEAN W. COCHRAN PARKS PECONIC LANE, PECONIC N.Y. ~OW, ~R~I~, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed ~y 3, 2002 ~-d'~' (~itness) "' ~{Title) ~ {~itness) NOVA CASUALTY COMPANY ~RYLOU eRO~q~lAttorney in Fact AIA DOCUMENT A310 0BID BOND 0AIA FEBRUARY 1970 ED ,THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 ELIZABETH A. NEVILLE TOWN CLERK REGISTP~AR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 14, 2002 CERTIFIED MAIL RETURN RECEIPT REQUESTED Owen Brothers Landscape Design Ltd. 2090 Sound Ave Baiting Hollow NY 11933 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Sir: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzini Jr & Sons to construct three (3) tennis courts and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted the bid of Hinck Electrical Contractor Inc. to supply and install sports lighting. Certified copies of the resolutions are enclosed. Also, returned herewith is your certified check No. 728243035 in the amount of $16,472.00. Thank you for submitting your bid. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFOP~ViATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 441 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY, 2 2002: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Paul J. Corazzini~ Jr. & Sons, in the amount of $57,000~ to construct 3 tennis courts at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 200? Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 439 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 2, 2002: RESOLVED that the Town Board of the Town of Southold hereby accep...fs the ~rol~osat'%f RFC (Residential Fences Corp.) 1760 Route 25~ Ridge~ NY 11961~ in the amount bf $102~959~ to supply and install fence for the tennis courts, adult softball field and tee ball fields at Cochran Park~ in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 492 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 30, 2002: RESOLVED that the Town Board of the Town of Southold ~e~e~ accepts the bid of Hinck Electrical Contractor, Inc., 160 Irish Lane, Islip Terrace~ NY 11752, in the amount of $274,500~ to supply and install sports lighting at the Tasker Park tennis courts, the adult softball field and roller hockey rink at Cochran Park, in accordance with the plans and specification outlined in the "Invitation to Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields" dated April 18, 2002. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53096 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 14, 2002 CERTIFIED MAIL RETURN RECEIPT REQUESTED KJB Industries Inc. 14 Center Dr Riverhead NY 11901 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Sir: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzini Jr & Sons to construct three (3) tennis courts and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted the bid of Hinck Electrical Contractor Inc. to supply and install sports lighting. Certified copies of the resolutions are enclosed. Also, returned herewith is your bid bond. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk ]jc Enclosures Colonial Surety Company Administrative Offlce 50 Chestnut Ridge Road MonWale, NJ 07645 201-573-8788 BID BOND Approved by The American Institute of Architects A.LA, Document No. A-310(Feb. 1970 Edition) KNOW ALL PERSONS BY THESE PRESENTS, that we, KJB INDUSTRIES INC. Rlverhead , NY ~ECEIVED ~0utJl0J~ ~[0.w,~n ~ter!~ as Principal, herbinalter celled the Principal, and COLONIAL SURETY COMPANY, a corporation duly organized under the laws of the Commonwealth of Pennsylvania, as Surety, hereinafter celled the Surety, ars held and firmly bound unto TOWN OF SOUTHOLD SOUTHOLD , NY as Obllgee, hereinafter celled the Obllgee, in the sum of 5 % of ~mount bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, edminlatrators, successors and assigns, Jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for TENNIS COURTS, ADULT SOFTBALL FIELD, HANDBALL COURT, AND TEE BALL FIELDS,COCHRAN PARK, PECONIC LANE NOW, THEREFORE, If the Obilgee shell accept the bid of the Principal and the Principal shall enter Into a Conl~ect with the Obiigee in accon:lence with the terms of such bid, and give such bond or bonds as may be specified In the bidding or Contract Documents with good and sufficient surety for the faithful pa~:~'mance of such Contract and for the prompt payment of labor and material furnished In the proescutlon thereof, or In the event of ~ failure of the Principal to enter such Contract and give such bond or bonds, If the Principal shall pay to the Obilgee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the~bllgee may in go$xl~alth contract with encther party fo pa~fon'n the Work covered by said bl~n this obligatlo,,~f s~fall be null and void, otherwise to remain in full force end ~t. //z/ / / .~/'] Signed a nd IsZ~.~.~M?~/~.., ~ '~_ _ _ Anthony J/Ciffiesko (Attorney.in-Fact) ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 14, 2002 CERTIFIED MAIL RETURN RECEIPT REQUESTED Corazzini Asphalt Inc P O Box 1281 Cutchogue NY 11935 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Mr. Corazzini: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzini Jr & Sons to construct three (3) tennis courts and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted the bid of Hinck Electrical Contractor Inc. to supply and install sports lighting. Certified copies of the resolutions are enclosed. Also, returned herewith is your bid bond. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enclosures 1!002 %u~hoid Town RLI Insurance Company 180 Summit Avenue, Suite 205 Montvale, NJ 07645 AIA Document A310 BID BOND Bond #RSB-74t689 KNOW ALL MEN BY THESE PRESENTS, that we Corazzini Asphalt Inc. P O Box 1281 Cutchogue, NY 11935 as Principal, hereinafter called the Principal, and RLI Insurance Company a corporation duly organized under the laws of the State of Illinois as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold of Southold Town Hail, 53095 Main Road, Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Fifteen Thousand and No/100*** Dollars ($15,000.00'**) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Construction of Park facility improvements at Robert W. Tasker and Jean W. Cochran Park, Peconic Lane NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be heeCnoified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the t of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to bligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and Sealed this 6th day of May, 2002. I/O (Pnnc[pal) t (Seal) (Title) o' ' * ' (Witness) RLI INSURANCE COMPANY Fact Matthew Wilkoff, (Se.al) ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August l4,2002 CERTIFIED MAIL RETURN RECEIPTREQUESTED Commander Electric, Inc. 500 Johnson Ave PO Box 526 Bohemia NY 11716 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Sir: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzini Jr & Sons to construct three (3) tennis courts and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted the bid of Hinck Electrical Contractor Inc. to supply and install sports lighting. Certified copies of the resolutions are enclosed. Also, returned herewith is your bid bond. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Enclosures THE AMERICAN INSTITUTE OF ARCHITECTS Document A310 Bid Bond ~IAY 9 2002 C;outh01d Town Clerk KNOW ALL MEN BY THESE PRESENTS, thatwe COMMANDER ELECTRIC, INC. Bohemia, NY 11716 as Principal, hereinafter called the Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Edison, NJ 08837-2238 a corporation duly or~;mized under the laws of the State Of CT as Surety, hereinafter called the Surety, are held and firmly bound unto Town Hall 53095 Main Road, Southold, NY 11971 aS ObliBee, hereinafter called the Oblisee, in the sum of Five percent of amount bid. Dollars ($ 5% of Amount Bid ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents, WHEREAS, the Principal has submitted a bid for Construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY NOW, THEREFORE, if the Oblillee ~hall accept the bid of Ihe Principal and the Principal shall enter into a Contract wi~h the ~i8~ in ~cordan~ with t~ Je~s of such bid. and 8aw such ~ or ~s ~ m~ be sp~lfi~ in the bi,in8 or ~ntrac{ ~cumn~ with ~ and sufficient surly for the lai~ful p~lo~an~ of ~ch Contract a~ such ~tra~ a~ 8~ ~ch ~ or ~n~, if the Prt~t~l shall ~y m t~ ~Ji~ t~ differ~ce ~t to ~ the ~nalw ~r~f ~ t~ amount ~cifi~ in ~M ~ a~ ~u~ lat~r a~ount.~r ~i~ t~ ~l~ ~y in ~ in furl force a~ Claudia Gross0 Signed and sealed this 9th day of May 2002 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA · ..... i ........... i ~,~ fs~l Fred Ni~on (til~) A~o~lmFam ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 14, 2002 CERTIFIED MAIL RETURN RECEIPT REQUESTED West Babylon Electric 1060 Little East Neck Rd West Babylon, NY 11704 Re: Bid - Tennis Courts, Adult Softball Field, Handball Court & Tee Ball Fields Dear Sir: The Southold Town Board, at its regular meeting of July 2, 2002, accepted the bid of Paul J. Corazzini Jr & Sons to construct three (3) tennis courts and the proposal of RFC (state contract) to supply and install fencing; and at its regular meeting of July 30, 2002, accepted the bid of Hinck Electrical Contractor Inc. to supply and install sports lighting. Certified copies of the resolutions are enclosed. Also, returned herewith is your bid bond. Thank you for submitting your bid. Very truly yours, Southold Town Clerk [jc Enclosures THE AMERICAN INSTITUTE OF ARCHITECTS RECEIVED ' CI~ Document A3IO Bid Bond BOND NO. UFB500605 KNOW ALL MEN BY THESE PRESENTS, that we WEST BABYLON ELECTRIC 1060 LITTLE EAST NECK ROAD, WEST BABYLON, NY 11704 as Principal, hereinafter called the Principal, and UNIVERSAL BONDING INSURANCE COMPANY 518 STUYVESANT AVENUE, LYNDHURST, N.J. 07071-9836 a corporation duly organized under the laws of the State of New Jersey as Surety, hereinafter called the Surety, are held and firmly bound unto TOW-N OF SOUTHOLD 53095 Fd[IN ROAD, SOUTHOLD, NY as Obligee, hereinafter called the Obligee, in the sum of 5% of the amount bid not to exceed $20,700.00 DOLLARS ($20,700.00 .... ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for SPORTS FIELD LIGHTING NOW, THEREFORE, if thc Obligoe shall accept the bid of the Principal and the Principal shall enter into a Contract with the Oblig~ in accordance with the tcrm~ of such bid, and give such bond or bonds as may be specified in thc bidding or Contract Document~ with good and saffi¢ient surety for the faithful performance of ~uch Contract and for the prompt payment of labor and material furnished in thc prosecution thereof, or in the event of the failure of the Pdnclpal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obllgec thc difference not to exceed the penalty borefof between the amount ap~ified in aald bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in fall forve and effect. The Consent of Surety contained herein is limited to a Contract award not to exceed $414,000.00. Signed and sealed this 9th day of May, 2002. OVimess) FRANCES A, FRAZZANO BOND NO. UFBS00605 WEST BABYLON ELECTRIC . (Seal) MICHELE CHARErrlt ATI'ORNEY-IN-FACT I 11 I I t I I I I I I I I I I I I I I PROPOSAL FORM MAY I 9 2002 Date: ~.~-/.~/~ .2 NAME of / BIDDER: Telephone: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April 18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, LA., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written In words) (written in numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WiLL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # $: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: Iwri~n in wo~sl ~wri~sn in n~mbsr~l I ! I I I I i I I I I I I ! I I I And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: / Dated: Signature Bidders of Bidder: Address: Telephone Number: ~ ~/. ~ 7. 27~ / Adult Softball Field & Tee Ball Fields: D-3 I I I i I I 0 UJ I I STATEMENT OF NON-COLLUSION ! I ! I I I I I I I I I I I I I (To be completed by each Bidder) in accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in fts behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the. execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. Resolved that /~ of the (Name of ~slg~a{ory) ' - (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by [orp0ration at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) // / / /~' Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & Tennis Courts/Adult Softball Field & Te I E-1 I I THE AMERICAN INSTITUTE OF ARCHITECTS I I I AIA Document A370 Bid Bond I ! I I I I I I I I I I KNOW ALL MEN BY THESE PRESENTS, thatwe lHere insert full name and address or leBal title of Contractor) as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here anser[ full name, address and description of proiec0 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with 8oDd and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereol, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed'this day of 19 ~ (Principal) (Seal) (Witness) (Title) [ (Surety) (5eal) (Witness) (Title) AIA DOCUMENT A31B · BID BOND · AIA ~ · FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 (~ Printed on Recycled Paper 9/93 1 I I I I I I I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Certifies that: BIDDER'S CERTIFICATION (Bidder) / It intends to use the following listed .construction trades in the work under the I I I I I I I I I I I As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those traces being: · "'"' ~--,~~ Cc.--I .; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject'to these Bid Conditions, these trades being: ~_~ ~...c..J¢'~ o°-..-I ;and, It will obtain from each of its subcontractors and submit to the contracting or sa ~ bn'~; inltr~r icr~og r acgee n ¢~t iioOnr tr~ ~hu ier~~~ ' a~v~)~ F9saenY ~ ~;c oOnn~ritaioCtnO~.under this contract the (i~~'i~e of Au~67/'zed Re ~resentative of Bidder) Adult Softball Field & Tee Ball Fields: F-1 BID BOND Conforms with The American In~tltut~ of Architects, A.I.~. Document No. A-310 KNOW ALL BY THESE PRESENTS, That w~, Hinck Electrical Contractor, Inc. 160 Irish Lane RECEIVED MAY 9 2002 Southold Town Clerk Islip Terrace, New York 11752 and the Fidelity and Deposit Company of Baltimore , a corporation dilly or~ni?~:[ Iulder · as Surety, hereinafter called the Surety, are held ~nd firmly bound unto the laws of the Stal~ of Maryland Town of Southold 53095 Main Road, Southold, New York as (Yoligcc, herelo~fler called thc Obligee, in the sum of 5% of Amount Bid ................................................................ Dollars ($ 5% of Amount Bid ), for thc payment of which ~un well and tndy to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these pr-~nts. WHEREAS, the Principal has submitted a bid for Tennis Courts, Adult Softball Field, Handball Court, and Tee Ball Fields, Cochran Park, Peconic Lane, Peconic, New York 11958 Park 7 Electrical Work NOW, THEREFORE, if the ObliS~ shall accept the bid of the Principal a~A the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful pert'orm~nce of such Contract and fur the prompt payment of labor and material furnished in the prosecution thercof, or in the event of the failure of the Principal to emer such Contract and give such bond or bonds, if the Principal ~hnll pay to thc Obligee the difference not m exceed the penalty hereof hetween thc amount specified in said bid and such larger amount for which the Obligee may in 8ood faith contract with another lXa~ty to gerform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd da~of Witness Witness May 2002 - Fidelity an~sit Con~pa~/ / Ro~ J.~my / ~ A~om~-in-F~ $-0054/GEEF 12/00 FRP Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE, BALTIMORE, MD KNOW ALL MEN BY THESE PRESENTS: That the FIDEL!TY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by STEWART R. DUKE , Vice-President, and MakRY JEANNE ANDERSON , Assistant Secretary, in pursuance of authority granted by A~icle VI, Section 2, of the By-Laws of said Company, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, does hereby nominate, constitute and appoint Robert J Frey of Valley Stream, New York ...................................................... its true and lawful agent and Attoraey4n-Fact, to make, execute, behalf as surety, and as its act and deed: any and all bonds and undertakings ...... ~ ........................ ._,_ such bonds or undertakings in pursuance o amply, to all intents and purposes, as if they at its office in Baltimore, Md., in their own behalf of Robert J. Frey dated The said Assistant Secretary does hereby certify that t 2, of the By-Laws of said Company, and is now in IN WITNESS WHEREOF, the said Corporate Seal of the said FIDELITy AND ......... O.~_t_ _o__b__e_r_ ........... A.D. 19_9.4_. ATTEST: binding upon said Company, as fully and elected officers of the Company ittorney revokes that issued on , of Article VI, Section have hereunto subscribed their names and affixed the this .................. 2_5_t___h_ ................. day of 19..9__4_, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came .... S.T.,gl~,~xT_.g.,_.I~lJiq~ ........... Vice-President and_~,A~.Y._~'~,A]~...~ ....... Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally lmown to be the individuals and of- ricers described in and who executed the preceding insmununt, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Conporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHI~KEOF, I have hereunto set my hand and affixed my Official Seal the day and year first above writU.~n. ..... 7"7;¢ Conunission Expires...~.l~l~l;_ J..,._J.~_6. .................. CERT~'ICATE I, the undersigned, Assistant Secretary of the FIDELITy AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the Viee-President who executed the said Power of Attorney was one of the additional Vioe-Presidunts specially authorized by the Board of Directors to apprfmt any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OE MARYL4~ND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of Saly, 1969. RESOLVED: "That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company, whether made bere~fore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHI~REOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this day of_ ................. M..~-~ .............. 2 0_0_2 ~.~42~ 093-7/493 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND · 'Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice- Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appo/nt Re~idemt Vice-Presidents, Asaistant Vice-Presidents and Attorneys-m-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances? stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto. ' ' FIDELITY AND DEPOSIT COMPANY Q~ ~A~¥LAND A~T~ o~gol~Ucn (~e** ~ ~ d~ old) SecurltiP4 oat?it~l It 3"'22,29g,94~) in the above sta(mllert! er. ~apol#ed l~l nequ~rod by law. DAVID A. ~OWE/~S, Vice Prs~idua¢ of tho FI]:)ELr~'Y AND D~;r COMPANY OF ~1~ the ~ln$ ~ment ;~ a tenet( exhibit of tl~* ~le~l and t~iiJti~ or,he sl~ Company o~ ~hs ~ Is: d~y of MARt,O G, UNIFORM CERTIFICATE OF ACKNOWLEDG~ (F, qthin New York State) State of New ~rk/ , ) County of SS Onthe ~ dayof /~7 intheyeqr ~2~a~ personally appeared / ~c~ //~<e~. personally known to me or proved~o me on the basis of satisfactory evidence to be the individual (s)-whose name (sflis (ar40-subscrihed to the within instrument and acknowledged to me that he/s~hey executed the same in hi~ catxtciO~ ~ and that by his/bam6q~ signature (syon the instrument, the individual (s); or the person upon behalf of which the individual~ ctctecL executed the instrument. before me, the undersigned Signature/and Office ~ff Individual Taking Acknowledgment MARYANNE GANC! Nota~ Public, State of New Y'.rk No. 4984740 Qualified in SuffQIk CpunW Oen~ni~ion Ex~ire~ ~/,/~ ~ STATE OF COUS'~ OF RA. SSAU On chis 3rd day of May X°X2OO~efore me personally came Rober[ J Fray to m& k~ovn, who being by me duly sworn, did depoGe and.say that he resides in Malve~e. N.Y.; that he is the lust~umenE; thag he ~o~s :he seal of said co~oratio~; Ehm~ ~o aff~ed by ~he o~der of ~he Board of Directors of ,aid corporagiou, mhd tha~ he'sigued his ~ame Ehereto by like order. Notary l~b 1 ie ! I PROPOSALFORM I I I I I I i I I i 1 1 I t Southold Town Clerk I I BIDDER: z TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April '18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 1'1958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, L.A., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVJ;I'IES WILL BE.COMPLETED FOR THE S~PULATED "LUMP SUM" OF: (written In numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEI~ # 2: GENERAL CONSTRUCTION: FUR~ISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81~ AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) D-2 (written in numbers) i I I I 1 1 i I 1 I ! I I ! I i I And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature Bidders of Bidder: Address: Telephone Number: Date: Adult Softball Field & Tee Ball Fields: D-3 .m ~ o o Z o ~u _ J c~ I ,-I LU UJ N i~, ° 0 i 0 0 D. I,IJ 0 I I I I I I I I I ! I I I I I I STATEMENT OF NON-COLLUSION .. (To be completed by each Bidder) in accordance with Section 103-d General Municipal Law, effective September l, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or.to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other parson, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ~-~-' ~f~g.-Z.~"l, ofthe ~/~-z~/4'z~Z2-~? -~-r ~- ~,~,5' ,.~¢ be (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by ~orporation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) ~/~ Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September t, 1966. Tennis Courts/Adult Softball Field & Tee Ball Fields: E-I THE AMERICAN INSTITUTE OF ARCHITECTS I I 1 AIA Document A310 Bid Bond I I I I I I I I I I I I I i KNOW ALL MEN BY THESE PRESENTS, that we IHere inserl full name and address ot legal tit~e of Contraclor) as Principal, hereinafter called the Principal, an~ a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or lega~ litle of Owner) as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Oblisee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and $ive such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in 8ood ~aith contract with another party to perform the Work covered by said bid, then this obligalion shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 19 (Witness) (Principal) (Seal) (Title) (Surety) (Seal) (Witness) (Title) AIA DOCUMENT A310 · BID BOND · ArA ~ · FEBRUARY 1970 ED · THE AK(ERICAN ~NSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 I I I I I I ! I ! I I I I ! I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION Certifies that: 1. (Bidder) It intends to use the following listed construction trades in the work under the contract .; and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all constructiOn work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Signa~re bf~Authorized Representative of Bidder) Adult Softball Field & Tee Ball Fields: F-1 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Company Name Bid on construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. HUNDRED F~FTY An= 00/tOO:t**USDoilars DOLLARS RECEIVED , PROPOSAL FORM 2002 Date: ---Ma-y--.~02 NAME of BIDDER: Roland's Electric, Ing 307 Suburban Avenue %uthold Town Clerk Telephone: (631) 242-8080 Deer Ps rk. NY 11729 TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the suppqes relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April '18, 2002, including bidding requirements, contract, general and sFecial conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work et: COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, LA., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performahce Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # t: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: N/A (written in words) (written in numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE RE~FERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: N/A (written in words) (written in numbers) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ~/~ (written in words) (writte~ in numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS, THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ~/A (writter~ in words) (written in numbers) ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL 'LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED ULUMP SUM" OF: {written in word~) ~'~ ~'~,~ F~ ~;;~J6 (written in numbers) D-2 And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned thc contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges r~-ceipt of the following addenda: Addendum Number: I Dated: ~ Signature ~_ Bidders of Bidder: Address: Pre siden t (631) Telephone Number: 307 Suburban Avenu~ Deer Park, NY 11729 Date: MAy 9, 2002 Adult Softball Field & Tee Ball Fields: D-3 Z U.I LU ILl NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: .. A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION Roland's Electric, Inc. Certifies that: (Bidder) It intends to use the following listed construction trades in the work under the contract Division Six Electrical .; and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: Elect ri cal .; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: Electrical ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. rized Representative of Bidder) Stephen Cadieux - President Adult Softball Field & Tee Ball Fields: F-1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section ~103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency~ or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder aa true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of a,~y bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: ('1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, d[ractly or Indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bioder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ,~te~- ~;=,,v ofthe Roland's Electric, Inc. (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: be TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by Roland's Electric, Inc. ~orporation at a meeting of the Board of Directors, held on the gth day of May ,20 02 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September I, 1965. ~ Stephen ~eux - President Tennis Courts/Adult Softball Field & Tee Ball Fields: E-I GENERAL RELEASE (To be submitted with requisition for Final Payment) KNOWN ALL MEN BY THESE PRESENTS that Rnl~l ~ e ~"1 ,~ ~, ~- -.-; ~, ]'nc ![ for (Contractor) and in consideration of the sum of lawful money of the United States of America, to it in hand paid' (dollars) by: Roland's Electric~ Thc. (Owner/Contracting Agency) and its successors and assigns and administrators, of and from any and all manner of action and actions, cause and causes of action, suits, debts, dues, sum and sums of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, controversies, agreements, promises, variances, trespasses, damages, judgments, patents, extents, executions, claims and demands whatsoevei' in law and equity, which against the said Roland's Electric~ Inc, , and (Owner/Contracting Agency) the Town of Southold, now have or which heirs, executor=, or administrators hereafter can, shall, or may have, for upon or by reason of any m~tter, cause or thing whatsoever, from the beginning of the world to the day of the df ~ of these presents rising out of the construction, in accordance with the contract entered into between parties hereto, dated: or supplements thereto. ,20 07 and any admittance IN WITNESS WHEREOF, the undersigned corporation has cat~sed this agreement to be signed by its ~e.~a~ - ~ ~, hereto affixed and duly attested by and its corporate seal to be its Attest: PresEdemt St~Dhen Cadieux this q day of MAy I '~ ~' Principal' ~ y ~tephen Cadieux - President Tennis Courts, Adult Softball Field & Tee Ball Fields: ,20 o2 G-1 _ ._Roland's Electric, Inc. CURRENT PUBLIC WORKS REFERENCES 307 &UBURBAN AVENUE DEER PARK, NEW YORK TELEPHONE (63t) 242~080 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs. PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs. PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs.: Stratford Elementary School, Garden City, NY Peter Gisolfi Associates Garden City Public Schools $516,000.00 Joe Guidice, Construction Manager ~ KBF - 516-294-5430 Rich Price, Architect ~ Peter Gisolfi Assoc. - 1-914-478-3677 Tim Almeida ~ Garden City SD - 516-294-2631 Charles Palagonia ~ Garden City SD - 516-294-2631 Valley Stream CHSD-Central Elev.,No. Caf6, So. Cafb/Music-Valley Stream, NY John A. Grille Amhitect, PC Valley Stream CHSD $517,625.00 Joe Singleton ~ Valley Stream CSD - (516) 872-5643 John A Grille, President @ John A. Grille Arch. - 631-476-2161 Longwood CSD, Senior High School (including GE Spo~ts Lighting at Football Field) & Junior High School Contracts Wiedersum Associates Longwood CSD $4,012,154.00 (combined total of both school projects) Richard Campisi, Director of Facilities Expansion ~ Longwood CSD 631-345-2900 Jose Medina, Director of Plant Facilities ~ Longwood CSD - 631-345-2772 Mike Dodge, Project Manager ~ Wiedersum Associates - 631-434-7900 Frank Reich, Project Manager ~ Turner Construction - 631-205-0791 Suffolk County Wide Various Suffolk County Department of Public Works Various Tom LaGuardia, Senior Engineer - 631-852-4226 Leu Calderone, Director of Buildings - 631-852-4095 ROLAND'S ELECTRIC, INC. CURRENT PUBLIC WORK REFERENCES PAGE 2 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs.: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs.: North East Ballpark Field Lighting (Mussco Lighting) Inc Village Of Freeport $187,950.00 Louis DiGrazia, Superintendent of Public Works 516-377-2375 Robert Fisenne, Village Engineer 516-377-2233 Longwood CSD, Middle School, Site Pole Base Lighting Weidersum Associates Longwood CSD $129,975.00 Frank Reich, Project Manager ~ Turner Construction 631-205-0791 Michael Dodge, Weidersum Associates 631-434-7900 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs.: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs.: Elmont UFSD; Clam Carlson, Covert Av.,Gotham Av., Stewart Manor, Dutch Bdwy, and Alden Terrace Schools Angelo F. Corva Elmont UFSD $845,000.00 John Moccio, Angelo F. Corva 516-869-9800 Frank Marino, Advanced Consulting 516-546-3221 Ward Melville High School Burton, Behrendt, and Smith, PC Three Village CSD $535,950.00 Mike Tresca, Project Manager, BBS Arch., 631-475-0349 Frank Angerano, JMOA Engineering 631-969-9604 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE NOs.: SCDPW Hauppauge Youth Football Field (Lithonia Lighting) Various Suffolk County Department of Public Works $24,137.00 Tom LaGuardia, Senior Engineer 631-852-4226 Lou Calderone, Director of Buildings 631-852-4095 Roland's Electric, Inc. £ic~#s~# ~l~ct~ical ~v#tracto's 307 SUBURBAN AVENUE DEER PARK, NEW YORK 117~9 TELEPHONE (63t) 242-8080 FAX (831) 242-63E2 www.rolandselect rlc.com ELECTRICAL MAINTENANCE CUSTOMERS REFERENCES Suffolk Community College Project Value: $500,000.00 Ray Woods - (516) 451-4705 Fred A. Strahs-Lorenc (Assoc. Dean for Facilities) - (516) 451-4233 Stony Brook University Walter Wilson - (516) 632-9943 Project Value: $3,000,000.00 Roosevelt UFSD Eric Vonderhorst - (516) 867-8617 Project Value: $200,000.00 Miller Place UFSD James Bicker - (516) 474-2731 Project Value: $75,000.00 Oceanside UFSD William Mills - (516) 678-7581 Project Value: $300,000.00 Northport High School TonyResca - (516) 261-9000 Roland Diehl - (516) 262-6737 Project Value: $130,000.00 South Huntington UFSD Mark Margolies - (516) 673-2054 Project Value: $250,000.00 Deer Park UFSD Project Value: $200,000.00 Robert J. Schaffer (Director of Facilities) - (516) 242-6515 Suffolk County Parks Department Jim Barr - (516) 854-4969 Suffolk County Depadment of Public Works Lou Calderone - (516) 852-4150 Roland's Electric, Inc. £ice~se# ~lectrical ~antractars REFERENCES - SCHOOLS 30'/SUBURBAN AVENUE DEER pARK, NEW YORK 11729 TELEPHONE (631) 242-8080 Bellmore Merrick CSD Project Value: $525,000.00 Jack Dziedzic - (516) 623-8900 ext. 4290 Wantagh UFSD Bill June - (516) 679-6313 Project Value: $150,000.00 Suffolk Community College Project Value: $500,000.00 Ray Woods - (516) 451-4705 Fred A. Strahs-Lorene (Assoc. Dean for Facilities) - (516) 451-4233 Stony Brook University Walter Wilson - (516) 632-9943 Project Value: $3,000,000.00 Roosevelt UFSD Eric Vonderhorst - (516) 867-8617 Project Value: $200,000.00 Miller Place UFSD James Bicker - (516) 474-2731 Project Value: $75,000.00 Oceanside UFSD William Mills - (516) 678-7581 Project Value: $300,000.00 Northport High School TonyResca- (516)261-9000 Roland Diehl - (516) 262-6737 Project Value: $130,000.00 South Huntington UFSD Mark Margolies - (516) 673-2054 Project Value: $250,000.00 Deer Park UFSD Project Value: $200,000.00 Robert J. Schaffer (Director of Facilities) - (516) 242-6515 _ .,Roland's Electric, Inc. 307 SUBURBAN AVENUE DEER PARK, NEW YORK 11728 TELEPHONE (631) 242.8080 FIRE DEPARTMENT PROJECT REFERENCES PROJECT LOCATION: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: Eaton's Neck Fire District Schaardt & Fullan Architects $150,600.00 James D. Havrilla ~ Schaardy & Fullan -(516) 785-2378 North Merrick Fire District H2M Group $319,500.00 Joseph Mattola @ H2M Group - (631) 756-8000 North Massapequa Fire District H2M Group $111,835.00 Joseph Mattola ~ H2M Group - (631) 756-8000 Levittown Fire District H2M Group $96,711.00 Joseph Mattola ~ H2M roup - (631) 756-8000 Mattituck Fire District Frank G. Relf Architects, P.C. $15,032.00 Frank Relf AIA ~ Frank G Relf- (631) 271-4432 Middle Island Fire Department Richard Shure Architects $50,000.00 Richard Shure @ Richard Shure Architects - (631) 924-2727 Deer Park Fire District Frank G. Relf Architects P.C. $30,000.00 Frank Relf AIA ~ Frank G. Relf- (631) 271-4432 ._Roland's Electric, Inc. LIBRARY PROJECT REFERENCES 307 SUBURBAN AVENUE DEER PARK, NEW YORK 11729 TELEPHONE (~31) 242,8080 FAX (E31) 24~-~392 www.rol~ndselectrlc.com PROJECT LOCATION: ARCHITECT: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: AMOUNT: CONTACT & PHONE #: Huntington Public Library, Main Street, Huntington, NY Beatty Harvey Associates $486,800,00 Chris Pearson ~ Turner Construction - (917) 373-0460 Long Beach Public Library, Atlantic Avenue, Long Beach, NY Beatty Harvey Associates $345,000.00 George Trepp ~ Long Beach Public Library - (516) Pt Washington Public Library, Library Drive, Pt Washington, NY Donald & Liisa Sclare $615,000.00 Chris Pearson ~ Turner Construction - (631) 424-5900 Electric, Inc. PROJECT REFERENCES 307 SUBURBAN AVENUE DEER PARKs NEW YORK 11729 TELEPHONE (631) 242-8080 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: Lord & Taylor Department Store, Huntington Station, NY Bridge & Lavin HRH Construction $2,010,000.00 Scott Yarmus, HRH Construction - (212) 616-3100 No. Shore University Hospital, Center For Human Reproduction, Manhasset, NY Larsen Stein Ginsberg James A. Jennings $735,000.00 Christopher Martin ~ NSUH - (516) 562-2319 Altana Pharmaceutical, Hicksville, NY Flour Daniels Marshal Contracting $450,000.00 Greg Cox, Marshal Contracting - (215) 652-9780 Shea Theater, Suffolk Community College, Ammerman Campus, Selden, NY Burton, Behrendt & Smith Architects Suffolk Community College $130,000.00 Ray Woods ~ SCC - (516) 451-4705 Inwood Park Rehailitation Phase II, Inwood, NY Ward Associates, P.C. Nassau County Department of Public Works $78,000.00 Douglas Dargis - (516) 563-4800 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: Toumeau, Roosevelt Field Mall, Garden City, NY Levi, Sanchick & Associates New York City Builders Group $175,000.00 Jay Baron ~ NYCBO - (212) 635-0760 Sephora, Walt Whitman Mall, Huntington Station, NY JPU Design Group HRH Construction Inc. $85,000.00 ScottYarmus @ HRIt - (212) 616-3100 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: COMPLETED: CONTACT & PHONE #: PROJECT REFERENCES (CONT'D) Huntington Public Library, Main Street, Huntington, NY Beatty Harvey Associates Huntington Public Library $486,800.00 Chris Pearson ~ Turner Construction - (917) 373-0460 Long Beach Public Library, Atlantic Avenue, Long Beach, NY Beatty Harvey Associates Long Beach Public Library $345,000.00 George Trepp ~ Long Beach Public Library - (516) Symbol Technologies Corporate Headquarters, Holtsville, NY R.G. Madey Turner Construction $1,500,000.00 1996 Bill Sullivan, Turner Construction - (516) 424-5900 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: COMPLETED: CONTACT & PHONE #: Stony Brook Hospital & College, Campus Wide Ltg Upgrade, Stonybrook, NY HEC Energy Services HEC Energy Services $5,000,000.00+ Labor Only, Material Supplied by HEC 1998 Dennis Behr, HEC - (516) 361-6200 Walter Wilson, Stony Brook University - (516) 632-9943 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: COMPLETED: CONTACT & PHONE #: Rainforest Cafe, Disney like theme restaurant, Westbury & Nyack, NY DDI PCL Construction Westbury - $1,050,000.00 Nyack - $1,130,000.00 Westbury- 1997 Nyack- 1998 Alan Butler, PCL Construction (1-612) 888-9200 PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: COMPLETED: CONTACT & PHONE #: King Kullen Supermarket, Flagship Store, Commack, NY Tony Bucci Design THC Realty Development $1,100,000.00 1997 Stan Mitchel, THC - (516) 876-2024 _Roland's Electric, Inc. PROJECT LOCATION: ARCHITECT: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: DORMITORY PROJECTS :307 $1.SDU~RAN AVENUE DEER PARK, NEW YORK ~1729 TELEPHONE (63t) 242-8080 Stony Brook Hospital & College, Campus Wide Ltg Upgrade & Dormitory Work HEC Energy Services and Stony Brook University $5,000,000,00 + Dennis Behr, HEC ~ 516-361-6200 & Walter Wilson, Suny ~ 631-632-9943 Suffolk Community College Direct Suffolk Community College $500,000.00 + Fred A. Strahs-Lorenc, Suffolk Community College ~ 631-451-4233 _Roland's Electric, Inc. 307 SUBURBAN AVENUE DEER PARK, NEW YORK 11729 TELEPHONE (831) 242-8080 FAX (B31) 242-6392 www.rolandselect tic.corn CURRENT PROJECTS UNDER CONSTRUCTION PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: PROJECT LOCATION: ARCHITECT: CONTRACT WITH: AMOUNT: CONTACT & PHONE #: Longwood Sr. High School, Jr. High School, & Other Various, Middle Island, NY Wiedersum Associates Turner Construction Sr. H.S. $2,344,000~00/Jr. H.S. $1,689,000.00 Michael Dodge, Wiedersum Associates - (631) 434-7900 Stony Brook Child Care Center, Stony Brook Road, Stony Brook, NY Ehasz Giacalone Architects P.C. IDI Construction $350,000.00 John Mienkiewicz, IDI Construction - (212) 680-1100 North Shore University Hospital, Maternal Fetal Medicine, Manhasset, NY Schuman Lichtenstein Claman Efron Architects Axis Construction $110,000.00 John Neverka, Axis - (631) 243-5970 Port Washing Public Library, Library Drive, Port Washington, NY Donald & Lisa Sclaare Architects Turner Construction $739,000.00 Frank Reich, Turner Construction - (516) 424-5900 Elmont UFSD, 5 School Project, Elmont, NY Angelo Francis Corva & Associates Advanced Consulting Corporation $850,000.00 Park Ridge Town Square Shopping Center, Chapman Blvd, Manorville, NY Mario R. Vergara THC Realty Development LP $225,000.00 George Vasilescu, THC Realty - (516) 349-0888 ! I PROPOSAL FORM RECEIVED 9 2002 I i I I I i I I I I I I I I I I I Date: NAME of BIDDER: %uthold Town Clerk TO: SOUTHOLD TOWN BOARD TOWN HALL ~ 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April 18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York '11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, L.A., P.C~ 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (w~l~en In words) [ (wfi~en in numbem) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. iNFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS THE ABOVE REFERENCED ACTIVITIES WiLL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written In numbers) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL, THE PLAYING COURT AREA WILL ASPHALT, THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) ~,,970- (written in numbers) ITEM # $: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTR4CAL LIGHTING SYSTEM TO MEET THE MINIMUM .REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) -- (written in numbers) ~'v~", J,',,.,~6~,~ -.%~ c[-~[ku,s. D-2 I I I I I I I I I I I I I I I I I I I And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Signature ~ of Bidder: Telephone Number: Date: Dated: ~__~;~. Bidders Address: ..~.~- Adult Softball Field & Tee Ball Fields: D-3 UJ I I I I I I I I I I I I I I I I I I STATEMENT OF NON-CC)LLIJSlON (To be completed by each Bidder) In accordsnce with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: be TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by ~orporation at a meeting of the Board _of Directors, held on the _ (SEAL OF THE CORPORATION) ,/ Laws of New York, 1965 ~~/) Ch. 751, Sec. 103-d, as amended & -~ effective on September t, t 965. ~ Tennis Courts/Adult Softball Field & Te/e Ball Fields:' E-1 I I THE AMERICAN INSTITUTE OF ARCHITECTS m m m AIA Document A310 Bid Bond ! m ! m m m m I I I m m m m KNOW ALL MEN BY THESE PRESENTS, thatwe as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert tu)[ name, address and description of project) NOW, THER[FORE, if the Obligee shall accept the bid of th; Principal and the Principal sha[I enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with 8ood and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principa[ shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in 8ood faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 19 (Witness) (Principal) (Seal) (Title) (Witness) (Surety) (Seal) (Title) AIA DOCUMENT A31e · BID BOND · AIA O · FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W:~ WASHINGTON, D.C. 20006 I I I I I I I I I I I I I I I I I I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) Certifies that: It intends to use the following listed construction trades in the work under the contract ; and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ~-A~o~s. ~q.~-o~r~t_ ~Pr,l~d¢.~. ;and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: · It will obtain from each of its subcontractors and submit to_ the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Sig n;~Be~i;ti~; ;f Bidder) F-1 ! I I I I I I I t I I ! ! PROPOSALFORM RECEIVED" · #AY r' 9 Southolcl Town Clerk Date: :~- ~-~/-~'-" NAME of BIDDER: Telephone: TO: SOUTHOLD TOWN BOARD TOVVN HALL - 53095 MAIN ROAD SOUTHOLD, NEVVYORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April t8, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish alt materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, LA., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (wdRen In words) (wdaen In numbem) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS THE ABOVE REFERENCED ACTIVITIES WiLL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in word/~) (written in numbers) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ('written in words) (written in numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275.FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SEF~VICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) D-2 I I I I I I I i I 1 I ! I I I 1 I t ! And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: i Dated: Signature of Bidder: Telephone Number: Date: Bidders Address: .~c~c~o Sc,j~--~ ~;- , Adult Softball Field & Tee Ball Fields: D-3 I 1 I I I I iii UJ N UJ 0 LU ~d Z 0 I I t I I I i I STATEMI=NT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement aubscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: ('1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that 4'~,~-~ of the ~:::)~.E.~/~.,~T'~ L-,~Ec-~-~'~L>~ be ,//.,/(~N/i~'~O~ signatory) (Name of Corporation) authorized to si~d~rfld submit the bid or proposal of this corporation for the following Project: I TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 I and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for B any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct Icopy of the resolution adopted by ~orporation at a meeting of the I Board of Directors, held on the I I I (SEAL OF THE CORPORATION) ~_~ ~./'~ Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & Tennis Courts/Adult Softball Field & Tee Ba~Fields: E-I THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A370 Bid Bond I I I I I I I I I I I I I KNOW ALL MEN BY THESE PRESENTS, that we as Principal, hereinafter called the Principal, an~l a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the biddin8 or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amopnt specified in said bid and such larger amount for which the Obligee may in 8ood laith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 19 (Witness) { (Principal) (Seal) : fTitle) (Witness) { (Surety) (Seal) (Title) AIA DOCUMENT A31B · BiD BOND ,, AIA ~ · FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 ~ Prlnt~l on RecycledPap~r 6/93 1 I I I I I i I I I I I I I I I I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) Certifies that: It intends to use the following listed construction trades in the work under the contract __~.~ 'vv'. ~,~¢_.~'~ '-p"~---_ ;and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all constructiOn work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the_ subcontractor certification required by these Bid Conditions. (~7~--uth0rized Repre-sentative of Bidder) Adult Softball Field & Tee Ball Fields: F-1 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate T~, ,~ ' (if any) Company Name~ '~.m~rl'~f? ~}rl;x~ Bid on construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. PROPOSAL FORM Date: 5"[~[0Z.. NAME of BIDDER: Telephone: Cgl-D 3 g .-O5~,5 I TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 RECEIVED i 002 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April 18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: II COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, L.A., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: I I I ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (w(,'k~e I~w°rd's) (written In numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 (written in words) ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA,' FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED, FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CEAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in numbers) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL, THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS, THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDA~ICE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED~ OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL-LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS. , THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) D-2 (written in numbers) ! ! ! ! II ! ! ! ! I I ! ! ! ! ! ! And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the foltowing addenda: Signature of Bidder: Telephone Number: Date: Addendum Number: ,~ Dated: Address: Adult Softball Field & Tee Ball Fields: D-3 t~ 0 0 0 O. Z UJ Z Z Z Z Z Z Z Z Z Z Z 0 0 0 0 0 ~ 0 Oi 0 0 0 0 z uJ rr .~ ,T ~ 0 - --~- --~ ~-~--: -- ~ ~ ~ ~ ~ ~ ,,, ~ ,~ ~ ~ z z " o ~1 uJ 0 ~ (.3 o <l o o- ~ §i~, o ~ o o I~ ,"' ! I STATEMENT OF NON-COLLU,~ION (~o be completed by each Bidder) I I I I I I t 1 i I ! i I I I I I In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (l) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or Indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ~ot~._{--/7}. ~,.,~ ofthe ~)* ~-(--. -~'*~*,;/.q;~,*~$, -~-~, (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: be TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by ~:orporation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. day of ~ o~_f ,200Z~_ / Signature Tennis Courts/Adult Softball Field & Tee Ball Fields: I I THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond I I I I I I I I I I I I I I KNOW ALL MEN BY THESE PRESENTS, thatwe as Principal, hereinafter called the Principal, and {Here insert lul[ name and address or legal title of Surely) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for {Here insert ful[ name, address and description of proiect~ NOW, THEREFORE, it the Obligee shalt accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in 8ood faith contract with another party t~ perform the Work covered by said bid, then this obligation shall be null and void, othem~ise to remain in full force and effect. Signed and sealed this day of 19 (Witness) (Witness) (Principal) (Seal) (Title) (Surety) (Seal) (Title) 1 AIA DOCUMENT A310 · BID BOND · AIA O · FEBRUARY 1970 [D · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 1 I I I I I I I I I I I I I I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bid'der) Certifies that: It intends to use the following listed construction trades in the work under the contract ~--.~-.~... ~. ; and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcoj:~1'~or certi_fica.tjon re. quire, d-by tt'jese Bid Conditions. (Signature of Authorized Representative of Bidder) Adult Softball Field & Tee Ball Fields: F-1 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond famished herewith prior to the official opening of the bid (Signed)ate/~T ii e,~//~//~ ~//~' i- Company Name .~...~', Bid on construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. I I PROPOSAL FORM ~ECEIVEO MAY 9 20O2 I I I ! I I I I I I I I I I I i Date: ..5'"' ~-~.~ NAME of ~ BIDDER: Telephone: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 %uthold Town Clerk MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named be[ow; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April 18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, L.A., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) / (written In numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED, FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT, THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (~ritten~m/ords) (writte~ in numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (wrl~en in wo~s) (wri~en in numbe~) ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES ANDPOLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS, (TASKER PARK) ELECTRICAL LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS. i THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS, THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: , (written in words) (written in numbers) D-2 I I I I I I I I I I I I I I I I I I And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security;within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: ~¢',',,¢~'¢'4' '~ Dated: .~'-3-<:3 ~ of Bidder: Address:/~/ C~C~,6~'C~,~' ~/~. Telephone Number: Date: Adult Softball Field & Tee Ball Fields: D-3 I I I I I I ~d ! ! STATEMENT OF NE)N-COLLUSION I I II I I I I I I I i I I I I I (To be completed by each Bidder) in accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this btd, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto cer[ifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise raquired by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: be TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by ~orporation at a meeting of the Board of Directors, held on the day of ~/~ ~/ ,20 d ~ / (SEAL OF THE CORPORATION) Laws of New York, t 965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature~ Tennis Courts/Adult Softball Field & Tee Ball Fields: E-I THE AMERICAN INSTITUTE OF ARCHITECTS I I I AIA Document A310 Bid Bond I I I I I I I I ! I I I I I KNOW ALL MEN BY THESE PRESENTS, thatwe as Principal, hereinafter called the Principal, and (Here insert full name and address or legal litle of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of proiect) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Oblisee in accordance with the terms of such bid, and 8ire such bond or bonds as may be specified in the biddin8 or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Oblisee the difference not to exceed the penalty hereof between the amount specified in said bid and such larser amount for which the Obligee may in 8ood faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 19 (Witness) (Principal) (Seal) (Title) (Surety) (Seal) (Title) (Witness) AIA DOCUMENT A310 * BID BOND · AI.~ ~ · FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 I I I I I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: : A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) I I I I I I I I I I Certifies that: 1. It intends to use the following listed construction trades in the work under the contract ; and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said Cour~ty area within the scope of coverage of that Plan, those trades being: ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) Adult Softball Field & Tee Ball Fields: F-1 F;,E r..;EWED P.O. BOX 1251 CUTCHOGUE, NEW YORK 11935 (631) 734-5600 FAX (631) 734-5625 low, Clerl,: J J ! I I I I I i I I i I I 1 I i I t BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April 18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, L.A., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (~itl~n In Word~) ' (written in numi~mTs) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED~ FOE THE STIPULATED "LUMP~JJM" OF: ~(~itt~ in wolds) _ I_ ~ Z '' (wriEen in numbem) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written/in words) ' (wfitte~ 1/n numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written [n words) (written in numbers) ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND.POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUJ~IP SUM" OF: (written in ~ords) (written in numbers) D-2 I I I I I 1 I I ! I I 1 I I I i I I And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. addenda: Addendum Number: Signature of Bidder: Telephone Number: Date: ~Z"~/'E//) ~"'"- The undersigned hereby acknowledges receipt of the foltowing ~/~ / Dated: Adult Softball Field & Tee Ball Fields: D-3 I I I I I. I-: Itl I N 0 I I STATEMENT OF NON-COLLLISION (To be completed by each Bidder) I In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold I or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a Joint bid, each party thereto cer[ifies as to its own organization, under penalty of perjury, I that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter i relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or Indirectly, to any other bidder or to any competitor. I (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the I accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution I of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. I Resolved that of the /' ~ ~ ;~ Z.., ~-/ be ( Name"of ~ ' (Name~f Corporation} authorized to sign and sub,nit the bid or proposal of this corporation for the following Project: I TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS I i I I I I Cochran Park, Peconic, New York 11958 I and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such/~ertificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct / (~/ / copy of the resolution adopted by (_ ...~/~ 2~}/~ / ./ ~/[/~ // corporation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Tennis Courts/Adult Softball Field & Tee Ball Fields: E-1 I I THE AMERICAN INSTITUTE OF ARCHITECTS I I I AIA Document A310 Bid Bond I i I I I I I I I I I I I KNOW ALL MEN BY THESE PRESENTS, thatwe as Principal, hereinafter called the Principal, an~l (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or regal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of proiect) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and 8ire such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation sha~l be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 19 (Witness) { (Principal) (Seal) (Title) (Witness) I (Sure~y) (Seal) (Title) AIA DOCUMENT A310 * BiD BOND · AIA ~. FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 ~ Printed on Recycled Paper 9/93 I I I I I I I I I I I I I I I I I ! NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: ¢,~ER'S CERTIFICATIOI~I / (Bidder)' ~' ' / ' Certifies that: It intends to. use the follow'mo listed construction trades in the work under the contract A. As to those trades set fo~h in the preceding paragraph one hereof for which it is eligible under Pa~ 1 of these Bid Conditions for pa~icipation in the Nassau-Suffolk Coun~ Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part III for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: .; and, It will obtain from each of its subc. cntractors and submit to the contracting or administering agency prior..~the Beard of any subcontractor under this contract the subcontracto~ these Bid Conditions. /~/V// (Signature of A~fro~ri~z/e/Representative of Bidder) Adult Softball Field & Tee Ball Fields: F-I I I I I I I GENERAL RELEASE (To be submitted with requisition for Final Payment) KNOWN ALL MEN BY THESE PRESENTS that (Contractor) and in consideration of the sum of lawful money of the United States of America, to it in hand paid by: for (dollam) I I I (Owner/Contracting Agency} and its successors and assigns and administrators, of and from any and all manner of action and actions, cause and causes of action, suits, debts, dues, sum and sums of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, controversies, agreements, promises, variances, trespasses, damages, judgments, patents, extents, executions, claims and demands whatsoever in law and equity, which against the said , and I I I I I I I I I (Owner/Contracting Agency) the Town of Southold, now have or which heirs, executors, or administrators hereafter can, shall, or may have, for upon or by reason of any matter, cause or thing whatsoever, from the beginning of the world to the day of the date of these presents rising out of the construction, in accordance with the contract entered into between parties hereto, dated: or supplements thereto· ,20__ and any admittance IN WITNESS WHEREOF, the undersigned corporation has caused this agreement to be signed by its hereto affixed and duly attested by and its corporate seal to be its this day of ,20 __ Attest: Principal: Tennis Courts, Adult Softball Field & Tee Ball Fields: RECEIVED MAY ~ 2O02 %uthold Town Clef[ NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporat~ Tit~ (ifa. y) / Bid on construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. I I PROPOSALFORM I I I I I I I i I I I Ii I ! I t Date: NAME of BIDDER: COMMANDER ELECTRIC, INCS.°uth°ld Town Cler~ 500 Johnson Avenue ~ P.U, Box 526 Bohemia, NY 1171R TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April '18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 1'1958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, L.A., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in fuji payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED Ac'r,q.~ITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF:' (written in words) (written in numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA, FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbem) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE 20' X 81' AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: I I I I I I I I I I I I I I I I I I And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: cl~ Addendum Number: ~ / Date ~.//~/'~ ?_ S ig n a t...u.~r"~'-'") Telephone Number: Date: Bidders Address: CO~ANgEH ELECTRIC, INC. 500Johnson Avenue RO. Box 526 Bohemia, NY 11716 Adult Softball Field & Tee Ball Fields: D-3 I I / LU N LU ~ tl.I 0 ! I I I I I I I I I I I I I I i I I STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter ~nade to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or Indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that-~'~.~ ~-. ~ ~_W~t\~.~ of the ~_~.~.~,~-- (Name of signatory) ~-~ (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: be TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by ~orporation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September l, 1969. Tennis Courts/Adult Softball Field & Tee Ball Fields: E-I ! I THE AMERICAN INSTITUTE OF ARCHITECTS I I I AIA Document AYlO Bid Bond I I I I I I I I I I I I ! I KNOW ALL MEN BY THESE PRESENTS, that we as Principal, hereinafter called the Principal, and (Here insert lull name and address or legal litle of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal litle of Owner) as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. - WHEREAS, the Principal has submitted a bid for (Here inser: full name, address and description of projec0 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and 8ire such bond or bonds as may be specified in the bidding or Contract Documents with 8ood and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in 8ood faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect, Signed and sealed this day o~ 19 (Principal) (Seal) (Witness) (Title) (Surety) (Seal) (Witness) , fTide) AIA DOCUMENT A310 · BID BOND · AIA ~ · FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N:Y. AVE., N.W., WASHINGTON, D.C. 20006 1 I I I I I I I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION Certifies that: (Bidder) It intends to use the following listed construction trades in the work under the contract~5, ¢-1~,, ~¢~,¢_ ; and, I I I I I I I I I I As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under-this contract the subcontractor certification required by these Bid Conditions. Adult Softball Field & Tee Ball Fields: F-1 NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Corporate_~.Title) (if any) ~['~c c~ Company Name Cc~c~eao, h&~_c /_:7[¢~_qtl~ J Z'd (o Bid on construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. PROPOSALFORM RECEIVED Date: 5-9-02 NAME of BIDDER: MAY 9 ~est Babylon Electric 1060 Little Eas% Neck Road %.th01d Town Telephone: 631-669-1889 TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 1'1971 West Babylon NY 11704 % MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties i~terested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without colk~sion or fraud, and that no person acting for or employed by the aforementior~ed owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April 18, 2002, including bidding requirements, contract, general and special condilions, specifications, contract drawings,,and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, LA., P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the requiled Performance Bond; and that he will start the work as directed by the ]-own, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS 7HE PLAYING SURFACE IS TO BE ASPHALT~ THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS ]O CONSIRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING May 9, 2002 Tasker Park & Cochran Park Tennis Courts,Adult Softball Field, Handball Court, & Tee Ball Fields West Babylon Electric, 1060 Little Fast Neck Road, West Babylon, NY 11704 Item # 5 only ~ $399,500. Commander Electric, Inc., 500 Johnson Ave., Bohemia, NY 11716 Item #5 only - $322,000. Paul J. Corazzini, Jr. & Sons, Inc., 3120 Albertson Lane, Greenport, NY 11944 Item # 1 only- $57,000. Corazzini Asphalt, Inc., PO Box 1281, Cutchogue, NY 11935 Item # 1 - $60,000. 2 - $82,320. 3 - $26,400. 4- $3,516. 5 - $77,000. Hinsch Electrical Contractor, Inc., 160 Irish Lane, Islip Terrace, NY 11752 Item # 5 only - $274,500. KJB Industries, Inc., 14 Center Drive, Riverhead, NY 11901 Item # 1 - $90,000. 2 - $236,891. 3 - $54,000. 4 - $11,000. 5 - $400,000. Owen Bros. Landscape Design'L'TD., Item # 1 - $97,198. 2 - $190,319. 3 - $32,090. 4 - $9,835. 2090 Sound Ave. Baiting Hollow,~Y 11933 10. P.S.L. lndustfies, Inc.,3333 Veterans MemHgwy, Suite 521,Ronkonkoma, NY 11779 Item# 1- $82,000 2- $111,000. w/*excludesrestomtion ofelecthcalwork, etc. 3- $89,000. 4-$7,000. J.C. Quinn, Inc.,PO Box 739, C~veaon, NY 11933 Item# 1- $60,999. 