HomeMy WebLinkAboutNew Suffolk Drainage Improvements· Complete items 1, 2, and 3, Also complete
item 4 If Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
[] Agent
[] Addressee
D. Is delivery
If YES, enter delivery address below: [] NO
3. Service Type
[] Express Mail
[] Return Receipt for Merchandise
[] C.O.D.
4. Restricted Delivery? ~tra Fee) [] Yes
2. Article Number 7003 3110 0001 8549 3027
(Transfer from se~lce/abe/)
PS Form 3811, February 2004 Domestic Return Receipt 102595-02-M-1540
ELIZABETH A. NEV~J,F., RMC, CMC
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork, net
OFFICE OF THETOWNCLERK
TOWN OFSOUTHOLD
March 17, 2009
"/CC)3 3110 ooc~ ~'.Sq'l 30,)7
DeLalio/South Fork Asphalt
Pen'y W. DeLalio, Jr.
224A North Main Street
Southampton, NY 11968
Dear Mr. DeLalio, Jr.:
This office has been informed that the following project has been completed and
your bid bond/check can be released:
New Suffolk Drainage Improvement
bid.
Enclosed please find your bid bond dated February 11, 2008. Thank you for your
Very truly yours,
Lynda M Rudder
Deputy Town Clerk
Encs.
[:3
· Oomplet~ items 1, 2, and 3. Aisc complete
Item 4 if Restricted Delivery is desired.
· Pdnt your name and address on the reverse
so that we can return the card to you.
· At~ach this card to the back of the mailpiece,
or on the front jf space permits.
1. Article Addressed to:
2. Article Number
(Transfer from se'vice
[] Addressee
If YES, enter delivery address below: ~.No
El3 Certified Mall [] Express Mail
[] Registered [] Return Receipt for Memhandlse
D Insured Mall [] C.O.D.
4. Restricted Delive~ (Extra Fee) [] Yes
7007 0710 0003 2876 3405
PS Form 3811, February 2004 Domestic Rstum R~ceipt 102595-02-M-1540
m
Certified
Relurn Recei
Restricted Delive
"Total Postage & Fees
Postmark
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Pdnt your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
1. Article Addressed to:
2. Article Number
(Transfer from set.ice label,
Agent
D. Is delivery address different flora item 17 [] Yes
If YES, enter delivery address below: ~' No
3. Service Type
[]~rtified Mail [] Express Mall
[] Registered [] Return Receipt for Merchandise
[] Insured Mail [] C.O.D.
4. Restricted Delivery? (Extra F6e) [] Yes
7007 0710 0003 2876 3511
PS Form 3811, February 2004 Domestic Return Receipt 102595-32-M-1540
(Endorsemenl R,
Postmark
Here
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
1. Article Addressed to:
PS ~: ................. · ....
[] Agent
[] Addressee
_eivsd by ( Printed N~.) ! C. D_~ate of Delive~·
. Is deliver/address different florn item 1 ?--[] Yes
If YES, enter delivery address below: [] No
3. Service Type
~r'~ertifled Mall [] Express Mail
[] Registered [] Return Receipt for Merchand[se
[] Insured Mall [] C.O.D.
[]Yes
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March 10, 2008
Perry DeLalio, Jr.
DeLalio/South Fork Asphalt
224A North Main Street
Southampton, NY 1 I968
Dear Mr. DeLalio:
Congratulations. At the regular Town Board meeting held on February 26, 2008,
the Town Board accepted the bid of DeLalio/South Fork Asphalt for the New Suffolk
Drainage Improvement project. A certified copy of the resolution is enclosed.
The bid deposit will be returned to you at the end of the contract. Thank you for
your bid.
Very truly yours,
Lynda M Bohn
Deputy Town Clerk
Ens.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March I 0, 2008
Robert Terry
Terry Contracting & Materials Inc
840 W. Main Street
Riverhcad, NY 11901
Dear Mr. Terry:
At the regular Town Board meeting held on February 26, 2008, the Town Board
accepted the bid of DeLalio/South Fork Asphalt for the New Suffolk Drainage
Improvement project. A certified copy of the resolution is enclosed.
Your bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
Lynda M Bohn
Deputy Town Clerk
Ens.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March 10, 2008
qO07 07~0 ~ ~87&
Patricia Panchak
K J B Industries Inc
14 Center Drive
Riverhead, NY 11901
Dear Ms. Panchak:
At the regular Town Board meeting held on February 26, 2008, the Town Board
accepted the bid of DeLalio/South Fork Asphalt for the New Suffolk Drainage
Improvement project. A certified copy of the resolution is enclosed.
Your bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
Lynda M Bohn
Deputy Town Clerk
Ens.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
March 10, 2008
Richard Corazzini, Jr
Corazzini Asphalt. Inc
PO Box 1281
Cutchogue, NY 11935
Dear Mr. Corazzini:
At the regular Town Board meeting held on February 26, 2008, the Town Board
accepted the bid of DeLalio/South Fork Asphalt for the New Suffolk Drainage
Improvement project. A certified copy of the resolution is enclosed.
Your bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
Lynda M Bohn
Deputy Town Clerk
Ens.
Southold Town Board - Lelter Board Meeting of February 26, 2008
RESOLUTION 2008-218
ADOPTED
Item #
DOC ID: 3637
TltIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-218 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
FEBRUARY 26, 2008:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
DeLalio/South Fork Asphalt~ 224A North Main Street~ Southampton~ NY 11968 for
drainage improvements as part of the New Suffolk Drainage Proiect~ in the amount of
$274,999.00 and authorizes and directs Supervisor Scott A. Russell to sign a contract with
DeLalio/South Fork Asphalt, all in accordance with the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Albert Krupski Jr., Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell
Generated February 27, 2008 Page 35
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Bid Opening
2/14/08 ~ 10:00 AM
Terry Contracting
Robert G. Terry
840 W. Main Street
Riverhead, NY 11901
727-0170
DeLalio/South Fork Asphalt
Perry W. DeLalio, Jr.
224A North Main Street
Southampton, NY 11968
283-0037
KJB Industries
Michael Panchak
14 Center Drive
Riverhead, NY 11901
727-5600
Corazzini Asphalt Inc
Richard Corazzini, Jr
PO Box 1281
Cutchogue, NY 11935
734.5600
$312,044.00
$274,999.00
$382,354.33
$345,680.00
OeLali
Financial Statements
For The Year Ended
December 3 l, 2006
DELALIO COAL & STONE CO., INC.
TABLE OF CONTENTS
December 31, 2006
Accountants' Review Report
Financial Statements
Balance Sheet
Statement of Income and Retained Earnings
Statement of Cash Flows
Notes to Financial Statements
Page
1
MARKOWITZ, FENELON & BANK, LLP
CERTIFIED PUBLIC ACCOUNTANTS
PHILIP R. TUTINO, CPA
ROBERT E. WHITE, CPA/PFS
JOHN E. LARKIN, CPA
MARK M. PISCITELLI, CPA
THOMAS R TERRY, CPA
JOSEPH R. MAMMINA, JR., CPA
To the Stockholder of
DeLalio Coal & Stone Co., Inc.
Southampton, NY
have reviewed the accompanying balance sheet of DeLalio Coal & Stone Co., Inc. as of December 3 I, 2006, and the related
statements of income and retained earnings and cash flows for the year then ended, in accordance with Statements on Standards for
Accounting and Review Services issued by the American Institute of Certified Public Accountants. All information included in these
financial statements is the representation of the management of DeLalio Coal & Stone Co., Inc.
A review consists principally of inquiries of Company personnel and analytical procedures applied to financial data. It is substantially
less in scope than an audit in accordance with generally accepted auditing standards, the objective of which is the expression of an
opinion regarding the financial statements taken as a whole. Accordingly, we do not express such an opinion.
Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in
order for them to be in conformity with generally accepted accounting principles.
Markowitz, Fenelon & Bank, LLP
Outhampton, New York
January27,2007
300 PANT1GO PL., SUITE 109, EAST HAMPTON, N.Y. 11937 ·Ptt: 1631) 324 2044 · FAX: 1631) 324-21)62
69D MAIN ST., P.O. BOX 1829, SAG HARBOR, N.Y. 11963 · PIt: 1631) 725-1000 · FAX: 1631) 725-9104
608 NORTHV1LLE TPKE., RIVERHEAD, N.Y. 11901 · PH: 1631) 727-3626 · FAX: 1631) 727-6058
300 HAMPTON RD., SUITE 2A, SOUTItAMPTON, N.Y. 11968 · PH: 1631) 283-4955 · FAX: 1631) 283-9587
WWW. MFBCPA.COM
ASSETS
Current Assets
Cash
Accounts receivable
Invento~
Due from related party
Deposit
Bid deposit
Total current assets
Fixed Assets
Leasehold improvements
Vehicles and trailers
Equipment
Less: accumulated depreciation
Net fixed assets
Other Assets
Covenant not to compete
Less: amortization
Goodwill
Less: amortization
Health insurance trust fund
Tolal other assets
Total assets
I)ELAL10 COAL & STONE CO., INC.
Balance Sheet
As of December 31, 2006
191,862
421,504
15,186
184,472
25,000
600
838,624
7,521
1,513,411
454,996
1,975,928
(1,726,212)
249,716
300,000
(260,000)
40,000
325,000
(281,667)
43,333
419
83,752
1,172,092
See accompanying notes and accountants' review report. 2
DELALIO COAL & STONE CO., INC.
Balance Sheet (conlinued)
As of December 31, 2006
LIABILITIES AND STOCKHOLDER'S EQUITY
Current Liabilities
Accounts payable
Customer deposits
401 (K) payable
Taxes payable
Current portion of loans payable
Total current liubilities
$ 469,633
104,246
2,261
555
52,485
629,180
Stockholder's Equity
Capital stock, common, no par value;
authorized 210 shares; issued 210 shares;
outstanding 50 shares
Retained earnings
Less: treasury stock, at cost; 160 shares
Total stockholder's equity
Total liabilities and stockholder's equity
65,000
619,519
684,519
(141,607)
542,912
$ 1,172~092
See accompanying notes and accountants' review report. 3
DELALIO COAL & STONE CO., INC.
Statement of Income and Retained Earnings
For The Year Ended December 31, 2006
Municipal coutracts
Paving and driveways
Coal and stone
Finance charges
Material distribution
Total income
Cost of Goods Sold
Beginning inventory
Materials and freight
Direct labor
Subcontractors
Less: ending invento[y
Total cost of goods sold
Gross profit
Operating Expenses
Salaries
Payroll taxes
Employee benefits
Credit card fees
Vehicle repairs
Vehicle expenses
Equipment rental
Yard and shop expense
Licenses and permits
Utilities
Rent
Office expense and postage
Telephone
Advertising and promotion
Travel and entertainment
Insurance
Professional services
Interest expense
Dnes and subscriptions
Contributions
Miscellaneons
Depreciation
Amortization of covenant not to compete
Amortization of goodwill
Taxes
Total operating expenses
$ 1,932,174
3,421,439
6,106
8,890
547,403
5,916,012
14,151
2,518,634
554,894
730,185
3,817,864
(15,186)
3,802,678
2,113,334
380,543
101,168
186,145
17,630
105,523
136,245
238,858
23,921
11,326
9,490
188,981
26,100
18,914
35,636
16,703
127,842
56,615
10,577
3,987
4,177
1,397
102,392
20,000
21,667
425
$ 1,846,262
See accompanying notes and accountants' review report. 4
DELALIO COAL & STONE CO., INC.
Statement of Income and Retained Earnings (continued)
For The Year Ended December 31, 2006
Profit From Operations
Other Revenues
Interestincome
Dividend income
Gain on sale ofassets
Total Other Revennes
Net profit
Retained earnings - January 1, 2006
Distribution to stockholder
Retained earnings - December 31, 2006
$ 267,072
8,006
15,626
7,500
31,132
298,2114
477,594
(156,2791
$ 619,519
See accompanying notes and accountants' review report. 5
I}ELALIO COAL & STONE CO., INC.
Statement of Cash Flows
For The Year Ended December 31, 2006
Cash Flows From Operating Activities
Net profit
Adjostments to reconcile net profit to
net cash provided by/(used in) operafing activities:
Depreciation
Amortization of covenant not to compete
Amortization of goodwill
Gain on sale of asset
(Increase) decrease in:
Accounls receivable
Inventory
Due from related party
Deposit
Bid deposit
Health insurance trust fund
(Decrease) increase in:
Accounts payable
Customer deposits
401 (K) payable
Taxes payable
Net cash provided by operating activities
Cash Flows From Investing Activities
Purchase of fixed assets
Disposal of fixed assets
Net cas fi used in investing activities
Cash Flows From Financing Activities
Reduction of long-term debt
Distribution to stockholder
Net cash used in financing activities
Net decrease in cash
Cash -beginning ofyear
Cash -end ofyear
Supplemental Cash Flow Information
Interest paid
Income laxes paid
298,204
102,392
20,000
21,667
(7,500)
(276,494)
(1,035)
97,034
(25,000)
25
4,922
150,231
52,147
(7,510)
229
429,312
([11,810)
7,500
(104,310)
(78,746)
(156,279)
(235,025)
89,977
101,885
$ 191,862
$ 10,577
$ 425
See accompanying notes and accountants' review report. 6
Note I
DELALIO COAL & STONE CO., INC.
Notes to Financial Statements
December 31, 2006
Summary of Significant Accounting Policies
Organization and Nature of Business
DeLalio Coal and Stone Co. Inc. (the Company) was incorporated under the laws of the State of New York on November 27,
1974 'under the name Southampton Fuel Co., Inc. On April 8, 1991 the corporation amended its certificate of incorporation to
change its name to DeLalio Coal & Stone Co., Inc. It is operated as a Subchapter "S" Corporation. As of January 20, 1994
when it completed the purchase of South Fork Asphalt Corporation it also goes under the name of DeLalio Coal and Stone
D/B/A South Fork Asphalt.
Prior to the purchase of South Fork Asphalt the Company was engaged primarily in the business of selling coal and stone at
retail and the paving of driveways. With the purchase of South Fork Asphalt the Company has expanded into larger paving
contracts and is involved in bidding for Municipal Government contracts.
Contracts/Revenue Recognition
The Company follows the percentage-of-completion method of accounting for its short and long-term contracts. Accordingly,
income is recognized in the ratio that costs incurred bears to estimated total costs. As paving with asphalt is seasonal, being
limited to warmer months, only minimum work is usually done from December through March. As a result, no uncompleted
contracts existed as of December 31, 2006.
Cash
The Company considers all highly liquid investments with original maturities of three months or less to be cash equivalents.
Accounts Receivable
The Company considers accounts receivable to be fully collectible; accordingly, no allowance for doubtful accounts is
required. If amounts become uncollectible, they will be charged to operations when that determination is made.
Inventory
Inventory consists of various stone and coal. The cost of stone and coal is charged to expense at the time of purchase. A
physical inventory is conducted at year-end and inventory is adjusted accordingly. Inventory is determined utilizing the cost
method based on the latest purchase price.
Fixed Assets and Depreciation
Additions to fixed assets are recorded at cost when purchased. Improvements that extend the useful life of an asset are
capitalized. Maintenance and repairs are charged to expense as incurred. When fixed assets are sold or disposed of the cost
and related accumulated depreciation are eliminated from the accounts and the resulting gain or loss is reflected in the income
statement.
Depreciation is provided based on the estimated useful lives of the assets using various accelerated methods. The estimated
useful lives of depreciabte assets are as follows:
Leasehold improvements 31-39 years
Vehicles and trailers 5-7 years
Equipment 5-25 years
Depreciation expense for the year ended December 31, 2006 was $102,392.
7
DELALIO COAL & STONE CO., INC.
Notes to Financial Statements
December 31, 2006
Note 1 Summary of Significant Accounting Policies (continued)
Covenant Not to Compete/Goodwill
As part of the purchase of South Fork Asphalt Corporation the Company purchased a Covenant Not to Compete valued at
$300,000 and Goodwill valued at $325,000. Each is being amortized and charged to expense on the straighMine basis over
fifteen years. Amortization expense for the year ended December 31, 2006 was $41,667.
Use of Estimates in Preparation of Financial Statements
The preparation of financial statements in conformity with generally accepted accounting principles requires management to
make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets
and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting
period. Actual results could differ from those estimates.
The Company, with the consent of its stockholder, has elected under the lntemal Revenue Code to be treated as an "S"
Corporation. The stockholder of an "S" Corporation is taxed on his proportionate share of the company's taxable income.
Therefore, no provision or liability for Federal income taxes has been included in the financial statements. The company is
liable for and pays a New York State minimum franchise tax.
Advertising
The Company's policy is to expense advertising costs as the costs are incurred.
Note 2 Long-Term Debt
Long-term debt as of December 31, 2005 consisted of the following:
Note payable bank, monthly payments of $6,002,
including interest at the bank's prime lending rate
plus 1% (9.25%) adjusted atmually, due September
2007. Unsecured.
$ 52,485
Total loans payable 52,485
Current portion 52,485
Long-term debt $
A schedule of maturities of long-term debt is as follows for the years ending December 31:
2007 $ 52,~85
DELALIO COAL & STONE CO., INC.
Notes to Financial Statements
December 31, 2006
Note 3 Line-of-Credit
The Company has available a line-of-credit agreement under which it may borrow up to $400,000. Interest is set at 1.0% over
the bank's prime lending rate, which resulted in an interest rate of 8.25% at December 31, 2006. This line matures on May
31, 2007 at which time all outstanding principal and interest will become due. There were no advances on this line-of-credit
at December 31, 2006.
The Company also has available a standby line-of-credit agreement under which it may borrow up to $100,000 to purchase
equipment. Upon use of this line-of-credit, the principal is converted to a 60-month term loan at the prevailing interest rate.
There were no advances on this line-of-credit at December 31, 2006.
Note 4 Leases
The Company leases office space on a month-to-month basis from a partnership operated by its sole stockholder. Rent
expense for this property was $180,000 for the year ended December 31, 2006.
The Company also leases office space on a month-to-month basis from an umelated entity. Rent expense for this property
was $8,431 for the year ended December 31, 2006.
Concentration of Credit Risk
The Company maintains its cash checking account at one financial institution. This balance is insured by the Federal Deposit
Insurance Corporation up to $100,000. The uninsured balance was approximately $257,000 at December 31, 2006.
Note 6 Significant Customers
The Company had sales to one significant customer totaling approximately $854,000 in 2006.
Note 7 Significant Vendors
The Company made purchases from two significant vendors totaling approximately $2,073,000 in 2006. The amount due to
these vendors was approximately $321,000 at December 31, 2006.
Note 8 Employee Benefits
The Company sponsors a 401(K) plan for all eligible employees. The Company contributes 3% of eligible gross wages. The
total 401 (K) contributions for the year were $15,583.
Note 9 Related Party Transactions
The Company paid approximately $283,000 for truck hire and site work to an affiliated company during the year ended
December 31, 2006.
The Company has a note receivable from Blackwater Realty, a related party, in the amount of $184,472. Interest has been
accrued through December 31, 2006.
TOWN OF SOUTHOLD
3
"NEW SUFFOLK DRAINAGE IMPROVEMENTS"
CONSTRUCTION SPECIFICATION
SOUTHOLD, SUFFOLK COUNTY, NEW YORK
LKMA Project No: 07010.000
DECEMBER 2007
Prepared For:
TOWN OF SOUTHOLD
53095 Main Road
Southold, New York 11971
Prepared By:
L.K. McLEAN ASSOCIATES, P.C.
Consulting Engineers
437 South Country Road
Brookhaven, New York 11719
(631) 286-8668
Town of Southold
NEW SUFFOLK DRAINAGE IMPROVEMENTS
PROPOSAL PACKAGE
BID OPENS:
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT INTACT
AND FILLED OUT COMPLETELY!! (Do Not Sign the
Contract Agreement. It is included only for informational
purposes, and will be signed by the successful bidder after
award of contract.)
All line items on the Proposal Form must be filled in! All
lines must have an indication of the bidder's response
whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
Proposal Package I of 14
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening.
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
As per specifications, the TOWN OF SOUTHOLD requires a currant
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
Proposal Package 2 of 14
ENDOR NAME:
VENDOR INFORMATION SHEET
TYPE OF ENTIT .'CO~I~. PARTNERSHIP INDIVIDUAL
FEDERAL EMPLOYEE D #: ])- ~d] ZJ~.?~,
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED:
If a non-publicly owned Corpo~,ajion:
LIST PRINCIPAL STOCKH~DERS: (5% of outstanding shares)
LIST OFFICERS AND DIRECTORS:
5AME
TITLE ,
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
Proposal Package 3 of 14
ADDRESS RECORD FORM
MAlL BID TO:
VENDOR NAME:
ADDRESS:
0 '
CONTACT ~(I ~z~/' ,~
TELEPHONE: 7fl~- ff~c' FAX:
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
OIqI.Y if different -
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
Proposal Package 4 of 14
VENDOR NAME: ? z/~o/
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New Yo/rk,,general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
/
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
Insurance Certificate as requested is attached
I certify that I can supply insurance as specified if awarded the bid [-~
Insurance Certificate filed on
D A T E C .~,~B
FAILURE TO PROVIDE SPECIFIED INSURAN IDDER.
AU~HORIZ~:IGNATURE
Proposal Package 5 of 14
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
l. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, Or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties of perjury, affirms the truth thereof.
Position
Company Name
Date Si~'/e~ .J'~/~
Federal I.D. Number
SWORN TO B.~EFORE ME ~1~
NOTARY PUBLIC
OONSTANOE LISOWY
Notap/Pub#o, State of New Yo~k
No. 01U6110900
~oOUldlfled In Suffolk County
mm~lon Expire,, 06/01/2006
Proposal Package 6 of 14
PROPOSAL FORM
NEW SUFFOLK DRAINAGE IMPROVEMENTS
VENDOR ADDRESST.
TELEPHONE NUMBER:
FAX: 4~ ,?/- '~? z/-~"-~ Zff"-
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the
said Contract Documents in the manner prescribed therein and in said Contract, and in
accordance with the requirements of the Engineer, at the prices listed on the attached Bid
Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a
corporation, the bid must be signed by an officer of the corporation, or other person
authorized by resolution of the board of directors, and in such case a copy of the resolution
must be attached; if a partnership, by one of the partners or other person authorized by a
writing signed by at least one general partner and submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest
therein. (Note: In the event that any Town Officer has any such interest, the full nature
thereof should be disclosed below. It is not forbidden that individuals working for the TOWN
OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be
revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were
issued please write N/A below):
Addendum No.
