HomeMy WebLinkAboutTourist info. BoothJUDITH T. TEP, I~Y
TOWN CLERK
REGISTRAR OF VIT.kL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFOtLMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1525
Telephone (516) 765~1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 30, 1997
Donald G. Bracken Jr.
Brackenbuilt Homes Inc~
1305 Jasmine Lane
Southold, New York 11971
Dear Mr. Bracken:
The Southold town Board, at a regular meeting held on April 28, 1997,
rejected your bid in the amount of $56,483.84 for the construction of a
Tourist Information Booth at the S. Wentworth Horton Memorial Park,
Greenport. Returned herewith is your $2,824.19 bid check.
We will be rebidding this project, and when we are ready I will send
you a copy of the legal notice.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
BRACKENBUILT HOMES, INC.
1305 JASMINE
SOUTHOLD, NY ~1971
C[t Tt F I ED
2846
JUDITH T. TERRY
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 (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON APRIL 28, 1997:
RESOLVED that the Town Board of the Town of Southold hereby rejects
the bid of Brackenbuilt Homes, Inc., in the amount of $56,~83.84, for the
construction of a Tourist Information Booth at the S. Wentworth Horton
Memorial Park, NYS Route 25, Greenport, New York.
Judith T. Terry (/
Southold Town Clerk
April 29, 1997
PROPOSALFORM
DATE: q-/'7-
ti971
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: MARCH 21, 1997, including
bidding requirements, contract, general and special conditions, specifications, contract
drawings, and addenda, if any (Note: acknowledgment 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:
TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEW YORK STATE ROUTE 25, GREENPORT, N.Y. 11944
and all other work in connection therewith, in accordance with the contract documents and
addenda, if any, prepared by James A. Richter, R.A., Southold Town Engineering
Department, Peconic Lane, Peconic, New York 11958, and shall comply with all the
stipulations contained therein and will fumish 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:
TOURIST INFORMATION BOOTH
D-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 as true under the penalties of perjury; non-collusive bidding certification.
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 pdor
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.
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.
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 ~ ~ ~' ~¢_~,J ~)~, /1L /~O/,~ .5
(Name of Coqooration)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
be
Construction of a Tourist Information Booth - S. Wentworth Memorial Park
NewYork State Route 25, Greenport, New York 11944
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 mis-
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
corporation at a meeting of the
Board of Directors, held on the
dayof ~o~l /
(SEAL OF THE CORPORATION)
Laws of New York, 1966
Ch. 751, Sec. 103-d, as amended
effective September 1, 1965
TOURIST INFORMATION BOOTH
E-1
FURNISH AND CONSTRUCT A 24'-0" x 30'-0" ONE STORY WOOD FRAME
TOURIST INFORMATION BUILDING. THE FACILITY SHALL BE CONSTRUCTED
AS INDICATED ON THE PLANS. THE CONTRACTOR SHALL PROVIDE THE
NECESSARY CONNECTIONS TO THE WATER & ELECTRICAL UTILITIES. THE
CONTRACTOR SHALL PROVIDE ALL EXCAVATIONS FOR THE BUILDING &
THE NEW SEPTIC SYSTEM INCLUDING ALL REQUIRED BACKFILL MATERIAL
AND SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT THE
PROJECT IN ACCORDANCE WITH THE CONTRACT DOCUMENTS. THE
ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
(written id words)
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 exte,~~~e~,Z
Signature of Bidder: ,_
Business Address: /~OZ~' ~-,~. ,~/~/~ Zi~ ~
Telephone Number:
Date: z.//-?/~/
~/(,- ?~$- ,/75-'5--
TOURIST INFORMATION BOOTH
D-2
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:
1. I intend 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,
I will obtain from each of my subcontractors and submit to the contracting or
administering agency prior to the award of any subcontractor under this contract the
subcontractp~ certification required by t.hese Bid Conditions.
(Signature of Authorized' Representative of Bidder)
TOURIST INFORMATION BOOTH
F-1
OFFER OF SURETY
(To be completed by Each Bidder)
In the event the above proposal is accepted and the undersigned is awarded the Contract
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
Signed:
(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 the
(Bidder's Name) (Surety Company)
will execute the Surety Bonds as herein-before provided.
Signed:
Authorized Official, Agent or Attorney
Date:
IMPORTANT:
THIS PAGE MUST BE FILLED OUT WHEN CERTIFIED CHECK IS
SUBMI'I-FED IN LIEU OF BID BOND, OR BID MAY BE REJECTED.
TOURIST INFORMATION BOOTH
G-1
$10.00 nonrefundable fee t~__htain specifications
includes postage ~
4/4/97 1.
4/9 2.
4/10 3,
q.
5.
6.
7,
8.
9.
10.
BID - TOURIST INFORMATION BOOTH
BID OPENING: 10:00 A.M., Thursday, April 17, 1997.
Bracken Built, Jasmine Lane, Southold, NY 11971
North Fork Management, P.O. Box 696, Aquebogue, NY 11931
Ray Dickhoff 722-5840
J.R. Home Improvements 421 1St. Street Greenport Ny 11944
Joseph Henry 477-2904
NOViC~ TO BIDDERS
1S HEREBY GW~I~,
with the ptovisi~
~ ~fic~tions may be oblaiamt at
~, T~u Hall, 53~$ ~
~ ~ New Y~k 1 t971, ~
~ of a $10.~
~ p~y m~ ~ ~
~ ~ 18, 1~.
~IT~
STATE OF NETWORK}
) SS:
7 oF SUFFOLK)
said Cowry, being duly sworn, say~ that he/she
ls Principal Clerk of THE SUFFOLK TIMES, a
Weekly Newspaper, published at Mattituck, in
the Town of Southold, County of Suffolk and
State of New York, and that the Notice of which
the annexed is a printed copy, has been regular-
ly published in said Newspaper once each week
Principal Clerk
Sworn to~efore mc this_ ~
MARY DIAN~ FOST~
~Y PUBUC, ~k~ OF N~ Y~K
NO. 5~655~4~ S~F~OLK COUNN
~UMISS ON ~PIRES AUGO~ 31,19~ ~
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
JUDITH T. TERRY, Town Clerk of the Town of Southold, New York,
being duly sworn, says that on the 28th day of March 1997,
she affixed a notice of which the annexed printed notice is a true copy,
in a proper and substantial manner, in a most public place in the Town
of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin
Board, Southold Town Hall, Main Road, Southold, New York 11971.
Legal Notice, Notice to Bidders, Tourist Information Booth at S. Wentworth
Horton Memorial Park, bid opening: 10:00 A.M., Thursday, April 17, 1997,
Southold Town Clerk's Office.
Sworn to before me this
28th day of March 1997.
Public
/,/ -- Judith T. Terry
Southold Town Clerk--
JOYCE M, WILKIN8
Te~ E:~pires June
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 furnishing all the labor, materials and equipment for the
construction of a Tourist Information Booth at the S. Wentworth Horton
Memorial Park, located on the north side of NYS Route 25, Creenport, New
York. Specifications may be obtained at the Office of the Town Clerk,
Town of $outhold, Town Hall, 53095 Main Road, Southold, New York 11971,
upon payment of a $10.00 non-refundable fee.
The sealed bids, together with a bank draft or certified check in the
amount of 5% of the Base Bid, will be received by the Town Clerk, at the
Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00
A.M., Thursday, April 17, 1997, 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 to waive any and all informality
in any bid should it be deemed in the best interest of the Town of Southold
to do so.
All bids must be signed and sealed in envelopes plainly marked 'Bid
on Tourist Information Booth", 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: March 18, 1997.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON APRIL 3, 1997, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Commissioner of Public Works Jacobs
Dodge Reports
13rown's Letters
Burrelle's Information Services
Town Clerkts Bulletin Board
JUDITH T. TERRY
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 (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
FAX TRANSMITTAL
TO:
FROM:
DATE:
The Suffolk Times
Judith Terry
March 28, 1997
Number of Pages (including cover): 2
If total transmittal is not received, please call (516)765-1800.
COMMENTS: PLEASE PUBLISH THE FOLLOWING BID NOTICE FOR TOURIST
INFORMATION BOOTH ON APRIL 3, 1997. Thank you.
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 furnishing all the labor, materials and equipment for the
construction of a Tourist Information Booth at the S. Wentworth Horton
Memorial Park, located on the north side of NYS Route 25, Greenport, New
York. Specifications may be obtained at the Office of the Town Clerk,
Town of Southold, Town Hall, 53095 Main Road, Southold, New York 11971,
upon payment of a $10.00 non-refundable fee.
The sealed bids, together with a bank draft or certified check in the
amount of 5% of the Base Bid, will be received by the Town Clerk, at the
Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00
A.M., Thursday, April 17, 1997, at which time they will be opened and
read aloud in public. The Town Board of the Town of Southold reserves
the right to reiect any and all bids and to waive any and all informality
in any bid should it be deemed in the best interest of the Town of Southold
to do so.
All bids must be signed and sealed in envelopes plainly marked 'Bid
on Tourist Information Booth", 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: March 18, 1997.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
PLEASE PUI~LISH ON APRIL 3, 1997, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Commissioner of Public Works Jacobs
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's Bulletin Board
DATE START REMOTE TERMIMAI TIME RE'"' ~
TIME IDENTIFICATTOM
MAR E8 1E:31PM SUFFOLK TIMES 0~146'I 0k
12:~2PM)
(AUTO) ...................
?~LE
E)ECM >)REDUCTIC~ S)STPJgDARD M)MEMORY' C)COMFIDEMTIAL $)BATCH
D) DETAIL $) TRANSFER
F ) FIhE P) POLLING
INVITATION
TO BIDDERS:
CONSTRUCTION
OF A
TOURIST
INFORMATION
BOOTH
S.Wentworth Horton Memorial Park
N.Y. State Route 25
Greenport, New York 11944
MARCH 21, 1997
ENGINEERING DEPARTMENT
PECONIC LANE PECONIC~ N.Y.
PROJECT DESCRIPTION
TOURIST INFORMATION BOOTH
S. Wentworth Horton Memorial Park
New York State Route 25
Greenport, NewYork 11944
This project includes the construction of a 24' x 30' wood frame one story building with a
crawl space. It also includes the installation of a new Septic System and the final.
connections to the existing water main. The installation of an underground electric service
will also be required.
Building Area:
Foundation:
Walls:
Roof:
Exterior Siding:
Windows:
Doors:
Plumbing:
Mechanical:
Electrical:
Septic System:
Site Work:
720 Square Feet
8" Concrete Masonry Units on 8" x 16" 3,000 psi Concrete Footings.
2x4 studs at 16" O.C.
Asphalt Roof Shingles on 15# felt on ~" CDX Plywood Sheathing
on wood Trusses at 16" O.C.
Cedar Shingle Siding (front elevation only), on tyvek building paper on
W' CDX plywood sheathing. 5/8" T-111 Plywood Siding (3 Sides)
Andersen Windows
Insulated Fiberglass Entry Door
Two Restrooms, (1 Lay. & 1 W.C. Each)
Hot Water Heater
100 Amp Service
900 Gal. Septic Tank & Shallow 5 Pool Leaching System
Includes all necessary excavations, fill and utilities.
Requests for further information and all inquiries should be directed to the Office of the
Engineer for the Town of Southold. 765-3070 Attention: James A. Richter, R.A.
The foregoing Project Description is provided for general information only, and is not a part
of the Contract Documents. For the specific provisions and requirements of this project,
please refer to the full Specifications and Contract Drawings.
TOURIST INFORMATION BOOTH
INVITATION TO BID
PROJECT: TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEWYORK STATE ROUTE 25, GREENPORT, N.Y. 11944
The Town Board of the Town of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the construction of the Tourist Information Booth
located at S. Wentworth Horton Memorial Park on State Route 25, Greenport, N.Y. 11944,
in accordance with the Drawings & Specifications prepared by James A. Richter, R.A.,
Southold Town Engineering Department, Peconic Lane, Peconic, New York.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until 10:00 AM, Thursday, April '17 1997.
All specifications are provided herein: drawings to be attached.
A fee of ten dollars ($10.00), 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 informalities, and to 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: March 18,1997 BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
TOURIST INFORMATION BOOTH
A-1
INSTRUCTIONS TO BIDDERS
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 wdting 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 Southold Town Clerk
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, 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 judgement, 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.
TOURISTINFORMATIONBOOTH
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, there 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 (Stipulated Sum)".
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.
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.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all
proposals. Without 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 interlineation, 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.
TOURIST INFORMATION BOOTH
B-2
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 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 ninety (90) working days.
TOURIST INFORMATION BOOTH
B-3
INDEX TO SPECIFICATIONS:
BIDDING REQUIREMENTS
Invitation to Bid
Instructions to Bidders
Index to Specifications
Proposal Form
Statement of Non-Collusion
N.Y.S. Affirmative Action Certification
AIA Bid Bond
Offer of Surety
GENERAL CONDITIONS
AIA General Conditions
Supplementary General Conditions
AIA Performance Bond
Maintenance Bond
General Release
Prevailing Wage Rates
Non-Discrimination Clause
Compliance with the Labor Law &
Other Dept. of Labor Regulations
DIVISION ONE - GENERAL REQUIREMENTS
Summary of Work
Applicable codes
Construction Facilities & Temporary Controls
Substitutions
DIVISION TWO - SITE WORK
Site Preparation
Earthwork
DIVISION THREE - CONCRETE
Concrete Work
DIVISION FOUR - MASONRY
Mortar
Masonry Accessories
Masonry
A - I through A - 1
B- I through B- 3
C- 1 through C- 2
D- I through D- 2
E- 1 through E- 1
F- 1 through F- 1
AIA Document # A310
G - 1 through G - 1
AIA Document # A201
H - 1 through H - 2
AIA Document # A311
J - 1 through J - 1
K- 1 through K- 1
L - 1 through L - xxxx
M- 1 through M - 2
N - 1 through N -8
1010 - 1 through 1010 - 1
1080 - 1 through 1080 - 1
1500 - 1 through 1500 - 1
1600 - 1 through 1600 - 2
2100 - 1 through 2100 - 1
2200 - 1 through 2200 - 2
3000 - 1 through 3000 ~ 2
4100- 1 through 4100- 2
4150- 1 through 4150- 1
4200 - 1 through 4200 - 1
TOURIST INFORMATION BOOTH
C-1
DIVISION SIX - WOOD AND PLASTIC
Rough Carpentry
Finish Carpentry
6100 - 1 through 6100 - 2
6200 - 1 through 6200 - 1
DIVISION SEVEN - THERMAL & MOISTURE PROTECTION
Waterproofing 7100 - 1 through 7100 - 1
Asphalt Roofing 7500 - I through 7500 - 1
DIVISION EIGHT - DOORS AND WINDOWS
Doom
Windows
Finish Hardware
8100-
8200-
8700-
1 through 8100-1
1 through 8200 - 1
1through 8700-2
DIVISION NINE - FINISHES
Resilient Tile Flooring
Carpeting
Painting
9650 - 1 thmugh 9650 - 2
9680-1through 9680-1
9900 - 1 through 9900 - 2
INDEX TO DRAWINGS: (SEE ATTACHED)
SP- 1
SITE PLAN
A-1
FOUNDATION PLAN
A - 2 FLOOR PLAN
A- 3 CROSS SECTION & DETAILS
A-4
ELEVATIONS
TOURIST INFORMATION BOOTH
C-2
PROPOSAL FORM
DATE:
NAME OF 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: MARCH 21, 1997, including
bidding requirements, contract, general and special conditions, specifications, contract
drawings, and addenda, if any (Note: acknowledgment 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 fumish all materials not provided by the Town (See
Specifications) and to perform all the work required to construct, perform and complete the
work at:
TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEWYORK STATE ROUTE 25, GREENPORT, N.Y. 11944
and all other work in connection therewith, in accordance with the contract documents and
addenda, if any, prepared by James A. Richter, R.A., Southold Town Engineering
Department, Peconic Lane, Peconic, New York 11958, 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:
TOURIST INFORMATION BOOTH
D-1
FURNISH AND CONSTRUCT A 24'-0" x 30'-0" ONE STORY WOOD FRAME
TOURIST INFORMATION BUILDING. THE FACILITY SHALL BE CONSTRUCTED
AS INDICATED ON THE PLANS. THE CONTRACTOR SHALL PROVIDE THE
NECESSARY CONNECTIONS TO THE WATER & ELECTRICAL UTILITIES. THE
CONTRACTOR SHALL PROVIDE ALL EXCAVATIONS FOR THE BUILDING &
THE NEW SEPTIC SYSTEM INCLUDING ALL REQUIRED BACKFILL MATERIAL
AND SHALL FURNISH ALL LABOR & MATERIALS TO CONSTRUCT THE
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)
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 forb/-five (45) days, the Town will accept or reject this proposal or by
mutual agreement may extend this time period.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
TOURIST INFORMATION BOOTH
D-2
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 fora district or any agency or official theraof 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.
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 agreement1 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 indiractly, 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 rastricting
competition.
The person signing this bid or proposal certifies that he has fully informed himself ragarding 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 theraof, such penalties being
applicable to the bidder, as well as the person signing in its behalf.
That attached herato (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
be
(Name of Corporation)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
Construction of a Tourist Information Booth - S. Wentworth Memorial Park
NewYork State Route 25, Greenport, NewYork 11944
and to include in such bid or proposal the certificate as to non-collusion requirad 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 mis-
statements in such certificate this corporate bidder shall be liable under the penalties of perjury.
The foregoing is true and correct
copy of the rasolution adopted by
corporation at a meeting of the
Board of Diractors, held on the
day of ,19 __
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended
effective September 1, 1965
(Signature)
TOURIST INFORMATION BOOTH
E-1
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:
1. I intend 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,
I will obtain from each of my 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)
TOURIST INFORMATION BOOTH
F-1
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A$?O
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
(Here inset[ fuji name and address or legal title of CorltraCtOr)
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 full name, address and description of project)
NOW, THI~REFORE, if the Obligee shall accept the bid of the P~incipal 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 ~vent of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Oblig~e 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
(Witness)
(Principal) (Seal)
(Title)
(Surety) (Seal)
(Witness)
(Title)
AIA DOCUMENT A31g · BID BOND * AIA ~ * FEBRUARY 1970 ED · THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON~ D.C. 20006
WARNING: Unlicensed photocopying violates U.S. copyright laws and is subject to legal prosecution,
1
OFFER OF SURETY
(To be completed by Each Bidder)
In the event the above proposal is accepted and the undersigned is awarded the Contract
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
Signed:
(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 the
(Bidder's Name) (Surety Company)
will execute the Surety Bonds as herein-before provided.
Signed:
Authorized Official, Agent or Attorney
Date:
IMPORTANT:
THIS PAGE MUST BE FILLED OUT WHEN CERTIFIED CHECK IS
SUBMITTED IN LIEU OF BID BOND, OR BID MAY BE REJECTED.
TOURIST INFORMATION BOOTH
G-1
T
^ M
E R 1 C A N I N $ T I T U T E 0 F
^ R C H I
T E C
A]A Documen! A201
General Conditions of the Contract
for Construction
1987 EDITION
TABLE OF ARTICLES
i. GENERAL PROVISIONS
2. OWNER
3. CONTRACTOR
4, ADMINISTRATION OF THE CONTRACT
5. SUBCONTRACTORS
6. CONSTRUCTION BY OWNER OR BY
SEPARATE CONTRACTORS
7. CItANGES IN THE WORK
8. TIME
9. PAYMENTS AND COMPLETION
10. PROTECTION OF PERSONS AND PROPERTY
1 1. INSURANCE AND BONDS
t2. UNCOVERING 'AND CORRECTION OF WORK
13. MISCELLANEOUS PROVISIONS
14. TERMINATION OR SUSPENSION OF 'FILE
CONTRACT
CAUTION: You should use an original AIA document which has this caution printed in red.
An original ass.res that changes will not be obscured as may occur when documents are reproduced,
A201-1987 1
INDEX
Acceptance of Nonconforming Work 966,993, 12.3
CHANGES IN THE WORK . 3.]1,4.2.8,7,8tl,93.11,1013
2 A201-1987
WARNING; Unlicensed pholocopyin~ violales U.S. copyright I~ws and is subject to )eget prosecution.
WARNING: Unlicensed photocopying violetes U+S. copyright laws and is subiec! to legat prosecution.
A201-1987
3
,tl.2~4.2 I, 5.23, 7,8.3.1,97
Mutual Responsibility 6.2
Owner's Right to Perform Construction and to
Award Separate Contracts 6.1
Owner's Right to Stop the Work 2.3, 4.3
Ownership and Use of Architect's Drawings, Specifications
Partial Occupancy or Use ~) (~ (,~ 9.9, I I
Patching, Cutting and 3.14, ~'~.2
Patents, Royalties and 3.17
Payment, Applications for 425.92.9.3,
Payment, Certificates for 4.2 ~ 4.29, 9~ ~, 9.4, ~
Payment, Failure of ,i 37, 951
Paymenl Bond, Performance Bond and ~
4 A201-1987
Rules and Nolices lor Arbitration 4.5.2
Safely of Persons end Properly 10.2
Sefely PrecautlonsandPrograrns .i2 ~ ~127 10.1
Samples, Shop Drawings, Producl Dale and ~ .3 12, ,i 2 ?
Shop Drawings, Product Dale and Samples 3 I I. 3.12, ,i .2?
SUBCONTRACTORS . 5
Uncovering of Work 12.1
A201-1987 5
GENEtLAI~ (5ONDITIONS OF 'T'IIE CONTIbXCT FOR CONSTRIJCTION
ARTICLE 1
GENERAL PROVISIONS
A201-1987
ARTICLE 2
OWNER
2.1 DEFINITION
INFORMATION AND SERVICES
R~OUIRED OF THE OWNER
ARTICLE 3
3.1
CONTRACTOR
DEFINITION
A201-1987 7
3.2 REVIEW OF CONTRACT DOCUMEN?S AND
FIELD CONDITIONS BY CONTRACTOR
3.5 WARRANTY
3.6 TAXES
8 A201-1987
A201-1967 9
3.15 CLEANING UP
ARTICLE 4
ADMINISTRATION OF THE CONTRACT
4.1 ARCHITECT
10 A201-1987
4.2.4 Communications Facllltaling Contract Adminlstra-
4.3 CLAIMS AND DISPUTES
A20f-1987 11
4.3,4 Continuing Contract PeHormance. pcndh~ I~n:tl
4.3.6 Claims for Concealed or Unknown Conditions.
4.3.9 Injury or Damage to Pemon or Property.
4,5 ARBITRATION
4.5,1 Controversies and Claims Subject to Arbitration.
12 A201-1987
4.5.2 Rules and Notices/or Arbitration. (.~13irn$ hct~'¢cn
4.5.3 Contract Performance During Arbitration. l)urin~
4.5.4 When Arbitration May Be Demanded, l)cm~d R~r .~rhi-
4.5.6 Claims and Timely Assertion of Claims.
4.5.7 Judgment on Final Award. 'lhc
ARTICLE 5
SUBCONTRACTORS
5.1 DEFINITION~
A201-1987 13
5.3 SU~3CONTRACTUAL RELATIONS
ARTICLE 6
CONSTRUCTION BY OWNER
OR BY SEPARATE CONTRACTORS
6.1 OWNER'S RIGHT TO PERFORM CONSTRUCTION
AND TO AWARD SEPARATE CON1 RACTS
6,3 OWNER'S RIGHT TO CLEAN UP
14 A201-1987
ARTICLE 7
CHANGES IN THE WORK
7.1 CHANGES
A201-1987 15
7.4 MINOR CHANGES IN THE WORK
ARTICLE 8
TIME
8.2 PROGRESS AND COMPLETION
ARTICLE 9
PAYMENTS AND COMPLETION
9.1 CONTRACT SUM
16 A201-1987
DECISIONS TO WITHHOLD CERTIFICATION
A201-1987 17
9.10 FINAL COMPLETION AND FINAL PAYMENT
18
A201-1987
ARTICLE 10
PROTECTION OF PERSONS AND PROPERTY
10.1 SAFETY PRECAUTIONS AND PROGRAMS
10.2 SAFETY OF PERSONS AND PROPERTY
ARTICLE 11
INSURANCE AND BONDS
1 1.1 CONTRACTOR'S LIABILITY INSURANCE
A201-lgR7 19
20 A201-1987
11.3.7 Waivers of Subrogetion. '1he Owner
ARTICLE 12
UNCOVERING AND CORRECTION OF WORK
12.1 UNCOVERING OF WORK
A201-1987 21
l~:trngr~ph 9.9 I, or by lerms of an appli¢'~bl¢ specinl ~a, arranly
ARTICLE 13
MISCELLANEOUS PROVISIONS
13.1 GOVERNING LAW
13,3 WRITTEN NOTICE
13.4 RIGHTS AND REMEDIES
13.5 TESTS AND INSPECTIONS
22 A201-1987
ARTICLE 14
p;tragraph 13 5 3
13.5.3 If sucfi procedures k)r testing, inspection or approval
under Subpnragraphs 13.5.1 and 13.5.2 reve~l failure of the
portions of tl~e Work to comply witb requirements established
made necessary by sucfi failure including those of repeated
13.5.4 Required certificates of testing, it~spccfion tlr approval
wil[ do so promptly and, where practicable, al the normal place
13.6 INTEREST
13.7 COMMENCEMENT OF STATUTORY
LIMITATION PERIOD
.1 Before Substantial Completion. As to actsor failures
.2 Between Substantial Completion and Final Certlfi-
.3 After Final Certificate for Payment, As m acts or
TERMINATION OR SUSPENSION
oF THE CONTRACT
14.1 TERMINATION BY THE CONTRACTOR
14.1.1 The Contractor may terminate the Contract if the Work
is stopped for a period of 30 days through no act or fault of tile
ity having jurisdiction;
emergency, making material unavailable;
.3 because the Mchitect h~ not issued a Certificate for
Payment and hms not ntaified the Contractor of tfie
reason for withfiolding certification as provided in
Subparngraph 94.1, or because the Owner has not
made payment on a Certificate for Payment, within
Owner ms described in Paragraph 143 constitute in
bar of days scheduled for completion, or 120 days in
any 365-day period, whicfiever is less: or
evidence as required by Subpantgrapb 2.2 1
WARNING: Unlicensed phot ocopy~ng vlolat es U.S. copyright laws and is subject to tegnl prosecution.
A201-1987 23
24 A201-1987
3/87
SUPPLEMENTARY GENERAL CONDITIONS
The following supplements modify, change, delete from or add to the "General Conditions
of the Contract for Construction", A.I.A. Document A 201-1987 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 1 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:
.1 Workers' Compensation
State and Federal: Statutory
Employer's Liability $100,000.
TOURIST INFORMATION BOOTH
H-1
.2
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.
b. 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).
e. Contractual Liability (Hold Harmless Coverage):
Personal Injury, with Employment Exclusion deleted:
$1,000,000 Aggregate.
.3 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
TOURIST INFORMATION BOOTH
H-2
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Documen~ A311
Performance Bond
KNOW ALL MEN BY THESE PRESENTS: that
as Principal, lereinaftor called Contractor, and,
as Surety, hereinafter called Surety, are held and firmly bound unto
as Obligee, hereinafter called Owner, in lite amount of
Dollars ($ ),
for the payment whereof Contractor and Surely bind themselves, their heirs, execulors, administralors,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Contractor has by written agreement dated 19 , erda'red inlo a conlracl wilh Owner [or
in accordance with Drawings and Specifications prepared by
whicl~ contract is by reference made a part hereof, and is hereinafter referred to as Ihe Contract.
PERFORMANCE BOND
NOW, THEREFORE, THE CONDITION OF THIS OgLIGATION is such Ihal, if Contraclor shall prompdy and failhfully perform
said Contract, then this obligation shall be null and void; otherwise il shall remain tn full force and effect
The Surety hereby waives notice of any alteration or
extension of time made by the Owner.