2-$68,220. 3-$36,676. 4- $ 5,970. 5- $344,740. Roland's Electric, Inc., 307 Suburban Ave., Deer Park, NY 11729 Item # 5 only - $382,771. Bernard Heinisch P O Box 204 Southold NY 11971 Corazzini Asphalit Inc. Box 1281 Cutchgoue NY 11935 700/.o~o o~c~ Hinck Electrical Contractor 160 Irish Ln Islip Terrace NY 11752 31¥ West Babylon Electric 1060 Little East Neck Rd West Babylon NY 11704 ~lliam Haugland 2030 Jockey Creek Dr Southold NY 11971 Musco Lighting 22 Chestnut Dr Mahopac NY 10541 Owen Brothers Landscape Design Ltd 1728 Edwards Ave Baiting Hollow NY 11933 Laser Industries [nc P O Box 315 Ridge NY 11962 lk~lSlands Electric Inc 307 Surburb~ve Deer Park NY 11729 Gatz Landscapting [nc P O Box 45 Mattituck NY i1952 KJB Industries [nc 70 Park Rd Riverhead NY 11901 J. C. Quinn Inc. P O t~ox 734 Calverton NY 11933 Tower Landscaping [nc. 4 North Peters Blvd Central Islip NY 11722 Galvin Brothers Inc. 149 Steamboat Rd Great Neck NY 11024 PSL Industries Inc. 3333 Veterans Mem. Hwy., Ste 521 Ronkonkoma NY 11779 Corrazzini Asphalt P O Box 1281 Cutchogue NY 11935 Construction Consultants 125 W Broadway Pt Jefferson NY 11776 Copeland Coating Co Inc P O Box 595 Nassau NY 12123 05/03/2002 Page: 2 Town Of Southold General Licensing Report For License Type: Bid Specifications & Fees Date Range: 04/01/2002 to 05/03/2002 Issue Date/ License Type/Fee Type ~ License # Bid Specifications & Fees 04~25~2002 park8 (2002 Park Specifications) Licen.~see Laser, Industries Inc (631) 924-0644 Po Box 315 Ridge, NY 11961 Total Notes $25.00 Bid Specifications & Fees (2002 Park Specifications) 04/25/2002 park9 Quinn, J. C. Inc. (631) 369-t032 Po Box 734 Calverton, NY 11933 $25.00 Bid Specifications & Fees (2002 Park Specifications) Bid Specifications & Fees (2002 Park Specifications) 04/26/2002 Park13 04/2912002 park14 Tower, Landscaping Jnc, (631) 234-7343 4 North Petem Blvd. Central Islip, NY 11722 Galvin, Bros., Inc. (516) 466-3785 149 Steamboat Road Great Neck, NY 11024 $25.00 $25.00 Bid Specifications & Fees (2002 Park Specifications) Bid Specifications & Fees (2002 Park Specifications) Bid Specifications & Fees (2002 Park Specifications) 04/29/2002 Park15 04/30/2002 #16 05/01/2002 Park17 PSL, industries Inc. $25.00 (63t) 738-0595 3333 Veterans Memorial Highway Suite 521 Ronkonkoma, N.y. 11779 Ccorazzini, Asphalt $25.00 (631) 738-0595 Box 1281 Cutchogue, NY 11935 Construction, Consultants (631) 474-4770 125 W. Broadway Pt. Jefferson, NY 11776 $25.00 Bid Specifications & Fees (2002 Park Specifications) 05/02/2002 #18 Copeland, Coating Co. lnc. (631) 474-4770 P.o. Box 595 Nassau, NY12123 $25.00 Quantity Sub Total: 18 Amount Sub Total: $450.00 Quantity Grand Total: 18 Amount Grand Total: $45C).00 05/0~/2002 License Type/Fee Type Issue Date/ Expiration Date Town Of Southold General Licensing Report For License Type: Bid Specifications & Fees Date Range: 04/01/2002 to 05/03/2002 License # Licensee Total Notes Page: 1 Bid Specifications & Fees (2002 Park Specifications Bid Specifications & Fees (2002 Park Specifications Bid Specifications & Fees (2002 Park Specifications 04/19/2002 04/19/2002 04~22/2002 park1 park2 park3 Heinisch, Bernard A (631) 765-3769 41575 County Road 48 P O Box 204 Southold, NY 11971 Haugland, William (631) 765-1288 2030 Jockey Creek Dr. Southold, Nly 11971 Rolands, Electric Inc (631) 242-8080 307 Suburban Avenue Deer Park, NY 11729 $25.00 $25.00 $25.00 Bid Specifications & Fees (2002 Park Specifications Bid Specifications & Fees (2002 Park Specifications Bid Specifications & Fees (2002 Park Specifications Bid Specifications & Fees 2002 Park ~ }ecifications Bid Specifications & Fees (2002 Park Specifications Bid Specifications & Fees 2002 Park ~ 3eciflcatlons Bid Specifications & Fees 2002 Park fi ~eciflcations 04/23/2002 04/23/2002 04/24/2002 04/24/2002 04/25/2002 04/25/2002 04/25/2002 park4 park5 park6 park7 parklO park11 park12 Corazzini, Asphalt Inc (631) 734-5600 Cox Lane BOX 1281 Cuchchogue, NY 11935 Musco, Lighting (631) 734-5600 22 Chestnut Dr. Mahopac, NY 10541 Gatz, Landscaping Inc. (631) 298-8877 P.o. Box 45 Mattituck, NY 11952 Hinck, Electrical Contractor (631)277-7700 1601dshLane Islip Terrace, NY 11752 Owen, Brothers Landscape (631) 369-5752 Design Ltd. 1728 Edwards Ave. Baiting Hollow, NY 11933 KJB, Industries [nc. (631) 727-5600 70 Park Rd Riverhead, NY 11901 West, Babylon Electric (631) 669-1889 1060 Little East Neck Rd. West Babylon, NY 11704 $25.00 $25.00 $25.00 $25.00 $25.00 $25.00 $25,00 · Attach this card to the back of the mailpiece, or on the front if space permits. ~ 1. Article Addressed to: Corrazzini Asphalt P O Box 1281 Cutchogue NY 11935 lX [] Addressee D. Is delivery eddress different from ifem 17 if YES, enter delivery address below: 3. Service Type ~r'certified Mail [] Express Mail [] Registered [] Return Receipt for Merchandise [] insured Mail [] C.O.D. 4. Restricted Delivery? ,..................~ra Fee) [] Yes 2. Article Number (Copy ..... 7001 0360 00'00 7099 3209 PS Form 381 1, July 1999 Dom~ !!c Return Receipt 102595-00-M-0952 '11 I · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Pdnt your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: Construction Consultants 125 W Broadway Pt Jefferson NY 11776 A. Received by (Please Pdnt C/eady) B. Date of Delivery C. Signature X t-I Agent 1'9 Addressee D. Is delivery address dglerent from item 1 ? r'l Yes if YES, enter delivery address below: [] No 3. Se ice Type [~Certified Mail [] Express Mail [] Registered [] Return Receipt for Merchandise r=i insured Mail r-i C.O.D. 4. Restricted Delivery? (Extra Fee) [] Yes 2. Article Number (Copy from service label) 7001 0360 0000 7099 3216 PS Form 3811, July 1999 Domestic Return Receipt 102595.00-M.0952 · Complete items 1 2, and 3. A/so comp ete item 4 f Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpJece, or on the front if space permits. 1. Article Addressed to: Copeland Coating Co lnc P O Box 595 Nassau NY 12123 A. Received by (Please Print Clearly) B. Date of De/ivory C. Signature X [] Agent [] Addressee D. Is delivery a~dre~s different from i em 17 F3 ','es If YES, enter delivery address below: [] No 2. Article Number (Copy fro/ PS Form 3811, Ju~y 1999 7'00i'~0360 0000 7D99 3223 Domestic Return Receipt Certified Mail [] Registered [~ Return Receipt for Merchandise [~ Insured Mail [~ C O D 4. Restricted Delivery? (Extra Fee) [] Yes 102595-00-M-0952 or on the trent ff space permits. 1. Article Addressed to: PSL Industries Inc. 3333 Veterans M~m. Hwy., Ste 521 Ronkonkoma NY 11779 D-. Is deliver,/addreSs diffe. - ~rorn item 17 [] Yes If YES, enter delivery a 3s below: ~ No 3. Service Type [;i/Certified Mail rq Express Mall [] Registered I-I Return Receipt for Msrchandise F3 Insured Mail [q C.O.D. ~ Rsstri6ted Delivery? (Extra Fee) [] Yes g. Article Number (Copy from se 7001 .03h0 [3000 7099 3193 "PS Form 3811, July 1999 '-~, .~e"~ o~mestic'Reiurn Receipt 102595-00-M-0952 · Complete Items 1, 2, and 3. Aisc complete item 4 if Restricted Delivew is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the bark of the mailpiece, or on the front if space permits. 1. ACicle Addressed to: Galvin Brothers Inc. 149 Steamboat Rd Great Neck NY 11024 A. Re~;elved by (PleaSe print C~arly) B. Date of Delivery C. Signature [] Agent X J~ AddreSsee D. ~s delivery address different from item 1 ? I'-I Yes If YES, enter delivery address below: [~] No Serv'ce Type 3. ~Ce(rtifled Mail [] Express Mai~ I-I Registered [] Return Receipt for Merchandise [~ Insured Mail [] C.O.D. 4. Restricted Delivery? (Extra Fee) rq Yes 2. Article Number (Copy fr 7001 rl360 0000 7099 3186 PS Form 3~ 1 1, July 1999 Domestic Return Receipt 102595-00-M-0952 · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desire6. · print your name and address on the reverse so that we can return the card to you. ~ Attach this card to the back of the mailpiece, or On the front if space perfnits. t. Article Addressed to: Tower Landscaping Inc. 4 North Peters Blvd Central Islip NY 11722 A. Received by (p/eaea pr#it Clearly) B. Date of Delivery Signature [~Agent E]Addressee X ~ [] ~s D. Is del~ery address different fn~m item 17 if YES, e~ter delivery address beloW: [] No 3. Service Type E] Registered [~ Insured Mail [] Express Mail [] Return Receipt for MerChandise [] CO.D 4 Restricted Delivery? (Extra Fee) [] yes % Article Number (Copy from servic 71301 0360 0000 7099 3179 102595-00-M-0952 p'--~'~orm 3811, July 1999 or on the front if space permits. 1 ,o Article Addressed to: p O.gox 734 Calverton NY 11933 ~s delivery eddreSs different tr°m I~em ~ ~ Service Type Certified Mail r'~ Express M~I [] Registered Fl Return R~:eipt for Merchandise C1 Insured r'l C.O.D, Restricted Delivery? (Extra Fee) ~j yes 2. ArtioleNumber(C°PY 7001 0360 0000 7099 3162 Domestic Return Receipt t02595-00-M'0952 · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: Laser h~dustries Inc P O Box 315 Ridge NY 11962 A. Received by (Please Pdnt Clearly) E~. Date of Delivery [] Agent X [] Addressee D. Is delivery address diffemnt from item l ? r-lyes If YES, enter delivery address below: [] No Se ice Type l~ Insured Mail [] C.O.D. 4. Restricted Delivery? (Extra Fee) I-I Yes 2. Article Number (Copy from service /ab( 7001 0360 0000 7099 3155 PS Form 3811, July 1999 Domestic Return Receipt 102595-00-M-0952 · Complete items 1, 2, and 3. Also ccmplete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the maffpiece, or on the front if space permits. Article Addressed to: West Babylon Electric 1060 Little East Neck Rd West Babylon NY 11704 C, Signature X [~] Agent If YES, enter delivery address below: E] No Sen/' e Type ~Cer~ified Mail [] Express Mail [~ Registered ~ Return Receipt for Merchandise [] insured Mail [] C.O.D 4. Restricted Delivery? (Extra Fee) ~ Yes __2. Article Number (Copy frorn service label) 7001 0360 0000 7099 3146 PS Form 38 1 1, July 1 999 Domestic Return Receipt 102595-00,M-0952 KJB Industries Inc 70 Park Rd RiverheadNY 11901 YES, enter delivery address below: ~ No '3. Service Type ~)~Certified Mail [] Express Mail [~ Registered [] Return Receipt for Merchandise [2 Insured Mail E) C.O.D. 4. Restricted Delivery? (Extra Fee) [] Yes 2, ArtiCe Number (Copy from servil 7001 0360 DODO 7099 3'63:1 PS Form 3811, July 1999 Domestic Return Receipt 102595-00-M-0952 · Complete iteme 1, 2, and 3. Also ~mplete item 4 if Restricted Delivery is desfred. · Print your name and address on the reveme so that we can tatum the card to you. · Attach this card to the beck of the mailplece, or on the front if space permits. 1. Article Addressed Owen Brothers Landscape Design Ltd 1728 Edwards Ave Baiting Hollow NY 11933 2. Article Number (Copy frol 700_h PS Form 3811, J~ly 1999 A. Received by (P/ease Print Cleady) B. Date of Delivery C. Signature ~1 Agent X ~Z Addressee D. ts delivery address different from item 1 ? [] Yes tf YES, enter delivery addnass below: [] No 3. Service Type ~Cedified Mail [] Express Mail F9 Registered [] Return Receipt for Merchandise I ~] ~nsured Mai_~._~b ~ C.O.D_~ -- J. 4. Restdcted Delivery? {ExtraFoe) [~ Yes 0360 000D 7099 3124 Domestic Return Fieceipt 102595-00-M-0952 '" Complete Items 1,2, and 3. Also comCete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. mi Attach this card to the back of the m~,i~piece, or on the front if space permits. 1. Article Addressed to: A. Received by (Please pdnt Cma~y/ B. Date of Delivery [~] Agent X [] Addressee D. Is delivery address different from item 99 [~ Yes It YES, enter delivery address below: [~ Nr~ Corazzini Asphalit Inc. Box 1281 Cutc[~goue NY 11935 2. ArticleNul 7001 0360 '-~Form 3811, July 1999 I3 Service Type ~e¢~ 1 ed Mail [] Ex[~ress MaLl [~ Registere0 [~ ~eturl~ Receipt for Merchandise 4~.~R insured Mail [] C.O.D~ ~__ estdcted Deliv~ery? (Exfra Fee) [] Yes 00B0 7099 3087, 102595 00-M-0952 Domestic Return Receipt 1. Article Addressed to: i~olands Electric lnc 307 Surburban Ave Deer Park NY 11729 D. Is delivery address different from item 1 ? ~1 Yes If YES, enter delivery address below: No 3. Service Type ~r~Certified Mail [] Express Mail E] Regietered r-I Return Rsceipt for Merchandise ~'~ Insured Mail [] C.O.D. 4. Restricted Delivery'~(Extra Fee) [] Yes 2. Article Number (Copy fiorn s~ ..... 7001 0360 0000 7099 3070 PS Form 38 11, July 1999 Domestic Return Receipt 102595-00-M-0952 · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Pdnt your name and address on the reverse ac that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. 1. Article Addressed to: William Haugland 2030 Jockey Creek Dr Southold NY 11971 A. Received by (P/ease Pdnt Cleariy) i B. Date of Delivery C, Signature r9 Agent X [] Addressee D. Is delivery address d/fferent from item l ? i-1 Yes If YES, enter delivery address below: [] No 3. Service Type "~ CerUfied Mail [~] Express Mail [] Registered [] Return Receipt for Merchandise [] Insured MaiJ [] C.O.D. 4. Restricted Delivery? (Extra Fee) [] Yes 7001 0360 0000 7099 3056 PS Form 38i-1, Juiy ~ 99~ .............. 102595-00-M-0952 · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. 1, Article Addressed to: Bernard Heinisch P O Box 204 Southold NY 11971 7001 0360 0000 A. Received by (Please print Cleady) B. Date of Delivery C. Signature [] Agent 'X I-I Addressee I D. Is delivery address different from item 1 ? [] Yes If YES, enter delivery address below: [] No 3. Se ice Type (~Certified Mail r-/ Express Mail [] Registered [] Return Receipt for Merchandise [] Insured Mail [] C.O.D, 4. Restricted Delivery? (Extra Fee) [~ Yes 7099 3049 PS Form 3811, July 1999 Domestic Return Receipt 102595-00-M-0952 ~ Complete items ~, 2, ~ 3. Also complete item 4 if Restricted De, iv 's desired. I Print your name and adc. o on the reYerse so that we can return the card to you. · Attach th(e card to the back of the mailpiece, 1. Artidle Addresse~ to: Hinck Etectrical Contractor 166 kish Ln [slip Ten'ace NY 11752 '-C. Signatdre [~] Agent S. Service Type ~[ Certified Mail [~1 Express ~ Registered [~ Return Receipt for Merchandise [~ Insured Mail I~ $.0.O. 4. P~estricted Delivery? (Extra Fee) [-1 Yes 2. AKicleNumber(Oopyfron '~0'~' 0360 0000 7099 3117 '~ Fon~ 381 1, July 1999 DorneStl Return Receipt 102595-00-M-0952 · Complete Items 1, 2, and 3. Aisc complete item 4 if Restricted Delivery is desired, · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. Musco Lighting 22 Chestnut Dr MahopacNY 10541 2. Article Number (Copy from serv/c~ PS Form 381 'J, July 1999 7001 0360 0000 7099 3094 Domestic Return Receipt 102595-00-M-0952 · Complete items 1,2, and 3. Also comCete item 4 if Restricted De)ivory is deslred. · Print your name and address on the reveme so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permfts. Gatz Landscapting P O Box 45 Mattituck NY l 1952 Received by (Please print Cleady) L Date of Delivery X Signature ~ Agent ~] Addr~essee is delivery address different ~r~~'e$ If YES, enter delivery address below: ~ No Selvice Type Gert[fled Mail ~ Express Mail Registered ~] Return Receipt far Merchandise Restricted Deliv~W? (Ext~ Fo~ ~ Yes ~. Article Number (Copy from serViCe 7001 0360 0000 7099 3100 102595-00-M-0952 JAMES A. RICHTER REGISTERED ARCHITECT Tel. (516)- 765 - 1560 Fax. (516)-765-1366 SOUTHOLD TOWN HALL 53095 MAIN ROAD, P.O. Box 1179 TOWN OF SOUTHOLD, NEW YORK 11971 ECEIVED OFFICE OF THE ENGINEER TOWN OF SOUTHOLD MAY 3 2OO2 ADDENDUM NUMBER 001: So, thold Town Cie& April 30, 2002 Page I of 3 PROJECT: Invitation to Bid - TENNIS COURTS, ADULT SOFTBALL FIELD, HANDBALL COURT & TEE BALL FIELDS Cochran Park, Peconic Lane, Peconic, N.Y. 11958 Attention Bidders: The following clarification of construction specifications and bidders responsibilities shall be incorporated into the Bid Documents for the above referenced project. DIVISION SIXTEEN - ELECTRICAL All work in this division shall comply with all particulars of the General Conditions, Supplementary General Conditions and the General Requirements of these Specifications. Section 16000 - ELECTRICAL SURVICE Part 1 - GENERAL 1.01 A. DESCRIPTION: The Contractor shall provide a complete, working electrical systems to serve the construction as shown on the drawings and in these specifications. The contractor shall coordinate the installation of the electrical system with the Southold Town Electrician. At Cochran Park, the Contractor shall be responsible for jacking the Primary Electric Cable and Conduit under Peconic Lane. Notification indicating start of work within the Town Right of Way shall be given to the Southold Town Highway Department (765-3140) a minimum of 24 hours prior to construction. The Primary Cable shall be a # 2 Cable and extend from the utility pole to the Transformer Pad. The Pad shall be supplied and installed by the Contractor and located on the South West Side of the Kiosk. The Contractor shall provide and install two (2) Rain Tight - 200 amp electric services for this project. The service meter (C T Cabinet) shall be installed on the free standing Kiosk as constructed by the Town. The Contractor shall provide all necessary wiring, cimuit breakers and conduit as required by code to service the electrical layout as shown on the plans and specified herein. See drawing attached. All wiring, splices, conduit, and workmanship shall be in accordance with the National Electrical Code. the requirements of the National Board of Fire Underwriters, The New York State Building & Electric Code, the requirements of the Long Island Power Authority. Page 2 of 3 The wire and cable for the Electrical service between the utility pole and the service meter shall be installed in Schedule 80 pipe conduit at a minimum depth of twenty-four (24") inches below grade. Caution Tape shall be installed at a depth of twelve (12") inches below grade. At Tasker Park, the Contractor shall make all required connections to the existing 400 amp single phase electric service panels located in the utility room approximately 200 feet north of the North East corner of the Tennis Courts. Existing 4" Conduits extend out of the building and are to be used for connection of underground cable. 1.02 A. Part 2 - 2.01 A. QUALITY ASSURANCE: The Contractor shall be responsible for coordinating all electrical work with the Town Electrician to provide a complete, working electrical system to serve the construction as shown on the drawings. The electrical system shall be installed in accordance with the New York State Electrical Code and all local ordinances. PRODUCTS MATERIALS: All wiring, Splices, Conduit, Service Meter, Electric Panels, installation details and all related accessories shall conform to the standards of the Long Island Power Authority "Red Book". Part 3 - 3.01 A. B. C. EXECUTION INSTALLATION Verify all electrical requirements and placement of Outlets, Keyed Switches, Circuit Breaker Panels, Relays, Troth Enclosures and devices with the Architect. The electrical service shall include final connections to all Ball Field, Hockey Rink and Tennis Court Lighting & Equipment. All work specified herein shall be performed by experienced tradesmen licensed to practice in the State of New York. DIVISION TEN - SPECIALTIES All work in this division shall comply with all particulars of the General Conditions, Supplementary General Conditions and the General Requirements of these Specifications. Section '10000 - TENNIS COURT CONSTRUCTION Part 1 - GENERAL A. The Deco-Color Acrylic Surfacing system specified shall be installed with three coats to provide a tough durable finish. The first two coats shall contain pure silica sand for a uniformed textured surface. B. The Contractor shall be required to supply and install standard nets & posts as specified by the Un[ted States Tennis Court and Track Builders Association. Kiosk Construction @ Cochran Park BY TOWN OF SOUTHOLD Page 3 of 3 LOAD Delta 4CT - IL RAIN TIGHT TROTH ENCLOSURE GRADE NiC I I I I 3 x 500 MCMXLPE Use Cables NIC To Transformer Pad To Light Poles I I I I ELECTRICAL LAYOUT DETAILS KIOSK Scale: NTS 15/04 '02 MO~ XS:0~ FAX 516 50UT~OLD CLI~I( R~,G~ ~A~ OF VITAL STATI~T~C-~ ~%IAGE OFFICER RECOKD~ MAnAGeMENT OFFICER ~EEDOM OF I~TFOKMATION OFFICER Town Hall, 58095 Main P-O- Box 1~_79 ~outhol~, New York 119'/1 Fax (631) 765-6145 Telephone (631) OFFXCE OF THE TOW/q CV.RRK TOWN OF SOUTHOLD FAX TRANSMITTAL TO: FROM: DATE: RE: S,U ,I~OLK TIM~$ - ATTENTION: ,loan Ann 4/1S~200~ LRGAL NOTICES FOR I'UBLICATION I~12002 ?LEASE ACKTqOWLBDOB RECEIPT OF THIS LEGAL NOTICE W/'/'H/N O/V'~ (1} HOUR BY SIGNINO BELOW AN~,, REcTOR_NIfO BY, FAX TO 765-6145. ATTENTION: BETT~ NEVILLE. TH, ANK YOU. Date ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: RE: FAX TRANSMITTAL CONSTRUCTION INFO - 800 962-0544 DODGE REPORTS 293-5456 BROWNS'S LETTERS 244-9576 BURRELLE'S INFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145 April 16~ 2002 "BIDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): 3 If total transmittal is not received, please call 631 765-1800. COMMENTS: PLEASE ADVERTISE THE FOLLOWING BIDS AT YOU EARLIEST CONVENIENCE Please acknowledge receipt of this information by signing below and returning a faxed copy to me at 631 765-6145, attention: Betty Neville. Thank you. Received by Date LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for the following Project: Construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as required for the construction of the following: 1. (3) Tennis courts 2. Playing field improvements for an Adult Softball Field 3. Playing field improvements for (2) Baseball fields 4. Construction of(2) dugout areas (Adult Softball Field) 5. Construction of(l) Hand Ball Court 6. Supply Sports Lighting for Adult Softball Field, Tennis Courts and Roller Hockey Rink 7. Install Sports Lighting for Adult SoRball Field, Tennis Courts, Roller Hockey Rink Bid specifications may be picked up at the Town Clerk's office, 53095 Main Road, Southold, New York, Monday through Friday from 8:00 a.m. to 4:00 p.m.. A fee of $25.00 made payable to the Southold Town Clerk will be required for a copy of the bid specifications. No refunds will be made The sealed bids, together with a Non-Collusive Bid Certificate and Bid Bond or Certified Check in the mount of 5% of the base bid, will be received by the Town Clerk of the Town of Southold, at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, May 9, 2002, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities informality and reject any or all bids and to retain bids for 45 days from the date of receipt in any bid should it be deemed in the best interest of the Town of Southold to do so. The CONTRACTOR SHALL NOT withdraw his bid during this period. This invitation to bid is not an offer and shall in no way bind the town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. Please advise if you intend to bid or not. All bids must be signed and sealed in envelopes plainly marked "Bid on the Construction of park facility improvements at Robert W. Tasker and Jean W. Coehran Parks, Peconic Lane, Peconic, NY", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: February 26, 2002. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 18, 2002, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney James McMahon Jamie Richter Peter Harris, Superintendent of Highways Data Construction Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulletin Board ELIZABETH A. NEVILLE TOWN CLERK REGISTI~ OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 147 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to supply sports lighting systems at Robert W. Tasker Park (Tennis Courts)~ Jean W. Cochran Park (Roller Hockey Rink) and (Adult Softball Field)~ in accordance with the plans and specifications prepared by James Richter, RA. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 148 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to install sports lighting systems at Robert W. Tasker Park (Tennis Courts), Jean W. Cochran Park (Roller Hockey Rink) and (Adult Softball Field), in accordance with the plans and specifications prepared by James Richter, RA. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 sout holdtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 149 OF 2002 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26, 2002: RESOLVED that the Town Board of the Town of Southold hereby authorizes Town Clerk Elizabeth Neville to advertise for bids to construct 3 tennis courts at Jean W. Cochran Park, in accordance with the plans and specifications prepared by James Richter, RA. Elizabeth A. Neville Southold Town Clerk Invitation to Bid TENNIS COURTS, ADULT SOFTBALL FIELD, HANDBALL COURT, & TEE BALL FIELDS Cochran Park Peconic Lane PECONIC, NEW YORK 11958 Date: April 18, 2002 f "~~~ I~ [ SOUTHOLD TOWN Araiys Design, L.A.~ P.C. SOUTHOLD TOWN HALL, 53095 MAIN ROAD, SOUTHOLD I I ! I I ! ! ,I I ! ! ! I I I I INVITATION TO BID Project.: Construction of park facility improvements at Robert W. Tasker and Jean W. Cochran Parks, Peconic Lane, Peconic, NY. The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as required for the construction of the following: 1. (3) Tennis courts 2. Playing field improvements for an Adult Softball Field 3. Playing field improvements for (2) Baseball fields 4. Construction of (2) dugout areas (Adult Softball Field) 5. Construction of (1) Hand Ball Court 6. Supply Sports Lighting for Adult Softball Field, Tennis Courts and Roller Hockey Rink 7. Install Sports Lighting for Adult Softball Field, Tennis Courts, Roller Hockey Rink Bids will be received at the Office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold NY 11971, until 10:00 a.m., Thursday, May 9, 2002. A fee of ten ($25.00), cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informality and reject any or all bids and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Bid Security in the form of a certified check or Bid Bond in the amount of 5% of the Base Bid will be required of each bidder. Please advise if you intend to bid or not. Dated: February 26, 2002 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk i I I PROJECT DESCRIPTION I I I I I I I I I I I I I I i I Tennis Courts, Adult Softball Field & Tee Ball Fields: Cochran Park, Peconic, New York 11958 This Project includes the construction of three tennis courts, one handball court and two tee ball fields. The project includes lighting for an existing hockey rink, the new adult softball field and three existing tennis courts (Tasker Park) REQUESTS FOR FURTHER INFORMATION & ALL INQUIRIES SHOULD BE ADDRESSED TO THE ARCHITECT: Attention: ARAIYS DESIGN, L.A., P.C Timothy A. Rumph, RLA or Justin Dates 33 Main Street Southampton, New York 11968 (631) 283-1131 (631) 283-6677 fx The foregoing project description is provided for general information only. It is not a part- of the contract documents. All fencing references details and specifications are NOT part of this bid package. For the specific provisions and requirements of this project, please refer to the full Specifications and Contract Drawings contained herein. INSTRUCTIONS TO BIDDERS I I i I I I I I i ! I I i I I A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The bidders shall write in ink, both in words & numerals, the price for which he proposed: to furnish all materials, plant, equipment, tools, shoring or bracing, scaffolds, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Architect. Each proposal must be signed in writing with the full name and address of bidder. Proposals shall be addressed as indicated on Invitation for Bids and shall be delivered enclosed in an opaque sealed envelope marked "Proposal" bearing title of work, and Bidders Name. No proposal shall be considered which has not been received by the Town of Southold, Southold, NY prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount'of 5% of the total bid, for each item bid, and made payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the drawings and Specifications, visit the site of work, and fully inform themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the drawings, specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Architect who may issue a written instruction to all bidders. Adult Softball Field/Tee Ball Fields: B-1 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, their authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be the current edition of AIA Document A101 "Standard form of Agreement between Owner and Contractor". The Town will either award the project or reject all proposals received within forty-five (45) days after the formal opening of proposals. The acceptance of a proposal will be a notice in writing signed by the Town Clerk and no other act shall constitute the acceptance of a proposal. The acceptance of a proposal shall bind the successful bidder to execute the contract and to deliver separate performance and payment bonds made by a Surety Company, as stipulated herein. The amount of the bonds shall not be less than one hundred percent (100%) of the contract price for each item of the work as specified on the Proposal Form. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. Adult Softball Field/Tee Ball Fields: B-2 I I I I I I i I i i I i i I t I G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. With.out limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. H. PLANT & EQUIPMENT The bidder shall state in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I. TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal. The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. TIME LIMIT TO COMMENCE AND COMPLETE WORK The contractor shall commence work within ten (10) calendar days after the date stipulated in the notice to proceed which was given to him by the Town of Southold and shall complete the work within the calendar day limit as set forth by him in his Proposal, but not more than one hundred (120) working days. Adult Softball Field/Tee Ball Fields: B-3 ! l I I I i I I I I i i I I i I I I i INDEX TO DRAWINGS: CONTENTS FOR BID PACKAGE: L-1 LAYOUT D-1 DETAILS PAGE 1 D-2 DETAILS PAGE 2 LP-1 LIGHTING PLAN LP-2 LIGHTING PLAN (TASKER PARK) C-1 INDEX TO SPECIFICATIONS BIDDING REQUIREMENTS Invitation to Bid A - 1 through A - I I I I i Instructions to Bidders Index to Drawings Index to Specifications Proposal Form Itemized Unit Price Bid Statement of Non-Collusion AIA Bid Bond N.Y.S. Affirmative Action Certification General Release B-lthroughB- 3 C-lthroughC- 1 SP 1 through SP -2 D - 1 through D - 2 1 through - 2 E-lthrough E-1 AIA Document # A310 F - 1 through F - 1 G - 1 through G - 1 GENERALCONDITIONS AIA General Conditions AIA Document # A201 i I i I Supplementary General Conditions AIA Performance Bond - Labor & Material Payment Bond Maintenance Bond Offer of Surety Prevailing Wage Rates Compliance with the Labor Law & Other Dept. of Labor Regulations Nor~-Discrimination Clause H - 1 through H - 2 AIA Document # A312 J- 1 through J - 2 K- 1 through K- 1 L - 1 through L - 48 M - 1 through M -8 N- 1 through N- 2 DIVISION ONE - GENERAL REQUIREMENTS I I Summary of Work References Alternates DIVISION TWO - SITEWORK 01100- 1 through 01100-2 01420 - 1 through 01420 - 5 01230 - 1 through 01230 - 2 I I I i I Site Clearing Earthwork 02230 - 1 through 02230 - 4 02300 - 1 through 02300 - 12 SP-1 INDEX TO SPECIFICATIONS (continued) DIVISION THREE - CONCRETE Cast In Place Concrete Work DIVISION FOUR - LAWNS & GRASSES 03301 - 1 through 0331 - 7 Lawns & Grasses DIVISION FIVE - ASPHALT SURFACE 02920- 1 through 02920- 10 Asphalt DIVISION SIX - ELECTRICAL 5500 - 1 through 5500 - 2 Exterior Lighting (Softball Field) Exterior Lighting (Hockey Rink) Exterior Lighting ( Tasker Tennis Cour[s) 16521 - 1 through 16521 - 7 16521 - 1 through 16521 - 8 16521 - 1 through 16521 - 8 End SP-2 PROPOSALFORM I I I I I I I I I I I I I I I I Date: NAME of BIDDER: Telephone: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: April 18, 2002, including bidding requirements, contract, general and special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and.he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the work at: COCHRAN PARK, Peconic, New York 11958 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared by Araiys Design, L.A, P.C. 33 Main Street, Southampton, New York 11968, and shall comply with all the stipulations contained therein and will furnish the required Performance Bond; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: ITEM # 1: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT THREE REGULATION TENNIS COURTS. THE PLAYING SURFACE IS TO BE ASPHALT. THE CONTRACTOR SHALL FURNISH .ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written In numbers) Tennis Courts/Adult Softball Field & Tee Ball Fields :D-1 ITEM # 2: GENERAL CONSTRUCTION: FURNISH AND CONSTRUCT AN ADULT SOFTBALL FIELD. THE SIZE OF THE FIELD SHALL BE 275 ' FOUL LINE AND HAVE A BACKSTOP AREA, DUGOUT AREA~ FOUL POLES AND SURROUND BY FENCE.. THE INFIELD AREA IS TO BE SKINNED. FURNISH & CONSTRUCT TWO TEE BALL AREAS. TURF IS TO BE REMOVED AND REPLACED WITH A CLAY MIXTURE ON THE PLAYING AREAS. INFIELD AND OUTFIELD TURF AREAS TO BE TOP DRESSED AND RE-SEEDED. FINE GRADE AREA FOR NEW TENNIS COURTS. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 3: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT A HAND BALL COURT. THE SIZE OF THE COURT SHALL BE X 81' AND HAVE A 16' CONCRETE WALL. THE PLAYING COURT AREA WILL ASPHALT. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (writte'n in numbers) ITEM # 4: GENERAL CONSTRUCTION FURNISH AND CONSTRUCT TWO DUG OUT AREAS. THE SIZE OF THE AREAS ARE 30' X 8' CONCRETE SLAB AND WITH A 20' METAL BENCH. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written in words) (written in numbers) ITEM # 5: ELECTRICAL CONSTRUCTION: FURNISH & CONSTRUCT FULLY FUNCTIONING LIGHTING SYSTEM, FIXTURES AND POLES FOR 275 FT FOUL LINE ADULT SOFTBALL FILED, OUTDOOR HOCKEY RINK, AND THREE TENNIS COURTS. (TASKER PARK) ELECTRICAL LIGHTING SYSTEM TO MEET THE MINIMUM REQUIREMENTS INDICATED IN THE SPECIFICATIONS. THIS WORK SHALL INCLUDE THE ELECTRIC SERVICE TO THE UTILITY POLE AND SERVICE METER CONNECTIONS.. THE CONTRACTOR SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT A COMPLETE PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "LUMP SUM" OF: (written In words) D-2 (written in numbers) ! 1 I I ! I I I I I I i I I I t I l And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect, to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this tirde period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature Bidders of Bidder: Address: Telephone Number: Date: Adult Softball Field & Tee Ball Fields: D-3 I LU N U.I U.I (.,1 ! ! STATEMENT OF NON-COLLUSION I I I I I i I I I I I I I I I (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: he TENNIS COURTS,ADULT SOFTBALL FIELD & TEE BALL FIELDS Cochran Park, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the ipenalties of perjury. The foregoing is true and correct copy of the resolution adopted by ~orporation at a meeting of the Board of Directors, held on the day of ,20 (SEAL OF THE CORPORATION) Laws of New York, t 965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature Tennis Courts/Adult Softball Field & Tee Ball Fields: E-1 I i THE AMERICAN INSTITUTE OF ARCHITECTS I I I AIA Document A310 Bid Bond I I I I I I I I I I I I I I KNOW ALL MEN BY THESE PRESENTS, thatwe as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto (Here inserl full name and address or legal title ol Owner) as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of project) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principa[ shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in 8oDd faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and '~oid, otherwise to remain in full force and effect. Signed and sealed this day of 19 (Witness) (Principal) (Seal) (Title) (Surety) (Seal) (Witness) (Title) AIA DOCUMENT AS10 . BID BOND . AIA ~ · FEBRUARY 1970 ED · THE AMERICAN INSTITUTE OF ARCNITECTS~ 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 Printed on Recycled Paper 9/93 1 I I I I I I NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) I I I I I I I I I I Certifies that: 1. It intends to use the following listed construction trades in the work under the contract ; and, As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all constructiOn work (both state and non-state) in the afore- mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) Adult Softball Field & Tee Ball Fields: F~I I i I I I I GENERAL RELEASE (To be submitted with requisition for Final Payment) KNOWN ALL MEN BY THESE PRESENTS that (Contractor) and in consideration of the sum of lawfu! money of the United States of America, to it in hand paid by: for (dollam) I I I (Owner/Contracting Agency) and its successors and assigns and administrators, of and from any and all manner of action and actions, cause and causes of action, suits, debts, dues, sum and sums of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, controversies, agreements, promises, variances, trespasses, damages, judgments, patents, extents, executions, claims and demands whatsoever in law and equity, which against the said , and I I I i I I I I I I (Owner/Contracting Agency) the Town of Southold, now have or whicli heirs, executors, or administrators hereafter can, shall, or may h~ve, for upon or by reason of any matter, cause or thing whatsoever, from the beginning of the world to the day of the date of these presents rising out of the construction, in accordance with the contract entered into between parties hereto, dated: or supplements thereto. ,20 and any admittance IN WITNESS WHEREOF, the undersigned corporation has caused this agreement to be signed by its hereto affixed and duly attested by and its corporate seal to be its this day of ,20 Attest: Principal: Tennis Courts, Adult Softball Field & Tee Ball Fields: G-1 I I I 1997 EDITION Al^ DOCUMENT A201-1997 General Conditions of the Contract for Construction I I I I I I I I I I I I I I TABLE OF ARTICLES. 1, GENERAL PROVISIONS 2. OWNER 3. CONTRACTOR 4. ADMINISTRATION OF THE CONTRACT S. SUBCONTRACTORS 6. CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 7. CHANGES IN THE WORK TIME 9. PAYMENTS AND COMPLETION PROTECTION OF PERsONs AND PROPERTY tl. INSURANCE AND BONDS 12, UNCOVERING AND CORRECTION OF WORK 13, MISCELLANEOUS PROVISIONS 14. TERMINATION OR SUSPENSION OF THE CONTRACT CAU~ON: You should use an obiginal MA document ~dth the,adA logo printed in red. An original assures thal changes will not be obscured as may occur when documenls are reproduced. This document has impor- tant legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. This document has been approved and endorsed by The Associated General Contractors of America. AIA DOCUMENT A201-1997 GENERAL CONDITION5 OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Al/,, DOCUMENT A1014991 G[NERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION 'fEe American Institut~ of Architects 1735 New York Avenue, N.W. Washington, D.C. 2QO06-5292 INDEX Acceptance of Nonconforming Work 9.6.6, 9.9.3,12.3 Acceptance of Work 9.6.6, 9.8.2, 9.9.3, 9.1o.1, 9.1o.3, 123 Access to Work Accident Prevention Acts and Omissions 3.2, 3.3.2, 3.1:1.8, 3.18) 4,2.3, 4.3.8, 4.4.1, 8.3.h 9.5.1, IO.2.5, 13-4,2, 13.7, 14.I Addenda Additional Costs, Claims for 4.3.4, 4.3-5, 4.3.6, 6.1.1, lo.3 Additional Inspections and Testing 9.8.3,12.2.1, 13.5 Additional Time, Claims for 4.3-4, 4.3.7, 8.3.2 3.1.3, 4, 9-4, 9.5 Advertisement or Invitation to Bid Aesthetic Effect 4.2.13, 4.5.1 Allowances All-risk Insurance Applications for Payment 4.2.5, 7-3.8, 9.2~ 9.t, 9,4, 9.5.1, 9.6.3, 9.7.1, 9.8.5~ 9.10,11.1.3,14.2.4, ]4.4.3 Approvals 2.4, 3.1-3, 3.5, 3.1o.1, 3.12, 4.2-7, 9.3.:l, 13-4.2,13.5 Arbitration 4-3.3, 4.4, 4.5.1, 4-5,2, 4.6, 8.3.1, 9.7.1, 11.4,9,11.4,10 Architect Architect, Definition of 4.1.1 Architect, Extent of Authority 2.4, 3.1:l.7, 4.2, 4.3.6, 4-4, 5.2, 6.3, 7.t.a, 7.3~6, 7-4, 9.=, 9.3.1, 9-4, 9.5, 9.8.3, 9.1o.1, 9.1o.3,12.1,12.2.1, 13.5.1, 13.5.2,14.2.1,14.2.4 Architect, Limitations of Authority and Responsibility 2.1.1, 3.3.3, 3.12.4, 3.12.8, 3.12.lO, 4.1.2, 4,:1.1, 4,2.2, 4.2.3, 4.2.6, 4.:l.7, 4,2.1o, 4.2.12, 4.2.13, 4.4, 5.~.1, 7-4, 9.4-2, 9.6.4, 9.6.6 Architects Additional Services and Expenses :1.4, 11-4.1.1, 12.2.1, 13.5.:1, 13.5.3, 14.2.4 Architect's Administration of the Contract 3.1.3, 4.2, 4.3.4, 4-4, 9.4, 9.5 Architect's Approvals :1.4, 3.1.3, 3.5,1, 3.10.1, 4.2.7 Architect's Authority to Reject Work 3a'cbitect's Copyright Architect's Decisions Architect's Inspections Architect's Instructions Architect's Interpretations Architect's Project Representative Architect's Relationship with Contractor Architect's Relationsh/p with Subcontractors Architect's Representations Architect's Site Visits I3.5 Asbestos Attorneys' Fees Award of Sepm'ate Contracts Award of Subcontracts and Other Contracts for Portions of the Work Basic D egmitions Bidding Requiremeuts Boiler and Machinery Insurance Bonds, Lien 9.1o.2 Bonds, Performance, and Payment Building Permit Capitalization Certificate of Substantial Completion 9.8.3, 9.8.4, 9,8.5 Cerfificatas for Payment I I Certificates of Inspection, Testing or Approval Conditions of the Contract · Certificates of Insurance Consent, Written Change Orders 9.8.5, 9.9.1, 9ao.2, 9.Io.3,11.4.1,13.2,13.4.2 I 1.1.1, 2.4.1, 3.4.2, 3.8.2.3, 3.11.1, 3.12.8~ 4.2.8, 4.3.4, CONSTRUCTION SY OWNER OR BY SEPARATE i Change Orders, Definition of Construction Change Directive, Definition of :CNAN~IiS IN '[}lii WORK Construction Change Directives C~l~ij .m., Definition of Construction Schedules, Contractor's Claims and Disputes Contingent Assignment o£ Subcontracts ~ ~ , Continuing Contract Performance Claim,:and Timely Assertion of Claims ~ 4.63 . '<" '" Contract, Definition of :Claims}for fi, ddi}ional Cost ' ~ :. 1.L2 I ' ' ' ,~ ' ~ :e ~;, ~ ,,~; . ~, .. CONTRACT, TERMINATION OR SUSPENSION OFTHE .'~ 5.2t3,~g3-4, 4.1.7~ ~.1.1, 8.3.~, tO.3.~ ' Contract Administration ~'~a% Concelaled or Unknown Conditions ~ . ~: '-~ ..... : ~- :-- ~ Contract Award and Execution, Conditions Relating .. , Clmms~r Damages fi.' :' ~ to .... x ?- ~ ~ ~ ~,.,,,. ~ / ,. , Contract Documents, The Claims Sab~[ect to Arbitration ' t~, 1.2 · ¢~4a, 4.J;~, 4~ ~ :- ~, ?- ' Contract Documents, Copies Furnished · ' CleanlnR BP , / ~ and Use of of mtnt° y ti it tio , ?d. ,Contract Documents, Definition of Contract Sm Contract Sum, Definition of Contract Time .'~2- ':' Contract Time, Definition of ~ x, Cohtractor, Definition of ;4.Lg,lLl.l, Sa.'3,'8.:z.3,9.4.a, 9:8,9.9.1i:~.lo.3, Contractor's Construction Schedules Z~t:c:~'~2~cu~ Compliance With Laws '- 'Contractor's Employees AaOI-IgS7 . , , Contractor's Liability Insurance Concealed or Unknown Conditi~n~ ' ' IL1 I The American {nslitute 4,3.4, 8.3.1, lo.3 ' of Arehil*¢ls 1735 N~w York ~vmnu,, N.W. Wmshlnston, D.C. 20006-5292 AIA DOCUM£NT A2014~97 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 Contractor's Relationship with Separate Contractors and Owner's Forces Contractor's Relationship with Subcontractors Contractor's Relationship with the Ar&itect Contractor's Representations Contractor's Responsibility for Those Performing the Work Contractor's Review of Contract Documents Contractor's. Right to Stop the Work 9.7 Contractor's Right to Terminate the Contract Contractor's Submittals Contractor's Superlntendem 3.9, lo.2.6 Contractor's Supet3ision and Construction Procedures Contractual Liability Insurance Coordination and Correlation Copies Furnished of Drawings and Specifications Copyrights Correction of Work Correlation and Intent of the Contract Documents Cost, Definition of 7.3.6 Costs Cutting and Patching Damage to Construction of Owner or Separate Contractors 12.2.4 Damage to the Work Damages, Claims for Damages for Delay Date of Commencement of the Work, Definition of Date of Substantial Completion, Definition of Day, Definition of Decisions of the Architect Decisions to Withhold Certification Defective or Nonconforming Work, Acceptance, Rejection and Correction of Defective Work, Definition of Definitions Delays and Extensions of Time Disputes Documents and Samples at the Site Drawings, Definition of Drawings and Specifications, Llse and Ownership of Effective Date of Insurance Emergencies Employees, Contraaor's Equipment, Labor, Materials and Execution and Progress of the Work Extensions of Time Failure of Payment ! Faulty Work Insurance Companies, Consent to Partial Occupancy (See Defective or Nonconforming Work) ' 9.9.1, 11.4.1.5 Final Completion and Final Payment Insurance Companies, Settlemant with 11.4.5, 12.3.1, 13.7,14.2.4, ~4.4.3 Intent of tlie Contract Documents Financial An'angements, Owner's 1.2.1, 4.2.7, 4.2.12, 4.2.13, 7-4 Interest Fire and Extended Coverage Insurance 13.6 m4 Interpretation GENERAL PROVISIONS 1.2.3,1.4, 4.1.1, 4.3-1, 5-1, 63.2, 8.1.4 Interpretations, Written Goveraing Law 4.2.11, 4-2.12, 4-3.6 I1.1 loinder and Consolidation of Claims Requked Guarantees (See Wma'anty) ' 4.6.4 ' d Hazardous Materials ludgment on Final Awar Identification of Contract Documents Labor and Materials, Equipment Identification of Subcontractors and Suppliel~ 42.6, 4.?-.7, 5.2.1, 6.2.1, 7.3.6, 9.3.2, 9.5-3, 9.5-1.3, Indemnification Labor Disputes Information and Services Required of the Owner Laws and Regulations Iniur'~ or Damage to Person or Proper~y Liens Inspections ' Limitation on Consolidation or loinder ~ ~9.8.3,~9.9.2, ~.10.1,12..2.1,13.5 Limitations, Statutes of Instructions to Bidders 4-6.3, ]2.2.6,13.7 1.1.1 Limitations of Liability Instructions to lhe Contractor 2.3, 3.7-.1, 3.5.1, 3.7.3, 3J2.8, 3.12.1o, 3.17, 3.18, 4.2.6, 4.2.7, 4.3, 4-4, 4.5, 4.6, 5.2, 5-3, 5.4, 6.2.4, 7.3, 7.4, Insurance, Boiler and Mac~.hxery 8.2, 9-7-, ~.3.1, 9-3-3, 9.4.1, 9-5, 9.6, 9.7, 9.8, 9.9, InsUrance, Contractor's Liability Loss of Llse Insurance Insurance, Effective Date of Material Suppliers Insurance, Loss of Llse Materials, Hazardous ^al~,.a Ins , Owner's Liabiiit¥ Materials, Labor, Equipment and ~ ~ Insurance, Means, Methods, Techniques, Sequences and A201-1997 Procedures of Construction 10.2.5,11.4 3.3.1, ~.12.10, 4.2.2, 4,~-7, 9.~2 GENERAL CONDITIONS L~surance, Stored Materials OF TH E CONTRACT FOR 9.3.2,11.4.1.4 Mechanic s Lian CONSTRUCTION INSU, 1R~NCE AND BOND5 ' 4.4,8 ~ The American Institute of Architects 1735 New York Avenue, N.W. WashinJlton, D.C. 2000~-52~2 AIA DOCUMENT A2014997 CONSTRUCTION of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 Mediation 4.4.1, 4.4.5, 4.4,6, 4.4.8, 43, 4.6.1, 4.6.2, 8.3.1,1o.5 Minor Changes in the Work 1.1.1, 3.12.8, 4.2.8, 4.3.6, 7.1, 7.4 MISCELLANEOUS PROVISIONS 13 Modifications, Definition of Modifications to the Contract 1.1.1, 1.i.2, 3.7.3, 3.11, 4.1.2, 4.2.1, 5.2.3, 7, 8.3.1, 9.7, Mutual Responsibility Nonconforming Work, Acceptance of 9.6.6, 9.9.3,12.3 Nonconforming Work, Rejection and Correction of 2.3, 2.4, 3.5.1, 4.2.6, 6.2.5, 9.5.1, 9.8.2, 9.9-3, 9.1o.4, Notice 2.2.1, 2.3, 2.4, 3.2.3, 3.3.1, 3.7.2, 3.7.4, 3.r2.9, 4.3, 4.4.8, 4.6.5, 5.2.1, 8.2.2, 9.7, 9.1o, 10.2.2, 11.1.3, 11.4.6, 12.2.2, 12.2.4, 13-3, 13.5.1, 13.5.2, 14.1, 14.2 Notice, Written 2.3, 2.4, 3.3.1, 3.9, 3.12.9, 3.12.1o, 4.3, 4.4.8, 4.6.5, 5.2.1, 8.2.2, 9.7, 9-10,1o,2.2, lo.3, 11.1.3,11.4.6, Notice of Testing and Inspections 13.5.1,13.5.2 Notice to Proceed 8.2.2 Notices, Permits, Fees and 2.2.2, 3.7, 3.13, 7.3.6.4, 10.2.2 Observations, Contractor's 1'5'2, 3,2, 3'7'3, 4'3'4 Occupancy 2.2.2, 9.6.6, 9.8,11.4.1.5 Orders, Written 1.1.1, 2.3, 3-9, 4.3.6, 7, 8,2.2, 11.4.9, 12.1, rt.2, 13.5.2, 14.3.1 OWNER Owner, Definition o£ Owner, Ififonnation and Services Requ/red of the 2.1.2, 2.l, 3.2.1, 3.~2.4, 3.12.1o, 4.2.7, 4-3.3, 6.1.3, 6.1.4, 6.2.5, 9.3.2; 9.6.1, 9.6.4, 9.9.2, 9.1o.3, lo.3.3, 11.2,11.4, 13.5.1,13.5.2,14.1.1.4, 14.1.4 Owner's Authority 1.6, 2.1.1, 2.3, 2.4, 3.4.2, 3.8.1, 3.12.1o, 3.14.2, 4.1.2, 4.1.3, 4.2.4, 4.2.9, 4.3.6, 4.4.7, 5.2.1, 5.2.4, 5.4.1, 6.1, 6.3, 7.2.1, 7.3.1, 8.2,2, 8.3.h 9.3.1, 9.3.2, 9.5.1, 12.2.2, 12.3.1, 13.2.2, 14.3, 14.4 Owner's Financial Capability 2.2.1~ 13.2.2, 14.1.1.5 Owner's Liability Insurance Owner's Loss of Use Insurance 11.4.3 Owner's Relationship with Subcontractors 1.1.2, 5.2, 5.3~ 5-4, 9.6.4, 9.1o.2,14.2.2 Owner's Right to Carry Out the Work Owner's Right to Clean Up Owner's Right to Perform Construction and to Award Separate Contracts Owner's Right to Stop the Work Owner's Right to Suspend the Work 14.3 Owner's Right to Terminate the Contract 14.2 Ownership and Use of Drawings, Specifications and Other Instruments of Service 1.I.1,1.6, 2.2.5, 3.2.1, 3.11.1, 3.17.1, 4.2.12, 5.3 Partial Occupancy or Llse 9,6.6, 9.9, 11.4.1.5 Patching, Cutting and 3.14, 6.2.5 Patents 3.17 Payment, Applications for 4.2.5, 7.3.8, 9.2, 9..t, 9.4, 9-5.1, 9.6.3, 9.7.1, 9.8.5, 9.m.1, 9.1o.3, 9.1o.5, n.1.3> ~4.2.4,14.4.3 Payment, Certificates for 4-2.5, 4.2.9, 9.3.3, 3.4, 9.5, 9.6.1, 9.6.~,~:7.1, 9.1o.1, 9.1o.3,13.7,14.1.1.3, 14.2.4 Payment, Failure of 4.3.6, 9.5.1.3, 3.7, 9.1o.2~ 14.1.1.3, 14.,2.1.2,13.6 Payment, F~nal 4.2.1, 4.2.9, 4.3.2, 9.8.2, 9110, 11.1.2~ n.1.3, 11.4.1, 11.4-5,12.3-1, 13.7, 14.2.4, 14.4.3. Payment Bond, Performance Bond and 7.3.6.4, 9.6.7, 9.1o.3, n.4.9,~1.5 Payments, Progress 4-3.3, 9.3, 9.6, 9-8.5, 9.1o.3, 13.6,'14~2.3 PAYMENTS AND COMPLETION Paytoents to Subcontractors 5-4.2, 9.5.1-3, 9.6.2, 9.6.3, 9.6.4, 9.6.7, 11.4.8, PCB Performance Bond and Paytoent Bond 7.3.6.4, 9.6.7, 9.1o.3, la.4.9,11.5 Permits, Fees and Notices PERSONS AND PROPERTY, PROTECTION OF lO Polychlorinated Biphenyl I Product Data, Definition of Safety of Persons and Property I Product Data and Samples, Shop Drawings Safety Precautions and Programs Progress and Completion Samples, Definitio0 of Progress Payments Samples, Shop Drawings, Product Data and Proiect, Definition of the Samples at the Site, Documents and Project Management Protective Liability Insurance Schedule of Values I Project Manual, Definition of the Schedules, Construction Proiect Manuals Separate Contracts and Contractors Project Representatives la.1.2, 12.2.5 4.a.m Shop Drawings, Definition of P~operty Insurance 3'12'1 I lo.a.5,11.4 Shop Drawings, Product Data and Samples ,o Site, Use of m Regulations aaqd Laws B.I], 6.1.1, 6.2.1 1.6, 3.2.2, 3.6, 3.7, 3.L2.1o, 3.13, 4.1.1~ 4.4-8, 4.6, Site Inspections 13.6,14 Site Visits, Architect s I Rejection of Work 4.~.2, 4.2.9, 4.3.4, 9.4.2, 9.5.1, 9.9.2, 9.lo.1,13.5 3.511, 4.2.6, 12.2,1 Special Inspections and Testing 'ReleaSes and Waivers of Liens 4.2.6, ~2.Zh 13.5 I 9.1o.2 Specifications, Definition of the 9.8.2, 9.1oa Specifications, The Represematives Statute of Limitations Resolution of Claims and Disputes Stopping the Work Responsibility for Those Performing the WOrk Stored Materials i Retainage ..., ~5 , Subctntractor, Definition of Review of Contract DocUments and ~ield SUBCONTRACTORS ConditiOns by Contractor ',, ~ RevieTM of Contractor3'~7's Submittals b~ Owner Subcontractors, Work by and Architect -, zz2, 3.3.2, 3.12.1, 4.~-3, 5.2.3, 5-3, 5-4, %3.1.2, 9.6.7 · 3ao.h 3.10.2, 3.~h 3.m,'~.2, 5.2, 6a.3, 9.2, ~.8.2 gubcontractual Rehtions I Review of Shop Drawings, Product Data and 5-4. 9.6, 9.lo Samples by Contractor ~4.23,14.3.2 3.12 Submittals Rights and Reined/es 9.8, 9.9.1, 9.1oa, 9.1o.3, ha.3 5.4, 6.1, 6.3, 7.3.1, 8.3, 9.5.1, 9.7, 1o.2.5, ~o.3, 12.2.2, Subrogation, Waivers of GENERAL CONDITIONS I Royalties, Patents and Copyrights Substantial Completion Rules and Notices for Arbitration 9.1o.4.=, m.2,13.7 of Architects I 4.6.2 Substantial Completion, Definition of ~7~s New York Avenue, N.W. AIA DOCUMENT A201-1997 GENERAL COND(TIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 173S New York Avenue, Washington, D,C, 2000fi-5292 Substitution of Subcontractors 5.2.3, 3.7.4 Substitution of A~'chitect 4.1.3 : Substitutions of Materials 3.4. a, 3.5.1, 7.3.7 Sub-subcontractor, Definition of 5.1.2 Subsurface Conditions 4-3-4 Successors and Assigns 13,2 Superin%endent 3.9, 10.2.6 Supervision and Construction Procedures 1.:/.2, 3.B, 3.4, 3.12.10, 4.2.2, 4.2.7, 4.3-3, 6.1.3, 6.2.4, 7.1.3, 7.3.6, 8.2, 8.3.I, 9.4.z, lO, 12, 14 Surety 4.4.7, 5.4-1.2, 9.8.5, 9.10.2, 9.1o.3, 14.2.2 Surety, Consent of 9.1o.2, 9.1o.3 Surveys 2,2.3 Suspension by the Owner for Convenience 14.4 Suspension of the Work 5.4.2,14.3 Suspension or Termination of the Contract 4.3.6, 5.4. I.1, 11.4.9, 14 B,6, 3.8.2.1, 7.3.6.4 Termination by the Contractor 4.3.10, 14.1 Termination by the Owner for Cause 4.3.10, 5.4.1.1, 14.l Termination of the Architect 4.1.3 Termination of the Contractor 14.2.2 TERMINATION OR SUSPENSION OF THE CONTRACT 14 Tests and Inspections 3.1.3, 3.3.3, 4.~-.~-, 4-2,6, 4.2.9, 9~4.a, 9.8.3, 9.9.2, 9.10.1, 10.3.2~ 11.4.1.1, 12.2.1,13,[i Time, Delays and. Extensions of 3.2.3, 4.3.1, 4-3.4, 4.3.7, 4.4.5, 5.:[-3, 7.2-.1, 7.3.I, 7.4.1, 7.5.1, 8.3, 9.5.1, 9.7.1, 1o.3.2, 1o.6.1, 14.3.2 Time Limits 2.1.2, 2.2, 2.4, 3.2.1, 3.7.3, 3.10, 3.11, 3.m.5, 3,15.1, 8.2, 9.2, 9.3.1, 9.3.3, 9.4.1, 9.5, 9.6, 9.7, 9.8, 9.5~, Time Limits on Claims Title to Work 9.3.2, 9.3.3 UNCOVERING AND CORRECTION OF WORK 12 tlncovering of Work Lh~ foreseen Conditions Unit Prices 4.3.9, 7.3.3.2 Use of Documents Use of Site Values, Schedule of Waiver of Claims by the Architect 13.4,2 Waiver of Claims by the Contractor Waiver of Claims by the Owner Waiver of Consequential Damages Waiver of Liens Waivers of Subrogation Warranty Weather Delays 4.3.7.2 Work, Definition of Written Consent Written Interpretations Written Notice 'v~h'itten Orders I I I I I I I I I I I I I I I I I I ARTICLE I GENERAL PROVISIONS 1.1 BASIC DEFINITIONS 1.1.1 THE CONTRACT DOCUMENTS The Contract Documents consist of the Agreement between Owner and Contractor (hereinafter the Agreement), Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of the Contract, other documents listed in the Agreement and Modifications issued after execution of the Contract. A Modification is (1) a va'itten amendment to the Contract signed by both parties, (2) a Change Ordel; (3) a Construction Change Directive or (4) a written order for a minor change in the Work issued by the Architect. Lhrless specifically enumerated in the Agreement, the Contract Documents do not include other documents such as bidding requirements (advertisement or invitation to bid, Instructions to Bidders, sample forms, the Contractor's bid or portions of Addenda relating to bidding requlremems). 1,1.2 THE CONTRACT The Contract Documents form the Contract for Construction. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. The Contract may be amended or modified only by a Modification. The Contract Documents shall not be construed to create a contractual relationship of any kind (~) between the Architect and Contractor, (2) between the Ovmer and a -Subcontractor or Sub-subcontractor, (3) between the Owner and Architect or (4) between any persom or entities other than the Owner and Contracton The Architect shall, however, be entitled to performance and enforcement of obligations under the Contract intended to facilitate performance of the Architect's duties. 1.1.3 THE WORK The term "Work" means the construction and services required by the Contract Documents, whether.completed or partially completed, and includes all other labor, materials, equipment and services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. 1.1,4 THE PROJECT 'The Project is the total construction of which the Work performed under the Contract Documents may be the whole or a part and which may include construction by the Owner or by separate contractors. 1.1.5 .THE DRAWINGS fl'he Drawings are the graphic and pictorial portions of the Contract Documents showing the design, location and dimensions of the Work~ generally including plans, elevations, sections, zletails, schedules and diagrams. t.1.6 THE SPECIFICATIONS The Specifications are that portion of the Contract Documents consisting of the written require- ments for materials';.equipment, systems, standards and workmanship for the Work, and perfor- mance of related services. 1.1.7 THE PROJECT MANUAL The Proiect Manual is a volunre ~ssembled for the Work which may include the bidding ~quirements, sample forms, Conditions of the Contract and Specifications. 1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS 1,2.1 The intent of the Contract Documents is to include all items necessm-y for the proper execution and completion of the Work by' the Contractor. The Contract Documents are AIA DOCUMENT A201-1997 GENERAL CONDITION5 OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Au~nue, N.W. Washington, D.C. 2000~-5292 AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. ~Vashin~ton, D.C. 2OOO~-5292 complementary, and what is required by one shall be as binding as if required by all; performance by the Contractor shall be required only to the extent consistent with the Contract Documents and reasonably inferable from thena as being necessary to produce the indicated results~ 1.2.2 Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings shall not control the Contractor in dividing the Work amon§ Subcontractors or in establishing the extent of Work to be performed by any trade. 1.2.3 Lh~less otherwise stated in the Contract Documents, words which have well-known technical or construction industry meanings are used in the Contract Documents in accordance with such recognized meanings. 1.3 CAPITALIZATION 1.3.1 Terms capitalized in tbese Genera] Conditions include thase which are (1) specifically defined, (2) the titles of nunthered articles and identified references to Paragraphs, Subparagraphs and Clauses in the document or (3) the titles of other documents published by the American Institute of Architects. 1.4 INTERPRETATION 1.4.1 In tl~e interest of brevity the Contract Documents frequently omit modifying words such as "ail" and "any" and articles such as "the" and "an;' but the fact that a modifier or an article is absent fi'om one statement and appears in a~.sother is not intended to affect the interpretation of either statement. 1.5 EXECUTION OF CONTRACT DOCUMENTS 1.5.1 The Contract Documems shall be signed by the Owner and Contractor. If tither the Owner or Contractor or both do not sign all the Contract Documents, the Architect shall identify such unsigned Documents upon request. 1.5.2 Execution of the Contract by the Contractor is a representation that the Con~ractor has visited the site, become generally familiar with local conditions under which the Work {s to be performed and correlated personal observations with requirements of the Contract Documents. 1.6 OWNERSHIP AND USE OF DRAWINGS, SPECIFICATIONS AND OTHER INSTRUMENTS OF SERVICE 1.6.1 The Drawings, Specifications al'~d other documents, includLng those in elect~:onic fol'n% prepared by the Architect and the Architect's consultants are Instruments ,of Service through which the Work to be executed by the Contractor is described. The Contractor may. retain one record set. Neither the Contractor nor any Subcontractor, Sub-subcontractor or material or equipment supplier shall own or claim a copyright in ~e Drawings, Specifications and other documents prepared by the Ar&itect or the Architect's consultants, and unless otherwise indicated the Architect and the Arcl,Jtect's consultams shall be deemed the authors of them and will retain all common law, statutol~ and other reserved rights, in addition to the copyrights. All copies of Instruments of Service, except the Contractor's record set, shall be returned or suitably accounted for to the Architect, on request, upon completion of the Work. The' Drawings, Specifications mrd other documents prepared by the Arclfitect and the Architect's consultants, and copies thereof furnished to the Contractm; are for use solely with respect to this Proiect. They are not to be used by the Contractor or any Subcontractor, Sub-subcontractor or material or equipment supplier on other projects or for additions to this Pmiect outside the scope of the Work without the specific written consent of the Owner, Architect and the Architect's consultants. The Contractor, Subcontractors, Sub-subcontractors and material or equipment suppliers are authorized to use and reproduce applicable portions of the Drawings, Specifications and other documents prepared by the A4'chitect and the Archi.feet's consullants appropriate to and for use in the execution of their Work under the Contract Documents. All copies made under this authorization shall bear the statutory copyright notice, if any, shown on t,he Drawings, Specifications and other documents prepared by the Architect and the Architect s consuhants. Submittal or distribution to meet official regulatory requirements or for other purposes in . connection with this Project is not to be construed as publication in derogation of the Architect's or Architect's consultants' copyrights or other reserved rights. ARTICLE 2 OWNER 2.1 GENERAL 2.1.1 The Owner is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in numbar. The Owner shall designate in writing a representativ~ wlro shall bare express authority to bind the Owner with respect to all mattars requiring the Owner's approval or authorization. Except as otherwise provided in .... " tile Subparagraph 4~2.~, the Architect does not have such authority. The term Owner means .Owner or the Owner's authorized representative. 2.1.1 The Owner shall fmufish to the Contractor within fifteen days after receipt of a written request, informal!on necessary and relevant for the Contractor to evaluate, give notice of or enforce mechanic s lien rights. Such information shall include a correct statement of the record legal ti~e to the property on which the Project is located, usually referred to as the site, and the Owner S interest therein. 2.2 ~NFORMATION AND SERVICES REQUIRED OF THE OWNER 2.2.1 The Owner shall, at the written request of the Contractor, prior to commencement of the Wor~k and tl{ereafter~ furnish to the Contractor ~easonable evidence th. at financial arrangements "have been made t6 ~xlfill the Ownei's Obligations under the Contract. Furnisking of such evidence ahall be a condition precedent tO dommeficement or continuation of the Work. After such evidence has. been furnished, the Owner shall not materially vary such financial arrangements without prior n~ce to the Contractor.' .:L2.2 Except for isermits and fe~s, including those required under Subparagraph 3.7.~, which are ",the ~espons~bility~of th~ Cont~ac{or u~der lhe Contract Documents, the Owner sliall secure and pa);'for necessar,/approvals, e~.semant~, assessments and charges required for constmction, use or occupanc~ ofp~rmanent structures or for pmTnanent changes in existing facilities. :.,l.1 ~ The Owner ~hall furnish surveys iteScribing physical characteristics, legal lim~tatlons and '~tilky toLations for the site <~:the Pr0'ect and a legal description of the site. The Contractor shall : b~ entitled to ~ely og t~ acc~acy of'informatiOn~ banished by th~ Owner but shall exercise '. it~?0per prec.aufi~ns ~!~a~! to the safe per form~nc$ of the Work. ~.1.4 inforhaa, tipn ,or s~Nices required ~f the Owner by the Contract Documents shall be :furnished by thix,~ ~r with r~asonable prbmptnkss. Any other information or services relevant !to the Co~nt?actor~i~?formance of the Work undei the Owner's control shall be furnished by the 'Owner after receipt fi-bm the Contractor of i 'W,~tten request for such:information or services. .l.2.S Unless otherwise provided in the Contract Documents, the Contractor will be furnished, execution'free of charge,of theSUchWork.C°pie} of Drhwings. mad Pro'ect Manuals as are reasonably necessary for GENERAL CONDITIONS 2.3 OWNER'S RIGHT TO STOP THE WORK OF THE CONTRACT FOR CONSTRUCTION i.3.1 If ~he Contractor ~'ails to correct Work wbich is not in accordance with the requirements of the Contract Documents ~s required by Paragraph ~2.2 or persistently fails to carry out Work in The American Institute I of Architects 1735 hew York Avenue, N.W. ! Washinston, D,C. 20006-5292 ©1997 AIA® AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 2OOO6-S292 accordance with the Contract Documents, the Owner may issue a written order to the Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, the right of the Owner to stop the Wm'k shall not give rise to a duty on the part of the Owner to exercise this right roi' the benefit of the Contractor or any other person or entity, except to the extent required by Subparagraph 6.1.3. 