Dated
Proposal Package 7 of 14
TOWN OF SOUTHOLD
· , NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
I General Conditions and Mobilizations I LS ~'
Dollars Cents
Method of Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances,
aonding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet
RII of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General
3onditions of the Contract and demobilize from the construction site upon successful completion of the project.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
O Erosion and Sediment Control I LS
Dollars Cents
~lethod of Measurement: The amount bid shall include all labor, materials and equipment necessary to provide erosion and sediment control
n accordance with the Contract Drawings and the NYS Standards for Erosion and Sediment Control. Including weekly inspection,
'naintenance, reports, repair and removal.
~lethod of Payment: The Contractor shall receive the lump sum payment for Erosion and Sediment Control performed as specified, shown on
:he Contract Drawings and as approved by the Engineer.
Payment for this item will be made in two (2) payments;
a. Fifty Pement (50%) upon first partial payment.
b. Fifty Percent (50%) upon final payment.
~ntent: The Contractor shall install, maintain and remove all sediment and erosion control methods use for construction and as required under
Ihe permit conditions as needed and shown on the Construction Drawings.
3 Site Demolition, Clearing and Removals I LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Demolition, Clearing and Removals
measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Site Demolition, Clearing and Removals shall be measured and paid for at the contract lump
um bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including carting/disposal
fees, safety fencing, maintenance and protection of traffic, temporary removal of guardbooth, deleterious or unsuitable materials, retaining walls,
rock walls, saw cutting, pavements, all items in conflict with proposed construction (as defined by the Contract Drawings), debris removal from
site, clean-up, construction layout and sawcutting.
Intent: The Contractor shall remove and dispose of ali existing items as required for installation of the proposed items as shown on the
~onstruction Drawings while maintaining controlled access to the site with maintenance and protection of traffic and pedestrians
during the entire length of construction.
CONTINUED ON NEXT PAGE
· Propo~.~ ~"R~:~.~e 8 of N
TOWN OF SOUTHOLD
0 ~ NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
! 4 Site Preparation, UnclassifiedGrading Excavation & I LS
for ~ ~ ~ ~ /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the lump sum cost of material cut and filled for the purpose of
~stablishing proper proposed subgrade elevation (verified by survey). The lump sum cost includes all site preparation activities.
Method of Pavment: The quantity of accepted Site Preparation, Unclassified Excavation & Grading shall be measured and paid for at the
contract lump sum price as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
Licensed Land Surveying, layout, rough grading, site cut-to-fill, clean soils, transportation, spoils removal, compaction and meeting the propose(
Intent: The Contractor shall perform all necessary earthwork and grading (cut and fill) of the existing site in order to meet all proposed grades
as~wn on the drawings.
' 5 ProposedLeachingBasinswithDrainageField- 46 EA ~/~,~ ~ //
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed Leaching Basins with Drainage Field
Iheasured in place and accepted in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted Proposed Leaching Basins with Drainage Field shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, 6" PVC piping, elbow fittings, stone backfill, filter fabric, precast structures, brick leveling course, covers, castings, backfill
~nd compaction.
uThe Contractor shall install the proposed interconnected precast leaching basin system with all associated materials as shown on the
ction Drawings.
Proposed 8' Diameter Leaching Basin 21 Deep
5a 2 EA
) Complete Traffic Bearing Coyer & Casting
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of individual Proposed 8' Diameter Leaching Basin
[raffic bearing) measured in place and accepted in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted Proposed 8' Diameter Leaching Basin (2' Deep) shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification, including
layout, excavation, precast structure, brick leveling course, cover, castings, backfill and compaction.
Intent: The Contractor shall install the proposed individual precast leaching basin (8' wide x 2' deep) with all associated materials as shown on
~e Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 9 of 1+
TOWN OF SOUTHOLD
· ' NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
( 6 Proposed 4' Diameter Concrete Lateral Basin 3 EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed 4' Diameter Concrete Lateral Basins
neasured in place and accepted in accordance with the specifications and drawings.
Method of Pa~ent: The quantity of accepted Proposed 4' Diameter Concrete Lateral Basins shall be measured and paid for at the contract
Jnit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessaw to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
ayout, excavation, precast structures, brick leveling course, covers, castings, backfill and compaction.
~tent: The Contractor shall install the proposed lateral basins with all associated materials as shown on the Construction Drawings.
~ Propo~d 8' Diameter Storm ~rain, 0 EA
DollaB Cents
~ ~;,od ~ ~-- - ent: ~ quanfl~ to ~ prod for under th~s ~em shall ~ the numar ~ P~ed 8' Diameter Sto~ Drains measured in
~lace and a~epted in a~nce ~h the s~cifications and drawings.
~hod of P r¥ e t: ~e q~n~ 0f a~epted Prop~ 8' Di~eter Storm BBi~ $~a I be me~ured a~d paid for at ~e ~re~ u~¢pdce poi
each bid as c~lf~ for ~ the pr~al form. Th~ pdce shall constb~e full Compen~ti0n for furnishing all labor, ma~a~, t~ a~ eqeipment
n~es~w to satisfa~o~ complete the ~ as shown on the cont~ dm~ngs and de~d in t~s sp~tion. Including laYOut,
ex~vation, stone, filte~ fabdc, pr~a~ stru~ures, brick leveling course, c~em, castings, bacilli and ~mpa~bn.
Int~t: The Contractor shall install the prop~ storm drains ~th all ~sociated materials as shown on the ~stm~ion Drawing.
~ Concrete Curb - Standard & Mountable 600 LF ~
for -~'~ '~ /LF ,~0 ~. ¢ ~
~ Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Concrete Curb (standard &
mountable) measured in place and accepted in accordance with the specifications and drawings.
Method of Pa~ent: The quantity of accepted concrete curb shall be measured and paid for at the contract unit price per linear foot bid as
~alled for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessaw to
~atisfactorily complete the work as shown on the contract drawings and described in this specification. Including ea~hwork, rough grading and
ountable cu~ restoration.
Intent: The Contractor shall install the proposed concrete curb (standard & mountable) to the grade and limits as shown on the Construction
Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 10 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
9 Proposed Asphalt Pavement - Full Depth 39,500 SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for Proposed Asphalt
Pavement - Full Depth measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed Asphalt Pavement - Full Depth shall be measured and paid for at the contract unit
price per square foot bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, RCA installation, proof rolling of RCA, sawcutting of existing limit of asphalt, Type 3 asphalt binder installation, Type 6 asphalt top
installation, sweeping, AC all joints, milling at transitions, staging between operations, and construction sequencing.
~tent: The Contractor shall install the proposed full depth asphalt paving including RCA base, sawcutting (if not required under Item #3),
asphalt binder coarse and asphalt top coarse as needed and shown on the Construction Drawings.
1~ 10 ~/~ol~lam/~,~..z~,)J'Pr°p°sed Timb0r
for ~,' /LS ~)~)~::),
Cents
Method of Measurement: The lump sum to be paid for under this item shall be for the full removal of existing guiderail, temporary storage and
full installation of the proposed guiderail system in accordance with the specifications and drawings.
Ilethod of Pavment: The quantity of accepted Proposed Guiderail Installation shall be measured and paid for at the lump sum price as called
for in the proposal form. This lump sum price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall remove the existing guiderail system to allow for the construction of the leaching field as shown on the Constructior
Drawings. Once all below grade drainage and other site features are complete the Contractor shall install proposed guiderail system as shown
~n the contract drawings and described in the specifications.
~ Proposed 8" Dia. Sch. 80 PVC Lateral Piping for'~D~o i~ars-~'C '-'~'~/~'£ /LF 400 LF ~'::~t~'''('~ /,.~/ ~.~//~:), ~)
Cents
I~ethod of Measurement: The quantity to be paid for under this item shall be for each linear foot of the Proposed 8" Diameter Schedule 80
PVC Lateral Pipe furnished and installed in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted Proposed 8" Diameter Schedule 80 PVC Lateral Pipe shall be measured and paid for at the
contract unit price per each linear foot as called for in the proposal form. This unit price shall constitute full compensation for furnishing all labor
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
iPecification. Including excavation, parging, connections to structures and controlled compacted lifts during backfill.
Intent: The Contractor shall install the Proposed 8" Diameter Schedule 80 PVC Lateral Pipe as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package tl of 14
TOWN OF SOUTHOLD
· , NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
12 Beach Grass 1,500 SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the area of beach grass measured in place and accepted in
accordance with the specifications and drawings.
Method of Pavment: The quantity of beach grass area shall be measured and paid for at the contract unit price per each square foot as called
Ior in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily comptete the work as shown on the contract drawings and described in this specification. Including finegrading, sudace
preparation, beach grass plugs as shown on the drawings.
intent: The Contractor shall install the proposed beach grass within the specified area as shown on the Construction Drawings.
Pavement Markings - Yellow/~Vhite/Blue Paint 3,750 SU
' Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Pavement Markings -
Yellow/~Vhite/Blue Paint (including handicap parking symbols) measured in place and accepted in accordance with the specifications and
drawings. Pavement striping will be measured in linear feet along the centerline of the pavement stripe, and will be based on a 4 inch wide
stripe. Measurement for striping with a plan width greater or less than the basic 4 inches, as shown on the plans or as directed by the Engineer,
will be made by the following method. Plan Width of Stripinq (inches) x Linear Feet
Method of Pavment: The quantity of accepted pavement markings (including handicap parking symbols) shall be measured and paid for at the
contract unit price per stripe unit bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specificati,
the price bid. No payment will be made for the number of linear feet of skips in the dashed line.
~ntent: The Contractor shall install all the proposed pavement markings as shown on the Construction Drawings.
Topsoil & See~ 11,000 SF
14
Cents
Method of Measurement: The quantity to be paid for under this item shall be for each square foot of area where topsoil and seed is proposed
in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted Topsoil & Seed area shall be measured and paid for at the contract unit price per square foot as
:ailed for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including furnishing topsoil, specified
seed mix (applied at the specified amount) and ferlilizer.
Intent: The Contractor shall install the proposed topsoil layer and seed in the specified area as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 12 of 14
TOWN OF SOUTHOLD
· ' NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
~ 15 Proposed Handicap Signs 2 EA //_
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be the number of Proposed Handicap Signs measured in place and
~ccepted in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted handicap sign shall be measured and paid for at the contract unit price per each bid as called
=or in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including post, sign and footing.
Intent: The Contractor shall install the proposed handicap signs at the handicap stalls shown on the Construction Drawings.
16 Proposed Electric.al Conduit & Rull Boxe~ 1 LS
Dollars ~--Cents
Illethod of Measurement: The quantity to be paid for un"er this item shall be the number of pull boxes and conduit piping measured in place
and accepted in accordance with the specifications and drawings.
Method of Pavment', The quantity of accepted electrical conduit and pull boxes shall be measured and paid for at the contract lump sum price
bid as called for in the proposal form, This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. The cost shall include all
~xcavation, conduit installation, proper controlled backfilling, caution tape, pull boxes, conduit, draglines and all other associated materials.
Intent: The Contractor shall install the electrical conduit and pull boxes as shown on the Construction Drawings.
WRrI-FEN IN WORDS Total All Pay Items
~IOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or
after award of the bid.
Proposal Package 13 of 14
AUTHORIZED SIGNATURE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF
56J/~A ss.:
On the~a7 of i,~L~ in the year 2008 before me, the undersigned, personally
appeared, .~'~.~.~v/ ~wo-z'-6,;o,' D<'~'- , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (am) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
NOTARY PUBLIC
OONSTANCE LISOW¥
P. ublle State of New ~
NO. 01L 6110900
Qualified In Suffolk County
OxnmiMlon Expire. 06/01/2(X~
Proposal Package 14 of 14
Town of Southold
BIDDER'S QUALIFICATION STATEMENT
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to~errogatyries hereinaf~e/ade.
SUBMITTED BY: ~ ~/~?~j rT/' ~/~/~']~ ~ ~tity
FIRM NAME: An Individual
PRINCIPAL OFFICE:
PRINCIPAL OFFICERS:
TITLE NAME ADDRESS
BACKGROUND
PROFESSION/TRADE
1. How many years has your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces? ~%
List trades that you Qrganization normally~perfprms below:
3. Have you ever failed to complete any work awarded to you~blf so, note where and
why.
Are there any claims, judgtnents, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
QS-1
Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
6. List the major construction projects your organization has underway at this date:
Name of:
Project Owner
Name Telephone
Engineer/
Architect Contract Percent Scheduled
Telephone # Amount Complete Completion
Name of:
Project Owner
Name Telephone #
List five major projects you organization has completed in the past five years:
Engineer/ Work Done
Architect Contract Date of With Own Forces
Telephone# Amount Completion % of Work
QS-2
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
Individual's Name Of Office Experience Responsible Capacity
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time'?. /~
10. Bank References:/
11. Trade Association Membership:
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?~/ /~
QS-3
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
STATE OF ,~/~l~fl .)/~ ''/~ )
COUNTY OF fiO[ff~,~,'~ )
~'; &~/~- ~ ~ beipg dul~ sworn ~poses ~d says that he is
t~ ~/~ of ~7)~ ~//~{contractor and that
answers to the foregoing que 'OhS and all statements there~conta~ed are tree and co~ect.
(Si~ature o~n who signed bid)
Sworn to before me this ~ day o~, 2008
Notary~blic ~~J/ ~~~
C°mmission Expi~ti~ Dam:' ~7//~ ~ ~
,,~NS fANCE LISOWY
.:~ry Public, State of Now York
No, 01LI6110900
Qualified in Suffolk Oount~
Gommission Expires 06/01/2008
QS-4
TOWN OF SOUTHOLD
"NEW SUFFOLK DRAINAGE IMPROVEMENTS"
CONSTRUCTION SPECIFICATION
SOUTHOLD, SUFFOLK COUNTY, NEW YORK
LKMA Project No: 07010.000
DECEMBER 2007
Prepared For:
TOWN OF SOUTHOLD
53095 Main Road
Southold, New York 11971
Prepared By:
L.K. McLEAN ASSOCIATES, P.C.
Consulting Engineers
437 South Country Road
Brookhaven, New York 11719
(631) 286-8668
Town of Southold
NEW SUFFOLK DRAINAGE IMPROVEMENTS
PROPOSAL PACKAGE
BID OPENS:
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT INTACT
AND FILLED OUT COMPLETELY!! (Do Not Sign the
Contract Agreement. It is included only for informational
purposes, and will be signed by the successful bidder after
award of contract.)
All line items on the Proposal Form must be filled in! All
lines must have an indication of the bidder' s response
whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
Proposal Package l of 14
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening.
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
Proposal Package 2 of 14
ENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. ~/ PARTNERSHIP
FEDERAL EMPLOYEE ID #: k V'~qTS"~ (~ ~ ~
INDIVIDUAL
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION: ~ct '~
IF APPLICABLE: DATE FILED:
STATE FILED:
If a non-publicly owned Corporation:
CORPORATION NAME: k~-~tS...O-----,a~,~--'x~ c~--~"'.-,-.~_o'. ~
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
Proposal Package 3 of 14
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME: ~U~.2z~..~-.o~.
ADDRESS: ~o~'~ t ~~ ~-
CONTACT: ~, ~,-~
TELEPHONE: (~
E-MAIL:
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
ONLY if different -
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE: FAX:
CONTACT: E-MAIL:
Proposal Package 4 of 14
VEN1)OR NAME~-~-~'~a~-' ~&~-~.~
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed unde~r ~th~New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on co~n~racts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
Insurance Certificate as requested is attached
I certify that I can supply insurance as specified if awarded the bid ~
Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
· AuTHoRi~.~i~N,~TURE
Proposal Package 5 of 14
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
~J. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the prcparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties of perjury, affirms the truth thereof.
Type Name & Company Positi~
Company N_aT~
Date Signed;
Federal I.D. Number
SWORN TO BEFORE ME THIS
Proposal Package 6 of 14
PROPOSAL FORM
NEW SUFFOLK DRAINAGE IMPROVEMENTS
VENDOR NAME: --~C_~:~-.,-t,-~ ~;, ¥~-~ ~---~____~,~, ~ _.-~'~_~.
VENDOR ADDRESS: c~___~,_.~_~_~ %.~. ,,~-'¥._~_~..~ /~"~-~L--.
TELEPHONE NUMBER: ~.~5~\TM, ~-~, C~\--( C~ FAX: ~ ~-~\
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the
said Contract Documents in the manner prescribed therein and in said Contract, and in
accordance with the requirements of the Engineer, at the prices listed on the attached Bid
Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a
corporation, the bid must be signed by an officer of the corporation, or other person
authorized by resolution of the board of directors, and in such case a copy of the resolution
must be attached; if a partnership, by one of the partners or other person authorized by a
writing signed by at least one general partner and submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest
therein. (Note: In the event that any Town Officer has any such interest, the full nature
thereof should be disclosed below. It is not forbidden that individuals working for the TOWN
OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be
revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were
issued please write N/A below):
Addendum No. Dated
Proposal Package 7 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
I General Conditions and Mobilizations I /S
Uo~ars Cents ~-O~D,d)(P ~,t>O C~.O'~ __
Method of Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances,
bonding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet
~all of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General
Conditions of the Contract and demobilize from the construction site upon successful completion of the project.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
O Erosion and Sediment Control I LS
Dollars Cents "7Oc, C~,,,¢',0 -'10 c, ~, ~
Method of Measurement: The amount bid shall include all labor, materials and equipment necessary to provide erosion and sediment control
in accordance with the Contract Drawings and the NYS Standards for Erosion and Sediment Control. Including weekly inspection,
maintenance, reports, repair and removal.
Method of Pavrnent: The Contractor shall receive the lump sum payment for Erosion and Sediment Control performed as specified, shown on
the Contract Drawings and as approved by the Engineer.
Payment for this item will be made in two (2) payments;
a. Fifty Percent (50%) upon first partial payment.
b. Fifty Percent (50%) upon final payment.
~ntent: The Contractor shall install, maintain and remove all sediment and erosion control methods use for construction and as required under
the permit conditions as needed and shown on the Construction Drawings.
3 Site Demolition, Clearing and Removals 1 LS
Dollars Cents ~.~'c,o, ~/-: ~ O 0~'z~ , ~ ~
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Demolition, Clearing and Removals
measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Site Demolition, Clearing and Removals shall be measured and paid for at the contract lump
~um bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including carting/disposal
fees, safety fencing, maintenance and protection of traffic, temporary removal of guardbooth, deleterious or unsuitable materials, retaining walls,
rock walls, saw cutting, pavements, all items in conflict with proposed construction (as defined by the Contract Drawings), debris removal from
site, clean-up, construction layout and sawcutting.
ntent: The Contractor shall remove and dispose of all existing items as required for installation of the proposed items as shown on the
Construction Drawings while maintaining controlled access to the site with maintenance and protection of traffic and pedestrians
,during the entire length of construction.
CONTINUED ON NEXT PAGE
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
4 Site Preparation, Unclassified Excavation & I LS
Grading
Dollars Cents L.~t~ ~r 0 oil~r~ 2.1.~d. r~o ?--CE c/z'lt, c~ ~
Ilethod of Measurement: The quantity to be paid'or un"deFthis item shall be the lump sum cost'of material cut and i'illed for the purpose of
.-.stablishing proper proposed subgrade elevation (verified by survey). The lump sum cost includes all site preparation activities.
Method of Payment: The quantity of accepted Site Preparation, Unclassified Excavation & Grading shall be measured and paid for at the
:ontract lump sum price as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
_icensed Land Surveying, layout, rough grading, site cut-to-fill, clean soils, transportation, spoils removal, compaction and meeting the propose¢
fades.
Intent: The Contractor shall perform all necessary earthwork and grading (cut and fill) of the existing site in order to meet all proposed grades
aSl~lown on the drawings.
5 Proposed Leaching Basins with Drainage Field ~ 46 EA
Complete
Dollars Cents Jqo~, ~."~.~ ~:~/j qoO. cO
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed Leaching Basins with Drainage Field
I~easured in place and accepted in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted Proposed Leaching Basins with Drainage Field shall be measured and paid for at the contract
Jnit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, 6" PVC piping, elbow fittings, stone backfill, filter fabric, precast structures, brick leveling course, covers, castings, backfill
~nd compaction.
uTheContractor shall install the proposed interconnected precast leaching basin system with all associated materials as shown on the
ction Drawings,
5a Proposed 8' Diameter Leaching Basin 2' Deep 2 EA
Complete Traffic Bearing Cover & Casting
Dollars Cents ~.'Z..(:~/:~..~ '//Q'//~ O .O ~
Method of Measurement: The quantity to be paid for under this item shall be the number of individual Proposed 8' Diameter Leaching Basin
traffic bearing) measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed 8' Diameter Leaching Basin (2' Deep) shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, precast structure, brick leveling course, cover, castings, backfill and compaction.
Intent: The Contractor shall install the proposed individual precast leaching basin (8' wide x 2' deep) with all associated materials as shown on
[he Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 9 of 1+
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
6 Proposed 4' Diameter Concrete Lateral Basin 3 EA
<J
Dollars Cents
Method of Measurement: The quantity to be paid lor under this item shall be the number of Proposed 4' Diameter Concrete Lateral Basins
neasured in place and accepted in accordance with the specitications and drawings.
Method of Payment: The quantity of accepted Proposed 4' Diameter Concrete Lateral Basins shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, precast structures, brick leveling course, covers, castings, backfill and compaction.
intent: The Contractor shall install the proposed lateral basins with all associated materials as shown on the Construction Drawings.
~ Proposed 8' Diameter Storm Drain (0 ~ EA
for /EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number Of Proposed 8' Diame~torm Drains measu~;l n
place and accepted in accordance with the specifications and drawings.
llllethod of Pa~,ment: The quantity of accepted Proposed 8' Diameter Storm Drains shal be measured and pa d for at the contract unit price pe
each bid as called for in the Prop0sal form. This price shall constitute full compensation for furnishing a I labor, materials t061s and equipment
necessa~j to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including layout,
excavation, stone, filter fabric, precast structures, brick leveling course, covers, castings, backfill and compaction.
Intent: The Contractor shall install the proposed storm drains with all associated materials as shown on the Construction Drawings.
~ Concrete Curb - Standard & Mountable 600 LF
I Dollar~'~) TM Cents "~--
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Concrete Curb ('standard &
mountable) measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted concrete curb shall be measured and paid for at the contract unit price per linear foot bid as
called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
~atisfactorily complete the work as shown on the contract drawings and described in this specification. Including earthwork, rough grading and
ountable curb restoration.
Intent: The Contractor shall install the proposed concrete curb (standard & mountable) to the grade and limits as shown on the Construction
Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 10 of 14
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
9 Proposed Asphalt Pavement - Full Depth 39,500 SF
for /SF
Dollars Cents ~_, ~'~ 0j l O ,c~ o
Method of Measurement: The quantity to be paid for under this item shall be the square feet finished sudace area for Proposed Asphalt
Pavement - Full Depth measured in place and accepted in accordance with the specifications and drawings.