Whenever Contractor shall be, and declared by Owner
to be in default under the Contract, the Owner having
performed Owner's obligations thereunder, the Surety
may promptly remedy ~he default, or shall promptly
1) Complete the Contract in accordance with its terms
and conditions, or
2) Obtain a bid or bids for completing the Contract in
accordance with ~ts terms and conditions, and upon de-
termination by Surety of the lowest responsible bidder,
or, if the Owner elects, upon determination by
Owner and the Surety jointly of the lowest responsible
bidder, arrange for a contract between such bidder and
Owner, and make available as Work progresses (even
though there should be a default or a succession of
arranged under this paragraph) sufficient funds to pay the
cost of completion ie~s the balance of the contract price;
but not exceeding, including nlher costs and damages
for ,,.~hich the Sure~v may be liahle hereunder, /he amount
set forth in the hrst paragraph hereof The term "balance
o~ the conlract price," as used in this paragraph, shall
mean the tolal amount payable by Owner to Contractor
under the Conlr~ct and any amendments thereto, less
the amount properly paid by Owner to Comractor
Any SUit under this bond must be in,Ii,uteri before
the expiration of ~wo (2) years from the date on which
final paymen~ under the Contract falls due.
No right of action shall accrue on this bond to or for
Signed and sealed this
day of
19
2
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document A311
Labor and Material Payment Bond
THIS BONE) IS ISSUED SIMULTANEOUSLY WITH PERFOR,~',tANCE BOND IN FAVOR OF THE
OWN£R CONDITIONED ON THE FULL AND FAITNFUL PERFORMANCE OF TN[ CONTRACT
KNOW ALL MEN BY THESE PRESENTS: that
as Principal, hereinafter called Principal, and,
as Surety, hereinafter called Surety, are held and firmly bound unto
as Obligee, hereinafter called Owner, [or the use and benefit of claimants as hereinbelow defined, in the
amount of
IH.re insert 3 sum equal to ~t lea~t one-hi, Il ol the conl[acl ~tlce) Doflars ($ ),
for the payment whereof Principal and Surety bind themselves their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS,
Principal has by written agreement dated
19 , entered into a contract with Owner for
in accordance with Drawings and Specifications prepared by
which contract is by reference made a part hereof, and is hereinafter referred to as the Contract.
3
LABORqND MATERIAL PAYMENT BOND
lowing conditions:
1. A claimant is defined as one having a direct con-
tract with lhe Principal or with a Subconlractor of the
principal for labor, material, or bolh, used or reasonably
required for use in lbe performance of lbe Conlract,
labor and material bein§ conslrued Io include lbat part of
water, gas. power, light, heal, oil, gasoline, telephone
service or rental of equipment directly applicable Io the
Comracl.
2. The above named Principal and Surety hereby
iointly and severally agree with lhe Owner tha~ every
claimanl as herein defined, who bas not been paid in
full before t,~e exp~ralion of a period of ninety (90)
days after the dale on which the last of sL~ch daimanffs
work or labor wac done or performed, or materials were
furnished by such claimant, may sue on this bond for
the use of such claimant, prosecute the ~uit lo final
judgment for such sum or sums as may be iusdy due
claimant, and bare execulion thereon. The Owner shall
not be liable for lbe payment of any cosls or expenses
Of any such suil,
3. No suit or action shall be commenced Hereunder
by any ciaimanl:
a) Unless claimant, olher Iban one having a direct
Conlract with Ihe Principal, shall have given written
nolice to any two al Ihe following: the Principal, the
Owner, or Ihe Sure!y above named, within ninety (90)
days a/let such craimanl did or performed lbe last of
Ibe work or labor, or furnished Ihe last of Ihe maleriaJs
for which said claim is made, stalin~ with subslanlial
accuracy the amount claimed and the name of' the party
~o whom the malerials were furnished, or for whom
the work or labor was done or performed. Such oolite
shall be served by m~iling the same by regislered mail
or cerlJfied mail~ postage prepaid, in an envelope
dressed Io Ihe Principal, Owner or Surety. at any place
where an of/ice is regularly mainlained for the Irons-
delian of business, or served in any manner in which
legal process may be served in the stale in which the
aforesaid pro)ecl is located, save Ihal such service need
not be made by a public office/
bt ^fler the expiration of one (1) year following the
date on which Principal ceased work on said Conlract,
it being understood, however, that if any limitation em-
bodied in lhis bond is probibiled by any Jaw controlling
lbe conslrucNon hereof such limilation shall be deemed
to be amended so as to be equal to the mimmum period
of limitation permilted by such law.
c) Olhe~ Ihan in a stale court of compelent jurisdiction
in and for Ihe counW or olher political subdivision of
the slate in which the Proiect, or ~ny part thereof, is
situated, or in Ibe United State~ DiCtrict Court for the
district in which lhe Project, or ~ny part thereof, is sit-
ualed, and not elsewhere
4. The amount of Ihis bond shall be reduced by and
to the ex~enl of any paymenl or paymenls made in good
faith hereunder, inclusive of the paymenl by Surety of
mechanics' liens which may be filed of record against
said improvement, whether or not claim for the amount
of such lien be p,'esenled tinder and againsl Ibis bond.
Signed and sealed this
day of
19
(Title)
4
FORM OF MAINTENANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That We,
as Principal and the
business for the State of New York at
as Surety, are held and firmly bound unto the
(hereinafter called the Obligee), as Obligee 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 presents.
Signed, sealed and dated this day of ,19.__
WHEREAS, the Principal heretofore entered into a written contract with the Obligee
for
(hereinafter called the Principal)
Corporation with an office and place of
, New York, (hereinafter called the Surety),
WHEREAS, said Contract provides that the Principal shall guarantee
NOW, THEREFORE, the condition of this obligation is such, that if the above Principal shall indemnify
the Obligee 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 __
years 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
the within named
to me to be
in and who executed the within bond, and
same.
19 before me personally appeared
to me known, and known
the individual described
acknowledged to me that he executed the
NOTARY PUBLIC
TOURIST INFORMATION BOOTH
J-1
GENERAL RELEASE
(To be submitted with requisition for Final Payment)
KNOWN ALL MEN BY THESE PRESENTS, that
(Contractor)
for and in consideration of the sum of
lawful money of the United States of America, to it in hand paid
by:
(OwnedContracting Agency)
Have remised, released, quit-claimed, and forever discharged, and by these presents do
for its successors and assigns remise, release, and forever discharge the said
(OwnedContracting 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
(Owner/Contracting Agency)
JAMES A. RICHTER, R.A., 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:
supplements thereto.
,19
and any admittance or
IN WITNESS THEREOF, the undersigned corporation has caused this agreement to be
signed by its and its corporate seal to be hereto
affixed and duly attested by its
this day of ,19 __
Attest: Principal:
TOURIST INFORMATION BOOTH
K-1
PREVAILING WAGE RATES
ATTACHMENT
WAGE DETERMINATION
for
TOURIST INFORMATION BOOTH
at
S. Wentworth Horton Memorial Park
N.Y.State Route 25
GREENPORT, NEW YORK 11944
TOURIST INFORMATION BOOTH
L-1
NON-DISCRIMINATION CLAUSE
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
ne 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
they 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 previsions 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 all qualified applicants will be afforded equal
employment opportunities without discrimination because of race, creed, color, or
national origin.
TOURIST INFORMATION BOOTH
M-1
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 the Owners
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
the 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).
TOURIST INFORMATION BOOTH
M-2
COMPLIANCE WITH THE LABOR LAW
AND OTHER DEPARTMENT OF LABOR REGULATIONS
STATE REGULATIONS:
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.
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.
FEDERAL REGULATIONS:
1. CERTIFICATION OF NONSEGREGATED FACILITIES.
By the submission of this bid, the bidder, offeror, 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, ddnking 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 nationalodgin, 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):
TOURIST INFORMATION BOOTH
N-'I
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT
FOR CERTIFICATIONS OF NON SEGREGATED FACILITIES.
A certification of Nonsegregated Facilities must be submitted prior to the award of a
subcontract exceeding $ 10,000 which is not exempt from the provisions of the Equal
Opportunity clause, The certification may be submitted either for each subcontract or for all
subcontracts during a period (i.e., quarterly, semiannually, or annually).
NOTE: The penalty for making false statements in offers is prescribed in
18 USC. 1001.
"During the performance of this contract", the Contractor agrees as follows:
(1)
The contractor will not discriminate against any employee or applicant for employment
because of race, creed, color, or national origin. The contractor will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment,
without regard to their race, creed, color, or national origin. Such action shall include, but not
be limited to, the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation;
and selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of this nondiscrimination clause.
(2)
The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive consideration for employment
without regard to race, creed, color, or national origin.
(3)
The contractor will send to each labor union or representative of workers with which he has
a collective bargaining agreement or other contract or understanding, a notice to be provided
by the agency contracting officer, advising the labor union or workers representative of the
contractor's commitments under Section 202 of Executive Order No. 11245 of September
24, 1965, and shall post copies of the notice in conspicuous places available to employees
and applicants for employment.
(4)
The contractor will comply with all provisions of Executive Order No. 11246 of September 24,
1965, and of the rules, and regulations, and relevant orders of the Secretary of Labor.
(5)
The contractor will furnish all information and reports required by Executive Order No. 11246
of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor,
or pursuant thereto, and will permit access to his books, records, and accounts by the
contracting agency and the Secretary of Labor for the purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
(6)
In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of such rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the contractor may be declared ineligible
for further Government contracts in accordance with procedures authorized in Executive
Order No. 11245 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by
rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
TOURIST INFORMATION BOOTH
N-2
(7)
The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract
or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor
issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that
such provisions will be binding upon each subcontractor or vender. The contractor will take
such action with respect to any subcontract or purchase order as the contracting agency may
direct as a means of enforcing such provisions, including sanctions for noncompliance:
Provided. however, that in the event the contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the contracting
agency, the contractor may request the United States to enter into such litigation to protect
the interests of the United States."
FEDERAL PROCUREMENT REGULATIONS
EQUAL OPPORTUNITY IN EMPLOYMENT
1-12.805.4 Reports and Other Reauired Information
la) Requirements for prime contractors and subcontractors.
(1) Each agency shall require each prime contractor and each prime contractor and
subcontractor shal~ cause its subcontractors to file annually, on or before March 31,
complete and accurate reports on Standard Form 100 (EEO-l) promulgated jointly
by the Office of Federal Contract Compliance, the Equal Employment Opportunity
Commission, and Plans for Progress, or on such form as may hereafter be
promulgated in its place, if such prime contractor or subcontractor (I) is not exempt
from the provisions of this Sub-part 1-12.8 in accordance with 1-12.804; (ii) has 50
or more employees; (iii) is a prime contractor or first-tier subcontractor; and (iv) has
a contract, sub-contract, or purchase order amounting to $ 50,000 or more, or serves
as a depository of Government funds in any amount, or is a financial institution which
is an issuing and paying agent for U.S. savings bonds and savings notes: Provided,
that any subcontractor below the first tier which performs construction work at the
site of construction shall be required, to file such a report if it meets the requirements
in subdivisions (I), (ii), and (iv) of this paragraph la) (1).
(2)
Each person required by subparagraph (1) of this paragraph to submit reports shall
file such a report with the contracting or administering agency within 30 days after
the award to him of a contract or subcontract, unless such person has submitted such
a report within 12 months preceding the date of the award. Subsequent reports shall
be submitted annually in accordance with subparagraph (1) of this paragraph, or at
such other intervals as the agency or the Director may require. The agency, with the
approval of the Director, may extend the time for filing any report.
(3)
The Director, the agency, or the applicant, on their own motions, may require a prime
contractor to keep employment or other records and to furnish in the form requested,
within reasonable limits, such information as the Director, agency, or the applicant
deems necessary for the administration of the Order.
(4)
The failure to file timely, complete, and accurate reports, as required, constitutes
noncompliance with the pdme contractor's or subcontractor's obligations under the
Equal Opportunity clause and is a ground for the imposition by the agency, the
Director, an applicant, prime contractor or subcontractor, of any sanction authorized
by the Order and the regulations in this sub-part. Any such failure shall be reported
in writing to the Director by the agency as soon as practicable after it occurs.
TOURISTINFORMATION BOOTH
N-3
1-12.805.4 Reports and Other Reauired Information
(b) Requirements for bidders or prospective contractors.
(1)
(2)
(3)
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 padicipated 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:
"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.
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.
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.
TOURISTINFORMATIONBOOTH
N-4
( 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
100 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 USC. 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.~ 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, ro 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 pumhases of supplies or
materials or articles ordinarily available on the open market, or contracts for
transportation or transmission of intelligence.
TOURISTINFORMATIONBOOTH
N-5
F4
Each contract of an amount in excess of $ 2,500 awarded by a Grantee or
Subgrantee 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 subgrants 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 previsions 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 (;onstruction 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 subgrants 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 subgrantee 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 subgrantees and to assure that suspected or
reported violations are promptly investigated.
TOURIST INFORMATION BOOTH
N-6
COMPLIANCE WITH PROVISIONS OF THE LABOR LAW
Pursuant to Article 8 of the Labor Law, the contractor's attention is directed to the
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 ratio of apprentices to journeymen in any craft classification shall not be
greater than the ratio permitted to the contractor as to his work fome 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 there 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;
TOURIST INFORMATION BOOTH
N-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 covers 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 pdor 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 September 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 being conducted, 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,
TOURISTINFORMATIONBOOTH
N-8
DIVISION ONE - GENERAL REQUIREMENTS
All work in this Division shall comply with all particulars of the General Conditions and the
Supplementary General Conditions of these Specifications.
Section 1010 - SUMMARY OF WORK
1.01 WORK COVERED BY THE CONTRACT DOCUMENTS:
The work covers the construction of a new 24' x 30' one story wood frame
Tourist Information Booth in full accordance with the contract documents.
The work shall also include installation of the new Septic System and the
necessary connections to the existing Water Main. The work shall also
include the underground connection of the new Electrical Service to the
adjacent LILCO Facilities.
The intent of the Contract Documents is for the work to be completed and
finished in all respects, including all labor, materials, equipment, tools,
construction equipment and machinery, water, heat utilities, transportation,
and other facilities and services necessary for the proper execution of the
work as called for on the drawings, specified herein or as may be reasonably
inferred therefrom.
This contract includes all site work necessary for the completion of work.
The contractor shall obtain and pay for all applicable fees and charges not
specifically excluded from this contract.
1.02 WORK BY OTHERS
The following will be provided by other:
1. The Owner will provide and pay for the following:
a. All related building permits.
b. All Suffolk County Health Department approvals.
END OF SECTION
TOURIST INFORMATION BOOTH
1010-1
Section 1080 - APPLICABLE CODES
1.01
The latest effective publications of the following standards and codes, as applicable,
form a part of these specifications the same as if written fully herein and shall not
relieve the Contractor of the responsibility of furnishing and installing higher grade
materials and workmanship than herein specified.
2.
3.
4.
5.
Applicable codes or ordinances of local governing agencies.
National Fire Protection Association (NFPA)
Underwriters Laboratories, Inc. (UL)
National Electric Code (NEC)
New York Building Code
1.02 The Town of Southold shall obtain and pay for all permits and required inspections.
END OF SECTION
TOURIST INFORMATION BOOTH
1080-1
Section 1500 - CONSTRUCTION FACILITIES & TEMPORARY CONTROLS
.01
1.02
UTILITIES
A. TEMPORARY ELECTRICITY: The Contractor shall provide electrical power
for the use of all trades during construction and shall pay for all electrical
power used.
B. TEMPORARY HEAT & VENTILATION: The Contractor shall provide heat
and ventilation during construction to prevent freezing of materials,
reasonable comfort for the workmen, and proper conditioning for installing
finish materials.
C. TEMPORARY WATER: The Contractor shall provide a temporary potable
water supply for all trades during the construction period.
D. TEMPORARY SANITARY FACILITIES: The Contractor shall provide and
maintain temporary toilets in accordance with local health ordinances.
BARRIERS
A. Barricades shall be provided around all excavations and other hazardous
areas during construction and shall be maintained and lighted in accordance
with Uniform Statewide Building Code and local requirements.
END OF SECTION
TOURIST INFORMATION BOOTH
1500-1
Section 1600 - SUBSTITUTIONS
1.01 The following requirements are applicable to all proposed substitutions for products
specified herein, where such substitutions are allowed.
1.02 CONTRACTOR'S OPTIONS:
A. For products specified with the notation of "or equal" or "or approved equal",
the Contractor may submit an equivalent product for approval by the
Architect.
B. For products specified by naming only one product or manufacturer, unless
otherwise indicated, the Contractor may submit an equivalent product for
approval by the Architect if such a product is available.
1.03
PROCEDURE:
A. Requests for substitution shall be submitted with complete data necessary
to substantiate compliance with the Contract Documents. Submit physical
samples and names and addresses of similar projects on which the product
was used when requested by the Architect.
B. Submissions shall be made in sufficient time to allow a thorough investigation
of the proposed substitutions and no allowance will be made for delay in
project completion because of disapproval of proposed substitutions.
C. In making request for substitution. BiddedContractor represents:
1. He has personally investigated proposed product or method and
determined that it is equal or superior in all respects to that specified.
2. He will provide the same guarantee for substitution as for product or
method specified.
3. He will coordinate installation of accepted substitution into work
making such changes as may be required for work to be complete in
all respects.
4. He waives all claims for additional costs related to substitution which
subsequently becomes apparent.
1.04
APPROVAL OF SUBSTITUTIONS
A. All substitutions shall be approved in writing prior to being ordered, fabricated
or incorporated into the work.
B. The Architect's decision on the suitability or equivalence of a proposed
substitution is final and may be based on the suitability of colors, finishes and
outward appearance in addition to the functional aspects of the product.
C. Substitutions which require a substantial revision of the Contract Documents
will not be considered.
TOURIST INFORMATION BOOTH
1600-1
1.05
The Contractor shall be solely responsible for coordinating all changes or additional
work required to incorporate approved substitutions into the work, including
additional engineering, certification or tests, and no claims for additional cost related
to substitution will be allowed.
END OF SECTION
TOURIST INFORMATION BOOTH
1600-2
DIVISION TWO ~ SITE WORK
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 2100 - SITE PREPARATION
Part 1 - GENERAL
1.01 DESCRIPTION:
A. Provide all site preparation work. Limits of work under this contract shall
include the entire site.
B. Related Work Specified Elsewhere:
1. Earthwork 2200
- PRODUCTS - NOT APPLICABLE
- EXECUTION
PROTECTION:
A. Streets, roads, adjacent property and other works to remain shall be
protected throughout the work in accordance with Uniform Statewide Building
Code.
B. The existing information building will remain in operation during construction.
Safeguards shall be undertaken by the Contractor to ensure adequate and
safe access at all times.
3.02 STRIPPING:
A. Stockpile all excavated sand & gravel in designated or approved location.
All remaining stockpiled material at the end of the project will be removed
from the site by the contractor.
DISPOSAL:
A. Burning of material on the site will not be permitted,
B. Removal:
1. Material to be removed shall be removed from the site daily as it
accumulates.
2. Should the Contractor elect to continue work beyond normalwo~ng
hours, material to be removed shall not be allowed to accumulate for
more than 48 hours.
C. Dumping:
1. Construction & Demolition material generated by this project shall be
dumped at the Southold Town Transfer Station at no cost to the
Contractor.
Part 2
Part 3
3.01
3.03
END OF SECTION
TOURIST INFORMATION BOOTH
2100-1
Section 2200 - EARTHWORK
Part 1 GENERAL
1.01 DESCRIPTION:
A. Provide earthwork in area inside and outside the building limit to obtain
required finish elevations. Earthwork includes, but is not limited to:
1. Excavation of unsuitable material to be replace with controlled fill
material.
2.Backfilling of trenches within building lines.
3.Excavation of proposed Septic System.
Limit of work under this contract shall include the entire site.
B. Related Work Specified Elsewhere:
1. Site Preparation 2100
1.02
QUALITY ASSURANCE:
A. Code and Standards: Perform excavation work in compliance with applicable
requirements of governing authorities having jurisdiction.
1.03
JOB CONDITIONS:
A. Protection of Persons and Property:
1. Barricade open excavations occurring as part of this work and post
with warning lights.
2. Operate warning lights as recommended by authorities having
jurisdiction.
B. Protect structures, utilities, sidewalks, pavements and other facilities from
damage caused by settlement, lateral movement, undermining, washout and
other hazards created by earthwork operations.
Part 2 - PRODUCTS
2.01 SOIL MATERIALS:
A. Definitions:
1. Satisfactory Soil Materials: Materials classified by ASTM D 2487,
Classification of Soils for Engineering Purposes, as GW, GP, GM, SW,
SP, SM, & SC with no more than 20 percent by weight finer than No.
200 sieve.
2. Unsatisfactory Soil Materials: Materials classified by ASTM D 2487,
Classification of Soils for Engineering Purposed, as ML, CL, OL, MH,
CH, OH, & PT and those soils classified as satisfactory which do not
meet the gradation requirements specified above.
3. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock
or gravel larger than 2 inches in any dimension, debris, waste, frozen
materials, vegetable and other deleterious matter.
TOURIST INFORMATION BOOTH
2200-1
Part 3 - EXECUTION
3.01 EXCAVATION:
A. Excavation consists of removal and disposal of material encountered when
establishing required finish grade elevations.
B. Unauthorized excavation consists of removal of materials beyond indicated
subgrade elevations or dimensions without specific direction of the Architect.
Unauthorized excavation, as well as remedial work directed by the Architect
shall be at the Contractor's expense.
3.02 COMPACTION:
A. General:
Control soil compaction during construction providing minimum
percentage of density specified for each area classification.
Percentage of Maximum Density Requirements: Compact soil to not less
than the following percentage of maximum dry density for soils which exhibit
a well-defined moisture density relationship determined in accordance with
ASTM D 698; and not less than the following percentages of relative density,
determined in accordance with ASTM D 2049, for soils which will not exhibit
a well-defined moisture density relationship.
Structures: Compact top 12" of subgrade and each layer of backfill or fill
material at 95% maximum dry density.
Building Slabs and Paved Areas: Compact top 12" of subgrade and each
layer of backfill or fill material at 95% maximum dry density.
3.03
BACKFILL AND FILL:
A. Place acceptable soil matedal in layers to required subgrade elevations, for
each area classification listed below.
1. Under Walks, use satisfactory excavated or borrow material.
2. Under Building Slabs, use satisfactory borrow material.
3.04
GRADING:
A. General: Uniformly grade areas within limits of grading under this section,
including adjacent transition areas. Smooth finished surfaces within specified
tolerances, compact with uniform levels or slopes between points where
elevations are shown or between such points and existing grades.
3.05
DISPOSAL OF EXCESS WASTE MATERIALS:
A. Removal of waste material, including unacceptable excavated material, trash
and debris shall be disposed of at the Southold Town Transfer Station at no
cost to the Contractor.
END OF SECTION
TOURIST INFORMATION BOOTH
2200-2
DIVISION THREE - CONCRETE
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 3000 - CONCRETE WORK
Part I - GENERAL
1.01 DESCRIPTION:
A. Provide all concrete work as shown.
B. Related work Specified Elsewhere:
1. Masonry Accessories 4150
2. Masonry 4200
1.02
QUALITY ASSURANCE:
A. Codes and Standards: Comply with provisions of the following Codes,
Specifications and Standards, except where more stringent requirements are
shown or specified:
1. ACI 318 "Building Code Requirements for Reinforced Concrete".
Part 2 - PRODUCTS
2.01 FORM MATERIALS:
A. Forms for unexposed Finish Concrete: Form concrete surfaces which will be
unexposed in finished structure with plywood, lumber, metal or other
acceptable material. Provide lumber dressed on at least 2 edges and one
side for tight fit.
B. Form Coatings: Provide commercial formulation form coating compounds
that will not bond with, stain nor adversely affect concrete surfaces and will
not impair subsequent treatments of concrete surfaces.
2.02
CONCRETE MATERIALS:
A. Portland Cement: ANSI/ASTM C 150, Type I, unless otherwise acceptable
to the Architect.
B. Use one brand of cement throughout project, unless acceptable to the
Architect.
C. Air-Entraining Admixture: ANSI/ASTM 260.
2.03 REINFORCING MATERIALS:
A. Welded Wire Fabric: ANSI/ASTM A 185, Welded Wire Steel.
TOURIST INFORMATION BOOTH
3000-1
Part 3 - EXECUTION
3.01
FORMS:
A. Design, erect, support, brace and maintain form-work to support vertical and
lateral loads that might be applied until such loads can be supported by
concrete structure. Construct form-work so concrete members and structures
are of correct size, shape, alignment, elevation and position.
B. Design form-work to be readily removable without impact, shock or damage.
3.02
FINISH OF FORMED SURFACES:
A. Float Finish: Apply float finish to all concrete slab to receive trowel finish.
13. Trowel Finish: Apply trowel surface to all concrete slabs exposed to view.
END OF SECTION
TOURIST INFORMATION BOOTH
· 3000-2
DIVISION FOUR - MASONRY
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 4100 - MORTAR
Part I - GENERAL
1.01 DESCRIPTION:
A. Provide all mortar for masonry work.
B. Related Work Specified Elsewhere:
1. Masonry Accessories - 4150
2. Masonry 4200
Part 2 - PRODUCTS
2.01 MATERIALS:
A. Sand shall be an acceptable color, clean, sharp, graded and shall conform
to ASTM C 144. All sand used throughout the project shall be from a single
source and shall be uniform in color.
B. Water shall be clean, taken from a source suitable for domestic consumption.
The maximum amount of water to produce the desired workability shall be
used.
C. Mortar for all concrete masonry shall be Type S and shall have an average
compressive strength of 1800 PSI at 28 days.
Part 3 - EXECUTION
3.01 APPLICATION:
A. Mix mortar in strict conformance with manufacturer's printed directions and
use within two hours of mixing.
B. Mortar shall be used in as wet a consistence as can be necessary. Mortar
which has stiffened or in which the cementing material has started to set shall
not be re-tempered or used.
C. Anti-freeze compounds and admixtures will not be permitted in mortar.
END OF SECTION
TOURIST INFORMATION BOOTH
4100-1
Section 4150 - MASONRY ACCESSORIES
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide all Masonry Accessories.
B. Related Work Specified Elsewhere:
1. Concrete - 3000
2. Mortar - 4100
3. Masonry - 4200
1.02
QUALITY ASSURANCE:
A. The following Manufacturers are acceptable:
1. Dur-O-Wall
2. National Wire Products Corporation.
Part 2 - PRODUCTS
2.01
MATERIALS:
A. Anchor Bolts, inserts, Etc. shall be as required by the work and as indicated
on the drawings.
B. Provide compressible joint fillers at all control joints.
C. Other Accessories shall be as indicated on drawings or as required.
Part 3 - EXECUTION
3.01
INSTALLATION:
A. All masonry accessories and reinforcing shall be installed as required or
indicated on the Drawings. Care shall be taken when installing work not to
damage or disturb the integrity of the masonry construction.
END OF SECTION
TOURIST INFORMATION BOOTH
4150-1
Section 4200 - MASONRY
Part I - GENERAL
1.01
DESCRIPTION:
A. Provide all concrete unit masonry work.
B. Related Work Specified Elsewhere:
1. Concrete 3000
2. Mortar 4100
3. Masonry Accessories 4150
Part 2 - PRODUCTS
2.01
CONCRETE MASONRY UNITS -"CMU":
A. All sizes and shapes shall be as required or indicated on the drawings.
B. Hollow Load Bearing Units: ASTM C 90
C. All concrete units shall be fabricated with a light weight aggregate meeting
ASTM C 331, and be cured by a single-stage high pressure steam autoclave
at 365 degrees F at 150 PSI. Dry weight shall not exceed 84 # per Cubic
Foot.
Part 3 - EXECUTION
3.01
PREPARATION:
A. It is the responsibility of the Contractor to verify, coordinate and provide for
all architectural, plumbing and mechanical work in and around the masonry
construction. Additionally, the Contractor shall take all necessary precautions
to protect the masonry work from damage during construction.
3.02
INSTALLATION:
A. Joints and bond in masonry construction: Horizontal and vertical face joints
shall have a nominal thickness of 3/8 inch. Construct uniform tight joints and
provide a concave struck joint on all exposed CMU, unless otherwise
indicated on the drawings.
B. Workmanship: All work shall be performed by skilled tradesmen in a high
quality workmanlike manner and is subject to the final approval of the
Architect. Only dry masonry units shall be laid with all cutting and fitting done
with a masonry saw. All work shall be plumb, true to line and with level
courses accurately spaced.