2.4 OWNER'S RIGHT TO CARRY OUT THE WORK 2.4.1 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after receipt of written notice h'om the Owner to commence and continue correction of such default or neglect with diligance and promptness, the Owner may after such seven-day period give tee Contractor a second written notice to correct such deficiencies within a three-day period. If the Contractor within such three-day period after receipt of such second notice fails to commence and continue to correct any deficiencies, the Owner may, without prejudice to other remedies the Owner may have, correct such deficiencies. In such case an appropriate Change Order shall be issued deducting from payments then or thereafter due the Contractor the reasonable cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's additional services made necessasT by such default, neglect or failure. Such action by the Ova~er and amounts charged to Lhe Contractor are both subject to prior approval of the Architect. If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Cmrtractor shall pay the difference to tire Owner. ARTICLE 3 CONTRACTOR 3.1 GENERAL 3.1.1 . The Contractor is the person or entity identified as such in the Agreement and is referred to throughout the Contract Documents as if singular in number. The term "Contractor" means the Contractor or the Contractor's authorized representative. 3.1.2 The Contractor shall perform the Work in accordance with the Col~tract Doc(tments. ' 3.1.t The Contractor shall not be relieved of obligations to perform the Work in acco}:dance with the Contract Documents either by activities or duties of the Architect in the Architect's administration of the Contract, or by tests, inspections or approvals required or poi'formed by persons other than the Contracton 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR 3.2.1 Since the Contract Documents are complementary, before starting each portion of the Work, the Contractor shaI1 carefully study and compare the various Drawings and other Contract Documents relative to that portion of the Win'k, as well as the information furnished by the Owner pursuant to Subparagraph 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work and shall o~serve any conditions at the site affecting it. These obligations are for the pm'pose of facilitating construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, any eh'ors, inconsistencies or omissions discovered by the Contractor shall be reported promptly to the Architect as a request for infomaation in such form as the Architect may require. 3.2.2 Any design errors or omissions noted by the Contractor during this review shall be reported promptly to the Architect, but it is recognized that the Contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design pmfassional unless otherwise specifically prm,ided in the Contract Documents. The Contractor is not required to ascertain that the Contract Documents are in accordance with applicable laws, statutes, ordinances, building codes, and rules and regulations, but any nonconformity discovered by or made ko, own to the Contractor shall be reported promptly to the Architect. I I ! I 3.2.t If the Contractor believes that additional cost or time is involved because of clarifications or instructions issued by the Architect in response to the Contractor's notices or requests for information pursuant to Subparagraphs 3.2.1 and 3.2.2, the Contractor shall make Claims as provided in Subparagraphs' 4.3.6 and 4.3-7. If the Contractor fails to perform the obligations of Subparagraphs 3.2.1 and 3.2.2, the Contractor shall pa), such costs and damages to the Owner as would have been avoided if the Contractor had performed such obligations. The Contractor shall not be liable to the Owner or Architect for damages resulting from errors, inconsistencies or omissions in the Contract Documents or for differences between field measure~nents or conditions and the Contract Documents unless the Contractor recognized such error, inconsistency, omission or difference and knowingly failed to report it to the Architect. I I I I I I 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES 3.3.1 The Contractor shall supervise and direct the Work, using the Contractor's best skill and attention. The Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures and for coordinating all portions of the Work under the Contract, unless the Contract Documents give other specific instructions concerning these matters. If the Contract Documents give specific instructions concerning construction means, methods, techniques, sequences or procedures, the Contractor shall evaluate the ]obsite safety thereof and, except as stated below, shall be fully and solely responsible for the iobsite safety of such means, methods, techniques, sequences or procedures. If the Contractor determines that such means, methods, techniques, sequences or procedures may not be safe, the Contractor shall give timely written notice to the Owner and Architect and shall not proceed with l.hat portion of the Work without further written instructions from the Architect. If the Conlx'actor is then:instructed to proceed with the required means, methods, techniques, sequences or procedures without acceptance of changes proposed by the Contractor, the Owner shall be solely responsible for any resulting loss or damage. 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Con- tractors employees, Subcontractors and their agents and employees, and other persons or entities performing portions of the Work for or on behalf of the Contractor or any of its Subcontractors. 3.3.3 The Contractor shall be responsible for inspection of portions of Work already perfom*ed -to determine that such portions are in proper condition to receive subsequent Work. I --3,4 LABOR AND MATERIALS 3.4.1 Llnless otherwise prov/ded in the Contract Documents, the Contractor shall provide and .pay for labor, materials, equipment, tools, construction equipment and machinery, water; heat, :utilities, transportation, .and other ~cilit/es and services necessary for proper execution and completion of the Work, whether temporary or permanent and wh~ther or not incorporated or to 'be incorporated in the Work. 3.4.2 The Contractor may make substitutions only with the consent of the Owner, after evaluat!on by the Architect and in accordance with a Change Order. 3.4.3 The Contractor shall enforce strict discipline and good order among the Contractor's employees and other persons carrying out the Contract. The Contractor shall not permit ,employment of unfit persons or persons not skilled in tasks assigned to them. 3.5 WARRANTY AIA DOCUMENT A201-1997 GENERAL CONDITION5 ~.S.1 The Contractor warrants to the Owner and Architect that materials and equipment oF THE CONIRACT FOR I furnished under the Contract will be of good quality and new unless otherwise required or CONSTRUCTION permitted by the Contract Documents, that the Work will be free from defects not inherent in theThe American Institute quality required or permi½ted, and that the Work will conform to th~ requirements of the Contract of Architects I I 1735 New York Avenue, N.W. i Washinston, D.C. 20006-5292 C1997 AIA® AIA DOCUMENT AlOt-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American institute of Architects 1735 New York Avenue, N.W. Washinston, D.C. 20006-5292 Documents. Work not conforming to these requiren,ents, including substitutions not properly approved and authorized, may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, modifications not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 3.6 TAXES 3.6.1 The Contractor shall pay sales, consumer, use and sin.ilar taxes for the Work provided by the Contractor which are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. 3.7 - PERMITS, FEES AND NOTICES 3.7.1 Unless otherwise provided in the Contract Documents, the Contractor shall secure and pay for the building permit and other permits and governmental fees, licenses and inspections necessary for proper execution and completion of the Work which are customarily secured after execution of the Contract and which are legally required when bids are received or negotiations concluded. 3.7.2 The Contractor shall comply with and give notices required by laws, ordLnances, rules, regulations and lawful orders of public authorities applicable to performance of the Work. 3.7.3 It is not the Contractor's responsibility to ascertain that the Contract Documents are in accordance with applicable laws, statutes, ordinances, building codes, and rules and regulations. However, if the Contractor observes that portions of the Contract Documents are at variance therewith, the Contractor shah promptly notify the Architect and Owner in writing, and necessary changes shall be accomplished by appropriate Modification. 3.7.4 If the Contractor performs Work knowing it to be contrary to laws, statutes;qrdinanCes, building codes, and rules and regulations without such notice to the Architect and Owner, tl~e Contractor shall assume appropriate responsibility for such Work and Shall bear th~ costs attributable to correction. 3.8 ALLOWANCES 3.8.1 The Contractor shall include in the Contract Sum all allowances stated in the Contract Documents. Items covered by allowances shall be supplied for such mounts and by su& persons or entities as the Owner may direct, but the Contractor shall not be required to employ persons or entities to whom the Contractor has reasonable objection. 3,8.2 Unless otherwise provided in the Contract Documents: ' .~ allmqances shall cover the cost to the Cra*tractor o f materials and equipmant delivered at the site and all required taxes, less applicable trade discounts; .a Contractor's costs for unloading and handling at the site, labor, installation costs, overhead, profit and other expenses contemplated for st~.ed afiow',mce amounts shall be included in the Contract Sum but not hr the allowances; .a whenever costs are more than or less than allowances, the Contract Sum shall be adiusted accordingly by Change Order. The anaount of the Change Order shall reflect (~) the difference between actual costs and the allowances under Clause 3.8.~.~ and (2) changes in Contractor's costs under Clause 3.8.2.2. ~.8.3 Materials and equipment under an allowance sball be selected by the Owner in sufficient time to avoid delay in the Work. I I I ! I I I I I I I I I I I ! I I I 3,9 SUPERINTENDENT 3,9.1 The Contractor shall employ a competent superintendent and necessary assistants who shall be in attendance at the Project site during performance of the Work. The superintendent shall represent the Contractor, and communications given to the superintendent shall be as binding as if given to the Contractor. Important communications shall be confirmed in writing. Other communications shall be similarly confirmed on written request in each case. 3.10 CONTRACTOR'S CONSTRUCTION SCHEDULES 3.10.1 The Contractor, promptly after being awarded the Contract, shall prepare and submit for the Owner's and Architect's information a Contractor's construction schedule for the Work. The schedule shall not exceed time limits current under the Contract Documents, shall be revised at appropriate intervals as required by the conditions of the Work and Project, shall be Telated to the entire Project to the extent required by the Contract Documents, and shall provide for expeditious and practicable execution of the Work. 3.1o.2 The Contractor shall prepare and keep current, for the Architect's approval, a schedule of submittals which is coordinated with the Contractor's construction schedule and allows the Architect reasonable time to review submittals. 3.10.3 The Contractor shall perform the Work in general accordance with the most recent schedules submitted to the Owner and Architect. 3.11 DOCUMENTS AND SAMPLES AT THE SITE 3.11.1 The Contractor shall maintain at the site for the Owner one record copy of the Drawings, Specifications, Addanda, Change Orders and other Modifications, in good order and marked currently to record field changes and selections made during consfraction, and one reco.rd copy of approved Shqp Drawings, P:oduct Data, Samples and similm' required submittals. These shall be avaLiable to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work. 3.12 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 3.12.1 Shop Drawings are drawinqgs,diagrams, schedules and other data specially prepared for the Work by the Contractor or a Subcontractor, Sub-subcontractor, manufacturer, supplier or distributor to illustrate some portion of the Work. 3.12.2 Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagrams and other information furnished by the Contractor to illustrate materials or equipment for some portion of the Work. .3.12.3 Samples ~re physical examptes which illustrate materials, equipment or worla'nanship and establish standards by which the Work will be judged. ~.12.4 Shop Drawings, Product Data, Samples and sintilar submittals are not Contract Documents. 'The purpose of their submittal is to demonstrate for those portions of the Work for which submittals are required by the Contract Documents the way by which the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents. Review by the Architect is subject to the limitations of Subparagraph 4.~.7. informational submittals upon which the Arotthect is not expected to take responsive action may be so identified in the Contract Documents. Submittals which m'e not required by the Contract Documents may be returned by the Architect without action. 3.12.5 The Contractor shall review for compliance with the Contract Documents, approve and submit to the Architect Shop Drawings, Product Data, Samples and similar submittals required by AIA DOCUMENT A2014997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects t735 New York Avenue, Washinaton, D.C. 20006~5292 AIA DOCUMENT A201-Ig97 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects -'1735 New York Avenue, N.W. Washinston, D.C, 20006-5292 the Contract Documents with reasonable promptness and in such sequence as to cause no delay in the Work or in the activities of the Owner or of separate contractors. Submittals which are not marked as reviewed for compliance with the Contract Documents and approved by the Contractor may be returned by the Architect without action. : 3.12.6 By approving and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor represents that the Contractor has determined and verified materials, field measurements and field construction criteria related thereto, or will do so, and has checked and coordinated the information contained within such submittals with the requirements of the Work and of the Contract Docmnents. 3.12.7 The Contractor shall perform no portion of the Work for whicb the Contract Documents require submittal and review of Shop Drawings, Product Data, Samples or similar submittals until the respective submittal has been approved by the Architect. 3.12.8 The W'ork shall be in accordance with approved submittals except that the Contractor shall not be relieved of responsibility for deviations fi'om requirements of the Contract Documents by the Architect's approval of Shop Drawings, Product Data, Samples or similar submittals m~less the Contractor has specifically informed the Arcbitect in writing of such deviation at the time of submittal and (~) the Architect has given written approval to the specific deviation as a minor change in the Work, or [2) a Change Order or Construction Change Directive has been issued authorizing the deviation. The Contractor shall not be relieved of responsibility for errors or omissions in Shop Drawings, Product Data, Samples or similar submittals by the Architect's approval thereof. 3.12.9 Tile Contractor ~hall direct specific attention, in writing or on resubmitted Shop Drawings, Product Data, Samples or similar submittals, to revisions other than those requested by the Architect on previous submittals. In the absence of such written notice the Architect's approval of a resubmission shall not apply to such revisions. 3.12.10 The Contractor shall not be required to provide professional services which constitute the practice of architecture or engineering unless such services are specifically required by the Contract Documents for a portion of the Work or unless the Contractor needs to provide such services in order to carry out file Contractor's responsibilities for construction memos, methods, techniques, sequences and procedures. Tire Contractor shall not be required to provide professional services in violation of applicable law. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of the Contractor by the Contract Documents, the Owner and the Architect will specify all performance and design criteria that such se~wices must satisfy. The Contractor shall cause such services or certifications to be provided by a properly licensed design professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to the Architect. The Owner and the Architect shall be entitled to r~ly upon the adequacy, accuracy and completeness of the sezwices, certifications or approvals performed by such design professionals, provided the Owner and Architect have specified to the Contractor all perfom~ance and design criteria that such services must satisfy. Pm~uant to this Subparagraph 3.12.1o, the Architect will review, approve or take other appropriate action on subnrittals only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. I 3.13 USE OF SITE 3.13.1 The Contractor shall confine operations at the site to areas pemfitted by law, ordinances, permits and the Contract Documents and shall not unreasonably encumber the site with materials or equipment 3.14 CUTTING AND PATCHING 3.14.1 The Contractor shall be responsible roi' cutting, fitting or patching required to complete the Work or to make its parts fit together properly. not damage or endanger a portion or fully or 3.14.2 Tile Contractor shall of the Work partially completed construction of the Owner or separate contractors by cutting, patching or otherwise altering such construction, or by excavation. The Contractor shall nm cut or otherwise aher such construction by the Owner or a separate contractor except with writlen consent of the Owner and of such separate contractor; such consent shall not be unreasonably withheld. The Contracto, r shall not unreasonably withhold from the Owner or a separate contractor the Contractor s consent to cutting or otherwise altering the Work. 3.15 CLEANING UP 3.15.1 The Contractor shall keep the premises and surrounding area free from accumulation of waste materials or rubbish caused by operations under the Contract. At completion of the Work,, the Contractor shall remove from and about the Proiect waste materials, rubbish, the Contractor s tools, construction equipment, machinery and surplus materials. 3.15.2 If the Contractor fails to clean up as provided in the Contract Documents, the Owner may do so and the cost thereof shall be charged to the Contractor. 3.16 ACCESS TO WORK 3.16.1 The Contractor shall provide tlie Owner and Arcliitect access to the Work in preparation and progress wherever located. 3.17 ROYALTIES, PATENTS AND COPYRIGHTS 3.17.1 Tbe Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of copyrights and patent rights and shall hold the Owner and Architect harmless fi'om loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents'or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or a patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect. 3.18 INDEMNIFICATION ' 338.1 To the fullest extent permitted by law and to the extent claims, damages, losses or ~,, expenses are not covered by Project Management Protective Liability insurance purchased by the Contractor in accordance with ,Paragraph ~.3, the Contractor shall indemnify and hold harmless the Owner, Ardxitect, Architect s consultants, mad agents and employees of any of them from and '~' · ~' against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of thg Work, provided that such claim, damage, loss or expense is attributable to bodily iniury, sickness, disease or death, or to injury to or destruction o£ 1,2;gcu;,'&t tangible property (other than the Work itself), but only to the extent caused by the negligent acts 6tN£RAt CON ~ mONS OF THE CONTRACT FOR or omissions of the Contractor, a Subcontractor, mayone directly or indirectly employed by them CONSTRUCTION or anyone roi' whose acts they may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. Such obligation shall not be of TheArchitectsAmerican instituteJ ! 1735 New York Avenue, N,W. Washir~gton, D.C. 20006-5292 construed to negate, abridge, or reduce other rights or obligations of indemnity which would otherwise exist as to a party or person described in this Paragraph 3.~8. 3.18.2 In claims against any person or entity indemnified under this Paragraph 3a8 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Subparagraph 338a shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under workers' compensation acts, disability benefit acts or other employee benefit acts. AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUC¥1ON The Americnn Institute of Architects 1735 New York Avenue, N3,V. Washinston, D.C. 2OOOG-S292 ARTICLE 4 ADMINISTRATION OF THE CONTRACT 4.1 ARCHITECT 4.1.1 The Architect is the person fawfully licensed to practice architecture or an entity lawfully practicing amhitecture identified as such in the Agreement and is refe~xed to throughout the Contract Documents as if singular in numben The term "Architect" meeaas the Architect or the Architect's authorized representative. 4,L2 Duties, responsibilities and limitations of autimrity of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner, Contractor and Architect. Consent shall not be unreasonably withheld. 4.1.3 If the employment of the Architect is terminated, the Owner shall employ a new Architect against whom the Contractor has no reasonable objection and whose status under the Contract Documents shall be that of the former Architect. 4.2 ARCHITECT'S ADMINISTRATION OF THE CONTRACT 4.2.1 The Architect will provide adm'mistration of the Contract as described in the Contract Documents, and will be an Owner's representative 0) during construction, (2) until Final payment is due and (3) with the Owner's concurrence, fi'om time to time during the one-year period for correction of Work described in Paragraph ~.2. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents, unless otherwise modified in w~Sting in accordance with other provisions of the Contract. 4.2.2 The Architect, as a representative of the Owner, will visit the site at intervals appropriate to the stage of the Contractor's operations 0) to become generally familiar with and to keep the Owner informed about the progress mad quality of the portion of Uae Work completed~ (a) to endeavor to guard the Owner against defects and deficiencies in the Wor~., and (3) to determine in general if the Work is being performed in a manner indicating that the Work, when fully completed, will be in accordance with the Contract Documents. However, the Architect will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the Work. The Architect will neither have control over or charge of, nor be responsible for, the construction means, methods, techniques, sequences or procedures, or for the safety precautions mad programs in connection witb the Work, since these axe solely the Contractor's rights and responsibilities under the Contract Documents, except as provided in Subparagraph 3-3-~. 4.2.3 The Architect will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of tbe Contract Documents. The Architect will not have control over or cfiarge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work 4.2.4 Communications Facilitating Contract Administration. Except as otherwise provided in the Contract Documents or when direct communications have been specially authorized, the Owner and Contractor shall endeavor to communicate with each other through the Architect about matters arising out of or relating to the Contract. Comnmnications by and with:the Architect's consultants shall be through the Ardtitect. Communications by and with Subcontractors and material suppliers shall be through the Contraston Communications by and with separate contractors shall be through the Owner. . 4.2.5 Based on the Architect s evaluations of the Contractor s ^pplications for Payment, the Architect will review and certify the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect will have Work that conform the authority to reject does riot to Contract Documents. Whenever the Architect considers it necessary or advisable, the Architect will have authority to require inspection or testing of the Work in accordance with Subparagraphs ~3.5.z and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exer&ise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons or entities performing portions of the Work. 4.2.7 The Architect will review and approve or take other appropriate action upon the Contractor's submittals such as Shop Drawings, Product Data and Samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents. The Architect's action will be taken with such reasonable promptness as to cause no delay in the Work or in the activities of the Owner, Contractor or separate contractors, while allowing sufficient time in the Architect's professional iudgment to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities, or for substantiating instructions for installation or performance of equipment or systems, all of which remain the responsibility of the Contractor as required by the Contract Documents· The Architect's review of the Contractor's submittals shall not relieve the Contractor of the obligations under Paragraphs 3.3, 3.5 and 3a2. The Architect's review shall not constitute approval of safety precautions or, unless otherwise specifically stated by the Ar?,hitect, of any construction means, methods, techniques, sequences or procedures. The Architect s approval of a specific item shall not indicate approval of ma assembly of which the iteni is a component. .4.2.8 The Architect will prepare Change Orders and Construction Change Directives and may authorize minor changes the Work as provided in Paragraph 7.4- 43..9 The Architect will conduct inspections to determine the date or dates of Substantial - and the date of final completion, will receive and forward the Owner, for the to · Owner s review and records, written warranties and related documents required by the Contract and assembled by the Contractor, and will issue a final Certificate for Payment upon Compliance with the requirements'of the Contract Documents. 4.2.1o If the Owner and Architect agree, the Arch}tect will provide one or more project representatives to assist in carrying out the Architects responsibilities at the site. The duties, ~1 IE~I~AZOI-1997 responsibilitie~ and limitations of anth0rity of such project representatives shall be as set forth in an exhibit to be incorporated in the Contract Documents. 4.2.11 Tile Architect will interpret and decide matters concerning performance under, and T~"~"~'nr~c~'''ne^me,annslU"titute requirements of, the Contract Documents on written request of either the Owner or Contractor. of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American InslJtgte of Architects 1735 New York Avenue, N.W. Washinston, D.C. 2000~-5292 The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which interpretations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then delay shall not he recognized on account of failure by tile Architect to furnish such interpretations until ~5 days after written request is made for them. 4,2.12 Interpretations and decisions of the Architect will be consistent with the hltent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawin§s. When making such interpretations and initial decisions, the Architect will endeavor to secm'e faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or decisions so rendered in good faith. 4.2-.13 The Architect's decisions on matters relating to aesthetic effect will be final if consistent with the intent expressed in the Contract Documents. 4.3 CLAIMS AND DISPUTES 4.3.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, adjustment or interpretation of Contract terms, payment of money, extension of time or other relief with respect to the terms of the Comract. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor a'ising out of or relating to the Contract. Claims must be initiated by written notice. The responsibility to substantiate Clairns shall mst with the party making tile Claim. 4.3.2 Time Limits on Cia/ms. Claims by either party must be initiated within ax days after occurrence of the event giving rise to such Clag. n or within al days after tire claimant first recognizes the condition giving rise to the Claim, whichever is later. Claims must be initiated by written notice to the Architect and the other party. 4.3.3 Continuing Contract Performance. Pending final resolution of a Claim except as otherwise agreed in writing or as provided in Subparagraph 9.7.~ and Article ~4, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments in accordance with the Contract Documents. 4.3.4 Claims for Concealed or Unknown Conditions. If conditions are encountered at the site which are (z) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (2) unknown physical conditions of an unusual nature, which differ materially fi'om those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, then notice by the obse~wing party shall be given to the other party promptly before conditions are distm'bed and in no event later than ~ days after first obset~,ance of the conditions. The Architect will promptly investigate such cbnditions and, if they differ materially and cause an increase or decrease in the Contractor's cost of, or time required for, performance of any part of the Work, will recommend an equitable adiustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at tile site are not materially different from ti~ose indicated in the Contract Documents and that no change in the terms of the Contract is iustified, the Ardtitect shall so notify the Owner and Contractor in writing, stating the reasons. Clainrs by either part), in opposition to such determination must be made within a~ days after the Architect has given notice of the decision. If the conditions encountered are materially different, the Contract Sum and Contract Time shall be equitably adiusted, but if the Owner and Contractor cannot agree on an adiustment in the Contract Sum et' Contract Time, the adjustment shall be referred to the Architect for initial determination, subiect to further proceedings pursuant to Paragraph 4-4. I I I I I I I I I I I I I I I I I I I 4,3.5 Claims for Additional Cost. If the Contractor wishes to make Claim for an increase in the Contract Sum, written notice as provided herein shall be given before proceeding to execute the Work. Prior notice is not required for Claims relsting to an emergency endangering life or property arising under Paragraph ~o.6. 4,3.6 If the Contractor believes additional cost is involved for reasons including but not limited to (~) a written interpretation fi'mn the Architect, (2) an order by the Owner to stop the Work where the Contractor was not at fault, (3) a written order for a minor change in the Work issued by the Architect, (4) failure of payment by the Owner, (5) termination of the Contract by the Owner, (6) Owner's suspension or (7) other reasonable grounds, Claim shall be filed in accordance with this Paragraph 4.3. 4.3.7 CLAIM5 FOR ADDITIONAL TIME 4.3.7.1 If the Contractor wishes to make Claim for an increase in the Contract Time, written notice as provided herein shall be given. The Contractor's Claim shall include an estimate of cost and of probable effect of delay on progress of the Work. In the case of a continuing delay only one Claim is necessary. 4.3.7.2 If adverse weather conditions are the basis for a Claim for additional time, such Claim shall be documented by data substantiating that weather conditions were abnormal for the period of time, could not have been reasonably anticipated and had an adverse effect on the scheduled construction. 4.3.6 Injury or Damage to Person or Property. If either party to the Contract suffers injury or damage to person or property because of an act or omission of the other party, or of others for whose acts such party is legally responsible, written notice of such injury or damage, whether or not insured, shall be given to the other party within a reasonable time not exceeding 21 days after discovery. The notice shall provide sufficient detail to enable the other party to investigate the matter. 4.3.9 If unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities originally contemplated are materially changed in a proposed Change Order or Construction Change Directive so that applicatinn of such unit prices to quantities of Work proposed will cause substantial inequity to the Owner or Contractor, the applicable unit prices shall be equitably adjusted. 4.3.10 Claims for Consequential Damages. The Contractor and Owner waive Claims against each other for consequential damages arising out of or relating to this Contract. This mutual waiver includes: .~ damages incurred by the Owner for rental expenses, for losses of use, income, profit, financing, business and reputation_? and for loss of management or employee productivity or of the services of such persons; and .~ damages incurred by the Contractor for principal office expenses including the compensation of personnel stationed there, for Iosses of financing, business and repu- tation, and for loss of profit except antidpated profit arising directly fi'om the Work. This mutual waiver is applicable, without limitation, to all consequential damages due to either party's termination in accordance with Article ~4. Nothing contained in this Subparagraph 4.330 shall be deemed to preclude an award of liquidated direct damages, when applicable, in accordance with the requirements of the Contract Documents. 4.4 RESOLUTION OF CLAIMS AND DISPUTES 4.4.1 Decision of Architect. Clain~s, including those alleging an error or omission by the Architect but excluding those arising under Paragraphs m.3 through m.5, shall be referred initially to-the Architect for decision. An initial decisinn by the Architect shall be required as a AIA DOCUMENT A201-1~7 GENERAL CONDITION5 OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects "1735 New York Avenue, ~I.W, Washington, D.C. 20006-5292 AIA DOCUMENT A201.-1~cJ7 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American lr~slitute of Architects 1735 New York Avenue, N,W. Washington, D.C. 20006-5292 condition precedent to mediation, arbitration or litigation of all Claims between the Contractor and Owner arising prior to the date final payment is due, unless 30 days have passed after the Claim has been referred to the Architect with no decision having been rendered by the Architect. The Arcbitect will not decide disputes between the Contractor and persons or entities nther than the Owner, 4.4.2 The Architect will review Claims and within ten days of the receipt of the Claim take one or more of the following actions: (1) request additional supporting data from the claimant or a response with supporting data from the other party, (a) reject the Claim in whole or in part, (3) approve the Claim, (4) suggest a compromise, or (5) advise the parties that the Architect is unable to resolve the Claim if the Architect lacks suf~cient information to evaluate the merits of the Claim or if the Architect concludes that, in the ga'chitect's sole discretion, it would be inappropriate for the Architect to resolve the Claim. 4.4.3 In evaluating Claims, the Architect may, but shall not be obligated to, consult with or seek information from either party or from persons with special knowledge or expertise who may assist the Architect in rendering a decision. The Architect may request the Owner to authorize retention of such persons at the Owner's expense. 4.4.4 If the Architect requests a parW to provide a response to a Claim or to furnish additional supporting data, such party shall respond, withha ten days after receipt of such request, and shall either provide a response on the requested supporting data, advise the Architect when the response or supporting data will be furnished or advise the Architect that no supporting data will be furnished. Upon receipt of the response or supporting data, if any, the Architect will either reiect or approve the Claim in whole or in part. 4.4.5 The Architect Mil approve or reject Claims by written decision, whi& shall state the rea- sons therefor and which shall notify the parties of any change in the Contract Sum or Contract Tinre or both. The approval or rejection of a Claim by the Architect shall be final and bind/mg on the parties but subject to mediation and arbitration. 4.4.8 When a written decision of the Architect states that (~) the decision is'final but subiect to mediation and arbitration and (2) a dem~md for arbitration of a Claim covered by such decision must be made within 3o days offer the date on which the party making the demand receives the final written decision, then failure to demand arbitration within said 30 days! period shall result in the Architect's decision becoming final and binding upon the Owner and Contractor. If the Architect renders a decision after arbitration proceedings have been initiated, such decision may be entered as evidence, but shall not supersede arbitration proceedings unless tbe dec~sion is acceptable to all pat'ties concerned. 4.4.7 lJ. pon receipt of a Clai~n against the Contractor or at any time thereafter, the Architect or the Owner may, but is not obligated to, notify the surety, if any, of the natm'e and amount of the Claim. If the Claim relates to a possibility of a Contractor's default, the Architect or the Owner may, but is not obligated to, notify tbe surety and request the surety's assistance in resolving the controversy. : 4.4.S If a Claim relates to or is the subject of a mechanic's lien, the party asserting suclr Claim may proceed in accordance with applicable law to comply with the lien notice or filing deadlines prior to resolution of the Claim by the Architect, by mediation or by arbitration. 4.5 MEDIATION 4.5.1 Any Claim arising out of or related to the Contract, except Claims relating to aesthetic effect and except those ~vaiYed as provided for in Subparagraphs 4.3.1o, ~.1o.4 and 9.m.5 shall, after initial decision by the Architect or 30 days after submission of the Claim to the Architect, be Isubject to mediation as a condition precedent to arbitration or the institution of legal or equitable proceedings by either party. I 4.5.:l The parties shall endeavor to resolve their Claims by mediation which, unless the parties m~tually agree otherwise, shall be in accordance with the Construction Industry Mediation Rules I of the American Arbitration Association currently in effect. Request for mediation shall be filed in writing with the other party to the Contract and with the American Arbitration Association. The request may be made concurrently with the filing of a demand for arbitratioo but, in such I event, mediation shall proceed in advance of arbitration or legal or equitable proceedings, which shall be stayed pending mediation for a period of 60 days fTom the date of filing, unless stayed for a longer period by agreement of the parties or court order. I 4.5.t The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in the place where the Project is located, unless another location is mutually agreed upon. Agreements reached ill mediation shall be enforceable as settlement agreements in any court I having jurisdiction · thereof. 4.~ ARBITRATION I 4.~3 Any Claim arising out of or related to the Contract, except Claims relating to aesthetic effect and except those waived as provided for in Subparagraphs 4.3ao, 9.m-4 and 9ao.5, shall, after decision by the Architect or 30 days after submission of the Claim to the Architect, be snbject to I arbitration. Prior to arbitration, the parties shall endeavor to resolve disputes by mediation in accordance with the provisions of Paragraph 4.5. 4.~,z Claims not resolved by mediation shall be decided by arbitration which, unless the parties I mutually agree otherwise, Shall be in accordance vd. tiff the Construction Industry Arbitration Rules of the American Arbitration Association currently in effect. The demand for arbitration shall be filed in writing with the other party to the Contract and with the American Arbitration I Association, a copy filed with Architect. and the 4.B3 A demand for arbitration shall be made within the time limits specified in Subparagraphs I 44.6 and 4.6.1. as applicable, and in other cases within a reasonable time after the Claim has arisen, and in no event shall it be made after the date when institution of legal or equitable proceedings based on such Claim would be barred by the applicable statute of limitations as determined pursuant to Paragraph ~3.7. 4.~,4 Limitation on Consolidation or Ioinder. No arbitration arising out of or relating to the Contract,shall include, by consolidation or joinder or in any other manner, the Architect, the I Axchitect s employees or consultants, except by written consent containing ~pecific reference to the Agreement and signed by the Architect, Owner; Contractor and any other person or entity sought to be joined. No arbitration shall include, by consolidation or joinder or in an), other I manner, parties other than the Owner, Contractor, a separate contractor as described in Article 6 and other perso~s substantially involved in a conunon question of fact or law whose presence is reqtdred if complete relief is to be accoi:ded in arbitration. No person or entity other than the I or a separate contractor as 6 as an Owner, COntractor described ill Article be included original third party or additional third party to all arbitration whose interest or responsibility is insubstantial. Consent to arbitration involving an additional person or entity shall not constitute person ·m consent to arbitration of a Claim not described therein or with a or entity not named or described therein. The foregoing agreement to arbitrate and other agreements to arbitrate with an additional person or entity duly consented to by parties to the Agreement shall be specifically fi~Ea^~ CONDmONS enforceable under applicable law in any court having jurisdiction thereof. CONSTaUCTION i 4.6.5 Claims and Timely Assertion of Claims. The party filing a notice of demand for arbitration must assert in the demand all Claims then known to that party on which arbitration is permitted to be demanded. 4.6.E Judgment on Final Award. The awaK1 rendered by the arbitrator or arbitrators shall be final, and judgment may be entered upon it in accordance with applicable law in any court having iurisdiction thereof. AIA DOCUMENT A20M997 GENERAL CONDITIONS OF TH[ CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 ARTICLE 5 SUBCONTRACTORS 5.1 DEFINITIONS 5.1.1 A Subcontractor is a person or entity who has a direct contract with the Contractor to perform a portion of Lhe Work at the site. The term "Subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Subcontractor or an authorized representative of the Subcontractor. The term "Subcontractor" does not include a separate contractor or subcontractors of a separate cootractor. 5.I,2 A Sub-subcontractor is a person or entity who has a direct or indirect contract with a Subcontractor to perform a portion of the Work at the site. The term "Sub-subcontractor" is referred to throughout the Contract Documents as if singular in number and means a Sub-subcontractor or an authorized representative of the Sub-subcontractor. 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK 5.2.1 Unless otherwise stated in the Contract Documents or tire bidding requirements, the Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Architect the names of persons or entities (including those who are to furnish materials or equipment fabricated to a special design) proposed for each principal portion of the Work. The Architect will promptly reply to the Contractor in writing stating whether or not the Owner or the Architect, after due investigation, has reasonable objection to any such proposed person or entity. Failure of the Owner or Architect to repbr promptly shall constitute notice of no reasonable objection. 5.2.2 The Contractor shall not contract with a proposed person or entity to whom tire Owner or Architect has made reasonable and timely objection. The Contractor shall not be required to contract with anyone to whom the Contractor has made reasonable objection. 5.2.3 If the Owner or Architect has reasonable objection to a person or entity proposed by the Contractor, the Contractor shall propose another to whom the Owner or Architect has no reasonable objection. If the proposed but rejected Subcontractor was reasonably capable of performing the Work, the Contract Sum and Contract Time shall be increased or decreased by the difference, if m-iy, occasioned by such change, and in appropriate Change Order shall be issued before commencement of the substitute Subcontractor's Work. However, no increase in the Contrac( Sum or Contract Time shall be allowed for such change unless the Contractor has acted pmnrptly and responsively in submitting names as required. 5.2.4 The Contractor shall not change a Subcontractor, person or entity previously selected if the Owner or Architect makes reasonable objection to such substitute. 5,3 SUBCONTRACTUAL RELATIONS 5,3.1 By appropriate agreement, written where legally required For validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities, including the responsibility for safety of the Subcontractor's Work, which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and A~'chitect under tile Contract Documents with respect to tile Work to be performed by the Subcontractor so that subcontracting thereof wiIl not prejudice such rights, and shall allow to tbe Subcontractor, unless specifically provided othel~ise in tile subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor; by the Contract Documents, has against the Owner. Where appropriate, the Contractor sball require eacb Subcontractor to enter into similar agreements with Sub-subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agree- ment, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Docmnents. Subcontractors will make of of such documents available to similarly copies applicable portions their respective proposed Sub-subcontractors. 5.4 CONTINGENT ASSIGNMENT OF SUBCONTRACTS 5.4.1 Each subcontract agreement for a portion of the Work is assigned by tile Contractor to tile Owner provided that: .~ assignment is effective only after termination of the Contract by the Owner for cause pttrsuant to Paragraph I4.2 and only for those subcontract agreements which the Owner accepts by notifying the Subcontractor and Contractor in writing; and .2 assignment is subiect to the prior rights of the surety, if any, obligated under bond relating to the Contract. s.4.2 Upon ,such assignment, if the Work has been suspended for more than 3o days, the Subcontractor s compensation shall be equitably adjusted for increases in cost resulting from the suspension. ARTICLE 6 CONSTRUCTION Ry OWNER OR BY SEPARATE CONTRACTORS 6.1 OWNER S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS 6.1.1 The Own, er reserves the right to perform construction or operations related to the Project with the Owner s own forces, and to award separate contracts in connection with other portions of the Project or other construction or operations on the site under Conditions of the Contract identical or substantially similar to these including those portions related to insurance and waiver of subrogation. If the Contractor claims that delay or additional cost is involved because of such action by the Owner, the Contractor shall make such Claim as provided in Paragraph 4.3. 6.1.2 When separate contracts are awarded for different portions o[ the Project or other construction or operations on the site, the term "Contractor" in the Contract Documents in each case shall mean tile Contractor who executes each separate Owner-Contractor Agreement. 6.1.3 The Owner shall provide for coordination of the activities of tbe Owner's own forces and of each separate contractor with the Work of the Contractor, wbo shall cooperate with them. The Contractor shall participate with other separate contractors and the Owner ill reviewing their construction schedules when directed to do so. The Contractor shall make any revisions to the construction scbedule deemed necessary after a joint review and nmtual agreement. The contractorsC°nstructi°nandSChedulesthe OwnerShalluntilthensubsequentlyC°nstitute therevised.SChedules to be used by the Contractor, separate ~,l~l~cU~tO. Ol-l~? GENERAL CONDITIONS 6.1.4 Unless othelwvise provided in the Contract Documents, when the Owner perfornls cOoFNTsHi~iNiT:NACT FOR construction or operations related to the Project with the Owner's own forces, the Owner shall be deemed to be subject to the same obligations and to have the same rights which apply to the The Amerlc~n Institute of Architects 1735 New York Avenue, N.W. Washinston, D.C. 20006-5292 Contractor under the Conditions of the Contract, including, without excluding others, those stated in Pa'tide 3, this Article 6 and Articles lo, n and n. 6.2 MUTUAL RESPONSIBILITY 6.2.1 The Contractor shall afford the Owner and separate contractors reasonable oppm'tunity for introduction and storage of their materials and equipment and performance of their activities, and shall connect and coordinate the Contractor's construction and operations with theirs as required by the Contract Documents. 6.2.2 If part of the Contractor's Work depends for proper execution or results upon construction or operations by the Owner or a separate contractor, the Contractor shall, prior to proceeding with that portion of the Work, promptly report to the Architect apparent discrepancies or defects in such other construction that would render it unsuitable for proper execution and results. Failure of the Contractor so to report shall constitute an acknowledgment that the Owner's or separate contractoFs completed or partially completed construction is fit and proper to receive the Contractor's Work, except as to defects not then reasonably discoverable. 6.2.3 The Owner shall be reimbursed by the Contractor for costs incurred by the Owner whid~ are payable to a separate conU'actor because of delays, improperly timed activities or defective construction of the Contracton Tbe Owner shall be responsible to the Contractor for costs incurred by the Contractor because of delays, improperly timed activities, damage to the Work or defective construction of a separate contracton 6.2.4 The Contractor shall promptly remedy damage wrongfully caused by the Contractor to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph ~o.2.5. 6.2.5 The Owner and each separate contractor shall have the same responsibilities for cutting and patching tis are described for the Contractor in Subparagraph 3-~4. 6.3 OWNER'S RIGHT TO CLEAN UP 6.t.1 If a dispute ar'ises among the Contractor, separate contractors and the Owner as to the msponsibility under their respective contracts for tuaintaLaing the prenrises and surrounding area free from waste materials and rubbish, the Owner may clean up and the Architect will allocate tbe cost among those responsible. AIA DOCUI~IENT A20M997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 2OO06-S292 ARTICLE 7 CHANGES IN THE WORK 7.1 GENERAL 7.1.t Changes in the Work may be accomplished after execution of the Contract, and without invalidating the Contract, by Change Order, Construction Change Directive or order for a minor change in the Work, subject to the linfitations stated in this Article 7 and elsewhere in the Contract Documents. ?.1.2 A Change Order shall be based upon agreement among the Owner, Contractor and Architect; a Construction Change Directive requkes agreement by the Owner and Ardfitect and may or may not be agreed to by the Contractor; an order for a minor change La the Work may be issued by the Architect alone. 7.1.3 Changes in the Work shall be performed under applicable provisions of the Contract Documents, and the Contractor shall proceed pmmptiy, unless otherwise provided in the Change Order, Construction Change Directive or order for a minor change in the \York. 7.2 CHANGE ORDERS 7.2.1 A Change Order is a written instrunrent prepared by the Architect and signed by the Owner, Contractor and Architect, stating their agreement upon all of the following: a change in the Work; : .2 the amount of the adjustment, if any, in the Contract Sum; and .3 the ement of the adjustnrent, if any, in the Contract Time. 7.2.2 Methods used in determining adjustments to the Contract Sunr may include those listed in Subparagraph 7.3.3. 7.3 CONSTRUCTION CHANGE DIRECTIVES 7.3.1 A Construction Change Directive is a written order prepared by the Architect and signed by the Owner and Architect, directing a change in the Work prior to agreement on adjustment, if any, in the Contract Sum or Contract Time, or both. The Owner may by Construction Change Directive, without invalidating the Contract, order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, the Contract Sum and Contract Time being adjusted accordingly. 7.3.2 A Construction Change Directive shall be used in the absence of total agreement on the terms of a Change Order. 7.3.3 If the Construction Change Directive provides for an adjustment to the Contract Suni, the shall be based of the methods: adjustment on one following amutual acceptance of a lump sum properly itemLzed and supported by Sufficient substantiating data to pern'fit evaluation; .2 unit prices stated {n the Contract Documents or subsequently agreed upon; .a cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or percentage fee; Or ,4 as provided in Subparagraph 7.316. 7.3.4 U_pon receipt of a Construction Change Directive, the Contractor shall pro, mptly proceed with the change in the Work involved and advise the Architect of the Contractor s agreement or disagreement with the method, if any, provided in the Construction Change Directive for determining the proposed adjustment in the Contract Sum or Contract Time. 7.3.s A Construction Change Directive signed by the Contractor indicates the agreement of the Contractor therewith, indudhxg adjustment in Contract Sum and Contract Time or the method · .for determining them. Such agreement shall be effective immediately and shall be recorded as a Lhange Order. ' ?.3.~ tf the Contractor does riOt respond promptly or disagrees with the method for adjustment in the Contract Suni, tile method and the adjustment shall be detennined by the Architect oh the basis of reasonable expenditm'es and savings of those performing the Work attributable to the change, induding;'in case of an increase in the Contract Sum, a reasonable allowance for overhead and profit, tn such Case, and also under Clause 7,3.3.3, the Contractor shall keep and present, in such form the Architect prescribe, i(emized together this Subparagraph 7.3.6 shall be limited to the following: .~ costs of labor, including social security, old age and unemployment insurance, fringe benefits required by agreement or custom, and workers' compensation insurance; GENERAL CONDITIONS .2 coSt8 of materials, supplies and equipnlent, including cost of transportation, whether oF THE CONTRACT FOR Lncorporated or consumed; CONSTRUCTION .srental costs of machinery and equipment, exclusive of hand tools, whether rented from The American Institute the Contractor or others; of Architects Washington, D.C. 20006-5292 costs of premiums for all bonds and insurance, permit fees, and sales, use or similar taxes related to the Work; and additional.,costs of supervision and field office persmmel directly attributable to the change, 7.3.7. The amount of credit to be allowed by the Contraaor to the Owner for a deletion or change which results in a net decrease in the Contract Sum shall be actual net cost as confirmed by the Amhitect. When both additions and credits covering related Work or substitutions are invoh,ed in a change, the allowance for overhead and profit shall be figm'ed on the basis of net increase, if any, with respect to that change. 7.3.8 Pending final determination of the total cost of a Construction Change Directive to the Owner, amounts not in dispute for su& changes in the Work shall be included in Applications for Payment accompanied by a Change Order indicating the parties' agreement with part or all of such costs. For any portion of such cost that remains in dispute, the Architeot will make an inte~Sm determination for purposes of monlhly certification for payment for those costs. That determination of cost shall adjust the Contract Sum on the same basis as a Change Ordeh subject to the right of either party to disagree and assert a daim in accordance with Article 4. 7.3.9 When the Owner and Contractor agree w/th the determination made by the Architect concerning the adiustments in the Contract Sum and Contract Time, or otherwise reach agreement upon the adjustments, such agreement shall be effective immediately and shall be recorded by preparation and execution of m~ appropriate Change Order. 7.4 MINOR CHANGES IN THE WORK 7.4.1 The Architect wiI1 have authority to order minor changes in the Work not involving adjust- ment in the Contract Sum or extension of the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes shall be effected by ,m'itten order and shall be binding on the Owner and Contractor. The Contractor shall carry out such ,mitten orders promptly. AIA DOCUMENT A~01-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 17~S New York Avenue, N.W. W~shington, D.C. 20OO~-5292 ARTICLE 8 TIME 8.1 DEFINITIONS 8.1.1 Unless othel-~ise provided, Contract Time is the period of time, includ/mg authorized adjustnrents, allotted in the Contract Documents for Substantial Completion of the Work. 8.1.2 The date of commencement of the Work is the date established in the Agreement. 8.1.~ The date of Substantial Completion is the date certified by the Architect in accordance with Paragraph 9.8. 8.1.4 The term "day"-as used in the Contract Documents shall mean calendar day unless otherwise specifically defined. 8,2 PROGRESS AND COMPLETION 8.2.1 Tirne limits stated in the Contract Documents are of the essence of the Contract. By executing the Agreement the Contractor confirms that the Contract Time is a reasonable period for performing the Work. 8.2,2 The Contractor shall not knowingl)r, except by agreement or instruction of the Owner in writing, prematurely commence operations on the site or elsewhere prior to the effective date of insurance required by Article n to be furnished by the Contractor and Owner. The date of commencement of the Work shall not be changed by the effective date of such insurance. Lh~less the date of commencement is established by the Contract Documents or a notice to proceed given by the Owner, rite Contractor shall notify the Owner in writing not less than five days or other agreed period before commencing the Work to permit the timely filing of morgages, mechanic's liens a~nd other security interests. R.:2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract Time. 8.3 DELAYS AND EXTENSIONS OF TIME 8.3.1 If the Contractor is delayed at any time in the commencement or progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor dispute, s, fire, unusual delay in deliveries, unavoidable casualties or other causes beyond the Contractors control, or by delsy authorized by the Owner pending mediation and arbitration, or by other causes which the Architect determines may justify delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Architect may determine. ~.3.l Claims relating to time shall be made in accordance with applicable provisions of Paragraph 4.3. 8.35 This Paragraph 8.3 does not preclude recovery of damages for delay by either party under other provisions of the Contract Documents. ARTICLE g PAYMENTS AND COMPLETION 9.1 CONTRACT SUM 9.1.I The Contract Sum is stated in the Agreement and, including suthorized adjustments, is the total amount payable by the Owner to the Contractor for performance of the Work under the Contract Documents. 9.2 SCHEDULE OF VALUES ~.2.1 Before the first Application for Payment, the Contractor shall submit to the Architect a schedule of values allocated to various portions of the Work, prepared in such fonn and supported by such data to substamiate its accuracy as the Architect may require. This schedule, unless objected to by the Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 9.3 APPLICATIONS FOR PAYMENT 9.3.1 At least ten days before the date established for each progress payment, the Contractor shall submit to the Arcb2tect an itemized Application for Payment for operations completed in accordance with the schedule of values. Such application shall be notarized, if required, and supported by such data substantiating~the Contractor's right to payment as the Owner or Architect ma), require, such as copies of requisitions ~rom Subcontractors and material suppliers, and reflecting retainage if provided for in the Contract Documents. 9.3.1.1 As provided in Subparagraph 7.3.8, such applications include requests for payment on may account of changes in the Work which have been properly authorized by Construction Change Directives, or by interim detem~inations of the Architect, but not yet included in Change Orders. 