~ethod of Payment: The quantity of accepted Proposed Asphalt Pavement - Full Depth shall be measured and paid for at the contract unit
price per square foot bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, RCA installation, proof rolling of RCA, sawcutting of existing limit of asphalt, Type 3 asphalt binder installation, Type 6 asphalt top
installation, sweeping, AC all joints, milling at transitions, staging between operations, and construction sequencing.
~htent: The Contractor shall install the proposed full depth asphalt paving including RCA base, sawcutting (if not required under Item #3),
asphalt binder coarse and asphalt top coarse as needed and shown on the Construction Drawings.
~ Proposed Timber Guiderail I LS
for /LS
Dollars Cents ~)~C:), Gr~ ~O ~-'~- C)O
Method of Measurement: The lump sum to be paid for under this item shall be for the full removal of existing guiderail, temporary storage and
full installation of the proposed guiderail system in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed Guiderail Installation shall be measured and paid for at the lump sum price as called
[or in the proposal form. This lump sum price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall remove the existing guiderail system to allow for the construction of the leaching field as shown on the Constructior
Drawings. Once all below grade drainage and other site features are complete the Contractor shall install proposed guiderail system as shown
on the contract drawings and described in the specifications.
Proposed 8" Dia. Sch. 80 PVC Lateral Piping 400 LF
Do,arsO Cents 2-2.... O,
Method of Measurement: The quantity to be paid for under this item shall be for each linear foot of the Proposed 8" Diameter Schedule 80
PVC Lateral Pipe furnished and installed in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed 8" Diameter Schedule 80 PVC Lateral Pipe shall be measured and paid for at the
contract unit price per each linear foot as called for in the proposal form. This unit price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
jpecification. Including excavation, parging, connections to structures and controlled compacted lifts during backfill.
Intent: The Contractor shall install the Proposed 8" Diameter Schedule 80 PVC Lateral Pipe as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
·
Proposal Package 11 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
12 Beach Grass 1,500 SE
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shal~ be the area of beach grass measured in place and accepted in
accordance with the specifications and drawings.
~ethod of Payment: The quantity of beach grass area shall be measured and paid for at the contract unit price per each square foot as called
for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessa~ to
satisfactorily complete the work as shown on the contract drawings and described in this specification. ~ncluding finegrading, sudace
preparation, beach grass plugs as shown on the drawings.
Intent: The Contractor shall instal~ the proposed beach grass within the specified area as shown on the Construction Drawings.
13 Pavement Markings - Yellow~hite/Blue Paint 3,750 SU
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Pavement Markings -
?ellow~h~te/Blue Paint (including handicap parking symbols) measured in place and accepted in accordance with the specifications and
~rawings. Pavement striping will be measured in linear feet along the centerline of the pavement stripe, and will be based on a 4 inch wide
stripe. Measurement for striping with a plan width greater or less than the basic 4 inches, as shown on the plans or as directed by the Engineer,
Nill be made by the following method. Plan Width of StripJnq (inches) x Linear Feet
Method of Pa~ent: The quanti~ of accepted pavement markings (including handicap parking symbols) shall be measured and paid for at the
contract unit price per stripe unit bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessaw to satisfactorily complete the work as shown on the contract drawings and described in this specificati
the price bid. No payment will be made for the number of linear feet of skips in the dashed line.
htent: The Contractor shall install all the proposed pavement markings as shown on the Construction Drawings.
14 Topsoil & Seed 11,000 SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be for each square foot of area where topsoil and seed is proposed
in accordance with the specifications and drawings.
Method of Pa~ent: The quantity of accepted Topsoil & Seed area shall be measured and paid for at the contract unit price per square foot as
~alled for in the proposal form. This price shall constitute full compensation for furnishing all labor, mater a s, too s and equipment necessa~ to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including furnishing topsoil, specified
seed mix (applied at the specified amount) and fe~ilizer.
ntent: The Contractor shall install the proposed topsoil layer and seed in the specified area as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 12 of 14
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
~ 15 Proposed Handicap Signs 2 EA
for EA
Do,ars Cents i O
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed Handicap Signs measured in place and
accepted in accordance with the specifications and drawings.
~lethod of Pavment: The quantity of accepted handicap sign shall be measured and paid for at the contract unit price per each bid as called
[or in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including post, sign and footing.
Intent: The Contractor shall install the proposed handicap signs at the handicap stalls shown on the Construction Drawings.
16 Proposed Electrical Conduit & Pull Boxes I LS
for LS
Dollars Cents /7/~43, C~ 'L/o O ~).. D C~
lethod of Measurement: The quantity to be paid for under this item shall be the number of pull boxes and conduit piping measured in place
~nd accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted electrical conduit and pull boxes shall be measured and paid for at the contract lump sum price
bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. The cost shall include ali
~xcavation, conduit installation, proper controlled backfilling, caution tape, pull boxes, conduit, dreglines and all other associated materials.
Intent: The Contractor shall install the electrical conduit and pull boxes as shown on the Construction Drawings.
O Dollars ' Cents
WRITTEN IN WORDS Total All Pay Items
~afOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or
ter award of the bid.
Proposal Package 13 of 14
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF ,ffO'f't"C)//x, ) ss.:
On the /oT day of/~'2-~ot4/~b~ in the year 2008 before me, the undersigned, personally
appeared, /"~0 ~&,,~ F G. /----Z ,'~/~ ~/ , personally known to me or proved to me on the basis
of satisfactory evidence to be the individuaL(~ whose name(.s-) is bar-e) subscribed to the within
instrument and acknowledged to me that he/~/a~cy-executed the same in his/her/their capacity(4e~),
and that by his/her/fheir signature,s) on the instrument, the individual¢~, or the person upon behalf of
which the individual(sO-acted, executed the instrument.
BLIC
Proposal Package 14 of 14
Town of Southold
BIDDER'S QUALIFICATION STATEMENT
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BYi-~k'*b-9~'~~ ~--~'~-~z~-',-~C C"__ A c;~2~i°n--'~77-----~
..... , ~ A Partnership or Entity
FIRM NAME: ~&"~'~Q.~Co~"~3x:~o-~-,~Z,4~r ~ c~.~-~An Individual
PRINCIPAL OFFICE:
PRINCIPAL OFFICERS:
TITLE NAME ADDRESS
BACKGROUND
PROFESSION/TRADE
1. How many years has your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces? ~x.~ %
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? [X~-4. f so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details. ~
QS-1
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details. ~.
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone# Telephone# Amount Complete Completion
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Project Owner Architect Contract Date of With Own Forces
Name Telephone # Telephone# Amount Completion % of Work
QS-2
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present Type of Work
Position Years of For Which In What
Of Office Experience Responsible Capacity
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
10. Bank References:
11. Trade Association Membership:
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation? ~
/
QS-3
840WestMain Street
Riverhead, NYll901
(631)727-0170
Fax:(631) 727-0410
Terry Contracting & Materials, Inc.
611 Access Road
Stratford, CT 06615
(203) 375-8450
Fax: (203) 375-8410
Item 20 Key Personnel
Name Position Years Experience Prior Positions and Experience in Construction
Robert G. Terry President 26 years Owner/manager of Terry Contracting & Materials, Inc.
40 Hours OSHA mining
James C. Terry Vice-President 23 years Owner/manager of Terry Contracting & Materials, Inc.
40 Hours OSHA training
J.Stephen Humphreys Superintendent 35 years Experienced with marine, concrete, bridge and site construction
40 Hours OSHA training
Keith Lundgren Superintendent 14 years Experienced with marine, site, landfill and utility construction projects
40 Hours OSHA training
Mike Jones Superintendent 15 years Experienced with marine, site and landfill construction projects
40 Hours OSHA training
Sal Messina Superintendent 26years Experienced with pre-engineered building construction, marine and
environmental/hazardous waste projects. 40 Hours OSHA training
Christopher Zito Superintendent 12 years Landfill and site construction.
40 Hours OSHA training
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
STATE OF
COUNTY
/~0 ~3~/~7- G. 7'-Z~ '~'-.'~. 7' being duly sworn devoses and~savs that he is
the/9/~'£/,Oe~ ~7~ of 7~E~¥ £~/TWtt (7'/k~ ~ ~/D'~'/flc~'Wa~oCf fi.nd that
answers to the foregoing questions and all statements therein contained are tme and correct.
(Sig~'ature of p~r~on'"'~ed bid)
Sworn to before me this /-.~ day of, g an 008
Notary Public CJd~t~. ~'-"~& ~
Commission Ex,ration Date: 3 - /~ ~d /I
NOTARY PUBuc STATE OR NEW
No. ot uc~o~3e
QS-4
Terry Contracting & Materials, Inc.
840WestMain Street
Riverhead, NYll901
(631) 727-0170 Fax: (631) 727-0410
611 Access Road
Stratford, CT 06615
(203) 375-8450 Fax: (203) 375-8410
February 13, 2008
Town of Southold
53095 Main Road
Southold, New York 11971
Project Name: "New Suffolk Drainage Improvements"
LKMA Project No.: 07010.000
We submit the following current financial information for Terry Contracting & Materials, Inc.:
Assets $ 6,207,458
Liabilities $ 2,280,676
Net Worth $ 3,926,782
If you need further information then please call.
Sin~y,
President
Terry Contracting & Materials, Inc.
Terry Contracting & Materials, Inc.
840 West Main Street 61 I Access Road
Riverhead, NY 11901 Stratford, CT 06615
(631)727-0170 Fax: (631) 727-0410 (203) 375-8450 Fax: (203) 375-8410
Projects in Progress
Pro,iect
Owner Engineer Contract Price
Start/Completion
Springs Fireplace Rd
Apartments
Gorham's Pond Tide Gate
Replacement
Darien, CT
Town of East Hampton
(631) 324 4183
Town of Darien
L.K.McLean
Associates, Inc.
(631) 286-8668
$790,046.00
Ocean & Coastal Consultants $588,600.00
John Bazzoni
(203) 268-5007
Start: 12-12-2006
Completion: 7-1-2008
Start: 9-1-2007
Completion: 4-1-2008
Cedar Point Yacht Club
Dry Sail Dock Rehabilitation
Youngs Avenue Landfill
Closure
Cedar Point Yacht Club
Town of Riverhead
200 Howell Ave.
Riverhead, NY
Ocean & Coastal Consultants $399,445.00
John Bazzoni
(203) 268-5007
SCS Engineers, PC
Lisa Wilkinson
(845) 353-5727
$7,398,219.75
Start: 2-1-2008
Completion: 4-1-2008
Start: 1-4-2008
Completion: 2-1-2009
2/13/2008 Page I of 2
Terry Contracting & Materials, Inc.
840 West Main Street
Riverhead, NY 11901
(63 l) 727-0170 Fax: (631) 727-0410
611 Access Road
Stratford, CT 066 ! 5
(203) 375-8450 Fax: (203) 375-8410
Projects Similar in Scope
Proiect Owner Engineer
Town of Riverhead
Emergency Repair
Culvert Peconic River
Riverhead, NY
Village of East Hampton
Hook Pond Outfall
Pipe Project
East Hampton, NY
Peconic Riverfront Bicycle Town of Riverhead
And Pedestrian Improvement
Project
Riverhead, NY
Town of Brookhaven
Riverhead Road Drainage
Improvements
Rocky Point, NY
Southold Landfill Closure Town of Southold
Cutchogue, NY
Town of East Hampton
Springs Fireplace Road
Landfill Capping
Contract Price
Town of Riverhead
Kenneth Testa, P.E.
(631)727-3200
$118,000.00
Village of East Hampton
(631)324-4150
$2,400,000.00
Completion
2-1-2005
100% of work done with our own forces
12- 1-2006
100% of work done with our own forces
Young & Young
Thomas Wolpert, P. E.
(631) 727-2303
$2,454,168.00
6-1-2006
98%ofworkdone with our ownforces
L.K.McLean Associates
Christopher Dwyer
(631) 286-8668
James Bunchuck
(631)324-7191
L.K.McLeanAssociates
Joseph Cline
(631)286-8668
$694,492.86 1-1-2007
100%ofworkdone with our ownforces
$5,216,366.00 6-1-2003
98%ofworkdone with ourownforces
$4,881,807.00
11-1-2005
2/13/2008 Page 2 of 2
TOWN OF SOUTHOLD
6
"NEW SUFFOLK DRAINAGE IMPROVEMENTS"
CONSTRUCTION SPECIFICATION
SOUTHOLD, SUI~OLK COUNTY, NEW YORK
LKMA Project No: 07010.000
DECEMBER 2007
Prepared For:
TOWN OF SOUTHOLD
53095 Main Road
Southold, New York 11971
Prepared By:
L.K. McLEAN ASSOCIATES, P.C.
Consulting Engineers
437 South Country Road
Brookhaven, New York 11719
(631) 286-8668
· · Town of Southold
NEW SUFFOLK DRAINAGE IMPROVEMENTS
PROPOSAL PACKAGE
BID OPENS:
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT INTACT
AND FILLED OUT COMPLETELY!! (Do Not Sign the
Contract Agreement. It is included only for informational
purposes, and will be signed by the successful bidder after
award of contract.)
All line items on the Proposal Form must be filled in! All
lines must have an indication of the bidder' s response
whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!
Thank you!
Proposal Package 1 of 14
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening.
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
Proposal Package 2 of 14
ENDOR NAME: "J~:km-~o/$ F' A
TYPE OF ENTITY:CORP.
FEDERAL EMPLOYEE 1D #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED:
If a non-publicly owned Corporation:
VENDOR INFORMATION SHEET
PARTNERSHIP
CORPORATION NAME: "q~.nbio / ~ ,~ P,
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
INDIVIDUAL
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
Proposal Package 3 of 14
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS:
CONTACT:
TELEPHONE:
E-MAIL:
FAX:
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
ONLY if different -
MAlL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
Proposal Package 4 of 14
VENDOR NAME:
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person attthorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
Insurance Certificate as requested is attached
I certify that I can supply insurance as specified if awarded the bid ~
Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE~LL DISO~IALIFY BIDDER.
~ ~JTHORIZED SIGNATURE
Proposal Package 5 of 14
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
!5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The/p~ signing this b.~r the penalties of perjury,
Type Name & Company Position
Corapa~¥ N~rn¢
Date Signed
Federal I.D, Number
affirms the truth thereof.
SWORN TO BEFORE ME THIS
NOTARY: ~ DAY OF4~";
~ /NOTARY PUBLIC
RICKIE R. WAI.,~H
Nota~/Public, State of New York
No. 01WA4988282
Qualified in Suffolk County
Comm;ssion Expires Nov. 4, 20 ~ ~
.20 ~
Proposal Package 6 of 14
PROPOSAL FORM
NEW SUFFOLK DRAINAGE IMPROVEMENTS
VENDOR NAME:
VENDOR ADDRESS:
TELEPHONE NUMBER:
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the
said Contract Documents in the manner prescribed therein and in said Contract, and in
accordance with the requirements of the Engineer, at the prices listed on the attached Bid
Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a
corporation, the bid must be signed by an officer of the corporation, or other person
authorized by resolution of the board of directors, and in such case a copy of the resolution
must be attached; if a partnership, by one of the partners or other person authorized by a
writing signed by at least one general partner and submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest
therein. (Note: In the event that any Town Officer has any such interest, the full nature
thereof should be disclosed below. It is not forbidden that individuals working for the TOWN
OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be
revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were
issued please write N/A below):
Addendum No. Dated
Proposal Package 7 of 14
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
I General Conditions and Mobilizations I LS
' 5 ars cents
Method of Measurement: The amount bid sharl include supervision and management, on-going project-related expenses, insurances, --
bonding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet
~11 of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General
Conditions of the Contract and demobilize from the construction site upon successful completion of the project.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
O Erosion and Sediment Control I LS
Dollars ~
Method of Measurement: The amount bid shall include all labor, materials and equipment necessary to provide erosion and sediment control
~n accordance with the Contract Drawings and the NYS Standards for Erosion and Sediment Control. Including weekly inspection,
maintenance, reports, repair and removal.
Method of Payment: The Contractor shall receive the lump sum payment for Erosion and Sediment Control performed as specified, shown on
[he Contract Drawings and as approved by the Engineer.
Payment for this item will be made in two (2) payments;
a. Fifty Percent (50%) upon first partial payment.
b. Fifty Percent (50%) upon final payment.
Intent: The Contractor sha~l install, maintain and remove all sediment and erosion control methods use for construction and as required under
~he permit conditions as needed and shown on the Construction Drawings.
3 Site Demolition, Clearing and Removals 1 LS
for .~,..~/ ~,~...~'...-~. ~ ~.~ o~./ /LS
~olla~rs O ~/ Cents'~~'e-"~'~
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Demolition, Clearing and Removals
measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Site Demolition, Clearing and Removals shall be measured and paid for at the contract lump
um bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
aecessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including carting/disposal
fees, safety fencing, maintenance and protection of traffic, temporary removal of guardbooth, deleterious or unsuitable materials, retaining walls,
rock walls, saw cutting, pavements, all items in conflict with proposed construction (as defined by the Contract Drawings), debris removal from
site, clean-up, construction layout and sawcutting.
Intent: The Contractor shall remove and dispose of all existing items as required for installation of the proposed items as shown on the
~onstruction Drawings while maintaining controlled access to the site with maintenance and protection of traffic and pedestrians
:luring the entire length of construction.
CONTINUED ON NEXTPAGE
propog~} ~ 8 of J~
TOWN OF SOUTHOLD
I NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
4 Site Preparation, Unclassified Excavation &
Grading 1 LB
ollars OCents ~
~Measurement: The quantity to be paid f~u~er this item shall be the lump sum cost of material cut and filled for the purpose of
~stablishing proper proposed subgrade elevation (verified by su~ey). The lump sum cost includes all site preparation activities.
Method of Payment: The quantity of accepted Site Preparation, Unclassified Excavation & Grading shall be measured and paid for at the
contract lump sum price as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessa~ to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
Licensed Land Su~eying, layout, rough grading, site cut-to-fill, clean soils, transpodation, spoils removal, compaction and meeting the proposed
~rades.
Intent: The Contractor shall pedorm all necessa~ eadhwork and grading (cut and fill) of the existing site in order to meet all proposed grades
as shown on the drawings.
~ 5 Proposed Leaching Basins with Drainage Field -
Complete 46 EA
for ~ ~ ~ ,~ /EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed Leaching Basins with Drainage Field
aeasured in place and accepted in accordance with the specifications and drawings.
Method of Pa~ent: The quantity of accepted Proposed Leaching Basins with Drainage Field shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing al~ labor, materials, tools
and equipment necessa~ to satisfactorily complete the work as shown on the contract drawings and described in this specification, including
layout, excavation, 6" PVC piping, elbow fittings, stone backfill, filter fabric, precast structures, brick leveling course, covers, castings, backfill
nd compaction.
Intent: The Contractor shall install the proposed interconnected precast leaching basin system with all associated materials as shown on the
3~uction Drawings.
Proposed 8' Diameter Leaching Basin 2' Deep
5a Complete Traffic Bearing Cover & Casting 2 EA
for ~ ~ ~ ~ lEA
Dollars ~ Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of individual Proposed 8' Diameter Leaching Basin
(traffic bearing) measured in place and accepted in accordance with the specifications and drawings.
~ethod of Pa~ent: The quantity of accepted Proposed 8' Diameter Leaching Basin (2' Deep) shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessa~ to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, precast structure, brick leveling course, cover, castings, backfill and compaction.
Intent: The Contractor shall install the proposed individual precast leaching basin (8' wide x 2' deep) with all associated materials as shown on
~e Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 9 of 1%
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Proiect No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
6 Proposed 4' Diameter Concrete Lateral Basin 3 EA~,o~.'z l~O
for ~w~ ¢",'-4,~v-~-~ ~ ~/EA - ~
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed 4' Diameter Concrete Lateral Basins
neasured in place and accepted in accordance with the specifications and drawings.
Method of Pa~ent: The quantity of accepted Proposed 4~ Diameter Concrete Lateral Basins shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute fu~l compensation for furnishing all labor, materials, tools
and equipment necessa~ to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, precast structures, brick leve~ing course, covers, castings, backfill and compaction.
~tent: The Contractor shall install the proposed lateral basins with all associated materials as shown on the Construction Drawings.
~ Proposed 8' Diameter Storm Drain 0 EA
for /EA
Dollam Cents
Method of M~surement: ~e quant~ to be paid for under this ~em shall ~ the numar ~ Prop~ 8' Diam~er Sto~ Drains measured in
~lace and a~ept~ in a~o~ance w~h the sp~ifications and dra~ngs.
~hod of Pa~ent: The quant~ of accepted Pmp~ 8' Diameter Sto~ Drai~ sh~l ~ measured ~d ~id forat ~e~t;~ un~ p~ ~r
~Ch bid as Called for in ~e ~r°~°s~i fo~. ~is pdc® ~11 ~n~it~e fUll C°m~nsati~ for f~i~hi~g ail labor, m~e~ls, t~ ~nd ~iPment
nece~ to satisfa~oHly Complete the ~ ~ shown on the cont~ draWings and de~d~ in this s~cification, InclUding laYo~,
~x~vation, stone, filter fabric, p~t stru~ures, br~k leveling coume, covem, ~stings, bacUill and compaction.
Intent: The Contm~or shall install the proposed storm drains with all a~iated materials as shown on the ~nstru~ion Drawings.
~ Concrete Curb - Standard & Mountable 600 LF
Dolla~ Cents
~ethod of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Concrete Curb (standard &
mountable) measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted concrete curb shall be measured and paid for at the contract unit price per linear foot bid as
called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessa~ to
~otiSfactorily complete the work as shown on the contract drawings and described in this specification. Including ea~hwork, rough grading and
untable curb restoration.
Intent: The Gontractor shall install the proposed concrete curb (standard & mountable) to the grade and limits as shown on the Construction
Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 10 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
9 Proposed Asphalt Pavement - Full Depth 39,500 SF
for -7-~0,'¢~~-~ ¢¢vl ~'~¢~ ~/SE
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for Proposed Asphalt
Pavement - Full Depth measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed Asphalt Pavement - Full Depth shall be measured and paid for at the contract unit
price per square foot bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, RCA installation, proof rolling of RCA, sawcutting of existing limit of asphalt, Type 3 asphalt binder installation, Type 6 asphalt top
installation, sweeping, AC all joints, milling at transitions, staging between operations, and construction sequencing.
~ntent: The Contractor shall install the proposed full depth asphalt paving including RCA base, sawcutting (if not required under Item #3),
asphalt binder coarse and asphalt top coarse as needed and shown on the Construction Drawings.