END OF SECTION
TOURIST INFORMATION BOOTH
4200-1
DIVISION SiX - WOOD AND PLASTIC
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 6100 - ROUGH CARPENTRY
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide all structural, non-structural and miscellaneous wood framing,
including, but not limited to the following:
1. Wood Floor Joists, Studs and Roof Trusses.
2. All miscellaneous framing, wood plates, blocking, back-up, etc.
3. Wall and roof sheathing and building papers.
4. All fasteners, nails and rough hardware.
B. Related Work Specified Elsewhere:
1. Finish carpentry. 6200
2. Toilet and Specialty Accessories. - 10800
1.02
QUALITY ASSURANCE:
A. Lumber shall be in conformance with the grading rules of the Southern Pine
Inspection Bureau or the Western Wood Products Association.
B. Plywood shall conform to the grading rules of the Softwood Plywood
Construction and Industrial Product Standard PS 1-66.
C. All lumber and Plywood shall bear official grade marks.
D. Roof Trusses shall conform with the applicable provisions of the National
Design Specification for Wood Construction and the Design Specification for
Metal Plate Connected Wood Trusses.
Part 2 - PRODUCTS
2.01
MATERIALS:
A. Lumber:
1. Sizes shall be as indicated on the drawings: dimensions are nominal,
actual sizes shall conform to the American Lumber Standards, Latest
Edition.
2. All framing lumber shall be structural grade No. 2, Southern Yellow
Pine or approved Equal.
TOURIST INFORMATION BOOTH
6100-1
Plywood:
1. Wall Sheathing:
2. Floor Sheathing:
3. Roof Sheathing:
%" CDX (South Elevation Only)
5/8" T-111 Siding (Remaining 3 Sides)
3/4" CDX
W' CDX
Building Paper over roof sheathing shall be 15# asphalt saturated felt.
Building Paper over wall sheathing and under T-111 siding shall be TYVEK.
Part 3 - EXECUTION
3.01
PREPARATION:
A. The contractor shall verify that surfaces to receive rough carpentry are
prepared to proper grades and dimensions. In addition, it is the responsibility
of the Contractor to coordinate and provide for all work of other trades and
schedule his work to minimize delays to the project.
3.02
INSTALLATION:
A. All work shall be performed by experienced tradesmen. Blocking shall be
true, plumb and anchored as required and in accordance with these
Specifications and good construction practices.
END OF SECTION
TOURIST INFORMATION BOOTH
6100-2
Section 6200 - FINISH CARPENTRY
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide all millwork and trim including, but not limited to, the following:
1. Door & Window Trim.
2. Wall Baseboard.
3. Storage Shelving in Closet.
B. Related Work Specified Elsewhere:
1. Rough Carpentry - 6100
2. Painting - 9900
1.02
QUALITY ASSURANCE:
A. All work specified under this section shall conform to the American
Woodworking Institute (AWl), Quality Standards, Latest Edition.
Part 2 - PRODUCTS
2.01
MILLWORK:
A. All door trim, window trim, wood stools, baseboard, and other wood trim shall
be clear pine. All trim shall be field painted as specified in Section 9900.
Part 3 - EXECUTION
3.01
PREPARATION:
A. The Contractor shall verify dimensions at the site and
assume sole
responsibility for the proper fitting of this work.
The Contractor shall provide all blocking and miscellaneous work necessary
to achieve rigid, sturdy and permanent construction without changing the
design requirements. The work shall be furnished and installed complete in
all respects, including hardware and leveling devices where required.
END OF SECTION
TOURISTINFORMATION BOOTH
6200 - I
DIVISION SEVEN - THERMAL AND MOISTURE PROTECTION
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 7100 - WATERPROOFING
Part 1 - GENERAL
1.01 DESCRIPTION:
A. Provide a continuous uniform coating of membrane damp proofing to be
applied to the exterior surface of all Concrete Masonry Units below grade.
All exterior masonry surfaces shall be thoroughly treated as per
manufacturers specifications.
B.Related Work Specified Elsewhere:
1. Mortar - 4100
2. Masonry - 4200
1.02 QUALITY ASSURANCE:
A. Work in this Section must be performed by experienced, highly skilled
tradesmen. The Contractor shall have been in this trade as a business for
a minimum of five years and qualify his experience with commercial
applications.
Part 2 - PRODUCTS - NOT USED
Part 3 - EXECUTION
3.01 PREPARATION:
A. The installation of any part of the work of this Section will be construed as an
acceptance of the surface over which the damp proofing work is required to
be applied. Any condition which does not conform to the specifications
and/or is not satisfactory must be reported to the General Contractor prior to
commencement of the work and thereafter the installer shall be fully
responsible for satisfactory work as required herein.
B. All surfaces shall be prepared to receive the waterproofing application in
accordance with the manufacturer's recommendations.
3.02 APPLICATION:
A. All masonry waterproofing shall be spray applied to provide uniform coverage
that is evenly spread to avoid runs, sags or holidays.
B. Remove and protect all hardware, fixtures and accessories. Protect all
framework and soffits as required.
C. The Contractor shall protect his work at all times, and shall also protect
adjacent work and materials by suitable covering or other method during
progress of his work. Upon completion of the work, he shall leave his part
of the work in clean, orderly and acceptable condition.
END OF SECTION
TOURIST INFORMATION BOOTH
7100-1
Section 7500 - ASPHALT ROOFING
Part I - GENERAL
1.01 DESCRIPTION:
A. Provide Asphalt Roofing.
B. Related Work Specified Elsewhere:
1. Rough Carpentry 6100
1.02
QUALITY ASSURANCE:
A. Acceptable manufacturers; Roofing:
1. Johns - Manville or approved equal (25 Year Limited Warranty)
B. The roofing contractor shall be certified by the manufacturer and shall have
a minimum of five (5) years experience as a contractor.
C. All materials and workmanship shall conform with the manufacturer's
standard specifications for New Roofing.
Part 2 - PRODUCTS - NOT USED
Part 3 - EXECUTION
3.01 PREPARATION:
A. It is the responsibility of the General Contractor to verify, coordinate and
provide for all architectural and mechanical materials to be incorporated in
the roofing system. He shall provide treated wood nailers as required and
where indicated on the drawings and furnish the necessary materials to
ensure timely completion of the roofing work.
3.02
INSTALLATION:
A. All work including installation of architectural and mechanical materials shall
be as required and indicated on the drawings and in accordance with the roof
manufacturers printed specifications. Coordination of requirements for roof
penetrations with mechanical, electrical and plumbing design shall be the
Contractor's responsibility.
3.03
PROTECTION OF WORK:
A. It is the responsibility of the General Contractor to adequately protect the
roofing system from damage during construction. Any materials which
become damaged shall be promptly repaired or replaced at no additional
charge to the Owner.
END OF SECTION
TOURIST INFORMATION BOOTH
7500-1
DIVISION EIGHT - DOORS AND WINDOWS
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 8100 - DOORS
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide a fiberglass Entry Door & Frame where indicated. Contractor shall
submit shop drawing indicating style and manufacturer for the Architects
approval. The door shall be selected from the manufacturers full range of
products.
B. Provide Solid Core, Flush Panel, Birch doors at Utility Closet and Restrooms.
(Typical at 3 locations.)
C. Related Work Specified Elsewhere:
1. Rough Carpentry - 6100
2. Finish Hardware - 8700
1.02
STORAGE & HANDLING:
A. It is the responsibility of the Contractor to adequately store and protect door
materials from damage caused by inclement weather conditions and
construction in progress.
Part 2 - PRODUCTS - NOT USED
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install all doors and related hardware in a workmanlike manner. All work
shall be performed by experienced, skilled tradesmen and subject to final
acceptance by the Architect.
B. Clearance at head and jambs shall not exceed 1/8 inch, and clearance at sills
shall not exceed 1/4 inch.
END OF SECTION
TOURIST INFORMATION BOOTH
8100 - 1
Section 8200 - WINDOWS
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide Andersen windows as indicated. All windows shall have screens and
necessary hardware required for a complete installation.
B. Related Work Specified Elsewhere:
1. Rough Carpentry - 6100
1.02
STORAGE & HANDLING:
A. It is the responsibility of the Contractor to adequately store and protect
windows from damage caused by inclement weather conditions and
construction in progress,
Part 2 - PRODUCTS - NOT USED
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install all windows and related hardware in a workmanlike manner. All work
shall be performed by experienced, skilled tradesmen and subject to final
acceptance by the Architect,
B. Clearance at head and jambs and sills shall not exceed 1/8 inch.
END OF SECTION
TOURIST INFORMATION BOOTH
8200-1
Section 8700 - FINISH HARDWARE
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide all door hardware for interior and exterior doors.
B. Related Work Specified Elsewhere:
1. Doors - 8100
1.02
QUALITY ASSURANCE:
A. Commercial grade hardware manufactured by the following companies are
acceptable:
1. Russwin 4. Stanley
2. Schlage 5. Ives
3. Sargent 6. Pemko
Part 2 - PRODUCTS
2.01
MATERIALS:
A. The finish hardware listed herein shall not be construed as a complete
hardware schedule and shall only be considered as an indication of the
hardware requirements. It shall be the Contractors responsibility to provide
all necessary or additional hardware as required to accommodate the
construction as shown.
2.02
KEYING:
A. All locks shall be keyed and master keyed as directed by the Architect.
B. Provide three (3) keys for each lock, three (3) keys for master.
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install all finish hardware by skilled workmen as per manufacturer's
instructions and adjust for perfect operation. After fitting of hardware, remove
all natural finish exposed hardware before painting. Reinstall exposed
hardware after all painting is complete. Any hardware that becomes
damaged in finish or operation shall be replaced by the Contractor at no
additional cost to the Owner.
TOURIST INFORMATION BOOTH
8700-1
3.02
HARDWARE SCHEDULE:
A. Manufacturers catalog numbers specified herein are for the purpose of
establishing a basis of quality, design and operation. Hardware by other
manufacturer's will be acceptable provided that they provide the same
function, appearance, quality level, and keying:
1. Hinges
2. Locks
3. Dead Bolt
4. Closers
5. Miscellaneous
HARDWARE SETS:
Restroom Doors, (2 Typ.)
I 1/2 Pair Butts
1 EA. Closer
1 Ea. Passage Set
I Ea. interior Dead Bolt (Key at exterior)
Mechanical Room, (1 Typ.)
1 1/2 Pair Buts
I Ea. Closer
1 Ea. Passage set
I Ea. Interior Dead Bolt (Key at exterior)
Entry Door, (1 Typ.)
1 1/2 Pair Butts
I Ea. Closer
1 Ea. Panic Bar Passage Set
1 Ea. Interior Dead Bolt (Key at exterior)
- Stanley Hardware
- Russwin
- Russwin
- Russwin
- Ives
END OF SECTION
TOURIST INFORMATION BOOTH
870O - 2
DIVISION NINE - FINISHES
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 9650 - RESILIENT TILE FLOORING
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide resilient vinyl tile flooring in each bathroom.
required.
B. Related Work Specified Elsewhere:
1. Carpet - 9680
Provide accessories as
1.02
QUALITY ASSURANCE:
A. The following manufacturers are acceptable:
2.
3.
4.
5.
6.
Kentile Floors, Inc.
Armstrong Cork and Rubber company
G.A.F. Corporation
AFCO Rubber Corporation
Johnson Rubber Co.
Roppe Rubber Corp.
Part 2 - PRODUCTS
2.01
MATERIALS:
A. Vinyl composition tile shall be 1/8 inch thick, 12 inches x 12 inches, color and
style as selected by the Architect.
B. Vinyl base shall be 4 inches high, 1/8 inch thick with rounded top. Provide
cove-type units at all tile work. All corners shall be preformed. Colors shall
be as selected by the architect from full range of manufacturer's colors.
C. Provide vinyl edge or reducing strips as required at transitions to other floor
finishes.
Part 3 - EXECUTION
3.01
PREPARATION:
A. Provide 1/8 inch underlayment over subflooring to insure a smooth even
surface for the installation of the tile flooring. The installation of any part of
the tile work will be construed as an acceptance of the surface over which the
tile work is required to be applied.
TOURIST INFORMATION BOOTH
9650-1
3.02
INSTALLATION:
A. Surfaces on which tiles are laid shall be smooth, level, free from dust, grit,
and grease, and in proper condition to receive tiles. Install tiles directly on
underlayment with approved primer and waterproof cement and in
accordance with manufacturer's recommendations. Lay field tiles with
straight joints parallel with walls.
END OF SECTION
TOURIST INFORMATION BOOTH
9650 - 2
Section 9680 - CARPETING
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide Carpeting in main room of the information center.
B. Related Work Specified Elsewhere:
1. Resilient Tile Flooring - 9650
Part 2 - PRODUCTS
2.01
MATERIALS:
A. Carpet shall be a medium grade and constructed of fire rated material. The
color shall be as selected from the manufacturers full range of colors.
Contractor shall submit samples to the Architect for approval.
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install Carpet by tackless trip tight stretch method over 1/4 inch thick high
density rubber cushion (commercial grade).
B. Install carpet running in the same direction, with a minimum of seams.
C. All seams shall be closely fitted and carefully trimmed so as to be invisible
from a standing position.
D. No seams are to occur at doorways and entries perpendicular to doors or
entries. Seams occurring at doors, parallel to doors, shall be centered
directly under the door.
3.02
CLEAN UP:
A. After completion of the carpet installation, the carpet shall be throughly
cleaned, vacuumed and left free of all debris.
END OF SECTION
TOURIST INFORMATION BOOTH
9680-1
Section 9900 - PAINTING
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide the field painting for the entire project, both interior and exterior;
including, but not limited to, the following:
1. Exterior:
A. Plywood soffits
B. All wood fascia & trim
C. Doors
2. Interior:
a. Exposed gypsum drywall - walls & ceilings
b. Doors
c. All wood trim and window stools
Related Work Specified Elsewhere:
1. Finish Carpentry 6200
2. Finish Hardware 8700
3. Toilet & Specialty Accessories - 10800
1.02
QUALITY ASSURANCE:
A. Acceptable manufacturers:
1. Glidden
2. PPG (Pittsburgh Paints)
3. Benjamin Moore
4. Minwax
B. Work in this Section must be performed by highly skilled tradesmen
thoroughly experienced with commercial work.
Part 2 - PRODUCTS
2.01
MATERIALS:
A. It is the primary intent that each paint material and finishing material be the
best of its respective kind as related to the item and surface to which it is
applied. Except as otherwise specified. Paint products shall be those of one
manufacturer, premixed, ready for application. Do not cut or thin in any way
unless the nature of the product requires thinning in order to apply it or unless
thinning is specified. In such cases, use thinner called for on the label in
proper volume ratio recommended by the manufacturer.
B. All colors shall be as selected by the Architect.
TOURIST INFORMATION BOOTH
9900-1
2.02
2.03
2.04
EXTERIOR PAINTING:
A. Exterior Siding & Trim:
I Coat - Glidden Spread Prime Coat 3651
2 Coats - Glidden Spread House Paint 3600 Series
INTERIOR PAINTING:
A. Gypsum Drywall Walls & Ceilings
1 Coat - Glidden Spread Primer Sealer
2 Coats - Glidden Spread Satin Semi-Gloss Latex Enamel or Flat Latex as
selected by the Architect.
B. Doors, Wood Frames & Wood Trim:
1 Coat - Glidden Primer
2 Coats - Glidden Spred Lustre Semi-Gloss Enamel. Color as selected by
the Architect.
OTHER SURFACES:
A. Should painting requirements include additional surfaces not included in the
foregoing lists of interior and exterior paint, the Architect shall determine the
type paint necessary, with not less than two field coats required in any such
instance.
END OF SECTION
TOURIST INFORMATION BOOTH
9900-2
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 10800 - TOILET AND SPECIALTY ACCESSORIES
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide toilet and specialty accessories.
B. Related Work Specified Elsewhere:
1. Rough Carpentry - 6100
2. Finish Carpentry - 6200
1.02
QUALITY ASSURANCE:
A. Acceptable manufacturers for toilet accessories:
1. Miami-Carey
2. Bobrick
3. A.M.I., Inc.
4. Accessory Specialties, Inc.
5. Bradley Corporation
6. McKinney
Part 2 - PRODUCTS
2.01
MATERIALS:
A. The specialty accessory schedule listed herein shall not be construed as a
complete schedule and shall only be considered as an indication of the
accessory requirements. It shall be the supplier's responsibility to examine
the drawings and to provide all necessary and additional accessories as
required. Such items shall be of the same type, quality, and quantity as that
scheduled for similar parts of the building.
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install in accordance with manufacturer's written instructions and approved
shop drawings in the locations indicated on the drawings or as directed by
the Architect.
TOURIST INFORMATION BOOTH
10800-1
Soap dispensers shall be mounted on the wall such that the end of the spout
will be over the lavatory bowl.
After installation, thoroughly clean exposed surfaces. Any item that becomes
damaged in finish or operation shall be replaced at no additional cost to the
owner.
3.02
SCHEDULE:
A. Specialty Accessories specified herein for the purpose of establishing a
basis of quality, design and operation, Accessories by other manufacturers
will be acceptable subject to the Architect's approval, Provided they provide
adequate functions and quality. Materials indicated are by Bobrick and J.L.
Industries. All products shall have a brushed stainless steel (or chrome)
finish unless otherwise noted.
B. Toilet and Specialty Accessories Schedule
1. MEN'S TOILET:
1 Ea. Toilet paper holder
1 Ea. Grab Bar
1 Ea. Soap Dispenser
1 Ea. Paper Towel Dispenser & Disposal Unit
2. WOMEN'S TOILET:
1 Ea. Toilet paper holder
1 Ea. Grab Bar
I Ea. Feminine Napkin Disposal Unit
1 Ea. Soap Dispenser
1 Ea. Paper Towel Dispenser & Disposal Unit
END OF SECTION
TOURIST INFORMATION BOOTH
10800-2
DIVISION FIFTEEN - MECHANICAL
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 15100 - PLUM131NG
Part 1 - GENERAL
1.01
DESCRIPTION:
A. The Contractor shall provide a complete working plumbing system to serve
the construction as shown on the drawings. The systems shall be designed
by a qualified designer in accordance with the requirements of the New York
State Building and Basic Plumbing Code and all Local Ordinances at the
Contractor's expense,
13. The Contractor shall supply and install a Hot Water Heater capable of
survacing the proposed facility. This unit shall be located in the utility closed.
C. The Water Closets, Lavatories, hardware and all related bathroom
accessories shall be handicapped accessible and meet the minimum
requirements listed in the ANSI Standards, Latest Edition.
D. The plumbing designer shall consult the complete drawings for this facility
and shall design the plumbing system in accordance with this information and
all applicable codes, standards and good accepted engineering practices.
E. The Contractor shall be responsible for all connections to the existing Water
Main. Coordinate all service and installation and meter pit requirements with
the Village of Greenport Utilities and the Town of Southold.
1.02
COORDINATION:
A. The Contractor shall be solely responsible for coordination of his work with
the work of other trades, especially with regard to openings, roof
penetrations, clearance above ceilings, and routing of ducts, pipes or
conduits.
END OF SECTION
TOURIST INFORMATION BOOTH
15100-1
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
Part I - GENERAL
1.01
DESCRIPTION:
A. The Contractor shall provide a complete, working electrical system to serve
the construction as shown on the drawings.
B. The Contractor shall provide and install a '100 amp electric service for this
project. The service meter (C T Cabinet) shall be installed in the Utility
Room Closet. 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.
C. 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 Lighting Company and the Village of Greenport Utilities.
D. The wire and cable for the Electrical service between the utility pole and the
service meter shall be installed in four (1-1/2") inch diameter Schedule 80
pipe at a minimum depth of twenty-four (24") inches below grade.
1.02
QUALITY ASSURANCE:
A. The Contractor shall be responsible for providing a complete, working
electrical system to serve the construction as shown on the drawings. The
electrical system shall be designed by a qualified designer in accordance with
the New York State Electrical Code and all local ordinances at the contractors
expense.
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
Lighting Company "Red Book".
TOURIST INFORMATION BOOTH
16000-1
Part 3 - EXECUTION
3.01
INSTALLATION
A. The Contractor shall verify all electrical requirements of the proposed facility.
The placement of outlets, switches and devices shall be as indicated on the
plans and as directed by the Architect.
B. The electrical service shall include final connections to all mechanical
equipment.
C. All work shall be performed by experienced tradesmen licensed to practice
in the State of New York.
END OF SECTION
TOURIST INFORMATION BOOTH
16000-2
INVITATION TO BID
PROJECT: TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEWYORK STATE ROUTE 25, GREENPORT, N.Y. 11944
The Town Board of the Town of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the construction of the Tourist Information Booth
located at S. Wentworth Horton Memorial Park on State Route 25, Greenport, N.Y. 11944,
in accordance with the Drawings & Specifications prepared by James A. Richter, R.A.,
Southold Town Engineering Department, Peconic Lane, Peconic, New York.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until 10:00 AM, Thursday, April 17 1997.
All specifications are provided herein: drawings to be attached.
A fee of ten dollars ($10.00), 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 informalities, and to 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: March t8.1997 BY ORDER OF THE SOUTHOLD TOWN BOARD
By:
Judith T. Terry
Southold Town Clerk
TOURIST INFORMATION BOOTH
A-1
JUDITH T. TEP~RY
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 (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MARCH 18, 1997:
RESOLVED that the Town Board of the Town of Southold hereby authorizes
and directs the Town Clerk to advertise for bids to construct a new tourist
information building, to replace the existing one, at the S. Wentworth
Horton Memorial Park, NYS Route 25, Greenport, N.Y.
Judith T. Terry ~'
Southold Town Clerk
March 19, 1997
RESOLVED the Town Board of the Town of Southold hereby authorizes and directs
the Town Clerk to advertise for bids to construct a building at the S. Wentworth
Horton Memorial Park.
This project is funded by NYS.
If you have any questions on the above, please contact Jim McMahon
JUDITH T. TERRY
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 (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 27, 1997
Stanley F. Skreze¢
50 Gull Pond Lane
Greenport, New York 11944
Dear Whitey:
The Town Board rejected the bids for th e construction of the Tourist
Information Booth at S. Wentworth Horton Memorial Park, therefore, I am
returning herewith your $170.00 bid check. I will notify you if and when
they rebid the job,
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
~-,o~3937 1 4 4 1
~O. ~ I~ I~ 214
G~ar,,~ IZ z E C
PAYABLE ONLY ~ ORI~y O~ f
~O WHEN ~L~ ~ , ,
PAY ~ T~
. DOLL.S
JUDITH T. TERRY :. _,
TOWN CLER~,[ -: ~
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
$outhold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CI,I~,ltK
TOWN OF SOUTHOLD
June 27, 1997
Dan Kujawski
1100 Theresa Drive
Mattituck, New York 11952
Dear Dan:
The Town Board rejected the bids for the construction of the Tourist
Information Booth at S. Wentworth Horton Memorial Park, therefore, I am
returning herewith your $2,209.75 bid check. I will notify you if and when
they rebid this job.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosure
JUDITH T. TEPJ~Y
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southo]d, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON JUNE 24, 1997:
RESOLVED that the Town Board of the Town of Southold hereby rejects
ail bids for the construction of a Tourist Information Booth at S. Wentworth
Horton Memorial Park; and be it
FURTHER RESOLVED that the Town Board hereby authorizes the Town
Clerk to readvertise for bids for the construction of a Tourist information
Booth at S. Wentworth Horton Memorial Park, NY$ Route 25, Greenport, NY.
Judith T. Terry
Southold Town Clerk
June 25, 1997
JUDITH T. TERRY
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 (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
FAX TRANSMITTAL
TO:
F ROM:
DATE:
Number of Pages (including cover):
If total transmittal is not received, please call (516)765-1800.
i ...................................................... iT~A~SMISSIOM RESULT REPORT .......... I...(JUh 05'9? 1~:06PM) ...............
SOUTHOL~TOWN HALL 516 765 1823
............................................................................................................................................................................... (AUTO)
DATE START REMOTE TERMINAL TIME RE- MODe TOTAL PERSONAL LABEL FILE
TIME IDENTIFICATION SULTS PAGES MO.
JUN 05 1£:25PM 516~93384~ 00'29" OK ES 01 019
E)ECM >)REDUCTION S)STAMDARD M)MEMORY C)COMFIDEMTIAL ~)BATCH
D)DETAIL $)TRAMSFER
F)FINE P)POLLING
06/05/97
09:03
· c~,x, $162933542 STATE OF TH~: ART ~00[
~.~.~:~.~..:~ :,~, '. ....
~", ~T~' ~, -~*.,'-- · · -:~.
· ?~...---~. ~.-~- :., ......... , ....... _
~Z~'.~ ~ -'--' '- '*
~.~.'*- ~'~_ .~_. ................. * .....
} TA -OF T.CONSTRUCTION,
140 ~ ~ · F~DA~. ~W Y~ 117~
(516) 293 - ~
F~ (516) 29~ ~ ~
TOTAL # OF PAGES
JOB NAHE :~
~[ESSAGE:~
· I~LE/~E BID
~]~a~.~ E C~T .T.
HAVE A NICE DAY_
RUSK__
05/05/97
09:03
[:AX $J. 62933~
STATE OF T~E ~T
~002
OF TI-.IF~ ART CONSTRUCTION, INC.
CON'll~CTOR$ .aND ENGDa=t~S
140 MARINI~ ~ET. F~~. ~ y~ 11~
PROPOSALFORM
NAME OF
BIDDER:
TO: SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
DATE:
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 t)idder 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: MAY 2, 1997, including bidding requirements, contract,
general and special conditions, specifications, contract drawings, and addenda, if any (Note: acknowledgment
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:
TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEW YORK STATE ROUTE 25, GREENPORT, N.Y. 1'1944
and all other work in connection therewith, in accordance with the contract documents and addenda, if any,
prepared by James A. Richter, R.A., Southold Town Engineering Department, Peconic Lane, Peconic, New
York 11958, and shall comply with all the stipulations contained therein and that he will start the work as
directed by the Town, he will accept, in full payment thereof as listed below:
ITEM # 1 -
Supply and Installation of the Septic System as indicated on the Site
Plan (sheet SP-1) and as required to meet the minimum requirements
of the proposed construction. The Contractor shall provide ail
excavations and backfill material and shall furnish all labor & materials
to construct the 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 numbe/%
ITEM # 2 -
(written in words)
Supply and Installation of the Water Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in numbers)
TOURISTiNFORMATION BOOTH
D-1
ITEM # 3 -
Supply and Installation of the Electric Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in words) (written in numbers)
ITEM # 4 - Supply and Installation of the Building Electrical System shall be as
indicated on the Floor Plan (sheet A-2) and listed in the Specifications,
including the 100 amp breaker panel and all supply & control wiring
connections to the hot water heater. The above referenced activities
will be completed for the stipulated "lump su~" of:
(written in words) (written in nur~'bers)
ITEM # 5 - Furnish and Construct a 24'-0" x 30'-0" One Story Wood Frame Tourist
Information Building as indicated on the Plans and in the Specifications.
The Contractor shall provide all excavations and backfill material for the
Building and shall furnish all labor & materials to construct the Project
in accordance with the Contract Documents. The above referenced
activities will be completed for the stipulated "lump Sum" of:
800. oo
n in words) (wd~en in numbers)
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
bidderwithin 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 pedod of
forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time
period.
Signature of Bidder:
Business Address: J,.~ 0 ~'"'
Telephone Number:
TOURIST INFORMATION BOOTH
D-2
NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION
(TO BE COMPLETED BY EACH BIDDER)
Bidder'~ 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:
1. I intend 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 th~se 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 g ,oals 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,
will obtain from each of my subcontractors and submit to the contracting or
administering agency pdor to the award of any subcontractor under this contract the
' (Signature of Authorized I~'epresentative of Bidder)
TOURIST INFORMATION BOOTH
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, avery 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.
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
corn petition.
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.