9.3.1.2 Such applications may not include requests for payment for portions of the Work for ~1 IE~Alol-lsg? GENERAL CONDITIONS which the Contractor does not intend to pay to a Subcontractor or material supplier, unless such OF TH E CONTRACT FOR Work has been performed by others whom the Contractor intends to pay. CONSTRUCTION The American Institute 1 of Architects I 1735 New York~venue, N.W. Washinston, D.C. 2000fi-5292 AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF TH[ CONTRACT FOR CONSTRUCTION of Architects ~735 New York Avenue, Washington, D.C. 20006-5292 9.3.2 Unless othe~rise provided in the Contract Documents, payments shall be made on account of materials and equipment delivered and suitably stored at tile site for subsequent hicorporation in tile Work. If approved in advance by the Ownex; payment may similarly be made for materials and equipment suitably stored off the site at a location agreed upon in writing. Payment for materials and equipment stored on or off the site shall be conditioned upon com- pliance by the Contractor with procedures satisfactory to the Owner to establish the Owner's title to such materials and equipment or otherwise protect the Owner's interest, and shall include the costs of applicable insurance, storage and transportation to the site for such materials and equipment stored off the site. 9.3.3 The Contractor warrants that title to ail Work covered by an Application for Payment will pass to the Owner no later than the time of payment. The Contractor further warrants that upon submittal of an Application for Payment all Work for which Certificates for Payment have been previously issued and payments received from the Owner shall, to the best of the Contractor's knowledge, information and belief, be free and clear of liens, claims, security interests or encum- brances in favor of the Contractoh Subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the Work. 9.4 CERTIFICATES FOR PAYMENT 9.4.1 Tbe Architect will, within seven days after receipt of the Contractor's Application for Payment, eifl~er issue to the Owner a Certificate for Payment, with a copy to She Contractor, for such anaount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's masons for withholding certification in whole or in part as provided in Subparagraph 9.5.z 9.4.2 The issuance of a Certificate for Payment will constitute a repmsentatio, n by the Architect to the Owner, based on the Architect's evaluation of the Work and the data comprising the Application for Payment, that the Work has progressed to the point indicated and that, to the best of the Architect's knowledge, infon2ation and belief, the quality of the Work is in accordance with the Contract Documents. The foregoing representations are subject to an evaluation of the Work for conformance with the Contract Documents upon Substantial Completion, to results of subsequent tests and inspections, to correction of minor deviations from the Contract Documents prior to completion and to specific qualifications expressed by the Architect. The issuance of a Certificate for Payment will further constitute a mpresentatinn that the Contractor is entitled to payment in the anaount certified. However, tire issuance of a Certificate for Payment will not be a representation that the Architect has (~) made exhaustive or continuous on.site inspections to check the quality or quantity of tbe Work, (a) reviewed construction means, methods, techniques, sequences or procedures, (3) reviewed copies of requisitions received from Subcontractors material suppliers and other data requested by the Owner to substantiate the Contractor's right to payment, or (4) made examination to ascertain how or for what purpose the Contractor has used money previously paid on account of the Contract Sum. 9.5 DECISIONS TO WITHHOLD CERTIFICATION 9.5.1 The Architect may withbold a Carfificate for Payment in whole or in part, to the extent reasonably necessary to protect tbe Owner, if in the Architect's opinion the representations to the Owner required by Subparagraph 9.4.2 cannot be made. If the Architect is unable to certify payment in the amount of the Application, the Architect will notify the Contractor and Owner as provided in Subparagraph 9.4a. If the Contractor and Architect cannot agree on a revised amount, the Architect will prmnptly issue a Certificate for Payment for the amount for which the Architect is able to make such representations to the Ownen The Architect may also withhold a Certificate for Pa)nnent or, because of subsequently discovered evidence, may nullify the whole or a part of a Certificate for Payment previously issued, to such extent as may be necessary in the Architect's opinion to protect the Owner fi'om loss for which the Contractor is responsible, including loss resulting from acts and omissions described in Subparagraph 3.3.2, because of: .~ defective Work not remedied; .2 third party claims filed or reasonable evidence indicating probable filing of such claims mrless security acceptable to the Owner is provided by the Contractor; .3 failure of the Contractor to make payments properly to Subcontracto~ or for labor, materials or equipment; .4 reasonable evidence that the Wm'k cannot be completed for the unpaid balance of the Contract Sum; .s damage to the Owner or another contractor; .~ reasonable evidence that the Work will not be completed within tbe Contract Time, and that the unpaid balance would not be adequate to cover actual or liquidated damages for the anticipated delay; or .7 persistent failure to carry out the Work in accordance witb the Contract Documents. 9.5.2 When the above reasons for withholding certification are removed, certification will be made for amounts previously withheld. 9.6 ~ROGRESS PAYMENTS g.ti.1 After tile Architect has issued a Certificate for Payment, the Owner shall make payment in the manner and within the time provided in the Contract Documents, and shall so notify the Architect. · 9.6.2 ~The ~ontractor shall promptly l~ay each Subcontractor, upon receipt of payment from the 'Owner, our':of the amount paid to the Contractor on account of such Subcontractors :portion of the Work, the mount to which said Subcontractor is entitled, reflecting percentages actually, retained'from payments to the Contractor on account of such Subcontractor s portion of :the Work. The Contractor shall,:by appropriate agreement with each Subcontractor, require each .Subcontractor to make payments to~Sub-~ubcontractors in a similar manner. ~.~3 The Architect will, On request, furnish to a Subcontractor, if practicable, information ,.~.~egarding percentages ,of completion or amounts applied for by the Contractor and action taken Nthereon by :the Architect and Owner on account of portions of the Work done by such Subcontractor.. ~9.1i.4 Neither the Owner nor ArChitect shall have an obligation tO pay or to see to the payment · ~f money to a Subcontractor.except as may otherwise be required by law. ~.ti.S Payment to material suppliers shall be treated ina manner similar to that provided ill ~Subparagraphs 9.6.2,'~.6.3 and ~.6.4. - Payment, a progress payment, or partial or use or occupancy A Certificate for entire of the 't"roiect bythe O~a~,er shall not constitute acceptance of Work not in accordance with the Contract ~Documents. ' ~, ~.E.? Unless ~be Contractor provides the Owner with a payment bond in the full penal sum of }~the .Contract Sum, peym~:nts received by the Contractor for Work properly performed by Sub:ontractors and suppliers shall .be held by the Contractor for those Subcontractors or ~$uppliers who p~rformed Work or ~urnished materials, or both, under contract with the a~[R^[ CO,OmONS .Contractor for which payment was made by the Owner. Nothing contained herein shall require money to be placed in a.separate accom~t and not commingled with money of the Contractor, CONSTRUCTION ~sha]l creat~ any fiduciary liability or ~ort liability on the part of the Contractor for breacb of trust lhe American ~nstitute or shall entitle any person or entity to an award of punitive damages against the Contractor for of Architects breach of the requirenlents of thi~ provision. 17~5 New York Avenue, N.W. washington, D.C. 20006-5292 AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTJON The American Institute of Architects 1735 New York Avenue, N.W. Washinston, D,C. 20006-5292 9.7 FAILURE OF PAYMENT 8.73 If the Architect does not issue a Certificate for Payment, through no fault of the Cont}actor, within seven days after receipt of the Contractor's Application for Payment, or if the Owner does not pay the Contractoi' within seven days after the date established in ti~e Contract Documents the amount certified by the Mchitect or awarded by arbitration, then the Contractor may, upon seven additional days' written notice to the Owner and Architect, stop the Work until payment of the amount owing has been received. The Contract Time shall be ex'tended appropri- ately and the Contract Stun shall be increased by the amount of the Contractor's reasonable costs of shut-down, delay and start-up, plus interest as provided for in the Contract Documents. 9.8 SUBSTANTIAL COMPLETION 9.8.1 Substantial Completion is the stage in the progress of the Work when the Wm'k or designated portian thereof is sufficiently complete in accordance with the Contract Docmnents so tbat the Owner can occupy or utilize the Work for its intended use. 9.8.2 Wben the Contractor considers that the Work, or a portion thereof which the Owner agrees to accept separately, is substantially complete, the Contractor shall prepare and submit to the Architect a comprehensive list of items to be completed or corrected prior to final payment. Failure to include an item on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents. 9.8.3 Upon receipt of the Contractor's list, the Architect will make an inspection to determine whether the Work or designated portion thereof is substantially complete. If the Architect's inspection disdoses any item, whether or not included on the Contractor's list, which is not sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize tire Work or designated portion thereof for its intended use, the Contractor shall, before issuance of the Certificate of Substantial Completion, complete or correct such item upon notification by the Architect. In such case, the Contractor shall then submit a request for another inspection by the Architect to determine Substantial Completion. 9.8.4 When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of Substantial Completion which shall establish the date .of Substantial Completion, shall establish responsibilities of the Owner and Contractor for security, maintenance, heat, utilities, damage to tire Work and insurance, and shall fix the time within which the Contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Documents shalI commence on the date of Substantial Completion of the Work or designated portion thereof unless otherwise provided in tire Certificate of Substantial Completion. g.8.5 The Certificate of Substantial Completion shall be submitted to the Owner and Contractor for their written acceptance of responsibilities assigned to them in such Certificate. Upon such acceptance and consent of surety, if an),, the Owner shall make payment of retainage applying to such Work or designated portion thereof. Such payment shall be adjusted for Work that is incomplete or not in accordance with the requirements of the Contract Documents. 9.9 PARTIAL OCCUPANCY OR USE 9.9.1 The Owner may occupy or use any completed or partially completed portion of the Work at any stage when such portion is designated by separate agreement with the Contractor; provided such occupancy or use is consented to by the insurer as requked under Clause n.4a.5 and authorized by public authorities having jurisdiction over the Work. Such partial occupancy or use may commence whether or not the portion is substamially complete, provided the Owner and Contractor have accepted in writing the responsibilities assigned to each of them for payments, retainage, if any, security, maintenance, heat, utilities, dan~age to the Work and insurance, and have agreed in writing concerning the period for correction of the Work and commencement of warranties required by the Contract Documents. When the Contractor considers a portion substantially complete, the Contractor shall prepare and submit a list to the Architect as provided under Subpara§raph 9.8.2. Consent of the Contractor to partial occupancy or use shall not be unreasonably withheld. The stage of the progress of the Work shall be determined by written agreement between the Owner and Contractor or, if no agreement is reached, by decision of the Architect. ~9.9.2 Immediately prior to such partial occupancy or use, the Owner, Contractor and Architect shall jointly inspect the area to be occupied or portion of the Work to be used in order to determine and record the condition of the Work. 9.9.3 l.haless otherwise agreed upon, partial occupancy or use of a portion or portions of the Work shall not constitute acceptance of Work not complying with the requirements of the Contract Documents. 9.10 FINAL COMPLETION AND FfNAL PAYMENT 9.10.1 Upon receipt of written notice,that the Work is ready for finaI inspection and acceptance and upon receipt of a final Application for Payment, the Architect will promptly make such inspection and, when the Architect finds the Work acceptable under the Contract Documents and the Contract fully performed, the Architect will promptly issue a final Certificate for Payment stating that t,o the best of the Architect's knowledge, information and belief, and on the basis of the Architect s on-site visits and inspections, the Work has been completed in accordance with terms and conditions of the Contract Documents and that the entire balance fp, und to be due the Contractor and noted in the final Certificate is due and payable. The Architect s final Certificate for Payment will constitute a ,further representation that conditions listed in Subparagraph 9.1o.2 as precedent to the Contractor s being entitled to final payment have been fulfilled. g.lo.l Neither final payment nor any remaining retained percentage shall become due until the Contractor submits to the Architect 0) an affidavit that payrolls, bills for materials an,d equipment, and other indebtedness connected with the Work for which the Owner or the Owner s ~property might be responsible or encumbered (less amounts withheld by Owner) have been paid 'or ~otherwise satisfied, '(2) a certificate evidencing that insurance required by the Contract Documents to remain in force after fine! payment is currently in effect and will not be canceled or allowed to expire until at least 30 days prior written notice has been given to the Owner, (3) a written statement that the Contractor knows of no substantial reason that the insurance will not be reneWable to cover the period required by the Contract Documents, (4) consent of surety, if any, ~[o ;~fi.nal payment and (5), if required by the 'Owner, other data establishing payment or Satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests or encumbrances arising out of the Contract, to the extent and in such form as may be -~tesignaled by the Owner. If a Subcontractor refuses to furnish a release or waiver required by the 'Owner, the Contractor may furnish a bond satisfactory to the Owner to indemnify the Owner against such liefi..If such lien ren~ains unsatisfied after payments are made, the Contractor shall pa~ including all costs m~d reasonable attorneys fees. ~. a · .10.~ If, after Substantial Completion of the Work, final completion thereof is materially delayed through no fault Of the Contractor or by issuance of Change Orders affecting final completion, ~1 ~A201-1~7 and the Architect so confi.nns, the Owher shall, upon application by the Contractor and certifi- cation by the Architect, and without terminating the Contract, make payment of the balance due a[ntRAt CONDITIONS OF THE CONTRACT FOR for that portion of the Wo~'k fully completed and accepted. If the remaining balance for Work not CONSTRUCTI ON fully completed or corrected is less than retainage stipulated in the Contract Documents, and if The American Institute bonds have been furnished, the written consent of surety to payment of the balance due for thato~ Architects 1735 New York Avenue, N.W. Weshinston, D.C, 20006-5292 portion of the Work fully completed and accepted shall be submitted by the Contractor to the Architect prior to certification of such payment Such payment shall be made under terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 9.1o.4 The making of final payment shall constitute a waiver of Claims by the Owner except those arising from: .~ liens, Claims, security interests or encumbrances arising out of the Contract and unsettled; .2 failure of the Work to comply with the requkements of the Contract Documents; or .3 terms of special warranties required by tile Contract Documents. 9.10.5 Acceptance of final payment by the Contractor, a Subcontractor or material supplier shall constitute a waiver of claims by that payee except those previously made in writing and identified by that payee as unsettled at the time of final Application for Payment. AIA DOClJMENT A201-1997 GENERAL CONDITIONS OF TH[ CONTRACT CONSTRUCTION The American Institut~ of Architects 1735 New York Avenue, Washinston, D,C, 2OOO6-5292 ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY 10.1 SAFETY PRECAUTIONS AND PROGRAI~IS 10.1,1 The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Contract. 10.2 SAFETY OF PERSONS AND PROPERTY 10.2.1 The Comractor shall take reasonable precautions for safety of, and shall provide reasonable protection to prevent damage, iniury or loss to: .1 employees on the Work and other persons wbo may be affected thereby; .2 the Work and materials and equipment to be incorporated the?ein, whether in storage on or off the site, under care, custody or control of the Contractor or the Contractor's Subcontractors or Sub-subcontractors; and · z other property at the site or adjacant thereto, such as trees, stn'ubs, lawns, walks, pavements, roadways, structures and utilities not designated for removal,/~location or replacement in the course of construction. lo.1.1 The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property or their protection from damage, injury or loss. 10.2.!1 The Contractor shall erect and maintain, as required bl, existing conditions arid performance of the Contract, reasonable safeguards for safety and protection, including posting danger signs and other wm'nhlgs against haz~ds, promulgating safety regulations and notify/ng owners and users of adjacent sites and utilities. lO.2.4 When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for execution of the Work, the Contractor shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. 10.2.5 The Contractor shall promptly remedy dmnage and loss (other than damage or loss insured under property insurance required by the Contract Documents) to property referred to in Clauses m.2a.2 and 10.2.1.3 caused in whole or in part by the Contractor, a Subcontractor, a Sub-subcontractor, or anyone directly or indirectly employed by an), of them, or by anyone for whose acts they may be liable and for which the Contractor is responsible under Clauses m.a.~.2 and m.23.3, except damage or loss attributable to acts or omissions of the Owner or Architect or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable, and not attributable to file fault or negligence of the Contractor. The foregoing obligations of the Contractor are in addition to the Contractor's obligations under Paragraph 3a8. I i I I i I I I I I I I i I 1 I 1 10.2.6 The Contractor shall designate a responsible member of the Contractor's organization at the site whose duty shall be the prevention of accidents. This person shall be the Contractor's superintendent unless otherwise designaed by the Contractor in writing to the Owner and Architect. 10.2.1 The Contractor shall not load or pennit any part of the construction or site to be loaded so as to endanger its safety. 10.-q HAZARDOUS MATERIALS 10.3.1 If reasonable precautions will be inadequate to prevent foreseeable bodily injury or death to persons resulting from a material or substance, including but not limited to asbestos or polycNorinated biphenyl (PCB), encountered on the site by the Contractor, the Contractor shall, upon recognizing the condition, immediately stop Work in the affected area and report the condition to the Owner and Architect in writing. 10.3.2 The Owner shall obtain the services of a licensed laboratory to verify the presence or absence of the material or substance reported by the Contractor and, in the event such material or substm~ce is found to be present, to verify that it has been rendered harmless. Unless othet~vise requ.Lred by the Contract Documents, the Owner shall furnish in writing to the Contractor and :Architect the names and qualifications of persons or entities who are to perform tests verifying the presence or absence of such material or substance or who are to perform the task .of removal or safe containment of such material or substance. The Contractor and the Arcl-~ttect will promptly reply to the Owner in writing stating whether or not either has reasonable objection to the persons 'or entities proposed by the Owner. If either the Contractor or Architect has an objection to a person or entity proposed by the Owner, the Owner shall propose another to whom the Contractor and the Architect have no reasonable objection. When the material or substance has been rendered harmless, Work in the affected area shall resume upon written agreement of the Ovmer ~nd Contractor. The Contract Time shall be extended appropriately and the Contract Sum shall be increased in ,the amount of the Contractor's reasonable additional costs of shut-down, delay and start-up, which adjustments shall be accompliabed as provided in Artide 7. 10.5.3 To the fullest extent permitted by law, the Owner shall indemnify and hold harmless the Contractor. Subcontractors, Architect, Architect's consultants and agents and employees of any of them from mad against daims,~damages, iosses and expenses, induding but not limited to attor- neys' fees, arising out of or resulting fi.om performance of the Work in the affected area if in fact the material or substance presents the risk of bodily injury or death as described in Subparagraph ao~3.t~and has/nol 'been rendered liarmless, provided that such claim, danaage, loss or expense is tributable to bodily tn ury~ sackness disease or death or to mlury to or destmctxon.of tangtble - .property (othtr than t.he Work itself) and provided that ~uch dmnage, loss or expense is not due to the sole negligence of a party seeking indemnity. 10.~ The Owner shall not be responsible under Paragraph ~o.3 for materials and substances brought to the sit{ by the,Contractor unless such materials or substances were required by the Contract Docmnents. lO.S If, vfithout negligence on the part of the Contractor; the Contractor is held liable for the cost of remediation of a hazardous material or substance solely by reason of performing Work as required by the Contract Documents, the Owner shall indemnify the Contractor for all cost and expense thereby incurred. ,10.6 EMERGENCIES :lO.E.1 In an emergency affecting safety of persons or property, the Contractor shall act, at the Contractor s discret'on, to prevent threatened damage, injury or loss. Additional compensation or AIA DOCUMENT A201-lg97 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Washinston, D.C. 2000~-5292 AIA DOCUMENT A201-1997 GENERAL CONDITIONS O~: THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 extension of time claimed by the Contractor on account of an emergency shall be determined as provided in Paragraph 4.3 and Article 7- ARTICLE 11 INSURANCE AND BONDS 11.1 CONTRACTOR'S LIABILITY INSURANCE 11.1.1 The Contractor shall purchase from and maintain in a corapany or companies lawfxdly authorized to do business in the jurisdiction in which the Project is located such insurance as will protect the Contractor from claims set forth below which may arise out of or result from the Contractor's operations under the Contract and for which the Contractor may be legally liable, whether such operations be by the Contractor or by a Subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable: .~ claims under workers' compensation, disability benefit and other sinrilar employee benefit acts which are applicable to the Work to be performed; .2 claims for damages because of bodily iniury, occupational sickness or disease, or death of the Contractor's employees; .3 claims for damages because of bodily iniury, sickness or disease, or death of any person other than the Contractor's employees; .4 claims for damages insured by usual personal iniury liability coverage; .s claims for damages, other than to the Work itself, because of inimy to or destruction of taigible property, including loss of use resulting therefrom; .a claims for damages because of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a motor vehicle; a cldims for bodily injmT or prope~ty damage arising out of completed operations; and .s claims involving contractual liability insurance applicable to the Contractor's obligations under Paragraph 3a8. 11.1.2 The insurance requked by Subparagraph ;;.~.~ shall be written for not less than ih:nits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverages, whether written on an occurrence or claims-made basis, shall be maintained without inten'uption from date of commencement of the Wurk untiI date of final payment and termination of any coverage required to be maintained after fmai payment. 11.1.3 Certificates of insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work. These certificates and the insurance policies required by this Paragraph n,~ shall contain a pro¼sion that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior vn'itten notice has been given to the Owner. If ah), of the foregoing insurance coverages are required to remain in force after final payment and are reasonably available, an additional certificate evidendng continuation of such coverage shall be submitted with tbe final Application for Payment as required by Subparagraph 9.m.2. hfformation concerning reduction of coverage o~ account of revised limits or rialtos paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness in accordance with the Contractor's information and belief. 11.2 OWNER'S LIABILITY INSURANCE 11.2.1 The Owner shall be responsible roi' purchasing and nraintaining the Owner's usual liability insurance. 11.3 PROJECT MANAGEMENT PROTECTIVE LIABILITY INSURANCE 11.3.1 Optionally, the Owner may require the Contractor to purchase and maintain Project Managenrent Protective Liability insurance from the Contractor's usual soumes as primary coverage for the Owner's, Contractor's and Architect's vicarious liability for construction operations under the Contract. Unless otherwise required by the Contract Documents, th& Owner I I I i I I I I I i i I 1 t I I shall reimburse the Contractor by increasing the Contract Sum to pay the cost of purchasing and maintaining such optional insurance coverage, and the Contractor shall not be responsible for pumhasing any other liability insurance on behalf of the Owner. The minimum limits of liability pumhased with such coverage shall be equal to the aggregate of the limits required for Contractor's Liability Insurance under Clauses n.~.~.2 through n.l.~.5. 11.3.2 To the extent damages are covered by Project Management Protective Liability insurance, the Owner, Contractor and Aa'chitect waive all rights against each other for damages, except such rights as they may have to the proceeds of such insurance. The policy shall provide for such walvers of subrogation by endorsement or otherwise. 11.3.3 The Owner shall not require the Contractor to include the Owner, 3a'chitect or other persons or entities as additional insureds on the Contractor's Liability Insurance coverage under Paragraph n.~. 11.4 PROPERTY INSURANCE 11.4.1 Linless otherwise provided, tile Owner shall purchase and maintain, in -a company or companies lawfully authorized to do business in the iurisdiction in which the Project is located, property insurance written on a builder's risk "ail-risk" or equivalent policy form in the anaount of the initial Contract Sum, plus value of subsequent Contract modifications and cost of materials supplied or installed by others, comprising total value for the entire Project at the site on a replacement cost basis without optional deductibles. Such property insurance shall be naaintained, unless otherwise provided in the Contract Documents or otherwise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final payment has been mede as provided in Paragraph ~.m or until no person or entity other than the Owner has an insurable interest inthe property required by this Paragraph n.4 to be covered, whichever is later. This insurance shall include interests of the Owner, the Contractor, Subcontractors and Su'o-subc~ntractors in the Project. t1.&1.1 Property insurance shall be on an "all-risk" or equivalent polic/form and shall include, with_out limitation, insurance against the perils of fire (with extended coverage) and physical loss or damage including, without duplication of coverage, theft, vandalism, malicious mischief, · collapse, earthquake, flood, windstorm, faiaework, testing and startup, temporary buildings and debris removal including demolition occasioned by enfomement of any applicable legal requirements, and shall cover reasonable compensation for Architect's and Contractor's services and expenses required as a result of such insured loss. tI.4.~,~ If the Owner does not intend to purchase such property insurance required by the Coatract and with all of the coverages in the anaount described above, the Owner shall so inform ~e Contractor in writing prior to commencement of the Work. The Contractor may then effect insuxance which will protect the interests of the Contractor, Subcontractors and Sub-subcontractors in the Work, and by appropriate Change Order the cost thereof shall be charged to the Owner. If the Contractor is damaged by the failure or neglect of the Owner to purchase or maintain insurance as described above, without so notifying the Contractor in writing, then the Owner shall bear all reasonable costs properly attributable thereto. 11.4.l.a If the property insurance requires deductibles, the Owner shall pay costs not covered because of such deductibles. 11.4.1.4 This property insurance shall cover portions of the Work stored off the site, and also portions of the Work in transit. 11.4.1.~ Partial occupancy or usein accordance with Paragraph 9.9 shall not commence until the insurance company or companies providing property insurance have consented to such partial AIA DOCUMENT A201-lg97 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects ~i735 New York Avenue, N.W. WashinRton, D,C, 20006-5292 AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 173S New York Avenue, N.W. Wnshinston, D.C. 2OOOS-S292 occupancy or use by endorsement or otherwise. The Owner and the Contractor shall take reasonable steps to obtain consent of the insurance company or companies and shall, without mutual written consent, take no action with respect to partial occupancy or use that would cause cancellation, lapse or reduction of insurance. 11.4.2 Boiler and Machinery Insurance. Tile Owner shall purchase and maintain boiler and machinery insurance required by the Contract Documents or by law, which shall specifically cover such insured obiects during installation and until final acceptance by the Owner; this insurance shall include interests of the Owner, Contractor, Subcontractors and Sub-subcontractors in the Work, and the Owner and Contractor shall be named insureds. 11.42 Loss of 'Llse Insurance. The Ownel; at the Owner's option, may purchase and maintain such insurance as will insure the Owner against loss of use of the Owner's property due to fire or other hazards, however caused. The Owner waives ali rights of action against the Contractor for loss of use of the Owner's property, including consequential losses due to fire or other hazards however caused. 11.4.4 If the Contractor requests in writing that insurance for risks other than those described herein or other special causes of loss be induded in the property insurance policy, the Owner shall, if possible, include such insurance, and the cost thereof shall be charged to the Contractor by appropriate Change Order. 11.4.5 If during the Project construction period the Owner insures properties, real or personal or both, at or adiacent to the site by property insurance under policies separate from those insuring the Project, or if after final payment property insurance is to be provided on the completed Proiect through a policy or policies other than those insuring the Project during the construction period, the Owner shall waive all fights in accordance with the terms of Subparagraph n.4.7 for damages caused by fire or other causes of loss covered by this separate property insurance. All separate policies shall provide this waiver of subrogation by endorsement or otherwise. 11.4.6 Before an exposure to loss may occur, the Owner shall file with the Contractor a copy of each policy that includes insurance coverages required by this Paragraph ~-~-4. Each policy shall contain all generally applicable conditions, definitions, exclusions and endorsements related to this Project. Each policy shall contain a provision that the policy will not be canceled or allowed to expire, and that its limits will not be reduced, until at least 30 days' prior written notice has been given to the Contractor. 11.4.7 Waivers of Subrogation. The Owner and Contractor waive all rights against (~) each other and any of their subcontractors, sub-subcontractors, agents arid employees, each of the other, and (2) the Architect, Architect's consultants, ~eparate contractors described in Article 6, if any, and an), of their subcontractors, sub-subcontractors, agents and employees, for damages caused by fire or other causes of loss to the extent covered by property ix~surance obtained pursuant to this Paragraph n.4 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary. The Owner or Contractor, as appropriate, shall require of the Architect, Architect's consultants, separate contractors described in Article 6, if any, and the subcontractors, sub-subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of nther parties enumerated hereby. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnifica- tion, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. 1 I I ! I I I ! I 11.4.8 A loss insured under Owner's property insurance shall be adjusted by the Owner as fiduciary and made payable to the Owner as fiduciary for the insareds, as their interests may appear, subject to requirements of any applicable mortgagee clause and of Subparagraph n.4.m. The Contractor shall pay Subcontractors their just shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for validity, shall require Subcontractors to make payments to their Sub-subcontractors in similar manner. 11.4.9 If required in writing by a party in interest, the Owner as fiduciary shall, upon occurrence of an insured loss, give bond for proper performance of the Owner's duties. The cost of required bonds shall be charged against proceeds received as fiducia~3,. The Owner shall deposit in a separate account proceeds so received, which the Owner shall distribute in accordance with such agreement as the parties in interest may reach, or in accordance with an arbitration award in which case the procedure ~hall be as provided in Paragraph 4.6. If after such loss no other special agreement is made and unless the Owner terminates the Contract for convenience, replacement .of damaged property shall be performed by the Contractor after notification of a Change in the Work in accordance with Article 7. 11.4.10 The Owner as fiduciary shall have power to adiust and settle a loss with insurers unless one of the parties in interest shall object in writing within five days after occurrence of loss to the ,~w~aer's exercise of this power; ff such obiection is made, the dispute shall be resolved as provided in Paragraphs 4.5 and 4.6- The Owner as fiduciary shall, in the case of axhitration, make settlement with insurers iia accordance with dii'ections of the arbitrators. If distribution of inSUrance proceeds by arbitration is requLred, the arbitrators will direct such distribution. '11.5 ~ERFORMANCE SOND AflO PAYMENT ~OND 11.5.1 The OW~r shall have the right ,to require the Contractor to furnish bonds covering ~aithful performance of the Contract and payment of obligations arising thereunder as stipulated ,-in bidd~g ~eqairements oz specifically re~tuired in the Contract Documents on the date of execu~tion of the Contract. :, 't1.S.2 lCpoaa the re~luest of any person or entity appearing to be a potential beneficiar~ of bonds i..· , ~r.o~e~ing paymen[,of ~obligafions arising under the Contract, the Contractor shall promptly ~'~';;~.~3~oh a c.~ py of~e bonds or shall permit a copy to be made. I AIA DOCUMENI ARTiCt~E !2 UNCOV£RING AND C(~RRI~CTION OF WORK ]~2.~ ~NCOV~'RING OF WORK l'~.l:] tfa p0~ono[~is covere~ con~to ~e ~chi~ct s request or to reqmrements ' ~;~dfi~y ~ssed~e6ntrm Document, it mint, if reqdr~ in writing by ~e ~tect, ~be u~ere~ ~or th~fs ~mtaon ~d be ~eplaced at ~e Contractor's ~pense ~thout , ~e m ~e ~n~a~,Time ':R.II If a po~ of ~e ~ork ha be~ 'm¢~ed w~ch the ~chitect has not specifically . ~ted to m~r ~ tB be~[ cBz~ed, ~e ~hitect may request to see such Work and ',-. :~.~all be ~c~re~"by -~e Con,actor. If such Work is in amordance Mth the ~n~act Documents,xcos~ of uncover~g a)d r~lacemetit sha~, by appropriate Ch~ge Or, r, bc at ~e ~eFs exp~n~e. If such ~ork is not ~ ~ord~ce with ~e ~neact DocumenU, co~ecfion sha~ be at the Con~aaor's expense ~s ~e con~tinn was caused by the Owner or a separate ~nxactor m whieh event ~e Owner ~hafi ~ ~sponsible for payment of such costs. CONSTRUCTION The American Institute l' of Architects ! 1735 New York Avenue, N.W. ' Washington, D.C. 20006-5292 I~ 1997 AIA® AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 12.2 CORRECTION OF WORK 12.2.1 BEFORE OR AFTER SUBSTANTIAL COMPLETION 12.2.1.1 The Contractor shall promptly correct Work rejected by the Architect or failing to conform to the requirements of the Contract Documents, whether discovered before or after Substantial Completion and whether or not fabricated, installed or completed. Costs of correcting such rejected Work, including additional testing and inspections and compensation for the Architect's services and expenses made necessary thereby, shall be at the Contractor's expense. 12.2.2 AFTER 5UBSTANTIAL COMPLETION 12.2.2.1 In addition to the Contractor's obligations under Paragraph 3-5, if, within one year after the date of Substantial Completion of the Work or designated portion thereof or after the date for commencement of warranties established under Subparagraph 9.9.1, or by terms of an applicable special warranty required by the Contract Documents, any of the Work is found to be not in accordance with the requirements of the Contract Documents, the Contractor shall correct it promptly after receipt of written notice fi'om the Owner to do so unless the Owner has previously given the Contractor a written acceptance of such condition. The Owner shall give such notice promptly after discovery of the condition. During the one-year period for correction of Work, if the Owner fails to notify the Contractor and give the Contractor an opportunity to make the correction, the Owner waives the rights to require correction by the Contractor and to make a claim for breach of warranty. If the Contractor fails to correct nonconforming Work within a reasonable time during that period after receipt of notice fi'om the Owner or ga'chitect, the Owner may correct it in accordance with Paragraph 2.4. 12.2.2.2The one-year period for correction of Work shall be extended with respect to portions of Work first performed after Substantiai Completion by the period of time between Substantial Completion and the actual performance of the Work. 12.2.2.3The one-year period for correction of Work shall not be extended by corrective Work performed by the Contractor pursuant to this Paragraph :2.2. 12.2.3 The Contractor shaI1 remove fi'om the site portions of the Work which m'e not in accordance with the requirements of the Contract Documents and are neither corrected by the Contractor nor accepted by the Owner. 12.2.4 The Contractor shall bear the cost of correcting destroyed or damaged construction, whether completed or partially completed, of the Owner or separate contractors caused by Contractor's correction or removal of Work which is not in accordance with the requirements of the Contract Documents. 12.2.5 Nothing contained in this Paragraph n.2 shall be construed to establish a period of limitation with respect to other obligations which the Comractor might have under the Contract Documents. Establishment of the one-year period for correction of Work as described in Subparagraph n.2.2 relates only to the specific obligation of the Contractor to correct the Work, and has no relationship to the time within which the obligation m comply with the Contract Documents may be sought to be enforced, nor to the time within which proceedings may be commenced m establish the Contractor's liability with respect to the Comractor's obligations other thaa, specifically to correct the Work. 12.3 ACCEPTANCE OF NONCONFORMING WORK 12.3.1 If the Owner prefers to accept Work which is not in accordance with the requirements of the Contract Documents, the Owner may do so instead of requiring its removal and correction, in which case the Contract Sum will be reduced as appropriate and equitable. Such adjustment shall be effected whether or not final payment has been made. ARTICLE 13 MISCELLANEOUS PROVISIONS 13.1 GOVERNING LAW 13.1.I The Contract shall be governed by the law of the place where the Proiect is located. 13.2 SUCCESSORS AND ASSIGNS 13.2,1 The Owner and Contractor respectively bind themselves, their parmers, successors, assigns and legal representatives to the other party hereto and to partners, successors, assigns and legal representatives of such other party in respect to covenants, agreements and obligations contained in the Contract Documents. Except as provided in Subparagraph 13.2.2, neither party to the Contract shall assign the Contract as a whole without written consent of the other. If either party attempts to make such an assignment w~thout such consent, that party shall nevertheless remain legally responsible for all obligations under the Contract. 13.2.2 The Owner may, without consent of the Contractor, assign the Contract to an institutional lender prov, iding construction financing for the Project. In such event, the lender shall assume the Owner s rights and obligations under the Contract Documents. The Contractor shall execute all consents reasonably required to facilitate such assigmnent. 13.3 WRITTEN NOTICE 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual or a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered at or sent by registered or certified mail to the last business address known to the party giving notice. t3.4 RIGHTS AND REMEDIES · 13.4.1 Duties a~d obligations imposed by the Contract Documents and rights and remedies - ava/i~ble thereunder shall be in addition tg and not a limitation of duties, obligatinns, rights and remedies otherwise imposed or available by law. 13.4.2 No action or failure to act by the Owner, Architect or Contractor shall constitute a wa/ver Of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach thereunder, except as may be specifically agreed 13.5 .TI[STS AND INSPECTIONS 13.5.1 Tests,*inspeCtions and approvals of portions of the Work required by the Contract .~Doc~ments ~r by laws, ordinances, rules, regulations or orders of public authorities having ~urisdktion ~hall be ma4e.at:ah appropriate time. LLnless otherwise provided, the Contractor shall make .arrangements ;for s(tch tests, inspections and approvals with an independent testing )~bo)ratory or entity ~qceptable ~o the Ownei', or with th~ appropriate public authority, and shall timely tests and inspections are to be made so that the may 'beai allnoticerelatedofcostswhenOf,tests,ana where'inspecti°ns and approvals. The Contractor shall giVeArchitectthe Arcl'fitect -be present for shch procedures. The Owner shall bear costs of tests, inspections or approvals : :Which do,not beconae requirements.until after bids are received or negotiations concluded. 1~.~.1 If the Architect, Owner or public authorities having iurisdiction determine that portions °' · 'of the Work require additional testing, inspection or approval not included under Subparagraph .13.5.h the Architect will, upsn written authorization from the Owner, instruct the Contractor to make arrangemenlS for such addition'al testing, inspection or approval by an entity acceptable to 3.he Owner, and the Contractor shall give timely notice to the Architect of when and where tests ~£Ne~At CONOmONS OF THE CONTRACT FOE costs, except as provided in Subparagraph 13.5.3, shall be at the Owner s expense. The American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 AIA DOCUMENT A201.-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION th~ American Institute of Architects 1735 New York Avenue, N.W. Washington, D.C. 20008-5292 13.5.3 If such procedures for testing, inspection or approval under Subparagraphs ~3.53 and 13.5.2 reveal failure of the portions of the Work to comply with requirements established by the Contract Documents, all costs made necessary by such failure including those of repeated procedures and compensation for the Architect's services and expenses shall be at the Contractor's expense. 13.5.4 Required certificates of testing, inspection or approval shall, unless otherwise mquired by the Contract Documents, be secured by the Contractor and promptly delivered to the Architect. 13.5.5 If the Architect is to observe tests, inspections or approvals required by the Contract Documents, the Architect will do so promptly and, where practicable, at the normal place of testing. 13.5.6 Tests or inspections conducted pursuant to the Contract Documents shall be made promptly to avoid unreasonable delay in the Work. 13.6 INTERE5T 13.5.1 Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at such rate as the parties may agree upon in writing or, in the absence thereof, at the legal rate prevailing from time to th~m at the place where the Proiect is located. 13.7 13.7.1 COMMENCEMENT OF STATUTORY LIMITATION PERIOD As between the Owner and Contractor: .~ Before Substantial Completion. As to acts or failures to act occurring prior to the relevant date of Substantial Completion, any applicable statute of limitations shall commence to run and any alleged cause of action shall be deemed to have accrued kn any and all events not later than such date of Substantial Completion; .2 Between Substantial Completion and Final Certificate for Payment. As to acts or failures to act occurring subsequent to the mlewant date of Substantial Completion and prior to issuance of the final Certificate for Payment, any applicable statute of limitations shall commence to run mad any alleged cause of action shall be deemed to have accrued in any and all events not later than the date of issuance of the final Certificate for Payment; and .a After Final Certificate for Paymem. As to acts or failures to act occurring after the relevant date of issuance of the final Certificate for Payment, any applicable statute of limitations shall commence to run and any alleged cause of action ~hall be deemed to have accrued in any and all events not later than the date of may act or failure to act by the Contractor pursuant to any Warranty provided under Paragraph 3-5, the date of any correction of the Work or failure to correct the Work by the Contractor under Paragraph ~2.2, or the date of actual commission of any othei' act or failure to per fonn any duty or obligation by the Contractor or Owner, ~-hichever occurs last. ARTICLE 14 TERMINATION OR SUSPENSION O~ THE CONTRACT 14.1 TERMINATION BY THE CONTRACTOR 14.1.1 The Contractor may tem~inate the Contract if the Work is stopped for a period of 30 con- secutive days through no act or fault of the Contractor or a Subcontractor, Sub-subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, for any of the following masons: a issuance of an order or' a court or other public authority having iurisdiction which requires all Work to be stopped; .2 an act of government, su& as a declaration of national emergency which requires all Work to be ~topped; I I 1 ! I 1 I i ! ! I ! I i ! because the Architect has not issued a Certificate for Payment and has not notified the Contractor of the reason for withholding certification as provided in Subparagraph 9.4.1, or because the Ovnaer has not made payment on a Certificate for Payment within the time stated in the Contract Documents; or the Owner has failed to furnish to the Contractor promptly, upon the Contractor's request, reasonable evidence as required by Subparagraph 2.2.~. 14.1.2 The Contractor may terminate the Contract if, through no act or fault of the Contractor or a Subcontractor, Sub-subcontractor or their agents or employees or any other persons or entities performing portions of the Work under direct or indirect contract with the Contractor, repeated suspensions, delays or interruptions of the entire Work by the Owner as described in Paragraph 43 constitute in the aggregate more than loo percent of the total number of days scheduled for completion,.or mo days in any 365-day period, wbichever is less. 14.1.3 If one of flae reasons described in Subparagraph ~4-~.1 or ~4.~.a exists, the Contractor may, upon seven days' written notice to the Owner and Architect, terminate the Contract and recover from the Owner payment for Work executed and for proven loss with respect to materials, equipment, tools, and construction equipment mad machinery, including reasonable overhead, profit and damages. 14.1.4 If the Work is stopped for a period of 60 consecutive days [brough no act or fault of the Contractor or a Subcontractor or their agents or employees or any other persons performing portions of the Work under contract with the Contractor because the Owner has persistently -failed to fulfill the Owner's obligations under the Contract Documents with respect to matters important to the progress of the Work, the Contractor may, upon seven additional days' written ~otice to the Owner and the Arcltitect, terminate the Contract and recover from the Owner as provided in Subparagraph ~4.~.3- 14,2 :I'£RMINATION BY THE OWNER FOR CAUSE :14.2.1 The Owner may terminate the Contract if the Contractor: .~ persistently or repeatedly refuses or fails to supply enough properly sldlled workers or proper materials; .3 fails to make payment to Subcontractors for materials or labor in accordance with the respective agreements between the Contractor and the Subcontractors; .3 persistently disregards laws, ordinances, or rules, regulations or orders of a public authority having iurisdiction; or .~ otherwise is guilty of substantial breach of a provision of the Contract Documents. , t4.2~2 When any of the above reasons exist, the Owner, upon certification by the Architect that suffident cause exists to iusfify such action, may w/thout preiudice to any other rights or :emedies of the Owner and after giving the Contractor and the Contractor's surety, if any, seven days' written notice, terminate employment of the Contractor and may, subiect to an), prior rights of the surety: .~ take possession .of the site and of all materials, equipment, tools, and construction equipment and machinery thereon owned by the Contractor; .l accept assignment of subcontracts pursuant to Paragraph 5.4; and .a finish the Work by whatever reasonable method the Owner may deem expedient. Upon request of the Contractor, the Owner shall furnish to the Contractor a detailed accounting of the costs incurred by the Owner in finishing the Work. :14.2.~ When the Owner terminates the Contract for one of the reasons stated in Subparagraph ~4.z~, the Contractor shall not be entitled to receive further payment until the Work is finished. AIA DOCUMENT A201-1997 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION of Architects 1735 New York Avenue, N.W. Washington, D.C. 20006-5292 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's se~wices and expenses made necessary thereby~ and other damages incurred by the Owner and not expressly waived, such excess shall be paid to tile Contractor. If such costs and damagis exceed the unpaid balance, the Contractor shall pa), the dif- ference to the Owner· The amount to be paid to the Contractor or Owner, as the case ma), be, shall be certified by the Architect, upon application, and this obligation for payment shall survive termination of the Contract. 14.3 SUSPENSION BY THE OWNER FOR COflVENIENCE 14.3.1 The Owner may, without cause, order tile Contractor in writing to suspend, delay or inter- rapt the Work in whole or in part for sucb period of time as the Owner may determine. 14.il.2 The Contract Sum and Contract Time shall be adjusted for increases in the cost and time caused by suspension, delay or interruption as described in Subparagraph x4.33. Adjustment of the Contract Sum shall include profit. No adiustment shall be made to the extent: .~ that performance is, was or would have been so suspended, delayed or interrupted by another cause for which the Contractor is responsible; or .2 that an equitable adjustment is made or denied under another provision of the Contract. 14.4 TERMINATION BY THE OWNER FOR CONVENIENCE 14.4.I The Owner may, at any time, terminate the Contract for the Owner's convenience and without cause. 14.4.2 lj.pon receipt of written notice fi'om the Owner of such termination for the Owner's · convenience, the Contractor shall: .~ cease operations as directed by the Owner in the notice; · 2 take actions necessary, or that the Owner may direct, for the protection and preservation of the Work; .~ except for Work directed to be performed prior to the effective date of tent/motion stated in the notice, terminate all existing subcontracts and pumhase orders and enter into no further subcontracts and purchase orders· 14.4.3 In case of such te~Tnination for the Owner's convenience, the Contractor shall be entitled to receive payment for Work executed, and costs incurred by reason of such termination, along witl, reasonable overhead and profit on theWork not executed· AIA DOCUMENT AlOMg97 GENERAL CONDITIONS OF THE CONTI~ACT FOR CONSTRUCTION The American Inslilute of Architects 17~S New York Avenue, N.W. Washinsto~ D,C. 20006-5292 I I SUPPLEMENTARY GENERAL CONDITIONS I I i I I I I I I I ! I I I I i The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction", A.I.A. Document A 201-t987 Edition. Where any Article of the General Conditions is modified or any paragraph, subparagraph or clause thereof is modified or deleted by these supplements, the unaltered provisions of that Article, paragraph, subparagraph, or clause shall remain in effect. ARTICLE I through ARTICLE 10 No Change ARTICLE 11 - INSURANCE AND BONDS 11.1 Contractor's Liability Insurance. 11.1.1 In the first line following the "maintain", insert the words, "in a company or companies licensed to do business in the state in which the project is located." 11.1.1 ADD: .7 Liability insurance shall include all major divisions of coverage and be on a comprehensive basis including: (1) Premises - Operations (2) Independent Contractors Protective. (3) Products and Completed Operations. (4) Contractual-including specified provision for the Contractor's obligations under Paragraph 4.18. (5) Owned, non-owned, and hired motor vehicles. (6) Broad form coverage for property damage. 11.1.2 ADD: ... The Contractor shall furnish insurance with the following minimum limits: Workers' Compensation State and Federal: Statutory Employer's Liability $100,000. Adult Soft Ball Field & Tee Ball Fields: H-I deleted: .2 .3 Comprehensive General Liability (Including Premises - Operations; Independent Contractor's Protective; Products and Completed Operations; Broad form Property Damage): Bodily Injury: $1,000,000 Each Occurrence $ 1,000,000 Aggregate, Products and Completed Operations. Property Damage: $ 250,000 Each Occurrence $ 250,000 Aggregate Products and Completed Operations Insurance shall be maintained for a minimum period of one year after final payment and contractor shall continue to provide evidence of such coverage to the Town on an annual basis during the Aforementioned period. Property Damage Liability Insurance shall include Coverage for the following hazards: C (collapse), U (underground). Contractual Liability (Hold Harmless Coverage): Personal Injury, with Employment Exclusion $1,000,000 Aggregate. Comprehensive Automobile Liability (owned, non-owned, hired): Bodily Injury: $1,000,000 Each Person $1,000,000 Each Accident b. Property Damage: $ 250,000 Each Occurrence ARTICLE 12 through ARTICLE 14 No Changes END OF SECTION: Adult Softball Field & Tee Ball Fields: H-2 I I I I THE AMERICAN INSTITUTE OF ARCHITECTS I I I AIA Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or olher party shall be considered plural where applicable. m I I i I I I I I I CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): OWNER (Name and Address): CONSTRUCTION CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Construction Contract Date): Amount: Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) [] None [] See Page 3 SURETY Company: (Corporate Seal) Signature: Signature: Name and Title: Name and Title: (Any additional signatures appear on page 3) (FOR INFORMATION ONLY--Name, Address and Telephone) AGENT or BROKER: other party): OWNER'S REPRESENTATIVE (Architect, Engineer or m AmA DOCUMENT A312 · PERFORMANCE BOND AND PAYMENT BOND · DECEMBER 19~4 ED., AIA ~ THE AMERICAN INSTITUTE OF ARCHITECT5, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 THIRD PRINTING · MARCH 1987 I The Contractor and the Surety, joinlly and several[y, bind themselves, their heirs, executors, administrators, successors and assi§ns to the Owner for the performance of the Construction Contract/which is i ncorporaled herein by reference. 2 H the Contractor performs tbe Construction Contract, the Surety and the Contractor shelf have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 if there is no Owner Defauh, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the ContraClOr and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shalt not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor and the Surety have received notice as provided in Sub- paragraph 3.1; and 3,3 The Owner has agreed to pay the Batance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the Owner has satisfied the conditions of Para~ graph 3, the Surety shall promptly and at the Surety's ex~ pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perform and complete the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Con- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the bands issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the Owner resultinB from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: ,1 After investigation, determine the amounl for which it may be liable to the Owner anB, as soon as practicable after the amount is deter- mined, tender payment therefor' lo the Owner; or .2 Deny liability in whole or in part and holily the Owner citing reasons therefor. $ If the Surety does not proceed as provided in Paragraph 4 wilh reasonable promptness, the Surety sha(t be deemed to be in default on this Bond fifteen days after receipl of an additional written notice from the Owner to the Surety denlandin§ that the Surety perform its obligations under t. his Boed, and the Owner shall be entitled to enforce any remedy available lo the Owner. If tl~e Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further nolice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has tem~inated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, ar 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under tl~e Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the limit of the amount of this Bond, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Su re~ ty is obligated without dupIication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- suiting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shalt not be Iiable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations. No right of action sl~al] accrue on this Bond to any person or entity other than the Owner or its ]leirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- lng changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obgga- tions. ~ Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within b, uo years after Contractor Default or within ~wo years after the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or p~-ohibited by law, the minimum period of limitation avail- AIA DOCUMENT A312 · PERFORMANCE BOND AND PAYMENT BOND, DECEMBER 1984 ED. · Al^ ® TH~ AMERIC:AN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W. WASHINGTON, D.C. 20006 A312-1984 2 I i I I I I I I I I I ! I I i I I t able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the sig- natu re page. 1'~1 When this Bond has been furnished to comply with a stalutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shah be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Cdntract Price: The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con- tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, .re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 1:2.2 Construction Contrad: The agreement between the Owner and the Contractor identified on the sig- nature page, including ali Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contraqtor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract. 12.4 OwnerDefauit: FailureoftheOwner, whichhas neither been remedied nor waived, to pay the Con* tractor as required by the Construction Contracl or to perform and complete or comply with the other terms thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Signatu re: Name and Title: Name and Title: Address: Address: I AIA DOCUMENT A312 · PERFORMANCE BOND AND PAYMENT BOND · DECEMBER 1RB4 ED. · AIA ~. THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W,, WASHINGTON, D.C. 20006 A312-1984 3 THIRD PRINTING · MARCH 1987 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Documenl A3'12 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable, CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): OWNER (Name and Address): CONSTRUCTION CONTRACT Date: Amount: Description (Name and Location): BOND Date (Not earlier than Construction Contract Date): Amount: Modifications to this Bond: CONTRACTOR AS PRINCIPAL Company: (Corporate Seal)- Signatu re: Name and Tide: (Any additional signatures appear on page 6) [] None SURETY Company: Signature: Name and Title: [] See Pa~e 6 (Corporate Seal) (FOR INFORMATION ONLY--Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): DOCUMENT A312 · PERFORMANCE BOND AND PAYMENT BONO · DECEMBER 1984 ED. · AIA ® THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 4 THIRD PRINTING ' MARCH 1987- I I I I I I i I I I I I I I I I I I 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 ~Nith respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for alt sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shah be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and. sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with sui~stantial accuracy, the amount of the clairti and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the C_ontractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 2;0 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. ~; If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shah promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are'undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the Contractor in the performance of the Construction Contract are dedicated to satisfy obligations of the Contractor and the Surety under this Bond. subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shafi have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. lOThe Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were fu mished by anyone under the Con- struction Contract, whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated h_erein. The intent is that this AIA DOCUMENT A312 ' PERFORMANCE BOND AND PAYMENT BOND ' DECEMBER 1SS4 ED. ' AIA® THE AMERICAN INSTITUTE OF ARCHITECTS, 173S NEW YORK AVE., N,W., WASHING'~ON, D.C. 20C~6 A312~1984 .5 Bond shall be construed as a statutory bond and not as a common law bond, 14 Upon requestbyanypersonorentityappearingtobea potential beneficiary of this gond, tl~e Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An indNidual or entity i~aving a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Construction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 ConstructionContract:Theagreement bet~veen the Owner and the Contractor identified on the sig- nature page, including ali Contract Documents and cl~anges thereto. 