10 Proposed Timber Guiderail I LS
for .~'~¢..~t~t;,.~c~ ~e~-g~ ~ /LS
Dollars Cents~s~' ~
Method of Measurement: The lump sum to be paid for under this item shall be for the full removal of existing guiderail, temporary storage and
full installation of the proposed guiderail system in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted Proposed Guiderail Installation shall be measured and paid for at the lump sum price as called
for in the proposal form. This lump sum price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall remove the existing guiderail system to allow for the construction of the leaching field as shown on the Constructior
Drawings. Once all below grade drainage and other site features are complete the Contractor shall install proposed guiderail system as shown
~n the contract drawings and described in the specifications.
O Proposed 8" Dia. Sch. 80 PVC Lateral Piping 400 LF
for
Dollars Cents
~/lethod of Measurement: The quantity to be paid for under this item shall be for each linear foot of the Proposed 8" Diameter Schedule 80
PVC Lateral Pipe furnished and installed in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed 8" Diameter Schedule 80 PVC Lateral Pipe shall be measured and paid for at the
contract unit price per each linear foot as called for in the proposal form. This unit price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
~pecification. Including excavation, parging, connections to structures and controlled compacted lifts during backfill.
Intent: The Contractor shall install the Proposed 8" Diameter Schedule 80 PVC Lateral Pipe as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 11 of 14
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
,~ 12 Beach Grass 1,500 SF
for J~,~ ~'~-~ %/-'~, ,c,c,c,c,c,c,c,c,c~ ~ ~.4 SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the area of beach grass measured in place and accepted in
accordance with the specifications and drawings.
Method of Payment: The quantity of beach grass area shall be measured and paid for at the contract unit price per each square foot as called
Ior in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including finegrading, surface
~reparation, beach grass plugs as shown on the drawings.
,ntent_~. The Contractor shall install the proposed beach grass within the specified area as shown on the Construction Drawings.
O Pavement Markings - Yellow/White/Blue Paint 3,750 SU
for .jsu °-
Dollars
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Pavement Markings -
Yellow/White/Blue Paint (including handicap parking symbols) measured in place and accepted in accordance with the specifications and
drawings. Pavement striping will be measured in linear feet along the centerline of the pavement stripe, and will be based on a 4 inch wide
stdpe. Measurement for striping with a plan width greater or less than the basic 4 inches, as shown on the plans or as directed by the Engineer,
viii be made by the following method. Plan Width of Stripinq (inches) x Linear Feet
4"
Method of Pavment: The quantity of accepted pavement markings (including handicap parking symbols) shall be measured and paid for at the
contract unit price per stripe unit bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specificati
the price bid. No payment will be made for the number of linear feet of skips in the dashed line.
Intent: The Contractor shall install all the proposed pavement markings as shown on the Construction Drawings.
14 Topsoil & Seed 11,000 SF
for ~¢~m~-~,,a-,c~ ~ ~ ~'~F ' --
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be for each square foot of area where topsoil and seed is proposed
in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted Topsoil & Seed area shall be measured and paid for at the contract unit price per square foot as
~alled for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including furnishing topsoil, specified
seed mix (applied at the specified amount) and fertilizer.
Intent: The Contractor shall install the proposed topsoil layer and seed in the specified area as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 12 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town (~f Southold
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE
NO. (Fill in Unit Price Written in Words) QUANTITY BID
15 Proposed Handicap Signs 2 EA
] for
] Dollars C;g ~ ~
JMethod of Measurement: The quantity to be paid for under this item shall be the number of Proposed Handica
Ja~ ~th the specifications and drawings.
LKMA Project No. 07010.001
EXTENDED BiD AMOUNT
~00 --
Signs measured in place and
~lethod of Pa~nent: The quantity of accepted handicap sign shall be measured and paid for at the contract unit price per each bid as called
:or in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including post, sign and footing.
ntent: The Contractor shall install the proposed handicap signs at the handicap stalls shown on the Construction Drawings.
Proposed Electrical Conduit & Pull Boxes I 1
for ~-,, J ~L~,~, ,'~v- ~ ~,~ c,/~/-<~.~. ES J
Dollars Cents ~'~c,,~. ~',~,
The quantity to be paid for'uhder this item shall be the
in accordance with the specifications and drawings.
number of pull boxes and conduit piping measured in place
vment: The quantity of accepted electrical conduit and pull boxes shall be measured and paid for at the contract lump sum price
bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. The cost shall include all
excavation, conduit installation, proper controlled backfilling, caution tape, pull boxes, conduit, draglines and all other associated materials.
__ The Contractor shall install the electrical conduit and pull boxes as shown on the Construction Drawings.
Cents ~t ,~ t'J/'~, ~'.
WRITTEN IN WORDS Total All Pay Items
NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or
~after award of the bid.
Proposal Package 13 of 14
AUTHORIZED
PRINT NAME ~_~ ~0~ -DeL~L~o ~.
TITLE '12~¢~3 ~ ~e~x
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF ,J-',:, {~/-o//~. ) ss.:
On the [.? day of [z~[av~-o,-~7 in the year 2008 before me, the undersigned, personally
appeared, ,P~ ~r¥ [ke l...~,',: .,-(~, . personally known to me or proved to me on the basis
of satisfactory e~iden~e' to 'be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(les),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
NOTARY PUBLIC
RICKIE R. WAI,,~H
Notary Public, ~tate of New York
No. 01WA4988282
Qu=lified in Suffolk County
Commission Expires Nov. 4.20 ~ ~
Proposal Package 14 of 14
Town of Southold
BIDDER'S QUALIFICATION STATEMENT
The signatory of this questionnaire certifies under oath the troth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY:
FIRM NAME: '-l)¢muO ./.50,~7~4 ,~ol- A*fk~q
PRINCIPAL OFFICE:
PRINCIPAL OFFICERS:
TITLE NAME ADDRESS
Partnership or Entity
An Individual
BACKGROUND
PROFESSION/TRADE
How many years has your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces? kO %
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? [Jo. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details. P&'
QS-1
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details. ~
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone # Telephone # Amount Complete Completion
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Project Owner Architect Contract Date of With Own Forces
Name Telephone # Telephone# Amount Completion % of Work
QS-2
List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
Individual's Name Of Office Experience Responsible Capacity
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
10. Bank References:
11. Trade Association Membership: ,,~Ccrrv> ~¢'~*c,,~- '-~[L~ot~ ^~ Co~.~c~ 'T~,c
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation? ]~.
QS-3
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
STATE OF
COUNTY
i~e v,~/ i~4[-~\; o ,,'J,'. being duly sworn deposes and says that he is
the ,~e~.,'At~¥ of /~e J-~-{ t~*'-,/9~/]- contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
Sworn to before me this 13
Notary Public ()?,.,j_~
Commission Expiration Date:
,2008
RICKIE R. WAI.,~H
Notary Public, .State of New York
No. 01WA4§38282
Qualified in Suffolk County,., c[
Commission Expires Nov. 4. 20 u
QS-4
Southold Town Board - Letter Board Meeting of February 26, 2008
RESOLUTION 2008-218
ADOPTED
item #
DOC ID: 3637
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-218 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
FEBRUARY 26, 2008:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
DeLalio/South Fork Asphalt~ 224A North Main Street~ Southampton~ NY 11968 for
drainage improvements as part of the New Suffolk Drainage Project~ in the amount of
$274,999.00 and authorizes and directs Supervisor Scott A. Russell to sign a contract with
DeLalio/South Fork Asphalt, all in accordance with the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Albert Krupski Jr., Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell
Generated February 27, 2008 Page 35
Southold Town Board - Letter Board Meeting of February 26.2008
RESOLUTION 2008-218
ADOPTED
ltem#
DOC ID: 3637
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-218 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
FEBRUARY 26, 2008:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
DeLalio/South Fork Asphalh 224A North Main Street~ Southampton~ NY 11968 for
drainage improvements as part of the New Suffolk Drainage Projech in the amount of
$274,999.00 and authorizes and directs Supervisor Scott A. Russell to sign a contract with
DeLalio/South Fork Asphalt, all in accordance with the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Albert Krupski .lr., Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski Jr., WJckham, Evans, Russell
Generated February 27, 2008 Page 35
Southold Town Board - Letter Board Meeting of February 26, 2008
RESOLUTION 2008-218
ADOPTED
Item #
DOC ID: 3637
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-218 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
FEBRUARY 26, 2008:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
DeLalio/South Fork Asphalt, 224A North Main Streeh Southampton, NY 11968 for
drainage improvements as part of the New Suffolk Drainage Proiect, in the amount of
$274,999.00 and authorizes and directs Supervisor Scott A. Russell to sign a contract with
DeLalio/South Fork Asphalt, all in accordance with the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Albert Krupski .lr., Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell
Generated February 27, 2008 Page 35
Southold Town Board - Letter Board Meeting of February 26, 2008
RESOLUTION 2008-218
ADOPTED
Item #
DOC ID: 3637
TillS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-218 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
FEBRUARY 26, 2008:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
DeLalio/South Fork Asphalt~ 224A North Main Streeh Southampton~ NY 11968 for
drainage improvements as part of the New Suffolk Drainage Proiect~ in the amount of
$274,999.00 and authorizes and directs Supervisor Scott A. Russell to sign a contract with
DeLalio/South Fork Asphalt, all in accordance with the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Albert Krupski Jr., Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell
Generated February 27, 2008 Page 35
TOWN OF SOUTHOLD
"NEW SUFFOLK DRAINAGE IMPROVEMENTS"
CONSTRUCTION SPECIFICATION
SOUTHOLD, SUFFOLK COUNTY, NEW YORK
LKMA Project No: 07010.000
DECEMBER 2007
Prepared For:
TOWN OF SOUTHOLD
53095 Main Road
Southold, New York 11971
Prepared By:
L.K. McLEAN ASSOCIATES, P.C.
Consulting Engineers
437 South Country Road
Brookhaven, New York 11719
(631) 286-8668
Town of Southold
NEW SUFFOLK DRAINAGE IMPROVEMENTS
PROPOSAL PACKAGE
BID OPENS:
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT INTACT
AND FILLED OUT COMPLETELY!! (Do Not Sign the
Contract Agreement. It is included only for informational
purposes, and will be signed by the successful bidder after
award of contract.)
All line items on the Proposal Form must be filled in! All
lines must have an indication of the bidder's response
whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package
Thank you!
Proposal Package 1 of 14
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening.
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
Proposal Package 2 of 14
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. ~/ PARTNERSHIP
FEDERAL EMPLOYEE 1D #: /
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED: /
If a non-publicly owned Corpo~_n:
CORPORATION NAME:
LISTI~INCIPAL STA~KHOLDERS: (5% of outstanding shares)
INDIVIDUAL
LIST OFFICERS AND DIRECTORS:
Ifad:
PARTNERS__:
LIST PARTNERS NA~....~
Proposal Package 3 of 14
ADDRESS RECORD FORM
MAlL BID TO:
TELEPHON..E: 7'c~7"- .~900 FAX:
ONLY if different -
MAlL PURCHASE ORDER TO:
ADDRESS:~ ~
TELEPHONE:
CONTACT:
ONLY if different -
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
Proposal Package 4 of 14
ASSUMED NAME CERTIFICATION
*if the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
Insurance Certificate as requested is attached j
I certify that I can supply insurance as specified if awarded the bid
Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQU~LII~ BIDDER.
AUTHORIZED SIGNATURE
Proposal Package 5 of 14
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My finn has not offered or entered into a subcontract or agreement regarding the pumhase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my finn with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties of perjury, affirms the truth thereof.
Signature & Company Position
Ty~e'~me & Company Positi~
Company Name
Date Signed
Federal I.D. Number
SWORN TO BEFORE ME THIS
NOTARY: /Z/t/J//DAY OF/~Z~'-~-~'~,~, 20~~'
CHRISTY SEYMORE
Notary Pubic, State of New York
No, 01SE6131594
xtv Oommm~m ~r~ ^u0u~t 0~, 20.g_?
Proposal Package 6 of 14
PROPOSAL FORM
NEW SUFFOLK DRAINAGE IMPROVEMENTS
TELEPHONE NUMBER: '7"c:~,,~, ~"d,)~ FAX:
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the
said Contract Documents in the manner prescribed therein and in said Contract, and in
accordance with the requirements of the Engineer, at the prices listed on the attached Bid
Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a
corporation, the bid must be signed by an officer of the corporation, or other person
authorized by resolution of the board of directors, and in such case a copy of the resolution
must be attached; if a partnership, by one of the partners or other person authorized by a
writing signed by at least one general partner and submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest
therein. (Note: In the event that any Town Officer has any such interest, the full nature
thereof should be disclosed below. It is not forbidden that individuals working for the TOWN
OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be
revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were
issued please write N/A below):
No.
Dated
Proposal Package 7 of t4
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
I General Conditions and Mqb. ilizat~on~. / I LS .~.~.
~ethoa of Measurement: The amount bid sba nc ude supervision and management, on-going project-related expenses, insurances,
3onding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet
I~ll of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General
Conditions of the Contract and demobilize from the construction site upon successful completion of the project.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
~) c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations,
O Erosion and ~ntrol 1 LS
Dollars Cents~
Method of Measurement: The amount bid shall include all labor, materials and equipment necessary to provide erosion and sediment control
~n accordance with the Contract Drawings and the NYS Standards for Erosion and Sediment Control. Including weekly inspection,
maintenance, reports, repair and removal
~ent: The Contractor shall receive the lump sum payment for Erosion and Sediment Control pedormed as specified, shown on
~he Contract Drawings and as approved by the Engineer.
Payment for this item will be made in two (2) payments;
a. Fifty Percent (50%) upon first partial payment.
b. Fifty Percent (50%) upon final payment.
~ntent: The Contractor shall install, maintain and remove all sediment and erosion control methods use for construction and as required under
:he permit conditions as needed and shown on the Construction Drawings.
LS
) 3 Site Demolition, Clea~ri~andRe~lovalSfor~/.~.~~-'c/ ~ /LS 1
Dollars Cent~-~
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Demolition, Clearing and Removals
measured in place and accepted in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted Site Demorition, Clearing and Removals shall be measured and paid for at the contract lump
~um bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification, including carting/disposal
fees, safety fencing, maintenance and protection of traffic, temporary removal of guardbooth, deleterious or unsuitable materials, retaining walls,
rock walls, saw cutting, pavements, all items in conflict with proposed construction (as defined by the Contract Drawings), debris removal from
site, clean-up, construction layout and sawcutting.
Intent: The Contractor shall remove and dispose of all existing items as required for installation of the proposed items as shown on the
Construction Drawings while maintaining controlled access to the site with maintenance and protection of traffic and pedestrians
during the entire length of construction.
CONTINUED ON NEXT PAGE
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010~001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO, (Fill in Unit Price Written in Words) QUANTITY BID
~ 4 Site Preparation, Unclassified Excavation & I LS
fo r ~./~'~'~,Z ~ /LS
Dollars C~~
~ethod of Measurement: The quantity to be paid for under this item shall be the lump sum cost of material cut and filled for the purpose of
~stablishing proper proposed subgrade elevation (verified by su~ey). The lump sum cost includes all site preparation activities.
Method of Pa~ent: The quantity of accepted Site Preparation, Unclassified Excavation & Grading shall be measured and paid for at the
contract lump sum price as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessa~ to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
Licensed Land Suweying, layout, rough grading, site cut-to-fill, clean soils, transpo~ation, spoils removal, compaction and meeting the propose(
~rades.
Intent: The Contractor shall pedorm all necessa~ ea~hwork and grading (cut and fill) of the existing site in order to meet all proposed grades
aslwn on the drawings.
~ 5 Proposed Leaching Basins with Drainage Field - 46 EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed Leaching Basins with Drainage Field
~easured in place and accepted in accordance with the specifications and drawings.
Method of Pa~ent: The quantity of accepted Proposed Leaching Basins with Drainage Field shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, mateda[s, tools
and equipment necessa~ to satisfactorily complete the work as shown on the contract drawings and described in this specification. Inciuding
layout, excavation, 6" PVC piping, elbow fi~ings, stone backfill, filter fabric, precast structures, brick leveling course, covers, castings, backfill
md compaction.
TheContractor shall install the proposed interconnected precast leaching basin system with all associated materials as shown o~ the
ction Drawings.
5a Proposed 8' Diameter Leaching Basin 2: Deep 2 EA
, Complete fo~ T~ B;:ring Cover & Casting~ ~0 /EA gCS ~*~ ~
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of individual Proposed 8' Diameter Leaching Basin
traffic bearing) measured in place and accepted in accordance with the specifications and drawings.
~ethod of Pa~ent: The quantity of accepted Proposed 8' Diameter Leaching Basin (2' Deep) shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessa~ to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, precast structure, brick leveling course, cover, castings, backfill and compaction.
~ntent: The Contractor shall install the proposed individual precast leaching basin (8' wide x 2' deep) with a~l associated materials as shown on
~e Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 9 of 17
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
6 Proposed 4' Diameter ConcJrete Lateral Basin 3 EA
Dollam Cents
'Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed 4' Diameter Concrete Lateral Basins
neasured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed 4' Diameter Concrete Lateral Basins shall be measured and paid for at the contract
unit price per each bid as called for in the proposa! form. This price shall constitute full compensation for furnishing ail labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification, including
layout, excavation, precast structures, brick leveling course, corem, castings, backfill and compaction.
~ntent: The Contractor shall install the proposed lateral basins with all associated materials as shown on the Construction Drawings.
I~1 Proposed ~' Diameter Storm Drain 0 EA
Dollars / Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Pmpossd 8' Diameter Storm Drains measured in
~lace and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity Of accepted Proposed 8' Diameter Storm Drains shall be measured and pa d for at the contract [init price per
each bid as cail~d f0~ in the prOposal form. This price Shall constitute full ComPenSatiOn for f~mlshing all la~r, materials, tm End equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including layout,
excavation, stone, filter fabric, pracast structures, br~k leveling course, covers, castings, backfill and compaction.
Intent: The Contractor shall install the proposed storm drains with all associated materials as shown on the Construction Drawings.
I~ ConcJ'ete Curb - Standard & Mountable 600 LF
· Doll's Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Concrete Curb (standard &
mountable) measured in place and accepted in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted concrete curb shall be measured and paid for at the contract unit price per linear foot bid as
:ailed for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
~atisfactorily complete the work as shown on the contract drawings and described in this specification. Including earthwork, rough grading and
~nountable curb restoration.
Intent: The Contractor shall install the proposed concrete curb (standard & mountable) to the grade and limits as shown on the Construction
Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 10 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
9 Propojs~, Asphalt Pavement- Full Depth for~ _'~/~x~. ~ ~;/~) /SF 39,500 SF ~.~ //O~/ _~)' /
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the square feet finished sudace ama for Proposed Asphalt
Pavement - Full Depth measured in place and accepted in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted Proposed Asphalt Pavement - Full Depth shall be measured and paid for at the contract unit
~rice per square foot bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
~nd equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
ayout, RCA installation, proof rolling of RCA, sawcutting of existing limit of asphalt, Type 3 asphalt binder installation, Type 6 asphalt top
linstallation, sweeping, AC all joints, milling at transitions, staging between operations, and construction sequencing.
~ntent: The Contractor shall install the proposed full depth asphalt paving including RCA base, sawcutting (if not required under Item #3),
asphalt binder coarse and asphalt top coarse as needed and shown on the Construction Drawings.
) 10 f~'~,~/'f~r°p°sed Til~ber Guiderail/~,//~.~S~ 1 LS /~/~ /~/~ ~,, /
'Doliars ICe~t~
Method of Measurement: The lump sum to be paid for under this item shall be for the full removal of existing guiderail, temporary storage and
full installation of the proposed guiderail system in accordance with the specifications and drawings.
I,lethod of Payment: The quantity of accepted Proposed Guiderail Installation shall be measured and paid for at the lump sum price as called
for in the proposal form. This lump sum price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall remove the existing guiderail system to allow for the construction of the leaching field as shown on the Constructior
Drawings. Once all below grade drainage and other site features are complete the Contractor shall install proposed guiderail system as shown
~)n the contract drawings and described in the specifications.
~ Proposed 8" Di.~h. 80 PVC Lateral Piping fo~..~ D~ol ars~J~ ~ /LF 400 LF ~'~' ~ ~(~O. /
Cents
~tethod of Measurement; The quantity to be paid for under this item shall be for each linear foot of the Proposed 8" Diameter Schedule 80
PVC Lateral Pipe furnished and installed in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed 8" Diameter Schedule 80 PVC Lateral Pipe shall be measured and paid for at the
contract unit price per each linear foot as called for in the proposal form. This unit price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
~ipecification. Including excavation, parging, connections to structures and controlled compacted lifts during backfill.
Intent: The Contractor shall install the Proposed 8" Diameter Schedule 80 PVC Lateral Pipe as shown on the Construction Drawings.
· CONTINUED ON NEXT PAGE
Proposal Package 11 of 14
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
12 for ~~j~- BeachGrass~,~,~ SF 1,500 SF /.~ // ~ , ~
Dollars Cents
~tethod of Measurement: The quantity to be paid for under this item shall be the area of beach grass measured in place and accepted in
~ccordance with the specifications and drawings.
~lethod of Pa~nent: The quantity of beach grass area sharl be measured and paid for at the contract unit price per each square foot as called
~or in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including finegrading, surface
preparation, beach grass plugs as shown on the drawings.
Llntent: The Contractor shall instarl the proposed beach grass within the specified area as shown on the Construction Drawings.
~ Pavement Markings-Yellow/White/BluePaintfor ~"~:? '~/~ /SU 3,750 SU / ~"~" ~J/'~/r
~ Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Pavement Markings -
Yellow/White/Blue Paint (including handicap parking symbols) measured in place and accepted in accordance with the specifications and
drawings. Pavement striping will be measured in linear feet along the centerline of the pavement stripe, and will be based on a 4 inch wide
stripe. Measurement for striping with a plan width greater or less than the basic 4 inches, as shown on the plans or as directed by the Engineer,
will be made by the following method. Plan Width of Stripinq (inches) x Linear Feet
~ 4"
Method of Pawnent: The quantity of accepted pavement markings (including handicap parking symbols) shall be measured and paid for at the,
contract unit price per stripe unit bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specificati
the price bid. No payment will be made for the number of linear feet of skips in the dashed line.
~ntent: The Contractor shall install all the proposed pavement markings as shown on the Construction Drawings.
14 Topsoil & Seed 11,000 SF ~ _
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be for each square foot of area where topsoil and seed is proposed
in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted Topsoil & Seed area shall be measured and paid for at the contract unit price per square foot as
ailed for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including furnishing topsoil, specified
seed mix (applied at the specified amount) and fertilizer.