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) (Name of Corporation)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
be
Construction of a Tourist Information Booth - S. Wentworth Memorial Park
New York State Route 25, Greenport, New York 11944
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 mis-
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
corporation at a meeting of the
Board of Directors, held on the
(SEAL OF THE CORPORATION)
Laws of New York, t965
Ch. 751, Sec. 103-d, as amended
effective September 1, 1965
· - (Signature)
TOURIST INFORMATION BOOTH
E-1
FOR
SOUTHOLD, NY 11971 ~li~ ~ ~1~ ~ ~ DATE
I~NOTDF.~ /"X I ., -
2896
PROPOSAL FORM
NAME OF
BIDDER:
DATE:
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: MAY 2, 1997, including bidding requirements, contract,
general and special conditions, specifications, contract drawings, and addenda, if any (Note: acknowledgment
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:
TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEWYORK STATE ROUTE 25, GREENPORT, N.Y. 11944
and all other work in connection therewith, in accordance with the contract documents and addenda, if any,
prepared by James A. Richter, R.A., Southold Town Engineering Department, Peconic Lane, Peconic, New
York 11958, and shall comply with all the stipulations contained therein and that he will start the work as
directed by the Town, he will accept, in full payment thereof as listed below:
ITEM # 1 -
(written in words)
Supply and Installation of the Septic System as indicated on the Site
Plan (sheet SP-1) and as required to meet the minimum requirements
of the proposed construction. The Contractor shall provide all
excavations and backfill material and shall furnish all labor & materials
to construct the Project in accordance with the Contract Documents.
The above referenced activities will be completed for the stipulated
"lump s u m"...~./~.~/
(written in numbers)
ITEM # 2 -
(written in words)
Supply and Installation of the Water Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in numbers)
TOURIST INFORMATION BOOTH
D-1
ITEM # 3 -
(written in words)
Supply and Installation of the Electric Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in numbers)
ITEM # 4 -
(written in words)
Supply and Installation of the Building Electrical System shall be as
indicated on the Floor Plan (sheet A-2) and listed in the Specifications,
including the 100 amp breaker panel and all supply & control wiring
connections to the hot water heater. The above referenced activities
will be completed for the stipulated "lump sum" of:
(written in numbers)
ITEM # 5 - Furnish and Construct a 24'-0" x 30'-0" One Story Wood Frame Tourist
Information Building as indicated on the Plans and in the Specifications.
The Contractor shall provide all excavations and backfill material for the
Building and shall furnish all labor & materials to construct the Project
in accordance with the Contract Documents. The above referenced
activities will be completed for the stipulated "lump Sum" of:
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
bidde~-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.
Signature of Bidder:
Business Address:
Telephone Number:
TOURIST INFORMATION BOOTH
D-2
OFFER OF SURETY
(To be completed by Each Bidder)
In the event the above proposal is accepted and the undersigned is awarded the Contract
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
Signed:
(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 Prol~osal is accepted and the contract for the work is awarded
V
tO said .~ ~-,,*, f_-~.~ o¢.¢.~ , the
(Bidder's Name) (Surety Company)
will execute the Surety Bonds as herein-before provided.
Signed:
Authorized Offic~l, Agent or Attorney
IMPORTANT: THIS PAGE MUST BE FILLED OUT WHEN CERTIFIED CHECK IS
SUBMITTED IN LIEU OF BID BOND, OR BID MAY BE REJECTED.
TOURIST INFORMATION BOOTH
G-1
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)
I intend 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 th~)se trades for which it is required by these Bid Conditions to comply
with Part Il of these Bid Conditions, it adopts the minimum minodty 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,
I will obtain from each of my subcontractors and submit to the contracting or
administering agency pdor to the award of any subcontractor under this contract the
subcontractor certification required by th~ese Bid Conditions.
(Signature e~"Authodzed Representative of Bidder)
TOURIST INFORMATION BOOTH
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 as true under the penalties of perjury; non-collusive bidding certification.
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.
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.
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
(Na~ of Co~oration)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
be
Construction of a Tourist Information Booth - S. Wentworth Memorial Park
New York State Route 25, Greenport, New York 11944
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 mis-
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
corporation at a meeting of the
Board of Directors, held on the
(SEAL OF THE CORPORATION)
Laws of New Yorl(, 1965
Ch. 751, Sec. 103-d, as amended
effective Septeml~er 1, 1965
~ignature)
TOURIST INFORMATION BOOTH
E-1
........... - 0959 ,
~ ~ ~A~ER HILL. ~N~ } ~ ~ ~'~
PROPOSALFORM
NAME OF
BIDDER:
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: MAY 2, 1997, including bidding requirements, contract,
general and special conditions, specifications, contract drawings, and addenda, if any (Note: acknowledgment
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 ail the work
required to construct, perform and complete the work at:
TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEW YORK STATE ROUTE 25, GREENPORT, N.Y. 11944
and all other work in connection therewith, in accordance with the contract documents and addenda, Jf any,
prepared by James A. Richter, R.A., Southold Town Engineering Department, Peconic Lane, Peconic, New
York 11958, and shall comply with all the stipulations contained therein and that he will start the work as
directed by the Town, he will accept, in fuU payment thereof as listed below:
ITEM # 1 -
(written in words)
Supply and Installation of the Septic System as indicated on the Site
Plan (sheet SP-I) and as required to meet the minimum requirements
of the proposed construction. The Contractor shall provide all
excavations and backfill material and shall furnish all labor & materials
to construct the Project in accordance with the Contract Documents.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in numbers)
ITEM # 2 - Supply and Installation of the Water Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(wri~en in words) (wri~en in numbe~)
TOURIST INFORMATION BOOTH ·
D-1
ITEM # 3 -
Supply and Installation of the Electric Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in words)
ITEM # 4 -
(written in numbers)
Supply and Installation of the Building Electrical System shall be as
indicated on the Floor Plan (sheet A-2) and listed in the Specifications,
including the 100 amp breaker panel and all supply & control wiring
connections to the hot water heater. The above referenced activities
will be completed for the stipulated "lump sum" of:
(written in words)
(wdtten in numbers)
ITEM # 5 -
Furnish and Construct a 24'-0" x 30'-0" One Story Wood Frame Tourist
Information Building as indicated on the Plans and in the Specifications,
The Contractor shall provide all excavations and backfill material for the
Building and shall furnish all labor & materials to construct the 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)
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 secudty 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
bidderwithin forty-f'~e (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 pedod of
forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time
period.
Business Address: --
I
Telephone Number:
Date:
TOURIST INFORMATION BOOTH
D-2
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 as true under the penalties of perjury; non-collusive bidding certification.
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 pdcas 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.
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.
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
(~lame) (Name of Ce'rporatJon)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
be
Construction of a Toudst Information Booth - S. Wentworth Memorial Park
New YorkStateRoute25, Greenport, New York 11944
and to include in such bid or proposal the certificate as to non-collusion required by section cne-hundred-three-d
(103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis-
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
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 September 1, 1965
TOURIST INFORMATION BOOTH
E-1
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
~'t'A~L~ q ~' ~ ~ tCrcz.¢ r
(Bidder)
Certifies that:
1. I intend 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 th~se 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,
I will obtain from each of my 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.
'(Signatlur'e of Authorized Representative of Bidder)
TOURISTINFORMATION BOOTH
F-1
$10.00 nonrefundable fee to~l~tain specifications
no charge for pc_~=e
5/29
7/2
;/3
6/4
BID - TOURIST INFORMATION BOOTH
BID OPENING: 10:00 A.M., Thursday, June 5, 1997.
2.
3.
4.
5.
6.
7.
8.
9.
9.
10.
11.
Brackenbuilt Homes, Inc., 1305 Jasmine Lane, Southold, 765-4755
LTD Construction ,Inc. Edward J. Tobia, 40 Gerard Ave.,Malverne, NY 11565
tel~ 599-4500 fax 599-6633
Stanley Skrezec, 50 Gull Pond Lane, Greenport, NY 11944 477-1822
State of the Art Construction, Inc., 140 Marine St., Farmingdale, NY 11735
tele 293-3606 fax 293-3842
Daniel Kujawski, 1100 Theresa Dr., Mattituck, NY 11952
298-5663
12.
STATE OF THE ART CONSTRUCTION, INC.
CONTRACTORS AND ENGINEERS
140 MARINE STREET * FARMINGDALE, NEW YORK 11735
(516) 293 - 3606
FAX: (516) 293 - 3842
TO/URIST INFORMATION I~OOTH
/Wentworth Hortes Park
/LOCATION: Greenport, NY (Suffolk Ce) Route
!ESTIMAT£D AMOUNT: $25,0000
BIDS DUE: June 5, ]997 at ~-O:00 AM (To Owner),
April 17, 1997 //~
OWNER: Town of Southold
PO. Box 1179, Southold, NY ]1~J71 /~ ~
(516)765-1801 ~L~/
ENGINEER: In House ~
DETAILS:
720 SF wood frame, one-story, wood truss roof, crawl
~ space, five (5) Anderson windows, septic system,
kLANS AVAILABL~FROM: Owner, }own Clerk
P~DE P.: ~_~, N ON-R E FU N DAB LE /
¢/!A Airbill 4 3 8 0 9 4 2 2 5 2 ~ ~r~so
Addressl~l ~N~ ST ....... 4CalifordeliveryscheduleS.~ackforAetai, ......... ,ptio.sof eghtp ......
c~ FAR~[NGOALE StateNY z~p 11735 ~Packaging ~L~e~, FedE~
~ {0pdonal){First ~ ch ......... ilL appear Dh invoice) ........... ~ Special Handlifl8 ~ yes ~,?~ ?,~
~ To (please print) D~ Ice
For HOLD at FedEx Location check hem For Satu~ay Delivery check here
o..,,..., The World On
Call 1.800.Go.FedEx (1 B0(~463 3339)
Yodg eauq 10~0 A.M., Thumlay, June
5, i997, ~. vddd~ ~.~m~ U,q, ,,a# be
STATE OF N~RORK)
)
· _ ,_ of Mattituck, in
said County, being duly sworn, says that he/she
is Principal Clerk of THE SUFFOLK TIMF~, a
Weekly Newspaper, published at Mattituck, in
the Town of Southold, County of Suffolk and
State of New York, and that the Notice of which
the annexed is a printed copy, has been regular-
ly published in said Newspaper once each week
for ~ weeks s~pessively, ~o. mmencing on
the ~Z day of [ ¥~/]~[~ 10~.
Principal Clerk
Sworn. fLO..~fore me this_ ~c~
MARY DIANA FOUR
NOT~Y PUBLIC, STATE OF N~ YoRK
NO. 52~655242, SUFFOLK COUN~
COMMISSION ~PIR~ AUGUST 3%. ~9 ~
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
JUDITH T. TERRY,
being duly sworn, says
she affixed a notice of
Town Clerk of the Town of Southoid, New York,
that on the 19th day of May 1997,
which the annexed printed notice is a true copy,
in a proper and substantial manner, in a most public place in the Town
of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin
Board, Southold Town Hall, Main Road, Southold, New York 11971.
Legal Notice, Notice to Bidders: Tourist Information Booth, bid opening
10:00 A.M., Thursday, June 5, 1997, Southold Town Clerk's Office.
Sworn to before me this
19th day of M~y
1997.
Judith T. Terry ~?
Southold Town Clerk
/ ' Notary Public
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 furnishing all the labor, materials and equipment for the
construction of a Tourist Information Booth at the S. Wentworth Horton
Memorial Park, located on th e north side of NYS Route 25, Greenport, New
York. Specifications may be obtained at the Office of the Town Clerk,
Town of Southold, Town Hall, 53095 Main Road, Southold, New York 11971,
upon payment of a $10.00 non-refundable fee.
The sealed bids, together with a bank draft or certified check in the
amount of 5% of the Base Bid, will be received by the Town Clerk, at the
Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00
A.M., Thursday, June 5, 1997, 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 informality in any
bid should it be deemed in the best interest of the Town of Southold to
do so.
All bids must be signed and sealed in
on Tourist Information Booth", and submitted to
Clerk. The bid price shall not include any tax,
from which the Town of Southold is exempt.
Dated: May 13, 1997.
JUDITH T. TERRY
5OUTHOLD TOWN CLERK
envelopes plainly marked "Bid
the Office of the Town
federal, state, or local,
PLEASE PUBLISH ON MAY 22, 1997, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Commissioner of Public Works Jacobs
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's Bulletin Board
INVITATION
TO BIDDERS:
CONSTRUCTION
OF A
TOURIST
INFORMATION
BOOTH
S.Wentworth Horton Memorial Park
N.Y. State Route 25
Greenport, New York 11944
REVISED:
MAY 2, 1997
ENGINEERING ~)EPARTMENT
PECONIC LANE PEC. ONIC, N.Y.
PROJECT DESCRIPTION
TOURISTINFORMATION BOOTH
S. Wentworth Horton Memorial Park
New York State Route 25
Greenport, New York 11944
This project includes the construction of a 24' x 30' wood frame one stow building with a
crawl space. It also includes the installation of a new Septic System and the final
connections to the existing water main. The installation of an underground electric service
will also be required.
Building Area:
Foundation:
Walls:
Roof:
Exterior Siding:
Windows:
Doors:
Plumbing:
Mechanical:
Electrical:
Septic System:
Site Work:
720 Square Feet
8" Concrete Masonry Units on 8" x 16" 3,000 psi Concrete Footings.
2x4 studs at 16" O.C.
Asphalt Roof Shingles on 15# felt on 1/~,, CDX Plywood Sheathing
on wood Trusses at 16" O.C.
Cedar Shingle Siding (front elevation only), on tyvek building paper on
½" CDX plywood sheathing. 5/8" T-111 Plywood Siding (3 Sides)
Andersen Windows
Insulated Fiberglass Entry Door
Two Restrooms, (1 Lav.& 1 W.C. Each)
Hot Water Heater
100 Amp Service
900 Gal. Septic Tank & Shallow 5 Pool Leaching System
Includes all necessary excavations, fill and utilities.
Bids will be received for individual phases of construction to include the following items:
The Septic System; The Water Meter & Service installation; The Electric Meter and Service
Installation to the LILCO Facilities; The Building Electric (including breaker panel); and the
General Building Construction.
Contractors may Bid on one or any combination of the Proposed Construction Phases.
Requests for further information and all inquiries should be directed to the Office of the
Engineer for the Town of Southold. 765-3070 Attention: James A. Richter, R.A.
The foregoing Project Description is provided for general information only, and is not a part
of the Contract Documents. For the specific provisions and requirements of this project,
please refer to the full Specifications and Contract Drawings.
TOURIST INFORMATION BOOTH
INVITATION TO BID
PROJECT: TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEW YORK STATE ROUTE 25, GREENPORT, N.Y. 11944
The Town Board of the Town of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the construction of the Tourist Information Booth
located at S. Wentworth Horton Memorial Park on State Route 25, Greenport, N.Y. 11944,
in accordance with the Drawings & Specifications prepared by James A. Richter, R.A.,
Southold Town Engineering Department, Peconic Lane, Peconic, New York. The proposal
form will consist of individual construction phases for items of work specified and detailed
in the contract documents. Contractors may bid on one or any combination of items listed
on the Proposal Form.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until 10:00 AM, Thursday, June 5 1997.
All specifications are provided herein: drawings to be attached.
A fee of ten dollars ($10.00), 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 dght to waive any informalities, and to 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 pedod.
Bid Security in the form of a certified check or Bid Bond in the amount of 5% of the Base
Bid, for each phase bid, will be required of each bidder. ,
Please advise if you intend to bid or not.
Dated:__ May 13, 1997 BY ORDER OF THE SOUTHOLD TOWN BOARD
By:
Judith T. Terry
Southold Town Clerk
TOURISTINFORMATIONBOOTH
INSTRUCTIONS TO BIDDERS
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 Southold Town Clerk
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, 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 judgement, 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.
TOURISTINFORMATIONBOOTH
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, there 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 (Stipulated Sum)".
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.
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.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all
proposals. Without 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 interlineation, 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.
TOURIST INFORMATION BOOTH
B-2
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 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 ninety (90) working days.
TOURIST INFORMATION BOOTH
B-3
INDEX TO SPECIFICATIONS:
BIDDING REQUIREMENTS
Invitation to Bid
Instructions to Bidders
Index to Specifications
Proposal Form
Statement of Non-Collusion
N.Y.S. Affirmative Action Certification
A- 1 through A- 1
B- 1 through B- 3
C- 1 through C- 2
D- 1 through D- 2
E - 1 through E - 1
F- 1 through F - 1
AIA Bid Bond
Offer of Surety
GENERAL CONDITIONS
AIA General Conditions
Supplementary General Conditions
General Release
Prevailing Wage Rates
Non-Discrimination Clause
Compliance with the Labor Law &
Other Dept. of Labor Regulations
AIA Document # A310
G-lthroughG-1
AIA Document # A201
H - 1 through H - 2
K- 1 through K- 1
L - 1 through L - xxxx
M- 1 through M- 2
N - 1 through N -8
DIVISION ONE - GENERAL REQUIREMENTS
Summary of Work 1010- 1 through 1010- 2
Applicable codes 1080 - 1 through 1080 - 1
Construction Facilities & Temporary Controls 1500 - 1 through 1500 - 1
Substitutions I600 - 1 through 1600 - 2
DIVISION TWO - SITE WORK
Site Preparation
Earthwork
DIVISION THREE - CONCRETE
Concrete Work
DIVISION FOUR - MASONRY
2100- 1 through 2100- 1
2200 ~ 1 through 2200- 2
3000 - I through 3000 - 2
Mortar
Masonry Accessories
Masonry
4100- 1 through 4100- 2
4150- 1 through 4150 - 1
4200 - I through 4200 - 1
TOURIST INFORMATION BOOTH
C-1
DIVISION SIX - WOOD AND PLASTIC
Rough Carpentry
Finish Carpentry
6100- 1 through 6100- 2
6200 - 1 through 6200 - 1
DIVISION SEVEN ~ THERMAL & MOISTURE PROTECTION
Waterproofing
Asphalt Roofing
DIVISION EIGHT - DOORS AND WINDOWS
7100- 1 through 7100- 1
7500 - 1 through 7500 - 1
Doors
Windows
Finish Hardware
8100 - 1 through 8100- 1
8200 - 1 through 8200 - 1
8700 - 1 through 8700- 2
DIVISION NINE - FINISHES
Resilient Tile Flooring 9650 - 1 through 9650 - 2
Carpeting 9680 - 1 through 9680 - 1
Painting 9900 - 1 through 9900 - 2
DIVISION TEN - SPECIALTIES
Toilet & Specialty Accessories 10800-1 through 10800 - 2
DIVISION FIFTEEN - MECHANICAL
Plumbing 15100 - 1 through 15100- 2
DIVISION SIXTEEN - ELECTRICAL
Electrical 16000 - 1 through 16100- 2
INDEX TO DRAWINGS: (SEE ATTACHED)
SP- 1
A-t
A-2
A-3
A-4
SITE PLAN
FOUNDATION PLAN
FLOOR PLAN
CROSS SECTION & DETAILS
ELEVATIONS
?;
TOURIST INFORMATION BOOTH
C-2
PROPOSALFORM
NAME OF
BIDDER:
DATE:
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: MAY 2, 1997, including bidding requirements, contract,
general and special conditions, specifications, contract drawings, and addenda, if any (Note: acknowledgment
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:
TOURIST INFORMATION BOOTH - S. Wentworth Horton Memorial Park
NEWYORK STATE ROUTE 25, GREENPORT, N.Y. 11944
and all other work in connection therewith, in accordance with the contract documents and addenda, if any,
prepared by James A. Richter, R.A. Southold Town Engineering Department, Peconic Lane, Peconic~ New
York 11958, and shall comply with all the stipulations contained therein and that he wi[[ start the work as
directed by the Town, he will accept, in full payment thereof as listed below:
ITEM # 1 -
Supply and Installation of the Septic System as indicated on the Site
Plan (sheet SP-1) and as required to meet the minimum requirements
of the proposed construction. The Contractor shall provide all
excavations and backfill material and shall furnish all labor & materials
to construct the Project in accordance with the Contract Documents.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in words)
ITEM # 2 -
(wdtten in numbers)
Supply and Installation of the Water Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in words)
(written in numbers)
TOURISTINFORMATIONBOOTH
D-1
ITEM # 3 -
Supply and Installation of the Electric Service and Meter as indicated
in the Specifications to meet the minimum requirements of the
proposed construction and as necessary for a complete installation.
The above referenced activities will be completed for the stipulated
"lump sum" of:
(written in words)
ITEM # 4 -
(written in numbers)
Supply and Installation of the Building Electrical System shall be as
indicated on the Floor Plan (sheet A-2) and listed in the Specifications,
including the 100 amp breaker panel and all supply & control wiring
connections to the hot water heater. The above referenced activities
will be completed for the stipulated "lump sum" of:
(written in words)
ITEM # 5 -
(wdtten in numbers)
Furnish and Construct a 24'-0" x 30'-0" One Story Wood Frame Tourist
Information Building as indicated on the Plans and in the Specifications.
The Contractor shall provide all excavations and backfill material for the
Building and shall furnish all labor & materials to construct the Project
in accordance with the Contract Documents. The above referenced
activities will be completed for the stipulated "lump Sum" of:
(written in words)
(wdtten in numbers)
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
bidderwithin 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.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
TOURIST INFORMATION BOOTH
D-2
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d G~neral 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 distdct 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.
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 part7 thereto certifies as to its own organization, under penalb/ 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 wilt 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.
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.
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
(Name) (Name of Corporation)
authorized to sign and submit the bid or proposal of this corporation for the following project:
be
Construction of a Tourist Information Booth - S. Wentworth Memorial Park
New York State Route 25, Greenport, New York 11944
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 mis-
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
corporation at a meeting of the
Board of Directors, held on the
dayof ,19
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended
effective September 1, 1965
(Signature)
TOURIST INFORMATION BOOTH
E-1
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:
1. I intend 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 th~se 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,
I will obtain from each of my subcontractors and submit to the contracting or
administering agency pdor to the award of any subcontractor under this contract the
subcontractor certification required by these Bid Conditions.
(Signature of Authorized Representative of Bidder)
TOURIST INFQRMATION BOOTH
F-1
THE AMERICAN INSTITUTE OF ARCHITECTS
AIA Document
Bid Bond
KNOW ALL MEN BY THE.SE PRESENTS,
as Principal, hereinafter called the Principal, and
that we
a corporation duty 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 Obtigee, 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.
WMEREA5, the Principal has submitted a bid for
NOW, THEREFORE, if the Obiigee shall accept the bid o{ the P?incipal and the Principal shall enter into a Contract
with the Oblige~ in accordance with the te~m$ of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Oocuments with good and su~cient sureW for the faithi:uJ performance ol~ such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the ~vent ot the failure of the Principal to enter
such Contract and give such bond or bonds, i( the Princigal shall pay to the Oblige:e the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which [fie 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
(Title)
(Surety) (Seall
(Title)
OFFER OF SURETY
(To be completed by Each Bidder)
In the event the above proposal is accepted and the undersigned is awarded the Contract
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
Signed:
(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 the
(Bidder's Name) (Surety Company)
will execute the Surety Bonds as herein-before provided.
Signed:
Authorized Official, Agent or Attorney
Date:
IMPORTANT:
THIS PAGE MUST BE FILLED OUT WHEN CERTIFIED CHECK
SUBMITTED IN LIEU OF BID BOND, OR BID MAY BE REJECTED.
TOURIST INFORMATION BOOTH
G-1
T H E A M H [ T E C T
E R [ C ,'~ N I N $ T [ T I3 T E d F A R C
AIA Document A201
General Conditions of the Contract
for, Construction
1987 EDITION
TABLE OF ARTICLES
I. GENERAL PROVISIONS
2. O~ ~'NER
3. CONTRACTOR
4. ADMINISTRATION OF THE CONTtL-kCT
5. SUBCONTRACTORS
6. CONSTRUCTION BY OWNER OR BY
SEPAl:LiTE CONTtL&CTORS
7. CI-L&NGES IN THE WORK
8. TIME
9. PAYMENTS A.ND COMPLETION
I0. PROTECTION OF PERSONS AND PROPERTY
1 I. INSURANCE A~ND BONDS
12. UNCOVERING A~ND CORRECTION OF WORK
13. MISCELLMN'EOUS PROVISIONS
14. TERMINATION OR SUSPENSION OF THE
CONTRACT
This document hms been approved md endorsed by' the .~socmted General Contractors of ,~"nerica.
Copyright 19[ 1. 1915, [918. 1925. [937. lt)-~ 1. 1958, lC)bi. 1963. 1906. 1907. 19-0, 19-0, <9 1987 bx' The American Institute O(Architects, lTM
New York Avenue..'~.W. Washington. D.C.. 20006. Reproduction of the material hereto or substantial quotation of its provision~ without written
permission of r~le AIA violate~ the copyright laws of the Unzted States and will be subject to legal prosecutions
A201-1987 I
INDEX
Acceptance of Nenconforming Work .... 9.6.6, 9.9.5,12.3
Accident Prevention 4.2.3. 10
Acrs and Omissions . . 3.2. I. 3.2.2.3.3.2.3.12.8, 3A8, 4.2.3, 4.3.2.
AdditionaJ Cost. Claims for .... 4.3.6, 4.3.7, 4.3.9, 6.1.1. 10.3
AddiOonal Inspections and Testing ..... 4.2.6.9.8.2. I2.2.1. 13.5
AdditionaJ Time. Clmms for 4.3.6, 4.3.8, 4.3.9.8.3.2
Applications for Payment , 0`.25, 7.3 ", 92, 9.3, 9~, 9.5.1,96.3,
Approvals 2.4. 3.3.3, 35. 3102.3.12.4 through 3.12.8. 3.18.5,
Architect 4.1
Architect's Administration of the Contract ..... 4.2, ~.3.6.
Architect's Copyright
Awar~:l of Sulacontracts and Other Contracts for
Basic Definitions 1.1
Boiler and Machineo/Insurance 11
Bonds, Lien 9. I0.2
Bonds. Performance and Payment 73.6.~. 9.105,
Buflciing Permit ...................... 3.7. l
Calait~ltzatlon .................................. 1.4
Certificate o f Substantial Completion ............... 9.8.2
Csrtlflcatss for Psyment ....... 4.2.5,4.2.9,9.3.3,9.4,95,9.6. I,
Change Orclers, Definition o f 7.2.1
Chenge~ ....................... 7.1
Claims and Timely Assertion of Claims 4.5.6
CMims for Concealed or Unknown Condlfions ...... 4.3.6
Claims for D;mlages...3.18.4.3.9, 6.1.1,6.2.5, 832.95.I.2, 10,1.4
Clmm$ Subiect to Arbitration ........ 4.3.2.4.~.4. 4.5.I
Cleaning U~ ........................... 3.1~, 6.3
Commencement of Statutes/Limitation Pe~od ..... 13.7
Commencement o f the Work. Conditions Relating to .... 2.1.2,
Completion. Conditions Relating to 311,315, 4.2.2. 4.2.9,
Completion. Substantial ..... 4.2.9. -~.3.5.2, 8.1.1,8. 1.3, 8.2.3,
Concealed or Unknown Conditions ~.3.6
CONSTRUCTION BY OWNER OR BY SEPARATE
CONTRACTORS ................... t.t.4.6
Construction Change Directive. Definition of ....... 7.3. [
Construction ScheduJes, Contractor's ........ 3.10,6.1.3
Conflngsnt Assignment of ~ubcontracts 5.4
Continuing Contract Pen'ormancs 4.3.4
Con;tact, D~finition of 1. [2
CONTRACT, TERMINATION OR
SUSPENSION OF THE -~.3.7, 5.4.1.1, 14
Contract Award and Execution. Conditions R¢{ating to 37 I.
Contract Documents, The 1.1, 12. -
Contract Documents. Copies Furnrshed and Use of [ 3, 2.2.5, 53
Contract Performance During Arb~tranon ~.3.4, 4.5.3
Contract Sum, Definition of 9.1
Contract Time. Definition of 8.1.1
2 A201-1987
CONTRACTOR ............. 3
Contractor, Deflnfflon of ............... 3.1, 6.
Contractor's Construction Schedules ......... 3.10, 6.
Contractor's IAabfilty Insurance ................ 11.1
Contractor's Relationship with Separate Contractors
Contractor's Retatlonsl~ip with Subcontractors t .2.-i. 3.3.2.
Contractor's Relationship with the Architect . t.l 2.3.2.1, 32.2,
Contractor's Responsibility for Those
PerformlngtheWock 33.2,318.42.3, 10
Contractor's Review of Contract Documents 1.2.2.3.2 373
Contractor's Right to Terminate the Contract 14.1
Contractor s Superintencient 39, 10.2,6
Copies Furnished o( Drawings and Specifications 1.3.2.2.5, 31 I
Costs 2.-L321.3.7.~,382.~ 15.2.-L3.6.-L3.7,-L3.8.1,5.2.3,
Cutting and Patching 3.14, 6.2,6
Damages for Delay .......... 6.1.I, 8.3.3, 9.5A 6, 9.7
Date o f Commencement o f the WorR, Definitkm o f 8.1.2
Date of Substantial Completion. Definition o f 81.3
Decisions to Withhold C~rtlflcation 9.5, 9.7, I -L 1.1.3
42.6. q.35, 952. 982, 9.9 i, IO.25. 12. ~3,71.3
Drawings. Definition of i 1.5
Effective Date of Insur:mce 8.2.2. 111.2
A201-1987 3
Limxtations of Time, General 2.2. I, 2.2.4, 32. I. 3.7.3.