15.3 Owner Default: Failure of the Owner, which has neitt~er been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other temps thereof. MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additional signatures of added parties, othe¢ than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Co.mpany: (Corporate Seal) Company: (Corporate Seal) Signature', Signature: Name and Title: Name and Title: Address: Address: A312-1984 6 I I i FORM OF MAINTENANCE BOND i i I I KNOW ALL MEN BY THESE PRESENTS: That We, (hereinafter called the Principal) as Principal and the ,c __ Corporation with an office and place of business for the State of New Your at , New York, (hereinafter called I I I I I I the Surety), as Surety, are held and firmly bound unto the (hereinafter called the Oblige), as Oblige in the sum of .($ .). DOLLARS, lawful money of the United States of America, for the payment whereof the Principal and Surety bind themselves, their successors and assigns, jointly and severally, firmly by these ~resents. Signed, sealed and dated this ,day of ,20 WHEREAS, the Principal heretofore entered into a written contract with the Oblige for WHEREAS, said Contract providesthat the Principal shall guarantee I I I I Adult Softball Field & Tee Ball Fields: J-1 NOW, THEREFORE, the condition of this obligation is such, that if the above Principal shall indemnify the Oblige against loss by reason of his failure to make good at his own expense any defects or deficiencies in materials or workmanship which may appear in the work under said contract with the period of _ year (s) from the date of acceptance of the work, then this obligation shall be void; otherwise to remain in full force and effect. Principal BY: BY: STATE OF .) COUNTY OF SS: On this day of 20 before me personally appeared the within named me known, and known to me to be individual described in and who executed the within bond, and acknowledged to me that he (HAS/HAS NOT) (HAS/HAS NOT) executed the same. to the NOTARY PUBLIC Adult Softball Field & Tee Ball Fields: J-2 I I I I I I I I I OFFER OF SURETY (To be completed by Each Bidder) In the event the above proposal is accepted and the undersigned is awarded the Cgntract for the work, the undersigned offers as surety for faithful performance, bond and/or bonds to protect labor and material men, the following surety: SURETY COMPANY Signature: (Bidder) CERTIFICATE OF SURETY to be signed by a duly authorized official, agent or attorney of the Surety Company. In the event that the above Proposal is accepted and the contract for the work is awarded to said I I I I I I I I I the (Bidder's Name) will execute (Surety Company) the Surety Bonds as herein-before provided. Signed: Date: Authorized Official, Agent or Attorney IMPORTANT: THIS PAGE MUST BE FILLED OIJTWHEN CERTIFIED CHECK IS SUBMITTED IN LIEU OF BID BOND, OR BID MAY BE REJECTED. Adult Softball Field & Tee Ball Fields: ](-1 I I PREVAILING WAGE RATES I I I I I I I I I I I I i I I I I ATTACHMENT WAGE DETERMINATION for Tennis Courts~ Adult Softbal~l Field & Tee Ball Fields at Cochran Park PECONIC LANE Peconic, NewYork 11958 Tennis Courts, Adult Softball Field & Tee Ball Fields: L-1 I I I I I I I I I I I I I l I I I I I NEW YORK STATE DEPARTMENT OF LABOR BUREAU OF PUBLIC HORK STATE OFFIDE BUILDING CAMPUS ALBANY, NY iZ2qO SCHEDULE 2000A Date 03/07/01 T/O SOUTHOLD JAMES MCMAHON TOHN HALL P.O. BOX 1179 SOUTHOLD NY 11971 PRC qlO260q SUFFOLK COUNTY Location and Type aT Prc~ect PROJECT ID #: NONE PECONIC LANE PARK SOFTBALL FIELD,INSTALL CHAIN LINK FENCE PECONIC LANE,SOUTHOLD O1 In response to your requeste enclosed is the schedule of the prevailing hourly wage rates and the prevailing hourly supplements fop the above project, together with copies of the Notice of Con~ract Le~ (PH-16) Tot your use. THE SCHEDULES HUST BE ANNEXED TO AND FORM A PART OF THE SPECIFICATIONS FOR THIS PROJECT HHEN IT IS ADVERTISED FOR BIDS. These schedules have been prepared and forwarded in accordance with Article 8 cT ~he NYS Labor LaN, which provides ~ha~ it shall be ~he duty of ~he Tiscal officer ~o ascot±air and de,ermine ~he schedules aT supplemen±s ~o be provided and wages ±o be paid ±o workers, laborers and mechanics employed on public work pro~ec~s, and ~o file such schedules wi~h ~he Departmen~ having ~urisdic±ion. The a~ached re'es are based on ~he le±es~ information available ~o Department of Labor, Bureau of Public Hork. Care should be taken ~o review ±he rates far obvious errors. Any corrections should be brough~ to ±he Department's aAten~ion immediately. I~ is ~he responsibility cT ~he Public Hork con~rac~or ~o use ~he proper re~a. IT ~here is a question on ~he proper classiTica~ion be used, please call ~ha di$~ric~ office Ioca±ed neares~ ~he This schedule is .eTfec~ive from July 1, 2000 through June 30, 2001. A new updated scheduie Nil1 au~oma~icall~ ~ ~ai[~d to ~ou each July ! until Ne are No~e: A 1997 AMENDHENT TO SECTION 220 OF THE LABOR LAH REQUIRES T~~ JURISDICTION TO RECEIVE AND MAINTAIN MONTHLY TRANSCRIPTS OF PAYROL~-]~ECORD~=OR INNER YEAN5 FROM THE DATE OF COMPLETION OF THE HORK IN THE AHARDED CONTRACT. Kevin E. Jones DIRECTOR NOTICE TO CONTRACTING AGENCIES: Upon cancellation or comple~ion of ~his pro~ec~, enter ±ha necessary information and re~urn ~his page ~o Bureau of Public Hork~ Bldg. l~ Rm. l~O SOBC, Albany, NY PROJECT HAS BEEN COMPLETED/CANCELED: Da~e Signature Title For additional information, contact our local District Offices: Albany (SlB) qB7-27q~ Syracuse- (515) q28-q056 Binghamton (607) 721-8005 Rochester (716) 25B-qB05 BuT~a[o (716) 8q7-7159 U±ica (515) Hemps~ead (516) q85-~878 Hhi~e Plains (914) 997-9507 New York City (212) $B2-6088 PH-200 (7-00) The con±rac~ may be cancelled or ~ermina~ed by ~he $~a±e or municipali±y, and ell moneys due or ~o become due ±hereunder may be forfeited, for a second or anysubsequen~ violation of the terms or conditions of ~he antidiscrimination sections of ~he con~rac~. (See Section 220-e(d)) (a) Ail con~rac±ors or ~heir subcon±ractors shall provide to ±heir subcontrec±ors a copy of ~he prevailing wage ra~e schedule specified in ~he public work con±rac~ as well as any subsequently issued schedules. A failure Ac provide ? these schedules by e con~ractor or subcontractor is a violation of Article 8 or ~he Labor Law. (See Section 220-e(d)) [b] PN'3 (8-99). All subcanArac±ors engaged by a public improvemen± contractor or i~s subcon±rac~or, upon receipt of the original schedule and any subsequently issued schedules, shall provide to such contractor a verified s~atement a~Aesting ~ha~ Ahe subcontractor has received ~he Hage schedule end will pay or provide ~he applicable rate of Hages and supplements specified ~herein. (See Sec±ion I I I I I I I I I I I I I I I I I I I ATTENTION: ALL CONTRACTORS AND SUBCONTRACTORS ENGAGED ON PUBLIC HORK PROJECTS IN NEH YORK STATE INTROOUCTION: Below are the major provisions of ±he Labor Law covering workers on public work projects. HOURS: A laborer, worker or mechanic is permitted to work on a public work projac± no more than eight hours a day and no more than five days in a excep~ in case of extraordinary emergency such as a fire; flood or danger ~o life or pro,arty. You may apply to the Bureau of Public Hqrk for a DISPENSATION permitting workers to work additional hours or days per week on a ~articular public work pro~ect. HAGES AND SUPPLEMENTS: The wages and supplements to be paid and provided for laborers; workers and mechanics employed on a public work pro~ect shall be not less than those listed in ~he current prevailing rate schedule for the locality where the work is perTormed. If a prevailing ra~a schedule for the projec~ has mot been provided to the prime contractor by the department of jurisdiction (i.e., the governmental en~ity awarding the public work contract); or to a subcontractor by the prime contractor; the a~olicable schedule must be obtained Trom the Department of Jurisdiction; who mus~ make written application ~o ~he Bureau o~ Public Hork, Labor Oepar~ment~ Building No. 12; Sta~e Office Building Campus, Albany~ NeH York The prime contractor is responsible for any underpayments of prevailing wages or supplements by i~s subcontractors. PAYROLL RECORDS: Every contractor and subcontractor mus~ kee~ originals or transcripts o~ payroll records~ showing for each person employed on public work~ the following: 1. Name 2. Address and phone number ~. Social Security Number, ~. Occupational classification in which worked; B. Hourly wage rate paid Supplements provided 7. Daily and weekly number of hours worked in each classification B. Deductions made 9. Actual wages paid. Hhen payroll records are requested by the Commissioner~ each payroll record mus~ be af~zrmed as true under the penalties o~ perjury whzch means a notorized signature ±o that effect. Such records must be ke~t on the si±e of the wor~ when the contractor or subcontractor does not maintain a regular place o~ business in New York State and ~he amount of ~he contrac~ exceeds ~25~000. All other con~ractors and subcontractors must; within S days after a request; produce at ±he work site the original payrolls or Every contractor and subcontractor shall submit to the Dept. o~ Jurisdiction withzn ~hrity days a~ter issuance of it's ~irst payroll; and evecy thirty days ~hereafter; a ~ranscript of the ~rioinal payroll records~ subscribed and a~firmed as true under penalty o~ perBury, as provided by Article B~ Section 220~ of the NYS Labor Law. The DEPARTMENT OF JURISDICTION shall receive and maintain such payroll records. The ori~inal payrolls and transcripts must be preserved ~or three years ~rom the date of comple~ion o~ the project. POSTING: The current prevailing ra~e schedule mus~ be posted in a prominent and accessible place on the site o~ the public work project. APPRENTICES: Employees cannot be paid apprentice ra~es if they are not individually registered under a program or agreemen~ registered with the Commissioner of Labor. The contractor or subcontractor will be required to furnish written evidence of the registration o~ i±s program and apprentices and of the appropriate ratio. The alloHable ratio o~ apprentices ~o journeymen in any craft classification can be no grea~er than the ratio permitted to ~he contractor or subcontractor as to its work force on any job under the registered program. An empIoyee listed on a payroll as an apprentice~ who is no~ registered as above, must be paid the prevailing ~ourneyman~s wage rate for tha~ classification of work. (See at±ached shae~ detailing Apprentice to Journeyman radios) MITHHOLOING OF PAYMENTS: Hhen a complaint is filed wi±h the Commissioner Labor alleging ~he ~ailure of a con~ractor or subcontractor ~o pay or provide the prevailing wage~ or supplements; or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on ±he public work contract may be withheld from the prime con~rac~or in a sufficien~ amount satisfy the alleged unpaid wages and supplements~ including interest ahd civil penalty, pending a ~inal determination. INTEREST AND PENALTIES: l~ an underpayment of wages or supplements is found~ intares~ must be added at the rate then in effect prescribed by the Superin~endan~ o~ Banks pursuant to section l~-a of the banking law per annum from the date of underpaymen~ ~o the date o~ the new payment, and may also include the imposition o~ a civil penalty not to exceed ~5~ c~ the amount due. DEBARMENT: Hhen final determinations have been made against a contractor or subcontractor in two instances within a six=year period determining ~hat i~ willfully faited ~o pay or provide ~he prevailing rate o~ wages or supplements, or if Ahere is one Nilful viole~ion ~ha~ involves falsification of payroll records or kickback of Nages, such con~racAor or subcon~rec*or Mill be ineligible ko bid on or be aNerded e public work con*ra¢~ for a period of five years from Abe second finel de~ermine~ion. CRIMINAL SANCTIONS: Hillfui viole~ions of ~he Prevailing Hage LaN (Article of ±he Labor LaN) cons~i±u~e a misdemeanor punishable by fine or imprisonment, or bo~h. DISCRIMINATION: No employee or applican~ for employmen~ may be discriminated agains~ on accoun± of age, oace~ creed, color, national origin, se×, disability or marital s~a~us. Every employer sub~ec± ~o ~he New York S~a~e Human Righ±s LaN mus± conspicuously pos~ e~ z±s offzces, places of employmen~ or employmen~ ~rainin~ cen~ers, no±zces furnished by ±he S~a±e Division of Human POSTING OF OTHER NOTICES: Every employer providing Norker's compensation insurance and disability benefits mus± pos± in e conspicuous place no~ices such coverage in a form prescribed by ~he Horkers' Compensation Board. Employers liable for con±ribu~ions under ~he Unemploymen~ Insurance LaN mus~ conspicuously pos± no~ices furnished b~ ~he S~a~e Depar~men~ of Labor. PW 19 {7-99} docm: le~er2b I I I I I I I I I I I I I I I I I I I VERIFYING THE REGISTRATION APPRENTICES :, Certain S±a~e and Federal LaMs require ~hat apprentices mus~ be individually registered as such in order to be paid apprenticeship rates on Public Hork. The NaN York Labor Department is the official registration agency for apprentices in NaN York State. No other Federal or State Agency or office registers apprentices in New York S~ate. Each year the apprentice training central office in Albany receives hundreds of requests from Federai and State Agenciesz ContPactoP$~ and other interested pa~ia$ requesting verification of individuei apprentice registrations. The following information is provided in order to clarify NaH York State procedures. Al! registered apprentices in New York State are individually registered by name, address, socia! security number~ star~ing date of training, and other related data. This information is computerized and is available ONLY through ±he Albany Apprentice Training Central Office. Persons wishing ~o verify the apprentice registration of any individual should ~rite ~o the Senior Employment Consultant, New York State Department of Labor, Job Service and Training Division, Building 12, State Office Building Campus~ Albany~ New York 122q0. All inquiries HUST include name and social security number and will be answered in writing. The response will indicate whether or not the individual is reg~stered~ and if so~ ~i[[ provide other pertinent information regarding the registration. The only conclusive proof of indivldual apprentice registration is written verification from the Albany Apprentice Training Central Office. Neither Federa~ nor State Apprentice Training Offices outside Albany can provide conclusive registration information. It should be noted tha~ the existence of a registered a~prenticeship program is not conclusive proof that any individual is registered in that program. Fur~hermore~ the existence or possession of wallet cards~ identification cards or copies of state forms are not conclusive proof of the registration of any individual as an apprentice. PH-20~ (7-~) docm= [etter2e I I I I I I I I I I I I I I I I I I I NOTICE OF NEW PREVAILING WAGE RATE PUBLICATIONS APPLICABLE TO ALL COUNTIES (~) AS NOTED ON PREVAILING RATE SCHEDULES PAGES, The annual determination of ~he prevailing ra~es of wages and supplements for workers employed on public work projects ~roughout ~he s~a~e will be published on May ~ls~ of each year. These new rates wil~ be in e~fec~ July ls~ ~hru June ~O±h. This new determination will supersede ~he original schedule or any prior issued annual determination. It is ~he responsibility of ~he contracting agency or i~s agents ~o provide ell prevailing ra~e schedules ±o con~rac~ors immediately upon receipt. Any rate chenoe from a creviouslv issued de±ermina~ion becomes effective July 1st, reoardless of Hhether the new Oetermsnatson has been recesveO Ov the When you review ~he schedule for a particular occupation, your a~en~ion should be direc±ed ~o ±he da±es above ~he column of rates. These are ~he da~es ~ha± addi±ional adjustments become effective. PW-202 (~-95) docm: Ie~erd I I I I I I I I ! I I I NEW YORK STATE DEPT. OF LABOR Bureau of Public Work State Office Building Campus Albany, NY 12240 T/O SOUTHOLD Schedule Type JAMES MCMAHON TOHN HALL P.O. BOX ii79 Date COHPLETE 2000A Prevailing Rate Case No. 010260~ 01 PROJECT 333 #: HONE SOUTHOLD NY 1197l PECONIC LANE PARK SOFTBALL FIELD,INSTALL CHAIN LINK FENCE SUFFOLK COUNTY AGY. OF JURIS. : TOWN NAT. OF PROJECT: OTHER NEW CONSTRUCT[ON-EXPLAIN Copies of the wage and supplement schedule for the Public Work pr~ect identified above are enclosed herewith. Sec. 220.3a of the Labor Law requires that certain information be furnished to the Commissioner of Labor. Accordingly, you MUST complete ONE of these requests for EACH pdme contract let immediately upon notifying a successful bidder for this Public Work prQect. Photocopy as many blank forms as required to supply one for each contractor. Return this request to the address given above [] Project CANCELLED, POSTPONED or assigned to agency's own employees. If reactivated, new rates and supplements will be requested. [] CONTRACT AWARDED: (check one and indicate date of first legal instrument which bound agency to contract.) [] Letter of Intent Dcontract Signed [] Resolution Work to be done by this prime contractor: Type of Contract: CHECK APPLICABLE TYPE [] (01) General Construction [] (02) HeatingNentilation [] (03) Electrical [] (04) Plumbing [] (05) Other . I Contractor Information: ALL iNFORMATION MUST BE SUPPLIED Federal Employer Identification Number: Name: CONTRACTOR'S TELEPHONE #: ( _ I Address: i City: State: Zip: I I Amount of Contract Approximate Starting Date: Approximate Completion Date: / / Estimated Date Entire Project Will be Completed: / / ! i CONTRACTS NOT YET AWARDED I I [] [] Type of Contract (Check all applicable contract types) (01) General Construction [] (02) Heating/Ventilation (04) Plumbing [] (05) Other Signa[ure. [] (03) Electrical Date PW-18 (7-00) I I I I I I I I I I I I I I I I I I I Page 1 Prevailing Re±e Schedule NeH York S~a±e Department of Labor .................................. Casa Number .................................. 010260q SUFFOLK 2000A INSTRUCTIONS PREVAILING RATE SCHEDULE INFORMATION / The information iisted below is provided ±o assist you in the interpreta±ion of particular requirements, for each classification of worker, contained in the attached Schedule of Prevailing Rates. PAID HOLIDAYS Paid ~o~idays are days for Hhich an eligible employee receives a regular day's pay, DU~ is not requzred to perform WORK. No~e~ If an employee works on a day listed as a paid holiday, this remunara±ion is in addition ~o payment of the required prevailing rate for the work actually performed. OVERTIME Overtime holiday pay is the premium pay that is required for Hark performed on specified holidays. It is only required Hhere the employee actually performs work on such holidays. The applicable holidays are lis±ed under HOLIDAYS= OVERTIME. The required ra~e of pay Tar ~hese covered holidays can be found in ±he OVERTIME PAY section listings for each classification. SUPPLEMENTAL BENeFiTS Particular a~ention should be given to the suppIemental benefit requirements. Although in most cases the payment or provision of supplements is for each hour worked~ some classifications require ±he paymen~ or provision of supplements for each hour paid (this may include paid holidays on which no Hark is performed) and/or may'require supplements ±o be paid or provided at a premium ra~e for premium hours Harked. EFFECTIVE DATES When you revieH the schedule for a particular trade or occupation, our attention should be directed ~o Aha date above the column(s) of rates. ~his is ~he date on Hhich ~he rate become effective; The raAe listed is valid until the ne×t effective rate chang~ or until the new annual determination, which ~akes effect on July 1 of each year. All contractors and subcontractors are required to pay ~he current prevailing ra~es of Hages end supplemen±s. The department of ~urisdiction is require~ to provide a copy of the current annual determination. Should you have questions~ please contac± the Bureau of Public Mark or visi~ ~he NYS Departmen~ of Labor s Neb site a± www.labor.s±ate.n~.us for curren~ Hage rate information. WORKERS COMP~NSAT)ON In accordance Hith Section 1A2 of the S~ate Finance LaN. the con±rector shall maintain coverage under *he life of ±he contract for the benefit of such employees as required by ±he provisions of the NeH York Sta~e Horkers' Compensation LaN. -Con,fac±or to be awarded contract mus~ provide progf of ~orkers' Compensa±ion coverage prior to being allowed to aegzn Honk. -The policy of insurance must be issued by a company authorized to provide Markers' Compensation coverage in ~hi$ state. PreYeil~g Ra~e Schedule NeH York S~a~e Depar±ment of Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A -Proof of coverage mus~ be on form C-10~,2 (Certificate of Horkers' Compensation Insurance) and mus~ name ±his agency as a heider. ' -If New York State coverage is added fo an exisking out of s~a~e policy, i~ can only be added fo a policy cf a company authorized ko Norkers' Compensation coverage ~n ±his s~a~e, and ~he coverage musk be listed under i~em 5A of ~he ~nforma~ion page. -The contract mus~ maintain proof ~hat subcontractors doing work covered under this contrac~ sacura and mainkain a Horkers~ Compensation for ali employees working in New York Stake. :If you have any ~ues~ions concerning the ak~ached schedule or would like additional information, please con~ac~ nearest BUREAU of PUBLIC WORK Distric~ Office or write to ~he NEH YORK STATE DEPARTMENT of LABOR. BUREAU of PUBLIC HORK, BUILDING 12, STATE OFFICE BUILDING CAMPUS, ALBANY, NEW YORK .Dis~rick O~ice Locations: Telephone~ ~X ~ Bureau of Public Nork- Albany Bureau of Public Work Bingham~on Bureau of Public Work Buffalo Bureau of Public Work - Hempskead Bureau of Public Nork Rochester Bureau of Public Work - Syracuse Bureau of Public Work Utica Bureau of Public Work - White Plains Bureau of Public Work - New York City Bureau of Public Work Central Office OVbRTIM'E B18-~57-27gg 607-721-8005 716-8~7-71~9 516-485-~878 716-258-q505 515-q28-~OB6 515-795-251~ 914-997-9507 212-552-6088 518-q57-5589 518-~85-02~0 607-721-800q 716-8~7-7650 516-~85-0522 716-25B-~708 515-428-q671 91~-997-9525 212-552-6186 518-q85-1870 (7/06/99) 'Following is an explanation of ~he code(s) lisfed in fha OVERTIME sec±ion of each classification conkained in the aA±ached schedule. .Additional requirements may also be lis~ed in khe O~ERTIME section. ( A ) Time and one half of khe hourly rate afker 7 hours per day. (AA) Time and one half of fha hourly rate after 7 and one half hours per day. ( B ) Time and one half of the hourly rate afker B hours per day. (B1) Time and one half of Abe hourl~ rake for khe 9th & 10th hours week da~s and fha isa 8 hours on Saturday. Double khe hourly rate for all additional hours. C ) Oouble tee hourly ra~e after 7 hours per day. ~) Double the hourl~ rate afAer 7 and one half hours per day. D1) Double the hourly rate affer 8 hours per da~. D) Double the hourly rate after 9 hours per da~. E1) Time and one half of Abe hourly rate on Saturday. El) Time and one hal~ IsA q hours on Saturday. Double fha hourly rate all additional Safurday hours. E2) Saturday may be used as a make-up day aA s±raigh± lime when a day is losf durzno thaf Heek due fo inclement weather. Eh) Befween November ls~ an~ March 5rd SaAurdey may be used as a make-up day at sfraighf lime when a day is losf durin~ fhat weekdue fo inclemenf weafher~ provided a given employee has workeO between 16 and 52 hours fhak week. Eq) Sa±urda~ and Sunday may be used as a make-up day at skraigh~ ~ime I I I I I I I I ! I I I I I I I I I Page 5 Prevailing Rate Schedule New York State Case Department oT Labor .................................. Number ........ .......................... 010260q SUFFOLK 2000A whan a day is lost dw~inc that weak due to inclemen~ weather. F Time and one halt oT the hourly rate on Saturday and Sunday. Time and one halt oT the hourly rate on Saturday and Holidays. Time and one halt oT the hourly rate on Saturday, Sunday, and Holidays. ! Time and one halt oT the hourly rate on Sunday. Time and one halt of the hourly rate on Sunday and Holidays. Time and one halt oT the hourly rate on Holidays. L Double the hourly rate on Saturday. Double ~he hourly rate on Saturday and Sunday. Double ±he hourly rate on Saturday and Holidays. Double the hourly rate on Saturday, Sunday, and Holidays. i Double the hourly rate on Holidays. Double the hourly rate on Sunday. Double the hourly rate on Sunday and Holidays. Two and one halt ±imes the hourly ra~e for Holidays, if worked. Si) Two and one halt ~imes the hourly ra~e ~he first 8 hours on Sunday or Hoilidays. One and one halt times the hourly rate all additional hours. T ) Triple the hourly rate Tot Holidays, iT worked. ) Four times ~he hourly rate Tot Holidays, if worked. ~) Including'benefits a± SAME PREMIUM as shown for over±ime. H) Time and one halt Tot benefits on all overtime hours. NOTE: BENEFITS are PER HOUR HORKED, Tot each hour worked, unless otherwise noted HOLIDAYS PAID Paid Holidays are days Tot which an eligible employee receives a regular day's pay, but is not required ±o perform worE. Note: IT an employee works on a day listed as a paid holiday, ~his remuneration is in addition to payment oT the required prevailing ra±e for ~he work actually performed. OVERTIME Ovar±ima holiday pay is the premium pay tha~ is required Tot work performed on specified holidays. It is only required where ~he employee actually performs Hork on such holidays. The applicable holidays are lis±ed under HOLIDAYS: OVERTIME. The required rate oT pay Tot these covered holidays can be found in ~he OVERTIME PAY section lis~ings Tot each classification. Following is an explanation oT ±he code(s) lis±ed in the HOLIDAY section of each classification con±aired in the attached schedule. The Holidays as listed below are to be paid a~ the wage ra~es at which the employee is normally classified. 1 None~ 2 Labor Day. Memorial Day and Labor Day. Memorial Day and July ~th. Memorial Day, July qth, and Labor Day. New Year's Day, Thanksgiving Day, and Chris±mas Oay. Lincoln's Birthday, Hashington's Birthday, and Ve±erans Day. Good Friday. Lincoln's Birthday. iO Hashington's Birthday. Columbus Oay. Election Oay. -i PrevaiIing RaGe Schedule NeH York SGaGe DeparGmenG of Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A ( 13 ( 15 ~( 16 17 18 19 20 21 22 2~ 25 26 PresidenGial ElecGion Day. I/20ay on PresidenGial ElecGion Day. Veterans Day. Day after Thanksgiving Day. July 4Gh, 172 Day before Christmas Day. 1/2 Day before New Years Day. Thanksgiving Day. New Year's Day. ChrisGmas Day. Day before ChrisGmas. Day before Ne~ Year~s Day. Presidents' Day. MarGin LuGhar King, Jr. Day. ASBESTOS HUNKER NAGES(per hour) 1/01/00- 7/01/00- 6/~0/00 12/~1/00 AsbesGos Horker ....... $ 35.06 $ $4.06 OVERTiMe: See ( C, O, TH, V ) on OVERTIME PAGE. * over~me code T applies to Labor Day only if ~orked. HOLIDAYS: MAIU: See ( 1 ) on HOLIOAY PAGE. OVERTIME: See ( 5, 6, 9~ ll~ 15, 18~ 25 ) on HOLIDAY PAGE. For Rem./AbatemenG: See ( 1 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year Germs aG Ghe folloHing percenGage o~ Journeyman's lsG 2nd ~rd 4th SUPPLEMENTAL BENEFITS:(per hour Horked) Journeyman $ 19.69 ~ 19.~9 Apprentices Same % as Same % as ~ages of ~ages of $ 19,69 $ 19,69 NAGES (per hour) 6/01/99- 5/~1/00 Rem./AbaGemenG onlyN .... $ 22.00 ~On mechenicial systems GhaG are not Go be scrapped. OVERTIME: Rem./Aba~ement: Time and One-Half after 8 hours per day and after 5 work days per Heek. Journeyman Rem A AbaGemen± $ 4.00 9-I2 BU1L~RMAKE~ I I I I I I I I -New York S~a~e Prevailing Ra~e Schedule Page E Deper~men± of Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A NAGES(per hour) ?-01-00- 9-01-00- 9-01-01- 8-$1-00 8-31-01 8-31-02 Boilermaker ........... $ 3~.00 $ 34.92 $ 35.86 OVERTIME PAY: See ( D, E, Q ) on OVERTIME PAGE. HOLIDAYS: ~See ( 8, 16, 23, 24 ) on HOLIDAY PAGE· See ( 4, 6, 11, 12, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year ~erms a~ ~he following percentage of journeyman's wage. SUPPLEMENTAL BENEFITS: (per hour worked) $ 4.21 + $ 4.34 + $ 4.3q + 47 % of 47 % of ~7 % of wage ra~e wage ra~e wage ra%e 4-5 ! I I I I ! I I I I CARPENTER WAGES(per hour) Building: Millwrigh% ........... 7/01/99- 1/01/00- 7/01/00- 12/31/99 6/30/00 12/31/00 26.84 Addle. Addi~. $ .gS/hr. $1.20/hr. OVERTIME PAY; See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: HAID: See ( 18, 19 ) on HOLIDAY PAGE. PAID: See ( 5, 6, 11, 13, 16, 18, 19, 25 ) for 15~ 8 2nd yr. Apprentices OVERTIME: See ( 5, 6, 11, 13~ 16, 18, 19, 25 ) on HOLIDAY PAGE. ~ ( i ) year ±erms a± ±he following percentage of Journeyman's wage. 3rd. 4~h. 55% 65% /~ SUPPLEMENTAL BENEF~TS:(per hour paid) Journeyman $ 23.59 Appr ls~ ~erm 15.gq Appr 2nd ~erm 17.35 Appr 3rd ±erm 19.42 Page 6 Prevailing Ra~e Schedule New York SAa~e De,at,men± o~ Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A Appr ~±h ~erm B1.55 9-760 CARPENTER HAGES(per hour) 1/01/00 7/01/00 Carpe~/Resilien± Floor Coverer ......... ~ 52.22 Addi~. $1.16/hr. OVERTIHE PAY: See ( B, E, Q ) on OVERTIME PAGE. ~.OLIDAYS: PAIU: See ( 18, lg ) on HOLIDAY PAGE. PAID: See ( 5, 6, 11, 15, 16, 18, 19, 25 ) for ls~ 8 2nd yr. Ampren~ices OVERTIME: See ( 5, 6, 11, 15~ 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ~erms a± ~he following percentage of Journeyman's wage. ~f. Znd. ~rd. 4~h. ~'bz bu~ 6b~ ~u~ SUPPLEMENTAL BENEFITS:(per hour Horked) - See Below. 9-2287 ~A~PENTEE HA~ES(~er hour) 7/01/99 Piledriver ........... $ 32.15 Dockbuilder .......... 32.15 7/01/00 Addi~. $~.O0/hr. OVERTIME PAY: See ( B, E2, 0 ) on OVERTIME PAGE. HOLIDAYS:, PAID: See ( 18, 19 ) on HOLIDAY PAGE. PAID: See ( 11~ 1~ 16, lB, 19~ 25 ) for ls~ & 2nd yr. Apprentices OVERTIME: See ( ~j ~ ) 25 on HOLIDAY PAGE, 15, 18, 11, 16, 19, APPRENTICES: ( 1 ) year ~erms a± ~he following percen±age o~ Journeyman's ls~. 2nd. Std. 50% 65% SUPPLEMENTAL BENEFITS: (par hour paid) - See Below. 9-1456 CARPEmlEN N~GES(par hour) Marine Construction: Marine Diver .......... 7/01/99 7/01/00 58.70 Addle. $5.41/hr. I I I I I Page 7 Prevaili~ng Rate Schedule New York State Department of Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A " " Tender .... 2B.67 Addit. $2.Bq/hr. OVERTIME PAY: See ( B, E, E2, Q ) on OVERTIME PAGE. ~ See ( lB, i9 ) on HOLIDAY PAGE. PAID: ' See ( 5, 6, 10, 11, 13, 16, lB, 19 ) for 1st & 2nd yr. OVERTIME: See ( 5, 6, 10, 11, 15, 16, 18, 19 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS:{peP hour paid) - See Below. Apprentices 9-1~56/D I I I ! WAGES(per hour) 7/01/99 7/01/00 Timbermen ......... $ 28.85 Addit. $2.85/hr. OVERTIME: See ( B, E, E2, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See 18, 19 ) on HOLIDAY PAGE. PAID: See 5, 6, 11, 15, 16, 18, 19, 25 ) for 1st & 2nd yr. Apprentices OVERTIME: See 5~ 6, 11, 15, 16, 18, 19, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 year terms et the following percentage of Jourmeyman's . is . 2nd. 5rd. qU bU% 65X SUPPLEMENTAL BENEFITS:(per hour paid) - See Below. 9-1556H I I I CARPENTER The following Supplementel Benefits apply to the preceding Carpenter categories and/er Occupational ~itles unless otherwzse noted. 1/01/00 SUPPLEMENTAL BENEFITS:(per hour paid) Journeymen $ 21.65 Apprentices 15.55 9-NYC/Supp I I I ! I I I WAGES (per hour) Building: Carpenter ............... 7-01-00- 6-50-01 $ 52.19 Page 8 Prevailing Ra±e Schedule New York S~a~e Depar±men~ of Labor .................................. Casa Number .................................. 010260q SUFFOLK 2000A Heavy/Highway: Carpen±er ............... $ ~Z,63 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE, ~ See ( ME: See APPRENTICES ls~ yr ~nd yr rd 2r q~h ~r on HOLIDAY PAGE. 5, 6, 10, 16 ) on HOLIDAY PAGE. 1 ) year ~erms a~ ~he fallowing wages. Heavy/Highway Building $ 13.23 $ 13.05 17.71 17.q6 ~U.69 ZO.qO , Z5,17 ZQ.B1 SUPPLEMENTAL BE~EFITS:(per hour worked) Journeyman $ 20.02 Ampr ls~ ~ 2nd ±arms 13.50 Appr 5rd & q~h ~erms 20.02 ~LEVATDR q-SUF WAGES (per hour) 7/01/9g EleveAor Constructor ..... $ 34.41B "Modern. ~ service... 28.575 Apprentice: (6) month ~erms a~ ±he following percentage o~ Journeyman's wage. ls~ 2nd 3rd ~h 5~h 6~h 7~h 8~h g~h lO~h OVERTIME pAY:CONSTR. See [ C, 0 ) on OVERTIME PAGE. UV~RTIMb PAY:MODERN./SERV. See ( B, H ) on OVERTIME PAGE. HOL.IOAYS: PAID: 5em [ 5, 6. 7, 11, 16 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6~ 7, 11, 16 ) on HOLIDAY PAGE. SUPPL~NENTAL BENEFITS:(per hour morked) Journe~man/Ap~ren~ice: Cons±ruc±ion $ 10.855 Modern./Service 10.705 g-1 I I I I I I I I I I i I I I I I I I Prevailing Rake Schedule New York S±aGe DeparGmenG of Labor' .................................. Case Number .................................. 0102604 SUFFOLK 2000A WAGES(per hour) 6/01/00 Glazier .............. $ 29.50 OVERTIME PAY: See ( C, 0 ) on OVERTIME PAGE, HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 16, 2E ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year Germs aG Ghe ~olo~ing percentage of Journeyman's AOX 50X 6U~ ~UX SUPPLEMENTAL BENEFITS:(per hour worked) Journeyman $ 15.07 Appr ls~ Germ 5.67 Appr 2nd Germ 6.67 Appr 3rd Germ 9.46 Appr 4Gh Germ 13.22 9-1087 (DC9 NYC) HAGES (per hour) ElecGrician ........... Fire Alarm ............ Audio/Sound ......... ~... 7-01-00- 6-30-01 $ 35.25 35.25 35.25 ~ See ( B. Q, V~ ) on OverGime Page. YORK STATE DEPARTMENT OF TRANSPORTATION AND OTHER GOVERNMENT MANDATED HORK HHEN OFF SHIFT HORK IS REQUIRED,THE FOLLOHING PREMIUM RATES OF PAY SHALL BE IN EFFECT~ SHING SHIFT 4:$0 P.M.Go 12:30 A.M ..... $ 41.36 GRAVEYARD SHIFT 12:~0 A.M.Go 8:A.H ........ 46.$3 HOLIDAYS: PAID: See ( I ) on HOLIDAY PAGE. ~TERTIME: See ( 5, 6~ 16, 25 ) on HOLIDAY PAGE. APPRENTICES: [ 1 ) year Germs aG Ghe foilo~ing percentage of Journeyman's is~ 2nd 3rd ~Gh 5Gh 6Gh 5OX 55X qOX 5OX 6OX lUX SUPPLEMENTAL BENEFITS: (percenGs based on gross wages-o~hers per hour) P~e 10 Prevailing Re~e Schedule New York S±a~e Oepar±men~ of Labor .................................. Case Number .................................. 010260~ SUFFOLK 2000A Journeymen q5.5% + + App 3rd yr ~,5% + App qAh yr q$.5~ + App 5~h yr ~3.5% + A~p'6~h yr ~3.5% + $ 5.~3~ PUMP ~ TANK WORK 7-01-00 6-01-01- 5-31-01 5-$1-02 JOURNEYMAN ....... $29.22 $~0.10 OVERTIME; See ( B~ E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid ( 1 ) 6-01-02- 5-31-05 ~Sl.SO Over±ime ( 5, 6, 9~ 16, 25 ) on HOLIDAYS PAGE. Apprentices: One ( 1 ) year ±erms at ±he folloHing percent o~ journeymans rate. ls~ 2nd ~rd qth 5th ~0% 50% 60% 70% 85% Supplemen±al Benefi±s : per hour worked. 50 1/2% of hourly ra±e q-25 I I I,~ I I I I I I I I I I I I I I I Page I1 Prevailing Rate Schedule New York S~a~e Depertmen~ of Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A ELkCIRIU£AN For utility distribution A ~ransmission line construction, NAGES (per hour) 7-01-00- Lineman / Splicer ............... Material Men .................... Heavy Equip. Oper ............... Gnoundman ....................... Flagman ......................... OVERTIME PAY: 10-01-00- 10-01-01 9-$0-00 9-30-01 9-$0-02 31.00 $ 1.10 adtl $ 1.20 edtl 26.q7 " " 2~+.BO " " 18.60 " " 13.g5 " " See ( B, Q ) on OVERTIME PAGE. See ( 5, 6, 8, 9, 10, 11 ) on Holiday page. ME: See ( 1 ) On 0ver±ime Page. N APPRENTICES: 1000 hour periods a± the following percentage of journeyman,s 1st. 2nd. 3rd. qth. 5±h. 6th. 7th. 6U~ 65Z 70Z 75Z 80Z Db~ 90Z SUPPLEMENTAL BENEFITS: (percents based on gross wages-o~hers Der hour) $ 3.59+9 22.5% Underground Na±ural Gasline Mechanic: ( 2" or less ) 7-01-00- 2-28-01 Journeymen U.G.Mechenic .... $ 25.73 OVERTIME: See ( B, E~ E2, P ) HOLIDAYS=: PAID: See ( 5, 6, 8, g, 10. 11, 16 ) OVERTIME: See ( 1 ) on Overtime Page. Supplementel Benefits: 3-01-01- 3-01-02- 2-28-02 2-28-03 $ 26.63 $ 27.52 on Holiday Page. ( per hour worked ) $ 3.61+ $ 4.00+ $ ~.00+ 22% 22.5% 23% q-lO~9 line ~LECINICiAN Applicable ~o electrical maintenance of existing elec±rical systems including, I Page 12 Prevailing ReAe Schedule New York $~a~e Depar~men± of Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A bu~ nc~ limited ±o, ±ra~ic signals and s±ree~ lighting. WAGES (per hour) 7-01-00- 5-01-01- q-~O~O1 q-$0-02 Elec±rician $ 28.30 $ 29.$0 OVERTIME PAY: See ( B, H, ) on OVERTIME PAGE. ee ( 1 ) on HOLIDAY PAGE. E: See ( 5, 6, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ~erms e~ ~he following wage. ls~ Znd Srd 4~h 5±h SUPPLEMENTAL BENEFITS: (per hour Norked) $ 11.69 + $ 12.23 + 3% o~ wage ~% of wage TRIMMER - Line Clearance Soecialis~ 7-01-00- 12-30-00- 12-29-00 1-0~-02 WAGES: ( per hour ) .............. $ 19.50 $ 19.99 OVERTIMe: See ( B, E, P, T ) on OVERTIME PAGE. See ( 5, 6, 8, 9, lO, 11, 16, ) on HOLIDAY PAGE. OVERTIME: See ( 1 ) on OVERTIME PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ ~.87+ $ 4.12+ 12.5% 12.5 12.5% ~-25m TREE 1-06-02- 6-30-02 $ 20.4q 4-10~9 WAGES (per hour) 1101/99- 6/~0/99 S~ruc~ural ........... $ $7.70 Riggers .............. $7.70 I I I I ! Page l~ PreveilinQ Ra~e Schedule New York S~a~e Oepar~men~ of Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A Machinery Movers ..... 37.70 ' " Erectors... 37.70 OVERTIME PAY: See ( B, Ex. Q, V ) on OVERTIME PAGE. ' ~ for ls~ 8 hours, double ~ime ~hereaf~er? HOLIDAYS: ?AID: See ( 18~ 19 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 18, 19 ) on HOLIDAY PAGE. ~ ( 1/2 ) year ~erms a~ ~he following wage. · 3rd. ~h. 5~h. 6~h. $ ZU.bb zl.15 Zi.lb 21.75 Z~.75 Zl./5 SUPPLEMENTAL BENEFITS:(per hour worked) Journeyman $ 22.~3 Appren±ice$ 17.88 9-40/361 I I I I i HAGES(per hour) 7/01/g8- 6/~0/99 Reinforcing Me~al La~hing .......... OVERTIME PAY: See ( C~ O, V ) on OVERTIME PAGE. ~ee ( i ) on HOLIDAY PAGE. OVERTIME: See ( E, 6, 8, 10, 11,' 1~, 18, lg ) on HOLIOAY PAGE. APPRENTICES:( 1 ) year ~erms a~ ~he following wage ra~es. ls~ Znd 3rd $16.00 SUPPLEHENTA~ B~N~FITS:(per hour worked) Journeyman $ 17.48 ls~ ~erm 10.68 2nd ±erm 11.68 3rd ~erm 13.68 4~h ±erm 16.6B 9-q6 I I I I I I I I HA(~S (13er hour) 01/01/00- 6/~0/00 Ornamental ............. 8 35.54 Chain Link Fence ....... 35.54 Page I4 Pravaili~g Ra~a Schedule New York S~a~e Depar~men~ of Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A Guiderail Installation. 35.54 OVERTIME PAY: See A, D1, E~, Q~ V ) on OVERTIME PAGE. MOouble ~ime after ? hours on Saturday. ~ee ( 1 on HOLIDAY PAGE. OVERTIME: See ~, 6, B ) on HOLIDAY PAGE. ~ (1/2) year terms a~ ~ha follo~ing percen~aga of Journeyman~ lsd. 2nd. 3rd. 4~h. 5~h, 6~h. .SUPPLEMENTAL BENEFITS:(ger hour worked) Journeyman $ I8.66 Appr ls~ ~erm Appr 2nd ~erm 19.59 Appr 3rd ~erm 20.15 Agpr q~h ±arm 21.29 Appr 5±h ~erm 21.87 Appr 6±h ~erm 22.99 9-580 LABORER WAGES (per hour) 07/01/99- 06/30/00 Buildin~ Laborer: Excep~ Aba~emen~ ...... For Aba~emen~ See Below ~VER~ME PAY: See ( A, E~ E2, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. I~IME: See ( 5, 6, 25 ) on HOLIDAY RAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 15.49 Aba~emen~ Only ........ 07-01-00- 12-01-00- 11-30-00 Wages ..................... $ 21.G5 $ 1.55 ad~l. Supplamen~al Benefits ( per hour worked ) ....... $ q. O0 UR R - H VY HIgH AY Laborer (Heavy/HighHay): Group ~ 1: AsphaI± Rakers and Formse~±ars. 07/01/00- 07/01/01- 06/30/01 06/30/02 22.55 $ 1.38 ad~l. $ 1.43 ad~l 12-01-01- 12-01-02- 11-30-02 11-30-0S $ 1.00 ad~l. $ 1.00 ad±l. ~-66 I I I I I I I I Page 15 ~i Prevailing Ra±e Schedule New York S±a±e Number :i Oepartmen± of Labor .................................. Ceae ..... ~ ............................ 0102604 SUFFOLK 2000A Group # 2: Asphal± Shovelers, Roller Boys and Tampers. Group # 3: Basic Laborer, Power Tool, Trackmen, Landscape, Pipelayer, Jackhammer and Concre±e. WAGES lper hour) 6-01-00- 6~01-01- 6-01-02- 5-31-01 5-31-02 5-31-05 Heavy/HighHay Laborer: Group # 1 ............. $ 26.67 $ 1.q5 ad±l. $ 1.50 ad±l. Group # 2 ............. 26.06 l.q2 ' 1.~7 " Group # 3 ............. 2q.03 1.35 ' 1.~0 " NOTE: PREMIUM PAY 20% on s±raight time hours for NEW YORK STATE O.O.T end other GOVERNMENTAL MANOATED oTf-shif± work. Apprentices: ( 1 ) year ±arms a± ±he following percen±ages of ~ourneymans ls~ year .......... 2nd year .......... 90~ OVERTIME PAY: See ( 8, F~ E2 ) on OVERTIME PAGE. ~ee ( 1 ) on HOLIDAY PA6E. OVERTIMe: See ( 1 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) $ 13.q2 q-1298 i I i I ! I I I 1 I i MASUN-Buzl~lno A~Lper hour) 1/01/00 Building: Marble/ Sawyer, Rubber & Polisher ............ $ 29.98 Marble Res±oration Finishers ............. 15.07 ~ See ( A, E, Q, V ) on OVERTIME PAGE. Journeymen receive 1/2 days pay for Labor Day. Cleaner, Main±enance end 1ST ~hree ±arms of Appren±ices See ( 5, 6, 11 15 ) on HOLIDAY PAGE. ' All o~hers See ( ! ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 11, 15 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year ±arms a± ±he following percentage of Journeyman's ls~ 2nd 3rd ~±h 5±h 6±h 7~h B~h 50% 55% 60% 65~ 70% ~U~ ~U~ V5% SUPPLEMENTAL BENEFITS:(per hour worked) Journeyman $ 12.53 Cleaner/Maintenance 2.~0 AppP 5.80 + wage percen±age of $ 6.09 - Page 16 Prevailing Rate Schedule New York State Depar~menk of Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A 9-7/2~ MA50H - Building WAGES(per hour) 1/Ol/OO- 6/~0700 Building: Bricklayer .......... $ 55.22 7/01/00- 12/S1/00 54.27 OVERTIME PAY: See ( A, E, E2, Q ) on OVERTIME PAGE. HOkIo^YS: PAIU: Bee ( 1 ) on HOLIDAY PAGE. OVEETIHE: See ( E, 6, 10 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hour ) kerms ak khe following percentage of Journeyman's wage. ~st 2nd 5rd 4kh ET~ (500 Hfs) 6TH (500 Hfs) SUPPLEMENTAL BENEFITS:(per hour worked) Journeyman $ 15.56 15.61 Appr 8.~S 8.55 9-1Brk Appr WAGES(per hour) Journeyman ........... $ $ 10.76 6.08 9-1 Paver 7/01/2000 2/07/2001 2/06/2002 27.00 27.50 28.50 MASON-B U It Pavln Nork~ ~ Shall include buk nok limited ko: fired clay brick pavers, pre-cask con- crake slabs (london walks), pressed concrete pavers, cobbie stone, ail kypes of flagging~ asphaik concreke pavers- asphalkic cemenk sand and s~one aggrega~e~ unik safeky surface. WAGES(per hour) 8/01/99 Journeyman .............. $ 24,12 Apprenkice ( one year term ) .... 20.27 OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( B, 6, 25 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS:(per hour worked) I i I i ! ! I ! i ! Prevailing Ra~e Scha~ula Page 17 New York S~a~e Depar~men~ oT Labor .................................. Case Number .................................. 0i0260~ SUFFOLK 2000A ~-~;;-~-~-~-~-;-;;-6~-~ ............................... HOLIDAYS: PAID: See ( ! ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, IO, II, ~5, 18 , 19 , 26 ) on HOLIDAY PAGE. ~ ( i/2 ) year ~erms a~ ~he {ollo~ing percan~age oT journeyman's wage. SUPPLEMENTAL BENEFITS=(per hour Horked) Journeyman $~.E2 $i~.58 $1q.55 Appr Same percentage as wage. ~.~.AEON - Pozn~er/CaulKer/Cleaner HAGES(per hour) 7/01/99- 6/30/00 Po~nAer, Cleaner,A Caulker [Mason) ..... $ 28.20 OVERTIME PAY: See ( B, H ) on OVERTIME PAGE. HOLIDAYS: PAID: See [ 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 25, 26 ) on HOLIDAY PAGE. APPRENTICES: ( ~ ) year ~erms a~ ~he ~o[1oH~ng wage ra~es. $~5.uo ~/.Zb Z~.UO ~.bU SUPPLEMENTAL BENEFITS:[per hour worked) Journeyman $ 12.65 Appr is± ~erm 2.50 Appr 2nd ~erm 2.75 Appr ~rd ~erm ~.EO Appr ~h ±erm 6.50 9-530 9-1PCC ~A$ON I ! I I ! I I HAGES(per hour] 7/01/99 7/01/00 CemenA Mason ......... $ 5B.O0 AddiA. $2.00/hr. OVERTIME PAY: See ( C, O, V ) on OVERTIME PAGE. ~ee ( I ) on HOLIDAY PAGE. Page JiB Prevailing Ra~e Schedule New York S~a±e Depar~men± of Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A OVERTIME: See ( 5, 6, 8, 11, 13~ 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) y~ar ~erms a~ ~he following percentage of Journeyman's wages and fringes. ls± ~nd 3rd q~h 5±h 6±h 5OX 60X 7OX BOX ~UX 95X SUPPLENENTA~ BENEFITS:(per hour worked) $ lq.13 9-780 MA~UN - Buildznq HAGES(per hour) 7/01/99 BuiIding: Plas±erer ...... ; ..... $ 29,57 OVERTIME PAY: Sea ( A, G, P, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( S~ 6, 25 ) on HOLIDAY PAGE. APPRENTICES: ( i ) year ±arms a~ ~che following percen~cage of ~ourneyman~s O e, UT, SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 12.25 Appr ls~ ~hree months 0.00 All o~her Appr 12,25 9-202P MASUN-Buzldinq HAGES (per hour) t/01/00- 6/~0/00 Building: Mosaic & Terrazzo Horker,..$ 31.58 " Helper...$ 50.07 0VERTIME PAY: Sea ( A E? Q~ V~ ) on OVERTIME PAGE. ~ $ 5.~ added ~o supplements. HOklDAYS: PAID: See ( 1 ) on HOLIDAY PAGE, OVERTIME: See ( 5, 6, 8, 11, 15, 16~ 25 ) on HOLIDAY PAGE. I I i I I I I i I I I Prevailing Ra±e Schedule ~i Page 19 New York S~a~e Depar±men~ o~ Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A SUPPLEMENTAL BENEFITS:(per hour worked) $ 15.55 9-7/5 HAGES(per hour) ll/O1/gg Building: Tile Layer ........... $ 51.26 OVERTIME PAY: See ( A, 0 ) on OVERTIME PAGE. HOLIDAYS: PAID: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, lO, 11, 15, 16 ) on HOLIDAY PAGE. APPRENTICES: ( 750 hr)~erms a~ ~he +ollowing percentage o~ journeyman's wage. 2nd 5rd ~±h 5~h 6~h SUPPLEMENTAL BENEFITS:(per hour worked) $ 14.82 9-7/52 MASON - Buildin~ HAGES(per hour) 12/01/99 BuiIding: Tile Layer Helper ~ Finisher ....... $ 26.2q OVERTIME PAY: See ( A, E, Q ) ON OVERTIME PAGE. HOLIDAYS: PAiU: See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 10, il, iS, 16 SUPPLEMENTAL BENEFITS:(per hour worked) $ 12.q8 ) on HOLIDAY PAGE. 9-7/88 I I I I I I I ~AGES(per hour) 1/01/00- 6/50/00 Derrickman/Rigger .... $ 55.01 7/01/00- 12/51/00 55.01 Page 20 Prevailing Rate Schedule NeH York Sta~e Degartmen± o+ Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A OVERTIHE PAY: See ( C~ O, V ) on OVERTIME PAGE. HOLIDAYS: PAID: See [ 1 ) on HOLIDAY PAGE. '~ ¢ OVERTIME: See ( 5, 6, 8, 10 ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms at ±he following percentage of ~ourneyman~s wage. 1st 2nd 5rd 4~h 5~h 6th SUPPLEMENTAL BENEFITS:(mer hour worked) $ 2~.46 $ 24.56 9-197 MA50N - Bultdlnq HAGES(peP hour) 1/01/00 Building: Marble CuP,ers ~ Se±rets ............. $ ~q.88 OVERTIHE PAY: See ( 8, O, V ) on OVERTIME PAGE attached. PAID HULIOAY: Journeymen receive 1/2 days pay for Labor Da Apprentices 1St ~hree terms See ( 5, 6, 8~ ll, 15 ) on HOEIDAY PAGE~ Pius any day following a Thursday or Sunday Holiday. Ail others See ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6~ 8, li, 1E, ) on HOLIDAY PAGE. APPRENTICES: ( 1/2 ) year terms a~ the following percentage of 5ourneyman's ist 2nd ~rd 4~h 5th 6th 50Z 55Z 6hZ /UZ ~UZ SUPPLEMENTAL BENEF~TS:(per hour worked) Journeyman $ 15.55 AppP 5.90 + Hage percentage of $ 9.7~ 9-7/4 MASON-Buiidlno WAGES(per hour) Marble-Riggersz Crane & Derric~man...$ 1/01/00 28.72 OVERTIME PAY: See ( C, O~ V ) on OVERTIME PAGE. iO U AY: 1/2 Day for Labor Day. : ee ( 5, 6, 8, 11, 15~ 28 ) on OVERTIME 'PAGE. m I I I I I I I I ! Page 21 Prevailing Rate Schedule : New York State Oepar~ment of Labor .................................. Case Number .................................. 010260~ SUFFOLK 2000A SUPPLEMENTAL BENEFITS:(per hour worked) $ 16.82 WAGES (per hour) Brush. Paper Hanger,Taper S~ructural SteeI ......... Spray, Scaffold~Sandblast Repalnt/Renova±zon ....... 7-01-00- 6-30-01 $ 26.05 35.63 28.q7 20.89~ 9-7/20 MAdditional $2..00 per hr. for Hanging Scaffold, Spray, Sandblasting, and Rolling Scaffold 20' and over. Lead Abatement at same rate as classification. OVERTIME PAY: See ( A, E, K ) on OVERTIME PAGE. UVEMIIME HAY-Raoaint/Renovation: See ( B ) on OVERTIME PAGE. See ( 1 ) on HOLIDAY PAGE. 'IME: See ( 5, 6 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) ~r ter~sda~Zn the following rates. Brush $ 10.75 16.01 19.11 Scaff./SB ll.Bq. 17.62 21.09 Struc. Stl. 12.9q lg.2q 25.08 Rpt/Ren. 10.75 16.01 19.11 SUPPLEMENTAL BENEFITS: (per hour worked) Rpt/Ren. Journeyman $ 13.67 All other Journeyman 13.67 Apgr 1st year ~.76 Appr all other terms lO.lB ~-1~86 ! i l B i ! i I i WAGES (per hour)7-Ol-O0- 10-31-00 Plumber ..... $ 3q.75 OVERTIME PAY; See ( A, 0 ) 11-01-00- 5-01-01- 11-01-01- 5-01-02- 11-01-02- q-50-O1 10-31-01 q-30-02 10-51-02 q-30-05 $ 35.q5 $ 36.15 $ 36.85 $ 37.53 $ 38.28 on OVERTIME PAGE. See ( 1 ) on HOLIDAY PAGE. IME: See ( 5~ 6,.15, APPRENTICES: ( 1 25 ) on HOLIDAY PAGE. year *arms at the following rates. Page :22 Prevailing Reke Schedule New York S~a~e Depar±men~ of Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A ls~ year ...... $ 15.61 $ 13.89 $ lq.ll $ 14.35 $ lq.57 $ 14.83 2nd year ...... 17.19 17.54 17.87 18.20 18.55 18.88 3rd year ...... 22.44 22.89 25.39 2~.90 24.35 24.80 4~h year ...... 24.~7 24,66 25.20 25.74 26.20 26.70 5~h yeer ...... 25.96 26.48 27.08 27.68 28.20 28.76 SUPPLEMENTAL BENEFITS: (per hour worked~) Journeyman $ 16.80 $ 16,95 $ 17.55 $ 18.15 Appr ls~ ~erm 10.14 10.20 10.50 10.78 AppP 2nd ~erm ll.BO 11.88 12.20 12.52 Apgr 3rd ~erm 11.98 12.08 12.45 12.77 Appr 4±h ~erm 12.69 12.80 13.17 15.54 Appr 5~h ~erm 13.07 13.19 15.57 15.95 ~Sunday end Holiday Benefi±s paid e~ Double Time rage. PUMP ~ TANK WORK 7-01-00- 6-01-01- 5-31-01 5-31-02 Journeyman ................. $ 50.05 $ 31.60 Overtime: ( 8, E, Q ) on Overtime Page. Holidays: Paid ( 1 ) Overtime ( 5, 6, 9, 10~ 16 ] on Holiday Page. Apprentices: One year ~erms ak ~he following ra~es; App: is~ yr ................ $ 11.75 $ 12.22 App: 2nd yr ................ 14.98 15.6fi App; 3rd yr ................ 18.10 18.95 App: 4th yr ................ 21.18 22.21 Mechanic: .................. 26.27 27.57 servzceman: ................ 18.10 18.95 Supplemental Bene~i±s ; per hour worked. Journeyman ................. $ 15.56 $ 15.61 App. ls% yr ................ 6.41 6.66 App. 2nd yr ................ 7.72 7.97 App. 5rd yr ................ 9.13 9.58 App. 4%h yr ................ I0.59 10.84 Mechanic: .................. 12.51 12.56 Serviceman: ................ 9.15 9.38 $ 18.75 $ 19.30 ll.OB 11.34 12.84 13.14 15.19 15.57 13.99 14.40 14.41 14.83 4-200 WAGES(per hour) 12/29/99 S±eam Fi%ter .......... $ 36.30 Sprinkler Fitter ...... 36.30 I I i I I t 1 t I I I / i Page 25 PrevaiIing Ra~e Schedule: New York S~a~e Oepar~men~ of Labor .................................. Case Number-.= ............................... 010260q SUFFOLK 2000A For Hork on Temporary Hea~ & Air Conditioning ....... $ 27.58 OVERTIME PAY; See ( C, O, V ) on OVERTIME PAGE. ~ee ( 1 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 11, 1E, 16, 25 ) on HOLIDAY PAGE. APPRENTICES: ( i ) year ~erms a~ ~he following percentage of Journeyman's lsd. 2nd. Srd. 4~h. 5~h. SUPPLEMENTAL BENEFITS:(per hour paid) For Hork on Temporary Hea~ & Air conditioning Apprentices 18.75 + .54 per hour worked t5.qq + .54 per hour worked ~erm percentage of 18.75 plus .54 per hour worked HAGES(per hour) 7/01/00 S±eam~i±±er ......... $ 25.55 Re~rigera±ion, A/Ct Oil Burner and S~oker Service and Ins~alle~ions~ Zimi~ed on Refrigeration ~o combined compressors up ~o five (E) horsepower, and on A/C Hea±ing and Air Cooling ~o combined compressors up ~o ~en (10) horsepower. OVERTIME PAY:See ( B, Et Q~, S~ ) on OVERTIME PAGE. HOLIDAYS: ?AID: 5em ( 2, 6, g, 10, 11, 15, 17, 26, Memorial Day ) on HOLIDAY PAGE. OVERTIME: * ( 2. 6, 9, 15, 17 ) ~ ( 10, ii, 26, Memorial Day ) APPRENTICES: ( I ) year ~erms a± *he following wage. ls~ 6 mo 2nd 6 mo 2nd yr ~rd Yr ~h yr $7.10 ll.~q 15.1/ SUPPLEMENTAL BENEFITS:(per hour worked) Journeyman $ 5.56 AppP ls~ ~erm ' 5.55 Appr 2nd ~erm 5.lq Appr 5rd ~erm Appr ~h ~erm A.B5 9-6388 I I l I ~ Page :i Prevailing RaKe Schedule New York S~a~e Oepar±men± of Labor .................................. Case Number .................................. OiOZ60~ SUFFOLK 2000A 7-01-2000 10-01-2000 HAGES (per hour) 9-30-2000 9-30-2001 9-30-2002 Roofer/Ha±erproofer ............... $ 26.50 $ 1.75 adA1. $ 2.25 adtl. OVERTIME PAY-New Roof: See ( A. E. E2. Q ) on OVERTIME PAGE. UV~N[/M~ HAY-~eroo~.~_L ~ee ( B, E, E2, Q) on OVERTIME PAGE. ( i ) on HOLIOAY PAGE See ( ~, 6, 13, 16, 2~ ) on HOLIOAY PABE. APPRENTICES: ( 1 ) year terms at the ~ollow~ng percentage o~ ~our~eymen,$ Hage. SUPPLEMENTAL BENEFITS: (per hour worked) Journeymen $ 1B.Oq Apprentices ls~ 2.15 2nd 3rd 9.87 ~Hk~IM TAL H RKER HAGES (per hour) Shee~metal Horker .... $ 33.17 7~01-00- 8-01-00- 2-01-01- 8-01-01- 2-01-02- 7-31-00 1-31-01 7-31-01 1-31-02 7-31-02 1.25 edt1 1.3E ad~l l.qS,adtl 1.60 ad~l For Temporary Opera~ion or . Meint.of Fens .............. 80% o~ Sheetme~al Ra~e ~ecking ~ Siding Nork: ..... $ 28.70 OVERTIM~ PAY: See ( C? E2, O, V ) on OVERTIME PAGE ( O~ E2~ O, V ) on Fan Main~./ Decking ~ Siding ee ( 1 ) on HOLIDAY PAGE. IME: See ( 5~ 6, 11~ 12~ 15~ 25~ 26 ) on holiday page. APPRENTICES: ( 1/25 B)ryear terms a~t~heh followin~ percent of journeymen rake ~ 2nd ~h .... 5 50Z 8th 7th 8±h SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman $ 20.93 Appr ls~ ~erm 6.28 Appr 2nd ~erm 7.33 Appr 3rd ~erm 8.37 Appr ~th term 9.q2 Appr 5Ah ~arm lO.q7 Appr 6~h term I1.~1 AppP 7th ~erm 12,56 Appr B~h term 16.74 Page Preveiling Rake Schedule New York S~a~e Depar~men~ of Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A Decking ~ Siding ............. 9.96 ~-2B ? Heider...To be paid ~he ra~e of ~he mechanic performing ~he work. TEAMSTER-Buildine I ! I i I I Truck Driver (Building and Heavy/Highway): GROUP 1: Chauffeur and Excava±ion. NAGES (per hour) 7-01-00- 7-01-01- 6-$0-01 6-$0-02 Truck Driver (Building and Heavy/Highuay): Group 1 ................. $ 28.755 $ 29.~05 Drivers of three-axle tractors & ~railers~ $6.00 per day additional. Drivers of heavy equipmen± & ~agalon; ~rallers, $ lO.O0 per day additional. Drivers of boom ~rucks, $ 10.00 per 8ay additional. OVERTIME PAY: See ( B, E, R ) on OVERTIME PAGE. H Y: ~See ( 5, 6. 16, 25 )~ on HOLIDAY PAGE. 09TEI~TIME: See ( 5, 6, 16, 25 )~ on HOLIDAY PAGE. ~ must work ~wo days in holiday week. SUPPLEHENTAL BENEFITS: (per hour worked) ~ 16.01 $ 16.61 q-282nsh I i I I I I i I I TEAMST[R- Demolition/Debris, AsbesAos/Toxic Was~e HAGES (per hour) 7-01-00- 7-01-01- 6/~0/01 6-~0-02 Truck Driver, Chauffeur or Loader/Opera,or $ 21.$5 $ 21.85 21.65 22.15 OVERTIME PAY: See ( B, L~ S, Si,) on OVERTIME PAGE. )See ( 5, 6, 7. 8, 11, 12~ 26 ) on Holiday Page. (~) Mus~ work ±HO days zn Holiday weak SUPPLEMENTA~ BENEFITS: (per hour worked) Page 26 .Prevailing Ra%e Schedule New York S%a~e Depar~men~ of Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A 15.45 $ 14.68 4-282.Demo HAGES (~er hour) 7-01-00- 1-01-01- 12-51-00 6-50-01 Sign Erector .......... $ 27.40 $ 27.90 OVERTIME PAY: See ( A, H ) on OVERTIME PAGE. [6.,15 16 ) on HOLIDAY PAGE. APPRENTICES: (' 1/2 ) year terms at the following percentage of journeyman's wage'~s% 2nd 5rd 4th 5%h 6~h 7~h 8th 9th lO~h ¥ bZ qOZ qS~ box 55× 60% 65% 70% 75% 80% SUPPLEMENTAL BENEFITS: Journeyman ........... $ 17.47 Amp 1st ~erm .......... 5.61 App 2nd ~erm ......... q. Oq App 5rd term ......... q.q8 App 4th ~emm ......... 4.9i Apr 8th ±arm ......... 7.54 Ap~ 6th term ......... 7.77 App 7~h term ......... 10.21 App 8~h ~erm ......... 10.84 App g~h term ......... 13.07 App lOth.%erm ........ 15.50 $ 17.60 5.65 4.07 4.51 4.94 7.58 7.82 10.25 10.89 15.12 15.56 9-137 I I 1 i i I I I I I i I I I I 1 i I I Page 27 New York State' Prevailing Rate Schedule Department of Labor ................................ 2-Case Number .................................. 010260~ SUFFOLK' 2000A WAGES(per hour) 7/01/1999 Peinter (Striping-Highway): Striping=Machine Opera±or ....... 9 21.57 " Helper .................... 15.79 Linerman ....................... 2q.09 OVERTIME PAY: See ( B, E, P, S ) on OVERTIME PAGE. HOLIDAYS: PA£U: See ( 2, 8. ii, 12, 15, 16, i7, ZO )ON HOLIDAY PAGE. OVERTIME: See ( 2, 8, 11, 12, iE, 16, 17, 20, 21, 22 ) ON HOLIDAY PAGE. APPRENTICES: ( 1 ) year terms at the following rates of ~ourneyman~s Wage. 1st 2nd 3rd ~h 5±h 910.00 911.00 912.00 $13.00 91~.00 SUPPLEMENTAL BENEFITS:(per hour paid) 22% of wage + 9 .50 9-8a/28a (250) HAGES:(eer hour) 1/01/00 7/01/00 Survey Rates-Building: Party Chief ......... 9 32.77 Addit. 9$.01/hr. Ins±rument Man ...... 27.19 Addit. 91.8q/hr. Rodman ............... 18.5q Addit. $1.~l/hr. OVERTIME PAY: See ( A, E*. q, V ) ON OVERTIME PAGE. *UouOle~ime paid on the 8th hour on Saturday. ~ee ( 5~ 6. 8, 11, 12~ 15, 25 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 11~ 12, 25 ) on HOLIDAY PAGE. SUPPLEHENT~L BENeFiTS: (per hour paid) Journeyman $ 15.~0 ' Y CEEH - H v / wa WAGES: (per hour) 9-15Db Page 28 Prevailing Ra±e Schedule New York S~a~e Depar~men± of Labor .................................. Case Number .................................. 010260q SUFFOLK 2000A 1/01/00 7/01/00 Survey Ra~es-Heavy/Highway: Par~y Chief ............. $ 52.18 Addi±. $5.22/hr. Ins~rumen~ Man .......... 25.92 Addle. $1.78/hr. " Rodman .................. 25.22 Addi~. $1.qg/hr. OVERTIME: See ( B, Ex, Q, V ) ON OVERTIME PAGE. ~Ooubletime paid on ±he 9±h hour on Sa±urday. HOLIDAYS: FA£D: See ( 5, 6, 8, 11, 12, 15, 25 ) on HOLIDAY PAGE. OVERTIME: See ( 5, 6, 8, 11, 12, 15, 25 ) on HOLIDAY PAGE. APPRENTICES: ( 1 ) year ~erms a~ ~he following wage ra~es. ls~ term $ 9.97 2nd ~erm 1~.14 SUPPLEMENTAL BENEFITS (per hour paid) Journeymen $ 15.40 Apprentice 8.65 9-15D-N/S co. ~U~VEY C~EH - Consul~n~En~neer CONSULTING ENGINEER SURVEY Peas~bil~y eno preliminary design surveying, line and ~rade surveying for inspection or supervision of cons±ruction ~hen performeo under a Consul±ing Engineer agreemen±. WAGES:(per hour] 7/01/1999 Survey Ra~es: Par±y Chief ......... $ 25.96 Ins~rumen~ Man ...... 20.65 Rodman .............. 17.88 OVEETIHE PAY: See ( B, E~, Q, V ) ON OVERTIME PAGE. ~Ooubletzme paid on ±he 9~h hour on Saturday. ~ee [ 5, . . 11. 16 ] on HOLIDAY PAGE. OVERTIME: See (65,76,7~ 11, 16 ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: [per hour paid) Journeyman $ 9.60 9-15dconsul~ I m 1 i I I i i I I I i I I I I i I Prevailing Rata Schedule Page 29 New York State Department o~ Labor .................................. Case Number .................................. 0102604 SUFFOLK 2000A HAGES(per hour) 10/16799 10/16/00 Core Drilling: Driller .............. $ 22.98 Addit. $1.25/hr. Helper ................ 19.22 Addit. $1.O0/Hr. Note: Hazardous Haste Pay Oi~feren±ial: For Level C, an additional $ 0.25 per hour For LevelB' an additional .75 per hour For Level A, an additional 1.00 per hour Note: Hhen required to work on Ha±er: an additional $ 0.25 per Hour. OVERTIME PAY: See ( B, E, K~, P, R~ ) on OVERTIME PAGE. HOLIDAYS: ~AID: See ( 5, 6 ) on HOLIDAY PAGE. OVERTIME: * See (5; 6 ) on HOLIDAY PAGE. ~'See ( 8, 10, 11, 1S ) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS:(per hour worked) $ 7.69 MUHEE EQUIPMEN} U?EEAlOE - Heavy/Highway HAGES (pep hour) Heii Driller: .......... Nell Driller Helper:... OVERTIME PAY: See ( 7-01-00- 8-01-00- 7-31-00 7-51-01 25.72 $ 25.8~ 21.10 21.1~ E, G, P ) on OVERTIME PAGE. HOLIDAYS: PAIO: See ( 5,(6 16,6~ 25 ) on HOLIDAY PAGE. ~IHE: See ~, 16, 23 ) on OVERTIME PAGE. 9-1536 SUPPLEMENTAL BENEFITS: [per hour worked) Journeyman .............. $ 8.65+ Overtime... $ 10.95 + 10~ o+ rate lOX o~ rate Hazardous Haste Differential Level A ................. $ 3.00 per hr over rate Level B .................. 2.00 " " " " Level C ............... ... 1.O0 " " " " 4-138well : Page ~0 Prevailing Rate Schedule ~ New York State Department of Labor .................................. Casa Number .................................. 0102604 SUFFOLK 2000A OW U · BUILDING: gLA55" A ":Crane. Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane. Pile Driver. CLASS "B": Asphalt Spreader, Backhoe Crawler. Boiler, Boring Machine, Cherry PicKer lover BO ~ons). Concrete Pump. Gradali, Grader. Hoist, Loading Machine (iO yds on more). Miiling Machine. Power Winch-Stone Settihg/StructuraI Steel/Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scraper in Tandem, Shovel. Sideboom Tractor, Stone Spreader (Self Propelled), Tank Honk, Tower Crane Engineer. CLASS "C": Backhoe, Boom Truck. Bulldozer, Broin9 Machine/Auger, Cherry Picker, Conveyor-Muiti, Dinky Locomotive, Fork Lift, Hoist (2 Drum), Loading Machine 8 Front Loader. Mulch Machine (Machine fed), Power Winches (AIi others no± included in CLASS A), Asphal± Roller. Hydraulic Pump with Boring Machine, Scoop, Carryall, Scraper, Maint. Man on Tower Crane, Trenching Machine. Vermeer Cutter, Honk Boer. CLASS ~ : Curb Machzne, Maintenance Engineer (Smali Equip. S Nail Point), kle~ Mechanic, Milling Machine (Small)~ Pulvi-Mixer, Pumps, Roller (Dirt), Vac-All, Welding/Burning, Compressor (Structural Steel B 2 or more in Battery), Concrete Fini-s5ing Mac~ine. Concrete Spreeder~ Conveyor, Curing Machine, Firemen, Hoist (One Drum), Ridge Cut,er, Striping Machine, Weldsng Machine (Structural Steel 8 Pile Work). CLAS " " ' S E : Compressor [Plle~ Crane, Stone Se~ting), Concrete Breaker/Sew Cut,er, Work Lift (Walk Behind/Power Operated)~ Generator (Pile Honk) Hydra Hammer. Hand Operated Mechanical Compactors, Pin Pullar~ Por~abIe Hea~er, Power-Broom/Buggy/Grinders, Pumps-Single Ac±ion 1 to ~ inches/Gypsum/Double Action Diaphragm, Hand Trenching Machine, Melding Machine. C1 s "F". Batching Piant, Generator, Grinder, Mixer, Mulching Machine, Oiler, FO~rifugal up tc$ inches), Root Cut,er, Stump Chipper, Oiler on ToNer Crane, Track Tamper, Tractor, Vibrator, Oeckhand on Work Boat. WAGES (per hour) 7-01-00- 5-51-01 Class" A" ............... $ ~Add $5.50 for Hazardous Haste Work Class" B" ............... ~Add $2.50 for Hazardous Waste Work Class "C" ............... 50.80~ ~Add $1,50 for Hazardous Waste Work Class" D" ............... 29.qq Class" E 1! ............... 27.10 Class" F" ............... 25.93 MCranes : Boom length over lO0 f~o~ a~d $ O.BO g~r h~ur " " is0 $ 0.75 " " " " 250 " " $ 1.00 " " " " " " 550 " " $ 1.EO " " OVERTIME PAY: See ( D, 0 ) on OVERTIME PAGE. ~See ( 5, 6, 7, 8, ll, ) on HOLIDAY PAGE.~ W~m~ork day before & day after, or necaive 2 hours per intermittent day I I I I I I i I I I I I 1 I I I I Prevailing Rate Schedule ~' Page 3i New York State - Department of Labor .................................. Case Number .................................. 010260~ SUFFOLK 2000A ~ See ( 5, 6, 7, 8, 11, ) on OVERTIME PAGE.~ APPRENTICE ( i ) year terms at the following rates; ls~ yr .............. $ 16.7q 2nd yr .............. 17.q2 3rd yr .............. 17.94 SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman ......... $ 21.9~ Note Note:OVERTIME dourneyman 23.90 ApPrentice .......... 13.19 Note Note:OVERTIME Apprentice 8.~0 q-13B VY / H N Y: ~~a~e, Truck Crana, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS 'B": Asphalt Spreader, Backhoe Crawler. Boiler, Boring Machine, Cherry Picker (over BO tons). Concrete pump, Gradall, Grader, Hoist Loading Machine (10 yd$ or more). Milling Machine. Power Winch-Stone Setting/Structural Steel/Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (Self Propalled)~ Tank Work, Track AlignmentMachine. CLASS 'C": Backhoe, Boom Truck. Bulldozer, Boring Machine/Auger, Cherry Picker, Conveyor-Multi, Dinky Locomo±ive, Fork Lift, Hoist (2 Drum), Loading Machine and Front Loader. MuSch Machine (Machine fed)~ Power Winches (All others not included in CLASS B), Asphalt Roller~ Hydraulic Pump with Boring Machine, Scoop, Carryall, Scraper. Maint. Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. CLASS "D": Curb Machine, Maintenance Engineer (Smai1 £~uip. & Well Point), d kiel~ Mechanic, Milling Machine (Small). Pulvi-Mixer, Pumps, Roller (Dirt), Vac-All, Welding/Burning, Compressor (Structural Steel & 2 or more in Battery), Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine~ Fireman, Hoist (one drum). Ridge Cutter, Striping Machine, Wel~ing Machsne (Structural Steel & Pile Work). CLASS "E": Compressor (Pile, Crane, Stone Setting), Concrete Breaker/Saw uu~er, ~ork Lift (Walk Behind, Power Operated), Generator (Pile Work), Hydra Hammer. Hand Operated Mechanical Compactors. Pin Puller~ Portable Heater, Power-Broom/Buggy/Grinders, Pumps-Single Action 1 to 3 inches/Gypsum/Double Action Diaphragm, Hand Trenching Machsne, Welding Machine. Class "F": Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (Centrifugal up to 3 inches)~ Root Cutter, Stump Chipper, Oiler on Tower Crane, Track Tamper, Trac±or, Vibrator, Deckhand on Work Boat. Class ' G ": Lead Tec TV Crew. Class ~' H ": Net Out Tec. Class" ~ ": Technician. Boiler Operator: Pa~e New York S~a~e Prevailing Rede Schedule Oepar~men~ of kebo~ .................................. Case Number .................................. 010260~ SUFFOLK 2000A Opera,or .......... $ 26.26 Class B: Opmre~or II ....... 21.55 Enginmer .......... ~ 23.12 Boa± Mes~ar ....... 21.7~ Class C: Maintenance Eng.,. 22,07 Me~e .............. 20,57 Welder ............ 21.72 8oe~ Cap± ......... 20.72 Chief of Par±¥ .... 20.57 uiler ............. Firemen ........... S¢owmen ........... i6,73 Rodman ............ Tug Deckhand ...... 16.96 Deckhand .......... i6,96 See ( 5~ 6~ 8~ 10~ 15 ) on Hoiida¥ Page, IME: See ( SUPPLEMENTAL BENEFITS~ (per hour worked) Class A ~ 8 $ q,q6 ( OVERTIME $ 1.25 EXTRA pius 8% of NAGE 8% o~ wage Class C $ 3.86 ( OVERTIME $ 0,95 EXTRA plus 8% of NAGE CIass ~ $ 3.26 ( OVERTIME $ 0.65 EXTRA pIus 8% o~ NAGE I I I I I I I I I I I I I I I I I 1 The following rate should be substituted for the corresponding rate in the current wage schedule in NASSAU and SUFFOLK COUNTIES. ELECTRICIAN -Telephone and Integrated Tele-Data Systems:* WAGES (per hour) 7-01-00- 4-28-01- 4-27-02- 4-27-01 4-26-02 4-25-03 Journeyman ........... $ 26.69 $ 27.69 $ 28.69 * This rate does not apply to construction of new buildings or major renovation of an existing building, in those cases the inside construction or regular electrician rate applies. Please call the Hempstead District Office at (516)485-4878 regarding proper use of these rates. APPRENTICES: To be paid at the following percentage of the "A" Journeyman's wage(S35.25 thru 6/30/01) 1st 2nd 2nd 3rd 4th 5th 6 mos. 6mos. year year year year 30% 35% 40% 50% 60% 70% OVERTIME PAY: See ( B, E, Q ) on OVERTIME PAGE. HOLIDAYS: Paid: See (1) on HOLIDAY PAGE. Overtime: See (5,6,11,12,16,25)) on HOLIDAY PAGE. SUPPLEMENTAL BENEFITS: (per hour worked) Journeyman 47.5% + 47.5% + 47.5% + $ 0.56 $ 0.67 $ 0.83 App 1st yr 15% + $ 3.33** App 2nd yr 15% + $ 3.33** App 3rd yr 43.5% + $ 5.43** App 4th yr 43.5% + $ 5.43** App 5th yr 43.5% + $ 5.43** App 6th yr 43.5% + $ 5.43** STAT~ OF NEW YO~K . ~11~/ ~ BUREAU OF PUIUC WORK I DEPARTMENT OF LABOR STATE OFFk~ BUILDING CAMPUS ALBANY, NY 1~24~ I REQUEST FOR WAGE AND SUPPLEMENT INFORMATION AS REQUIRED BY ARTICLES 8 AND 9 OF THE LABOR LAW I Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. Please type all information Requested Below (CHECK ONE) (~ ARCKITECT OR ENGINEERING FiRM A. PUBLIC WORK CONTRACT TO BE LET BY: (Enter Data Pertainin~ to Contracting Agency) I Name complete (m check if new change) 2. C3 N.Y. State Units m 07 City 1. and addre~ C~ 01 DOT O O~ Local School Distrkt C~ 02 OGS [] 09 Special Local O~Hct. La., I C] 03 DORMITORY AUTHORITY fire, Sewer, Water Dis%'ict C~ 04 STATE UNNERSffY C] 10 V]llage CONSTRUCTION FUND ~D 11 To,am I {~ 05 MENTAL HYGIENE rq 12 Count~ FAQUTIES CORP. [] 13 Other No~-N.Y. State Telephone: ( ) Fax: ( ) [] 06 OTHER N.Y. STATE UNIT (Describe) E-Mail: I ~."~'~END REPLY TO (ocheckifneworchange) 4. SERVICE REQUIRED. Check appropriate box and provkle project "" Name and complete address information. I [] New Schedule of Wages and Supplements. IAPPROXIMATE ElD DATE [] Additional Occupation and/or Redetarmination FRC NUMBER ISSUE~D PREVIOUSLY FOR OFFICE Telephone: ( ) Fax: ( ) THIS PROJECT ' ' '~ -~' ';' IE-Mail: B. PROJ£CT P~RIICUL~R$ i$. Pro~.-"~ 111'~ and/or d~ription of work to be parform~L $. Location of Include contract identification number, if applicable Location on Site Route No/Street Addre~ I Village or City Town .. Cou,t7 heckOne 8. OCCUPATIONFORPROJECT '"" Q . I. New Build ng _~ 2. Addition to Ex,ting Structure [] Construction (Building, Heavy [] Guards, Watchmen I Q 3. Heav'/and HighwayConstruction (New and Repair) Highway/sewer/Water) ' O Janiton, portan, cleaners m 4. New Sewer or Waterline C3 Tunnelling [] Movingfurnltureand C~ B. Other New Construction (Explain) [] Residential equipment ~ ~, O~her Reconstruction, Maintenance, Repair or Alteration [] Landscape Maintenance O Trash and refu~e removal ~ 7. Demolition . C~ Elevatormaintenance [] W~ndowcleanen r~ $. 8ufldingServiceCont~act C3 Exterminator$,Fumigaton [] Other(De~cr;be) Name and rnle of Req ue~'tec ~ Signature OFFICE USE ONLY I Lo(alit Designations Locality Designations SEE OTHER SIDE FOR LAWS RELATING TO PUBLIC WORK CONTRACTS i Pw-39 fO~.O~ I I I I I I I I I I I ! I I I I I I I STATE OF NEW YORK REQUIREMENTS OF ARTICLE 8 (Section 220.223) AND ARTICI.Ie. 9 (~ecflon 230 - 239) OF THE NEW YORK STATE LABOR LAW PREVAILING RATE SCHEDULE: The Labor ,Law requires p. ublic work contractors and su..boontractors to pay laborers, .workers or mechanics employed m the perf..ormance of a pub!lc work con~act not lss~ th..a~, the prevailing rate of wage and to prowde supplements (fringe benefits) m accordance w~th the prevailing practices in the locality where the work is performed. The Department of Jurisdiction awarding a public work contract MUST obt-~in a prevailin~ .rate schedule from the Bureau of Public Work of the New York State Department of Labo~ listing the hourly rates for the trades and occupations of the workers to be employed on the public work project. This schedule may be obtained by completing and forwarding the Request for Wage and Supplement Information on the reverse side hereof. The prevailing rate schedule MUST be included in the specifications for the contract to be awarded and is deemed ~art of the public work contract. Upon the signing of the contract, the.Department of urisdiction MUST advise the Bureau of Public Work on a form supplied by the Bureau as to the name of the contractor to whom the contract was awarded, the date and the amount of the contract. A ~Department of Jurisdiction' includes a state department agency, board or commission; a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire~ improvement and other district corporations, a public benefit corporation; and a public authority awarding a public work contract. -.-~ -- ~ .~ - WITHHOLrHNG OF PAYMENTS FROMCONTRACTOP,~. .: ..'. ~ ~- ~, : When the Bureau of Public Work finds that a'contractor or SubcontraCtor! on a public work project failed to p.ay orprovide the requisite prevailing wages or supplemente, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to so notify the financial officer of the Department of Jurisdiction that awarded the public work contract. Such officer MUST then withhold or cause to bo w!th.h, eld from any payment due .the prime contra .ctor on ac.count of such contract the amount mdiceted by the Bureau of Public Work as sui~i.~cient to. sst~sfy the unpaid wages, an.d eupplemanta, includ.ing in,rest and. any civil, penalty that ma.y ~ assessed by the Commissioner of Labo. r..The wtthholding contmuss un.t~l a final determination'of.the underpayme_nt by the Comnussloner of Labor or by the Court in the event a legal proceeding for review of the Commissioner of Labor's determination is instituted.. The Depart .m. ent of jurisdiction shall comply with an. order of the Commissioner of Labor or of the Court with respect to the release of the funds so withheld. - - ~I'ATE OF NIZIY YORK DEPARTMENT OF LABOR Bure~ of Public Work A~NY, N,Y. ]2240 I I I ¢ - Notice to ALL Contracting Agencies- Your attention is directed to the following Amendment to Article 8, Section 220 (3-a) of the NYS Labor Law: I i I I I I Assembly Bill Number 1839, entitled: "AN ACT to amend the Labor Law, in relation to signs posted at public works projects" APPROVED: This bill amends Section 220 (3-a) of the Labor Law to set forth specific requirements for signs at public work locations listing all prevailing wages specified in the contract. The bill mandates that such signs "be written in plain English and titled, in lettering no smaller than two inches in height and two inches in width," with the phrase"Prevailing Rate of Wages." The bill, . ~ ~ further requires that the sign by weatherproof. The bill takes effect on March 6, 2000. Signed into law on September 7, 1999. I I I I Ensuring that workers receive the appropriate wage when working on public work projects is a core mission for the Department of Labor ("Department"). This bill will assist ~he Department in carrying out this mission by educating workers on public work projects as to the applicable wage and su_pplements for each project. On the reverse, please find the complete text of the Bill, which contains various other aspects.of the law, which affect contracting agencies, contractors and subcontractors working on public work projects. I I Text of New York S~tte Bill A01839 STATE OF NEW YORK I I I I I I I I I I I I I I I I I THE PEOPLE OF THE STATE OF NEW YORK, REPRESENTED IN SENATE AND ASSEMBLY, DO ENACF AS FOLLOWS: ~ Section ] Parag~ph a of subdivision 3-a of section 110 of the labor law as amended by chapter 565 of the law as of [90". is amended to read ] az follows: 4 a. it shall be the duty of the depanmem of jurisdk'~ion as defined 5 in this sec'lion to ascertain from the plans and spacificalions for c[as- 6 sitlca[ion of workmen, mechanics arid laborers Io be employed on such ? project. Such depa.~ment shall file with the fiscal officer, as defined 8 in this section, the clz. ssificalion of workmen, mechanics ~nd laborrrs 9 to be employed upon such public works project, togetho' with a s~teme'at 10 o~' the work ~o b~ performed by each such c[assiilcation. From such 11 stal¢ment it shall be the duty of the fiscal officer to make a 12 ciassificalion o£ such workmen, mechanics and labor~rs laking into account wh~her the work ts heavy ~nd highway, building, sewer and [4 '*a[er, ~nnel work or residential and to make a de~crrninalion of thc 15 schedul~ of wages and supplemenis to be paid or provided, as the ca.~ 15 may be, ~hcr~for~ '['~e contr~clor and every suh-conw, lctor on public 17 workz contracts shall post in a prom[riehl and accessible place on the 18 site (of the ~ork) WHERE THE WORK tS PERFOR54ED a ]eglb[e satement of 19 all wage rat~ and supplcmcnl-s as specified ~n the contract to be paid 20 or provided, as the cas~ may be, for the various classes of m~chanics, workingmen, or laber~rs employed on thework SUCH POSTED STATE~fENTSHALL BE WRITTEN IN PLi.[N ENGLISH AND TITLED, tN LETTERING NO SMALLER 23 TI-L~.N TWO INCHES IN HEIGHT AND TWO INCHES IN WIDTH, WITH THE PHRASE 24 'PREVAILING RATE OF WAGES' SUCH POSTED STATEMENT SHALL BE CONSTRUCTED EXPLANATION: Matter in ITALlCS(under~ored) is new. Matter in brackets 0 is old law to be omitted LBD04:89-01-9 Page 2 I OF MATERIALS CAPABLE OF WITHSTANDING ADVERSE WEATHER CONDITIONS I I I I I ! I I I I I i I I ! I I I BUZLDZNG TI:LADES RATIOS (ALPHABEllCALLY) Title Boilermaker (Construction) Boilermaker Bricklayer, Mason & Plasterer Bdcklayer-Mason Cabinetmaker Carpenter Cement Finisher or Cement Mason Const Inspector (Hwy & Traffic Con) Dry Wall Taper Electrical (Outside) Line Worker Elec'b'idan Elevator/E~alator Constru~on & Modernize' Glazier Insula~on & Asbestos Worker Iron Worker Laborer (See Ski,ed Constr~ction Craft Laborer) Lather (Carpenter) Lather (Wood, VVire & Metal) Unoleum & Resilient Tile Layer Unoleum, Resilient Tile & Carpet L Marble, Carver, Ct.~'te' & Seller MilNvright Op Engineer (Grade & Paving Equip) Op Engineer (Heavy Duty Repairer) Op Engineer (Heavy Equipment) Op Engineer (Universal Equipment) Ornamental Iron Worker Painter & Decorator Painter, Decorator & Paperhanger Paperhanger I~pe~iHer plasterer plumber & Pipe~Her plumber & Steamf~te' plumber (Residen~Jal) Plumber Pointer, Caulker & Cleaner Rodper~on Roofer Safety Technician Painting Sheet Metal Worker Skilled Constru~on Craft Laborer Spdnkder Fitter ~teamf~t~e' Stone Mason Tile Setter T~le, Ma~e & Terrazzo I~nisher 15-333 1:1,1:4 33-016 1:1,1:3 11-274 I:1,1:4 11-025 1:1,1:4 44-033 1:1,I:3 12-037 1:1,1:4 11-038 1:1,1:4 18-504 I:1 14-349 i:1,1:3 17-071 1:1,1:2 17-072 I:1,1:3 18-541 1:1,1:2 16.087 1:1,1:3 18-(X)6 1:1,1:4 15-221 1:1,1:6 14 'i'ii 1:1,1:4 14-114 l:l,l:S 16.115 1:1,1:3 16-117 I:1,1;3 11-136 1:1,1:4 32-143 1:1,1:4 18-28~ 18-288 I:1,1:5 18-318 1:I,1:$ 18-285 1:1,1:5 15-154 I:i,1:4 14-156 1:1,1:3 14-157 1:1,1:3 14-357 1:1,1:4 13-176 1:1,1:3 14-178 1:1,1:3 13-363 1:1,1:3 13-181 1:1,1:3 13-366 1:1,1:3 13-180 1:1,1:3 11-282 1:1,1:4 89-476 1:1,1:3 15-194 I:1,1:2 14-528 1:1 15-201 1:1,1:3 18-514 1:1,1:3 13-334 1:1,1:2 13-215 1:1,1:3 11-219 1:1,1:2 16.226 1:1,1:4 16-497 1:1,1:4 2/4/00 - Please call ApprenUce Training,Central Oflfce at (518) 457-6820, ~.-yod have any queit)ons. I I I I I DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK Under Article 8 of the NYS Labor Law, when two final determinations have been rendered against a contractor, sub. contractor and/or Its successor wlhfln any consecutive slx-year period determining that such contractor, sub-contractor and/or its successor has WILLFULLY. failed to pay the prevallng wage and/or supplements, or when one final determination involves falsification of payroll records or the kickback of wages and/or supplements, said contractor, subcontractor and/or Its successor shall be debarred and Ineligible to submit a bid on or be awarded any public work contract/sub-contract with the state, any municipal corporation or public body for a period of five years from the date of debarment. NOTE: Where the Fiscal Officer Is denoted "NYC", the information has been provided by the New York City Comptroller's Office, the agency issuing the determination. LIST OF EMPLOYERS NELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I Company Name Address City State Zip Code 4H Re~geration & Air Conditioning Barred Until Fiscal Officer 06/I 2/2001 NYC 454 Sterling Place Notes: Falsified Payrolls Brooklyn NY 11238 Company Name Address A & L Landscape Maintenance Barred Until Fiscal Officer Notes: See William A Saltzberger City State Zip Code Company Name Address City I A & R Patemo Construction Inc 287 Rockaway Turnpike :Lawrence Barred Until Fiscal Officer Notes: _ . 10/3012005 NYC falsified payr01is I Company Name Address City State Zlp Code NY 11559 State Zip Code A & T General Construction Inc 3 Alan Shcphard Place I Barred Until Fiscal Officer Notes: 01/31/2006 DOL Falsified payrolls NY 10705 I Company Name Address City A &R Roofi~g Inc P O Sox 80 - Spring St $outhfields Barred Until Fiscal Officer Notes: I 08/3012004 DOL State Zip Code NY 10975 I I I I I Company Name Address City A J~n Stalker'Associates Inc 1216 Maplc Road Williamsville Barred Until Fiscal Officer Notes: 01/10/2002 DOL Wednesday, March 07, 2001 State Zip Coda NY 14221 Page 1 0f31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code A Plus Fire Pmtention Inc 131 13th Avenue ,Holtsville NY / 11742 Barred Until Fiscal Officer Notes: 09/29/2002 DOL Falsified payrolls Company Name Address City State Zip Code A R DiGima 133 l Belle Avenue Utica NY 13501 Barrad Until Fiscal Officer Notes: Successor to LBS of Frankfert Inc and/or Cie. an Air Asbestos Removal Inc Company Name Address City State Zip Code A-1 Fence Company lnc Hillside Lake Road Wappingers Falls NY 12590 Barred Until Fiscal Officer Notes: 01/30/2003 DOL 4 willful violations Company Name Address City State Zip Code AA General Contrantors [nc I765 Mt. Read Blvd Rochester NY 14606 Barred Until Fiscal Officer Notes: 12/17~003 DOL Multiple willful violations-see Dominick Antenucci Company Name A?.A Asbestos Abatement Corporation Barred Until Fiscal Officer 06/24/2002 NYC Address City 897 saratoga Avenue . Brocldyn Notes: Falsified p a~oll's State Zip Code NY H2i2 Company Name Abbot-Somraer Inc Barred Until Fiscal Officer 01/07/2003 NYC Address City 2622 Chesbrough Avenue Bronx Notes: Falsified payrolls State Zip Code NY 10461 Company Name Above All Cont:mcting [nc Barrsd Until Fiscal Officer 09/21/2003 NYC Address . City 215-04 104th Avenue Queens Notes: Falsified payrolls State Zip Code NY 11429 Company Name Acce[I Construction Co Ina Barred Until Fiscal Officer 11104/2001 DOL Address City 951 Niagara Street Buff~o Notes: State Zip Coda NY 14213 Wednesday, March 07, 2001 Page 2 of 31 I I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBUC WORK CONTRACT Address City State zip Code 20-29 38th S~et b,~toria NY 11105 Notes: Substantially owned-affilia:ed endty or successor or subsidia~' of.Asbestos [ndus~es of America (AIA) I Company Name AIA Environmonml Corp Barred Until Fiscal Officer I 03/16/2004 DOL Company Name Aim Construction Corp Barred Until 06/04/2003 Fiscal Officer NYC Address City State 1432 W 5th Street Brookly= NY Notes: Additional address: 129 13th St,2nd fl,Brooklyn NY 11215-falsified payrolls zip Coda 11204 Company Name IALCA Industries [nc Barred Until 06/03/2003 I Company Name Fiscal Officer DOL Address City State 178-190 Catherine Street Albany NY Notes: Falsified payrolls Address City State Zip Code 12202 Zip Code Allstate Paper Co Inc I Barred Until Fiscal Officer 10/26/2003 DOL I Company Name Apex Contracting and Demolition Barred Until Fiscal Officer I 04/30/2001 NYC P O Box 376 Selldrk Notes: Successor to W~eels Places-N-Things Address. City State 11-15 31 st D~ve Long Island Ci~ NY Notes: 12158 Zip Code 11106 Company Name IAPd Refrigeration Ltd Barred Until I Company Name Fiscal Officer Address Notes: See Capital Refi'igeradon Inc City State Zip Code Address City State ZIp Code I I Asbestos & Lead Abatement Technology Corp Barred Until Fiscal officer 10/09/2002 DOL 709 Maple Street Notes: 3 willf, al violations Rochester NY 14611 Asbestos Industries of America Address 20-29 38th S~eet Notes: Multiple willfiH violations City State Zip Code I I I I Company Name Barred Until 03/16/2004 FiScal Officer DOL : Wednesday, March 07, 2001 Astoria NY 11105 Page 3 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name B H [mernafional Corporation Barred Until Fiscal Officer 08~3112003 NYC Address CiO/ 6tat~ Zip 59.15 55th Street Maspeth NY 11378 Notes: Multiple willful violations Company Name B H Re~geration Inc Barred Until Fiscal Officer 0?/23/2004 DOL Address City State Zip Code 818 Elmwood Avenue Buffalo NY 14213 Notes: Multiple willfuls - falsified payrolls Company Name Baham [nc Barred Until Fiscal Officer 06/23/2003 DOL Address City State Zip Code 40-22 College Point Blvd Flushing NY 11354 Notes: Falsified payrolls Company Name Banex Construction Barred Until Fiscal Officer Address City Notes: See Barthns Com~truction Company State Zip Code Company Name Barthos Consir~ction Company Barred Until Fiscal Officer 06/18/2003 NYC Address City 285 Pala~i Smut Brooklyn Notes: ~ Aka Ba~ex Constraction-falsified payrolls State Zip Code NY 11206 Company Name Bay Harbour Electric Inc Barred Until Fiscal Officer i 0/22/2001 DOL Address City 1606 HaxperDr- Box 8312 Erie Notes: State Zip Code PA 16505 Company Name Bayview Plumbing Inc Barred Until Fiscal Officer 06/30/2002 DOL Address City 4591 Merrick Road Massepequa Notes: 4 willful violations State Zip Code NY 11758 Company Name Beatum & Cheatum Construction Corp Barred Until Fiscal Officer 04/03/200 l DOL Address City ? 0 Box 1246 Buffalo Notes: Multiple willful ~olafions State Zip Code NY 14240 Wednesday, March 07, 2001 Page 4 of 31 I I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Coda Bel-Air Electric Inc 30 Steward S~eet Hewlett NY l 1557 Barred Until Fiscal Officer Notes: 07/09/2002 DOL Falsified payrolls ! I Company Name Address City Bern/Holl [nc Barred Until Fiscal Officer Notes: see B H Refi-igeration as its successor Company Name Address City State Zip Code State Zip Code I I Beverly Hills Textures and Paint Barred Until Fiscal Officer Notes: See Gary C Marcinkowskl Company Name Address Beverly Hills Textures and Paints Barred Until Fiscal Officer Notes: See Cra~ C Marcinhowski city State Zip Code I I Company Name BH Mechanical Services Barred Until Fiscal Officer Address Notes: Aka B H Refrigeration city Company Name Address city State Zip Code State Zip Code I ! Bhuiya Waterproofing Barred Until Fiscal Officer 04/28/2002 NYC Big TraeCrardeo Center 1555 50th S~reet Notes: Falsified payrolls Brooklyn NY 11208 Company Name Barred Until Fiscal Officer Address Notes: See Military Auto Service Inc city State Zip Code I I I I 'Company Name Bravo Demoiition Contracting Corp Barred Until Fiscal Officer 07/01/2002 NYC Wednesday, March 07, 2001 Address City 36-31 10th St Long Island CRy Notee: And Cid Cleaning Corp - falsified payrolls state zip Code NY 11107 Page $ of 31 ! LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Building Block Cona'acting Corp : . Barred Until Fiscal Officer Notes: See CPN Construction Corp Company Name Address City State Zip Code Buffer Fence Company 536 State Fair Blvd Syracuse NY 13204 Barred Until Fiscal Officer Notes: 04/25/2005 DOL Company Name Address City State Zip Code Carl'an Construction Cotp 150-59 Coolidge Avenue Jamaica NY 11432 Barred Until Fiscal Officer Notes: 11/03/2002 DOL Falsified payrolls Company Name Address City State Zip Code Capital Area Refrigeration Inc 6 Interstate Avenue Albany NY 12205 Barred Until Fiscal Officer Notes: 05/28/2003 DOL Successor to Raymond L Masse T/A AIL! Refrigeration Ltd Company Name Capital Safety Inc. Barred Until Fiscal Officer 08106/2004 DOL Address City State Zip Code 380 Lakeview Clifton ; NJ 07011 Notes: Falsified reCOrds and kickback of wagas - debarment ~xtended after edditional violation Company Name Carey & Murray lnc Barred Until Fiscal Officer 0 I/18/2005 DOL Addres~ Clty :- State ZiP Code P 0 Box 92036 ' Rochester NY 14692 Notes: Multiple willfuls Company Name Ca'ism Associates Inc .IV Barred Until Fiscal Officer Address Notes: See .I'ER Construction Corp City State Zip Code Company Name CBC Industries Inc Barred Until Fiscal Officer 04/15/2001 DOL Address - City 272-60 Grand Central Pkwy Floral Park Notes: .IV with CMK Painting & Constr Co Inc. falsified payrolls State Zip Code _ NY 11005 Wednesday, March 07, 2001 Page 6 of 31 I I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I I Company Name Address City State zip Code Central Absorption Inc Il-iS 31st Drive Long Island City r NY 11106 Barred Until Fiscal Officer Notes: 03/16/2003 NYC Multiple willful violations I I Company Name Canmrian Management of New York Barred Until Fiscal Officer 03/21/2005 DOL Address City P O Box 961 Port Jefferson Sm Notes: Aka Cenmrian Protection of New York Sate-falsified records State Zip Code NY 11776 I I Company Name Cenmrian Protection of New York Barred Until Fiscal Officer Address City Notes: See Centurian Management of New York State Ine Company Name Address City State Zip Code State Zip Code Charles Saliba Barred Until 07/25/2005 Fiscal Officer Notes: S~ Monarch Constru~on Co~oration (owner) I I Company Name Cherokee Pla~e Glass Inc Barred Until Fiscal Officer 08/27/2002 DOL Address City ....... State Zip Code 114 BSrown Street Johnson City ICY 13790 Notes: . Multiple willfuls I ! Company Name Christine D Foster & Donna Foster Barred Until Fiscal Officer 09/01/2003 DOL Address City RR #1 Box 67 Bouckville Notes: Dba D & C Trucking - falsified records State Zip Code NY 12232 Company Name Addressl City State Zip Code I I I I I I Cia~ee Mechanical Inc Barred Until Fiscal Officer 12J03/2004 DOL Company Name Cirina Construction Corp Barred Until Fiscal Officer 07/09/2002 DOL Wednesday, March 07, 2001 321 Cmseent Street Notes: Multiple Willfuls NY 14701 Address City 46 1/2. Clinton Avenue Cortland Notes: Falsified payrolls Stats Zip Co~e NY 13045 Page 7 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City Cifi Cleaning Corp '~ Barred Until Fiscal Officer Notes: See Bravo Demolition Conmacting Corp State Zip Code Company Name Address City Classic Electric [nc 29-01 21 st Avenue Astoria Barred Until Fiscal Officer Notes: 11/27/2005 NYC Multiple violations State Zip Code NY 11105 Company Name Clean Air Asbestos Removal Inc Barred Until Fiscal Officer 08105/2003 DOL Address City do S.Finer258 Genese= St Utica Notes: Falsified records State Zip Code NY 13502 Company Name Address City Clinton Conslametion Corp 6 Hewlett Drive East Williston Barred Until Fiscal Officer Notes: 04/13/2004 NYC Multiple willMs - falsified records State Zip Code NY 11596 Company Name CMK Palming & Construction Co Inc Barred Until Fiscal Officer Address City 600 Hillside Avenue New HydePark No,es:-- : - JVwithCBC Industries lnc State Zip Code NY 11004 Company Name Colonial Painting Co Barred Until Fiscal Officer Address Notes: See S.I.M.G. Painting Co lnc City State Zip Code Company Name COMM/NET Solutions [nc Barred Until Fiscal Officer Address City State Notes: Successsor to Integrated Communications Inf~.stmcture Systems [nc Zip Code Company Name Commercial Glazing Inc Barred Until Fiscal Officer 05/05f2003 DOL Address City 718 Joseph Avenue Rochester Notes: Aka Emergeney Gless & Boardup Serviees-falsifiedpayrol~ $tate NY Zip Code 14621 Wednesday, March 07, 2001 PageSof31 I 1 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I I Company Name ConsolM~a~:l EnvL,'onmenml Cop Barred Until Fiscal Officer 04/08/2003 NYC Address City State Zip Code 1150 East New York Ave Brooklyn NY I 1212 Notes: Falsified payrolls I I Company Name CountyWide Elecu'ic Corp Barred until Fiscal Officer 04/i9/2005 DOL Address City State Zip Code 795 Portland Avenue Rocheste~ NY 14621 Notes: Succ./Substantially owned-Afflliate~l entity to JoBeth Inc,-stipulated to debarment I i Company Name CPN Construction Corp Barred Until Fiscal Officer O410812003 NYC Address City 42-06 192nd Street Flushing Notes: Dba Building Block Contracting Corp - falsified records Company Name Address City State zip Code NY 11358 State zip Code I CrossB~/Contracting Corp Barred Until Fiscal Officer 04/18/2005 NYC 242 NeMns Street Brooldya Notes: Falsified payrolls -multiple w~llfi~ls, debarment period extended NY 11217 I I Company Name CVM Electric [nc Barred Until Fiscal Officer t 1/05/2002 Dog AddreSs :' City 220 Dingens S'xeet Buffalo Notes: ~' : Multlple violations State Zip Code NY 14206 I I Company Name D & C Trucking Barred Until Fiscal Officer Address City ': Notes: See Christine D Foster & Donna Foster Company Name Address City State Zip Code State Zip Code I Darlene E Chardon Barred Until Fiscal Officer Notes: See DME ContmCnng [nc I I I I Company Name Darlene M Edwards Barred Until FiscalOfflcer Wednesday, March 07, 2001 Address Notes: See DME Contracting [nc city State zip Code Page 9 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name David Ogden Barred Until Fiscal Officer 04/19/2005 DOL Address City State Zip Code 795 Ponlend Avenue Rochester , NY 14621 Notes: V.P./Se~. of JoBeth loc; Pres.&V.F. of Court,Wide Electric Corp. - stipulated to deban~ent Company Name David White Barred Until Fiscal Officer Address City Notes: See General Design & Development (Top shareholder) State Zip Code Company Name DC White Company [nc Barred Until Fiscal Officer 0510512003 DOL Address City 1865 Chr/sler Avenue Scheneemdy Notes: successor to General Design & Development Inc State Zip Code NY 12303 Company Name Debcon Construction Corp Barred Until Fiscal Officer 08/3112005 DeL Address City 77 We)man Avenue New Rochelle Notes: aka Glob~ Fence Co [ac - multiple willfuls State Zip Code NY 10805 Company Name Dellapenna Brothers [nc Barred Until Fiscal Officer 1111612005 DeL Address ' City State 86 Olive Street Johnson City NY Notes: multiple willfuls -debarment period extended after additional violations Zip Code 13790 Company Name DePadm & Son Plumbing & Healing Inc Barred Until Fiscal Officer 09/16/2002 DOL Address City State Zip Code 2 I04 Niagara Street Niagara Falls NY 14303 Notes: Falsified payrolls Company Name Dixie Sweeping Service [nc Barred Until Fiscal Officer ll/27/2001 DOL Address City Skate Zip Code 618 W Newell Street Syracuse NY 13205 Notes: Company Name DME Contracting [nc Barred Until Fiscal Officer 1731/20O 1 DOL Wednesday, March 07, 2001 Address City - State Zlp Code 375 Verrazano Avenue Copiague NY 11726 Notes: Aim DIME National Roofing Systems,DMENRS,DMENCC,DMECA,Titan Resxerafion Corp and Pet~ Chardon,and Darlene M Edwards,E~rlcne E Chardon and Mary Lydia Chardon,Mary L Reslrepo, DME National Constr Corp. DME Nadonal Coestr Assoc. Inc.-multiple willfuls. Violated original debarment order Page 10 of 31 I I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I I Company Name DM]E National Constm~on Assoc~tes L~c Barred Until Fiscal Officer Address Notes: See DME Cona'acting [nc City State Zip Coda I ! Company Name DME National Construction Corp Barred until Fiscal Officer Address Notes: See DME Contracting Inc City Stats Zip Cods CompanyName Address City State Zip Coda I I DME Nadona] Roofing Systems Barred Until Fiscal Officer Notes: See DiME Contracting Inc Company Name DMECA Barred Until ' Fiscal Officer Address Notes: See DME Contracting Inc City State Zip Code I I Company Name [~MENCC Barred Until Fiscal Ofr~cer Address Notes: See DME Contracting l~c City State Zip Code I I Company Name DMENRS Barred Until Fiscal offcer Company Name Dominick Antonucci Barred Until Fiscal Officer 12/17/2003 DOL Address Notes: See DME Contracting Inci City State Zip Code Address City 1765 Mt. Read Blvd Rochester Notes: Multiple willful violations - see AA General Contractors [nc State Zip Code NY 14606 I I I I i Company Name Dover Accessibility Products [nc Barred Until Fiscal Officer 02/27/2002 DOL Wednesday, March 07, 2001 Address City - 6266 Hurt Road Horn Lake Notes: Multiple willful violations-original debarment period extended State ZIp Code MS 38637 Page 11 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT - Company Name ~ Construction Corporation Barred Until Fiscal Officer l 1/26t2001 DOL Address City State Zip Code 201-01 Northern Bird Bayside NY < 11361 Notes: Falsified payrolls Company Name DSR Asbestos Removal Company Barred Until Fiscal Officer 06/28/20(31 NYC Address City State Zip Code 89 Westbmok Avenue Staten Island NY 10303 Notes: Falsified payrolls Company Name Dura-Tech Systems [nc Barred Until Fiscal Officer 10/24/2002 DOL Address City State Zip Code 19 Bergen Place Port Jeffemon Sm NY 11776 Notes: Dba Hy-Tech Coatings-falsified payrolls and 6 willful v/elations - orig/nal debarment period ~tended CompanyName EastCoastD~en~onEquipmantSys~ms~c Barred Until Fiscal Officer 06~3~004 DOL Address City State Zip Code 2909 Bridge Plaza N Long Island Civy NY 11101 Notes: Falsified records Company Name Eco Environmental Corporation Barred Until Fiscal Officer 11/19/2003 DOL Address City 629 5da Avenue Pelham Notes: Falsified payrolls State ZipCode NY 10803 Company Name Em~ency Glass & Boa~dup Se~ces Barred Until Fiscal Officer Address Notes: See Corrcnercial Glazing Inc city State Zip Code Company Name Empire Demolition Development Co Inc Barred Until Fiscal Officer 03/24/2005 DOL Address 1096 Niagara St Notes: Multiple wHlfuls c~ty Buffalo State Zip Code NY 14213 Company Name ~ Empire Flooring [nc Barred Until Fiscal Officer 05/05/2003 DOL Address 1765 Mt, Read Boulevaxd Notes: City Rochester State Zip Code NY 14606 Wednesday, March 07, 2001 Page 12 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I I Company Name Address City Eric Lutz Construction Corp 493-14 Johnson Avenue Bohemia Barred Until Fiscal Officer Notes: 12/27/2004 DOL Falsified records Stats Zip Code NY 10016 I I Company Name ESNA Imemational Genial Contractors Inc Barred Until Fiscal Officer 02/26/2003 NYC Address City State Zip Code 1838 Bath Avenue Brooklyn NY 11214 Notes: Falsfied payrolls I I Company Name Espo Construction Inc Barred Until Fiscal Officer 01/19/2005 NYC Address City State Zip Code 3302 Counmy Club Rd Broax NY 10465 Notes: Falsified records Company Name Address City State Zip Code I I I Falie~o Electric Company Inc Barred Until Fiscal Officer 11/04/2001 DO[. Company Name Five Bom Air Conditioning & Re~gerafion Barred Until Fiscal Officer 09/06/2001 NYC P O Box 180 Buffalo Notes: NY 14~0 Address City State Zip Code 519 Coney Island'Avanue Brookllm NY 11218 Notes: Multiple willfus I I Company Name Frank J, [-abriola Barred Until Company Name Fiscal Officer Address City Notes: See State of the Art Construction Co Lac State Zip Code Address City State Zip Code Frank Valerio General Con~'acting Corp Barred Until Fiscal Officer 07/18/2002 DO L 89 West Route 59 Central Nyack Notes: 10960 I I I I Company N~me G A Conwacto~ Barred Until FlacalOffcer 11125/2002 DOL Wednesday, March 07, 2001 Address City State Zip Code 139-31 Queens Boulevard Jamaica NY 11435 Notes: Also NYC -multiple willfuls - falsified payrolls. Original debarment period extended. Page 13 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Ga~ C Marcinkowski 1051 Rice Road Elma NY ; 14059 Barred Until Fiscal Officer Notes: 07/08/2002 DOL Dba Beverly Hills Textures and Paint and dba Beverly Hills Textures and Paints Company Name Address City State Zip Code Gem Installations Inc ? O Box 422 Little Meadows PA 18830 Barred Until Fiscal Officer Notes: 04/06/2005 DOL Multiple willfuls Company Name Gemma Construction Company [nc Barred Until Fiscal Officer 12/29/2004 NYC Address City State Zip Code P,.A. Libret 1325 Franklin Garden City NY 11530 Notes: Falsified records Company Name General Desi~ & Development Inc Barred Until Fiscal Officer 05/05/2003 DOL Address City State zip Code 1865 Chrisler Avenue Schenectady Nm/ 12303 Notes: Multiple willfills Company Name General Restoration Co Inc Barred Until Fiscal Officer 08/O4/20O4 DOL Address City State Zip Coda 551 Fit'ch Ave Suite 222 New York NY l 0176 Notes: Voluntary debarment Company Name George Lucey,Manuai Tobio(s~ note) Barred Until Fiscal Officer NYC Address City State Zip Code 150 Kings Street Brooklyn NY 11231 Notes: Manuel P Tobio and Lake Constr and Development Corp (individually and es a whole) grand larceny,falsified records,debanred permanently Company Name Geo~an Buy Contram~g lnc Barred Until Fiscal Officer 01 / 12/2005 DOL Company Name Ocmee Contracting Corp Barred Until Fiscal Officer 07/22/2001 DOL Address City State Zip Code 4635 Chestnut Road Amherst NY 14228 Notes: Multiple willfuls Address 'City State Zip Code 2437 E 29th St, Ste I-H Brooklyn NY 11235 Notes: Falsified payrolls Wedneaday, March 07, 2001 Page 14 of 31 I I I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code ? Globe Fence Co [nc . Barred Until Fiscal Officer Notes: see Deboon Constrncfion Corp Company Name Address City State Zip Code GNP Contr~ting Co~p 153 WoodmffAvanue Sea.dale NY 10583 Barred Until Fiscal Officer Notes: 11/04/2003 DOL Falsified records Company Name Address City State Zip Code Gogos & Weber Contracting Inc 241 Sprucewood Terrace Williamsville NY 14221 Barred Until Fiscal Officer Notes: 12/30/2004 DOL Multiple willfuls Company Name Address City State Zip Code GolcL,'ick Custom Homes Barred Until I I I I I I I I I Fiscal Officer Notes: See Thomas Goldrick Company Name Address City State Zip Code Gulley Terrazzo Tile & Flooring Co P O Box 11304 Roche. stet ~ 14611 Barred Until Fiscal Officer Notes: ' ~* 04/06/2005 DOL See Tobie R Gulley I I Company Name Address City State Happy Homes Services [nc 150 5th Avenue, Rm 720 New York NY Barred Until Fiscal Officer Notes: 05/07/2002 NYC Multiple willful violadons Company Name Address Har~- Cons~'uction Services [nc P O Box 57 Barred Until Fiscal Officer Notes: l 0/18/2004 DOL Falsified records zip Code City State Zip Code I Hilton NY 14468 I I I I Company Name Horn Exterior Corp Barred Until Fiscal Officer 05/1312004 NYC Wednesday, March 07, 2001 Address City State Zip Code 3245 Queens Boulevard Long Island City NY 11101 Notes: Dba Horn Exterior Restoration,aka Horn Maintenance Corp (and) Horn Roofing Corp. - multiple willfuls Page 15 of 31 I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address Horn Extra'lot Restoration .~ Barred Until Fiscal Officer Notes: See Horn Exterior Corp City Sta~a Zip Code Company Name Horn Maintenance Co~ Barred Until Fiscal Officer Address Notes: See Horn Exterior Corp City State Zip Code Company Name Horn Roof[ns Cor~ Barred Until Fiscal Officer Address Notes: See Horn Exterior Corp City State zip Cods Company Name Hunt Construction Corp Ban'ed Until Fiscal Officer 04/23/2001 NYC Address 60 Sackett St~-eet Notes: City State Zip Code Brooklyn NY 11231 Company Name Hydroblast [nc Barred Until Fiscal Officer 08/19/2003 DOL Address P O Box 85 Notes: Multiple willfuls City State Zip Code Portland ME 04104 Company Name Hy-Tech Coatings Barred Until Fiscal Officer Address Notes: See Dura-Tech Systems City - State Zip Code Company Name Address I & P Concrete [nc P O Box 342 Barred Until Fiscal Officer Notes: 11/30/2004 DOL City State Zip Code Pine Bush NY 12566 Co_mpany Name Integrated Commtmicadons Inf~sm~cmres Barred Until Fiscal Officer 06~4/2004 DOL Address City 688 W~ider Road Hilton Notes: And successor COMM/Net Solutions Inc State Zip Code NY 14468 Wednesday, March 07, 2001 Page 16 of 31 I I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I Company Name Address City State Zlp Code lnt~ph~ee Company Ltd 1301 W Elizabeth Avenue Linden NJ 07036 Barred Until Fiscal Officer Notes: 01/25/2004 DOL 3 willfuls - also debarred by NYC for falsified payrolls I City State Zip Code Whim Plains NY Company Name Address IVS Construction Inc cto M&P 245 Main St Company Barred until Fiscal Officer Notes: 11/19/2004 NYC Falsified records Company Name J N Futia Co Inc Barred Until Fiscal Officer Address City State 178-190 Catherine Street Albanyy NY Notes: See ALCA - falsified payrolls - substantially owned affiliated entity and successor I Company Name Address City State Zip Code 12202 Zlp Code i Barred Until Fiscal Officer Notes: See Joshua Murray Company Name Addmes I Jamaica Acoustical Barrad Until Fiscal Officer Notes: · - i See Joshua Murray City State Zip Code Company Name Address I jamaica Acoustics Barred Until Fiscal Officer Notes: See Joshua Murray I Company Name Address City State Zip Code City State Zip Code James Spalina Construction Inc 25 Southfield Drive i Barred Until Fiscal Officer Notes: 07/29/2003 DOL Multiple willfals Webster NY 14580 I I I I Company Name J~R Construction Corp. Barfed Until Fiscal Officer 02/27/2002 DOL Wednesday, March 07, 2001 Address 258 East Meadow Avenue Notes: And Caristo Associates Inc City State Zip Code East Meadow NY 11554 Page 17 of 31 I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code JoBcth Inc ., 795 Portland Avenue Rochester NY 14621 ., Barred Until Fiscal Officer Notes: 04/19/2005 DOL Stipulated to debarment Company Name Address City State Zip Code Job~ $ C~oss Contmct~g Co~ 2104 Niagara S~et Niagara Falls NY 14303 Barred Until Fiscal Officer Notes: 09/30/2002 DOL 3 willful violations Company Name Joseph N Fuda Jr. (as an indi,Adual) Barred Until Fiscal Officer 06/03/2003 DOL Address City State ,,~LCA 1784190 Catherine St Albany NY Notes: see ALCA lndusUies- as a principal officer.partner and/or shareholder Zip Code 12202 Company Name Joshua Mun'ay Barred Until Fiscal Officer 06/23/2003 DOL Address City State Zip Code 324 Duane Avenue ScheneaMy NY 12307 Notes: Dba Jamaica Acoustical aka Jamaica Acousdc aka Jamaica Acoustics - falsified records Company Name K & KRev. oration Corp Barred Until Fiscal Officer 04/14/2005 NYC Address City State Zip Code 752 Cypress Drive Franklin Square NY 11010 Notes: - Falsified records Company Name Y~]lo Building Construction Co [~c Barred Until Fiscal Officer 04/01/2002 NYC Address City State Zip Code 7001 Ridge Bouleva~l Brockly~ NY 11209 Notes: Falsified payrolls Company Name KBH Conm'uction Co L~c Barred Until Fiscal Officer 05/21/2004 DOL Address City State Zip Code 90 River Rd - P O Box 30 Scottsville NY 14546 Notes: Multiple willfuls Company Name ~ Klarberg [nc Barred Until Fiscal Officer 02/12~2004 DOL Address City State Zip Code P O Box 187 East Amh~mt NY 1405 l Notes: 5 v, dllful violations Wednesday, Match 07, 2001 Page 18 of 31 1 I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I Co~pany Name Address Komas Const~'ucfion Corporation 162 8$th Street Barred Until Fiscal Officer Notes: I 01/09/2006 NYC Falsified payrolls City State Zip Code Brooklyn / NY 11209 Company Name Address L Herbert Igc 1871 Walton Avenue Barred Until Fiscal Officer Notes: 06/14/2004 NYC Falsified records Company Name Address LaCor~e Companies [nc 621 Third Avenue Ext Fiscal Officer Notes: Barred Until 05/22/2005 DOL Multiple willfuls City State Zip Code Bronx NY 10453 Company Name Address City State Zip Code Rensselaer NY 12144 City State Zip Code ! LaCon= Elec~cal Cons= & Maintenance Barred Until Fiscal Officer Notes: See LaCorte Companies Igc I I Company Name Lake Construction and Development Cozp Barred Until Fiscal Officer Address Notes: S~ George Luccy City State Zlp Code I I Company Name LBS of Frankfort Igc Barred Until Fiscal Officer 06/02/2003 DOL Company Name Address 1055 Jefferson Avenbe Notes: city Utica State Zip Code NY 13501 Address City State Zip Code I L~EB Elec~c Igc Barred Until Fiscal Officer 12/18/2001 DOL 2320 Narragenset Avenue Seafont Notes: 8 willful x4olafions with falsified payrolls NY 11783 I I I I Company Name LoRe [nc Barred Until Fiscal Officer 01/23/2002 DOL Wednesday, March 07, 2001 Address City 29 Hewett Boulevard Center Moriches Notes: 3 willfuls State Zlp Code NY 11934 Page 19 of 31 I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Louis A Stilloe Roofing & Siding [nc Barred Until Fiscal Officer 08/30/2004 DOL Address City State Zip Code P. O Box 68 South-view Sm Binghamton NY 13903 Notes: Falsified records Company Name Louis J Migfinre Barred Until Fiscal Officer 08/I 1/2002 DOL Address City State Zip Code 787 Milita~ Road Kenmore NY 14217 Notes: Dba Military Contractors - falsified payrolls Company Name Lo'~s Scopelliti Barred Until Fiscal Officer 0 I/t 2/2005 DOL Address City State Zip Code 87 Newman Avenue Hawthorne NY 10532 Notes: Falsified records Company Name LRM Finishlag Co Inc. Barred Until Fiscal Officer 06/10/~004 DOL Address City State Zip Code 9449 Button Road Cleero NY 13039 Notes: Multiple willfuls Company Name M & M Building Contmcto~ lac Barred Until Fiscal Officer 08/15/2002 DOL Address City State P O Box 514 Cairo NY Notes: *~ Falsified payrolls zip Code 12413 Company Name M & M Electrical Contracting Inc Barred Until Fiscal Officer 08/03/2003 NYC Address · City State 122-~9'I5th Avenue College Point NY Notes: Multiple will fals Zip Code 11356 Company Name M & M Glass & Window Corp Barred Until Fiscal Officer 04/10/2002 DOL Address City l168BrooksAvenue Rochester Notes: Aka M&MGl~sGroup- 9willf~lviol~io~ State NY Zip Code 14624 Company Name M & M Glass (3roup Barred Until Fiscal Officer Address City . - Notes: See M & M Glass Group & Window Corp State Zip Code Wg, dnesday, March 07, 2001 Page 20 of 31 I i L LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT i I Company Name Address City State Zip Code M Falg~ano Construction Co lnc ~ P O Box 206 Cheektowaga NY 14225 Barred Until Fiscal Officer Notes: l 1/01/2004 DOL Multiple willfuls Company Name Madclinc Futia (as an individual) Barred Until Fiscal Officer 06/03/2003 DOL Address City ALCA 178-100 Catherine St Albany Notes: see ALCA Industries-principal officer.parmer and/or shareholder Company Name Address City State Zlp Code NY 12202 State Zip Code Mainland Renovations Inc Barred Until Fiscal Officer 12/09/2004 DOL 685 Hempstesd Tpke Notes: Falsified records Franklin Square NY 11010 I I Company Name Management Services Barred Until Fiscal offcer Address Notes: See Wayue Lancaster city State Zip Code I I Company Name Maauel P. Tobio Barred Until Fiscal Officer Address Notes: See George Lucey city Company Name Address City state zip Code State Zip Code I I Manuel Tobio Barred Until Company Name Fiscal Officer Notes: See George Lucey Address City State Zlp Code Mar/anne Ogden Barred Until Fiscal Officer 04/19/2005 DOL 795 Portland Avenue Rochester NY Notes: Multiple ',villfuls - President and Treasurer of Jobeth - stipulated to debarment 14621 Company Name Mary L Restrepo Barred Until Fiscal Officer Wednesday, March 07, 2001 Address Notes: See DME Contracting Inc City - State Zip Code Page 21 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT ! - Company Name Address City Mai~, Lydia Chardo= Barred Until Fiscal Officer Notes: See DME Contracting [nc State Zip Code Company Name Mashack Flooring Supply Inc, Barred Until Fiscal Officer 09/14/2004 DOL Address City State Zip Code P O Box 824 Bronx NY 10472 Notes: Falsified reoords Company Name MEG Enterprises Ltd Barred Until Fiscal Officer 12/22/2_002 DOL Address City State Zip Code 101 Bloomingdale Road Hicksville NY 11801 Notes: Falsified payrolls Company Name Meg~ Imperial Construction Corp Barred Until Fiscal Officer 02/23/2003 DOL Address City State Zip Code 35-11 Vernon Boulevard Long Island City NY 11106 Notes: Falsifi~ payrolls Company Name Merchants I & S Corp Barred Until Fiscal Officer 04/16/2004 DOL Address ~ City 7732 Victor/Mention Road Victor Notes: State Zip Code NY 14564 Company Name Michael Falgiano Jr. Barred Until Fiscal Officer Address City State Notes: Principal ofricer-pertner and/or shareholder. See M Falg/ano Construction Co [nc, Zip Code Company Name Michael Falgiano Sr Barred Until Fiscal Officer Company Name Milestone Waterproofing [nc Barred Until Fiscal Officer t 1/01/2004 DOL Address City State Notes: Principal officer-parmer and/or shareholder - see M Falgiano Construction Co [nc Address City State 845 Broad Avenue Suite $ Ridgefield NJ Notes: Falsifi~l records Zip Code Zip Code 01657 Wednesday, March 0'7, 2001 Page 22 of 31 I ! LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I I Company Name Address City State Zip Code Milihary Aura Sea'vice lnc 6953 PJdge Road / Lockport NY 14094 Barred Until Fiscal Officer Notes: 10/08/2003 DOL Dba Big Tree Garden Center - ~l$iflad payrolls l Company Name Military Contractors Barred Until Company Name Fiscal Officer Address Notes: See Louis J Migtiore City State Zip Code Address City State Zip Code Mohrmann Elec~c Company Inc Barred Until Fiscal Officer 12/30/2002 DOL 3581 Bayv/ew Avenue Notes: Seaford NY 11783 Company Name Men.ch Construction Corporation Barred Until Fiscal Officer 07/25/2005 NYC City State Zip Code NY 11101 I Address Notes: Falsified payrolls 10-57 Jackson Avenue Long Island City I I Company Name NAB Management Associates'Lnc Barred Until Fiscal Officer 01/19/2005 NYC Address City 57 Hillside Aven~e New Rochelle Notes: Falsified records State Zip Code NY 11209 ! ! Company Name National Building & Restoration Corp Barred Until Fiscal Officer 09/04/2003 DOL Address City 1010 Tiden Avenue Utica Notes: Falsified payrolls Company Name Address City State Zip Code NY 13501 State Zip Code I I I 1 I Neptune Construction Co Barred Until Fiscal Officer Notes: See Wayne Vitale Inc Company Name Niagara Top Line Builders Barred Until Fiscal Officer Address Notes: SesSco~Gamache Wednesday, March 07, 2001 - City ' State Zip Code Page 23 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT company Name North Shore Coas=uctio.n Enterprises Barred Until Fiscal Officer 04/30/2002 DOL Addreas City State Zip Code 464 New York Avenue Huntinglon NY 11743 Notes: Also 139-31 Que~ns Blvd, Jamaica NY 11435 a~d 22 Hill House Ln, Old Broekville NY 11545 - falsified payrolls. Originally debarred by NYC -extension by DOL Company Name North Shore Environmental Solutions [nc Barred Until Fiscal Officer 12/16/200l NYC Company Name Northeast Regions] Communications Inc Barred Until Fiscal Officer 03/24/2005 DOL Address City State Zip Code 127 Glencove Avenue Glencove NY 11542 Notes: Address City 232 Main Street Vestal Notes: Also P O Box 573 Apps]achin NY 13732 - multiple willfuls State Zip Code NY 13850 Company Name Northeastern Fainting Barred Until Fiscal Officer 07/15/2003 DOL Address City 25 Hopper Str~t Utica Notes: Multiple willfuls State Zip Code NY 13501 Company Name Oatka Valley ConsUuction Co Inc Barred Until Fiscal Officer 04/14/2002 DOL Address City 212 North Main Street Warsaw Notes: State Zip Code NY 14569 Company Name Omura & Slattery General Contracting Inc Barred Until Fiscal Officer 03/05/2004 DOL Address City 303 Clinton Avenue Kingston Notes: Aka Omura General Contractors, Inc. - multiple willful v/olations State Zip Code NY 12402 Company Name Omura General Contractors Inc Barred Until Fiscal Officer Address City Notes: See Omura & Slattevd General Contracting Inc Stats Zip Code Company Name Orange CounVd Paving Inc Barred Until Fiscal Officer 01/27/2003 DOL Address City P O Box 233 Bullville Notes: Falsified payrolls State Zip Code NY 10915 Wednesday, March 07, 2001 Page 24 of 31 I I : LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code P & ? Conu'antors &Rochester 8 Ambrose S=~ Rochester NY 14608 Barred Until Fiscal Officer Notes: 08/27/2002 DOL Employer stipulated to debarment Company Name Address City Btata Zip Code Pek American Construction & Manhauical 657 Wyngate Drive East Valley Slreem NY l 1580 Barred Until Fiscal Officer Notes: 02/12/2002 DO L Falsified payrolls Company Name Address City State Zip Code Paramount Systems Inc 1563 Montauk Highway Oakdale NY 11769 Barred Until Fiscal Officer Notes: 02/04/2002 DOL 3 willfuls and falsified payrolls - original debarment period extended Co npany Name Address City State Zlp Code PaU~ck Bisthan Jr Inc 175 Springs Fireplace Rd East Hampton NY 11937 Barred Until Fiscal Officer 06/06/2005 DOL ! ! I ! ! I I ! I Notes: Falsified records Company Name Address City Patrick Huffing Barred Until Fiscal Officer Notes: ' See Patrick Wright State Zip Code Company Name Address City Btate Zip Code Patrick Wright and Patrick Hurling Barred Until Fiscal Officer 12/02/2004 DOL 505 B Lincoln Road Riwrhead ~ 11901 Notes: Aka Professional Roofing, aka Pat's Roofing and aka Professional Construction - falsified records Company Name Address City State Zlp Code I I ! Pat's Roofing Barred Until Fiscal Officer Notes: See Pa~ck Wright Company Name Peter Chardou Barred Until Fiscal Officer Address Notes: See DMEContracfingInc Wednesday, March 07, 2001 City State Zip Code Page 25 of 31 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT - Company Name Address City State Zip Code Pet~ Pa~ Sprig 21 ~chard L~e Huntington NY' 11743 Barred Until Fiscal Officer Notes: 04/10/2002 DOL Company Name Address City State Zip Code Piccidlli Ent~ses ][nc O~e Ma.."~e Midland Plaz~ Bi~ghamton HY 13901 Ban'~d Until Fiscal Officer Notes: 08/12/2002 DOL Falsified payrolls Company Name Address City State Zip Code Pilos Con~-acd~g Corp 271 $ 8th S=cct Bmo~J~ NY 11220 Barred Until Fiscal Officer Notes: 08/10/2005 DOL one willthl with NYC and one willful with DOL Company Name Plato Core,ruction Coq~orafion Barred Until Fiscal Officer Address Notes: Sac G&C Construction Corp City State Zip Code Company Name Professional Construction Barred Until Fiscal Officer Address Notes: .~ , ~; See Patrick Wright Zip Code Company Name Professional F~ce Co ofWNY lnc Barred Until Fiscal Officer 07/05/2005 DOL Address 6479 Willow Dr{ye Notes: multiple w/llfuls City State Zip Code North Boston NY 14075 Company Name Professional,Roofing Barred Until Fiscal Officer Address Notes: See Pan'ick Wright City State Zip Code Company Name Pucci Masonry & Constmedon Corp Barred Until Fiscal Officer 01/20/2003 DOL Address 12 Huc~eberr~Lane Notes: 4willfulsandfal$ifiedpayrolls City state zip Code Hampton Bays NY 11946 Wednesday, March 07, 2001 Page 26 of 31 I I LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT ! ! Company Name Raymond L Masse Ban'ed Until Fiscal Officer Address City State Notes: T/A ARI Refi'igeration Ltd. see Capital Ama Refriger~on [nc (successor) ~pC~s I i Company Name RB Morgan Associates Barred Until Fiscal Officer 11/01/2004 DOL Address City State 50 Morgan Avenue Brooklyn NY Notes: Fa]sifted records Company Name Address City State Zip Code 11237 Zip Code Reilly Construction Company Barred Until Fiscal Officer 07/3 t/2001 DOL 206 Meadow Rd-P O Box 386 Elbridge Notes: Company Name RGM Construction Corp Barred Until Fiscal Officer 1112712004 DOL 13060 Address City State Zip Code 5601 Narge Avenue Maapeth NY Notes: Falsified records 11378 i ! Company Name RIP Mar~e Systems [nc Barred Until 08/23/2004 Company Name Fiscal Officer NYC Address City State 1332-04 11 th Avenue College Point NY ~otes: - Fa]sifted payrolls Address City State Zlp Code 11356 Zip Code I I Rocco Fischetfi & Sons Services Barred Until Fiscal Officer 05/08/2001 NYC 200 Hempsteaad Avenue Notes: 6 will~uls West Hempstead NY 11532 Company Name Roof Dynamics Inc Barred Until Fiscal Officer 03/26/2003 DOL Address City 289 F Skidmore Road Deer Park Notes: 24 willfuls with falsified payrolls State Zlp Code I 1 1729 ! I I ! I Company Name- S & D Contracting [nc Barred Until Fiscal Officer 04/18/2O02 DOL Wednesday, March 07, 2001 Address City 1035 Boyce Road, Sm 116 Pittsburgh Notes: Falsified payrolls : State PA Page 27 of 31 _Zip ~ode 15231 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code S I M G Painting Co [nc 1364 Buffalo Road Rochester NY 14624 Barred Until Fiscal Officer Notes: 01/08/2004 DOL Dba Colonial P~ndag Co Company Name Address City State Zip Code Sachem Structural Steel ~c ? O Box 582 Corem NY 11727 Barred Until Fiscal Officer Notes: 05/20/2002 DOL Falsified payrolls Company Name Address City State zip Code Schuyler Specialties Inc 324 May Avenue Schenectady NY 12301 Barred Until Fiscal Officer Notes: 04/30/2002 DOL 4 willfuls Company Name Address City State Zip Code Scott Gamache 3052 Dorchester Street Niagara Falls NY 14305 Barred Until Fiscal Officer Notss: 08/13/2002 DOL Dba Niagara Top Line Builders - falsified payrolls Company Name Address ~ City State ,ZIp Code Seville Construction Inc 255 52nd Street Brooldyn NY 1 !220 Barr6d Until Fiscal Officer Notes: 07/27/2002 DOL Also NYC - 3 willful violations Company Name Address ~, City State Zip Code Sormy's Drywall Inc 1538 Mann Avenue Hillside NJ 7205 Barred Until Fiscal Officer Notes: 09/07/2004 NYC Falsified records Company Name Address City State Zip Code Spen~ieri Painting Co ]~c 101 Dwelt Park Drive Syracuse NY 13209 Barred Until Fiscal Officer Notes: 09/09/2001 DOL 5 willfuls Company Name Spyder Technologies In~ Barred Until Fiscal Officer Address Notes: See LaCor~e Companies Inc City State Zip Code Wednesday, March 07, 2001 Page 28 of 31 I I LIST OF EMPLOYERS INEUGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT I I Company Name Address CRy State zip Code State of the ~ Constraction 140 Marine S~rect Fermingdale NY 11735 Barred Until Fiscal Officer Notes: 10/06/2005 DOL Multiple willful violations ! I Company Name Address City Superior Roofing lnc ? O Box 475 - NYS Rte 11 Gouverneur Barred Until Fiscal Officer Notes: 10/15/2002 DOL Company Name Address City State Zip Code NY 13642 State Zip Code Supreme Electrical Contracting Barred Until Fiscal Officer 06/11/2004 NYC 530~ Church Avenue Notes: Falsified records NY 11203 Company Name 'rBK E~,wall Consn'uct/on Barred Until Fiscal Officer Address City Notes: See Thomas and William Kraebel State Zip Code I Company Name Tale-Data-Corn Solutions [nc Barred Until Fiscal Officer 03/24/2005 DOL Address City 597 TraceyCreek Road Vestal Notes: alter ego ofNortheast Re~on~ Communicationslnc State Zip Code NY 13850 Company Name Address City State Zip Code I 1 Thomas and William Kraebel Barred Until Fiscal Officer 01/09/2002 DOL Box 228 Laarel Notes: Dba TBK Drywall Cons~:uction NY 11948 Company Name Thomas Goldrick Barred Until 09/30/2001 Address 86 Courier Boulevard Fiscal Officer Notes: DOL Dba Goldrick Custom Homes City State Zip Code Kenmore NY 14217 i I I I i Company Name Thomas K Falgiano Barred Until Wednesday, March 07,2001 Fiscal Officer Address City State Notes: Principal officer-panner md/or shareholder - see M Falg/ano Construction Co l~c Page 29 of 31 -zip Code LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Titan Restoration Corp Barred Until Fiscal Officer Addmse Notes: See DME Contracting City State Zip Code Company Name Tobie R C. mlle~ Bar/ed Until Fiscal Officer 04/06/2005 DOL Address City P O Box 11304 Rochester Notes: Dba Guilty Terrazzo Tile & Floorfi~g Co, - multiple w~ll~uls State Zip Code N~ 14611 Compamj Name Address Tower Building Maintenance & Map~ge~t Lt 347 Y-J~gsl~d Avc~uc Barred Until Fiscal Officer Notes: 11/24/2003 DOL Multiple will fuls c~ty Brooklyn State Zip Code NY 11222 Company Name TPK Ccastruction Co~pom. fion Barred Until Fiscal Officer 02/02/2003 DOL Address City 116-124 S Van Bmnt St Englewood Notes: Falsified payrol[s State Zip Code NJ 07631 Company Name Address City Tumo Con~-uction [~c 4 N=m~-y La~e Rye Ba~d Until Fiscal ~r N~es: :~ ~ 11/25/2~3 DOL 3 ~ll~ls - deb~ent p~ ex~d~ State Zip Code ~Y ¥058O Company Name Wale Co~t~ction Co~ Barred Until Fiscal Officer 08I l 2/2004 NYC AddreSs ' =- City c. fo S M 4309 White Plains Bronx Notes: Falsified records State Zip Code Company Name W~,;ay Construction Coq~omdon Barred Until Fiscal Officer 11/26/2001 DOL Address City 201-01 Northern Blvd Bayside Notes: Falsified payrolls State Zip Code N~ 11361 Company Name Wayne La~ca~ter, Individually Barred Until Fiscal Officer 0~/30/2004 DOL Address City . 5350 MeLaughlin Hill Rd Beaver Dams Notes: Dba Ma~agemeet Services - falsified records State Zip Code ~P/ 14812 Wednesday, March 07, 2001 Page 30 of 31 I ~ LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address Wayne Vitale [nc P O Box 325 Barred Until Fiscal Officer Notes: 11/08/2005 DOL Dba ~eptune Constyuctio~ Co Company Name Address City West Coest Construction Inc 144-36 25th Road Flushing Barred Until Fiscal Officer Notes: 09/11/2001 NYC Multiple w~llfills and falsified payrolls Wheels Places ~N' Things [nc P O Box 311 Barred Until Fiscal Officer Notes: 10/26/2003 DOL Fa[sifted payrolls City State Zip Co~e Port Jeffev~n NY 11777 Company Name Address City State Zip Code NY 11354 State Zip Code Se&irk NY 12158 i Company Name William A Sahzberger Barred Until Fiscal dfflcer i 03/25/2002 DOL Address CRy 52 High St P O Sox 836 Geneva Notes: Dba A & L Landscape Maintenance - 3 willfuls State Zip Code NY 14456 Company Name Woodmotif Cabinetry [nc Barred Until Fiscal Office~ 02107/2002 NYC Company Name Address City 501 Scholes Str~ Brooklyn Notes: falsified records - indicunent #5268-96 Address City State Zip Code N'Y 11237 State Zip Code WPNT Construction lnc Barred Until Fiscal Officer Rte 144 Selkh-k Notes: Successor toWheelsPlaces-N-Things[nc NY 12158 I I I I I i Company Name Yaboo Fence Company Barred Until 06/09/2004 Fiecal Officer DOL Wednesday, March 07, 2001 Address City 10 High Street WestNyack Notes: State Zip Code NY 10994 Page 31 of 31 I I I I I I I 1 i I I i I I I I I I COMPLIANCE WITH THE LABOR LAW AND OTHER DEPARTMENT OF LABOR REGULATIONS STATE REGULATIONS: 1. The Contractor shall comply with the applicable provisions of the "Labor Law" as amended, of the State of New York. This Contract shall be void unless applicable sections of said Labor Law are complied with. 2. Each and every provision of law and clause required by law to be part of this Contract shall be deemed to be included herein and this Contract shall be read and enforced as though it were included herein, and, if through mere mistake or otherwise any such provision is not included, then upon the application of either party hereto, the Contract shall forthwith be physically amended to make such inclusion. Specifically, Section 220-E, of the Labor Law, as so amended, prohibits in contracts, discrimination on account of race, creed, color, or national origin in employment of citizens upon public works. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of five ($5.00) dollars for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of said paragraph, this Contract may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. B. FEDERAL REGULATIONS: CERTIFICATION OF NONSEGREGATED FACILITIES. By the submission of this bid, the bidder, offerer, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under this control, where segregated facilities are maintained. The bidder, offerer, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in his contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact .segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): Adult Softball Field.Tee Ball Fields: M-1 1-12.805.4 Reports and Other Required Information (b) Requirements for bidders or prospective contractors. (1) Each agency shall require each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated in any previous contract or subcontract subject to the Equal Opportunity clause; and, if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. The statement shall be in the form of a representation by the bidder or offeror substantially as follows: (2) "The bidder (or offeror) represents that he ( ) has, ( ) has not, participated in a previous contract or subcontract subject to the Equal Opportunity clause - herein, or the clause originally contained in section 301 of Executive Order No. 10925, or the clause contained in section 201 of Executive Order No. 11114; that he ( ) has, ( ) has not, filed all required compliance reports; and that representations indication submission of required compliance reports, signed by proposed subcontractors will be obtained prior to subcontract awards," (The above representation need not be submitted in connection with contracts or subcontracts which are exempt from the clause.) When a bidder or offeror fails to execute the representation, the omission shall be considered a minor informality and the bidder or offeror shall be permitted to satisfy the requirement prior to award. (2) In any case in which a bidder or prospective prime contractor or proposed subcontractor, which participated in a previous contract of subcontract subject to Executive Orders No. 10925, 11114, or 11246, has not filed a report due under the applicable filing requirements, no contract or subcontract shall be awarded, unless such contractor submits a report covering the delinquent period or such other period specified by the agency or the Director. (3) A bidder or prospective prime contractor or proposed subcontractor shall be required to submit such information as the agency or the Director requests prior to the award of the contract or subcontract. When a determination has been made to award the contract or subcontract to a specific contractor, such contractor shall be required, prior to award, or after the award, or both, to furnish such other information as the agency, the applicant, or the Director requests. ( C ) Use of reports. Reports filed pursuant to this 1-12.805.4 shall be used only in connection with the administration of the Order, the Civil Rights Act of 1964, or in furtherance of the purposes of the Order and said Act. Adult Softball Field/Tee Ball Fields: M-4 I I I I I I I I 1 I I I I I I I I i i ( d ) Acquisition of Report Forms. Standard Form 100 is available in all GSA supply depots. Copies of the form may be obtained from GSA through the contracting or administering agency. The stock number for the form is as follows: Standard Form No. Stock Number Title I00 7540-926-2049 Equal employment opportunity employer information report. 