Intent: The Contractor shall install the proposed topsoil layer and seed in the specified area as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 12 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
~ 15 Proposed Handicap Signs 2 EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed Handicap Signs measured in place and
accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted handicap sign shall be measured and paid for at the contract unit price per each bid as called
for in the proposal form. This price shaU constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including post, sign and footing.
Intent: The Contractor shall install the proposed handicap signs at the handicap stalls shown on the Construction Drawings.
O16 Pr opos~jd'~lect rica I.,~nd u~t f o+--~-)~"~\__ ~/~,~r & ~) ksPUll Boxes 1 LS ~l'l~~¢~'~ /~/'/~.~.,~,. j
Dollars Cents
Iblethod of Measurement: The quantity to be paid for under this item shall be the number of pull boxes and conduit piping measured in place
and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted electrical conduit and puli boxes shall be measured and paid for at the contract lump sum price
bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. The cost shall include all
~xcavation, conduit installation, proper controlled backfilling, caution tape, pull boxes, conduit, draglines and all other associated materials.
Intent: The Contractor shall install the electrical conduit and pull boxes as shown on the Construction Drawings.
~ - WRI'I-rEN IN WORDS/ I ~.,~! ~-, rc~,/~, . ,,~ . /,, T~)'[tal All Pay Items
~NOTE: The Town of Southold reserves the right to increase, , or eliminate in its entirety any or all items prior to or
after award of the bid.
Proposal Package 13 of 14
AUTHORIZED SIGNATURE
PRINT NAME
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF ~ ~' '~//<, ) ss.:
On the /l'~day of /:~-~,e_ ~'~ in the year 2008 before me, the undersigned, personally
appeared, '~/'~,ed,~>a ,/5,'>Te//,~P'5 , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
OT,K'RY P~BLi~' '
Proposal Package 14 of 14
Town of Southold
BIDDER'S QUALIFICATION STATEMENT
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to2;~latories herei~de.
PRINCIPAL OFFICE: ,,~.A./~
PRINCIPAL OFFICERS:
TITLE /f~ ~ME
A Partnership or Entity
An Individual
BACKGROUND
1. How many years has your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces? t/~ %
List trades that you organization nogmally performs below:
3. Have you ever failed to complete any work awarded to you?~ If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details. ~, ]t'
QS-1
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five, years? If yes, please provide details.
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone # Telephone# Amount Complete Completion
Project
Name
List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Telephone # Telephone# Amount Completion % of Work
QS-2
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Present
Position Years of
Individual' s/Name Of Office Experience
Type of Work
For Which
Responsible
In What
Capacit¢
Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
11. Trade Association Membership:
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when'? What was the outcome of the
investigation? t/0
QS-3
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
STATE OF )
COUNTY OF )
]LL ~t~ ~_ I ~,,,..¢¼,1. be~.,~g duly sworn deposes and says that he is
the V. ~f~:~:o/-v'-'L- of ~(~'~ ~.J.~,~sO-t,'~ .~,-. contractor and that
answers to the foregoing questions and all statements therein contained are tree and correct.
(Signature of person who signed bid)
Sworn to before me this ~'~day of/3,&~,~2008
Notary Public
Commission Expiration Date: ~.//~ej d J
QS-4
#8699
STATE OF NEW YORK)
) SS:
COUNTY OF SUFFOLK)
Karen Kine of Mattituck, in said county, being duly sworn, says that she is
Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at
Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that
the Notice of which the annexed is a printed copy, has been regularly published in
said Newspaper once a week for 1 week(s), successively, commencing on the
31st day of Januaw, 2008.
Principal Clerk
Sworn to before me this
day of
2008
LEGAL NOTICE
NOTICE TO BIDDERS
PROJECT: New ~lffoIk Dmimage
& Jad~om Avmm* ami m~e pa~,ca.
A VOLtNSKI
.STARE OF NEW yO~I~
SuffOlk County
Southold Town Board - Letter
Board M~eting of March 11, 2008
RESOLUTION 2008-271
ADOPTED
Item #
DOC ID: 3669
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-271 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
MARCH 11, 2008:
RESOLVED that the Town Board of the Town of Southold hereby finds that the New Suffolk
Drainage Improvements Proiect is classified as an Unlisted Action pursuant to SEQRA Rules
and Regulations, 6 NYCRR Section 617, and that the Town Board of the Town of Southold
hereby establishes itself as lead agency for the uncoordinated review of this action and issues a
Negative Declaration for the action in accordance with the recommendations of Mark Terry
dated March 4, 2008, and authorizes Supervisor Scott A. Russell to sign the short form EAF in
accordancetherewith.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Vincent Orlando, Councilman
SECONDER: William Ruland, Councilman
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell
Generated March 12, 2008 Page 25
Southold Town Board - Letter
oard Meeting of January 15, 2008
RESOLUTION 2008-93
ADOPTED
Item #
DOC ID: 3513
THIS IS TO CERTIFY THAT THE FOLLOVONG RESOLUTION NO. 2008-93 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JANUARY 15, 2008:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the
Town Clerk to advertise for bids for the New Suffolk Drainage Improvement Proiect~ ali in
accordance with the plans and specifications provided by L. K. McLean Associates, P.C.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Louisa P. Evans, Justice
SECONDER: Albert Krupski Jr., Councilman
AYES: Ruland, Orlando, Krupski Jr., Evans, Russell
ABSENT: Thomas H. Wickham
Generated January 17, 2008 Page 15
LI[A%A
L. K. McLean Associates, P.C.
437 South Country Road · Brookhaven * New York * 11719
(631) 286~8668 * FAX {631) 286-6314
EUGENE F. DALY, P.E., P.T.O E.TM, PRESIDENT and C.E.O.
RAYMOND G, DiBIASE, P.E., P.T.O.E?M, EXECUTIVE VICE PRESIDENT
JOSEPH F. CLINE, P.E., VICE PRESIDENT
ROY R. FULKERSON, P.L.S.. VICE PRESIDENT
ALBERT T. DAWSON, P.E,, VICE PRESIDENT
CONSULTING ENGINEERS
Associates
CHRISTOPHER F. DWYER
ROBERT A. STEELE, P.E.
January 30, 2008
Town of Southold
Department of Engineering
53095 Route 25
P.O. Box 1179
Southold, N.Y. 11971
COPY
Attn: James Richter R.A., Town Engineer
Re:
Town of Southold: New Suffolk Drainage Improvements
Final Bid Package for Construction & Contract Procurement
LKMA Project #: 07010.001
Dear Jamie:
As requested by the Department of Engineering, our office has prepared technical specifications and
construction drawings for the contracted work associated with the New Suffolk Drainage
Improvements project. Attached you ~vill find the final bid package delivered to the Town
Clerk's Office (10 copies) via hand delivery on January 30, 2008 for the commencement of the bid
process. Our office shall reach out to local, qualified contractors to participate in this process.
Bids are expected to be submitted no later than 10:00am on February 14, 2008 as defined in the
Invitation to Bidders. If your Department should require any construction management services on
this project, our office is more than capable to meet those demands.
If you have any questions regarding this bid package, please do not hesitate to contact this office.
CFD:cfd
Very truly yours,
Christopher F. Dwyer, Associate
L.K. McLean Associates, P. C.
mDC.
CC:
(1) Final Bid Package (Plans & Specs)
Supervisor Scott A Russell w/enc.
Superintendant of Highways Peter Hams w/enc.
Town Clerk's Copy w/enc.
LKMA File Copy w/enc.
· Founded in 1950 ·
"NEW SUFFOLK DRAINAGE IMPROVEMENTS"
CONSTRUCTION SPECIFICATION
SOUTHOLD, SUFFOLK COUNTY, NEW YORK
LKMA Project No: 07010.000
-_ 1 PreparedFor:
-- I TOWN OF SOUTHOLD
I 53095 Main Road
I Southold, New York 11971
I Prepared By':
~ L.K. McLEAN ASSOCIATES, P.C.
I Consulting Engineers
I 437 South Country Road
I B rookhaven, New York 11719
I (631) 286-8668
~l DECEMBER 2007
TOWN OF SOUTHOLD
53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971
PHONE: 631-765-1800 / FAX: 631-765-6145
INVITATION TO BID
NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND
REQUESTED FOR THE FOLLOWING:
BID NAME: SOUTHOLD TOWN - "NEW SUFFOLK DRAINAGE
IMPROVEMENTS"
Definite specifications may be obtained at the Southold Town Clerk's Office beginning
JANUARY 31, 2008
PLACE OF OPENING: DATE OF OPENING: TIME OF OPENING:
TOWN OF SOUTHOLD FEBRUARY 14, 2008 10:00AM
TOWN CLERKS OFFICE
53095 MAIN ROAD
SOUTHOLD, NY 11971
CONTACT PERSON: JAMES RICHTER R.A., TOWN ENGINEER, 631-765-1560
TECHNICAL QUESTIONS: CHRISTOPHER F. DWYER, LKMA 631-286-8668, PLEASE
REFER TO QUESTIONS PAGE Q-1.
VENDORS MUST SUBMIT BID IN SEALED ENVELOPE.
PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME
BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY.
It is the bidder's responsibility to read the attached Bid Specifications, Instructions to
Bidders, and General Conditions, which outline bidding rules of the Town of Southold.
Upon submission of bid, it is understood that the bidder has read, fully understands and
will comply with said GENERAL CONDITIONS and specification requirements.
The Town of Southold requires that this document be returned intact and that it be
filled out completely. Please do not remove any pages from this bid package, and
make a copy of the bid document for your records.
A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be
made by either money order, cash or check (payable to the Town of Southold).
The Town of Southold welcomes and encourages minority and women-owned
businesses to participate in the bidding process.
TABLE OF CONTENTS
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Title Page
Invitation to Bid
Table of Contents
Instructions to Bidders
NYS Wage Rates
Standard Insurance Requirements
General Conditions
Conditions of Contract
Proposal Form Package
Qualification of Bidders
Contract Agreement
Questions Page
Specifications
General Construction Drawings (Separate)
IB-I thru IB-6
SIR-1 thru SIR-2
GC-1 thru GC-12
CC-I thru CC-18
Proposal Form Package 1-14
QS-1 thru QS-4
A-1 thru A-3
Q-1
Divisions 1, 2 & 16
1 of 5
INSTRUCTIONS TO BIDDERS
INDEX
1. Receipt and Opening of Bids
2. Form, Preparation and Presentation of Proposal
3. Bid Security
4. Qualifications of Bidders
5. Rejection of Bids
6. Bidders Responsibility
7. Construction Terms and Conditions
8. Security for Faithful Performance
9. Bid Reservations
10. Non-Collusive Statement
11. Addenda and Interpretations
12. Method of Award
13. Single Price Bid Analysis
14. Municipal Exempt Status
15. Labor Law
16. Wage Rates
17. Insurance Required by the Town of Southold
18. Quantities
INSTRUCTIONS TO BIDDERS
1. RECEIPT AND OPENING OF BIDS
The Town of Southold invites bids on the forms heroin provided tbr the Town of Southold New
Suffolk Drainage Improvements constrnction in New Suffolk, New York. Sealed bids shall be
received by the Town Clerk of the Town of Southold at 53095 Main Road, Southold, New York
no later than 10:00 AM prevailing time on Thursday, February 14, 2008 at which time they
will be opened and publicly read aloud.
All bids received after the time stated for the opening in the Notice to Bidders may not be
considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay
in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by
means of personal delivery, the bidder assumes responsibility for having his bid deposited on
time at the place specified. Faxed bids will not be accepted.
2. FORM, PREPARATION AND PRESENTATION OF PROPOSAl,
The Proposal Form as issued by the Town Clerk shall be completely filled in, in black ink or
typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices
must be filled in, in both words and figures, with a total or gross sum for which the bid is made.
All lines must have an indication of the bidder's response whether it be "0", "N/A", "No
Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of
the request. Bids that do not have all applicable lines filled in on the bid proposal form may be
disqualified as a non-responsive bid. We cannot assume them is "no charge" when lines are left
empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the
itemized bid form or that contain irregularities of any kind will not be accepted. In case of
discrepancy between the unit price and total amount bid for any item, the unit price, as expressed
in words, shall govern.
The following two items will automatically render a bid unacceptable to the Town of Southold:
a. Failure to sign bid proposal page.
b. Failure to include necessary bid security deposit (as required).
It shall be fully understood that any deviations from the inclusion of the above items will be
grounds to see the bid as non-compliant and will not be considered for award.
3. BID SECURITY
(a) The Bid must be accompanied by a certified check on a solvent bank or tmst company with
its principal place of business in New York State, or an acceptable bid bond, in an amount equal
to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold
(heroin identified as Owner), as assurance that the bid is made in good faith. The certified
checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract
between the Owner and the successful bidder; the certified check or bid bond of the successful
bidder will be retained until filing and approval of the Performance Bond and until completion of
five percent (5%) of the work trader the Contract.
INSTRUCTIONS TO BIDDERS
(b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and
bonds required within ten (10) days after the date of notice of the acceptance of his bid, shall
forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited
with his bid.
4. QUALIFICATIONS OF BIDDERS
(a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment,
experience and financial ability to insure completion of the work are provided with the bid
specification package, and shall be filled out by the contractor and returned with the bid
submission.
(b) Information contained in any statement of financial ability shall be not more than thirty
days old at the time of submission.
(c) The Town reserves the right to make such investigation as it may deem necessary or
advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the
Town, on request, all data and information pertinent thereto. The Town reserves the right to
reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do
the work. Financial instability of a bidder may be cause for non-award.
5. REJECTION OF BIDS
(a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the
qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD
that such bidder is properly qualified to carry out the obligations of the Contract and to complete
the work contemplated therein. Conditional bids will be considered informal and will be
rejected.
(b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to
waive any informality in any or all bids, and to accept the bid or part thereof which it deems
most favorable to the Town after all bids have been examined and/or checked.
6. BIDDERS RESPONSIBILITY
(a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed
improvement and having made themselves familiar with local conditions. The attention of
persons intending to submit bids is specifically called to the paragraph of the Contract which
debars a Contractor from pleading misunderstanding or deception because of estimates or
quantities, character, location or other conditions surrounding the same. Special attention is
called to the notes on the Plans or in the itemized form of bid, which are made a part of this
Contract, which may alter or revise the Specifications for the particular contract.
(b) No representation is made as to the existence or nonexistence of groundwater, which may in
any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself
as to groundwater and sub-surface conditions prior to submitting his bid.
INSTRUCTIONS TO BIDDERS
(c) The submission of a bid will be construed to mean that the bidder is fully informed as to the
extent, cost, and character of the materials, labor, and equipment required to complete the
proposed job in accordance with the Plans and Specifications, including all other expenses
incidental thereto.
(d) Bidders must examine the Plans and Specifications and exercise their own judgement as to
the nature and amount of the whole of the work to be done, and for the bid prices, must assume
all risks of variance by whomsoever made in computation or statement of amounts or quantities
necessary to fully complete the work in strict compliance with the Contract Documents.
(e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever
material and under whatever conditions he may encounter or create, without extra cost to the
Town.
(f) No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist,
or of conditions or difficulties that may be encountered in the execution of the work under this
Contract, as a result of failure to make the necessary examinations and investigations, will be to
fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a
basis for any claims whatsoever for extra compensation, or for an extension of time.
7. CONSTRUCTION TERMS AND CONDITIONS
The successful bidder is wamed that the work specified in the Conditions of Contract, together
with the instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and
instructions of the Engineer or his duly authorized representative will be rigidly enforced.
8. SECURITY FOR FAITHFUL PERFORMANCE AND MAINTENANCE
The successful bidder shall be required to execute a Performance Bond equal to one hundred
percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance
carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the
Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance
Bond shall be written so as to remain in full force and effect as a maintenance bond tbr a period
of not less than one (1) year after the date of final acceptance of the work.
The successful bidder, upon failure to execute and deliver the bonds required within ten (10)
days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such
failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to
pay to the Owner on demand, the difference between the price bid and the price for which such
contract shall subsequently be relet including the cost of such reletting less the amount of such
deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of
his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by
documentary evidence acceptable to the Town.
After approval of the bonds and execution of the Contract and after ten (10) percent of the work
has been completed, the bid security accompanying the bid will be returned.
INSTRUCTIONS TO BIDDERS
9. BID RESERVATIONS
Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This
period may be extended, for the benefit of the Town, by mutual agreement between the Bidder
and the Town Clerk.
10. NON-COLLUSIVE STATEMENT
The form of non-collusion bidding certification contained in the proposal package must be
executed by the Bidder and submitted with the proposal. The submission of this statement
certifies that the prices in this bid have been arrived at independently without collusion,
consultation, communication, or agreement for the purpose of restricting competition, as to any
matter relating to such prices with any other bidder or with any competitor.
11. ADDENDA AND INTERPRETATIONS
Every request for information or interpretation of the Contract Documents or Drawings must be
addressed in writing to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179
Southold, N.Y. 11971, and to be given any consideration, must be received at least five (5) days
prior to the date fixed for the opening of bids. Any such interpretations or supplemental
instructions will be in the form of written addenda, and will be mailed or faxed to all prospective
bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any
obligation under his bid as submitted. Any addenda so issued shall become part of the Contract
Documents.
12. METHOD OF AWARD
The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the
public interest, taking into consideration the reliability of the bidder, the quality of the materials,
equipment, or supplies to be furnished, and conformity with the specifications.
13. SINGLE PRICE BID ANALYSIS
In the event a single bid is received, the Town will conduct a price analysis of the bid price prior
to the award of the contract.
14. MUNICIPAL EXEMPT STATUS
The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be
included in proposal prices.
INSTRUCTIONS TO BIDDERS
15. LABOR LAW
The Contractor and each and every subcontractor performing work at the site of the project to
which this Contract relates shall comply with the applicable provisions of the Labor Law, as
amended, of the State of New York.
Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of
Contract, Paragraph 11, which are hereby referred to and made a part hereof.
16. WAGE RATES
The rates of wages determined by the New York State Industrial Commissioner pursuant to the
Labor Law, which shall be paid on this project, are set forth herein following the Instructions to
Bidders.
Contractors and subcontractors are required to submit to the Town, within thirty days after
issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll
records, subscribed and affirmed as tree under the penalties of perjury.
17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD
The successful bidder will be required to procure and pay for the following types of insurance, as
set forth in more detail herein following the Instructions to Bidders in the Standard Insurance
requirements Section.
(a) Comprehensive Automobile Policy
(b)Comprehensive General Liability
(c) Excess/Umbrella Insurance
(d)Workmen's Compensation Insurance
(e)Disability Insurance and Unemployment Insurance
18. QUANTITIES
Any quantities set forth in the bid specifications are approximations only. No guarantee is made
for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual
work done at the unit prices quoted.
Eliot Spitzer, Govemor
Town of Southold
Christopher Dwyer, Design Engineer
L.K. McLean Assoc. P.C.
437 South Country Road
Brookhaven NY 11719
M. Patdcia Smith, Commissioner
Schedule Year 2007 through 2008
Date Requested 01/24/2008
PRC# 2008000717
Location
Project ID#
Project Type
New Suffolk
LKMA #07-010
Demolition of existing roadways, regrading of roadways, installation of shallow drainage structures, piping,
restoration of paved areas (parking lot and roadways), asphalt placement, timber guiderail
PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT
Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly
supplements for the project referenced above. A unique Prevailing Wage Case Number
(PRC#) has been assigned to the schedule(s) for your project.
The schedule is effective from July 2007 through June 2008. All updates, corrections, posted
on the 1st business day of each month, and future copies of the annual determination are
available on the Department's website www.labor.state.ny.us. Updated PDF copies of
your schedule can be accessed by entering your assigned PRC# at the proper location on
the website.
It is the responsibility of the contracting agency or its agent to annex and make part, the
attached schedule, to the specifications for this project, when it is advertised for bids and/or
to forward said schedules to the successful bidder(s), immediately upon receipt, in order to
insure the proper payment of wages.
Please refer to the "General Provisions of Laws Covering Workers on Public Work
Contracts" provided with this schedule, for the specific details relating to other
responsibilities of the Department of Jurisdiction.
Upon completion or cancellation of this project, enter the required information and mail OR
fax this form to the office shown at the bottom of this notice, OR fill out the electronic
version via the NYSDOL website.
NOTICE OF COMPLETION / CANCELLATION OF PROJECT
Date Completed: Date Cancelled:
Name & Title of Representative:
Phone: (518) 457-5589 Fax: (518) 485-1870
W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www.labor.state.ny.us. PW 200 PWAsk@labor.state.ny.us
General Provisions of Laws Covering Workers on Article 8 Public Work Contracts
Introduction
The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in
the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the
locality where the work is performed.
Responsibilities of the Department of Jurisdiction
A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,
city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,
improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work
contract.
The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate
Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.
This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW
39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to
be awarded and is deemed part of the public work contract.
Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the
following information to the Bureau: the name and address of the contractor, the date the contract was let and the
approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the
Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule.
The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of
any public work project. The Department's PW 200 form is provided for that purpose.
Hours
No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any public
work project shall be permitted to work more than eight hours in any day or more than five days in any week, except in
cases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply to
the Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particular
public work project.
Wages and Supplements
The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work
project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is
performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the
contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing
Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,
State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or
electronically at the NYSDOL website www.labor.state.ny.us.
Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide
complete copies to all pdme contractors who in turn MUST, by law, provide copies of all applicable county schedules to
each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original
schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website
www.labor.state.ny.us.
The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from
July 1st through June 30th of the following year. The annual determination is available on the NYSDOL website
www.labor.state.ny.us.
Payrolls and Payroll Records
Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under
penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a
minimum, payrolls must show the following information for each person employed on a public work project: Name, Social
Security number, Classification(s) in which the worker was employed, Hourly wage rate(s) paid, Supplements paid or
provide, and Daily and weekly number of hours worked in each classification.
Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30)
days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed
and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall receive and
maintain such payrolls.
In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records
sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time
cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to
provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the
contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York
State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project
worksite.
The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor.
All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule
specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules
by a contractor or subcontractor is a violation of Adicle 8, Section 220-a of the Labor Law.
All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the originat schedule
and any subsequently issued schedules, shall provide to such contractor a verified statement attesting that the
subcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages and
supplements specified therein. (See NYS Labor Laws, Article 8. Section 220-a).
Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties
The wages and supplements contained in the annual determination become effective July 1st whether or not the new
determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any
corrections should be brought to the Department's attention immediately. It is the responsibility of the public work
contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district
office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL
website on the first business day of each month. Contractors are responsible for paying these updated rates as well,
retroactive to July 1st.