Loss of Use Insurance 11.3.3
95 i. 95.12.93.3, 9.42. 905. 910.4
Minor Changes in the Work i t !. ~2.8.43-. - I. 7.4
MISCELLANEOUS PROVISIONS 13
Mutual Responsibility 6.2
Nonconforming Work, Acceptance of 12.3
Nonconforming Work. Rciec~ion mqd Correction of 2.3. I.
Notice of Testing =nd Inspections i 35 I. I 3.5.2
Notices, Permits, Fees and 2.2.5.3.7, 5 t3, - 3o*. H).2.2
Occupancy 9.0.6,9.81.99 113.I1
O n-Site [nsp¢cmm$ by the Architect ~,.2.2.4.2.9.430.
94.2. 9.82. 392. 9I{11
94.2.951.9. ti) i, 135
Orders. Written . 2.3, 39, *.3.7. -, 82.2. 11.3.9 12.1.
OWNER 2
Owner. Definition of 2.1
Owner, Information and Secvice~ Required of the 21.2.
Owne( s LiahiilW Insurance 11.2
Owner's Right to Clean Up 6.3
Owners Right to Per/oma Construction and to
Awa~ Separate Contracts .............. 6.1
Owner's Right to Stop the Work 2.3, 4.3.7
Owners R/~bt to SLt~pend ',he Work ............ 14.3
Ownership and Use of Amhitect's Drawings, Specifications
Partial Occupancy or Use 9.6.6, 9,9, 1 [.3.11
Patching, Cutting and 3.14, 6.2.6
Patents, Royaltle~ and 3.17
Payment, Applications for 4.2.5.92, 9.3.9 ~,
Payment, Ce~lflcates for ~ 2.5. 4.2.9, 9.3.3, 9,4, 9.5.
Payment, Failur~ of -L3.7, 95.1.3.
Payment Bond, Pe~ormance Bond and 736.4.
Payments. Progress 4.3.-}. 93, 96.
983, 9.10.3, I36, I4.2.3
PAYMENTS AND COMPLETION 9, 1~
P*rmits, Fees and Notices 2.23, 3,7. ~. 13, 73.6.4. 10.2.2
product Data and Samples, Shop Drawings 3. l I, 3.12, 4.2.7
Progrees and Completion ~.2,2, 4.3 4, 8.2
9.6, 98.3. 910.3, I36. 14.2.5
proiect, Definition of the 1.1.4
Project Manual, Definmon of the 1.1.7
Ptoiect Manuals 2.2.5
Property Insurance 10.2.5, 11.3
PROTECTION OF PERSONE AND PROPERTY 10
Re~olution of Claims and Disputes 4,4, 4.5
Conditions by Contractor 12.2, 3.2, 3.73, 312.7
Royalties and Patents 3.17
4 A2014987
AIA DOCt.!MENT A201 · GENEI~&L CONDITIONS OF THE CONT3L~CT FOR CONSTRUCTION * FOURTEENTH EDITION
Rules and Nctlces for Arf0itration ......... 4.5.2
Safety of Persons and Property ......... 10.2
Safety Precautions and Programs ....... 4.2.3.4.2.7,10.1
Samples, Definition of 5.12.3
Samples, Shop Drawings, Product Data and . 31 I. 3.12, 4.27
Sample~ at the Site, Documents and 3.11
Schedule of Values 9.2,931
Shop Drawings, Product Data and Samples . 3 ] 1.3.12,
SUBCONTRACTORS 5
Subcofltractual Relations 5.3, 54, 9312.90.2,
Successors and Assigns 13.2
Superintendent 3.9,
Suspension by the Owner for Convenience ..... 14.3
SLtsp~nsion of the Work ~.3 7.5.~.2. I4.1.1.4. 14.3
Suspension or Terminagion of the Con£rac[ ~.3.7, 5.-t.I 1. b+
Taxes 3.6, ' 3 6.-~
Tem~inaflon by the Contractor .......... 14.1
Termination hy the Owner for Cause 54.1.1.14.2
Termination of the Architect 4.1.3
TERMINATION OR SUSPENSION OF THE CONTRACT 14
A201-1987 5
GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION
ARTICLE I
GENERAL PROVISIONS
1.1 BASIC DEFINITIONS
1.1.1 THE CONTRACT DOCUMENTS
Owner and Contractor (hereinafter the Agmemem), Conditions
of the Contract (General, Supplemenrm-y :md omer Conditions),
Drawings, Specifications. addenda issued prior to execution of
Modifications issued alger execunon of the Contract. A Modifi-
both parties, (2~ a Change Order. (3) a Constrticdon Change
1.1.2 THE CONTRACT
tract may be amended or modified only by a Modification. The
partially completed. :md includes all other l~bor, materials,
1.1.4 THE PROJECT
u/es mad diagrams.
1.1.7 THE PROJECT MANUAL
The Project Manual is the volume u~ually assembled for the
Work which may include the bidding requirements, sample
forms, Conditions of the Contract and Specifications.
1.2 EXECUTION, CORRELATION AND INTENT
1.2.1 The Contract Dooaments shall be signed by the Owner
and Contractor as provided in the Agreement. If either the
Owner or Contractor or both do not s~gn all the Contract
Documents, the Architect shalI identify, such unsigned Docu-
ments upon request.
1.2.2 Execution of the Contract by the Contractor is a repre-
sentation that the Contractor has visited the site, become farnil-
Jar with local conditions under which the Work is to be per-
formed and correlated personal observations with require-
ments of the Contract Domwnents.
1.2.$ The totem of the Contract Documents is to include all
items nec~ary for the proper execution and compler:mn of the
Work by the Contractor. The Contract Documents are comple-
mentary, :md what is required by one shall be a5 binding as if
required by all; performance by tile Contractor shall be
required only to the extent consistent with the Contract Docu-
ments and re0~onably inferable from them as being necessary
to produce the intended resdits,
1.2.4 Organization of tile Specifications into divisions, sections
and articles, and ~rangement of Drawings shall not control the
Contractor in dividing the Work among Subcontractors or in
establishing the extent of Work to be pertbrmed by any trade.
1.2.5 Unless otherwise stated in the Contract Documents,
words which have well-known technical or construction indus-
try meanings are used in the Contract Documents in accord-
once with such recognized meanings,
1.3 OWNERSHIP AND USE OF ARCHITECT'S
DRAWINGS, SPECIFICATIONS AND OTHER
DOCUMENTS
1.3.1 The Drawings, Specification~ and other documents
prepared by the 3xchitect are instruments of the Architect's
service through which the Work to be executed by the Con-
tractor is described. The Contractor may retain one contract
record set. Neither the Contractor nor any Subcontractor, Sub-
subcontractor or material or equipment supplier shaft own or
claim a copyright in the Drawings, Specifications 5md .other
documents prepared by the .M'chirect. and unless otherwise
indicated the Architect shall be deemed the author of them :md
in addition to the copyright..MI copies of them, except the
The Drawings; Specifications and other documents prepared
by the Architect. and copies thereof furnished to the Contrac-
tor. are lk)r use solely with respect to this Project. They are not
to be used by the Contractor or any Subcontractor, Sub-
subcontractor or material or equipment supplier on other prop
ects or fbr additions to this Project outside the scope of the
6 A201-1987
Work without the specific written consent of the Owner and
Architect. The Contractor. Subcontractors, Sub-subcontractors
and material or equipment suppliers are granted a Limited
~icense to use and reproduce applicable portions of the Draw-
lags, Specifications and other documents prepared by the
Architect appropriate to and for use in the execution of their
Work under the Contract Documents..~1i copies made under
this license shall bear the statutory copyright notice, if any,
shown on the Drawings, Specifications and other documents
prepared by the Architect. Submittal or dismbution to meet
officm] regulatory requirements or for other purposes in con-
nection with this Project is not to be construed as publication
m derogation of the Architect's copyright or other reserved
rights.
1.4 cAPrFALIZATION
1.4.1 Terms capitalized in these General Conditions include
those which are (1) specifically detlned, (2) the titles of num-
bered articles and identified references to Paragraphs, Subpara-
graphs and Clauses in the document or (3) the titles of other
documents pubftshed by the .~nencan Institute of Architects.
1.5 INTERPRETATION
1.5.1 In the interest at' brevity thc Contract Documents fre-
quently omit modifying words such ~ "all" and -any" and arti-
cles such as "the" and "gal," but the fact that a modifier or an
article is absent from one statement and appears in another is
not intended to affect the interpretation of either statement.
ARTICLE 2
OWNER
2.1 DEFINITION
2.1.1 The Owner is the person or entity identified a.s such in
ifie Agreement :md is referred to throughout the Con~ract
Documents as if singdiar in number. The term "Owner" means
the Owner or the Owner's authorized representative.
2.1.2 The Owner upon re'a.sonable written request sh~ fiamish
to the Contractor in writing information which is necessary and
enforce mecfianic's lien rights. Such information shall include a
correct statement of the record legal iitle id the property on
which the Proiect is located, u6uafty referred to as the site. and
Agreement and. within five days after any change, information
of sucl) change in title, recorded or unrecorded.
2.2 INFORMATION AND SERVICE5
REQUIRED OF THE OWNER
2.2.1 The Owner shaft, ar the request of the Contractor, prior
to execution of the Agreement and promptly t¥om time to time
thereafter, furnish to the Contractor reasonable evidence that
tinancial arrangements have been made to fulfill the Owner's
obliganons under the Contract. [,Vote.. Unless sucta rea~'onable
evi~lenc'e were furnished on request prior to tlae execution of
the Agreemc*nt. tDe prospective contracgor would not Oe
2.2.2 The Owner shall furnish surveys describing physical
2.2.3 Except for permits and [~es which are the responsibility
meats and charges required for construction, use or occupancy
of permanent struck.Ires or for permanent changes in existing
facilities.
2.2.4 Information or services under the Owner's control shall
be furnished hy the Owner with re-zsonable prompmexs to
avoid delay in orderly progse~ of the Work.
2.2.5 Unless otherwise provided in the Contract Documents,
the Contractor will be furnished, free of charge, such copies of
Drawings and Project Manuals as are reasonably necessary for
execution of the Work.
2.2.6 The foregoing are in addinon to other duties and respon-
sibilities of the Owner enumerated herein and especially those
in respect to Article 6 (Construcuon by Owner or by Separate
Contractors), Article 9 (Payments and Completion) and Article
11 (Insurance and Bonds).
2.3 OWNER'S RIGHT TO STOP THE WORK
2.3.1 If [he Contractor fails to correct Work which is not m
accordance with the requirements of the Contract Documents
as required by Paragraph 12.2 or persLstently fUKS to carry out
hy written order signed, personafty or by an agent specifically so
of the Owner to exercise this right for the benefit of the Con-
required by Subparagraph 6.1.5.
2,4 OWNER'S RIGHT TO CARRY OUT THE WORK
Change Order shall be issued deducting frum payments then or
services and expenses made necessary by such default, neglect
difference to the Owner.
ARTICLE 3
3.1
CONTRACTOR
DEFINITION
3.1.1 The Contractor is the person or entity identified as such
A201-1987 7
3.2 REVIEW OF CONTRAC'~,. DOCUMENTS AND
FIELD CONDITIONS BY CONTRACTOR
3.2.1 The Contractor shall cnrefuilv study and compare the
Contract Documents with e~h ot~er an~l with information
furmshed by the Owner pursuant to Subpmtagraph 2.2.2 and
shall at once report to the Architect errors, inconsistencies or
omissions discovered. The Contractor shall not be liable to the
Owner or Architect for damage resulting from errors, inconsis-
tencies or omissions in thc Contract Documents unless the
Contractor recognized such error, mcouslstency or omission
and knowingly t~.iled to report it to the Architect. If the Con-
tractor performs any construction activity knowing it involves
a recognized error, inconsistency or omission in the Contract
Documents without such notice to the Architect, the Contrac-
tor shall assume appropriate responsibility for such perfor-
mance and shall bear an appropriate amount of the attributable
costs for correctkm.
3.2.2 The Contractor shall take field measurements and verify
field conditions and shall carefully compare such field me2-
3.2.3 The Contractor shall perfom~ the Work m accordance
with the Contract Documents and subminals approved put-
sunni to Paragraph 3.12.
3.3 SUPERVISION AND CONSTFIUCTION PROCEDUF!ES
3.3.1 The Contractor shall supervise and direct the Work.
using the Contractor's best skill and attention. The Contractor
and tk)r coordinating all portions of the \Vt>rk under ihe Con-
3.:1.2 The Contractor shall be responsible to the Owner tbr acts
3.3.3 The Contractor shall not be relieved of obligations to per-
3.3.4 The Ctmtractor shall be resp(msibl~ inr inspection of pot-
3.4 lABOR AND MATERIALS
3.4.1 Unless otherwise provided in the Contract Documents.
3.4.2 The Contractor shall enforce strict discipline and good
employment of unfit persons or persons not skilled in t~ks
3,5 WARRANTY
3,5.1 The Contractor warrants to the Owner and ,M-chitect that
materials and equipment furnished under the Contract will be
of good quality and new unless otherwise required or permit-
ted by the Contract Documents, that the Work will be free
from defects not inherent in the quality required or permitted.
and that the Work will conform with the requirements of the
Contract Documents. Work not conforming to these require.
ments, including substitutions not properly approved and
authorized, may be considered defective. The Contractor's
warranty excludes remedy for damage or defer= caused by
abuse, modifications not executed by the Contractor, improper
or insufficient maintenance, ~mproper operation, or normal
wear and tear under normal usage. If required by the Architect,
the Contractor shall furnish satis[~.ctory 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 similar
taxes for the Work or portions thereof provided by ~e Con-
tractor which are legally enacted when bids are received or
scheduled to go into effect.
3.7 PERMITS, FEES AND NOTICES
3.7.1 Unless otherwise provided in the Contract Documents,
[he Contractor shall secure and pay fur the building permit and
nccessap: ~or proper execuuon and completion of the Work
and which are legally required ,".'hen bids are received or nego-
3.7.2 Thc Contractor shall comply with and give notices
Work.
3,7.3 it is not the Contractor s responsibility to ascerrmn that
laws, statutes, ordinances, building codes, and rules and regula-
shall promptly notify the Architect and Owner in wrinng, and
necessary changes shall be accomplished by appropriate
Modification.
3.7,4 if the Contractor pertbrms Work knowing it to be con-
trap,- m laws, statutes, ordinances, building codes, and rules and
the Contractor shall 0.ssume full responsibdity for such Work
and shall bear the attributable costs.
3.8 ALLOWANCES
3.1t.1 The Contractor shall inciude in the Contract Sum all
by allowances shall be supplied fur such amounts and by such
selected promptly by the Owner to avoid delay in the
materials and equipment delivered at the site and all
required taxes, less applicable trade discounts;
8 A201-1987
AIA DOCIJMENT ~1 · GENEPO, L CONDITIONS OF THE CONTRACT FOR CONSTRUCTION · FC~URTEENTH EDITION
.3 Contractor's costs for unloading and hm~dling at the
sne, labor, installation costs, overhead, profit and
other expenses contemplated for stated allowance
amounts shall be included in the Contract Sum and
the Contract Sum shall be adjusted accordingly bt,'
Change Order. The amount of the Change Order shall
reflect (1) tine difference between actual costs and the
allowances under Clause 38.2.2 and (2) changes in
3.9 SUPERINTENDENT
3.9,1 The Contractor shall employ a competent superinten-
Proiect site during performance of the Work. The supermten-
to the superintendent shall be a.s binding as if given to the Con-
inD. Other commumcanons shall be similarly confirmed on
3.10 CONTRACTOR'S CONSTRUCTION SCHEDULES
3.10.1 The Contractor, promptiy after being awarded the Con-
tract, shall prepare and submit for the Owner's and Architects
Thc schedule shall not exceed nme limits current under the
required by the conditions of the Work and Proiect, sh',~l be
schedules.
3.11 DOCUMENTS AND SAMPLES AT THE SITE
3.11.1 The Contractor sbalI maintain ar the site tbr the Owner
()ne record copy of the Drawings. Specifications, addenda,
Change Orders and other Modificanons. in good order and
marked currently to record changes =nd sdections made during
construcnon, and in addition approved Shop Drawings. Prod-
act Data, Samples and similar required submittals. These shall
be available to the Architect and shall be delivered to the Archi-
tect fi)r submittal to the Owner upon complcfion of the Work.
3.12 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES
3.12.1 5hop Drawings arc drawings, diagr~ns, schedules ~nd
other data specially prepared ~br the Work by the Contr'actor or
3.12.2 Product Dam are illusmmons, standard schedules, per-
3.12.3 Samples are physical examples which illustrate
by which the Work will be judged.
3.12.4 Sloop Drawings, Product Data. Sampies and swaflar sub-
which submittals are required the way [he Contractor proposes
to conform to the information g~ven and the design concept
expressed in the Contract Documents. Review Dy the Architect
is subiect rD thc ~mitations of Subparagraph 4.2.7.
3.12.5 The Contractor shall review, approve and submit to the
,M-c~_itect Shop Drawings. Product Data, Samples and similar
submittals required by the Contract Documents with reason-
able promptness and in such sequence as [o cause no delay in
the Work or in the activities of the Owner or of separate con-
tractors. Submittal~ made bt,' the Contractor which are not
required By the Contract Documents may be returned without
action.
3.12.6 The Contractor shall perform at) portioo of thc Work
requiring =ubmittal and review of Shop Drawings. Product
Data. Sam, pies or similar submittals until the respective submit-
tal has been approved bv the .-~rchitect Such x~'t)rk shall be in
accordance with approved su0mittaLs.
3,12.? Bx' approving and submaring 5hop Drawings. Product
will do sl) and has checked and coordinated thc information
3.12.8 The Contractor snail not be re!levcO of responsibility
bt,' the Architects approval of Shop Drawings, Product Data,
Samples t;r similar submittaLs unless the Contractor has
specifically infi)rmed the .Mrchicecr in wncing of such devianon
ings. Prouuct Data. Sampie~ or similar submittals bt,' the Archi-
3.12.9 The Contractor sh;dl direct speczfic attennon, in writing
A201-1987 9
not be unreasonably withheld. The Contractor shall not um'ea-
3.1S CLEANING UP
3.15.1 The Contractor shall keep the premises and surround-
caused by operations under the Contract. At completion of the
equipment, machinery, md surplus materials.
3.15.2 if the Contractor fails to clean up as provided in the
thereof shall be charged to the Contractor.
3.16 ACCESS TO WORK
3.16.1 The Contractor shall provide the Owner and Architect
access to the Work in preparation and progress wherever
located.
3.17 ROYALTIES AND PATENTS
3.17.1 The Contractor shall pay all royalhes and license fees.
The Contractor shall defend suits or claims for infringement of
patent dghts and shall hold the Owner and .~'chilect harmless
such defense or loss when a particular design, process or prod-
son to believe that the required design, process or product is an
such loss unless such information is promptly furnished to the
3.18 INDEMNIFICATION
3.18.1 To the fullest extent permitted by law, the Contractor
shall indemnify and hold harmless the Owner. ,&rchitect, Aa'chi-
from mud against claims, damages, losses and expenses, includ-
age, loss or expense is attributable to bodily injury, sickness,
disemse or death, or to injur2.' to or destruction of tangible prop-
erty (other than the Work itseit) including loss of use resulting
anyone directly or indirectly employed by them or anyone for
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 construed
to negate, abridge, or reduce other rights or ohligauons of
described in this Paragraph 3 18.
3.18.2 In claims agmnst any person or entity indemnified
under th.s Paragraph 3. I8 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 indemnifica-
tion obligation under this Paragraph 3.18 shall not Be timited by
benefits payable By or for the Contractor or a Subcontractor
under workers' or workmen's compensation acts, disability
3.18.3 The obligations of the Contractor under this paragraph
3.18 shall not extend to the liability of the Architect. the ,aa'chi-
tear's consultants, and agents and employees of any of them
arising out of(l) the preparation or approval of maps, drawings,
opinions, reports, surveys, Change Orders, designs or specifica-
tions, or (2) the g:ving of or the failure to give directfuns or
instructions by the Mciuitect, the Mchitec['s consultants, and
agents and employees of any of them provided such giving or
failure to give is the pm'hmS- cause of the injury', or damage.
ARTICLE 4
ADMINISTRATION OF THE CONTRACT
4.1 ARCHITECT
4,1.1 The Architect is the person lawfully licensed [o practice
architecture, or an entity, lawfully practicing architecture iden-
tified as such in the Agreement and is referred to throughout
the Contract Documents as if singular in number. The term
"Architect" means the Architect or the Architect's authorized
representative.
4.1.2 Duties, responsibilities and limitations of authority of the
Architect as set forth in the Contract Documents shall not be
restricted, modified or extended without wruten consent of the
Owner, Contractor and .&rchitect. Consent shall not be unrea-
sonably withheld.
4.1.'~ In case of termination of employment of the Krchitect,
the Owner shall appoint an architect against whom the Con-
tractor makes no reasonable objection and whose status under
the Contract Documents shall be that of the former architect.
4.1.4 Disputes ansing under Subparagraphs 4.1.2 and 4.1.3
shall be subject to arhitrarion.
4.2 ARCHITECT'S ADMINISTRATION
OF THE CONTRACT
4.2.1 The Architect will provide administration of the Contract
as described in the Contract Documents, and will be the
Owner's representative (l) during construction, (2) until Final
payment is due and (3) with the Owner's concurrence, from
twne Io tame during the correction period described in Pm-
graph I2.2. The Architect wiI1 advise and consult with the
Owner. The Architect will have authority to act on behalf of the
Owner only to the extent provided in the Contract Documents,
unless othet'wise modified by written instrument in accordance
with other provisions of the Contract.
4.2.2 The Architect will visit the site at intervals appropriate to
the stage of construction to become generally familiar with the
progress and quality of the completed Work and to determine
in general if the Work is being performed in a manner indicat-
ing that the Work, when 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 quality or quantity of the Work. On the bask'; of on-
site observations as an architect, the Architect v-ill keep ine
Owner infomaed of progress of the Work, and will endeavor to
guard the Owner against detects and deficiencies in the Work.
4.2.3 The Architect wilI not have control over or charge of and
will not be responsible for construction means, methods,
techniques, sequences or procedures, or for safety precautions
and programs :n connection with the Work. since these ace
solely the Contractor's responsthtiity as provided in paragraph
3.3. The Architect will not be responsible for the Contractor's
fmlure to carry out the Work in accordance with the Contract
Documents. The Architect will not have control over or charge
of and will not Be responsible for acts or omissions of the Con-
10 A201-1987
AIA DOCUMENT A201 * GENERAL CONDITIONS OF THE CONTIL-~CT FOR CONSTRUCTION · FOURTEENTH EDITION
AIA® · ~ [987 THE AMERICAN INSTITUTE OF ARCHITECTS, t -35 NEW YORK AVENUE, NW, WASHINGTON. DC. 20006
other persons performang portions of the Work.
4.2.4 Oommunl~tione Facilltsting Contmc! Admini~tm-
cate throu~ ~e ~chitem. Comm~ica~o~ by ~d ~ the
sh~ be throu~ the Contractor. Co~catiom by ~d with
s~ate cotnmctors sh~ be ~rou~ ~e Owner.
4.2.5 B~ed on ~e Architect's ob~tiom md evasions of
4.2.8 The Architect w~ have au~on~ to reject Work which
Work in accor~ce with Subpm~p~ 13.5.2 md 13.5.3.
au~ority sh~ ~ve ~e to a duty or r~po~ibilit¥ o~ ~e
Shop D~wings, Product D=m and 5~pim, but only 5or the
P~agraphs 3.3, 3.5 and 3.12. The Mchirec(s review s~ riot
4.2.8 The Architect will prep~e Chafe Orde~ ~d Consrmo
the Work ~ provided in Pnm~ph -.~.
completion, will receive md fo~d to ~e Owner for
4.2.10 [f the Owner md Architect a~. the Architect ~-ffi pro-
out the Architect's responsibffities at the site. The duties,
responsibilities and Limitations of anthohty of such project
representativeS shall be as set forth in an exhibit to be incorpo-
rated in the Contract Documents.
4.2.11 The ,~'chitect wdl interpret and decide matters concern-
mg performance under md requirements of the Contract
Documents on written request of either the Owner or Contrac-
tor. The Architect's response to such requests will be made
~'ith re:zsonable promptness and within any tLme limits agreed
upon. If no agreement is made concermng the time within
which interpretations required of me Architect shall be fur-
rushed in compliance with this pm-agraph 4.2, then delay sh~
not be recogntaed on account of f'~ure by the Architect to ~r-
nish such interpretations until 15 days after wdtten request is
made for them.
4.2.12 Interpretations and decisions of the Architect will be
consistent with the intent of and reasonably inferable from the
Contract Documents and will be in writing or in the form of
drawings. When making such interpretations and decksions, the
.~'chitect will endeavor to secure faiththl performance by both
Owner and Contractor, will not shov,,' partiality to either and
wdi not be liable for results of interpretations or decisions so
rendered Ln good faith.
4.2.13 The Architect's decisions on matters relating to aesthetic
effect ,;~,-ill be Final if consistent with the intent expressed in the
Contract Documents.
4,3 CLAIMS AND DISPUTES
4.3.1 Definition. A Clmm is a demand or assertion by one of
the par~ies seePang, ~ a matter of right, adjustment or interpre~
ration of Contract terms, payment of money, extenmon of time
or other relief with respect ~o the terms of the Contract. The
term "C~m" also includes other disputes and matters in ques-
tion between the Owner and Contractor arising out of or relat-
ing to the Contract. clamqs must be made by written notice.
The responsibility to substantiate Claims shall rest with the
parry making the Claim.
4,3.2 Decision of Architect. Claims. including those alleging
an error or ommsion by the Architect. shall be referred initially
to the Architect for action as provided in Paragraph 4.4. A deci-
sion by the .-Lrchitect. as provided in Subparagraph 4.4.4, shall
be required as a condition precedent to arbitration or litigation
of a CL'm'n benveen the Contractor and Owner as to ail such
matters arising prior to the date final payment is due, regardless
of (1) whether such matters relate to execution and progress of
the Work or (2) the extent to which the Work has been com-
pleted. The dec,sion by the Architect in response to a Clarm
st'~dl not be a condition precedent to arbitration or litigmion ~n
the event (1) the pnsxtion of Architect is vacant. (2) the Architect
has not received evidence or has faded to render a decision
v~-ithin agreed trrne limits. (3) the Architect has failed to take
a~ion required under Subparagraph ~..4.-~ within 30 days after
the Claim is made, (4) -+-~ days have passed after the Claim has
be=n referred to the Architect or /5) the Claim relates to a
mechanic s lien.
4.3.3 Time Limits on Claims. Claims by either party must be
made within 21 days after occurrence of the event givtng nse to
such Claim or within 21 days after the clawnant first recognizes
the condition giving rise to the Clram. whichever is tater. Clan'ns
met be made by written acute. An additional CMm made
after the imtial Ckutn has been implemented by Change Order
wdl not be considerea unless submitted in a timely manner.
A201-1987 11
4.3.4 Continuing Contract Performance. Pending £mal
lution of a Claim including arbitration, unless oinerwise agreed.
m writing the Contractor sha~l proceed diligently wire perfor-
4.3.$ Waiver of Claims: Final Payment. The maYang of final
.2 failure of the WorR to comply with the requirements
1.3.8 Claims lot Concesl~:l or Unknown Condition~. If con-
otherwise concealed physical conditions which differ materi-
ally from those indicated m the Contract Documents or (2)
By the observing party shall be given to the other party
tect wtll promptly investigate such conditions and, if they differ
4.3.7 Claims for Additional Cost. If the Contractor wkshes to
emergency endangering life or property arising under Para-
graph 10.3. If the Contractor 10elleves additional cost is
tect. (4) ~llure of payment By the Owner, (5) termination of the
Contract By the Owner. (6) Owner's suspension or (7) other
4.3.8 CIeims for Additional Time
4,.3.8.2 If adverse weather conditions are the basis ~E,r a Claim
4.3.9 Injury or Damage to Person or Property. If either part5,
because of an act or omission of the other party, of any of the
such party, is legally Iiable, written notice of such injur2.- or
the other party to investigate the matter, if a Clmm for addi-
be tiled as provided in Subparagraphs 4.3.7 or 4.3.8.