1-12.805.4 PROCUREMENTSTANDARDS All contracts for construction or repair shall include a prevision for compliance with the Copeland "Anti-Kick Back" Act (18 U.S.C. 874) as supplemented in Department of Labor Regulations (29 CFR, Part 3). This Act provides that each Contractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The Grantee shall report all suspected or reported violations to the Grantor Agency. Where applicable, all Contracts awarded in excess of $ 2,000 for construction contracts and in excess of $ 2,500 for other contracts which involve the employment of mechanics or laborers shall include a provision for compliance with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor Regulations (29 CFR, Part 5). Under Section 103 of the Act, each Contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work day of 8 hours and a standard work week of 40 hours. Work in excess of the standard work day or work week is permissible provided that the worker is compensated at a rate of not less than 1- 1/2 times the basic Rate of pay for all hours worked in excess 8 hours in any calendar day or 40 hours in the work week. Section 107 of the act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction, safety, and health standards promulgated by the Secretary of Labor. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. Adult Softball Field/Tee Ball Fields: M-5 EN Each contract of an amount in excess of $ 2,500 awarded by a Grantee or Sub-grantee shall provide that the recipient will comply with applicable regulations and standards of the Cost of Living Council in establishing wages and prices. The provision shall advise the recipient that submission of a Bid or offer or the submittal of an invoice or voucher for property, goods, or services furnished under a contract or agreement with the Grantee shall constitute a certification by him that amounts to be paid do not exceed maximum allowable levels authorized by the Cost of Living Council regulations or standards. Violations shall be reported to the Grantor Agency and the local Internal Revenue Service field office. Contracts and sub-grants of amounts in excess of $ 100,000 shall contain a provision which requires the recipient to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970. Violations shall be reported to the Grantor Agency and the Regional Office of the Environmental Protection Agency. Contracts shall contain such contractual provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contracts terms, and provide for such sanctions and penalties as may be appropriate. All contracts, amounts for which are in excess of $ 2,500, shall contain suitable provisions for termination by the grantee including the manner by which it will be effected and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be terminated because of circumstances beyond the control of the contractor. In all contracts for construction or facility improvement awarded in excess of $100,000, grantees shall observe the bonding requirements provided in Attachment B to this Circular. All contracts and sub-grants in excess of'$ 10,000 shall include provisions for compliance with Executive Order No. 11246, entitled, "Equal Employment Opportunity", as supplemented in Department of Labor Regulations (41 CFR, Part 60). Each contractor or sub-grantee shall be required to have an affirmative action plan which declares that it does not discriminate on the basis of race, color, religion, creed, national origin, sex, and age and which specifies goals and target dates to assure the implementation of that plan. The grantee shall establish procedures to assure compliance with this requirement by contractors or sub-grantees and to assure that suspected or reported violations are promptly investigated. Adult Softball Field/Tee Ball Field: M-6 I I I t I I I I I I I I ! I I I I I to the 1. COMPLIANCE WITH PROVISIONS OF THE LABOR LAW Pursuant to Article 8 of the Labor Law, the contractor's attention is directed following requirements: .~ Section 220.2 which requires a stipulation that no laborer, workman or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in the emergencies set forth in the Labor Law. Section 220.3 which requires a provision that each laborer, workman or mechanic employed by the contractor, subcontractor or other person about or upon such public work, shall be paid not less. than the prevailing rate or wages and shall be provided supplements not less than the prevailing supplements as determined by the fiscal officer. Section 220.3-a also requires that the contractor and every subcontractor on public works contracts shall post in a prominent and accessible place on the site of the work a legible statement of all wage rates and supplements as specified in the contract to be paid or provided, as the case may be, for the various classes of mechanics, workingmen, or laborers employed on the work. Section 220.3-e provides that apprentices will be permitted to work as such only when they are registered, individually, under a bona fide program registered with the New York State Department of Labor. The allowable ~atio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his work force on any job under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered as above, shall be paid the wage rate determined by the New York State Department of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish written evidence of the registration of his program and apprentices as well as of the appropriate rations and wage rates, for the area of construction prior to using any apprentice on the contract work. Section 220-e, which requires provisions by which the contractor with the State or municipality agrees: (a) That in the hiring of employees for the performance of work under this contract or any subcontract hereunder, no contractor, subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall by reason of race, creed, color or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates; (b) That no contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on account of race, creed, color or national origin. (Your attention is directed to the provisions of the State law against Discrimination which also prohibits discrimination in employment because of age); ( C ) That ther~ may be deducted from the amount payable to the contractor by the State or municipality under this contract a penalty of five dollars for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract; Adult Softball Field/Tee Ball Fields: M-7 (d) That this contract may be canceled or terminated by the State or municipality, and all moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the contract. The aforesaid provisions of Section 220-e which covem every contract for or on behalf of the State or municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York. Section 222 which requires that preference in employment shall be given to citizens of the State of New York who have been residents for at least six consecutive months immediately prior to the commencement of their employment; that persons other than citizens of the State of New York may be employed when such citizens are not available; and that if the requirements of Section 222 concerning preference in employment to citizens of the State of New York are not complied with, the contract shall be void. Section 222-a which requires that if in the construction of the public work a harmful dust hazard is created for which appliances or methods for the elimination of harmful dust have been approved by the Board of Standard Appeals, such appliances or methods shall be installed and maintained and effectively operated by the contractor; and that if the provisions of Section 222-a concerning harmful dust hazards are not complied with, the contract shall be void. OTHER REQUIREMENTS Every State contracting agency, including Public authorities, must include in each contract paragraphs (c) through (g) of the Standard State Contract Clauses promulgated by the Governor on Septemb. er 12, 1963 and amended November 14, 1963. Labor classifications not appearing on the accompanying schedule of wages can be used only with the consent of the department of jurisdiction and then the rate to be paid will be given by the department of jurisdiction after being advised by the New York State Department of Labor. The contractor shall make such provision for disability benefits, workmen's compensation, unemployment insurance, social security and safety code provisions as are required by law. General Regulation No. 1, as issued by the State Commission for Human Rights, requires that each contract contains a stipulation that: "It is hereby agreed by and between the parties hereto that every contractor and subcontractor engaged in the public work described in this contract shall post and maintain at each of his establishments and at all places at which the public work described hereunder is beingconducted, the Notice of the State Commission for Human Rights indicating the substantive provisions of the Law Against Discrimination, where complaints may be filed, and other pertinent information. Such Notice shall be posted in easily accessible and well lighted places customarily frequented by employees and applicants for employment." The Notice may be obtained from the department having jurisdiction, or from the office of the State Commission for Human Rights in the respective area. You are:requested to refer to the Bureau of Public Work all charges of discrimination in employment including discrimination because of age, race, creed, color or national origin. Adult Softball Field/Tee Ball Fields: M-8 I I NON-DISCRIMINATION CLAUSE I I ! I I I I I I I I I I I I I During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin, and will rake affirmative action to insure that they are afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff Or termination, rates of pay or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. The contractor will send to each labor union or representative of workers with which he has or is bound by a collective bargaining or other agreement or understanding, a notice, to be provided by the Commission of Human Rights, advising such labor union or representative of the Contractor's agreement under clauses "a." through "h." hereinafter called "non-discrimination clauses", and requesting such labor union or representative to agree in writing, whether in such collective bargaining or other agreement or understanding or otherwise, that such labor union or representative will not discriminate against any member or applicant for membership because of race, creed, color, or national origin, and will rake affirmative action to insure that the~/are afforded equal membership opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay, or other forms, of compensation, and selection for training or retraining including apprenticeship and on-the-job training. Such notice shall be given by the Contractor, and such written agreement shall be made by such labor union or representative, prior to the commencement of performances of this contract. If such a labor union or union representative fails or refuses so to agree in writing, the Contractor shall promptly notify the Commission for Human Rights of such failure or refusal. The Contractor will post and keep posted in conspicuous places, available to employee and applicants for employment, notices to be provided by the Commission for Human Rights setting forth the substance of the provision of clauses "a." and "b." and such provisions of the State's Laws against discrimination as the Commission for Human Rights shall determine. The Contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, that ali qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. Adult Softball Field & Tee Ball Fields: N-I The Contractor will comply with the prevision of Sections 291-229 of the Executive Law and the Civil Rights Law, will furnish all information and reports deemed necessary by the Commission for Human Rights under these non-discrimination clauses as such sections of the Executive Law and will, permit access to his .books, records, and accounts by the Commission for Human Rights and Owner representatives counsel for the purposes of investigation to ascertain compliance with these non-discrimination clauses and such sections of the Executive Law and Civil Rights Law. This Contract may be forthwith canceled, terminated, or suspended in whole or in part, by the contracting agency upon the basis of a finding made by the Commission of Human Rights that the Contractor has not complied with these non-discrimination clauses, and the Contractor may be declared ineligible for future contracts made by or on behalf'of the Owner/Contracting Agency until he satisfied the Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses. Such finding shall be made by the Commission for Human Rights after conciliation efforts by the Commission have failed to achieve compliance with these non-discrimination clauses and after a verified complaint has been filed with the Commission, notice thereof has been given to the Contractor and an opportunity has been afforded him to be heard publicly before three members on the Commission. Such sanctions may be imposed and remedies otherwise provided by law. If this Contract is canceled or terminated under clause "f.", in addition to other rights of the Owner provided in this contract upon its breach by the Contractor, the Contractor will hold the Owner Harmless against any additional expenses or costs incurred by the Owner in completing the work or in purchasing the services, material equipment, or supplies contemplated by this contract, and the Owner may withhold payments from the contractor in an amount sufficient for this purpose and recourse may be had against the surety on the performance bond if necessary. The Contractor will include the provisions of clauses "a.", through "g." in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within jurisdictional local of the Project being contracted by the Owner. The Contractor will take such action in enforcing such provisions of such subcontract or purchase as Owner/Contracting Agency may direct, including sanctions or remedies for non- compliance. If the Contractor becomes involved in or is threatened with litigation with a sub-contractor or vendor as a result of such direction by the Contraction Agency/Owner, the Contractor shall promptly so notify the Owner's representatives/ counsel, request him to intervene and protect the interests of the Owner (Contracting Agency's jurisdictional area). Adult Softball Field & Tee Ball Fields: N-2 I I I I I I I I I I I I I I I I I i I Copyright 1998 AIA MASTERSPEC-' 9/98 SECTION 0! 100 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Project Identification: Project consists of Town of Southold, Adult Softball Field, Tennis Courts, Hand Ball Court, Lighting. l. Project Location: Cochran Park, Peconic, New York 2. Owner: Town of Southold B. Architect Identification: The Contract Documents, dated, April 16, 2002 were prepared for Project by Araiys Design, L.A., P. C. 33 Main Street Southampton, NY 11968. C. The Work consists of site improvement to Cochran Park, Peconic, New York 1. The Work includes Three Tennis Court construction, Adult Softball Field, Hand Ball Court, Tee Ball Fields. 1.3 A. B. CONTRACT[S] Project will be constructed under multiple contracts. Multiple contracts are separate contracts, representing significant construction activities, between Owner and separate contractors. See Division 1 Section "Summary of Multiple Contracts" for a description of work included under each separate contract. Each contract is performed concurrently and coordinated closely with construction activities performed on Project under other contracts. 1.4 A. USE OF PREMISES General: Contractor shall have full use of premises for construction operations, including use of Project site, during construction period. Contractor's use of premises is limited only by Owner's right to perform work or to retain other contractors on portions of Project. 1.5 SPECIFICATION FORMATS AND CONVENTIONS SUMMARY 01100-1 Copyright 1998 AIA MASTERSPEC 9/98 Specification Format: The Specifications are organized into Divisions and Sections using the 16-division format and CSI/CSC's "MasterFormat" numbering system. Section Identification: The Specifications use section numbers and titles to help cross- referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence; however, the sequence is incomplete. Consult the table of contents at the beginning of the Project Manual to determine numbers and names of sections in the Contract Documents. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations~ These conventions are as follows: 1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted. The words "shall," "shall be," or "shall comply with~" depending on the context, are implied where a colon (:) is used within a sentence.or phrase. 1.6 MISCELLANEOUS PROVISIONS PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION END OF SECTION 01100 SUMMARY 01100 - 2 ' I I I I I I I I I I I I I I I I I I I Copyright 2001 AIA MASTERSPEC 11/01 SECTION 01420 - REFERENCES PART 1 - GENERAL 1.1 A. RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division I Specification Sections, apply to this Section. 1.2 A. B. DEFINITIONS General: Basic Contract definitions are included in the Conditions of the Contract. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "approved," "required," and "permitted" have the same meaning as "directed." "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in ~ther Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." "Regulations": Laws, ordinances, statutes, and lawfifl orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. "Install": Operations at Project 'site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. "Provide": Furnish and install, complete and ready for the intended use. "Installer": Contractor or another entity engaged by Contractor as an em31oyee, SubcOntractor, or Sub-subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Using a term such as "carpentry" does not imply that certain constrUction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as "carpenter." It also does not imply that requirements specified apply exclusively to tradespeople of the corresponding generic name. REFERENCES 01420- 1 Copyright 2001 AIA MASTERSPEC 11/01 "Experienced": When used with an entity, "experienced" means having successfully completed a minimum of five previous projects similar in size and scope to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. .~ "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents, unless otherwise indicated. Conflicting Requirements: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to Architect for a decision before proceeding. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. Copies of Standards: Each entity engaged in construction on Project must be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source and make them available on request. Abbreviations and Acronyms for Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up- to-date as of the date of the Contract Documents. ~PKIVATE tbl 1 ~dom 1 ADAAG Americans with Disabilities Act (ADA) Accessibility Guidelines for Buildings and Facilities Available from Access Board www.access-board.gov (800) 872-2253 (202)272-5434 CFR Code of Federal Regulations REFERENCES 01420 - 2 I I I I I I I I I I I I I I i I I I I Copyright 2001 AIA MASTERSPEC 11/01 CRD Available from Government Printing Office www.access.gpo.gov/nara/cfr Handbook for Concrete and Cement Available from Army Corps of Engineers Waterways Experiment Station www.wes.army.mil (888) 293-6498 (202) 512-1530 (601) 634-2355 1.4 ABBREVIATIONS AND ACRONYMS Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale Research's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web-site addresses are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. PR1VATE tbl2~doml AAN American Association of Nurserymen (See ANLA) ACI American Concrete Institute/ACI International (248) 848-3700 www.aci-int.org AEIC Association of Edison Illuminating Companies, Inc. (The) (205) 257-2530 www.aeic.org AGC Associated General Contractors of America (The) (703) 548-3118 www.agc.org AI Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aia.org (202) 626-7300 ALCA Associated Landscape Contractors of America (800) 395 -2522 www.alca.org (703) 736-9666 AMCA Air Movement and Control Association International, Inc. (847) 394-0150 www.amca.org ANLA American Nursery & Landscape Association (202) 789-2900 (Formerly: AAN - American Association of Nurserymen) www.anla.org ANSI American National Standards Institute (202) 293-8020 REFERENCES 01420-3 Copyright 2001 AIA MASTERSPEC 11/01 AOSA ASCE ASME ASTM AWS CLFMI CPPA CRSI CSA CSI EIMA EJMA IEEE IESNA LPI NCMA www,ansi.org Association of Official Seed Analysts www.aosaseed.com American Society of Civil Engineers www.asce.org ASME International (The American Society of Mechanical Engineers International) www.asme.org ASTM International (American Society for Testing and Materials International) www.astm.org American Welding Society www.aws.org Chain Link Fence Manufacturers Institute www.chainlinkinfo.org Corrugated Polyethylene Pipe Association www.cppa-info.org Concrete Reinforcing Steel Institute www.crsi.org CSA International (Formerly: lAS - International Approval Services) www.csa-international.org Construction Specifications Institute (Tbe) www.csinekorg EIFS Industry Members Association www.eifsfacts.com Expansion Joint Manufacturers Association, Inc. www.ejma.org Institute of Electrical and Electronics Engineer}, Inc. (The) www.ieee.org Illuminating Engineering Society of North America www.iesna.org Lightning Protection Institute www.lightning.org National Concrete Masonry Association (505)522-1437 (800) 548-2723 (703) 295-6300 (800) 843-2763 (212) 591-7722 (610) 832-9585 (800) 443-9353 (305) 443-9353 (301) 596-2583 (800) 510-2772 (202) 462-9607 (847) 517-1200 (800) 463-6727 (416) 747-4000 (800) 689-2900 (703) 684-0300 (800) ~94-3462 (770) 968-7945 (914)332-0040 (212)419-7900 (212) ¢48-5000 (800) 488-6864 (847) 577-7200 (703) 713-1900 REFERENCES 01420 - 4 I I I I I I I I I I I I I I I I I I I Copyright 2001 AIA MASTERSPEC NECA NEMA NETA NRMCA SAE TPI UL UNI www.ncma.org National Electrical Contractors Association www.necanet.org National Electrical Manufacturers Association www.nema.org InterNational Electrical Testing Association www.netawofld.org National Ready Mixed Concrete Association www.nrmca.org SAE International www.sae.org Turfgrass Producers International www.mrfgrasssod.org Underwriters Laboratories Inc. www.ul.com Uni-Bell PVC Pipe Association www.uni-bell.org END OF SECTION 01420 REFERENCES 11/01 (301) 657-3110 (703) 841-3200 (303) 697-8441 (888) 846-7622 (301) 587-1400 (724) 776-4841 (800) 405-8873 (847) 705-9898 (800) 704-4050 (847) 272-8800 (972) 243-3902 01420 ~ 5 I I I I I I I I I I I I I I i I I I I Copyright 1998 AIA MASTERSPEC 9/98 SECTION 01230 - ALTERNATES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1.3 A. DEFINITIONS Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to 'be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 A. PROCEDURES Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been a~cepted, rejected, or deferred for later consideration. Include a complete description of ~egotiated modifications to alternates. Execute accepted alternates under the same conditions as other work of the Contract. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. ALTERNATES 01230- 1 Copyright 1998 AIA PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. <TBD. END OF SECTION 01230 ALTERNATES MASTERSPEC 9/98 0)230 - 2 I I I I I i I I I I I I I I I I i I I DIVISION TWO - SITE WORK I I I I I I I I I I I I I I I I I I I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York SECTION 02230 - SITE CLEARING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMAR-Y A. This Section includes the following: 1. Temporary erosion and sedimentation control measures. B. Related Sections include the following: 1. Division 2 Section "Earthwork" for soil materials, excavating, backfilling, and site grading. 2. Division 2 Section "Lawns and Grasses" for finish grading including preparing and placing planting soil mixes and testing of topsoil material. 1.3 A. DEFINITIONS Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 2 inches (50 mm) in diameter; and free of subsoil and weeds, roots, toxic materials, or other nonsoil materials. Tree Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless otherwise indicated. 1.4 MATERIAL OWNERSHIP A. Except for sffipped topsoil or other materials indicated to remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. SITE CLEARING 02230-1 Araiys Design, L.A.} P.C. Landscape Architects Cochran Park Southold, New York Record drawings, according to Division 1 Section "Project Record Documents," identifying and accurately locating capped utilities and other subsurface structural, electrical, and mechanical conditions. 1.6 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.7 A, PROJECT CONDITIONS Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission fi:om Owner and authorities having jurisdiction. Provide alternate routes around closed or obstructed traffic ways if reqffu:ed by authorities having jurisdiction. Improvements on Adjoining Property: Authority for performing site clearing indicated on property adjoiffmg Owner's property will be obtained by Owner before award of Contract. I. Do not proceed with work on adjoining property until directed by Arctfitect. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises where indicated. Utility Loeator Service: Notify utility locator service for area where Project is located before site clearing. Do not commence site clearing operations until temporary erosion and sedimentation control measures are in place. PART 2 - PRODUCTS[ (Not Applicable)] 2.1 A. SOIL MATERIALS Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section "Earthwork." 1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on-site. : PART 3 - EXECUTION 3.1 PREPARATION SITE CLEARING 02230 - 2 I ! I I I I I I i I I I I I I I I I i Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York A. Protect and maintain benchmarks and survey control points from disturbance during construction. B. Locate and clearly flag trees and vegetation to remain or to be relocated. C. Protect existing site improvements to remain from damage during construction. 1. Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 A. TEMPORARY EROSION AND SEDIMENTATION CONTROL Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction. Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established· Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. 3.3 A. UTILITIES Owner will arrange for disconnecting and sealing indicated utilities that serve existing structures before site clearing, when requested by ConU'actor. Verify that utilities have been disconnected and capped before proceeding with site clearing. B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. Arrange with utility companies to shut offindicated utilities. Owner will arrange to shut off indicated utilities when requested by Contractor. Existing Utilities: Do not interruptl utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according t9 requirements indicated: 1. Notify Architect not less than two days in advance of proposed uhlity interruptions. 2. Do not proceed with utility interruptions without Architect's written permission. Excavate for and remove underground utilities indicated to be removed. Removal of nnderground utilities is ir3cluded in Division 2 Sections covering site utilities. 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new constmction. SITE CLEARIN. G 02230-3 Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York 1. Do not remove trees, shrubs, and other vegetation indicated to remffm or to be relocated. 2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Grind stumps and remow roots, obstructions, and debris extending to a depth of 18 inches (450 mm) below exposed subgrade. 4. Use only hand methods for grubbing within tree protection zone. 5. Chip removed tree branches and dispose of off-site. Fill depressions caused by cleating and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. Place fill material in horizontal layers not exceeding a loose depth of 6 inches, and compact each layer to a density equal to adjacent orig/nal ground. 3.5 A. DISPOSAL Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials includdng trash and debris, and legally dispose of them off Owner's property. '1. Separate recyclable materials produced during site clearing from other nonrecyclable materials. Store or stockpile without intermixing with other materials and transport them to recycling facilities. END Oil SECTION 02230 SITE CLEARING 02230 ~ 4 I I I I I I I I I I I I I I I I I I I Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York SECTION 02300 - EARTHWORK PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 A. SUMMARY This Section includes the following: 1. Preparing subgrades for slabs-on-grade, walks, pavements, lawns, and plantings. 2. Excavating and backfilling trencheS for buried mechanical and electrical utilities and pits for buried utility structures. B. Related Sections include the following: Division 2 Section "Site Clearing" for site stripping, grubbing, removing topsoil, and protecting trees to remain. 1.3 A. UNIT PRICES Rock Measurement: Volume of rock actually removed, measured in original position, but not to exceed the following: 1. 24 inches (600 mm) outside of concrete forms other than at footings. 2. 12 inches (300 mm) outside of concrete forms at footings. 3. 6 inches (150 mm) outside of minimum required dimensions of concrete cast against grade. 4. Outside dimensions of concrete walls indicated to be cast against rock without forms or exterior waterproofing treatments. 5. 6 inches (150 mm) beneath bottom of concrete slabs on grade. 6. 6 inches (150 mm) beneath pipe in trenches, and the greatcrof 24 inches (600 mm) wider than pipe or 42 inches (1065 mm) wide. B. Unit prices for rock excavation include replacement with approved mater/als. 1.4 A. DEFINITIONS Backfill: Soil materials used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including Munches to support sides of pipe. 02300- 1 Araiys Design L.A., P.C. Cochran Park Landscape Architects Southold, New York 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Layer placed between the subbase course and asphalt paving. C. Bedding Course: Layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow: Satisfactory soil imported from off~site for use as fill or backfill. Drainage Course: Layer suppoff~ng slab-on-grade used to nfmimize capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations. 1. Additional Excavation: Excavation below subgrade elevations as directed by Architect. Additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work· 2. Bulk Excavation: Excavations more than 10 feet (3 m) in width and pits more than 30 feet (9 m) in either length or width. 3. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. Rock: Rock material in beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock mate?iai exceeding I cu.. yd. (0.76 cu. m) for bulk excavation or 3/4 cu. yd. (0.57 cu. m) for footing, trench, and pit excavation that cannot be removed by rock excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: Excavation of Footings, Trenches, and Pits: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch- (1065-mmv) wide, short-tip-radius rock bucket; rated at not less than 120-hp (89-kW) flywheel power with bucket-curling force of not less than 25,000 lbf (111 kN) and stick-crowd force of not less than 18,700 lbf (83 kN); measured according to SAE J-1179. Bulk Excavation: Late-model, track-mounted loader; rated at not less than 210-bp (157- kW) flywheel power and developing a minimum of 45,000-1bf (200-kN) breakout force; measured according to SAE J-732. Rock: Rock material ~n beds, ledges, unstratified masses, and conglomerate deposits and boulders of rock_material 3/4 cu. yd. (0.57 cu. m) or more in volume that when tested by an independent geotechnicai testing agency, accorffmg to ASTMD 1586, exceeds a standard penetration resistance of 100 blows/2 inches (97 blows/50 mm). Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. K. Subbase Course: Layer placed between the subgrade and base course for asphalt paving, or layer placed between the subgrade and a concrete pavement or walk. EARTHWORK 02300 - 2 I ! I I I I I I I I I I I I I I I I I Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase, drainage fill, or topsoil materials. M. Utilities include on-site underground pipes, con, duits, ducts, and cables, as well as underground services within buildings. 1.5 SUBMITTALS A. Product Data: For the following: 1. Each type of plastic wanfmg tape. B. Samples: Fbr the following: 1. 30-lb (14-kg) samples, sealed in airtight containers, of each proposed soil material from on-site or borrow sources. C. Material Test Reports: From a qualified testing agency indicating and intenpreting test results for compliance of the following with reqffn~ments indicated: 1. Classification according to ASTM D 2487 of each on-site or borrow soil material proposed for fill and backfill, 2. Laboratory compaction curve according to ASTM D 1557 for each on-site or borrow soil material proposed for fill and backfill. 1.6 QUALITY ASSURANCE Geotechnical Testing Agency Qualifications: An independent testing agency qualified · according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented according to' ASTM D 3740 and ASTM E 548. Preexcavation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Meetings." 1.7 A. PROJECT CONDITIONS Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Architect and then only after arranging to provide temporary utility services according to requirements indicated: Notify Architect not less than two days in advance of proposed utility interruptions. Do not proceed with utility interruptions without Architect's written permission. Contact utility-locator service for area where Project is located before excavating. EARTHWORK 02300-3 Araiys Design L.A., P.C. Cochran Park Landscape Architects Southold, New York Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are active. PART 2 - PRODUCTS 2.1 A. SOIL MATERIALS General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. Satisfactory Soils: ASTM D 2487 soil classification groups GW, GP, GM, SW, SP, and SM, or a combinatibn of these group symbols; free of rock or gravel larger than 3 inches (75 mm) in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. Unsatisfactory Soils: ASTM D 2487 soil classification groups GC, SC, ML, MH, CL, CH, OL, OH, and PT, or a combination of these group symbols. Unsatisfactory sods also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. Backfill and Fill: Satisfactory soil materials. Subbase: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2- inch (38- mm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. Base: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-inch (38-mm) sieve and not more than 8 percent passing a No. 200 (0.075-mm) sieve. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch (38omm) sieve and not more than 12 percent passing a No. 200 (0.075-mm) sieve. Bedding: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch (25-mm) sieve and not more than 8 percent passing a No, 200 (0.075-mm) sieve. Drainage Fill: Washed, narrowly graded mixture of crushed stone, or crushed or uncrushed graveli ASTM D 448; coarse-ag~egate grading Size 57; with 100 percent passing a 1-1/2- inch (38-mm) sieve and 0 to 5 percent passing a No. 8 (2.36-mm) sieve. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse-aggregate grading Size 67; with 100 percent passing a 1- inch (25-mm) sieve and 0 to 5 percent passing a No. 4 (4.75-mm) sieve. K. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state. EARTHX~v'OP,.K 02300 - 4 I I I I I I ! I I I I I I ! I I I I I Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York 2.2 ACCESSORIES Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of the utility; colored as follows: Detectable Warning Tape: Acid- and alkali-resistant polyethylene film warning tape manufactured for marking and identifying underground utilities, minimum 6 inches (150 mm) wide and 4 mils (0.1 mm) thick, continuously inscribed with a description of utility, with metallic core encased in a protective jacket for corrosion protection, detectable by metal detector when tape is buried up to 30 inches (750 mm) deep; colored as follows: h Red: Electric. 2. Yello~v: Gas, oil, steam, and dangerous materials. 3. Orange: Telephone and other communications. 4. Blue: Water systems. 5. Cr~een: Sewer systems. Drainage Fabric: Nonwoven geotextile, specifically manufactured as a drainage geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 110 lbf (490 N); ASTM D 4632. 2. Tear Strength: 40 lbf (178 N); ASTM D 4533. 3. Puncture Resistance: 50 lbf (222 N); ASTM D 4833. 4. Water Flow Rate: 150 gpm per sq. fL (100 L/s per sq. m); ASTM D 4491. 5, Apparent Opening Size: No. 50 (0.3 mm); ASTM D 4751. Separation Fabric: Woven geotextile, specifically manufactured for use as a separation geotextile; made from polyolefins, polyesters, or polyamides; and with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: 1. Grab Tensile Strength: 200 lbf (890 N); ASTM D 4632. 2. Tear Strength: 75 1bf(333 N); ASTM D 4533. 3. Puncture Resistance: 90 lbf (400 N); ASTM D 4833. 4. Water Flow Rate: 4 gpm per sq. ft. (2.7 L/s per sq. m); ASTM D 4491. 5. Apparent Opening Size: No. 30 (0.6 mm); ASTM D 4751. PART 3 - EXECUTION 3.1 A. PREPARATION Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earthwork operations. Protect subgrades and foundation soils against freezing temperatures or frost. Provide protective insulating materials as necessary. 02300 - 5 Araiys Design L.A., P.C. Landscape Architects 3.2 A. Cochran Park Southold, New York Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways EXCAVATION, GENERAL Unclassified Excavation: Excavation to subgrade elevations regardless of the character of surface and subsurface conditions encountered, including rock, soil materials, and obstructions. 1. If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. Classified Excavation: Excavation to subgrade elevations classified as earth and rock. Rock excavation Will be paid for by adjusting the Contract Sum according to uff~t prices included in the Contract Documents. 1. Earth ~xcavation includes excavating pavements and obstmction~s visible on surface; underground structures, utilities, and other items indicated to be removed; together with soil, boulders, and other materials not classified as rock or unauthorized excavation. a. Intermittent drilling; blasting, if permitted; ram hammering; or tipping of material not classified as rock excavation is earth excavation. 2. Rock excavation includes removal and disposal of rock. a. Do not excavate rock until it has been classified and eross-sectioned by Architect. 3.3 A. EXCAVATION FOR STRUCTURES Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch (25 mm). Extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to fmal grade just before placing concrete .reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. Excavation for Underground Tanks, Basins, and Mechanical or Electrical Utility Structures: Excavate to elevations and dimensions indicated within a tolerance of plus or minus 1 inch (25 mm). Do not disturb bottom of excavations intended for bearing surface. 3.4 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated cross sections, elevations, and grades. 3.5 EXCAVATION FOR UTILITY TRENCHES EARTHWORK · 02300 - 6 I I I I I I I I I I I I I ! I I I I I Araiys Design L.A., P.C, Landscape Architects Cochran Park Southold, New York A. Excavate trenches to indicated gradients, lines, depths, and elevations. Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. Excavate trenches to uniform widths to provide a working clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 18 inches higher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: 12 inches (300 mm) on each side of pipe or conduit. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. For pipes and conduit 6 inches (150 mm) or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe circumference. Fill depressions with tamped sand backfill. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielctmg bearing material to allow for bedding course. Trench Bottoms: Excavate trenches 2 inches deeper than bottom of pipe elevation to allow for bedding course. Hand excavate for bell of pipe. 1. Excavate trenches 6'inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.6 A. B. 3.7 APPROVAL OF SUBGRADE Notify Architect when excavations have reached required subgrade. If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. Additional excavation and replacement matm'ial will be paid for according to Contract provisions for changes in the Work. Proof roll subgrade with heavy pneumatic-tired equipment to identify soft pockets and areas of e:~cess yielding. Do not proof roll wet or saturated subgrades. _ Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect. UNAUTHORIZED EXCAVATION 02300-? Araiys Design L.A., P.C, Landscape Architects Cochran Park Southold, New York Fill unauthorized excavation under foundations or wail footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill may be used when approved by Architect. Fill unauthorized excavations under other construction or utility pipe as cYtrected by Architect. 3.8 A. STORAGE OF SOIL MATERIALS Stockpile borrow materials and satisfactory excavated soil materials. Stockpile soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 A. BACKFILL Place and compact back_fill in excavations promptly, but not before completing the following: 3. 4. 5. 6. 7. Construction below finish grade including, where applicable, dampproofing, waterproofmg, and perimeter insulation. Surveying locations of underground utilities for record documents. Inspecting and testing underground utilities. Removing concrete formwork. Removing trash and debris. Removing temporary shoring and bracing, and sheeting. Installing permanent or temporary horizontal bracing on horizontally supported walls. 3.10 A. UTILITY TRENCH BACKFILL Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for hells, joints, and barrels of PXPes and for joints, fittings, and bodies of conduits. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings; fill with concrete to elevation of bottom of footings. Provide 4-inch- (100-mnt-) thick, concrete-base slab support for piping or conduit less than 30 inches (750 mm) below surface of roadways. After installing and testing, completely encase piping or conduit in a minimum of 4 inches (I00 mm) of concrete before backfilling or placing roadway subbase. Place and compact initial backfill of subbase material, free of particles larger than 1 inch (25 mm), to a height of 18 inches over the utility pipe or conduit. EARTHWORK 02300 - 8 I I I I I I I I I I I I I ! I I I I I Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York Carefully compact material under pipe haunches and bring backfill evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of utility system. E. Coordinate backfilling with utilities testing. Fill voids with approved backfill mater/als while shoring and bracing, and as sheeting is removed. G. Place and compact final backfill of satisfactory soil material to final subgrade. H. Install warning tape directly above utilities, 12 inches (300 mm) below finished grade, except 6 inches (150 mm) below subgrade under pavements and slabs. 3.11 A. B. C. FILL Preparation: Remove vegetation, topsoil, debris, unsatisfactory soil materials, obstructions, and deleterious materials from ground surface before placing fills. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. 3.12 A. MOISTURE CONTROL Uniformly moisten or aerate subgrade and each subsequent fill or backfill layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air-dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 A. COMPACTION OF BACKFILLS AND FILLS Place backfill and fill mater/als in layers not more than 8 inches (200 mm) in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers. EARTHWORK 02300- 9 Araiys Design L.A., P.C, Cochran Park Landscape Architects Southold, New York Place backfill and fill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. Compact soil to not less than the following percentages of maximum dry uff~t weight according to ASTM D 1557: Compact soil to not less than the following percentages of maximum dry unit weight according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches (300 mm) of existing subgrade and each layer of backfill or fill material at 95 percent, 2. Under walkways, scarify and recompact top 6 inches (150 ram) below subgrade and compact each layer of backfill or fill material at 92 percent. 3. Under lawn or unpaved areas, scarify and recompact top 6 inches (150 mm) below subgrade and compact each layer of backfill or fill material at 85 percent. 3.14 A. GRADING General: Uniformly grade areas to a smooth surface, free from irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. Provide a smooth transition between adjacent existing grades and new grades. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: Lawn or Unpaved Areas: Plus or minus 1 inch (25 mm). Walks: Plus or minus 1 inch (25 mm). Pavements: Plus or minus 1/2 inch (13 mm). Grading inside Builcrmg Lines:' Finish subgrade to a tolerance of 1/2 incl! (13 mm) when tested with a 10-foot (3-m) straightedge. 3.15 A. B. C. SUBBASE AND BASE COURSES Install separation fabric on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. Under pavements and walks, place subbase course on separation fabric according to fabric manufacturer's written inslructions and as follows: Under pavements and walks, place subbase course on prepared subgrade and as follows: 1. Place base course material over subbase. EARTHWORK 02300 - 10 I I I I I I I I I I I I I I I I I I I Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York 3. 4. 5. Compact subbase and base courses at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight accorff~ng to ASTM D 1557. Shape subbase and base to r. equired crown elevations and cross-slope grades. When thickness of compacted subbase or base course is 6 inches (150 mm) or less, place materials in a single layer. When thickness of compacted subbase or base course exceeds 6 inches (150 mm), place materials in equal layers, with no layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick when compacted. Pavement Shoulders: Place shoulders along edges of subbase and base course to prevent lateral movement. Construct shoulders, at least 12 inches (300 mm) wide, of satisfactory soil materials and compagt simultaneously with each subbase and base layer to not less than 95 percent of maximum dx-y unit weight according to ASTM D 1557. 3.16 A. DRAiNAGE COURSE Under slabs-on-grade, install drainage fabric on prepared subgrade according to manufacturer's written instructions, overlapping sides and ends. Place drainage course on drainage fabric and as follows: B. Under slabs-on-grade, place drainage course on prepared subgrade and as follows: 1. Compact drainage course to required cross sections and thickness to not less than 95 percent of maximum dry unit weight accorcYmg to ASTM D 698. '2. When compacted thickness of drainage course is 6 inches (150 mm) or less, place materials in a single layer. 3. When compacted thickness of drainage course exceeds 6 inches (150 mm), place materials in equal layers, with no layer more than 6 inches (150 mm) thick or less than 3 inches (75 mm) thick when compacted. 3.17 A. FIELD QUALITY CONIROL Testing Agency: Owner will engage a qualified independent geotechnical engineering testing ' agency to perform field quality-conSol testing. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earthwork only after test results for previously completed work comply with requirements. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Architect. Testing agency will test compaction of soils in place according to ASTMD1556, ASTM D 2167, ASTM D 2922, and ASTM D 2937, as applicable. Tests will be performed at the following locations and frequencies: EARTHWORK 02300- 11 Araiys Design L.A., P.C. Cochran Park Landscape Architects Southold, New York Trench Backfill: At each compacted initial and final backfill layer, at least one test for each 150 feet (46 m) or less of trench length, but no fewer than two tests. When testing agency reports that subgrades, fills, or backfills have not ach/eved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. 3.18 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and i:eestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1. Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and elirdmate evidence of restoration to the greatest extent possible. 3,19 A. DISPOSAL OF SURPLUS AND WASTE MATERIALS Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property, Stockpile or spread soil as directed by Architect. 1, Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. END OF SECTION 02300 EARTHWORK 02300 - 12 I I I I I I I I I I I I I I I I I I I DIVISION THREE - CONCRETE I I I I I ! I I i / I I I I i I I I I Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York SECTION 03301 - CAST-IN-PLACE CONCRETE (LIMITED APPLICATIONS) PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings end general provisions of the Contract, including General end Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section specifies cast-in-place concrete, including reinforcement, concrete mater/als, mix design, placement, procedures, end finishes. B. Related Sections include the following: 1. Division 2 Section "Earthwork" for drainage fill under slabs-on-grade. 1.3 SUBMITTALS A. General: In addition to the following, comply with submittal requirements in ACI 301. B. Product Data: For each type ofmenufactured material end product indicated. C. Design Mixes: For each concrete mix. 1.4 A. QUALITY ASSURANCE Installer Qualifications: An experienced installer who has completed concrete work similar in material, design, .end extent to that indicated for this Project end whose work has resulted in construction with a record of successful in-service performance. Menufacturer Qualifications: A firm experienced in menufactur/ng ready-mixed concrete products comPlying with ASTM C 94 requirements for production facilities and equipment. Source Limitations: Obtain each type of cement of the same brand from the same manufacturer's plant, each aggregate from one source, and each admixture from the same manufacturer. Comply with AC1301, "Specification for Structural Concrete," including the following, unless modified by the requirements of the Contract Documents. General requirements, including submittals, quality assmmace, acceptance of structure, end protection of in-place concrete. Formwork and form accessories. Steel reinforcement and supports. CAST-IN-PLACE CONCRETE (LEVI~TED APPLICATIONS) 03301- 1 Araiys Design L.A., P.C. Landscape Architects 4. Concrete mixtures. 5. Handling, placing, and constructing concrete. 6. Lightweight concrete. PART 2 - PRODUCTS Cochran Park Southold, New York 2.1 FORMWORK A. Funfish formwork and form accessories accorcYmg to ACI 301. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 6l 5/A 615M, #6 (0.750 in.), deformed. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Types I or II. B. Normal-Weight Aggregate: ASTM C 33, uniformly graded, not exceeding l~l/2-inch (38-mm) nominal size. C. Water: Potable and complying with ASTM C 94. 2.4 A. General: Admixtures ceffffied by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cement and to be compatible with other admixtures. Do not use admixtures containing calcium chloride. B. Ak-Entraining Admixture: ASTM C 260. 2.5 RELATED MATERIALS A. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752, cork or self-expanffmg cork. 2.6 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. B. Moisture-Ret~ming Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. C. Water: Potable. CAST-IN-PLACE CONCRETE (LIMITED APPLICATIONS) 03301 - 2 I ! I I I I I ! 1 ! i I I I I i I ! Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York D. Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. Clear, Waterborne, Membrane-Forming Curing and Sealing Compound: ASTM C 1315, Type 1, Class A. 2.7 A. B. CONCRETE MIXES Comply with ACI 301 requirements for concrete mixtures. Prepare design mixes, proportioned according to ACI 301, for normal-weight concrete determined by either laboratory trial mix or field test data bases, as follows: Compressive Strength (28 Days): 4000 psi (27.6 MPa), for handball wall. Compressive Strength (28 Days): 3000 psi (20.7 MPa), for dugout slabs. Slump: 4 inches (100 mm). Add air-entraining admixture at manufacturer's prescribed rate to result in concrete at point of placement having an air content of 6.0 percent within a tolerance of plus 1.0 or minus 1.5 percent. Lightweight Structural Concrete Mix: ASTM C 330, proportioned to produce concrete with a minimum compressive strength of 3000 psi (20.7 MPa) at 28 days and a calculated equilibrium unit weight of 110 lb/cu, ft. (1762 kg/cu, m) plus or minus 3 lb/cu, ft. (48 kg/cu, m), as determined by ASTM C 567. Concrete slump at point of placement shall be the minimum necessary for efficient mixing, placing, and finishing. Limit slump to 5 inches (125 mm) for troweled slabs and 4 inches (100 mm) for other slabs. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer's recommended rate, but not less than 1.0 lb/cu, yd. (0.60 kg/cu, m). 2.8 A. B. CONCRETE MIXING Ready-Mixed Concrete: Comply with ASTM C 94. Ready-Mixed Concrete: Comply with ASTM C 94 and ASTM C 1116. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time fi:om 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94. Mix concrete materials in appropriate drum-type batch machine mixer. 1. For mixer capacity of 1 cu. yd. (0.76 cu. m) or smaller, continue mi~fmg at least one and one-half minutes, but not more than five minutes after ingredients are in mixer, before any part of batch is released. 2. For mixer capacity larger than 1 cu. yd. (0.76 cu. m), increase mixing time by 15 seconds for each additional I cu. yd. (0.76 cu. m). CAST-IN-PLACE CONCRETE (LIMITED APPLICATIONS) 03301-3 Araiys D~sign L.A., P.C. Landscape Architects Cochran Park Southold, New York Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, nf~x time, quantity, and amount of water added. Record approximate location of final deposit in structure. PART 3 - EXECUTION 3.1 FORMWORK Design, construct, erect, shore, brace, and maint~tn formwork according to ACI 301. 3.2 VAPOR RETARDER A. Install, protect, and repair vapor-retarder sheets according to ASTM E 1643; place sheets in position with longest dimension parallel with direction of pour. B. Lap joints 6 inches (150 mm) and seal with manufacturer's recommended tape. 3.3 A. 3.4 A. B. STEEL REINFORCEMENT Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporfmg reinforcement. 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. JOINTS General: Construct joints tree to line with faces perpendicular to surface plane of concrete. Construction Joints: Locate and install so as not to impair strength or appearance of concrete, at locations indicated or as approvgd by Architect. Isolation Joints: Install joint-filler strips at junchons with slabs-on-grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. Extend joint fillers full width and-depth of joint, terminating flush with fl~fished concrete surface, unless otherwise indicated. Contraction (Control) Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows: Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to a radius of 1/8 inch (3 mm). Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. CAST-IN-PLACE CONCRETE (LIMITED APPLICATIONS) 03301 - 4 ! ! ! ! 1 I i 1 ! t i !1 I Araiys Design L.A., P.C. Landscape Architects Cochran Park Southold, New York Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- (3-mm-) wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction crocks. 3.5 CONCRETE PLACEMENT A. Comply with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete· B. Do not add water to concrete dtmng delivery, at Project site, or during placement. C. Consolidate concrete with mechanical vibrating equipment. 3.6 A. FINISHING FORMED SURFACES- Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Completely remove fins and other projections. Apply to concrete surfaces exposed to public view or to be covered with a coating or covering material applied directly to concrete, such as waterproofmg, dampproofing, veneer plaster, or painting. Apply the following rubbed finish, defined in ACI 301, to smooth-formed finished concrete. a. Smooth-rubbed finish. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. 3.7 A. FINISHING UNFORMED SURFACES General: Comply with ACI. 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. Screed surfaces with a straightedge and strike off. Begin initial_floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwat~r appears on the surface. 1. Do not further disturb surfaces before starting finishing operations. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with ftber-bristle broom perpendicular to main traffic route. CAST-IN-PLACE CONCRETE (LIMITED APPLICATIONS) 03301-5 Araiys Design L.A., P.C. cochran Park Landscape Architects Southold, New York 3.8 TOLERANCES A. Comply with ACIll7, "Specifications for Tolerances for Concrete Construction and Materials." .' 3.9 A. 3.10 A. CONCRETE PROTECTiON AND CURING General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection, and follow recommendations in AC1305R for hot-weather protection during curing. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq, ft. x h (1 kg/sq, m x h) before and during finishing operations. Apply according to manufacturer's written instruchons after placing, screeding, and bull floating or darbying concrete, but before float finishing. Begin curing after flmshing concrete, but not before fi-ee water has disappeared from concrete surface. Curing Methods: Cure formed and unformed concrete for at least seven days by moisture curing, moisture-retaining-cover curing, curing compound, or a combination of these as follows: Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: Water. Continuous water-fog spray. Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch (300-mm) lap over adjacent absorptive covers. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape. FIELD QUALITY CONTROL Testing Agency: Engage a qualified independent testing and inspecting agency to sample materials, perform tests, and subnfit test reports during concrete placement according to requirements specified in this Article. Perform tests according to ACI 301. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mix exceeding 5 cu. yd. (4 cu. m), but less than 25 cu. yd. (19 cu. m), plus one set for each additional 50 cu. yd. (38 cu. m) or fraction thereof. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. (76 cu. m) or fraction thereof of each concrete mix placed each day. 3.11 REPAIRS CAST-IN-PLACE CONCRETE (LIMITED APPLICATIONS) 03301 -.6 1 ! / ! t ! ! i ! I ! I I ! Araiys Design L.A., P,C. Landscape Architects Cochran Park Southold, New York A. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION 03301 CAST-IN-PLACE CONCRETE (LIMITED APPLICATIONS) 03301- 7 i I I ! i ! I i I i f I ! 1 t i I DIVISION FOUR - LAWNS & GRASSES I t I i I I I I I I i I ! I i i AmiysDesign, L.A.,P.C. Landscape Architects Cochran Park Southold, New York SECTION 02920 - LAWNS AND GRASSES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY This Section includes the following: 1. Seeding. 2. Lawn renovation. B. Related Sections include the following: 1. Division 2 Section "Site Clearing" for topsoil stripping and stockpiling. 1.3 DEFINITIONS A. Finish Grade: Elevation of fmished surface of planting soil. B. Manufactured Soil: Soil produced off-site by homogeneously blending mineral soils or sand with stabilized organic soil amendments to produce topsoil or planting soil. C. Planting Soil: Native or imported topsoil, manufactured topsoil, or surface soil modified to become topsoil; mixed with soil amendments. D. Subgrade: Surface er elevation of subsoil remaining after completing excavatioh, or top surface of a fill or backfill immediately beneath planting soil. 1.4 A. B. SUBMITTALS Product Data: For each type of product indicated. Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture stating the botanical and common name and percentage by weight of each species and variety, and percentage of purity, gemination, and weed seed. Include the year of production and date of packaging. LAWNS AND GRASSES 02920- 1 Araiys Design, L.A., P.C. Cochran Park Landscape Architects Southold, New York 1. Certification of each seed mixture for turfgrass, identifying source, inclucFmg name and telephone number of supplier. C. Product Certificates: For soil amendments and fertilizers, signed by product manufacturer. D. Qualification Data: For landscape Installer. E. Material Test Reports: For existing surface soil and imported topsoil. F. Planting Schedule: Indicating anticipated planting dates for each type of planting. G. Maintenance Instructions: Recommended procedures to be established by Owner for maintenance of lawns during a calendar year. Submit before expiration of required maintenance periods. 1.5 A. QUALITY ASSURANCE Installer Qualifications: A qualified landscape installer whose work has resulted in successful lawn establishment. Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when planting is in progress. Soil-Testing Laboratory Qualifications: An independent laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. Topsoil Analysis: Furnish soil analysis by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and rn'meral and plant-nutrient content of topsoil. Report suitability of topsoil for lawn growth. State recommended quantities of nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce a satisfactory topsoil. Preinstallation Conference: Conduct confe{'ence at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." 1.6 DELIVERY, STORAGE, AND HANDLING A. Seed: Deliver seed in original sealed, labeled, and undamaged containers. 1.7 SCHEDULING LAWNS AND GRASSES 02920 - 2 I ! ! i i It I i l I I t i i Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York 1.8 A. B· C. D. Planting Restrictions: Plant during one of the following periods. Coordinate planting periods with maintenance periods to provide required maintenance from date of Substantial Completion· 1. Spring Planting: 4/1-4/30· 2. Fall Planting: 8/16-12/30 Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit. LAWN MAINTENANCE Begin maintenance immediately after each area is planted and continue until acceptable lawn is established, but for not less than the following periods: 1. Seeded Lawns: 60 days from date of Substantial Completion. When full maintenance period has not elapsed before end of planting season, or if !awn is not fully established, continue maintenance during next planting season. Maintain and establish lawn by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. In areas where mulch has been disturbed by wind or maintenance operations, add new mulch. Anchor as required to prevent displacement. Watering: Provide and maintain temporary piping, hoses, and lawn-watering equipment to convey water from sources and to keep lawn uniformly moist to a depth of 4 inches (100 mm). 1. Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2. Water iawn for 30 days with fine spray as necessary. Mow lawn as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 40 percent of grass height. Remove no more than 40 percent of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1. Mow grass 3/4 to 2 inches (19 to 50 mm) high. E. Lawn Postfertilization: Apply fertilizer after initial mowing and when grass is dry. LAWNS AND GRASSES 02920-3 Araiys Design, L.A., P.C. ~ocb_ran Park Landscape Architects Southold, New York Use fertilizer that will provide actual nitrogen of at least 1 lb/1000 sq. ft. (0.45 kg/92.9 sq. m) to lawn area. PART 2 - PRODUCTS 2.1 A. 2.2 A. SEED Grass Seed: Fresh, clean, dry, new-crop seed complying with AOSA's "Journal of Seed Technology; Rules for Testing Seeds" for purity and germination tolerances. Seed Species: State-certified seed of grass species, as follows: Seed Species: Seed of grass species as ~ollows, tolerance for germinati6n shall be those called official and tabulated by the U.S. Department of Agriculture: 1. Seed mixture shall be as follows: 60 percent Merit Kentucky bluegrass. 20 percent Aurora fine fescue. 20 percent Manhattan II perennial ryegrass or approved equal. TOPSOIL Topsoil: ASTM D 5268, pH range of 5 to 7, a minimum of 5 percent and maximum of 20 percent organic material content; free of stones 1/2 inch or larger in any dimension and other extraneous materials harmful to plant growth. Topsoil Source: Reuse surface soil stockpiled on-site. Verify suitability of stockpiled surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. Supplement with imported or manufactured topsoil from off-site sources when quantities are insufficient. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from agricultural land, bogs or marshes. Topsoil Source: Import topsoil or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well-drained construction or nYming sites where topsoil occurs at least 4 inches (100 mm) deep; do not obtain from aghcultural land, bogs or marshes. Topsoil Source: Amend existing in-place surface soil to produce topsoil. Verify suitability of surface soil to produce topsoil. Clean surface soil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful to plant growth. LAWNS AND GRASSES 02920 - 4 i I I i i I ! ! I ! I i ! ! I ! I I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York Surface soil may be supplemented with imported or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches (100 mm) deep; do not obttfm from agricultural land, bogs or marshes. 2.3 A. E. F. G. I. 2.4 A. INORGANIC SOIL AMENDMENTS Lime: ASTMC 602, agricultural limestone containing a minimum 80 percent calcium carbonate equivalent and as follows: Class: Class T, with a minimum 99 percent passing through No. 8 (2.36-mm) sieve and a minimum 75 percent passing through No. 60 (0.25-mm) sieve. Class: Class O, with a minimum 95 percent passing through No. 8 (2.36-mm) sieve and a rrfmimum 55 percent passing through No. 60 (0.25-mm) sieve. Provide lihae in form of dolomitic limistone. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum 99 percent passing through No. 6 (3.35-mm) sieve and a maximum 10 percent passing through No. 40 (0.425-mm) sieve. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. Aluminum Sulfate: Commercial grade, unadulterated. Perlite: Horticultural perlite, soil amendment grade. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. Diatomaceous Earth: Calcined, diatomaceous earth, 90 percent silica, with approximately 140 percent water absorption capacity by weight. Zeolites: Mineral clinoptilolite with at least'60 percent water absorption by weight. Sand: Clean, washed, natural, free of toxic materials. ORGANIC SOIL AMENDMENTS Compost: Well-composted, stable, and weed-free organic matter, pH ran-ge of 5.5 to 8.5; moisture content 35 to 55 percent by weight; 100 percent passing through 1/2-inch (12.5- mm)sieve; soluble salt content of 5 to 10 decisiemens/m; not exceeding 0.5 percent inert contaminants and free of substances toxic to plantings; and as follows: Organic Matter Content: 40 to 50 percent of dry weight. Feedstock: Agricultural, food, or industrial residuals; biosolids; yard trimmings; or source-separated or compostable mixed solid waste. LAWNS AND GP.~SSES 02920-5 Araiys Design, L.A., P.C. Cochran Park Landscape Architects Southold, New York Peat: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. Wood Derivatives: Decomposed, nitrogen-treated sawdust, ground bark, or wood waste; of uniform texture, free of chips, stones, sticks, soil, or toxic materials. In lieu of decomposed wood derivatives, mix partially decomposed wood derivatives with at least 0.15 lb (2.4 kg) of ammonium nitrate or 0.25 lb (4 kg) of ammonium sulfate per cubic foot (cubic meter) of loose sawdust or ground bark. Manure: Well-rotted, unleached, stable or cattle manure containing not more than 25 percent by volume of straw, sawdust, or other bedding materials; free of toxic substances, stones, sticks, soil, weed seed, and material harmful to plant growth. "2.5 A. PLANTING ACCESSORIES Selective Herbicides: EPA registered and approved, of type recommended by manufacturer for application. 2.6 A. 2.7 A. FERTILIZER Bonemeal: Commercial, raw or steamed, finely ground; a nfmimum of 10 percent nitrogen and 20 percent phosphoric acid. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: Composition: Nitrogen, phosphorous, and potassium in mounts recommended in soil reports from a qualified soil-testing agency. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: Composition: Nitrogen, phosphorous, and potassium in mounts recommended in soil reports from a qualified soil-testing agency. MULCHES Straw Mulch: Provide ak-dry, clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley. LAWNS AND GRASSES 02920 - 6 ! I I 1 I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York 2.13 A. PLANTING SOIL MIX Planting Soil Mix: .~ Mix topsoil with the following soil amendments and fertilizers in the following quantities: 1. Ratio of Loose Compost to Topsoil by Volume: 1:3. 2. Ratio of Loose Peat to Topsoil by Volume: 1:4 3. Weight of Lime per 1000 Sq. Ft.: As recommended. 4. Weight of Bonemeal per 1000 Sq. Ft.: As recommended. 5. Weight of Superphosphate per 1000 Sq. Ft.: As recommeded. 6. Weight of Commercial Fertilizer per 1000 Sq. Ft.: 25 Lbs. 7. Weight of Slow-Release Fertilizer per 1000 Sq. Ft.: As recommended. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas to receive lawns and grass for compliance with requirements and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1. Protect adjacent and adjoining areas from hydroseeding overspray. B. Provide erosion-control measures to prevent erosion or displacement of soils and discharge of soil-beating water runoff or airborne dust to adjacent properties and walkways. 3.3 A. B. LAWN PREPARATION Limit lawn subgrade preparation to areas to be planted. Newly Graded Subgrades: Loosen subgrade to a minimum depth of 4 inches (100 mm). Remove stones larger than 1 inch (25 mm) in any dimension and sticks, roots, rubbish, and other extraneous matter and legally dispose of them off Owner's property. Thoroughly blend planting soil mix off-site before spreading or spread topsoil, apply soil amendments and fertilizer un surface, and thoroughly blend planting soil mix. LAWNS AND GRASSES . 02920- 7 Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York a. Delay mixing fertilizer with planting soil if planting will not proceed within a few days. b. Mix lime with dry soil before mixing fertilizer. Spread planting soil mix to a depth of 4 inches but not less than required to meet finish grades after light rolling and natural settlement. Do not spread if planting soil or subgrade is frozen, muddy, or excessively wet. a. Spread approximately one-half the thickness of planting soil mix over loosened subgrade. Mix thoroughly into top 4 inches (100 mm) of subgrade. Spread remainder of planting soil nfix. b. ~ Reduce elevafion of planting soil to allow for soil thickness of sod. Unchanged Subgrades: If lawns are to be planted in areas unaltered or undisturbed by excavating, grading, or surface soil stripping operations, prepare surface soil as follows: Remove existing grass, vegetation, and turf. Do not mix into surface soil. Loosen surface soil to a depth of at least of 6 inches (150 mm). Apply soil amendments and fertilizers according to planting soil mix proportions and mix thoroughly into top 4 inches (100 mm) of soil. Till soil to a homogeneous mixture of frae texture. a. Apply fertilizer directly to surface soil before loosening. Remove stones larger than 1/2 inch (13 mm) any dimension and sticks, roots, trash, and other extraneous matter. Legally dispose of waste material, including grass, vegetation, and turf, off Owner's property. Finish Grading: Grade planting areas to a smooth, uniform surface plane with loose, uniformly fine texture. Grade to within plus or minus 1/2 inch (13 mm) of finish elevation. Roll and rake, remove ridges, and fill depressions to meet finish grades. Limit fine grading to areas that can be planted in the immediate future. Moisten prepared lawn areas before planffng if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. F. Restore areas if eroded or otherwise disturbed after fmish graffmg and before planting. 3.4 A. SEEDING Sow seed with spreader or see~Ymg machine. Do not broadcast or drop seed when wind velocity exceeds 5 mph (8 kmJh). Evenly distribute seed by sowing equal quantities in two directions at right angles to each other. 1. Do not use wet seed or seed that is moldy or otherwise damaged. LAWNS AND GRASSES 02920 - 8 I ! I I I I I- ! I ! I I ! I I 1 I Araiys Design, L.A., P.C.' Landscape Architects Cochran Park Southold, New York Sow seed at the rate of 60 lb/1000 10,000 sq. ft. Sow one direction, then sow the other half in a direction at ninty degrees to the first sowing C. Rake seed lightly into top 1/4 inch of topsoil, roll lightly, and water with fine spray. Protect seeded areas with slopes exceeding 1:4 with erosion-control blankets installed and stapled according to manufacturer's written instructions. Protect seeded areas with slopes not exceecYmg 1:6 by spread'rog straw mulch. Spread uniformly at a minimum rate of 2 tons/acre (42 kg/92.9 sq. m) to form a continuous blanket 1- 1/2 inches (38 mm) in loose depth over seeded areas. Spread by hand, blower, or other suitable equipment. Protect seeded areas from hot, dry weather or drying winds by applying topsoil within 24 hours after corfpleting seeding operations. So'ak and scatter uniformly to 'i~ depth of 3/16 inch (4.8 mm) and roll to a smooth surface. 3.5 A. B. II. LAWN RENOVATION Renovate existing lawn. Renovate existing lawn damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1. Reestablish lawn where settlement or washouts occur or where minor regrading is required. Remove sod and vegetation from diseased or unsatisfactory lawn areas; do not bury in soil. Remove'topsoil containing foreign materials resulting from Contractor's operations, including oil drippings, fuel spills, stone, gravel, and other construction materials, and replace with new topsoil. Mow, dethateh, core aerate, and rake existing lawn. Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre-emergence herbicides. Remove waste and foreign materials, including weeds, soil cores, grass,:vegetation, and turf, and legally dispose of them off Owner's property. Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches (150 mm). LAWNS AND GRASSES 02920- 9 Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York Apply soil amendments and initial fertilizers reqtfured for establishing new lawns and mix thoroughly into top 4 inches (100 mm) of existing soil. Provide new planting soil to fill low spots and meet finish grades. J. Apply seed and protect with straw mulch as required for new lawns. K. Water newly planted areas and keep moist until new lawn is established. 3.6 A. SATISFACTORY LAWNS Satisfactory Seeded Lawn: At end of maintenance period, a healthy, uniform, close stand of grass has been established, free of weeds and surface irregularities, with coverage exceeding 90 percent over any 10 sq. ft. (0.92 sq. m) and bare spots not exceeding 5 by 5 inches (125 by 125 mm). 3.7 A. CLEANUP AND PROTECTION Promptly remove soil and debris created by lawn work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. Erect barricades and warning signs as required to protect newly planted areas from traffic. Maintain barricades throughout maintenance period and remove after lawn is established. C. Remove erosion-control measures after grass establishment period. END OF SECTION 02920 LAWNS ANDGRASSES 02920 - 10 I I I I I DIVISION FIVE - ASPHALT SURFACE I I I Amiys Design, L.A., P.C. Landscape Architects SECTION 02741 - HOT-MIX ASPHALT PAVING PART 1 - GENERAL Cochran Park Southold, New York I i i ! 1 I i 1 i I I 1 I 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Hot-mix asphalt paving. 2. Asphalt surface treatments. 3. Pavement-marking paint. B. Related Sections include the following: 1. Division 2 Section "Earthwork" for aggregate subbase and base courses and for aggregate pavement shoulders. 1.3 DEFINITIONS A. Hot-Mix Asphalt Paving Terminology: Refer to ASTM D 8 for definitions of terms. B. DOT: Department of Transportation. 1,4 A. SYSTEM DESCRIPTION Provide hot-mm asphalt paving according 'to materials, workmanship, and other applicable requirements of standard specifications of state or local DOT. 1. Standard Specification: New York State Department of Transportation (NYSDOT). · 2. Measurement and payment provisions and safety program submittals included in standard specifications do not apply to this Section. 1.5 SUBMITTALS A. Product Data: For each type of product indicated. Include technical data and tested physical and performance properties. Job-Mix Designs: Certification, by authorities having jurisdiction, of approval of each job mix proposed for the Work. HOT-MInX ASPHALT PAVING 02741- 1 Ara-iYs Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York C. Job-Mix Designs: For each job mix proposed for the Work. D. Shop Drawings: Indicate pavement marldngs, lane separations, and defined parking spaces. Indicate, with international graphics symbol, spaces dedicated to people with disabilities. E. Samples: For each paving fabric, 12 by 12 inches (300 by 300 mm) mirfimum. F. Qualification Data: For manufacturer. G. Material Test Reports: For each paving material. H. Material Certificates: For each paving material, signed by manufacturers. 1.6 A. C. D. E. QUALITY ASSURANCE Manufacturer Qualifications: A qualified manufacturer. Manufacturer shall be a paving-mix manufacturer registered with and approved by authorities having jurisdiction or the DOT of the state in which Project is located. Testing Agency Qualifications: Qualified accorc/mg-to ASTM D 3666 for testing indicated, as documented according to ASTM E 548. Regulatory Reqtftrements: Comply with Standard Specifications of New York State Department of Transportation for asphalt paving work. Asphalt-Paving Publication: Comply with AI MS-22, "Construction of Hot Mix Asphalt Pavements," unless more stringent requirements are indicated. Preinstallation Conference: Conduct conference at Project site to comply with requirements and review methods and procedures related to hot-mix asphalt paving including, but not limited to, the following: 1. Review proposed sources of paving materials, including capabilities and location of plant that will manufacture hot-mix asphalt. 2. Review condition of subgrade and preparatory work. 3. Review requirements for protecting paving work, including restriction of traffic during installation period and for remainder of construction period. 4. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 1.7 A. DELIVERY, STORAGE, AND HANDLING Deliver pavement-marking materials to Project site: in original packages with seals unbroken and bearing manufacturer's labels cont~ming brand name and type of material, date of manufacture, and directions for storage. Store pavement-marking materials in a clean, dry, protected location within temperature range required by manufacturer. Protect stored materials from d'n-ect sunlight. HOT-MIX ASPHALT PAVING - 02741 - 2 I I I I I I I I I i 1 I I I I I I 1 I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York 1.8 PROJECT CONDITIONS Environmental Limitations: Do not apply asphalt materials if subgrade is wet or excessively damp or if the following conditions are not met: 1. Pr/me and Tack Coats: Minimum surface temperature of 60 deg F (15.5 deg C). 2. Slurry Coat: Comply with weather limitations ofASTM D 3910. 3. Asphalt Base Course: Minimum surface temperature of 40 deg F (4 deg C) and rising at time of placement. 4. Asphalt Surface Course: Minimum surface temperature of 60 deg F (15.5 deg C) at time of placement. Pavement-Marking Paint: Proceed with pavement marking only on clean, dry surfaces and at a minimum ambient or surface temperature of 40 deg F (4 deg C) for oil-based materials, 50 deg F (10 deg C) for water-based materials, and not exceeding 95 deg F (35 deg C). PART 2 - PRODUCTS 2.1 AGGREGATES A. General: Use materials and gradations that have performed satisfactorily in previous installations. B. Bluestone aggregate base, No R.C.A. C. Coarse Aggregate: ASTM D 692, sound; angular crashed stone, crashed gravel, or properly cured, crashed blast-furnace slag. D. Mineral Filler: ASTM D 242 or AASHTO M 17, rock or slag dust, hydraulic cement, or other inert material. 2.2 ASPHALT MATERIALS A. Asphalt Binder: AASHTO M~ 1, New York State Department of Transportation Type 3. B. Asphalt Cement: ASTM D 946 for penetration-graded material. C. Prime Coat: ASTM D 2027, medium-curing cutback asphalt, MC-250. D. Prime Coat: Asphalt emulsion prime complying with New-York State DOT requirements. E. Tack Coat: [ASTM D 977] [or] [AASItTO M 140], emulsified asphalt or [ASTM D 2397] [or] [AASItTO M 208], cationic emulsified asphalt, slow setting, diluted in water, of suitable grade and consistency for application. F. Water: Potable. HOT-MIX ASPHALT PAVING 02741- 3 Araiys Design, L.A., P.C. Landscape Architects 2.3 A. B. C. D. Cochr~n Park Southold, New York AUXILIARY MATERIALS Herbicide: Commercial chemical for weed conla'ol, registered by the EPA. Provide in granular, liquid, or w, ettable powder form. Paving Geotextile: AASHTO M 288, nonwoven polypropylene; resistant to chemical attack, rot, and mildew; and specifically designed for paving applications. Joint Sealant: ASTM D 3405 or AASHTO M 301, hot-applied, single-component, polymer- modified bituminous sealant. Pavement-Marking Paint: Alkyd-resin type, lead and chromate free, ready mixed, complying with FS TT-P-115, Type I or AASHTO M 248, Type N. 1. Color: White, Blue, or approved color. Pavement-Marking Paint: Latex, waterborne emulsion, lead and chromate free, ready mixed, complying with FS TT-P-1952, with drying time of less than 45 nfmutes. 1. Color: White, Blue, or approved color. 2.4 A. MIXES Hot-Mix Asphalt: Dense, hot-laid, hot-mix asphalt plant mixes approved by authorities having jurisdiction and complying with New York State DOT and the following requirements: 1. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Binder Course: 1-1/2". 3. Top Course: 1". PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that subgrade is dry and in suitable condition to support paving and imposed loads. B. Proof-roll subhase using heavy, pneumatic-tired rollers to locate areas that are unstable or that require further compaction. C. Proceed with paving only after unsatisfactory conditions have been eorrected. 3.2 SURFACE PREPARATION A. General: Immediately before placing asphalt materials, remove loose and deleterious material from substrate surfaces. Ensure that prepared subgrade is ready to receive paving. HOT-MIX ASPHALT PAVING 02741 - 4 I I I I I I I I I I I I I I I I I I I Amiys Design, LA., P.C. Landscape Architects Cochran Park Southold, New York 1. Sweep loose granular particles from surface of unbound-aggregate base course. Do not dislodge or disturb aggregate embedded in compacted surface of rase course. 3.3 A. B. C. Herbicide Treatment: Apply herbicide according to manufacturer's recommended rates and written application instructions. Apply to dry, prepared subgrade or surface of compacted- aggregate base before applying paving materials. 1. Mix herbicide with prime coat if formulated by manufacturer for that purpose. Prime Coat: Apply uniformly over surface of compacted unbound-aggregate base course at a rate of 0.15 to 0.50 gal./sq, yd. (0.7 to 2.3 L/sq. m). Apply enough material to penetrate and seal but not flood surface. Allow prime coat to cure for 72 hours minimum. 1. If prime coat is not entirely absorbed within 24 hours after application, spread sand over surface to blot excess asphalt. Use enough sand to prevent pickup under traffic. Remove loose sand by sweeping before pavement is placed and after volatiles have evaporated. 2. -' Protect primed substrate from damage until ready to receiVe paving. Tack Coat: Apply uniformly to surfaces of existing pavement at a rate of 0.05 to 0.15 gal./sq. yd. (0.2 to 0.7 L/sq. m). Allow tack coat to cure undisturbed before applying hot-mix asphalt paving. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove spillages and clean affected surfaces. HOT-MIX ASPHALT PLACING Machine place hot-mix asphalt on prepared surface, spread uniformly, and strike off. Place asphalt mix by hand to areas inaccessible to equipment in a manner that prevents segregation of mix. Place each course to required grade, cross section, and thickness when compacted. 1. Place hot-mix asphalt base course in number of lifts and thicknesses indicated. 2. Place hot-mix asphalt surface course in single lift. 3. Spread mix at minimum temperature of 250 deg F (121 deg C). 4.. Begin applying mix along centerline of crown for crowned sections and on high side of one-way slopes, unless otherwise indicated. 5. Regulate paver machine speed to obtain smooth, continuous surface flee of pulls and tears in asphalt-paving mat. Place paving in consecutive strips not less than 10 feet (3 m) wide unless infill edge strips of a lesser width are required. After first strip has been placed and rolled, place succeeding strips and extend rolling to overlap previous strips. Complete a section of asphalt base course before placing asphalt surface course. Promptly correct surface irregularities in paving course behind paver. Use suitable hand tools to remove excess material forming high spots. Fill depressions with hot-mix asphalt to prevent segregation of mix; use suitable hand tools to smooth surface. HOT-MIX ASPHALT PAVING 02741-5 Araiys Design, L.A., P.C. Cochran Park Landscape Architects Southold, New York 3.4 Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions with same texture and smoothness a.s other sections of hot-mix asphalt COUrSe. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a mirfimum of 6 inches (150 mm). 3. Offset transverse joints, in successive courses, a minimum of 24 inches (600 mm). 4. Compact joints as soon as hot-mix asphalt will bear roller weight without excessive displacement. 5. Compact asphalt at joints to a density wittfm 2 percent of specified course density. 3.5 A. COMPACTION General: Begin compaction as soon as placed hot-mix paving wilt' bear roller weight without excessive displacement. Compact hot-mix paving with hot, hand tampers or vibratory-plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F (85 deg C). Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Exarrfme surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with reqffn:ements. Intermediate Rolling: Be~in intermediate rolling immediately after breakdown rolling while hot-mix asphalt is still hot enough to achieve specified density. Continue rolling until hot-mix asphalt course has been uniformly compacted to the following density: Average Density: 96 percent of reference laboratory density according to AASHTO T 245, but not less than 94 percent nor greater than 100 percent. Average Density: 92 percent of reference maximum theoretical density according to ASTM D 2041, but not less than 90 percent nor greater than 96 percent. Finish .Rolling: Finish roi! paved surfaces to remove roller marks while hot-mix asphalt is still WalTn. Edge Shaping: While sUrface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. R~pairs: Remove paved areas that are defective or contaminated with foreign materials and replace with fresh, hot-mix asphalt. Compact by rolling to specified density and surface smoothness. Protection: After final roiling, do not permit vehicular traffic on pavement until it has cooled and hardened. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. HOT-MIX ASPHALT PAVING 02741 - 6' I I I I I I I I I i I I I I I I I I I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Southold, New York 3.6 INSTALLATION TOLERANCES Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus I/2 inch (13 mm). 2. Surface Course: Plus 1/4 inch (6 mm), no minus. Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot (3-m) straightedge applied transversely or longitudinally to paved areas: Base Course: 1/4 inch (6 mm). Surface Course: 1/8 inch (3 mm). Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch (6 mm). 3.7 SURFACE TREATMENTS A. Decocolor Surfacing Systems (Phone: (63 I)283-8244)or Equal. 3.8 PAVEMENT MARKING A. Do not apply pavement-marking paint until layout, colors, and placement have been verified with Architect. B. Allow paving to age for 30 days before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils (0.4 mm). 3.9 :B. C. FIELD QUALITY CONTROL Testing Agency: Owner will engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports. Testing agency will cofiduct and interpret tests and state in each report whether tested Work complies with or deviates from specified requirernants. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. Thickness: In-place compacted thickness of hot-mix asphalt courses will be determined according to ASTM D 3549. HOT-MIX ASPHALT PAVING_ 02741- 7 Araiys Design, L.A., P.C. Cochran Park Landscape Architects Southold, New York D. Surface Smoothness: Finished surface of each hot-mix asphalt course will be tested for compliance with smoothness tolerances. In-Place Density: Testing agency will take samples of uncompacted paving mixtures and compacted pavement according to AASHTO T 168. 1. Reference maximum theoretical density will be determined by averaging results from four samples of hot-mix asphalt-paving mixture delivered daily to site, prepared according to ASTM D 2041, and compacted according to job-nf~x specifications. 2. In-place density of compacted pavement will be deterrrfmed by tesfmg core samples according to ASTM D 1188 or ASTM D 2726. a. One core sample will be taken for every 1000 sq. yd. (836 sq. m) or less of - installed pavement, with no fewer than 3 cores taken. b. Field density of in-place compacted pavement may also be determined by nuclear method according to ASTMD2950 and correlated with ASTMDl188 or ASTM D 2726. Remove and replace or install additional hot-mix asphalt where test results or measurements indicate that it does not comply with specified requirements. 3.10 A. DISPOSAL Except for material indicated to be recycled, remove excavated materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow excavated materials to accumulate on-site. END OF SECTION 02741 HOT-MIX ASPHALT PAVING 02741 - 8 I I I I I I I ! I I I I I I I I I I I DIVISION SIX- ELECTRICAL I I I I I I i I I I I I I I I I l I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Softball Field Southold, New York SECTION 16521 - EXTERIOR LIGHTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 A. 1.3 A. SUMMARY This Section includes the following: Exterior luminaires with lamps and ballasts, but not mounted on exterior surfaces of buildings. Product Data: For each luminaire, arranged in the order of lighting unit designation. Include data on features, accessories, finishes, and the following: 1. PhySical description of fixture, including dimensions and verification of indicated parameters. 2. Luminaire dimensions, effective projected area, details of attaching luminaires, accessories, and installation and cunstmction details. 3. Luminaire materials. 4. Photoelectric relays. 5. Fluorescent and high-intensity-discharge ballasts. 6. Fluorescent and high-intensity-discharge lamps. 7. Electrical and energy-efficiency data for ballasts. Shop Drawings: Anchor-bolt templates keyed to specific poles and certified by manufacturer. Wiring Diagrams: Power, signal, and control wiring. Samples for Verification: For exterior lumina/res designated for sample submission in the Exterior Luminaire Schedule. 1. Lamps: Specified units installed. 2. Ballast: 120-V models of specified ballast types. 3. Finishes: For each finished metal used in support components. Source quality-control test reports. Field quality-control test reports. EXTERIOR LIGHTING 16521-1 Amiys Design, L.A., P.C. Landscape Architects Cochran Park Softball Field Southold, New York Doors, Frames, and Other Internal Access: Smooth operating, flee of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from failing accidentally during relamping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens. G. Exposed Hardware Material: Hot-dipped galvanized steel. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. I. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: White Surfaces: 85 percent. Specular Surfaces: 83 percent. Diffusing Specular Surfaces: 75 percent. Lenses and Refractors Gaskets: Use heat- and agang-resistant resilient gaskets to seal and cushion lenses and refractors in lunimaire doors. 2.3 A. EXTERIOR LUMINAIRES Luminaire 1. Products: a. Musco Sports Lighting; Model #LS-LVS-1500 or Equal. 2. Nominal Luminaire Dimensions: Provided by manufacturer. 3. Lamps: (12), 1500 watt metal halide. 4. Ballast Types and Features: Electroinc. 5. Lens: Removable, impact and thermal glass with silicone gasket. 6. Reflector: Fastened to lamp cone utilizing (six) #10 stainless steel screws. 7. Focusing and Aiming Provisions: Memory positioning device for each lamp provided by manufacturer. 8. IESNA Lateral Distribution Class: 9. IESNA Cutoff Category: Cutoff. 10. Nominal Beam Spread for Floodlights: 11. Photometric Performance of Installed Units: a. Spot Intensity: Minimum initial horizontal illumination at grade is 30 fc outfield, 50 fc infield at a point positioned horizontal 36 inches above grade. b. Average Intensity: Minimum average initial horizontal illumination at grade in the illuminated area is 0.69 lc. c. Uniformity: For a 10' x 10' spacing between adjacent fixtures in parallel rows, fixture to fixture and row to row, the maximum-to-minimum initial horizontal point illumination between any pair of adjacent lighting units, including those in parallel rows, is not greater than 2.0:1 infield, 2.5:1outfield, EXTERIOKLIGHTING - 16521- 4 I I I I I I I I I I. I I l I I I I i I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Softball Field South01d, New York Cutoff.' Maximum initial horizontal illumination does not exceed 0.08 fc at a point 150 feet from the boundary of the playing field. 12. Minimum ballast factor, calculated as the ratio of lamp lumen output on a particular ballast as compared to that lamp's lumen output on a reference ballast under NEMA test conditions. 13. Minimum luminaire efficacy rating, calculated according to NEMA LE 5B. 2.4 A. B. PHOTOELECTRIC RELAYS UL 773 or UL 773A listed, factory mounted to the luminaire. Contact Relays: Single throw, designed to fail in the on position, and factory set to turn light unit on at 1.5 to 3 fc (16 to 32 lx) and off at 4.5 to 10 fc (48 to 108 Ix) with 15-second minimum time delay. Contacts shall have directional lens in front of photocell to prevent fixed light sources to cause turnoff. Relay with locking-type receptacle shall comply with NEMA C 136.10. Adjustable window slide for adjusting on-off set points. 2.5 A. HIGH-INTENSITY-DISCHARGE LAMP BALLASTS General: Comply with NEMA C82.4 and UL 1029. Shall include the following features, unless otherwise indicated: Type: Constant-wattage autotransformer or regulating high-power-factor type. Minimum Starting Temperature: Minus 22 deg F (Minus 30 deg C) for single-lamp ballasts. Normal Ambient Operating Temperature: 104 deg F (40 deg C). Open-circuit operation will not reduce average life. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. Auxiliary, Instant-On, Quartz System: Automatically switches quartz lamp on when fixture is initially energized and when momentary power outages occur. Automatically roms quartz lamp off when high-intensity-discharge lamp reaches approximately 60 percent light output. High-Pressure-Sodium Ballasts: Solid-state-igniter/starter with an average life in pulsing mode of 10,000 hours at an igniter/starter-case temperature of 90 deg C. Instant Restrike Device: Solid-state potted module, mounted inside high-pressure- sodium fixture and compatible with high-pressure-sodium lamps, ballasts, and sockets up to 150 W. a. Restrike Range: 105-to 130-Vac. b. Maximum Voltage: 250-V peak or 150-V ac RMS. EXTERIOR LIGHTING 16521- 5 Araiys Design, L.A., P.C. Cochran Park Softball Field Landscape Architects Southold, New York 2. Single-Lamp Ballasts: Minimum starting temperature of nfmus 40 deg C. 3. Open-circuit operation will not reduce average life. 2.6 HIGH-INTENSITY-DISCHARGE LAMI?S A. Metal-Halide Lamps: ANSI C78.1372, wattage and bunfmg position as scheduled, CRI 65 (minimum), and color temperature 4000. 2.7 A. B. FACTORY FINISHES Field Painting Finish: Manufacturer's standard prime-coat finish ready for field painting. Finish: Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. Where indicated, match process and color of pole or support materials specified in Division 2 Section "Lighting Poles and Standards." Factory-Painted Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 5/NACE No. 1, "White Metal Blast Cleaning," or SSPC-SP 8, "Pickling." 2. Interior Surfaces: Apply one coat of bituminous p~fint on interior of pole, or otherwise treat to prevent corrosiom 3. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high-gloss, high-build polyurethane enamel. a. Color: As selected from manufacturer's standard catalog of colors. Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1.. Finish designations prefixed by AA comply with the systen~_ established by the Aluminum Association for designating aluminum fmishes, 2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA-M32); buff complying with AA-M20; and seal aluminum surfaces with clear, hard-coat wax. 3. Class I, Clear Anodic Finish: AA-M32C22A41 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. 4. Class I, Color Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 mm or thickeO complying with AAMA 611. EXTERIOR LIGHTING 1652 ! - 6 I I I I I I I I I I I I I ! I I I I I Araiys Design, L3~., P.C. Landscape Architects Cochran Park Softball Field Southold, New York 2.8 A. SOURCE QUALITY CONTROL Provide services of a qualified, independent testing and inspecting agency to factory test luminaires with ballasts and lamps; certify results for isofootcandle curves, zonal lumen, average and minimum ratios, and electrical and energy-efficiency data for ballasts. Factory test fixtures with ballasts and lamps; certify results for isofootcandle curves, zonal lumen, average and minimum ratios, and electrical and energy-efficiency data for ballasts. PART 3 - EXECUTION 3. }' INSTALLATION A. Install lamps in each fixture. B. Luminaire Attachment: Fasten to indicated structural supports. C. Adjust luminaires that require field adjustment or aiming. 3.2 A. CONNECTIONS Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.3 FIELD QUALITY CONTROL Inspect each installed fixture for damage. Replace damaged fixtures and components. Tests and Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. Measure light intensities at night. Use photometers with calibration referenced to NIST standards. Comply with the following IESNA testing guide(s): 1. IESNA LM-5. Prepare a written report of tests, inspections, observations, and. verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. END OF SECTION 16521 EXTERIOR LIGHTING 16521- 7 I I I I I I I I I I I I I ! I I I I I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Hockey Rink' Southold, New York SECTION 16521 - EXTERIOR LIGHTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 A. 1.3 A. SUMIvlARY This Section includes the following: Exterior luminaires with lamps and ballasts, but not mounted on exterior surfaces of buildings. SUBMITTALS Product Data: For each luminaire, arranged in the order of lighting unit designation. Include data on features, accessories, finishes, and the following: 4. 5. 6. 7. Physical description of fixture, including dimensions and verification of indicated parameters. Luminaire dimensions, effective projected area, details of attaching luminaires, accessories, and installation and construction details. Luminaire materials. Photoelectric relays. Fluorescent and high-intensity-discharge ballasts. Fluorescent and high-intensity-discharge lamps. Electrical and energy-efficiency data for ballasts. Shop Drawings: Anchor-bolt templates keyed to specific poles and certified by manufacturer. Wiring Diagrams: Power, signal, and control wiring. Samples for Verification: For exterior luminaires designated for sample submission in the Exterior Luminaire Schedule. Lamps: Specified units installed. Ballast: 120-V models of specified ballast types. Finishes: For each finished metal used in support components. Source quality-control test reports. Field quality-control test reports. EXTERIOR LIGHTING 16521- 1 Araiys Design, L.A., P,C. Landscape Architects Cochran Park Hockey Rink Southold, New York G. Operation and Maintenance Data: For luminaires to include in maintenance manuals. H. Warranties: Special warranties specified in this Seetiun. 1.4 QUALITY ASSURANCE A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. B. FMG Compliance: Fixtures for hazardous locations shall be listed and labeled for indicated class and division of hazard by FMG. C. Comply with IEEE C2, "National Electrical Safety Code." D. Comply with NFPA 70. 1.5 COORDINATION A. Coordinate exterior luminaires with mounting and wind load requirements in Division 2 Section "Lighting Poles and Standards." 1.6 A. WARRANTY Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace luminaires or components of luminaires and lamps that fail in materials or workmanship; corrode; or fade, stain, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightrfing damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Ten years from date of Substantial Completion. a. Warranty Period for Metal Corrosion: Completion. b. Warranty Period for Color Retention: Completion. Ten years from date of Substantial Ten years from date of Substantial Warranty Period for Lamps: Replace lamps and fuses that fail within Ten years from date of Substantial Completion; furnish replacement lamps and fuses that fail within the second five years from date of Substantial Completion. Manufacturer will provide services including all materials and labor to maintain operation of sports lighting equipment for ten years. EXTERIOR LIGHTING 16521 - 2 I I I I I I I I I I l I I I I I I I I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Hockey Rink Southold, New York Manufacturer agrees in wriming to provide an annual inspection of the systems by a qualified lighting technician for a period of ten years. During this inspection, defective items that failed due to everyday/normal uses shall be replaced, including lamps if: · More than 10% of the lamps are out · Lamp outages materially effect field usage · During the regular annual inspection 1.7 A. EXTRA MATERIALS Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. Lamps: Furnish at least one of each type. Glass and Plastic Lenses, Covers, and Other Optical Parts: Furnish at least one of each type: Ballasts: Furnish at least one of each type. Globes and Guards: Furnish at least one of each type. PART 2 - PRODUCTS 2.1 A. MANUFACTURERS In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 2.2 A. B. LUMINAIRES, GENERAL Complying with UL 1572 and listed for installation in wet locations. Comply with IESNA RP-6 for parameters of lateral light distribution patterns indicated for luminaires. C. Metal Parts: Free of burrs and sharp corners and edges. D. Sheet Metal Components: Corrosion-resistant aluminum, unless otherwise indicated. Form and support to prevent warping and sagging. Housings: RIgidly formed, weather- and light-tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed luminaires. EXTERIOR LIGHTING 16521-3 Araiys Design, L.A., P.C. Landscape Architects Cochran Park Hockey Rink Southold, New York Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. Doors shall be rerriOvable ibr cleaning or replacing lenses. Designed to disconnect ballast when door opens. G. Exposed Hardware Material: Hot-dipped galvanized steel. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. I. Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated: 1. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. Lenses and Refractors Gaskets: Use heat- and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. 2.3 A. EXTERIOR LUM1NAIRES Luminaire 1. Products: a. Musco Sports Lighting; Model #LS-LVS-1000 or Equal. 2. Nominal Luminaire Dimensions: Provided by manufacturer. 3. Lamps: (12), 1000 wattmetal halide. 4. Ballast Types and Features: Electronic. 5. Lens: Removable, impact and thermal glass with silicone gasket. 6. Reflector: Fastened to lamp cone utilizing (six) #10 stainless steel screws. 7. Focusing and Aiming Provisions: Memory positioning device for each lamp provided by manufacturer. 8. IESNA Lateral Distribution Class: 9. IESNA Cutoff Category: Cutoff. 10. Nominal Beam Spread for Floodlights: 11. Photometric Performance of Installed Units: a. Spot Intensity: Minimum initial horizontal illumination at grade is 30 fc at a point positioned horizontal 36:inches above grade. b. Average Intensity: Minimum average initial horizontal illumination at grade in the illuminated area is 0.37 fc; c. Uniformity: For a 10' x 10' spacing between adjacent fixtures in parallel rows, fixture to fixture and row to row, the maximum-to-minimum initial horizontal point illumination between any pair of adjacent lighting units, including those in parallel rows, is not greater than 2.0:1. EXTERIOR LIGHTING 16521 - 4 I I I I I I I I I I I I l I I I I I I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Hockey Rink Southold, New York Cutoff: Maximum init/al horizontal illumination does not exceed 0.08 fc at a point 150 feet from rink boundary. 12. Minimum ballast factor, calculated.as the ratio of lamp lumen output on a particular ballast as compared to that lamp's lumen output on a reference ballast under NEMA test conditions. 13. Minimum luminaire efficacy rating, calculated according to NEMA LE 5B. 2.4 A. B. PHOTOELECTRIC RELAYS UL 773 or UL 773A listed, factory mounted to the luminaire. Contact Relays: Single throw, designed to fail in the on position, and factory set to turn light unit on at 1.5 to 3 fc (16 to 32 lx) and off at 4.5 to 10 fc (48 to 108 lx) with 15-second minimum time delay. Contacts shall have directional lens in front of photocell to prevent fixed light sources to cause turnoff. 1. Relay with locking-type receptacle shall comply with NEMA C136.10. 2. Adjustable window slide for adjusting on-off set points. 2.5 A. HIGH-INrliNSITY-DISCHARGE LAMP BALLASTS General:- Comply with NEMA C82.4 and UL 1029. Shall include the following features, unless otherwise indicated: 1. Type: Constant-wattage autotransformer or regulating high-power-factor type. 2. Minimum Starting Temperature: Minus 22 deg F (Minus 30 deg C) for single-lamp ballasts. 3. Normal Ambient Operating Temperature: 104 deg F (40 deg C). 4. Open-circuit operation will not reduce average life. 5. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. Auxiliary, Instant-On, Quartz System: Automatically switches quartz lamp on when fixture is initially/energized and when momentary power outages occur. Automatically turns quartz lamp off when high-intensity-discharge lamp reaches approximately 60 percent light output. High-Pressure-Sodium Ballasts: Solid-state i~niter/starter with an average life in pulsing mode of 10,000 hours at an igniter/starter-case temperature of 90 deg C. Instant Restrike Device: Solid-state potted module, mounted inside high-pressure- sodium fixtore and compatible with high,pressure-sodium lamps, ballasts, and sockets upto 150W. a. Restrike Range: 105- to 130-V ac. b. Maximum Voltage: 250-V peak or 150-V ac RMS. EXTERIOR LIGHTING 16521 - 5 Araiys Design, L.A., P.C. Cochran Park Hockey Rink Landscape Architects Southold, New York Single-Lamp Ballasts: tV~mimum staffing temperature of minus 40 deg C. Open-circuit operation will not reduce average life. 2.6 HIGH-INTENSITY-DISCHARGE LAMPS Metal-Halide Lamps: ANSI C78.1372, wattage and burning position as scheduled, CPI 65 (minimum), and color temperature 4000. 2~7 A. B. FACTORY'FINISHES Field Painting Finish: Manufacturer's standard prime-coat finish ready for field painting. Finish: Manufacturer's standard paint applied to factory-assembled and -tested lurrfinaire before shipping. Where indicated, match process and color of pole or support materials specified in Division 2 Section "Lighting Poles and Standards." Factory-Painted Finish for Steel Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove dirt, oil, grease, and other contarcfmants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and mst, if present, from uncoated steel, complying with SSPC-SP 5/NACE No. 1, "White Metal Blast Cleaning," or SSPC~SP 8, "Pickling." 2. Interior Surfaces: Apply one coat of bituminous paint on interior of pole, or otherwise treat to prevent corrosion. 3. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high-gloss, high-build polyurethane enamel. a. Color: As selected from manufacturer's standard catalog of colors. Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and ~Metal Products" for recommendations for applying and designating f'mishes. 1. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA-M32); buff complying with AA-M20; and seal aluminum surfaces with clear, hard-coat wax. 3. Class I, Clear Anodie Finish: AA-M32C22A41 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 nun or thicker) complying with AAMA 611. 4. Class I, Color Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodie Coating: Architectural Class I, EXTERIOR LIGHTING 16521 - t5 I I I I I I I I I I I I I ! I I I I I Araiys Design, L.A., P.C. Landscape Architects Cochran Park Hockey Rink Southold, New York integrally colored or electrolytically deposited color coating 0.018 mm or thicker) complying with AAMA 611. 2.8 SOURCE QUALITY CONTROL Provide services of a qualified, independent testing and inspecting agency to factory test lumina[res with ballasts and lamps; certify results for isofootcandle curves, zonal lumen, average and minimum rafios, and electrical and energy-efficiency data for ballasts. Factory test fixtures with ballasts and lamps; certify results for isofootcandle curves, zonal lumen, average and minimum ratios, and electhcal and energy-efficiency data for ballasts. PART 3 - EXECUTION 3.1 INSTALLATION A. Install lamps in each fixture. B. Lumina[re Attachment: Fasten to indicated structural supports. C. Adjust luminaires that require field adjustment or aiming. 3.2 A. CONNECTIONS Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.3 FIELD QUALITY CONTROL A. Inspect each installed fixture for damage. Replace damaged fixtures and components. B. Tests and Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. Measure light intensifies at night. Use photometers with calibration referenced to NIST standards. Comply with the following IESN~k testing guide(s): 1. IESNA LM-5. : C. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. EXTERIOR LIGHTING 16521- 7 Araiys Design, L.A., P.C. Landscape Architects END OF SECTION 16521 Cochran Park Hockey Rink Southold, New York 16521 - 8 EXTERIOR LIGHTING '-- I I I I I I I I I I I I I I I I I I I Araiys Design, L.A., P.C. Landscape Architects Tasker Park Tennis~Courts Southold, New York SECTION 16521 - EXTERIOR LIGHTING PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 A. 1.3 A. SUMMARY This Section includes the following: Exterior luminaires with lamps and ballasts, but not mounted on exterior surfaces of buildings. SUBMITTALS Product Data: For each luminaire, arranged in the order of lighting unit designation. Include data on features, accessories, finishes, and the following: 4. 5. 6. 7. Physical description of fixture, including dimensions and verification of indicated parameters. Luminaire dimensions, effective projected area, details of attaching luminaires, accessories, and installation and construction details. Luminaire materials. Photoelectric relays. Fluorescent and high-intensity-discharge ballasts. Fluorescent and high-intensity-discharge lamps. Electrical and energy-efficiency data for ballasts. Shop Drawings: Anchor-bolt templates keyed to specific poles and certified by manufacturer. Wiring Diagrams: Power, signal, and control wiring. Samples for Verificaiion: For exterior luminali-es designated for sample submission in the Exterior Luminaire Schedule. 1. Lamps: Specified units installed. 2. Ballast: 120-V models of specified ballast types. 3. Finishes: For each finished metal used in support components. Source quality-control test reports. EXTERIOR LIGHTING 16521- 1 Araiys Design, L.A., P.C. Landscape Architects F. H. I. Tasker Park Tenff~s Courts Southold, New York Field quality-control test reports. Operation and Maintenance Data: For lunfmaires to include in maintenance manuals. Warranties: Special warranties specified in this Section. 1.4 A. QUALITY ASSURANCE Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. FMG Compliance: Fixtures for hazardous locations shall be listed and labeled for indicated class and division of hazard by FMG. Comply with IEEE C2, "National Elec~cal Safety Code." Comply with NFPA 70. 1.5 COORDINATION A. Coordinate exterior luminaires with mounting and wind load requirements in Division 2 Section "Lighfmg Poles and Standards." 1.6 A. WARRANTY Special Warranty: Manufacturer's standard form in wlYmh manufacturer agrees to repair or replace luminaires or components of luminaires and lamps that fffal in materials or workmanship; corrode; or fade, storm, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lighming damage, hail damage, vandalism, abuse, or unauthorized repairs or alterations from special warranty coverage. 1. Warranty Period for Luminaires: Ten years from date of Substantial Completion. Warranty Period for Metal Corrosion: Completion. Warranty Per/od for Color Retention: Completion. Ten years from date of Substantial Ten years from date of Substantial Warranty Period for Lamps: Replace lamps and fuses that fail within ten years from date of Substantial Completion; furnish replacement lamps and fuses that fail within the second five years from date of Substantial Completion. Manufacturer will provide services including all mater/als and labor to maintain operation of sports lighting equipment for ten years. EXTERIOR LIGHTING 16521 - 2 I I I I I I I I I I I I I I I I I I I Araiys Design, L.A., PiC. Landscape Architects Tasker Park Tennis Courts Southold, New York 1.7 A. Manufacturer agrees in writing to provide an annual inspection of the systems by a qualified lighting technician for a period of ten years. During this inspection, defective items that failed due to everyday / normal uses shall be replaced, including lamps iff · More than 10% of the lamps are out. · Lamp outages materially effect field usage. · During the regular annual inspection. EXTRA MATERIALS Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Lamps: Furnish at least one of each type. 2. Glass and Plastic Lenses, Covers, and Other Optical Parts: Furnish at least one of each type. 3. Ballasts: Furnish at least one of each type. 4. Globes and Guards: Furnish at least one of each type. PART 2 - PRODUCTS 2,1 A. MANUFACTURERS In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection: 1. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products specified. 2. Products: Subject to compliance with requirements, provide one of the products specified. 2.2 LUMINAIRES, GENERAL A. Complying with UL 1572 and listed for installation in wet locations. B. Comply with IESNA RP-8 for parameters of lateral light distribution patterns indicated for luminaires. C. Metal Parts: Free of burrs and sharp comers and edges. D. Sheet Metal Components: Corrosion-resistant aluminum, unless otherwise indicated. Form and support to prevent warping and sagging. E. Housings: Rigidly formed, weather- and light-tight enclosures that will not warp, sag, or deform in use. Provide filter/breather for enclosed luminaires. EXTERIOR LIGHTING 16521-3 Araiys Design, L.A., P.C. Tasker Park Tennis Courts Landscape Architects Southold, New York Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during relamping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses. Designed to disconnect ballast when door opens. Exposed Hardware Material: Hot-dipped galvanized steel. Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to heat, and UV radiation. Reflecting ~urfaces shall have minimum reflectance as follows, unless otherwise indicated: White Surfaces: 85 percent. Specular Surfaces: 83 percent. Diffusing Specular Surfaces: 75 percent. Lenses and Refractors Gaskets: Use heat- and aging-resistant resilient gaskets to seal and cushion lenses and refractors in luminaire doors. 2.3 A. EXTERIOR LUMINAIRES 1. Products: a. Musco Sports Lighting; Model #LS-LV8-1000 or Equal. 2. Nominal Luminaire Dimensions: Provided by manufacturer. 3. Lamps: (20), 1000 watt metal halide. 4. Ballast Types and Features: Electronic. 5. Lens: Removable, impact mad thermal glass with silicone gasket. 6. Reflector: Fastened to lamp cone utilizing (six) #10 stainless steel screws. Focusing and Aiming Provisions: Memory positioning device for each lamp provided by manufacturer. IESNA Lateral Distribution Class: 9. IESNA Cutoff Category: Cutoff. 10. Nominal Beam Spread for Floodlights: 11. Photometric Performance of Installed Units: Spot Intensity: Minimum initial horizontal illumination at grade is 30 fc at a point positioned 36 inches above grade. Average Intensity: Minimum average initial horizontal illumination at grade in the illuminated area is 0.53 lc. Uniformity: For a 10' x 10' spacing between adjacent fixtures in parallel rows of, fixture to fixture and row to row, the maximum-to-minimum initial horizontal EXTERIOR LIGHTING 16521- 4 I ! I I I I I I I I I I I I I I I I I Araiys Design, L.A., P.C. Landscape Architects Tasker Park Tennis Courts Southold, New York point illumination between any pair of adjacent lighting units, including those in parallel rows, is not greater than 2.0:1. Cutoff.' Maximum initial horizontal illumination does not exceed 0.14 fc at a point 150 feet from'edge of court surface. 12. Minimum ballast factor, calculated as the ratio of lamp lumen output on a particular ballast as compared to that lamp's lumen output on a reference ballast under NEMA test conditions. 13. Minimum lurrfmaire efficacy rating, calculated according to NEMA LE 5B. 2.4 A. B. PHOTOELECTRIC RELAYS UL 773 or UL 773A listed, factory mounted to the luminaire. C0htact Relays: Single throw, designed to fail in the on position, and factory set to turn light unit on at 1.5 to 3 fc (16 to 32 lx) and off at 4.5 to 10 fc (48 to 108 lx) with 15-second minimum time delay. Contacts shall have directional lens in front of photocell to prevent fixed light sources to cause turnoff. 1. Relay with locking-type receptacle shall comply with NEMA C 136.10. 2. Adjustable window slide for adjusting on-off set points. 2.5 A. HIGH-INIENSITY-DISCHARGE LAMP BALLASTS General: Comply with NEMA C82.4 and UL 1029. Shall include the following features, unless otherwise indicated: 1. Type: Constant-wattage autotransformer or regulating high-power-factor type. 2. Minimum Starting Temperature: Minus 22 deg F (Minus 30 deg C) for single-lamp ballasts. 3.' Normal Ambient Operating Temperature: 104 deg F (40 deg C). 4. Open-circuit operation will not reduce average life. 5. Ballast Fuses: One in each ungrounded power supply conductor. Voltage and current ratings as recommended by ballast manufacturer. Auxiliary, Instant-On, Quartz Syste_m: Automatically switches quartz lamp on when fixture is initially energized and when momentary power outages occur. Automatically roms quartz lamp off when high-intensity-discharge lamp reaches approximately 60 percent light output. High-Pressure-Sodium Ballasts: Solid-state igniter/starter with an average life in pulsing mode of 10,000 hours at an igniter/starter-case temperature of 90 deg C. Instant Restrike Device: Solid-state potted module, mounted inside high-pressure- sodium fixture and compatible with high-pressure-sodium lamps, ballasts, and sockets upto 150W. EXTERIOR LIGHTING 16521-5 Araiys Design, L.A., P.C. Tasker Park Tennis Courts Landscape Architects Southold, New York Restrike Range: 10% to 130-V ac. Maximum Voltage: 250-V peak or 150-V ac RMS. 2. Single-Lamp Ballasts: Minimum starf~ng temperature of minus 40 deg C. 3. Open-circuit operation will not reduce average life. 2.6 HIGH-INTENSITY-DISCHARGE LAMPS A. Metal-Halide Lamps: ANSI C78.1372, wattage and burning position as scheduled, CRI 65 (minimum), and color temperature 4000. 2.7 A. B. FACTORY FINISHES Field Paint'mg Finish: Manufacturer's standard prime-coat finish ready for field painting. Finish: Manufacturer's standard paint applied to factory-assembled and -tested luminaire before shipping. Where indicated, match process and color of pole or support materials specified in Division 2 Section "Lighting Poles and Standards." Factory-Painted Finish for Steel Lumina/res: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent Cleaning," to remove Gu-t, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, complying with SSPC-SP 5/NACE No. 1, "White Metal Blast Cleaning," or SSPC-SP 8, "Pickling." 2. Interior Surfaces: Apply one coat of bituminous paint on interior of pole, or otherwise treat to prevent corrosion. 3. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of primer and two finish coats of high-gloss, IYlgh-build polyurethane enamel. a. Color: As selected from manufacturer's standard catalog of colors. Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. 1. Finish designations prefixed by AA comply with the system established by the Aluminum Association for designating aluminum finishes. 2. Natural Satin Finish: Provide fine, directional, mecYlum satin polish (AA~M32); buff complying with AA-M20; and seal aluminum surfaces with clear, hard-coat wax. E~KTE1LIOR LIGHTING . 1652 ~, - 6 I I I I I I I I I I I I I I I I I I I Araiys Design, L.A., P.C. Landscape Architects Tasker Park Tennis Courts Southold, New York 3. Class I, Clear Anodic Finish: AA-M32C22A41 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, clear coating 0.018 mm or thicker) complying with AAMA 611. 4. Class I, Color Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, integrally colored or electrolytically deposited color coating 0.018 mm or thicker) complying with AAMA 611. a. Color: [Light bronze] [Medium bronze] [Dark bronze] [Black]. Gold Anodic Finish: AA-M32C22A43 (Mechanical Finish: medium satin; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class I, impregnated colo~ coating 0.018 mm or thicker) complying with AAMA 611. 2.8 A. SOURCE QUALITY CONTROL Provide services of a qualified, independent testing and inspecting agency to factory test luminaires with ballasts and lamps; certify results for isofootcandle curves, zonal lumen, average and minimum ratios, and electrical and energy-efficiency data for ballasts. Factory test fixtures with ballasts and lamps; certify results for isofootcandle curves, zonal lumen, average and minimum ratios, and electrical and energy-efficiency data for ballasts. PART 3 - EXECUTION 3.1 INSTALLATION A. Install lamps in each fixture. B. Luminaire Attachment: Fasten to indicated structural supports. C. Adjust luminaires that require field adjustment or aiming. 3.2 A. CONNECTIONS Tighten electrical connectors and terminals according to manufacturer's published torque- tightening values. If manufacturer's torque values are not indicated, use those specified in UL 486A and UL 486B. 3.3 FIELD QUALITY CON2~OL A, Inspect each installed fixture for damage. Replace damaged fixtures and components. EXTERIOR LIGHTING 16521- 7 Araiys Design, L.A., P.C. Landscape Architects Tasker Park Tennis Courts Southold, New York Tests and Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source. Measure light intensifies at night. Use photometers with calibration referenced to NIST standards. Comply with the following IESNA testing gnide(s): 1. IESNA LM-5. Prepare a written report of tests, inspections, observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. END OF SECTION 16521 EXTERIOR LIGHTING 16521- 8 ~.~EEI21N~ NOTED,' ~) o, ¸i, Tt=:NNI~ C, OU~T LAY'OUT d 40' ,"; ,'!".~,' ,~ 'FIELD LAYOUT - ' ,LAYOUT PLAN LF'®END: 'TOP OF ~ALL~OTT~N EL, E~EVA%iO H.P.5. "' , HI~H P¢INT OE ~LE.' ; RE~ ' , .... INV. ELDV. IN~ERTr eLEVAtION , ' EXi~T],~ r ~ON~U~ SCALE: 1"=40'-0" BALL SOFTBALL FIELD LAYOUT F ~GAL;E.. 1"-..SO' ROLLER HOd_.,.K,E"r' t~,INK, LI~HTIN¢ E(2U I F:'I',4ENT LI~T POLE POI..E~ I4Ob'HTII~ POM-- p ~ITL~,~J~/ ~'rf'. LOGATION h~l~rlT ~IZ~ I IcY. , 4 I~. -1~4 40' 40' O' SOFTBALL FIELD 'LI~HTIN® INVEF~T BLE:VATION . EXtDTIN~, ¢-,ONTOU~. ;' ' 'F'P, OPOSEI2~:(-.~N'ZOL)P, ~ . c~lec:~ , ant,,,': ,' 5tOUTHH&)I O NEI,~I ¥(")t~,K SC^LE: TENNIS COURT LI®HTIN® EC2UIPMENT LIST IJN I T UNIT ~ T,-~4 2o 12o' o'I 2 LIGHT GHAIN LIN~ FENOE IL -,...- LIE®ENO.. TO~ OF ~TE~/BOTTO~ I¢'-~" ~ EL ELEVATION D[~,, I~ HP/LP HIgH PO~NT/L~ POINT TI-T4 5 ~'/A/ 18~lb~ o ,o' =o, ~, ~ ~ LIGHT POLE FOUNOATION -- I EXI NOT TO 5GAL. E (q2) E×ISTIN¢ C, ONTOU~ NOT TO SCAL~ 6" ~GH. 40 PIPE' 2"XE"XI/.4-" AN®LE CHAIN LINK. I-I/2"/x~q D,,XPAN~EO OUTFIELD F h4ETAL i"fEDH I E/5" i'4ANUDACTUR~Ef~. FOOT CHAIN LINK FENCE BACKSTOP. o. ~o (~4 FOOT CHAIN LINK FENCE C,,~H ESASEDALL, lNG. PHONE~* EQUAL 5F~ADE FOOT CHAIN LINK OUTFIELP FENCE (~ SKINNED AF~'-,EAS ON A.CQRE~,ATE BASE CONC, FE. ETE FOOTINd Q FOUL BALL POLE TURF ( NO ~GA ) (~ HANDBALL COURT SURFACE PROJECT LINIITIN® FENCE EROSION CON'I-~OL ~EVICE/ NOT TO 5(.ALE (,~) PVC PIPED BELOI, N ASPHAL~ PAVIN~ NOTE ATTACH MESH FABRIC TO TOP RAIL FOOT CHAIN LINK FENCE (~ POUtS. ED CONOF'J~.TE PI,ALL'PI/SMOOTH FINISH (~10' CHAIN LINK S~IN6, t~ATE TENNIS COURT SUb. FACE (~10 FOOT CHAIN LINK 'T'~NNI5 FENCE GAP PIPES BELOP,I .~RADE ,.,o-~?o.¢..^u: 5 d;OURT FENCE .~ATE ~'. . . . . · :. ~'~To~L~'.. , ,, ' ,'".., q T ~GHT STRUCTURES /I/ 4 FIXTURES ~'F STRUCTURES NOTE- / l~/ q FIXTURES NOT TO SCALE Il: ~'-*'--'~," LI®HT POLE FOUNPA'FION NOT TO SCALE ~' LI®HT .STRUCTURES l,q/ & FIXTURES (~ LI®HT NOT T° SCALE STRUCTURES ~/ D FIXTURES NOT TO SCALE DOUTHHOL~ . NE~ YORK APRIl. ~g02 ~.: I gO / t';"F~'(~'POSED WHITAKER RESTORATION ~ou~D ~vv YOR < f 0 I0 TECNOLOGIES PROPOSED WHITAKERRESTOR/-',. ~sod~ ' ~:~'h,:~q:-- ,~, .¢.~:,,,., ~,,:,.~,,~._~.,~ ..... I 0 jm D - I L PROPOSED WHITAKER RESTORATION 8OUTI I'~D~ NEW YORK L I * I I1' I0 ......... [~TTECNOLOOiES PROPOSED WHITAKER RESTORATION I 0 ×m ~0 - I , 0 PROPOSED WHITAKER RESTORATION SOUTI I~T'~- NEVV YORK I F PROPOSED WHITAKER RESTORATION SOUTHOLD NEW YORK I m I ~ ,~ ~1,.,.,~-. ,,~,- ............. P E RESTORATION I |~.'~.~_ ~.,.,..-;T. 1 ROPO~S D WHITAKER I I '1'1 I 0 :i _2¸ I0 -- PROPOSED WHITAKER RESTORATION I t....... ~q-r~a-r,~r., [ ~I T E C N 0 L 0 OI E S [ I I itl