When you review the schedule for a particular occupation, your attention should be directed to the dates above the
column of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Department
posts rates in its possession that cover pedods of time beyond the July 1st to June 30th time frame covered by a
particular annual determination. Rates that extend beyond that instant time period are informational ONLY and may be
updated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period.
Withholding of Payments
When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or
provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or
supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient
amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final
determination.
When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide
the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b of the Labor Law to so notify
the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such
officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such
contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest
and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final
determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is
instituted for review of the determination of the Commissioner of Labor.
The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the
coud with respect to the release of the funds so withheld.
Summary of Notice Posting Requirements
The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public work
project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse
weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)
inches.
Every employer providing workers, compensation insurance and disability benefits must post notices of such coverage in
the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite.
Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or
employment training centers, notices furnished by the State Division of Human Rights.
Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices
furnished by the NYS Department of Labor.
Apprentices
Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS
Commissioner of Labor. The allowable ratio of apprentices to joumeyworkers in any craft classification can be no greater
than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate
Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside
the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for
the classification of work the employee is actually performing.
NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS
Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of
office registers apprentices in New York State.
Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of
Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax
to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social
security number of the person for whom the information is requested.
The only conclusive proof of individual apprentice registration is wdtten verification from the NYSDOL Apprenticeship
Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide
conclusive registration information.
It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is
registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of
state forms is not conclusive proof of the registration of any person as an apprentice.
Interest and Penalties
In the event that an underpayment of wages and/or supplements is found:
Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to
section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.
A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.
Debarment
Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work
contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:
Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor
within any consecutive six (6) year pedod.
There is any willful determination that involves the falsification of payroll records or the kickback of wages or
supplements.
Criminal Sanctions
Willful violations of the Prevailing Wage Law (Article 8 and Article 9 of the Labor Law) constitute a misdemeanor
punishable by fine or imprisonment, or both.
Discrimination
No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national
origin, sex, disability or marital status.
No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability sex or
national origin discriminate against any c t zen of the State of New York who is qualified and available to perform the work
to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)).
No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate
any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-
e(b) ).
The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion.
There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for each
calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract
(NYS Labor Law, Article 8, Section 220-e(c) ).
The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder
may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of
the contract (NYS Labor Law, Article 8, Section 220-e(d) ).
Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of
employment, or employment training centers notices furnished by the State Division of Human Rights.
Workers' Compensation
In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the
contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation
Law.
A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being
allowed to begin work.
The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York
State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this
agency as a certificate holder.
If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company
authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the
information page.
The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a
workers' compensation policy for all employees working in New York State.
Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage in
the format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite.
Unemployment Insurance
Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices
furnished by the New York State Department ef Labor.
Eliot Spitzer, Governor
Town of Southold
Christopher Dwyer, Design Engineer
LK. McLean Assoc. P.C.
437 South Country Road
Brookhaven NY 11719
M Patdcia Smith, Commissioner
Schedule Year 2007 through 2008
Date Requested 01/24/2008
PRC# 2008000717
Location
Project ID#
Project Type
New Suffolk
LKMA #07-010
Demolition of existing roadways, regrading of roadways, installation of shallow drainage structures, p~p~ng,
restoration of paved areas (parking lot and roadways), asphalt placement, timber guiderail
Notice of Contract Award
New York State Labor Law, Article 8, Section 220.3a requires that certain information
regarding the awarding of public work contracts, be furnished to the Commissioner of Labor.
One "Notice of Contract Award" (PW 16, which may be photocopied), MUST be completed
for EACH prime contractor on the above referenced project.
Upon notifying the successful bidder(s) of this contract, enter the required information and
mail OR fax this form to the office shown at the bottom of this notice, OR fill out the
electronic version via the NYSDOL website.
Contractor Information
All information must be supplied
Federal Employer Identification Number:
Name:
Address:
City:
Amount of Contract:
Approximate Starting Date:
Approximate Completion Date:
State: Zip:
Contract Type:
[ ] (01) General Construction
[ ] (02) HeatingNentilation
[ ] (03) Electrical
[ ] (04) Plumbing
[ ] (05) Other:
Phone: (518) 457-5589 Fax: (518) 485-1870
W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www.labor.state.ny.us. PW 16 PWAsk@labor.state.ny.us
To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
Budget Policy & Reporting Manual
B-610
Public Work Enforcement Fund
effective date December 7, 2005
1. Purpose and Scope:
This Item describes the Public Work Enforcement Fund (the Fund, PWEF) and its
relevance to State agencies and public benefit corporations engaged in construction or
reconstruction contracts, and announces the recently-enacted increase to the percentage of
the dollar value of such contracts that must be deposited into the Fund. This item also
describes the roles of the following entities with respect to the Fund:
New York State Department of Labor (DOL),
The Office of the State of Comptroller (OSC), and
State agencies and public benefit corporations.
2. Background and Statutory References:
DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for
construction or reconstruction as defined in subdivision two of Section 220 of the Labor
Law. State agencies and public benefit corporations participating in such contracts are
required to make payments to the Fund.
Chapter 511 of the Laws of 1995 (as amended by Chapter 513 of the Laws of 1997,
Chapter 655 of the Laws of 1999, Chapter 376 of the Laws of 2003 and Chapter 407 of the
Laws of 2005) established the Fund.
3. Procedures and Agency Responsibilities:
The Fund is supported by transfers and deposits based on the value of contracts for
construction and reconstruction, as defined in subdivision two of Section 220 of the Labor
Law, into which all State agencies and public benefit corporations enter.
Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund
to. 10 of one-percent of the total cost of each such contract, to be calculated at the time
agencies or public benefit corporations enter into a new contract or if a contract is amended.
The provisions of this bill became effective August 2, 2005.
To all State Departments, Agency Heads and Public Benefit Corporations
IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND
OSC will report to DOL on all construction-related ("D") contracts approved during the
month, including contract amendments, and then DOL will bill agencies the appropriate
assessment monthly. An agency may then make a determination if any of the billed
contracts am exempt and so note on the bill submitted back to DOL. For any instance
where an agency is unsure if a contract is or is not exempt, they can call the Bureau of
Public Work at the number noted below for a determination. Payment by check or journal
voucher is due to DOL within thirty days from the date of the billing. DOL will verify the
amounts and forward them to OSC for processing.
For those contracts which am not approved or administered by the Comptroller, monthly
reports and payments for deposit into the Public Work Enforcement Fund must be provided
to the Administrative Finance Bureau at the DOL within 30 days of the end of each month
or on a payment schedule mutually agreed upon with DOL.
Reports should contain the following information:
Name and billing address of State agency or public
benefit corporation;
State agency or public benefit corporation contact and
phone number;
Name and address of contractor receiving the award;
Contract number and effective dates;
Contract amount and PWEF assessment charge (if
contract amount has been amended, reflect increase or
decrease to original contract and the adjustment in the
PWEF charge); and
Brief description of the work to be performed under each
contract.
Checks and Journal Vouchers, payable to the "New York State Department of Labor"
should be sent to:
Department of Labor
Administrative Finance Bureau-PWEF Unit
Building 12, Room 464
State Office Campus
Albany, NY 12240
Any questions regarding billing should be directed to NYSDOL's Administrative Finance
Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts
should be directed to the Bureau of Public Work at (518) 457-5589.
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717
Introduction to the Prevailing Rate Schedule
Information About Prevailing Rate Schedule
This information is provided to assist you ie the interpretation of particular requirements for each classification of worker contained in the
attached Schedule of Prevailing Rates.
Classification
it is the duty of the Commissioner of Labor to make the proper classification of workem taking into account whether the work is heavy and
h ghway bud ng, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or
provided. It is the responsibility of the public work contractor to use the proper rate. If there is a quest[on on the proper classification to be
used, please call the district office located nearest the project. District office locations and phone numbers are listed below.
Prevailing Wa~le Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-
by-county bas~s.
General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates.
Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demotition of one family, two family, row
housing, or rental type units intended for residential use.
Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed a~ong with the rate. Rates for
occupat OhS or locations not shown on the residenfial schedule must be obtained from the General Construction Rate Schedule. Please
contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required cr tera.
Paid Holidays
Paid Holidays are da,vs for which an eligible employee receives a regular day's pay, but is not required to perform work. If an em{~loyee
works on a clay listee as a paid holiday, this remuneration is in addition to paymen[ of the required prevailing rate for the work ac[ually
performed.
Overtime
At a min mum, itl work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is
overtime. However the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime
requirements for each trade or occupation are conta ned n the prevailing rate schedules.
Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee
actually performs work on such holidays.
The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the
OVERTIME PAY section listings for each classification.
Supplemental Benefits
Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of
supp ements s for each hour worked some classifications require the payment or provision of supplements for each hour paid (including
pa[dholidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours
worked.
Effective Dates
When you rev ew the schedu e for apart cu ar occu,oation, your attention should be directed to the dates above the column of rates. These
are the dates for wh ch a given set ofratas is effec0ve. The rate listed is valid until the next effective rate change or until the new annual
determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates
of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of
Labor website (www.rabor.state.ny.us) for current wage rate information.
Apprentice Training Ratios
The following are the allowable ratios of registered Apprentices to Joumey-workem.
For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Joumeyworker. The Joumeyworker must be in
p ace on the project before an Apprentice is allowed. Then three additiona/Joumeyworkere are needed before a second Apprentice is
allowed. The last ratio repeats inclefinitely. Therefore, three more Journeyworkers must be present before a third Apprent ce can be h red,
and so on.
Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions,
Title (Trade) Ratio
Boilermaker 1:1,1:3
Mason 1:1,1:4
Carpenter 1:1,1:4
Electrical (Outside) Lineman 1:1,1:2
Electrician (tnside) 1:1,1:3
Page 11
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717
ElevatodEscalator Construction & Modernizer 1:1,1:2
Glazier 1:1,1:3
Insulation & Asbestos Worker 1:1,1:4
Iron Worker 1:1,1:6
Laborer 1:1,1:3
Op Engineer 1:1,1:5
Painter 1:1,1:3
Plumber & Steamfitter 1:1,1:3
Roofer 1:1,1:2
Sheet Metal Worker 1:1,1:3
Sprinkler Fitter 1:1,1:2
If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of
PUBLIC WORK District Office or write to:
New York State Department of Labor
Bureau of Public Work
State Office Campus, Bldg. 12
Albany, NY 12240
District Office Locations:
Bureau of Public Work - Albany
Bureau of Public Work - Binghamton
Bureau of Public Work - Buffalo
Bureau of Public Work - Garden City
Bureau of Public Work - Newburgh
Bureau of Public Work - New York City
Bureau of Public Work- Patchogue
Bureau of Public Work - Rochester
Bureau of Public Work - Syracuse
Bureau of Public Work - Utica
Bureau of Public Work - White Plains
Bureau of Public Work - Central Office
Telephone #
518-457-2744
607-721-8005
716-847-7159
516-228-3915
845-568-5287
212-775-3568
631-687-4883
585-258-4505
315-428-4056
315-793-2314
914-997-9507
518-457-5589
FAX #
518-485-0240
607-721-8004
716-847-7650
516-794-3518
845-568-5332
212-775-3579
631-687-4904
585-258-4708
315-428.-4671
315-793-2514
914-997-9523
518-485-1870
Page 12
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Suffolk County General Construction
Asbestos Worker 0'110t/2008
JOB DESCRIPTION Asbestos Worker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per hour: 07/01/2007
Abestos Worker
Removal & Abatement Only* $ 28.45
NOTE: *On Mechanical Systems that are NOT to be SCRAPPED.
NOTE: **May be distributed between wages and/or supplemental benefits.
SUPPLEMENTAL BENEFITS
Abestos Worker
Removal & Abatement Only $ 7.50
OVERTIME PAY
See (B, B2, K) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
NOTE: Easter Paid at Time and One-half iF worked
REGISTERED APPRENTICES
Apprentice Removal & Abatement Only:
1000 hour terms at the following pementage of Journeyman's rates.
1st 2nd 3rd 4th
78% 80% 83% 89%
DISTRICT 9
Supplemental Benefits:
(per Hour worked)
Apprentice
Removal & Abatement Only
$ 7.50
9-12a - Removal Only
Boilermaker 0110112008
JOB DESCRIPTION Boilermaker DISTRICT 4
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester
WAGES
Per Hour: 07/01/2007- 01/01/2008- 01/01/09
12/31/2007 12/31/2008
Boirermaker $ 44.09 $ 44.98 $ 45.89
Repairs & Renovation $ 44.09
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007-
12/31/2007
$ 44.98 $ 45.89
01/01/2008- 01/01/2009
12/31/2008
BoilerMaker
48% of Hourly 48% of Hourly 48% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$ 7.85 $ 8.09 $ 8.33
Repairs & Renovation*
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay.
*Same as Boilermaker (includes replacement of parts and repairs & renovation of an existing unit).
OVERTIME PAY
Page 13
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
See (D, O) on OVERTIME PAGE
HOLIDAY
Paid: See (8, 16, 23, 24) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE
NOTE: *Employee must work in pay week to receive Holiday Pay.
**Boilermarker gets 4 times the hourly wage rate for working on Labor Day.
***Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE
REGISTERED APPRENTICES
(1/2) Year Terms at the following pecentage of Boilermaker's Wage
1 st 2nd 3rd 4th 5th 6th 7th 8th
65% 65% 70% 75% 80% 85% 90% 95%
Supplemental Benefits Per Hour:
07/01/2007- 01/01/2008- 01/01/2009
12/31/2007 12/3112008
Boilermaker 48% of Hourly 48% of Houdy 48% of Hourly
Apprentice(s) Wage Paid + Wage Paid + Wage Paid +
$ 7.85 $ 8.09 $ 8.33
Repairs & Renovation*
Apprentice(s)
$48% of Hourly
Wage Paid +
$ 7.61
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay.
*Includes replacement of parts and repairs & renovation of an existing unit.
4-5
Carpenter 0t10tl2008
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Westchester
PARTIAL COUNTIES
Orange: South of but including the following, Watedoo Mills, SlateHill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the
Hudson River.
Putnam: South of but including the following, Cold Spring, TompkinsComer, Mahopac, Croton Falls, east to Connecticut border.
Suffolk: West of Port Jefferson and Patchoque Road to Route 112 tothe Atlantic Ocean.
WAGES
Per hour: 07/01/2007
Core Drilling:
Ddller $ 29.56
Assistant Driller 24.59
Note: Hazardous Waste Pay Differential:
For Level C, an additional 10% above wage rate per hour
For Level B, an additional 10% above wage rate per hour
For Level A, an additional 10% above wage rate per hour
Note: When required to work on water: an additional $ 0.50 per hour.
SUPPLEMENTAL BENEFITS
Per hour paid:
Driller $10.36
Assistant 10.36
OVERTIME PAY
OVERTIME:
See (B,E,K*,P,R**)on OVERTIME PAGE.
Page 14
Prevailing Wage Rates for 07/0112007 - 06~30~2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
HOLIDAY
HOLIDAY:
Paid:
Overtime:
See (5,6) on HOLIDAY PAGE.
* See (5,6) on HOLIDAY PAGE.
** See (8,10,11,13) on HOLIDAY PAGE.
Assistant: One (1) year increments at the following percentage of Assistant
wages. This is not an apprenticeship for Driller.
1st Year 2nd Year 3rd Year 4th Year
70% 80% 90% 100%
9-1536-CoreDriller
Carpenter 0110112008
JOB DESCRIPTION Carpenter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per Hour: 07/01/2007
Timberman $ 38.04
SUPPLEMENTAL BENEFITS
Per hour paid:
Timberman $ 36.06
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid:
Paid: for 1 st & 2nd yr.
Apprentices
Overtime:
REGISTERED APPRENTICES
Wages per hour:
( 1 ) year terms:
1st
40%
See (18,19) on HOLIDAY PAGE.
See (5,6,11,13,16,18,19,25)
See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
DISTRICT 9
2nd 3rd 4th
50% 655 80%
Supplemental benefits per hour:
Apprentices $ 23.89
9-1536
Carpenter 0tl0112008
JOB DESCRIPTION Carpenter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour:
Building
Millwright
SUPPLEMENTAL BENEFITS
Per hour paid:
Millwright
OVERTIME PAY
07/01/2007
$ 42.42
$ 39.97
Page 15
DISTRICT 9
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid:
Paid: for 1st & 2nd yr.
Apprentices
Overtime
REGISTERED APPRENTICES
Wages per hour:
(1) year terms:
See (18,19) on HOLIDAY PAGE.
Supplemental benefits per hour:
(1) year terms:
See (5,6,11,13,16,18,19,25)
See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
1st. 2nd. 3rd. 4th.
$ 23.33 $ 27.57 $ 31.82 $ 40.30
1st. 2nd. 3rd. 4th.
$ 25.34 $ 28.09 $ 31.84 $ 36.38
9-740.1
Carpenter 01/0112008
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour: 07/01/2007
Marine Construction:
MarineDiver $ 52.53
M.D.Tender 37.78
SUPPLEMENTAL BENEFITS
Perhourpaid:
Journeyman $ 36.06
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid:
Paid: for 1st & 2nd yr.
Apprentices
Overtime:
REGISTERED APPRENTICES
Wager per hour:
(1) year terms:
1st
$16.55
See (18,19) on HOLIDAY PAGE.
See (5,6,10,11,13,16,18,19)
See (5,6,10,11,13,16,18,19) on HOLIDAY PAGE.
2nd 3rd 4th
$20.69 $ 26~90 $33.11
Supplemental benefits per hour:
Page 16
Prevailing Wage Rates for 07/01/2007 - 06~30~2008 Published by the New York State Depar[ment of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Apprentices $ 23.89
9-1456MC
Carpenter 01/0112008
JOB DESCRIPTION Carpenter DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAG ES
Per hour: 07/01/2007
Carpet/Resilient
Floor Coverer $ 41.71
SUPPLEMENTAL BENEFITS
Per hour paid:
Floor Coverer $ 34.56
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (18, 19)on HOLIDAY PAGE.
Paid: for 1st & 2nd yr.
Apprentices See (5,6,11,13,16,18,19,25)
Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wage per hour:
(1) year terms:
1st. 2nd. 3rd. 4th.
$16.68 $ 20.85 $ 27.11 $ 33.37
Supplemental benefits per hour:
Apprentices $ 23.14
9-2287
Carpenter 01/01/2008
JOB DESCRIPTION Carpenter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour: 07/01/2007
Piledriver $ 42.01
Dockbuilder $ 42.01
DISTRICT 9
SUPPLEMENTAL BENEFITS
Per hour paid:
$ 36.01
Page 17
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Depadment of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
OVERTIME PAY
See (B, E2, O) on OVERTIME PAGE
HOLIDAY
Paid: See (18,19)on HOLIDAY PAGE.
Paid: for 1st & 2nd yr.
Apprentices
See (5,6,11,13,16,18,19,25)
Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wages per hour:
(1)year terms:
1st. 2nd. 3rd. 4th.
$18.80 $ 22.83 $ 28.87 $ 34.92
Supplemental benefits per hour:
Apprentices $ 23.89
9-1456
Carpenter - Buildint:l I Heavy&Highway
JOB DESCRIPTION Carpenter - Building / Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
01/01/2008
DISTRICT 4
Building Carpenter
Heavy Highway Carpenter
SUPPLEMENTAL BENEFITS
Per Hour:
07/01/2007
$ 35.60
$ 35.60
07/01/2007
1st 2nd 3rd 4th
40% 55% 65% 75%
Supplemental Benefits
Per Hour: 07/01/2007
All Apprentice Terms $15,90
Electrician 0110112008
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suffolk
DISTRICT 4
Page 18
4-Reg. Council Nass/Suff
Both Carpenter
Categories $ 29.25
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (18, 19) on HOLIDAY PAGE
Overtime: See (5, 6, 16, 23, 24, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(l) Year Terms at the following pecentage of Journeymans Wage
Prevailing Wage Rates for 07/01/2007 ~ 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
WAGES
Per Hour:
07/01/2007- 01/01/2008- 01/01/2009
12/31/2007 12/31/2008
Tree Trimmer/
Line Clearance Specialist
SUPPLEMENTAL BENEFITS
Per Hour:
Tree Trimmer/
Line Clearance Specialist
$ 24.71 $ 25.57 $ 26.46
07/01/2007- 01/01/2008- 01/01/2009
12/31/2007 12/31/2008
17.5% of Hourly 19.0% of Hourly 20.5% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$ 5.18 $ 5.33 $ 5.48
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay
OVERTIME PAY
See (B, E, P) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE
NOTE: Time and One Half the Houdy Rate plus Holiday Pay if Worked
4-1049/Tree
Electrician 0110112008
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
Telephone &
Intergrated Tele-
Data Sytems
Electrician
07/01/2007
$ 31.80
DISTRICT 4
"PLEASE NOTE"
This rate classification applies to ALL Voice,Data & Video work.: Excluding Fire Alarm Systems and Energy Managment Systems (HVAC
Controls), in those cases the regular Electrician rate applies. To ensure proper use of this rate please call the Garden City Distdct Office at
(516)228-3915.
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
Electrician
47,5% of Houdy
Wage Paid +
$ 3.90
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE
4-25tela
Electrician 0t10t/2008
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
07/01/2007
DISTRICT 4
Page 19
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Electrcian
Electrical Maintenance
"PLEASE NOTE"
Applicable to "EXISTING ELECTRICAL SYSTEMS"
including, but not limited to TRAFFIC SIGNALS &
STREET LIGHTING. Not used for addons.