Clmm: (1) request additional supporting data r¥om the claimant.
(2) submit a schedule to Ihe parties indicating v-hen the 3xchi-
the Claim by the other party or (5'} surest a compromise. The
4.4.3 Ifa Claim has not been resolved, the part3' making ine
modify the initial Claim or (3) notify the Architect that the initial
Clawn stands.
seven days, which decision shall he final and binding on the
and there appears to be a possibility of a Contractor s default.
4.5 ARBITRATION
4.5.1 Controversies and Claims Subject to Arbitration..~y
provided for irt Subparagraph 4..5.5. Such controvers~'-o~ or
12 A201-1987
4.5.2 Rules and Notices for Ar~oitration. C~n~ Between thc
if subject to arbitration under Subparagraph 4.5.1, be decided
Arbitration Rules of the :kmencan 3.rbitration .-kssoc~tion cur-
Notice of demmqd for arbitration shall be filed in writing with
copy shall be fi.led with the Architect.
4.5.3 Contract Performance During A~itraUon. During arbi-
with Subparagraph 4.3.4.
4.5,4 When Arbitration May Be Demanded. Demand for arbi-
tration of any C!alm may not be made until the earlier of(l) the
sion on the Clmm. (2] the tenth day after the parties have pre-
described in Subparagraph -~.3.2.
made within 30 days after :he date on which the par~y making
be entered, as evidence, but shall not supersede arbitration pro-
ceedings unless the decision :s acceptable to all parties
4,5.4.2 A demand for arbitr'ation shall be made within [he tu~ne
limits specified in Subparagraphs 4.5.I and 4.5.4 and Clause
4.5 4.~ as applicable, and in other cases within a re'asonable
time after the Claim has armen. ;~d in no event shall it be made
alter the date when institution of legal or equitable proceedings
based on such Claim would be ba~ed by the appiicabie statute
of limitations ~ determined pursuant to Paragraph 13-.
4,5.5 Limitation on Consolidation or Joinder. Nc) arbitration
arising out ut' or re!ating to the Contract Documents shall
include, by consolidation or joinder or in any other manner.
the Architect, the Architect's employees or consultants, except
ment and signed by the Architect. Owner. Contractor :md any
other person or entity sought to be joined. No arbitration shall
include, By consolidation or loinder or in any other manner.
~or as described tn Article 6 and other persons substantially
is required ff complete relief is to Be accorded in arbdration. No
contractor =s described in Article 6 shall Be included as an orig-
4.5.6 Claims and Timely Assertion of Claims. A party who
files a notice of demand for arbitration must assert in the
demand, all Claims then known to that party on which arbitra-
tion is permitted to be demanded. When a party falls to include
a Claim through oversight, inadvertence or excusable neglect,
or when a Claim h~ matured or Been acquired subsequently,
the azbitrator or arbitrators may permit amendment.
4.5,7 Judgment on Final Award. The award rendered by thc
arbitrator or arbitrators shall be final, and iudgment may be
entered upon it in accordance with applicable law in any court
having jurisdiction thereof.
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 the Work
at the site. The term "Subcontractor" is referred to Ihrofighout
the Contract Documents as if singular in number and means a
Subcontractor or an authorized representative of the Subcon-
tractor. The term -Subcontractor' does not include a separate
contractor or subcontractors of a separate contractor.
5.1.2 3. Sub-subcontractor is a person or enuq., who has a
direct or indirect contract with a Subcontractor to perti0rm a
portion of the Work at the site. The term "Sub-subcontractor"
~ referred to throughout the Contract Documents as if singular
in number and means a Sub-subcontractor or an authorized
CONTRACT~ FOR PORTIONS OF THE WORK
5.2.1 Unless other~*ise stated ir~ the Contract Documents or
the bidding requirements, the Contractor. a.5 soon as prac-
ticable after award of the Contract. shall [~mish in writing to
the O'xner through the Architect the names of persons or enti-
ties (including those who are to ~rnish materials or equipment
~abricated to a special design) proposed for e'ach principal por-
tion of the Work. The Architect will prompdy reply to Ihe Con-
any such proposed person or entity Failure of thc Owner or
Architect to reply promptly shall constitute nt~ticc of no r~ason-
able objection.
A201-1987 13
5.3 SUBCONTRACTUAL RELATIONS
5,3.1 By approprmte agreement, written where legally required
for validity, the Contractor shali require each Subcontractor, to
the extent of die Work to be performed by the Subcontractor,
to be bound to the Contractor by terms of the Contract Docu-
ments, and to assume toward the Contractor all the obligations
and responsibilities which the Contractor, by these Docu-
ments, assumes toward the Owner and gxchirect. Each subcon-
tract agreement shall preserve and protect the rights of the
Owner and Architect under the Contract Documents with
respect to the Work to he performed by the Subcontractor so
that subcontracting thereof will not prejudice such rights, and
shall allow to the Subcontractor, unless specifically provided
otherwise in the subcontract agreement, the benefit of ail
rights, remedies and redress against the Contractor that the
Contractor, by the Contract Documents, has against the
Owner. Where appropriate, the Contractor sha/l require each
Subcontractor to enter into similar agreements with Sub-sub-
contractors. The Contractor shall make available to each pro-
posed Subcontractor, prior to the execution of the subcontract
agreement, 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 condi-
tions of the proposed subcontract agreement which may be at
variance with the Contract Documents. Subcontractors shall
swnilariy make copies of app[icable portions of such documents
available to their respective proposed Sub-subcomractors.
5.4 CONTINGENT ASSIGNMENT OF SUBCONTRACTS
5.4.1 Each subcontract agreement r'or a portion of the Work is
assigned by the Contractor to the Owner provided that:
.1 assignment ~ effective only after termination of the
Contract by the Owner for cause pursuant to Para-
graph 1,i.2 and only tbr those subcontract agreements
which the Owner accepts by notifying [he Subcon-
tractor m writing; and
.2 assignment ks subject to the prior rights of the surety,
if :my. obligated under I~ond relating to the Contract.
S.4.2 if the X~'ork has been suspended for more than 30 days,
the Subcontractor's compensation shall be equitably adjusted.
ARTICLE 6
CONSTRUCTION BY OWNER
OR BY SEPARATE CONTRACTORS
6.1 OWNER'S RIGHT TO PERFORM CONSTRUCTION
AND TO AWARD SEPARATE CONTRACTS
6.1.1 The Owner reserves the right to perform construction or
operations related to the Proiect v,i[h the Owner's own forces.
and to award separate contracts in connection with other por-
tions of the Project or other construction or operauons on the
site under Conditions Df the Contract identical or substantially
and wmver of subrogation. [f 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 else-
6.1.2 When separate contracts are awarded for different
6.1.3 The Owner shall provide for coordination of the acbvi-
ties of the Owner's own forces and of each separate contractor
with the Work of the Contractor, who shall cooperate with
them. The Contractor shall participate with other separate con-
tractors and the Owner in reviewing their constraction sched-
ules when directed to do so. The Contractor shall make any
revisions to the construction schedule and Contract Sum
deemed necessary, after a joint review and mutual agreement.
The construction schedules shall then constitute the schedules
to be used by the Contractor, separate contractors and the
Owner until subsequendy revised.
6.1.4 Unless otherwise provided in the Contract Documents,
when the Owner performs construction or operations related
to the Project with the Owner's own forces, the Owner shall be
deemed to be subiect to the same obligations and to have the
same rights which apply to the Contractor under the Condi-
tions of the Contract, including, without excluthng others.
those stated in Article 3, this .M'ticle 6 and ,M-tic.'es 10, ll
and 12.
6.2 MUTUAL RESPONSIBILITY
6.2.1 The Contractor shall afford the Owner and separate con-
tractors re~qonable opportunity for introduction and storage of
their materials and equipment and performance of their actlvi-
ties and shall connect and coordinate the Contractor's con-
struction 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 consm, lctlon or operations by the
Owner or a separate contractor, the Contractor si'miL prior to
proceeding with that portion of the Work. prompdv report to
the Architect apparent discrepancies or defects in such other
construction that would render it unsuitable for such proper
execution and results. Failure of the Contractor so to report
shall constitute an acknowledgment that the Owner's or sepa-
rate contractors' completed or partially completed construction
is tlr and proper to receive the Contractor's Work. except a5 to
defects not then re~onably discoverable.
6.2.3 Costs caused by delays or by improperly tuned activities
or defective construction shall be borne by the parry responsi-
ble therefor.
6.2.4 The Contractor shall promptly remedy damage wrong-
l;aily caused by the Contractor to completed or pamaily com-
pleted construction or to property, of the Owner or separate
contractors as provided in Subparagraph 10.2.5.
6,2.5 Clan'ns and other disputes and matters in question
between the Contractor and a separate contractor shall be sub-
ject to the provisions of Paragraph 4.3 provided the separate
contractor has reciprocal obligations,
6.2.6 The Owner and each separate contractor shall riave fine
sa.me responsibilities for cutting and parching as are described
for the Contractor in Paragraph 3.14.
OWNER'S RIGHT TO CLEAN UP
6.3.1 If a dispute arises among the Contractor. separate con-
tractors and the Owner aks to [he responsibility under their
respective contracts rbr malntaming the premkses :md surround-
ing m'ea free from waste materials and rubbish as de~cnbed an
paragraph 3.15, the Owner may clean up and allocate the cost
among those responsible as the .M-chitect determines to be iust.
14 A201-1987
ARTICLE 7
CHANGES IN THE WORK
7.1 CHANGES
7.1.1 Changes in the Work may be accomplished after execu-
tion 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 [imitations stated in
thLs .~x~icle 7 and elsewhere in the Contract Documents.
7.1.2 A Change Order shaft be based upon agreement among
the Owner, Contractor and Architect; a Construction Change
Directive requires agreement by the Owner and Architect and
may or may not be agreed to by the Contractor; an order for a
minor change in the Work may be ~ssued by the Architect
alone.
7.1.3 Changes in the Work shall be performed under appli-
cable provisions of the Contract Documents, and the Contrac-
tor ~hall proceed promptly, unless otherwise provided in the
Change Order, Constructinn Change Directive or order ~r a
minor change in the Work.
7.1.4 If unit prlce~ are stated in the Contract Documents or
subsequendy agreed upon. a~d if quantities onginafly con-
templated are so changed in a proposed Change Order or Con-
s[ruction Change Directive that application of such unit prices
to quantities of Work proposed will cause substantia~ inequity
io the Owner or Contractor, the applicable unit prices shMl be
equitably adjusted.
7.2 CHANGE ORDERS
7.2.1 A Change Order Is a Whiten instrument prepared by the
Architect and signed by the Owner. Contractor and Architect,
stating their agreement upon all of the fo[lowLqg:
· .1 a change in the Work:
.2 the amount of the adiustment in the Contract Sum, if
any: and
.3 the extent of the adiustment in the Contract Time. if
any
7.2.2 Methods used in determining adjustments to the Contract
Sum may include those listed in Subpa~-agraph 7.3.3.
7.3 CONSTRUCTION CHANGE DIRECTIVES
7.3.1 A Construction Change Directive is a wdnen order pre-
pared by the Architect and signed by the Owner and Architect,
directing a change in the Work and 5taring a proposed basis for
ad{ustment, 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 thc Work
within the general scope of the Commct consisting of addi-
tions, deletions or other revisions, the Contract Sum and Con-
tract Time being adjusted accordingly
7.3.2 A Constr~lcrion Change Directive shall be used in the
absence of total agreement on th< terms of a Change Order.
7.3.3 [f the Construction Change Directive provides for an
adiustment to the Contract Sum. [he adjustment shall be based
on one of the following methods:
.1 mutual acceptance of a lump sum properly itemized
and supported by sufficient substantiating data to per-
mit evaluation:
.2 unit prices stated in the Contract Documents or sub-
sequently agreed upon:
.3 cost to be determined in a manner agreed upon by
the parries and a mut'u~ly acceptable fixed or percent-
age fee: or
,~, as provided m Subparagraph 7.3.6,
7.'I.4 Upon receipt of a Construcnon Change Directive, the
Contractor shaft promptly 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
Lq the Construc~on Change Directive for determining the pro-
posed adjustment in the Contract Sum or Contract Time.
7.:1.5 A Construction Change Directive signed by the Contrac-
tor indicates the agreement of the Contractor therewith, inClud-
ing adjustment in Contract Sum and Contract Time or the
method for determththg them. Such agreement shaft be effec-
tive immediately and shaft be recorded as a Change Order.
7.3.fi If the Contractor does not respond promptly or disagrees
with the method for adjustment in the Contract Sum. the
method and the adjustment shall be determined by the Archi-
tect on the basis of reasonable expenditures and savings of
those performing the Work attributable Io the change, includ-
ing, in case of an increase in the Contract Sum. a reasonable
allowance fbr overhead and profit, in such case, and also under
Clause 7.3.3.3, the Contractor shaft keep ~nd present, in such
form as the Architect may prescribe, an itemized accounting
together with appropriate suppornng data. Unless otherwise
provided in the Contract Documents, costs for the purposes of
this Subparagraph 73.6 shall be limited to the fo[lowing:
.1 casts of labor, including sorrel security, did age and
unemployment insurance, fnnge benefits required by
agreement or custom, and workers' or workmen's
compensation insurance;
.2 costs of materials, supplies and equipment, includ-
Lqg cost of transportation, whether incorporated or
consumed:
.3 rental costs of machineTy and equipment, exclusive of
hand tools, whether rented from the Contractor or
.4 Casts of premiums for all bonds and insurance, permit
fees, and sales, use or similar taxes related to the
Work; and
.~ additional COSts of super~'ision and fietd office person-
gel directly attributable to the change.
7.3.7 Pending final determination of cost to the Owner,
amounts not in dispute may be included in Applications for
tot to the Owner for a deletion or change which results in a net
decre-~e ~n the Contract Sum shMl be actual ncr cost as con-
r'wmed b~ the Architect. When both additions and credits
covering related Work or subsututions are involved in a
immediately mud shall be recorded by preparation and execu-
tion of an appropriate Change Order,
A2.01-1987 15
7.4 MINOR CHANGES IN THE WORK
7.4.1 The .Architect w~I have aurhonry to order minor changes
tn the Work not involving adjustment in ~e Contract Sum or
extension of ~e Contract Time w.e not incons~tent with the
intent of the Contract Documents. Such changes shall be
effected by written order and shall be binding on the Owner
and Contractor. The Contractor sP~,all carry out such written
orders promptly.
ARTICLE 8
TIME
8.1 DEFINITIONS
of time. including authorized adjmtmenm, allotted in the Con-
tract Documenm for Substamtial Completion of the
8.1.2 The dnte of commencemem of ~he Work is the date
8.1.3 Thc date of Substantial Compicmm is the date cemfied
8.1.4 The term -day' ~ used m the Contract Documents shall
m=an calendar day unless omcrv.'~s¢ spec,'fically gcfincd,
8.2 PROGR~ AND COMPL~ON
8.2.1 Time limim stated in :he Con:met D~cumects are of the
(or performing ~he
8.2.2 The Contractor m~l no[ km~w~ngiy, exc:p[ by
applicable prov~skms tn Pam~aph ~3
ARTICLE 9
PAYMENTS AND COMPLETION
9,1 CONTRACT SUM
9.1.1 The Contract Sum is stated in the Agreement and, includ-
ing authorized adiustments, 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
9.2.1 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 form :md sup-
ported by such data to substantiate its accuracy as the Architect
may require. This schedule, unless obiccted to by the .~chitect.
shall be used as a basis for reviewing the Contractor's App[ica-
9.3 APPLICATIONS FOR PAYMENT
9.3.1 3.t [east ten days before the date established for c-ach
progress payment, the Contractor shall submit to the Architect
an itemized Applica£ion k)r Payment for operanons completed
in accordance with the schedule of values. Such application
sl~all be notarized, if required, and supported by such data
substantiating the Contractor's right to payment as the Owner
or Architect may require, such as copies of requismons t?om
Subcontractors and material suppliers, and reflecting retalnage
if provided for elsewhere in the Contract Documents.
9.3.1.1 Such applications may include requests for payment on
account o( changes in the Wt)rk which have been properly
authorizzd by Construction Change Directives but not yet
included in Change Orders.
9.3.1.2 Such applications may not include requests for pay-
payment may similarly be made for materials and equipment
Owner's ~nterest. and shall include applicable insurance,
9.3.3 Thc Ctmtractor warrants that title ti) ail Work covered by
an Application ~(~r Payment will pass to the Owner no tate~than
8.4 CF-.RT1FICAT~-S FOR PAYMENT
16 A201'1987
ARTICLE 10
PROTECTION OF PERSONS AND PROPERTY
10.1 SAFETY PRECAUTIONS AND PROGRAMS
10.1.1 The Contractor shall be responsible for initiating, men-
taming and supervrsing ~1 safety precautions and programs in
connection with the performance of [he Contract.
mater~il rcesonabIy believed to be asbestos or pdiychlorinated
bipheny[ (PCB) which has not been rendered harmless, the
Contractor sh;~l immediately stop Work in the area 'affected
The Work in the affected ~rea shall not thereafter be resumed
fact the material is asbestos or polychlodnated biphenyl (PCB)
hated biphcnyl (PCB), or when it h~s been rendered hm'mless.
10.1.3 The Contractor shall not be required pursuant to .~icle
7 ~o perform without consent any Work relating to asbestos or
polychk)rinated biphenyl {PCB).
10.1.4 To the fullest extent permitted by law, the Owner shall
indemnit*, :md bold harmless the Contractor. Architect. Archi-
~ects consultants and agents and employees of any of chem
from and agamst cLan'ns, damages, losses and expenses, includ-
ing but not limited to attorneys' fees, ansing out of or resulting
from performance of the Work in the affected area if in fact the
material is asbestos or pdiychlorinated biphenyl (PCB) and has
not been rendered harmless, provided that such claim, damage,
loss or expense is attributable to bodily injury, sickness, disease
or death, or to inlury to or destruction of tangible property
(other than the Work itsett) including loss of use resulting
therefrom, but only to the extent caused in whole or in part by
negligent acts or omissions of the Owner. anyone directly or
indirectly employed by the Owner or anyone ~or whose acts
thc Owner mav be liable, regardless of whether or not such
claim, 'damage, loss or expense is caused in part by a party
indenmified hereunder. Such obligation shall not be construed
to negate, abridge, or reduce other rights or obligations of
indemnity which :would othcrwtse ernst ~ to a party or person
described in thks Subparagraph 10. I.-L
10.2 SAFETY OF PERSONS AND PROPERTY
10.2.1 The Contractor 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 who may
be affected thereby:
.2 the Work and materials and equipment to be incorpo-
.3 other property at the site or adjacent thereto, such as
structures :md uulities not designated fur removal, reid-
10.2.2 The Contractor shall give notices anc~ comply with
applicable laws. ordinances, rules, regulations and lawful orde=
of public authorities bearing on safety of persons or propers, or
their protection from damage, iniury or inss.
10.2.3 The Contractor shall erect and maintain, as required by
ex~tmg conditions and performance of the Contract, tea. son-
able safeguards for safety and protection, including postLqg
danger signs and other warnings agmnst hazards, promulgau.qg
safety regulations and notifying owners and users of adjacent
sites and unlities.
10.2.4 When use or storage of explosives or other hazardons
materials or equipment or unusual methods are necessary for
execunon of the Work, the Contractor shall exercise utmost
qualified personnel.
10.2.5 The Contractor shall promptly remedy damage and loss
(other than damage or loss insured under property insurance
required by the Contract Documents) to property referred to in
Clauses 10.2.1.2 and 10.2. i.3 caused in whole or in part by the
Contractor, a Subcontractor, a Sub-subcontractor, or anyone
directly or indirectly employed by any of them. or by anyone
for whose acts they may be liable and for which the Contractor
is responsible under Clauses 10.2.I.2 and 102.l.3, except
damage or loss atmburabie to acts or omkssions 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 the fault or negligence of the
Contractor. The foregoing obligations of the Contractor are m
addition to the Contractor's obligations under Paragraph 3,18.
10.2. fi The Contractor shall designate a responsible member of
the Contractor's organization at the site whose duty sha~ be the
prevention of accidents. Th~s person shall be the Contractor's
superintendent unless otherwise designated by the Contractor
in writing to the Owner and .-M-chitect.
10.~.? The Contractor shall not Ioad or permit any pan of [he
10.3 EMERGENCIES
10.3.1 In an emergency affecting safety of persons or property.
the Contractor shall act, at the Contractor's discretion, to pre-
vent threatened 'damage, injury or loss. Additional compensa-
tion or extension of twne claimed by the Contractor on account
of an emergency shall be determined ms provided in Paragraph
-~.3 and Article 7.
ARTICLE 11
INSURANCE AND BONDS
11.1 CONTRACTOR'S LIABILITY INSURANCE
11.1.1 The Contractor shall purchase from and malntalri in a
company or companies lawfully authorized to do business in
the jurisdiction in which the Project is located such insurance ~
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 acrs any of them ma':' be
liable:
.1 claims under workers' or workmen's compensanon.
disability Benefit and other sim,lar employe= benefit acts
w~ch are applicable to the Work to be performed;
A201-1987 19
.9 claims for damases because of bodily injury, occupa-
,:1 claims for d,,cwnages because of bodily injury, sickness
.4 claims for damages insured by usual personal injury
liability coverage which are sustained (Ii by a person
employment of such person by the Contractor, or (2)
.5 claims for damages, other than to the Work itself,
.ii claims for damages because of bodily injury, death of
11.1.2 The insurance required by Subparagraph I 1.1.1 shall Be
for Payment as required bi,' Subparagraph 9.10.2. Information
11.2 OWNER'S LIABILITY INSURANCE
11.2.1 The Owner shall be responsible for purchasing and
maintaining the Owner's usual liability insurance. Optionally,
other than the Owner has an insurable interest in the property
required by this Paragraph 1 1.3 to be covered, whichever is
earlier. This insurance shall include interests of the Owner, the
Contractor, Subcontractors and Sub-~ubcomractors in the
Work.
11.3.1,1 Property insurance shall be on an all-dsk policy form
and shall insure against the perils of fire and extended coverage
and physical loss or damage including, without duplication of
coverage, theft, vandalism, malicious maschief, collapse, false-
work, temporary buildings and debris removal including
demolition occasioned by enforcement of any applicable legal
requirements, and shall cover reasonable compensation for
Architect's services and expenses required as a result of such
insured loss. Coverage for other perils shall not be required
unless otherwise provided in the Contract Documents,
11 .:1.1.2 If the Owner does not intend to purchase such prop-
erty insurance required by the Contract and with all of the
coverages in the amount described above, the Owner snail so
infbrm the Contractor in writing prior to commencement of
the Work. The Contractor may then effect insurance which will
protect thc interests of the Contractor, SubcontractDrs and Sub-
subcontractors in the Work, and bv appropriate Change Order
the cost thereof shall be charged to ibc Owner. If the Contrac-
tor is damaged by the failure or neglect of the Owner to pur-
chase or maintain insurance as described above, without so
notifying the Contractor, then the Owner shall bc~ all reason-
able costs properly attributable thereto.
11.:1.1.:1 [f the property insurance requires minimum deducti-
bles and such deductibles are identified in the Contract Docu-
ments, the Contractor shall pay costs not covered because of
such deductibles, If the Owner or insurer increases the required
mmwnum deductibles above the amounts so identified or if the
Owner elects to purchase this insurance with voluntary deduc-
tible amounts, the Owner shall be responsible tbr payment of
the additional costs not covered because of such increased or
voluntary deductibles. If deductibles are not identified in the
Contract Documents, the Owner shall pa)' costs not covered
because of deductibles.
11.3.1.4 Unless otherwise provided in the Contract Dora-
value established in the approval, and aLSo pomons of the Work
11.3.2 Boiler and Machinery Insurance. Tbc Owner shall
purchase and maintain boitcr and machinery insurance
required by the Contract Documents or by taw, which shall
specifically cover such insured objects during installation and
until filial acceptance by the Owner: this insurance ~hall include
shall be named insureds.
11.:1.:t koss of Us~ Insurance. The Owner, at the Owners
insure the Owner against loss of tkse of the Owner's property
of the Owner's property, including consequential losses du~ to
1'1.3.4 If the Contractor requests in wnnng that msurance for
rtsks other than those described herein or for other special h~z-
ards be included in the property insurance policy, thc Or, ncr
shall, if possible, include such insurance, and the cost thereof
shall be charged to the Contractor by appropriate Change
Order.
20 A201-1987
Ali DOCUMENT 1201 · GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION * FOURTEENTH EDITION
11.3.5 If during the Proiect construction period the Owner
insures properties, real or personal or both, adjoining or adja-
cent to the site by property, insurance under policies separate
from those insuring the Proiect. or if after final payment prop-
erry insurance is to be provided on the completed Proiect
through a policy or policies other than those insuring the Proj-
ect during the construction period, the Owner shall waive ali
rights in accordance with the terms of Subparagraph 11.3.7 for
damages caused by fire or other perils covered by this separate
property insurance. All separate policies shall provide this
waiver of subrogation by endorsement or otherwise.
11.3.6 Before an exposure to loss may occur, the Owner shall
File with the Contractor a copy of each policy that include~
insurance coverages required by this paragraph 11.3. Each
policy shall contain all generally applicable conditions, defim-
lions, exclusions and endorsements related to this Project. Each
policy shall contain a provision that the policy will not he
caneefled or allowed to expire unnl at least 30 days' phor writ-
ten notice has been given to the Contractor.
11.3.7 Waivers of Subrogation. The Owner and Contractor
w:ave all dghts against (1) each other and any of their subcon-
tractors, sub.subcontractors, agents and employees, each of the
other, and (2) the Architect, Architect's consultants, separate
contractors described in Ardcte 6, if any, and any of their sub-
contractors, sub-subcontractors, agents and employees, for
damages caused by fire or other perils to the extent covered by
property insurance obtained pursuant to this Paragraph 1 1.3 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 3xticte 6, if any, and the subcontrac-
tors, sub-subcontractors, agents and employees of any of them.
by appropriate agreements, written where legally required for
validity, stmdar waivers ~ch in favor of other panics enum-
erated herein. The policies shall provide such waivers of subro-
gation by endorsement or otherw, tse. A waiver of subrogation
shall be effective as to a person or entity even though that per-
son or entity would otherwise have a duty of indemnification.
contractual or otherwise, did not pay the insurance premmm
directly or indirectly, and whether or not the person or enDty
had an insurable interest in thc property damaged.
11.3.8 A [dSS insured under Owner's property insuragce shall
be adjusted by the Owner as fiduciao' and made payable to the
Owner as fiduciary, for the iusureds, as their interests may
appear, subject to requirements of any applicable mortgagee
clat~se and of Subparagraph 11,3,10. The Contractor shall pay
Subcontractors their just shares of io-surance 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.
11.3.9 If required in writing by a party in interest, the Owner
as fiduciary, shall, upon occurrence of an insured loss. g~ve
bond for proper performance of the Owner's duties. The cost
o[ required bonds shall be charged against proceeds received as
tiduciary. The Owner shall deposit tn a separate account pro-
reads so received, wnlch the Owner shall distnbute in accor-
dance with such agreement as the parties in interest may reach,
or in accordance with an arbitration award in which case the
procedure shall be as provided in Paragraph 4.5. If aider such
loss no other special agreement is made, replacement of dam-
aged property shall be covered Dy appropriate Change Order.
11.3.10 The Owner as fiduciary shall have power to adjust 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 Owner s exercme of this power; if such objection be
made, arbitrators shall be chosen as provided in Paragraph 4.5.
The Owner as fiduciary shall, in that case, make settlement with
insurers in accordance with directions of such arbitrators, ff
distribution of insurance proceeds by arbitration is required,
the arbitrators will direct such distribution.
11.3.11 Partial occupancy or use in accordance with Paragraph
9.9 shall not commence until the insurance company or com-
panies providing property insurance have consented to such
partial occupancy or use by endorsement or otherwise. The
Owner and the Contractor shall t~e reusonabie 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
reducxion of insurance.