SUPPLEMENTAL BENEFITS
Per Hour:
Electroian
$ 34.90
07/01/2007
35.5% of Hourly
Wage Paid +
$ 5.28
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay
OVERTIME PAY
See (B, E2, H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(1 ) Year Term(s) at the following Percentage
of Journeyman(s) Wage:
1st Yr 2nd Yr 3rd Yr 4th Yr 5th Yr
40% 50% 60% 70% 80%
Supplemental Benefits per hour
Apprentice(s)
35.5% of Hourly
Wage Paid +
$ 5.28
NOTE: "Houdy Wage Paid" shall include any and all premium(s) pay
4-25m
Electrician 0110112008
JOB DESCRIPTION Electrician
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
07/01/2007- 04/26/2008- 04/25/2009
04/25/2008 04/24/2009
Electrician $ 44.00 $ 44.75 $ 45.75
Fire Alarm 44.00 $ 44.75 $ 45.75
HVAC Controls 44.00 $ 44.75 $ 45.75
DISTRICT 4
PUMP & TANK WORK
Electrcian $ 35.20
SUPPLEMENTAL BENEFITS
Per Hour:
Electrcian
07/01/2007- 04/26/2008- 04/25/2009
04/25/2008 04/24/2009
35.5% of Hourly 28.0% of Hourly 16.0% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$11.91 $16.31 $22.69
NOTE: "Hourly Wage Paid" shall include any and all premium(s)
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
Page 20
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16, 25)on HOLIDAY PAGE
REGISTERED APPRENTICES
One(1 ) Year Terms at the following Percetage of Journeyman(s) Wage
1st 2nd 3rd 4th 5th 6th
35% 40% 45% 50% 60% 70%
Supplemental Benefits per hour
Apprentice(s)
1 st Term
15% of Hourly 15% of Hourly 3% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$1.97 $ 2.36 $ 4.54
2nd Term
15% of Hourly 15% of Hourly 3% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$ 3.84 $ 4.30 $ 6.79
3rd Term
35.5% of Hourly 28.0% of Hourly 16.0% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$ 5.36 $ 7.34 $10.21
4th Term
35.5% of Hourly 28.0% of Hourly 16.0% of Houdy
Wage Paid + Wage Paid + Wage Paid +
$ 5.97 $ 8.17 $11.35
5th Term
35.5% of Hourly 28.0% of Houdy 16.0% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$ 7.14 $ 9.78 $13.61
6th Term
35.5% of Hourly 28.0% of Houdy 16.0% of Hourly
Wage Paid + Wage Paid + Wage Paid +
$ 8.34 $11.42 $15.88
NOTE: "Houdy Wage Paid" shall include any and all premium(e) pay
4-25
Electrician Lineman 01/0112008
JOB DESCRIPTION Electrician Lineman
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
For Utility Distribution & Transmission Line Construction
Per Hour: 07/01/2007
Lineman/Splicer $ 39.50
Marerial Man 34.37
Heavy Equip. Operator 31.60
Groundman 32.70
Flagman 17.78
DISTRICT 4
Undergrond Natural Gasline Mechanic (2" or Less)
07/01/2007
Journeyman U.G.Mech. $ 31.81
SUPPLEMENTAL BENEFITS
Per Hour:
Page 21
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Utility Distribution & Transmission Line Construction
07/01/2007
All Classifications
24% of Hourly
Wage Paid +
$ 6.40
Underground Natural Gas Mechanic
07/01/2007
Journeyman U.G,Mech,
12% of Houdy
Wage Paid +
$ 5.96
NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay
OVERTIME PAY
See (B, Q) on OVERTIME PAGE
Use Codes (B,G,P) for Natural Gas Mechanic
HOLIDAY
Paid: See (5, 6, 8, 16, 23, 25, 26 on HOLIDAY PAGE
Overtime: See (1) on HOL DAY PAGE
REGISTERED APPRENTICES
1000 hour Periods at the following Percentage of Journeyman's Wage.
1st. 2nd. 3rd. 4th. 5th. 6th. 7th.
60% 65% 70% 75% 80% 85% 90%
4-1049 Line/Gas
Elevator Constructor
0110112000 ·
JOB DESCRIPTION Elevator Constructor DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
PARTIAL COUNTIES
Rockland: Entire County except for the Township of Stony Point
Westchester: Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and
Yorktown.
WAGES
Per hour: 07/0112007
Elevator Constructor $ 45.98
Elevator Constructor
Modern. & Service
SUPPLEMENTAL BENEFITS
Per hour:
$ 36.80
07/01/2007
Elevator Constructor $ 20.02
Modern./Service
OVERTIME PAY
Constructor. See ( C, O ) on OVERTIME PAGE.
$19.87
Modern./Service See ( B, H ) on OVERTIME PAGE.
When a service contract requires two 8-hour shifts, Mon-Sat, worker assigned to each of the double shifts shall work 8 hours per day, 6 days
per week for a total of 48 hours. Worker shall be paid for 52 hours at single rate. Any worker who works less than 48 hours shall have his
premium prorated.
HOLIDAY
Paid: See (5, 6, 9, 11, 15, 16, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 9, 11, 15, 16, 25) on HOLIDAY PAGE
Page 22
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
REGISTERED APPRENTICES
WAGES: Per Hour 07/01/2007
One (1) year terms at the following rate
Elevator Constructor
1st Term $ 20.70
2nd Term $ 25.29
3rd Term $ 29.89
4th Term $ 84.49
Modem./Servica
1st Term $ 20.70
2nd Term $ 20.24
3rd Term $ 23.92
4th Term $ 27.60
Supplemental Benefits per hour paid:
One (1) year term at the following dollar amount
Elevator Constructor:
1st Term $16.79
2nd Term $17.12
3rd Term $17.76
4th Term $18.41
Modern/& Service:
1st Term $16.62
2nd Term $16.93
3rd Term $17.66
4th Term $18.29
9-1
Glazier 0tl0112008
JOB DESCRIPTION Glazier DISTRICT 9
ENTIRE COUNTIES
Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Sullivan, Ulster, Westchester
WAGES
Per hour: 07/01/2007
Glazier $ 42.80
Scaffolding $ 43.80
Repair & Maintenance:
Glazier $ 25.35
Repair & Maintenance- All repair & maintenance work on a particular building,
whenever per[ormed, where the total cumulative contract value is under
$100,000.00.
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman .... $ 21.94
Glazier
Repair & Maintenance**: $11.89
OVERTIME PAY
OVERTIME: See (C*,D*O) on OVERTIME PAGE.
* Denotes if an optional 8th hour is required same will be at the
regular rate of pay~ If 9th hour is worked then both hours or more
( 8th and 9th or more ) will be at the double time rate of pay.
Page 23
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
** For Repair & Maintenance see ( B,F, P) on overtime page.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE
The Following are paid holidays for the Repair & Maintenance Class:
New Years day, Presidents day, Memorial day, Independents day, Labor day, Thanksgiving day, Day after Thanksgiving, and Christmas day.
REGISTERED APPRENTICES
Wage per hour;
(1) year terms at the following wage rates.
1st term... $14.21
2nd term... $ 20.75
3rd term... $ 24.89
4th term... $ 33.17
Supplemental Benefits:
(Per hour worked)
1st term .... $ 9.13
2nd term .... $13.62
3rd term .... $14.87
4th term .... $17.39
9-1281 (DC9 NYC)
Insulator - Heat & Frost 0110tl2008
JOB DESCRIPTION Insulator- Heat & Frost
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per hour: 07/01/2007- 12/31/2007
12/30/2007
Heat, Frost & Asbestos
Insulator(s)
$ 44.41
+ additional $1.50'
Note: *May be added to wages and/or supplemental benefits.
SUPPLEMENTAL BENEFITS
Per Hour:
Insulator(s) $ 25.67 $ 25.67
OVERTIME PAY
See (C, O, V) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 1 I, 15, 16, 25, 26) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
Apprentice Insulator(s)
1 year terms at the following percentage of Journeyman's rates.
1st 2nd 3rd 4th
40% 60% 70% 80%
DISTRICT 9
additional $1.75'
Supplemental Benefits per hour:
Page 24
Prevailing Wage Rates for 07/0112007 - 06~30~2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Apprentice Insulator(s)
Same % as Same % as
for Wage of for Wage of
$ 25.67 $ 25.67
9-12
Ironworker 01/01/2008
JOB DESCRIPTION ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Wages: (Per Hour)
07/01/2007
Structural ..... $ 38.40
Riggers ..... $ 38.40
Machinery Movers ..... $ 38.40
Machinery Erectors ..... $ 38.40
DISTRICT 9
SUPPLEMENTAL BENEFITS
Per Hour:
Journeyman.. $ 45.25
OVERTIME PAY
See (B*,E**,Q,V) on OVERTIME PAGE.
* Time and one-half shall be paid for all work in excess of (8) eight hours at the end of a work day to a maximum of two hours on any regular
work day (the ninth (gth) and tenth (10th) hours of work)and double time shall be paid for all work thereafter.
** Time and one-half shall be paid for all work on Saturday up to eight (8) hours and double time shall be paid for all work thereafter.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 18, 19) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(Per Hour)
Six (6) month terms at the following wage rate.
1st 2nd 3rd 4th 5th 6th
$20.29 20.89 21.49 21.49 21.49 21.49
Supplemental Benefits:
(Per Hour)
* Applies to all Apprentices.
$ 34.38*
9-40/361-Str
Ironworker 01/01/2008
JOB DESCRIPTION Ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
PARTIAL COUNTIES
Rockland: Southern Section
Page 25
DISTRICT 9
Prevailing Wage Rates for 07/01/2007 - 06~30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
WAGES
Per hour:
Reinfoming &
Metal Lathing...
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman
07/01/2007
$ 45.57
$ 30.96
OVERTIME PAY
OVERTIME:
See {A*,E*,Q,V) on OVERTIME PAGE.
* All overtime in excess of ten (10)hours shall be paid at double wage.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Ovedime: See (5, 6, 8, 10, 11, 13, 18, 19)on HOLIDAY PAGE
REGISTERED APPRENTICES
Wage per hour:
(1) year terms at the following wage rates:
1st 2nd 3rd
$ 26.52 $ 30.59 $ 35.12
Supplemental Benefits per hour paid:
1st 2nd 3rd
$ 21.33 $ 22.88 $ 23.93
9-46Reinf
Ironworker
01/0112008 ·
JOB DESCRIPTION Ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per hour: 07/01/2007
DISTRICT 9
01/01/2008
Ornamental $ 38.60 plus $1.25'
Chain Link Fence $ 38.60 plus $1.25'
Guide Rail Installation $ 38.60 plus $1.25'
Note: *May be distributed to wages and/or supplemental benefits
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman: $ 36.37
OVERTIME PAY
OVERTIME: See (A*,D1,E**,Q,V) on OVERTIME PAGE.
additional $1.25'
additional $1.25'
additional $1.25'
*Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two (2) hours on any
regular work da (8th & 9th hours of work) and double time shall be paid for all work thereafter.
**Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
1st term represents first 1-4 months, thereafter (1/2) year terms at the following percentage of Journeyman's wage.
APPRENTICES:
1 st 2nd 3rd 4th 5th 6th
60% 65% 70% 80% 85% 95%
Page 26
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Supplemental Benefits per hour paid:
07/01/2007
001/01/2008
1st Term $ 27.45 $ 28.15
2nd Term $ 28.26 $ 28.96
3rd Term $ 29.06 $ 29.78
4th Term $ 30.68 $ 31.41
5th Term $ 31.49 $ 32.23
6thTerm $ 33.11 $ 33.86
9-580-0r
Ironworker 0110t/2008
JOB DESCRIPTION Ironworker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per hour:
Derrickman/Rigger
SUPPLEMENTAL BENEFITS
Journeyman
07~1/2007
$ 47.36
$ 25.09
OVERTIME PAY
OVERTIME
See (A*,D1,E**,Q,V) on OVERTIME PAGE.
*Time and one-half shall be paid for all work in excess of seven (7)
hours at the end of a work day to a maximum of two hours on any regular
work day (the eighth (8th) and ninth (9) hours of work) and double time
shall be paid for all work thereafter.
**Time and one-half shall be paid for all work on Saturday up to seven
(7) hours and double time shall be paid for all work thereafter.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 10) on HOLIDAY PAGE
HOLIDAY:
Paid: ........ See (1) on HOLIDAY PAGE.
Overtime:....See (5*, 6*, 8**, 24***, 25**) on HOLIDAY PAGE.
*No work shall be performed on this day, except in cases of emergency.
Such work shall be done at double time rate of pay.
**Double time rate of pay.
***Work stops at schedule lunch break with full day's pay.
REGISTERED APPRENTICES
Wage per hour:
(1/2) year terms at the following pementage of journeyman's wage.
1 st 2nd 3rd 4th 5th
50% 50% 70% 80% 90%
Supplemental benefits per hour paid:
Registered Apprentice
1st year
All others
50% of journeyman's rate
75% of journeyman's rate
6th
9O%
DISTRICT 9
9-197D/R
· Laborer - Building
01/01/2008
JOB DESCRIPTION Laborer- Building
ENTIRE COUNTIES
Nassau, Suffolk
Page 27
DISTRICT 4
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
WAGES
Per Hour:
Building Laborer
Asbestos Abatment Worker
(Re-Roofing see Roofer)
07/01/2007
$ 27.OO
25.50
SUPPLEMENTAL BENEFITS
Per Hour:
Building Laborer
Asbestos Worker
07/01/2007
$ 22.54
9.91
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Regular Hours Work Terms (Not Available for Abatment Work)
TERM #1 1 hr to 1000hrs
TERM #2 1001hrs to 2000hrs
TERM #3 2001hrs to 3000hrs
TERM #4 3001bm to 4000hrs
Wages per hour:
APPRENTICES (Not Allowed on Abatment Work)
TERM #1 $16.21
TERM #2 18.90
TERM #3 21.60
TERM #4 24.30
Supplemental Benefits per hour:
APPRENTICES
TERM #1 $11.05
TERM #2 12.54
TERM #3 13.03
TERM fh~ 13.45
4-66
Laborer - Heavy&Highway 01/01/2008
JOB DESCRIPTION Laborer- Heavy&Highway DISTRICT 4
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Laborer (Heavy/Highway):
GROUP # 1: Asphalt Rakers and Formsetters.
GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers.
GROUP # 3: Basic Laborer, Power Tool, Trackmen, Landscape, Pipelayer, Jackhammer and Concrete, Traffic Control Personnel.
WAGES PER HOUR: 07/01/2007
GROUP # 1 $ 31.53
GROUP # 2 30.66
Page 28
Prevailing Wage Rates for 0710112007 - 06130/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
GROUP # 3 28.O5
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
ALL GROUPS $ 21.34
After Forty (40)paid
Houm in a work Week 13.27
OVERTIME PAY
See (B, E2, F) on OVERTIME PAGE
NOTE: Premium Pay of 25% of wage for all Straight time hours on all
New York State D.O.T. and other Goverment Mandated
Off-Shift Work
NOTE: Hazardous Material Work add an Additional 10%
of Houdy Rate
HOLIDAY
Paid: See 1) on HOLIDAY PAGE
Overtime: See 1)on HOLIDAY PAGE
REGISTERED APPRENTICES
One (1) Year Terms at the following Pecentage of the Journeyman's Wage
1st 2nd
80% 90%
Supplemental Benefits per hour:
APPRENTICES $ 21.34
After Forty (40)paid
Hours in a work Week 13.27
4-1298
Mason 0t10tl2008
JOB DESCRIPTION Mason
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour:
BricldBIocklayer
SUPPLEMENTAL BENEFITS
Per Hour:
07/01/2007
$ 43.34
07/01/2007
$ 20.61
DISTRICT 9
Brick/Block Layer
OVERTIME PAY
See (A, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
(750)Hour) Terms at the following Percentage of BrickJBIocklayer's Wage
1st 2nd 3rd 4th 5th 6th
500hrs 500hrs
50% 60% 70% 80% 90% 95%
Supplemental Benefits per hour:
Page 29
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Depar[ment of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
All Apprentices $13.30
9-1Brk
Mason - Buildinq 01/01/2008
JOB DESCRIPTION Mason- Building DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour: 07/01/2007
Building:
Tile Finisher $ 34.00
SUPPLEMENTAL BENEFITS
Journeyman $16.85
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See 1) on HOLIDAY PAGE
Overtime: See 5, 6, 8, 10, 11, 15, 16)on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(per hour paid)
( 750 hour ) terms at the following percentages of journeyman's wage.
1 st 2nd 3rd 4th 5th 6th 7th 8th
50% 55% 65% 70% 75% 85% 90% 95%
Supplemental Benefits:
(per hour paid)
(750) hour terms at the following dollar amount:
Apprentices.
$ 7.50 + term wage % of $ 9.35
9-7/88-ff
Mason - Building
0110tl2008 ·
JOB DESCRIPTION Mason- Building DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per hour: 07/01/2007
Building
Marble/Sawyer, Rubber
& Polisher $ 36.58
Marble Restoration
Finishers 18.66
SUPPLEMENTAL BENEFITS
Journeyman:
Polisher $14.63
Finisher 5.95
OVERTIME PAY
See (A, E, Q, V) on OVERTIME PAGE
HOLIDAY
Paid: See (*5, 6, 11, 15) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 15) on HOLIDAY PAGE
* Journeymen receive 1/2 days pay for Labor Day. Cleaner, Maintenance and 1 ST three terms of Apprentices see ( $, 6, 11, 15 )on
HOLIDAY PAGE. All others See ( 1 ) on HOLIDAY PAGE.
REGISTERED APPRENTICES
Wages:
(per hour worked).
Page 30
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on .lan 01 2008 PRC Number 2008000717 Suffolk County
( 1/2 ) year terms at the following percentage of Journeyman's wage.
1st 2nd 3rd 4th 5th
50% 55% 60% 65% 70%
Supplemental Benefits:
(per hour worked)
(750) hours term at the following dollar amount:
Apprentices:
term wage % of $ 8.20 + $ 6.78
6th 7th 8th
80% 90% 95%
9-7/24
Mason - Buildinq 01101/2008
JOB DESCRIPTION Mason- Building DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per hour: 07/01/2007
Building:
Tile Setters $ 42.27
SUPPLEMENTAL BENEFITS
Journeyman: $19.28
OVERTIME PAY
See (A, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See 1) on HOLIDAY PAGE
Overtime: See 5, 6, 8, 10, 11, 15, 16)on HOLIDAY PAGE
REGISTERED APPRENTICES
Wage per hour:
(750 hr)terms at the following percentage of journeyman's wage.
1st 2nd 3rd 4th 5th 61h
50% 55% 65% 75% 85% 95%
Supplemental Benefits per hour paid:
Apprentice:
$ 9.93+ term wage % of 9.35
9-7/52
Mason - Building
01101/2008
JOB DESCRIPTION Mason- Building
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Building: 07/01/2007
Mosaic & Terrazzo Worker $41.68
Mosaic & Terrazzo Finisher $40.37
SUPPLEMENTAL BENEFITS
Journeyman: $18.55
DISTRICT 9
OVERTIME PAY
See (A, E, Q, *V) on OVERTIME PAGE
* ADD $8.05 per hour to supplements on time & one-half overtime hours. ADD $10.05 per hour to supplements on double-time overtime
hours.
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wage per hour:
Page 31
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
(750 Hour) terms at the following percentage of the journeymans wage.
1 st 2nd 3rd 4th 5th 6th
50% 55% 65% 70% 80% 95%
Supplemental benefits per hour paid:
(750 hour) terms at the following percentage of Journeyman's benefit.
1st 2nd 3rd 4th 5th 6th
50% 55% 65% 70% 80% 95%
9-7/3
Mason - Building / Heavy&Highway
JOB DESCRIPTION Mason - Building / Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour:
Stone Setter
Stone Tender
SUPPLEMENTAL BENEFITS
Per Hour:
Stone SeEer
07/01/2007
$ 52.45
$34.13
07/01~007
$ 22.08
$14.88
DISTRICT 9
Stone Tender
OVERTIME PAY
See (*C, **E, Q) on OVERTIME PAGE
* On weekdays the eighth (8th) and ninth (gth) hours are time and one-half all work thereafter is paid at double the hourly rate.
** The flint seven (7) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate.
HOLIDAY
Paid: See (8, 25) on HOLIDAY PAGE
Over[ime: See (5, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Per Hour: 07/0112007
(750 hour) terms at the following pementage of Stone Setters Hourly Wage:
1st 2nd 3rd 4th 5th 6th
term term term term term term
50% 60% 70% 80% 90% 100%
0110112008
Supplemental Benifit for all terms
07/01/2007
$13.56
9-1Stn
Mason - Building I Heavy&Highway 0110112008
JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Shall include but not limited to: fired clay brick pavers, pre-cast con-crete slabs (london walks), pressed concrete pavers, cobble stone, all
types of flagging, asphalt concrete pavers- asphaltic cement sand and stone aggregate, unit safety surface.
WAGES: (per hour)
Page 32
Prevailing Wage Rates for 07/01/2007 - 06~30~2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000;'17 Suffolk County
SUPPLEMENTAL BENEFITS
Journeyman
07/01/2007
$24.12
$10.76
OVERTIME PAY
See (B, E, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages: 07/01/2007
(per hour paid)
One year(1 ) Apprenticeship $ 20.27
Supplemental Benefits:
Apprentice: $ 6.08
9-1 Paver
Mason - Building / Heavy&HiRhway
JOB DESCRIPTION Mason-Building/Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester
WAGES
Per hour: 07/01/2007
Marble-Riggers,
Crane & Derrickman $ 39.23
SUPPLEMENTAL BENEFITS
Journeyman $18.82
OVERTIME PAY
See (C, O, V) on OVERTIME PAGE
HOLIDAY
Paid: See *2) on HOLIDAY PAGE
Over[line: See (5, 6, 8, 11, 15, 25 on HOLIDAY PAGE
* 1/2 Day for Labor Day.
REGISTERED APPRENTICES
Wages:
(per hour paid):
DISTRICT 9
( 1/2 ) year terms at the following percentage of Journeyman's wage.
1st 2nd 3rd
07/01/2007 50% 55% 65%
4th
75%
5th
85%
6th
95%
Supplemental Benefits:
(per hour paid)
07/01/2007
$ 8.65 + term wage % of $10.17
01/0112008
9-7/20-MR
Mason - Heavy&Highway
JOB DESCRIPTION Mason- Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour:
(MASON)
Pointer, Cleaner &
Caulkers
07/01/2007
$ 35.98
DISTRICT 9
01/0112008
Page 33
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
SUPPLEMENTAL BENEFITS
Pointer, Cleaners &
Caulkers
OVERTIME PAY
See (B, E2, H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(Per hour)
One (1) year terms at the following wage rates.
1st
07/01/2007 $18.43
Apprentices Supplemental Benefits:
(per hour paid)
2nd 3rd 4th
$ 21.40 $ 26.31 $ 32.44
$19,61
Mason - Heavy&Highway
JOB DESCRIPTION Mason- Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour: 07/01/2007
DISTRICT 9
Cement Mason $ 41.80
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
Cement Mason $ 26.11
OVERTIME PAY
See (C, O, V) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 11, 13, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
( 1 ) year terms at the following wage rates.
1st Term $ 22.20
2nd Term 26.64
3rd Term 31.08
Supplement Benefits per hour paid:
Apprentices:
1st term $16.81
2nd term 18.67
3rd term 20.53
Operating Engineer - Building
JOB DESCRIPTION Operating Engineer- Building
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
NOTE: For Building Construction Only/All others refer to Heavy Highway
DISTRICT 9
Page 34
01/01/200fl
9-780
01/0112008
07/01/2007 1st 2nd 3rd 4th
$ 3.00 $ 6.85 $ 9.35 $ 9.35
9-1PCC
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Per Hour: 07/01/2007- 07/01/2008
06/30/2008
Building Contruction
Party Chief $ 51.19 Add $ 2.60/Hr
instrument Man 40.59 Add 2.22/Hr
Rodman 27.52 Add 1.76/Hr
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007- 07/01/2008
06/30/2008
All Catorgories $ 21.64 $ 21.64
OVERTIME PAY
See (A, *E, Q) on OVERTIME PAGE
* Doubletime paid on the 8th hour on Saturday.