11.4 PERFORMANC~ BOND AND PAYMENT BOND
11.4,1 The Owner shall have the right to require the Contrac-
tor tO Mraish bonds covering faithflal performance of the Con-
tract and payment of obligations arising thereunder as stipu-
[amd in bidding requirements or specifically required in the
Contract Docdrnents on the date of execution of the Contract.
11.4.2 Upon the request of any person or emky appearing to
be a potential beneficiary of bonds covering payment of obliga-
tions ansing under the Contract, the Contractor shall promptly
bJrnish a copy of the bonds or shall perma a copy to be made.
ARTICLE 12
UNCOVERING AND CORRECTION OF WORK
12.1 UNCOVERING OF WORK
12.1.1 if a portion of the Work is covered contrary to the
Architect's request or to requirements specifically expressed in
the Contract Documents, it must, if required in writing by the
Architect. be uncovered for the Architect s observation and be
replaced at the Contractor's expense without change in the
Contract Time.
12.1.2 If a portton of the Work has been covered which the
Architect ha~ not specifically requested a~ observe prior to its
being covered, the Architect may request to see such Work and
it shall be uncovered by the Contractor. if such XX(ork is in
accordance with the Contract Documents, costs ofcuncover-
mg and replacement shall, by appropriate Change Order, be
charged to the Owner. if such Work is m)t in accordance with
the Contract Documents. the Contractor shall pay such costs
unless the condition was caused by the Owner or a separate
contractor in which event the Owner shall be responsible for
payment of such ruses.
12.2 CORRECTION OF WORK
12.2.1 The Contractor shall promptly correct Work rejected
Substantial Completion and whether or not thbricatea, installed
or completed. The Contractor shall bear costs of correcting
such rejected Work. including additional testing and inspec-
12.2.2 IL within one year ar~er the date of Substantial Comple-
tion of the Work or designated portion thereo£ or after the date
AIA OOCIJMENT A~01 · GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION * FOURTEENTH EDITION
&[A,~ · c~ 1987 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W.. WASHINGTON. D.C.
A201-1987 21
for commencement of warr:anties established under Sub-
paragraph 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 from the Owner to do so unless the
Owner has previously given the Contractor a written accep-
tance of such condition. This period of one year shall he
extended with respect to portions of Work first performed :fiXer
Substantial Completion by the period of th-ne between Substan-
tiaa Completion and the actual performance of the Work. This
obligation under this Subparagraph 12.2.2 shaal smwive accep-
tance of the Work under the Contract and termination of the
Contract. The Owner shall give such notice promptly after dis-
covery of the condition.
12.2.3 The Contractor shall remove from the site portions of
the Work which are 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 ff the Contractor fails to correct nonconforming Work
within a reasonable time, the Owner may correct it in accor-
dance with Paragraph 2.-L [f the Contractor does not proceed
with correction of such nonconforming Work within a reason-
able time fixed by written notice t?om the Architect, the Owner
may remove it and store the salvable materials or equipment at
the Contractor's expense. If the Contractor does not pay costs
of such removal and storage within ten days after written
notice, the Owner may upon ten additional days' written
notice sell such materiaas and eqmpment at auction or at private
sale and shaft account tbr the proceeds thereof, after deducting
costs and damages that should have been borne by the Con-
tractor, including compensation for the Architect's services and
expenses made necessary thereby If such proceeds of sale do
not cover costs which the Contractor should have borne, the
Contract Sum shaal be reduced by the deficiency, if payments
then or thereafter due the Contractor are not sufficient to cover
such amount, the Contractor shall pay the difference to the
12.2.5 The Contractor shall Bmr the cost of correcting
destroyed or damaged construction, whether completed or
partially' completed, of the Owner or separate contractors
caused by the Contractor's correction or removal of Work
which is not in accordance with the requirements of the Con-
tract Documents.
12.2.6 Nothing contained in this Paragraph I2.2 shall be con-
seined to establish a period of [imitation with respect to other
ob[igations which the Contractor might have under the Con-
tract Documents. Establishment of the time period of one year
as described, in Subparagraph t2.2.2 relates only to the specific
obligation of the Contractor to correct the Work, and has no
relationship to tfie time within which the obligation to comply
with the Contract Documents may be sought to be enforced.
nor to the time within which proceedings may be commenced
to establish the Contractor's liability with respect to the Con-
tractor's obligations other than specifically to correct the Work.
12.3 ACCI~PTANCE OF NONCONFORMING WORK
12.3.1 [f the Owner prefers co accept Work which is not in
accordance with the requirements of the Contract Documents,
the Owner may do so instead of requiring ~ts removal and cor-
rection, m 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 1:~
MISCELLANEOUS PROVISIONS
13.1 GOVERNING LAW
13.1.1 The Contract shall be governed by the [aw of the place
where the Project ~ located.
13.2 SUCCESSORS AND ASSIGNS
13.2.1 The Owner and Contractor respectively bind them-
selves, their partners, successors, assigns and legal representa-
aves 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 Con-
tract Documents, Neither party to the Contract shall assign the
Contract as a who[e without written consent of the other. If
either party attempts to make such an assignment without such
consent, that party shall nevertheless remain legally responsible
for all obligations under the Contract,
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 regtstered or certified
mail to the last business address known to the parry giving
13.4 RIGHTS AND REMEDIES
13.4.1 Duties and obligations imposed by the Contract Docu-
ments and nghts and remedies available thereunder shall be in
addition to and not a limitanon of duties, obligations, rights and
remedies otherwise imposed or avaflabte by law'
1'1.4.2 No action or failure to act by the Owner..q'chitect or
Contractor shall constitute a waiver 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 in writing,
13.5 TESTS AND INSPECTIONS
13,5.1 Tests. inspections :md approvals of portions of the
Work required by the Contract Documents or by laws, ordi-
nances, rules, regulations or orders of public authorities having
jurisdiction shall be made at an appropriate time. Unless other-
wise provided, the Contractor shall make arrangements for
such tests, inspections and approvals with an independent test-
ing laboratory or entity acceptable to the Owner, or with the
appropriate public authority, and shall bear all related costs of
tests, inspections and approvals. The Contractor shall give the
Architect twnely notice of when and where rests and inspec-
tk)ns are to be made so the ,~-chitect may observe such proce-
dures. The Owner shall beas costs of tests, inspections or
approvals which do not become requirements until after bids
are received or negotiations concluded.
13,5.2 [f the Architect, Owner or public authorities having
jurisdiction determine that portions of the Work require addi-
tionaa testing, inspection or approval not included under Sub-
paragraph 13~5.1, the Architect will, upon wmten authorization
from the Owner, instruct the Contractor to make arrangements
for such acldinonal testing, inspection or approval by an entity
acceptable to the Owner, and the Contractor shaal give timely
notice to the Architect of when and where tests and inspections
are to be made so the Architect may observe such procedures.
22 A201-1987
AIA DOC/~IM~r/~101 · GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION · FOURTEENTH EDITiON
paragraph 13.5.3.
13.5.3 [f such procedures for testing, inspection or approval
under Subparagraphs 13,5.1 and 13.5.2 reveal failure of the
13.5.4 Required certificates of testing, inspection or approval
shall, unless otherwise required by the Contract Documents, he
secured by the Contractor and promptly delivered to the
Architect.
13,5.5 If the Krchitect is to observe tests, inspections or
approvaJs required by the Contract Documents, the :krchitect
will do so promptly and, where practicable, at the normal place
13.5.6 Tests or inspections conducted pursuant to the Con-
tract Documents shall be made promptly to avoid unreasonable
detay in the Work.
13.6 INTEREST
13.6.1 Payments due and unpaid under the Contract Docu-
ments shall bear interest from the date payment is due at such
rate as the parties may agree upon tn writing or, in the absence
thereof, at the legal rare prevailing from time to time at the place
where the Project is located.
1:3.7 COMMENCEMENT OF STATUTORY
LIMiTATION PERIOD
13.7.1 As between the Owner and Contractor:
.1 Befor~ Substantial Completion..~ to acts or failures
to act occurring prior to,the relevant date of Substan-
tial Completion. any applicable statute of limitations
.2 Between Substantial Completion and Final Certif'~
Completion and prior to issuance of the tlnal Ceftin-
.3 After Final Certificate for Payment. As to acts or
any warranty provided under Paragraph 3.5, the date
ARTICLE 14
TERMINATION OR SUSPENSION
OF THE CONTRACT
14.1 TERMINATION BY THE CONTRACTOR
14.1.1 The Contractor may terminate the Contract if the Work
is stopped for a period of 50 days through no act or fault of the
Contractor or a Subcontractor, Sub-subcontractor or their
agents or employees or any other perSons performing portions
of the Work under contract with the Contractor, for any of the
following reasons:
.1 issuance of an order of a court or other public author-
ity having }uriscliction;
.2 an act of government, such as a declaration of national
emergency, making material unavailable;
.3 because the Architect has not ~ssued 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 Owner has not
made payment on a Certificate for Payment within
the time stated in the Contract Documents;
.4 if repeated suspension.s, delays or interruptions by the
Owner as described in paragraph 14.3 consumte in
the aggregate more than 100 percent ol' the total num-
ber of days scheduled for completion, or 120 days Lq
any 365-day period, whichever is less: or
,$ the Owner has failed to f~rnksh to the Contractor
prompfiy, upon the Contractor's request, reasonable
evidence as required by Subparagraph 2.2. I.
14,1.2 If one of the above reasons eXtSts, the Contractor may,
upon seven additional days' written nouce 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, :md constmcuon equipment
and machinery, including re~onabie overhead, profit :md
damages.
14.1.3 If the Work is stopped for a period of 60 days through
no act or fault of the Contractor or a Subcontractor or their
agents or employees or any ~)ther persons performing portions
Owner has persmtently failed to Mlfili the Owners obilganons
as provided in Subparagraph 14.12.
14.2 TERMINATION BY THE OWNER FOR CAUSE
14.2.1 The Owner may terminate the Contract if the
.1 persistently or repeatedly refuses or fails to supply
enough properly skilled workers or proper materials:
,2 fails to make payment to Subcontractors for materials
.3 persistently disregards taws. ordinances, or roles, reg-
.4 otherwise is guilty of substantial breach of a provtston
of the Contract Documents
14.2.2 When any of the above rea.sons e~st. the Owner. upon
A201-1987 23
tifv such action, may without preiudice to smv other rights or
remedies of the Owner and after giving the Contractor and the
Contractor's surety, if ax/y, seven d~ys' written notice, termi-
nate employment of the Contractor md may, subjec~ to my
prior rights of the surety:
.1 take possession of the site and of all materials, equip-
ment, tools, and construction equapment md machin-
ery thereon owned by the Contractor;
.2 accept assignment of subcontracts pursumqt to Para-
graph 5.9; and
."t f'mlsh the Work by whatever re~onable method the
Owner may deem expedient.
14.2.3 When the Owner terrnmates the Contract for one of the
tea.sons stated in Subparagraph 14.2.1, the Contractor shall not
he entitled to receive f~rther payment until the Work ts
finished.
14.2.4 If the unpaid balance of the Contract Sum exceeds costs
of finishing the Work, including compensation for the .~chi-
tect's services and expenses made necessary, thereby, such
excess shall be prod to the Contractor. If such costs exceed the
unpmd balance, the Contractor shall pay the difference to the
Owner. The amount [o be paid to the Contractor or Owner. az
the case may be. shall be certified by the ,~chitect, upon appli-
cation, md this obligation for payment shall survive termina-
tion of the Contract.
14.3 SUSPENSION BY THE OWNER
FOR CONVENIENCE
14.3,1 The Owner may, without cause, order the ContraO:or in
writing to suspend, deny or interrt~pt the Work in whole or in
part for such period of t~ne as the Owner may determine.
14.3.2 An adjustment shaiI be made ~br incrm~ses in the cost of
performance of the Contract, including profit on the increased
cost of performance, caused by suspenston, delay or interrup-
tion. No adiustment shall Be made to the extent:
.I that per£on-n;mce ts, was or would have been so sus-
pended, delayed or interrupted by mother cause for
which the Contractor is responsible; or
.2 that an equitsNe adjustment is made or denied under
another provision of this Contract.
14.:L3 Adjustments made in the cost of performance may have
a mutually agreed Ct.xed or percentage fee.
24 A201-1987
SUPPLEMENTARY GENERAL CONDITIONS
The following supplements modify, change, delete from or add to the "General Conditions
of the Contract for Construction", A.I.A. Document A 201-1987 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 1 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)
(2)
(3)
(4)
(5)
(6)
Premises - Operations
Independent Contractors Protective.
Products and Completed Operations.
Contractual-including specified provision
for the Contractor's obligations under Paragraph 4.18.
Owned, non-owned, and hired motor vehicles.
Broad form coverage for property damage.
11.1.2
ADD: ... The Contractor shall furnish insurance with the following
minimum limits:
.1 Workers' Compensation
State and Federal: Statutory
Employer's Liability $100,000,
TOURISTINFORMATIONBOOTH
H-1
.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.
b. 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).
e. Contractual Liability (Hold Harmless Coverage):
Personal Injury, with Employment Exclusion deleted:
$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
TOURIST INFORMATION BOOTH
H-2
GENERAL RELEASE
(To be submitted with requisition for Final Payment)
KNOWN ALL MEN BY THESE PRESENTS, that
(Contractor)
for and in consideration of the sum of
lawful money of the United States of America, to it in hand paid
by:
(OwnedContracting Agency)
Have remised, released, quit-claimed, and forever discharged, and by these presents do
for its successors and assigns remise, release, and forever discharge the said
(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
(Owner/Contracting Agency)
JAMES A. RICHTER, R.A., 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:
supplements thereto.
,19
and any admittance or
IN WITNESS THEREOF, the undersigned corporation has caused this agreement to be
signed by its and its corporate seal to be h~reto
affixed and duly attested by its
this day of ,19 __
Attest: Principal:
TOURIST iNFORMATION BOOTH
K-1
PREVAILING WAGE RATES
ATTACHMENT
WAGE DETERMINATION
for
TOURIST INFORMATION BOOTH
at
S. Wentworth Horton Memorial Park
N.Y.State Route 25
GREENPORT, NEW YORK 11944
TOURIST INFORMATION BOOTH
L-1
............................... ]~5~ ~4U,~ ~~' ..................................
PA~D:See { 3. 16. 23, 24 } on MOLiDAY PAGE .
70% 75% aO% 85% 90% 95%
~5% 65% 75% ~5%
=O% 50% 85% ~o%
CARPENTER
WAGES(pen hour)
~/O1/96-
8/50/96
Piledriver ........... ~ 27.98
40%
5/30/96
Fencer 25.50
8-I
8/30/96
See ( C, ~ $ on OVEtT:~E PAGE.
4130/96 4/30/97
~¢eman ......... $ 30.35 % 31,35 $ 32.35
Yecnn~c:an ........... 30.35 31.35 32.35
Heavy Esu:o. ~ce¢ .... 30.35 31.35 32 35
Tnuc× Dr'var '.. 30.35 31.35 32.35
G¢ouncma¢ ...... 20 35 3!.35 32.35
1/01/98 7/01/98
8/30/98 t2/31/98
~3.0%
S'3 35 t3 35 19,35 ~9.55 9 55 ;9.55
1/01/96-
6/30/96
50% 80% ~0% 80% 90%
95%
6/30/9?
......................... ~=~ ~C ~~ ..........................
a/30/9~
a-7/s
~/27,/93 4/27/94
~-7/a8
8/3019~.
See ( C. O. V )cn OVE~T!ME PAGE at%acme~.
a- 20
g 22.25
$ 32.~0
S ~5.00
STEAMFZTTER
W~GES(per mour/
T/or/g6-
1!,74 13.32 14.89 16.42 17.95 18.S2 ~9.73 23.G9
0.50
WAGES (per mour2
8/30/96
5/31/97
20.94
~9.55
22.!8
4-25/3
NON-DISCRIMINATION CLAUSE
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
ne 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 Jn 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
they 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
notif7 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 all qualified applicants will be afforded equal
employment opportunities without discrimination because of race, creed, color, or
national origin.
TOURIST INFORMATION BOOTH
M-1
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 the Owners
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
the 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).
TOURIST INFORMATION BOOTH
M-2
A4
COMPLIANCE WITH THE LABOR LAW
AND OTHER DEPARTMENT OF LABOR REGULATIONS
STATE REGULATIONS:
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.
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.
Thero 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.
FEDERAL REGULATIONS:
1. CERTIFICATION OF NONSEGREGATED FACILITIES.
By the submission of this bid, the bidder, offeror, 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
estabtishments, 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 ~]ecks,
locker rooms and other storage or dressing areas, parking lots, ddnking 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 pdor 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):
TOURIST INFORMATION BOOTH
N-1
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT
FOR CERTIFICATIONS OF NON SEGREGATED FACILITIES.
A certification of Nonsegregated Facilities must be submitted prior to the award of a
subcontract exceeding $ 10,000 which is not exempt from the provisions of the Equal
Opportunity clause. The certification may be submitted either for each subcontract or for
subcontracts during a period (i.e., quarterly, semiannually, or annually).
NOTE: The penalty for making false statements in offers is prescribed in
18 U.SC. 1001.
"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 odgin. The contractor will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment,
without regard to their race, creed, color, or national origin. Such action shall include, but not
be limited to, the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation;
and selection for training, including apprenticeship. The contractor agrees to post in
conspicuous places, available to employees and applicants for employment, notices to be
provided by the contracting officer setting forth the provisions of this nondiscrimination clause.
(2)
The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive consideration for employment
without regard to race, creed, color, or national origin.
(3)
The contractor will send to each labor union or representative of workers with which he has
a collective bargaining agreement or other contract or understanding, a notice to be provided
by the agency contracting officer, advising the labor union or workers representative of the
contractor's commitments under Section 202 of Executive Order No. 11245 of September
24, 1965, and shall post copies of the notice in conspicuous places available to employees
and applicants for employment.
(4)
The contractor will comply with all provisions of Executive Order No. 11246 of September 24,
1965, and of the rules, and regulations, and relevant orders of the Secretary of Labor.
(5)
(6)
The contractor will furnish all information and reports required by Executive Order No. 11246
of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor,
or pursuant thereto, and will permit access to his books, records, and accounts:by the
contracting agency and the Secretary of Labor for the purposes of investigation to ascertain
compliance with such rules, regulations, and orders.
In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of such rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the contractor may be declared ineligible
for further Government contracts in accordance with procedures authorized in Executive
Order No. 11245 of September 24, 1965, and such other sanctions may be imposed and
remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by
rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
TOURIST INFORMATION BOOTH
N-2
The contractor will include the provisions of Paragraphs (1) through (7) in every subcontract
or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor
issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that
such provisions will be binding upon each subcontractor or vender. The contractor will take
such action with respect to any subcontract or purchase order as the contracting agency may
direct as a means of enforcing such provisions, including sanctions for noncompliance:
Provided, however, that in the event the contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the contracting
agency, the contractor may request the United States to enter into such litigation to protect
the interests of the United States."
FEDERAL PROCUREMENT REGULATIONS
_EQUAL OPPORTUNITY IN EMPLOYMENT
1-12.805.4 Reports and Other Required Information
(a) Requirements for prime contractors and subcontractors.
(1) Each agency shall require each prime contractor and each prime contractor and
subcontractor shall cause its subcontractors to file annually, on or before March 31,
complete and accurate reports on Standard Form 100 (EEO-l) promulgated jointly
by the Office of Federal Contract Compliance, the Equal Employment Opportunity
Commission, and Plans for Progress, or on such form as may hereafter be
promulgated in its place, if such pnme contractor or subcontractor (I) is not exempt
from the provisions of this Sub-part 1-12.8 in accordance with 1-12.804; (ii) has 50
or more employees; (iii) is a prime contractor or first-tier subcontractor; and (iv) has
a contract, sub-contract, or purchase order amounting to $ 50,000 or more, or serves
as a depository of Government funds in any amount, or is a financial institution which
is an issuing and paying agent for U.S. savings bonds and savings notes: Provided,
that any subcontractor below the first tier which performs construction work at the
site of construction shall be required, to file such a report if it meets the requirements
in subdivisions (I), (ii), and (iv) of this paragraph (a) (1).
(2)
Each person required by subparagraph (1) of this paragraph to submit reports shall
file such a report with the contracting or administering agency within 30 days after
the award to him of a contract or subcontract, unless such person has submitted such
a report within 12 months preceding the date ofthe award. Subsequent reports shall
be submitted annually in accordance with subparagraph (1) of this paragraph, or at
such other intervals as the agency or the Director may require. The agency, with the
approval of the Director, may extend the time for filing any report.
(3)
The Director, the agency, or the applicant, on their own motions, may require a prime
contractor to keep employment or other records and to furnish in the form requested,
within reasonable limits, such information as the Director, agency, or the applicant
deems necessary for the administration of the Order.
(4)
The failure to file timely, complete, and accurate reports, as required, constitutes
noncompliance with the prime contractor's or subcontractor's obligations under the
Equal Opportunity clause and is a ground for the imposition by the-agency, the
Director, an applicant, prime contractor or subcontractor, of any sanction authorized
by the Order and the regulations in this sub-part. Any such failure shall be reported
in writing to the Director by the agency as soon as practicable after it occurs.
TOURIST INFORMATION BOOTH
N-3
1-12.805.4 Reports and Other Required Information
lb) Requirements for bidders or prospective contractors.
(2)
(3)
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:
"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 satis~
the requirement prior to award,
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 pedod or such other pedod
specified by the agency or the Director.
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,
pdor 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.
TOURIST INFORMATION BOOTH
N-4
( 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
100 7540-926~2049 Equal employment opportunity
employer information report.
1-12.805.4
PROCUREMENT STANDARDS
All contracts for construction or repair shall include a prevision for corn pliance
wfth 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 oftheAct, 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, ro dangerous to his health and safety as determined under
construction, safety, and health standards promulgated by the Secretary 9f
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.
TOURISTINFORMATIONBOOTH
N-5
Each contract of an amount in excess of $ 2,500 awarded by a Grantee or
Subgrantee 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
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 subgrents 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 OF 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 subgrants in excess of $10,000 shall include provisions
for compliance with Executive Order No. 'i 1246, entitled, "Equal Employment
Opportunity", as supplemented in Department of Labor Regulations (41 CFR,
Part 60). Each contractor or subgrantee 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 wit'n' this
requirement by contractors or subgcantees and to assure that suspected or
reported violations are promptly investigated.
TOURIST INFORMATION BOOTH
_COMPLIANCE WITH PROVISIONS OF THE LABOR LAW
Pursuant to Article 8 of the Labor Law, the contractor's attention is directed to the
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 ratio 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 previsions 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 odgin. (Your attention is directed to the
provisions of the State law against Discrimination which also prohibits discrimination in
employment because of age);
(c)
That there 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;
TOURIST INFORMATION BOOTH
N-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 covers even/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 (gl of the Standard State Contract Clauses promulgated by the Governor on September 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 being conducted, 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.
TOURIST INFORMATION BOOTH
N-8
DIVISION ONE - GENERAL REQUIREMENTS
All work in this Division shall comply with all particulars of the General Conditions and the
Supplementary General Conditions of these Specifications.
Section 1010 - SUMMARY OF WORK
1.01 WORK COVERED BY THE CONTRACT DOCUMENTS:
The work covers the construction of a new 24' x 30' one story wood frame
Tourist Information Booth in full accordance with the contract documents.
The work shall also include installation of the new Septic System and the
necessary connections to the existing Water Main. The work shall also
include the underground connection of the new Electrical Service to the
adjacent LILCO Facilities.
The intent of the Contract Documents is for the work to be completed and
finished in all respects, including all labor, materials, equipment, tools,
construction equipment and machinery, water, heat utilities, transportation,
and other facilities and services necessary for the proper execution of the
work as called for on the drawings, specified herein or as may be reasonably
inferred therefrom.
This contract includes all site work necessary for the completion of work.
The contractor shall obtain and pay for all applicable fees and charges not
specifically excluded from this contract.
1~02 CONSTRUCTION ITEMS TO BE BID SEPARATELY:
The specifications Provided herein are considered complete for all proposed
construction items. It shall be the Contractors responsibility to verify all necessary
items listed within the Specifications and Contract Documents that will provide a
complete installation of each item listed separately for Bidding. The following
construction items shall be bid separately:
The Septic System, This installation shall begin at five (5') feet from the
building foundation and shall include all excavations, backfill, pre-cast
concrete structures, piping, cast iron frames with solid covers, and all other
required items necessary for a complete installation. The work shall be as
indicated on the Plans (sheet SP-1) and in the Specifications.
TOURIST INFORMATION BOOTH
1010-1
The Water Service and Meter. This installation shall include all piping,
trenching, backfilling, fittings and miscellaneous hardware necessary or
required for a complete installation to serve the proposed building
construction~ All items shall be as required by the Village or Greenport Utility
Department. The meter shall be installed within the Building Crawl Space.
The Electric Service and Meter. This installation shall include all trenching,
backfilling, electrical cable and miscellaneous hardware necessary or
required for a complete installation to serve the proposed building
construction. The electric meter shall be securely fastened to the building
and all cable, splices and related items shall be as required by LILCO and
the National Electric Code. The contractor shall make all necessary
arrangements for connections to the LILCO facilities.
The Building Electrical System. This item shall include all wiring, junction
boxes, duplex receptacles, switches, light fixtures, fans, telephone jacks,
exterior wall brackets and flood lights as indicated on the Plans (sheet A-2)
and in the specifications. It shall also include the 100 amp breaker panel and
all connections and control wiring to the hot water heater.
Building Construction. This item shall include all required construction items
as indicated on the Plans and listed in the Specifications that have not been
outlined in items A, B, C & D above. This will include, but not be limited to;
excavations, backfilling, footings, foundations, wood framing, wood trusses,
plywood sub-flooring & sheathing, siding, roofing, doors & windows, interior
and exterior wood trim, flooring, finish materials, plumbing fixtures with
related piping and all necessary construction items as indicated in the plans
and specifications.
1.03 WORK BY OTHERS:
The following will be provided by other:
1. The Owner will provide and pay for the following:
a. All related building permits.
b. All Suffolk County Health Department approvals.
END OF SECTION
TOURIST INFORMATION BOOTH
1010-2
Section 1080 - APPLICABLE CODES
1.01
The latest effective publications of the following standards and codes, as applicable,
form a part of these specifications the same as if written fully herein and shall not
relieve the Contractor of the responsibility of furnishing and installing higher grade
materials and workmanship than herein specified.
2.
3.
4.
5.
Applicable codes or ordinances of local governing agencies.
National Fire Protection Association (NFPA)
Underwriters Laboratories, Inc, (UL)
National Electric Code (NEC)
New York Building Code
1.02 The Town of Southold shall obtain and pay for all permits and required inspections.
END OF SECTION
TOURIST INFORMATION BOOTH
1080-1
Section 1500 - CONSTRUCTION FACILITIES & TEMPORARY CONTROLS
1.01
1.02
UTILITIES
A. TEMPORARY ELECTRICITY: The Contractor shall provide electrical power
for the use of all trades during construction and shall pay for all electrical
power used.
B. TEMPORARY HEAT & VENTILATION: The Contractor shall provide heat
and ventilation during construction to prevent freezing of materials,
reasonable comfort for the workmen, and proper conditioning for installing
finish materials.
C. TEMPORARY WATER: The Contractor shall provide a temporary potable
water supply for all trades during the construction period.
D. TEMPORARY SANITARY FACILITIES: The Contractor shall provide and
maintain temporary toilets in accordance with local health ordinances.
BARRIERS
A. Barricades shall be provided around all excavations and other hazardous
areas during construction and shall be maintained and lighted in accordance
with Uniform Statewide Building Code and local requirements.
END OF SECTION
TOURIST INFORMATION BOOTH
1500-1
Section 1600 - SUBSTITUTIONS
1.01 The following requirements are applicable to all proposed substitutions for products
specified herein, where such substitutions are allowed.
1.02 CONTRACTOR'S OPTIONS:
A. For products specified with the notation of "or equal" or "or approved equal",
the Contractor may submit an equivalent product for approval by the
Architect.
B. For products specified by naming only one product or manufacturer, unless
otherwise indicated, the Contractor may submit an equivalent product for
approval by the Architect if such a product is available.
1.03
PROCEDURE:
A. Requests for substitution shall be submitted with complete data necessary
to substantiate compliance with the Contract Documents. Submit physical
samples and names and addresses of similar projects on which the product
was used when requested by the Architect.
B. Submissions shall be made in sufficient time to allow a thorough investigation
of the proposed substitutions and no allowance will be made for delay in
project completiot~ because of disapproval of proposed substitutions.
C. In making request for substitution. Bidder/Contractor represents:
He has personally investigated proposed product or method and
determined that it is equal or superior in all respects to that specified.'
2. He will provide the same guarantee for substitution as for product or
method specified.
3. He will coordinate installation of accepted substitution into work
making such changes as may be required for work to be complete in
all respects.
4. He waives all claims for additional costs related to substitution which
subsequently becomes apparent.
1.04
APPROVAL OF SUBSTITUTIONS
A. All substitutions shall be approved in writing prior to being ordered, fabricated
or incorporated into the work. .]';
B. The Architect's decision on the suitability or equivalence of a proposed
substitution is final and may be based on the suitability of colors, finishes and
outward appearance in addition to the functional aspects of the product." !i
C. Substitutions which require a substantial revision of the Contract Documents
will not be considered.
TOURIST INFORMATION BOOTH
1600-1
DIVISION TWO ~ SITE WORK
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 2100 - SITE PREPARATION
Part 1 - GENERAL
1,01 DESCRIPTION:
A. Provide all site preparation work. Limits of work under this contract shall
include the entire site,
B.Related Work Specified Elsewhere:
1. Earthwork 2200
Part 2 - PRODUCTS - NOT APPLICABLE
Part 3 - EXECUTION
3.01 PROTECTION:
A. Streets, roads, adjacent property and other works to remain shall be
protected throughout the work in accordance with Uniform Statewide Building
Code.
B. The existing information building will remain in operation during construction.
Safeguards shall be undertaken by the Contractor to ensure adequate and
safe access at all times.
3.02 STRIPPING:
A. Stockpile all excavated sand & gravel in designated or approved location.
All remaining stockpiled material at the end of the project will be removed
from the site by the contractor.
3.03 DISPOSAL:
A. Burning of material on the site will not be permitted.
B. Removal:
1. Material to be removed shall be removed from the site daily as it
accumulates.
2. Should the Contractor elect to continue work beyond normal w~rking
hours, matedal to be removed shall not be allowed to accumulate for
more than 48 hours.
C. Dumping: ·
1. Construction & Demolition material generated by this project shall be
dumped at the Southold Town Transfer Station at no cost to the
Contractor.
END OF SECTION
TOURIST INFORMATION BOOTH
2100-1
Section 2200 - EARTHWORK
Part 1 GENERAL
1.01 DESCRIPTION:
A. Provide earthwork in area inside and outside the building timit to obtain
required finish elevations. Earthwork includes, but is not limited to:
1. Excavation of unsuitable material to be replace with controlled fill
material.
2.Backfilling of trenches within building lines.
3.Excavation of proposed Septic System.
Limit of work under this contract shall include the entire site.
B.Related Work Specified Elsewhere:
1. Site Preparation 2100
1.02
QUALITY ASSURANCE:
A. Code and Standards: Perform excavation work in compliance with applicable
requirements of governing authorities having jurisdiction.
1.03
JOB CONDITIONS:
A. Protection of Persons and Property:
1. Barricade open excavations occurring as part of this work and post
with warning lights.
2. Operate warning Fights as recommended by authorities having
jurisdiction.
B. Protect structures, utilities, sidewalks, pavements and other facilities from
damage caused by settlement, lateral movement, undermining, washout and
other hazards created by earthwork operations.
Part 2 - PRODUCTS
2.01 SOIL MATERIALS:
A. Definitions:
1. Satisfactory Soil Materials: Materials classified by ASTM D 2487,
Classification of Soils for Engineering Purposes, as GW, GP, GM, SW,
SP, SM, & SC with no more than 20 percent by weight finer than, No.
200 sieve.
2. Unsatisfactory Soil Materials: Materials classified by ASTM D 2487,
Classification of Soils for Engineering Purposed, as ML, CL, OL, MH,
CH, OH, & PT and those soils classified as satisfactory which do not
meet the gradation requirements specified above.
3. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock
or gravel larger than 2 inches in any dimension, debris, waste, frozen
materials, vegetable and other deleterious matter.
TOURIST INFORMATION BOOTH
2200-1
Part 3 - EXECUTION
3.01 EXCAVATION:
A. Excavation consists of removal and disposal of material encountered when
establishing required finish grade elevations.
B. Unauthorized excavation consists of removal of materials beyond indicated
subgrade elevations or dimensions without specific direction of the Architect.
Unauthorized excavation, as well as remedial work directed by the Architect
shall be at the Contractor's expense.
3.02
COMPACTION:
A. General: Control soil compaction during construction providing minimum
percentage of density specified for each area classification.
B. Percentage of Maximum Density Requirements: Compact soil to not less
than the following percentage of maximum dry density for soils which exhibit
a well-defined moisture density relationship determined in accordance with
ASTM D 698; and not less than the following percentages of relative density,
determined in accordance with ASTM D 2049, for soils which will not exhibit
a well-defined moisture density relationship.
C. Structures: Compact top 12" of subgrade and each layer of backfill or fill
material at 95% maximum dry density.
D. Building Slabs and Paved Areas: Compact top 12" of subgrade and each
hayer of backfill or fill matedal at 95% maximum dry density.
3.03
BACKFILL AND FILL:
A, Place acceptable soil material in layers to required subgrade elevations, for
each area classification listed below.
1. Under Walks, use satisfactory excavated or borrow material.
2. Under Building Slabs, use satisfactory borrow material.
3.04 GRADING:
A. General: Uniformly grade areas within limits of grading under this section,
including adjacent transition areas. Smooth finished surfaces within specified
tolerances, compact with uniform levels or slopes between points where
elevations are shown or between such points and existing grades.
.~;
3.05 DISPOSAL OF EXCESS WASTE MATERIALS:
A. Removal of waste material, including unacceptable excavated material, trash
and debris shall be disposed of at the Southold Town Transfer Station at no
cost to the Contractor.
END OF SECTION
TOURIST INFORMATION BOOTH
2200-2
DIVISION THREE - CONCRETE
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 3000 - CONCRETE WORK
Part 1 - GENERAL
1.01 DESCRIPTION:
A. Provide all concrete work as shown.
B. Related work Specified Elsewhere:
1. Masonry Accessories 4150
2. Masonry 4200
1.02
QUALITY ASSURANCE:
A. Codes and Standards: Comply with provisions of the following Codes,
Specifications and Standards, except where more stringent requirements are
shown or specified:
1. ACI 318 "Building Code Requirements for Reinforced Concrete".
Part 2- PRODUCTS
2.01 FORM MATERIALS:
A. Forms for unexposed Finish Concrete: Form concrete surfaces which will be
unexposed in finished structure with plywood, lumber, metal or other
acceptable material. Provide lumber dressed on at least 2 edges and one
side for tight fit.
B. Form Coatings: Provide commercial formulation form coating compounds
that will not bond with, stain nor adversely affect concrete surfaces and wiJJ
not impair subsequent treatments of concrete surfaces.
2.02
CONCRETE MATERIALS:
A. Portland Cement: ANSI/ASTM C 150, Type I, unless otherwise acceptable
to the Architect, ~:
B. Use one brand of cement throughout project, unless acceptable to the
Architect.
C. Air-Entraining Admixture: ANSI/ASTM 260.
2.03 REINFORCING MATERIALS:
A. Welded Wire Fabric: ANSI/ASTM A 185, Welded Wire Steel.
TOURIST INFORMATION BOOTH
3000-1
Part 3 ~ EXECUTION
3.01
FORMS:
A. Design, erect, support, brace and maintain form-work to support vertical and
lateral loads that might be applied until such loads can be supported by
concrete structure. Construct form-work so concrete members and structures
are of correct size, shape, alignment, elevation and position.
B. Design form-work to be readily removable without impact, shock or damage.
3.02
FINISH OF FORMED SURFACES:
A. Float Finish: Apply float finish to all concrete slab to receive trowel finish.
B. Trowel Finish: Apply trowel surface to all concrete slabs exposed to view.
END OF SECTION
TOURISTINFORMATIONBOOTH'
3000-2
DIVISION FOUR * MASONRY
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 4100 - MORTAR
Part 1 ~ GENERAL
1.01 DESCRIPTION:
A, Provide all mortar for masonry work.
B. Related Work Specified Elsewhere:
1, Masonry Accessories 4150
2. Masonry 4200
Part 2 - PRODUCTS
2.01 MATERIALS:
A. Sand shall be an acceptable color, clean, sharp, graded and shall conform
to ASTM C 144. All sand used throughout the project shall be from a single
source and shall be uniform in color.
B. Water shall be clean, taken from a source suitable for domestic consumption.
The maximum amount of water to produce the desired workability shall be
used.
C. Mortar for all concrete masonry shall be Type S and shall have an average
compressive strength of 1800 PSI at 28 days.
Part 3 - EXECUTION
3.01 APPLICATION:
A. Mix mortar in strict conformance with manufacturer's printed directions and
use within two hours of mixing.
B. Mortar shall be used in as wet a consistence as can be necessary. Mortar
which has stiffened or in which the cementing material has started to set shall
not be re-tempered or used.
C. Anti-freeze compounds and admixtures will not be permitted in mortar. -
END OF SECTION
TOURIST INFORMATION BOOTH
4100-1
Section 4200 - MASONRY
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide all concrete unit masonry work.
B. Related Work Specified Elsewhere:
1. Concrete 3000
2. Mortar 4100
3. Masonry Accessories 4150
Part 2 - PRODUCTS
2.01
CONCRETE MASONRY UNITS -"CMU":
All sizes and shapes shall be as required or indicated on the drawings.
Hollow Load Bearing Units: ASTM C 90
All concrete units shall be fabricated with a Fight weight aggregate meeting
ASTM C 331, and be cured by a single-stage high pressure steam autoclave
at 365 degrees F at 150 PSI. Dry weight shall not exceed 84 # per Cubic
Foot.
Part 3 - EXECUTION
3.01
PREPARATION:
A. It is the responsibility of the Contractor to verify, coordinate and provide for
all architectural, plumbing and mechanical work in and around the masonry
construction. Additionally, the Contractor shall take all necessary precautions
to protect the masonry work from damage during construction.
3.02
INSTALLATION:
A. Joints and bond in masonry construction: Horizontal and vertical face joints
shall have a nominal thickness of 3/8 inch. Construct uniform tight joints and
provide a concave struck joint on all exposed CMU, unless otherwise
indicated on the drawings. ~:
B. Workmanship: All work shall be performed by skilled tradesmen in a high
quality workmanlike manner and is subject to the final approval of the
Architect. Only dry masonry units shall be laid with all cutting and fitting done
with a masonry saw. All work shall be plumb, true to line and with level-
courses accurately spaced.
END OF SECTION
TOURIST INFORMATION BOOTH
4200-1
Plywood:
1. Wall Sheathing;
2. Floor Sheathing:
3. Roof Sheathing;
4. Walls & Ceilings:
(Restrooms & Utility Room)
½" CDX (South Elevation Only)
5/8" T-111 Siding (Remaining 3 Sides)
3/4" CDX
¼" CDX
¼" AC
Building Paper over roof sheathing shall be 15# asphalt saturated felt.
Building Paper over wall sheathing shall be TYVEK.
Part 3 - EXECUTION
3.01
PREPARATION:
A. The contractor shall verify that surfaces to receive rough carpentry are
prepared to proper grades and dimensions. In addition, it is the responsibility
of the Contractor to coordinate and provide for all work of other trades and
schedule his work to minimize delays to the project.
3.02
INSTALLATION:
A. All work shall be performed by experienced tradesmen.
Blocking shall be
true, plumb and anchored as required and in accordance with these
Specifications and good construction practices.
¼" AC Finish Plywood on walls & ceilings of Restreoms & Utility Room shall
be securely fastened with 1-1/2" self taping screws at eight (8") inches O.C.
(Minimum), All screws shall be countersunk and filled to provide a uniform
surface for application of painted finish.
END OF SECTION
TOURIST INFORMATION BOOTH
6100 - 2
Section 6200 - FINISH CARPENTRY
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide all millwork and trim including, but not limited to, the following:
1. Door & Window Trim.
2. Wall Baseboard.
3, Storage Shelving in Closet.
B. Related Work Specified Elsewhere:
1. Rough Carpentry - 6100
2. Painting - 9900
1.02
QUALITY ASSURANCE:
A. All work specified under this section shall conform to the American
Woodworking Institute (AWl), Quality Standards, Latest Edition.
Part 2- PRODUCTS
2.01
MILLWORK:
A. All door trim, window trim, wood stools, baseboard, and other wood trim shall
be clear pine. All trim shall be field painted as specified in Section 9900.
Part 3 - EXECUTION
3.01
PREPARATION:
A. The Contractor shall verify dimensions at the site and assume sole
responsibility for the proper fitting of this work,
B. The Contractor shall provide all blocking and miscellaneous work necessary
to achieve rigid, sturdy and permanent construction without changing the
design requirements. The work shall be furnished and installed complete in
all respects, including hardware and leveling devices where required.
END OF SECTION
TOURIST INFORMATION BOOTH
6200- 1
DIVISION SEVEN - THERMAL AND MOISTURE PROTECTION
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 7100 - WATERPROOFING
Part 1 - GENERAL
1.01 DESCRIPTION:
A. Provide a continuous uniform coating of membrane damp proofing to be
applied to the exterior surface of all Concrete Masonry Units below grade.
All exterior masonry surfaces shall be thoroughly treated as per
manufacturers specifications.
B. Related Work Specified Elsewhere:
1. Mortar 4100
2. Masonry 4200
1.02 QUALITY ASSURANCE:
A. Work in this Section must be performed by experienced, highly skilled
tradesmen. The Contractor shall have been in this trade as a business for
a minimum of five years and qualify his experience with commercial
applications.
Part 2- PRODUCTS - NOT USED
Part 3 - EXECUTION
3.01 PREPARATION:
A. The installation of any part of the work of this Section will be construed as an
acceptance of the surface over which the damp proofing work is required to
be applied. Any condition which does not conform to the specifications
and/or is not satisfactory must be reported to the General Contractor prior to
commencement of the work and thereafter the installer shall be fully
responsible for satisfactory work as required herein.
B. All surfaces shall be prepared to receive the waterproofing application in
accordance with the manufacturer's recommendations.
3.02 APPLICATION:
A. The Contractor shall protect his work at all times, and shall also protect
adjacent work and materials by suitable covering or other method Cl'Uring
progress of his work. Upon completion of the work, he shall leave his part
of the work in clean, orderly and acceptable condition.
END OF SECTION
TOURIST INFORMATION BOOTH
7100-1
ROO~IN~
alt Roofing.
; Specified Elsewhere:
Carpentry 6100
,ICE:
lanufacturers; Roofing:
- Manville or approved equal (25 Year Limited Warranty)
ontractor shall be certified by the manufacturer and shall have
f five (5) years experience as a contractor.
and workmanship shall conform with the manufacturer's
cifications for New Roofing.
F USED
of the General Conditions.
ments of these Specifications.
indicated. Contractor shall
nufacturer for the Architects
manufacturers full range of
Utility Closet and Restrooms.
onsibility of the General Contractor to verify, coordinate and
I architectural and mechanical materials to be incorporated in
,stem. He shall provide treated wood nailers as required and
ted on the drawings and furnish the necessary materials to
completion of the roofing work.
Jately store and protect door
nt weather conditions and
ting installation of architectural and mechanical materials shall
~ and indicated on the drawings and in accordance with the roof
~ pdnted specifications. Coordination of requirements for roof
;,4th mechanical, electrical and plumbing design shall be the
asponsibility.
VORK:
)nsibility of the General Contractor to adequately protect the
'n from damage during construction. Any materials which
~ged shall be promptly repaired or replaced at no additional
Owner.
kmanlike manner. All work
:lesmen and subject to final
'8 inch, and clearance at sills
'OURIST INFORMATION BOOTH
7500-1 8100- 1
Section 8200 - WINDOWS
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide Andersen windows as indicated. All windows shall have screens and
necessary hardware required for a complete installation.
B. Related Work Specified Elsewhere:
1. Rough Carpentry - 6100
1.02
STORAGE & HANDLING:
A. It is the responsibility of the Contractor to adequately store and protect
windows from damage caused by inclement weather conditions and
construction in progress.
Part 2 - PRODUCTS - NOT USED
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install all windows and related hardware in a workmanlike manner. All work
shall be performed by experienced, skilled tradesmen and subject to final
acceptance by the Architect.
B. Clearance at head and jambs and sills shall not exceed 1/8 inch.
END OF SECTION
TOURIST INFORMATION BOOTH
8200 - 1
Section 8700 - FINISH HARDWARE
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide all door hardware for interior and exterior doors.
B. Related Work Specified Elsewhere:
1, Doors - 8100
1.02
QUALITY ASSURANCE:
A. Commercial grade hardware manufactured by the following companies are
acceptable:
1. Russwin 4. Stanley
2. Schlage 5. Ives
3. Sargent 8. Pemko
Part 2- PRODUCTS
2.01
MATERIALS:
A. The finish hardware listed herein shall not be construed as a complete
hardware schedule and shall only be considered as an indication of the
hardware requirements. It shall be the Contractors responsibility to provide
all necessary or additional hardware as required to accommodate the
construction as shown.
2.02
KEYING:
A. All locks shall be keyed and master keyed as directed by the Architect.
B, Provide three (3) keys for each lock, three (3) keys for master.
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install all finish hardware by skilled workmen as per manufacturer's
instructions and adjust for perfect operation. After fitting of hardware, remove
all natural finish exposed hardware before painting. Reinstall exposed
hardware after all painting is complete. Any hardware that becomes
damaged in finish or operation shall be replaced by the Contractor at no
additional cost to the Owner.
TOURIST INFORMATION BOOTH
8700 - 1
3.02
HARDWARE SCHEDULE:
A. Manufacturers catalog numbers specified herein are for the purpose of
establishing a basis of quality, design and operation. Hardware by other
manufacturer's will be acceptable provided that they provide the same
function, appearance, quality level, and keying:
1. Hinges - Stanley Hardware
2. Locks - Russwin
3. Dead Bolt - Russwin
4. Closers - Russwin
5. Miscellaneous - Ives
HARDWARE SETS:
Restroom Doors, (2 Typ.)
1 1/2 Pair Butts
1 EA. Closer
1 Ea. Passage Set
1 Ea. Interior Dead Bolt (Key at exterior)
Mechanical Room, (1 Typ.)
1 1/2 Pair Buts
1 Ea. Closer
1 Ea. Passage set
1 Ea. Interior Dead Bolt (Key at exterior)
Entry Door, (1 Typ.)
1 1/2 Pair Butts
1 Ea. Closer
1 Ea. Panic Bar Passage Set
1 Ea. Interior Dead Bolt (Key at exterior)
END OF SECTION
TOURIST INFORMATION BOOTH
8700 - 2
DIVISION NINE - FINISHES
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 9650 - RESILIENT TILE FLOORING
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide resilient vinyl tile flooring in each bathroom.
required.
B. Related Work Specified Elsewhere:
1. Carpet - 9680
Provide accessories as
1.02
QUALITY ASSURANCE:
A. The following manufacturers are acceptable:
2.
3,
4.
5.
6.
Kentile Floors, Inc.
Armstrong Cork and Rubber company
G.A.F. Corporation
AFCO Rubber Corporation
Johnson Rubber Co.
Roppe Rubber Corp.
Part 2 - PRODUCTS
2.01
MATERIALS:
A. Vinyl composition tile shall be 118 inch thick, 12 inches x 12 inches, color and
style as selected by the Architect.
B. Vinyl base shall be 4 inches high, 1/8 inch thick with rounded top. Provide
cove-type units at all tile work. All corners shall be preformed. Colors shall
be as selected by the architect from full range of manufacturer's colors.
C. Provide vinyl edge or reducing strips as required at transitions to other floor
finishes.
Part 3 - EXECUTION
3.01
PREPARATION:
A. Provide 1/8 inch underlayment over subflooring to insure a smooth even
surface for the installation of the tile flooring. The installation of any part of
the tile work will be construed as an acceptance of the surface over which the
tile work is required to be applied.
TOURIST INFORMATION BOOTH
9650- 1
3.02
INSTALLATION:
A. Surfaces on which tiles are laid shall be smooth, level, free from dust, grit,
and grease, and in proper condition to receive tiles. Install tiles directly on
undedayment with approved primer and waterproof cement and in
accordance with manufacturer's recommendations. Lay field tiles with
straight joints parallel with walls.
END OF SECTION
TOURIST INFORMATION BOOTH
9650 - 2
Section 9680 - CARPETING
Part 1 - GENERAL
1.01
DESCRIPTION:
Provide Carpeting in main room of the information center.
B. Related Work Specified Elsewhere:
1. Resilient Tile Flooring - 9650
Part 2- PRODUCTS
2.01
MATERIALS:
A. Carpet shall be a medium grade and constructed of fire rated material. The
color shall be as selected from the manufacturers full range of colors,
Contractor shall submit samples to the Architect for approval.
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install Carpet by tackless trip tight stretch method over 1/4 inch thick high
density rubber cushion (commercial grade).
B. Install carpet running in the same direction, with a minimum of seams.
C. All seams shall be closely fitted and carefully trimmed so as to be invisible
from a standing position.
D. No seams are to occur at doorways and entries perpendicular to doors or
entries. Seams occurring at doors, parallel to doors, shall be centered
directly under the door.
3.0:_~
CLEAN UP:
A. After completion of the carpet installation, the carpet shall be throughly
cleaned, vacuumed and left free of all debris.
END OF SECTION
TOURIST INFORMATION BOOTH
9680 o 1
Section 9900 - PAINTING
Part 1 - GENERAL
1.01
DESCRIPTION:
A. Provide the field painting for the entire project, both interior and exterior;
including, but not limited to, the following:
1. Exterior:
A. Plywood soffits
B. All wood fascia & trim
C. Doors
2. Interior:
A. Exposed gypsum drywall - walls & ceilings
B. Exposed AC Plywood - walls & ceilings
C. Doors
D. All wood trim and window stools
Related Work Specified Elsewhere:
1. Finish Carpentry 6200
2. Finish Hardware 8700
3. Toilet & Specialty Accessories - 10800
1.02
QUALITY ASSURANCE:
A. Acceptable manufacturers:
1. Glidden
2. PPG (Pittsburgh Paints)
3. Benjamin Moore
4. Minwax
B. Work in this Section must be performed by highly skilled tradesmen
thoroughly experienced with commercial work.
Part 2 - PRODUCTS
2.01
MATERIALS:
A. It is the primary intent that each paint material and finishing material be the
best of its respective kind as related to the item and surface to which it is
applied. Except as otherwise specified. Paint products shall be those of one
manufacturer, premixed, ready for application. Do not cut or thin in any way
unless the nature of the product requires thinning in order to apply it or unless
thinning is specified. In such cases, use thinner called for on the label ir]
proper volume ratio recommended by the manufacturer.
B. All colors shall be as selected by the Architect.
TOURIST INFORMATION BOOTH
9900-1
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 10800 - TOILET AND SPECIALTY ACCESSORIES
Pa~rt 1 - GENERAL
1.01
DESCRIPTION:
A. Provide toilet and specialty accessories.
B. Related Work Specified Elsewhere:
1. Rough Carpentry - 6100
2. Finish Carpentry - 6200
1.02
QUALITY ASSURANCE:
A. Acceptable manufacturers for toilet accessories:
1. Miami-Carey
2. Bobrick
3. A.MI., Inc.
4. Accessory Specialties, Inc.
5. Bradley Corporation
6. McKinney
Part 2 - PRODUCTS
2.01 MATERIALS:
A. The specialty accessory schedule listed herein shall not be construed as a
complete schedule and shall only be considered as an indication of the
accessory requirements. It shall be the supplier's responsibility to examine
the drawings and to provide all necessary and additional accessories as
required. Such items shall be of the same type, quality, and quantity as that
scheduled for similar parts of the building.
Part 3 - EXECUTION
3.01
INSTALLATION:
A. Install in accordance with manufacturer's written instructions and approved
shop drawings in the locations indicated on the drawings or as directed by
the Architect.
TOURIST INFORMATION BOOTH
10800-1
Soap dispensers shall be mounted on the wall such that the end of the spout
will be over the lavatory bowl.
After installation, thoroughly clean exposed surfaces. Any item that becomes
damaged in finish or operation shall be replaced at no additional cost to the
owner.
3.02
SCHEDULE:
A. Specialty Accessories specified herein for the purpose of establishing a
basis of quality, design and operation. Accessories by other manufacturers
will be acceptable subject to the Architect's approval, Provided they provide
adequate functions and quality. Materials indicated are by Bobrick and J.L
Industries. All products shall have a brushed stainless steel (or chrome)
finish unless otherwise noted.
B. Toilet and Specialty Accessories Schedule
1. MEN'S TOILET:
1 Ea. Toilet paper holder
1 Ea. Grab Bar
1 Ea. Soap Dispenser
1 Ea. Paper Towel Dispenser & Disposal Unit
2. WOMEN'S TOILET:
1 Ea. Toilet paper holder
1 Ea. Grab Bar
1 Ea. Feminine Napkin Disposal Unit
1 Ea. Soap Dispenser
1 Ea. Paper Towel Dispenser & Disposal Unit
END OF SECTION
TOURIST INFORMATION BOOTH
10800-2
DIVISION FIFTEEN - MECHANICAL
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 15100 - PLUMBING
Part 1 - GENERAL
DESCRIPTION:
A. The Contractor shall provide a complete working plumbing system to serve
the construction as shown on the drawings. The systems shall be designed
by a qualified designer in accordance with the requirements of the New York
State Building and Basic Plumbing Code and all Local Ordinances at the
Contractor's expense.
B. The Contractor shall supply and install a Hot Water Heater capable of
survacing the proposed facility. This unit shall be located in the utility closed.
C. The Water Closets, Lavatories, hardware and all related bathroom
accessories shall be handicapped accessible and meet the minimum
requirements listed in the ANSI Standards, Latest Edition.
D. The plumbing designer shall consult the complete drawings for this facility
and shall design the plumbing system in accordance with this information and
all applicable codes, standards and good accepted engineering practices.
E The Contractor shall be responsible for all connections to the existing Water
Main. Coordinate all service installation and meter pit requirements with the
Village of Greenport Utilities and the Town of Southold.
1.02
COORDINATION:
A. The Contractor shall be solely responsible for coordination of his work with
the work of other trades, especially with regard to openings, roof
penetrations, clearance above ceilings, and routing of ducts, pipes or
conduits.
END OF SECTION
TOURIST INFORMATION BOOTH
15100-1
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
Par~ 1 - GENERAL
DESCRIPTION:
A. The Contractor shall provide a complete, working electrical system to serve
the construction as shown on the drawings.
B. The Contractor shall provide and install a 100 amp electric service for this
project. The service meter (C T Cabinet) shall be installed in the Utility
Room Closet. 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.
C. 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 Lighting Company and the Village of Greenport Utilities.
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.
1.02
QUALITY ASSURANCE:
A. The Contractor shall be responsible for providing a complete, working
electrical system to serve the construction as shown on the drawings. The
electrical system shall be designed by a qualified designer in accordance with
the New York State Electrical Code and all local ordinances at the contractors
expense.
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 Islana
Lighting Company "Red Book".
TOURIST INFORMATION BOOTH
16000-'~
Part 3 - EXECUTION
3.0'1
INSTALLATION
A. The Contractor shall verify all electrical requirements of the proposed facility.
The placement of outlets, switches and devices shall be as indicated on the
plans and as directed by the Architect.
B. The electrical service shall include final connections to all mechanical
equipment.
C. All work shall be performed by experienced tradesmen licensed to practice
in the State of New York.
END OF SECTION
TOURIST INFORMATION BOOTH
16000-2
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
M/XgRRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOV(N CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MAY 13, 1997:
RESOLVED that the Town Board of the Town of Southold hereby authorizes
and directs the Town Clerk to readvertise for bids for the construction
of a Tourist information Booth at the S. Wentworth Horton Memorial Park,
NYS Route 25, Greenport, New York.
Southold Town clerk
M~¥ 14, 1997