HOLIDAY
Paid: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 11, 12, 25) on HOLIDAY PAGE
9-15Db
Operating Engineer - Buildinq
0110112008
JOB DESCRIPTION Operating Engineer- Building
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
BUILDING CATEGORIES:
DISTRICT 4
CLASS "AA "CRANES:
Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver.
CLASS "A":
Asphalt Spreader, Backhoe Crawler, Boiler, Boring Machine, Cherry Picker (over 50 tons), Concrete Pump, Gradall, Grader~ Hoist, Loading
Machine (10 yds. or more)l Milling Machine, Power Winch - Stone Setting/Structural Steel & Truck Mounted, Powerhouse, Road Paver,
Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self-propelled), Tank Work, Tower Crane Engineer.
CLASS "B":
Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker (under 50 Tons), Conveyor-Multi, Dinkey Locomotive, Fork Lift, Hoist
(2 Drum), Loading Machine & Front Loader, Mulch Machine (Machine Fed), Power Winches (Not Included in Class "A"), Asphalt Roller,
Hydraulic Pump with Bodng Machine, Scoop, Carryall, Scaper, Maintenance Man on Tower Crane,
Trenching Machine, Vermeer Cutter, Work Boat.
CLASS "C":
Curb Machine, Maintenance Engineer (Small Equip. & Well Point), Field Mechanic, Milling Machine (Small), Pulvi Mixer, Pumps (all), Roller
(dirt), Ridge Cutter, Vac-All, Shotblaster, Striping Machine, Interior Hoist, Concrete Finish Machine, ConcreteSpreader, Conveyer, Curing
Machine, Hoist (one drum).
CLASS "D":
Concrete Breaker, Concrete Saw/Cutter, Fork Life or Walk Behind (power operated), Generator, Hydra Hammer, Compactors (mechanical er
hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump (double action diaphragm).
CLASS "E":
Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (gypsum), Pump (single action diaphragm), Stump Chipper, Track
Tamper, Tractor (caterpiller or wheel), Vibrator, Deckhand on Workboat.
07/01/2007
Class "AA"
Cranes: Boom length over 100 feet add $1.00 per hour
"150 .... $1.50 ....
"250 .... $ 2.00 ....
"350 .... $ 3.00
$ 50.11
Page 35
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Class "A"
*Add $3.50 for Hazardous Waste Work
Class "B"
*Add $2.50 for Hazardous Waste Work
Class "C"
*Add $1.50 for Hazardous Waste Work
$44.11'
$ 41.81'
$ 40.28*
Class "D" $ 37.20
Class "E" $ 35.65
SUPPLEMENTAL BENEFITS
Per Hour:
ALL CLASSES
07/01/2007
$ 27.29
$ 22.85
NOTE: Overtime Rate
OVERTIME PAY
See (D, O) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE
"NOTE": Employee must be employed day before and day after a
holiday to receive holiday pay.
REGISTERED APPRENTICES
One(l) Year Terms at the following Rate:
07/01/2007
1st Term $ 20.84
2nd Term 21.67
3rd Term 22.33
Supplemental Benefits per hour:
APPRENTICES
Note: OVERTIME AMOUNT
$15.89
5.85
4-138
OI)eratin;l Engineer - Buildim3 / Heavy&Highway
JOB DESCRIPTION Operating Engineer - Building / Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour: 07/01/2007-
07/31/2007
Well Driller $ 28.22
Well Driller Helper 24.87
Hazardous Waste Differential
Added to Hourly Wage:
Level A
Level B
Level C
Monitoring Well Work
Add to Hourly Wage:
01/0112008
DISTRICT 4
08/01/2007
$ 29.00
25.52
$ 3.00 $ 3.00
2.00 2.00
1.00 1.00
Page 36
Prevailing Wage Rates for 0710112007 - 0613012008 Published by the New York State Department of Labor
Last Published on ,Jan 01 2008 PRC Number 2008000717 Suffolk County
Level A $ 3.00
Level B 2.00
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007-
07/31/2007
Well Driller $10% of straight
Well Drller Helper time rate plus $9.55
$ 3.00
2.00
08/01/2007
10%of straighttime
rate plus $ 9.55
(NOTE) Additional $2.25 for
Premium Time
OVERTIME PAY
See (B, E, G, P) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 16, 23 on HOLIDAY PAGE
Overtime: See (5, 6, 16, 23 on HOLIDAY PAGE
Additional $ 2.88 for
Premium Time
4-138werl
Operatin_q Engineer- Heavy&Highway
JOB DESCRIPTION Operating Engineer- Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
HEAVY/HIGHWAY CATEGORIES:
0110112008
DISTRICT 4
CLASS "AA" CRANES:
Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver.
CLASS "A":
Asphalt Spreader, Backhoe Crawler, Boiler Cherrypicker (over 50 tons), Concrete Pump, Grader, Gradall, Hoist Loading Machine 10 yds. or
more), Milling Machine, Power Winch-Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scaper in
Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled), Tank Work, Track Alignment Machine.
CLASS "B":
Backhoe, Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker (under 50 tons), Conveyor-Multi, Dinky Locomotive, Fork Lift, Hoist
(2 drum), Loading Machine & Front Loader, Mulch Machine (machine fed), Power Winches (all others not included in CLASS A), Asphalt
Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall, Scaper, Maintenance Man on Tower Crane, Trenching Machine, Vermeer
Cutter, Work Boat.
CLASS "C":
Curb Machine, Maintenance Engineer (Small Equip. & Well Point), Field Mechanic, Milling Machine (Small), Pulvi-Mixer, Pumps, Roller
(Dirt), Vac-AII, Welding/Burning, Compressor (Structural Steel & 2 or more Batteries), Concrete Finish Machine, Concrete Spreader,
Conveyor, Curing Machine, Fireman, Hoist (One Drum), Ridge Cutter, Striping Machine, Welding Machine (Structural Steel & Pile Work).
CLASS "D":
Compressor (Pile,Crane,Stone Setting), Concrete Saw Cutter/Breaker, Work Lift (Walk Behind,Power Operated), Generator (Pile
Work),Hydra Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump (Single Action-1 to 3
Inches/Gypsum/Double Action Diaphragm), Hand Trenching Machine, Welding Machine.
CLASS "E":
Batching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump (Centrifugal up to 3 In.), Root Cutter, Stump Chipper, Oiler on
Tower Crane, Track Tamper, Tractor, Vibrator, Deckhand on Work Boat.
07/01/2007
Class"AA"
Cranes: Boom Length over100 feet add $1.00 per hour
"150 .... $1.50 ....
"250 .... $ 2.00 ....
"350 .... $ 3,00 ....
Class "A"
*Add $3.50 for Hazardous Waste Work.
$ 51.34
$ 45.33*
CJass"B"
$ 42.28*
Page 37
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
*Add $2.50 for Hazardous Waste Work.
Class "C"
*Add $1.50 for Hazardous Waste Work
$ 40.74*
Class "D" $ 37.66
Class"E" $ 36.13
"NOTE": PREMIUM PAY of 25% on straight time hours for NEW YORK STATE-
D.O.T. and other GOVERNMENTAL MANDATED off-shift work.
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
ALL CLASSES $ 27.29
Note: OVERTIME AMOUNT $ 22.85
OVERTIME PAY
See (D, O) on OVERTIME PAGE
HOLIDAY
Paid: See 5, 6, 8, 9, 15, 25) on HOLIDAY PAGE
Overtime: See 5, 6, 8, 9, 15) on HOLIDAY PAGE
"NOTE": Employee must be employed day before and day after a
holiday to receive holiday pay.
REGISTERED APPRENTICES
One(l) Year Terms at the following Rate:
1st Term $ 20.84
2nd Term 21.67
3rd Term 22.33
APPRENTICES $15.89
Note: OVERTIME AMOUNT 5.85
4-138
Operating Engineer - Marine Construction 0110tl2008
JOB DESCRIPTION Operating Engineer- Madne Construction DISTRICT 4
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontado, Orange, Odeans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schohade, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
Per Hour:
DIPPER,CLAMSHELL DREDGES 07/01/2007- 10/01/2007- 10/01/2008
& HYDRAULIC DREDGES 09/30/2007 09/30/2008
CLASS A
Operator, LeverTnan,
Lead Dredgeman
$ 31.59 $ 32.09 $ 32.89
CLASS B
Spider/Spill Barge Operator,
Tug Operator(overl000hp),
Operatodl, Fill Placer,
Derrick Operator, Engineer,
Chief Mate, Electrician,
Chief Welder,
Maintenance Engineer
Certified Welder,
Boat Operator(licensed)
$ 27.49 $27.94 $ 28.49
$ 25.79
Page 38
$ 26.29 $ 26.84
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
CLASS C
Drag Barge Operator, $ 25.04 $ 25.49 $ 26.14
Steward, Mate,
Assistant Fill Placer,
Welder (please add) $ 0.51 $ 0.06
Boat Operator $ 24.29 $ 24.79 $ 25.29
CLASS D
Shoreman, Deckhand, $ 20.34 $ 20.64 $ 21.09
Rodman, Scowman, Cook,
Messman, Porter/Janitor
Oiler(please add) $ 0.09
SUPPLEMENTAL BENEFITS
Per Hour:
THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES
All Classes A & B
(overtime hours add)
07/01/2007- 10/01/2007- 10/01/2008
09/30/2007 09/30/2008
$ 7.55 plus $ 7.80 plus $ 8.05 plus
7% of straight 7% of straight 7% of straight
time wage time wage time wage
$ 0.63 $ 0.63 $ 0.63
All Class C $ 7.35 plus $ 7.50 plus $ 7.75 plus
7% of straight 7% of straight 7% of straight
time wage time wage time wage
(overtime hours add) $ 0.48 $ 0.48 $ 0.48
All Class D
(overtime hours add)
OVERTIME PAY
See (B, F, R) on OVERTIME PAGE
HOLIDAY
Paid:
Overtime:
$ 6.95 plus $ 7.20 plus $ 7.45 plus
7% of straight 7% of straight 7% of straight
time wage time wage time wage
$ 0.33 $ 0.23 $ 0.23
See (1) on HOLIDAY PAGE
See (5, 6, 8, 15, 26) on HOLIDAY PAGE
4-25a~MarConst
Operatin~ Engineer - Trenchless Pipe Rehab
01/01/2008
JOB DESCRIPTION Operating Engineer - Tranchless Pipe Rehab DISTRICT 4
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sul[ivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
Per Hour:
07/01/2007
DSET/DSSET Operator
$ 30.00
Robotic Unit Operator 30.00
DDCC Injection Operator
30.00
Technician/Equipment Operator
25.50
Page 39
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
AM Liner/Hydra Seal Installer
Hobas Pipe, Polyethyene Pipe or
Pull and Inflate Liner Inst.
SUPPLEMENTAL BENEFITS
Per Hour Worked
25.50
25.50
Supplemental Benifit
(Per Hour Worked)
All Terms
$11.34
Painter 0110112008
JOB DESCRIPTION Painter
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per hour:
Drywall Taper
SUPPLEMENTAL BENEFITS
Per hour worked:
Journeyman $19.94 $ 20.84
07~01/2007- 05/01 ~2008
04/30/2008
$ 34.5O $ 35.OO
OVERTIME PAY
See (A, H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (4, 5, 6, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages(per Hour) 07/01/2007-
04/30/2008
1st Year $12.70 $13.25
2nd Year 17.25 17.50
3rd Year 20.70 21.00
4th Year 27.60 28.00
Suppemental Benefits:
(per Hour)
1 st year $ 9.67
2nd Year 11.82
3rd year 14.15
Page 40
05/01/2008
$ 9.82
12.32
14.74
DISTRICT 9
4~138TmhPReh
First Year $16.00
Second Year 16.75
Third Year 17.25
Foudh Year 18.00
All Classifacations $11.34
OVERTIME PAY
See (B, H) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
At One Year Terms
(Per Hour)
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
4th year 18.62 19.42
9-NYDCT9*DWT
Painter 01/0112008
JOB DESCRIPTION Painter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester
WAGES
(Per hour) 07/01/2007-
04/30/2008
Brush $ 34.50
Spray & Scaffold 37.50
Fire Escape 37.50
Decorator 37.50
Paperhanger/Wall Coverer 36.33
SUPPLEMENTAL BENEFITS
( per hour worked ) 07/01/2007-
04/30/2008
Paperhanger $ 23.15
All others 20.83
OVERTIME PAY
See (A, H) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Over[ime: See (5, 6, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Indentured after 5/31/93 ( 1 ) year terms at the following wage rate.
(per hour)
05/01/2008
$ 35.00
38.00
38.00
38.00
36.83
05/01/2008
$ 24.15
20.94
Appr 1st term... $12.70 $13.25
Appr 2nd term... 17.25 17.50
Appr 3rd term... 20.70 21.00
Appr 4th term... 27.60 28.00
Spplemental benefis:
(per Hour worked)
Appr lstterm... $ 9.67
Appr 2nd term... 11.82
Appr 3rd term... 14.15
Appr 4th term... 18.62
Painter - Heavy&Highway
$ 9.82
12.32
14.74
19.42
DISTRICT 9
9-NYDC9-B/S
01/0112008
JOB DESCRIPTION Painter- Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
07/01/2007-
09/30/2007
10/01/2007
DISTRICT 4
Structural Steel $ 43.00 $ 44.00
Bddge Painting 43.00 44.00
Power Tool/Compressor 49.00 50.00
"NOTE"
Bridge Painting Contracts, ALL WORKERS on and offthe bridge(including flagmen) are to be paid Painting Rate. The Contract must be
ONLY for Bridge Painting.
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007- 10/01/07
09/30/2007
Page 41
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Painters/
All Classifications $ 26.47
OVERTIME PAY
See (A, F, R) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Ovedime: See (5, 6) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour:
One(f) Year Terms at the following
Percentage of the Journeyman(s) Wage:
1st Term 40%
2nd Term 60%
3rd Term 80%
Supplemental Benefits per hour:
$ 27.66
Apprentice(s)
1st Term $ 21.47 $ 27.66
2nd Term 26.47 27.66
3rd Term 26.47 27.66
4-DC9/NS-BrSS
Painter - Line Striping
01~t~008
JOB DESCRIPTION Painter- Line Striping DISTRICT 9
ENTIRE COUNTIES
Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange,
Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schohade, Suffolk, Sullivan, Ulster, Warren, Washington,
Westchester
WAGES
Per hour:
Painter (Striping-Highway):
0~01~007 06~1~008
Striping-Machine Operator*
Linerman Thermoplastic
$ 24.71 $ 25.53
$ 29.79 $ 30.79
Note: *Includes Traffic Control
SUPPLEMENTAL BENEFITS
Per hour paid:
Journeyman:
OVERTIME PAY
See (B, E, P, S) on OVERTIME PAGE
HOLIDAY
Paid:
Overtime:
07/01/2007
$ 8.72 + 7% of wage
See (5, 20) on HOLIDAY PAGE
See (5, 8, 11, 12, 15, 16, 17, 20, 21, 22)on HOLIDAY PAGE
06/01/2008
$ 9.97 + 7% of wage
9-8N28A-LS
· Painter - Metal Polisher
0110112008
JOB DESCRIPTION Painter- Metal Polisher DISTRICT 9
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
07/01/2007
Metal Polisher $ 23.10'
Page 42
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Note: *All workers shall be paid an additional premium in an amount equal to twenty (20%) percent of their basic straight time rate of pay for
all time worked on hanging scaffolds and on standing scaffolds while working more than 34 feet offthe ground. Such premium are to be paid
on top of their straight time or overtime, whichever is applicable. This also appries to employees erecting scaffolding.
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
Journeyman: $11.02
OVERTIME PAY
See (B, E, Q, T) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE
Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE
REGISTERED APPRENTICES
55% of Basic Polisher Rate (*)
g-8N28A-MP
Plasterer 0110112008
JOB DESCRIPTION Plasterer
ENTIRE COUNTIES
Kings, Nassau, Queens, Suffolk
PARTIAL COUNTIES
New York: Includes work in all Islands in New York City, except Manhattan.
WAGES
Per hour:
07/01/2007
Building:
Plasterer/Traditional $ 35.53
SUPPLEMENTAL BENEFITS
Per hour worked:
Journeyman $ 21,80
OVERTIME PAY
See (B, E, E2, Q) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 8, 11, 13, 25, 26) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages:
(per hour)
( 1 ) year terms at the following % journeyman's wage rate.
First year: 1st 6 months 2nd 6 months
40% 45%
Second year: 1st 6 months 2nd 6 months
55% 60%
Third year: 1st 6 months 2nd 6 months
70% 75%
Supplemental Benefits:
(per hour paid):
(1) year term broken down into six month periods:
1st year:
1st six months $ 8.37
2nd six months 9.35
3rd six months 11.35
4th six months 12.33
5th six months 14.33
6th six months 15.33
Page 43
DISTRICT g
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
9-530-Z1
Plumber 01/0112008
JOB DESCRIPTION Plumber
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour: 07/01/2007~
05/31/2008
06/01/2008
Plumbed
PUMP & TANK $ 40.18 $ 42.24
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007- 06/01/2008
05/31/2008
Plumber $18.57 $18.57
DISTRICT 4
OVERTIME PAY
See (B, N, V) on OVERTIME PAGE
(V) Sunday & Holidays Only
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(l) Year Terms at the Following Wage Per Hour:
07/01/2007- 06/01/2008
05/31/2008
lstTerm $ 9.66 $ 9.77
2nd Term 14.54 15.37
3rd Term 19.93 20.96
4th Term 25.57 26.80
Supplemental Benefits per hour:
lstTerm $ 7.89 $ 8.39
2nd Term 8.89 8.89
3rd Term 9.39 9.39
4th Term 9.64 9.64
4-200 Pump & Tank
JOB DESCRIPTION Plumber
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour: 07/01/2007
Plumber
MAINTENANCE ONLY $ 24.25
(NOTE)
Maintenance: Correction of problem(s)with the existing fixture or group of
fixtures, preventive repairs or servicing of said fixtures.
SUPPLEMENTAL BENEFITS
Per Hour:
Page 44
DISTRICT 4
Plumber 0t/0112008
Prevailing Wage Rates for 0710112007 - 0613012008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Plumber $ 7.65
OVERTIME PAY
See (B, J) on OVERTIME PAGE
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(l) Year Terms, Wages Per Hour as Follows:
07/01/2007
1st Term $12.34
2nd Term 13.29
3rd Term 14.28
4th Term 15.31
5th Term 16.38
Supplemental Benefits per hour:
1st Term $ 6.20
2nd Term 6.20
3rd Term 6.20
4th Term 6.20
5th Term 6.20
4-200 Maintance
Plumber 0t/01~20n_8
JOB DESCRIPTION Plumber
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour:
07/01/2007- 11/01/2007- 05/01/2008
10/31/2007 04/30/2008
$ 44.90 $ 46.08 $ 46.98
DISTRICT 4
Plumber
SUPPLEMENTAL BENEFITS
Per Hour:
Plumber $ 23.42 $ 24.33 $ 24.68
OVERTIME PAY
See (A, O, V) on OVERTIME PAGE
CODE "V" is only for SUNDAYS and HOLIDAYS WORKED
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
One(l) Year Terms at the following percentage of Plumbem Rate:
1st Term 2nd Term 3rd Term 4th Term 5th Term
30% 40% 50% 60% 70%
Supplemental Benefits per hour:
07/01/2007-
10/31/2007
11/01/2007-
04/30/2008
$12.79
Page 45
05~1/2008
$12.89
1 st Term $11.99
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
2nd Term 13.62 14.64 15.14
3rd Term 15.83 16.38 16.78
4th Term 16.83 17.68 17.78
5th Term 17.68 18.68 18.78
4-200
Roofer 01101/2008
JOB DESCRIPTION Roofer DISTRICT 4
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour: 07/01/2007
$ 35.50
RooferNVaterproofer
SUPPLEMENTAL BENEFITS
Per Hour:
Roofer/Waterproofer $ 22.62
OVERTIME PAY
Per Hour:
NEW ROOF SEE (B,E,Q)
RE-ROOF SEE (B,E,E2,Q)
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 13, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
(1) Year terms at the following peceatage of Roofers/Waterproofers Wage
1st 2nd 3rd 4th
40% 50% 70% 60%
Supplemental Benefits per hour:
1st Term $ 2.00
2nd Term 6.00
3rd Term 12.35
4th Term 17.31
4-154
Sheetmetal Worker 01/01/2008
,JOB DESCRIPTION SheetmetalWorker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour: 07/01/2007
Sheetmetal Worker $ 42.06
For Temporary Operation or
Maintenance of Fans is 80% of Above Wage Rate
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
Sheetmetal Worker $ 33.34
DISTRICT 4
08/01/2007 02/0112008
42.06 + additional an additional
$1.25' $1.75'
Page 46
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
*May be distributed between wages and/or supplemental benefits.
OVERTIME PAY
See (A, O) on OVERTIME PAGE
For Fan Maintenance See Codes B & O
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE
REGISTERED APPRENTICES
Per Hour:
(1/2) Year Terms at the following percentage of journeyman's hourly wage:
1 st 2nd 3rd
30% 35% 40%
4th
45%
5th 6th 7th 8th
50% 55% 60% 70%
Supplemental Benefits per hour:
1st Term $13.11
2nd Term 14.86
3rd Term 16.35
4th Term 17.92
5th Term 19.46
6th Term 20.89
7th Term 22.79
8th Term 26.49
4-28
Sheetmetal Worker 0~10'112008
JOB DESCRIPTION SheetmetalWorker
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester
WAGES
Per Hou r: 07/01/2007
Sign Erector* $ 36.20
*NOTE: Overhead Highway Signs and Structurally Supported Signs
(See iRON WORKER CLASS)
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
Sign Erector $ 25.48
OVERTIME PAY
See (A, F, S) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 11, 12, 16, 25) on HOLIDAY PAGE
Overtime: See (5, 6, 10, 11, 12, 16, 25) on HOLIDAY PAGE
REGISTERED APPRENTICES
Wage per hour: 07/01/2007
Half (1/2) year terms at the following rate(s):
DISTRICT 9
1 st 2nd 3rd 4th 5th
$12.67 $14.48 $16.29 $18.10 $19.91
6th 7th 8th 9th 10th
$21.72 $23.53 $25.34 $27.15 $28.96
Supplemental Benefits per hour paid:
Half (1/2) year terms at the following dollar amount
Page 47 ·
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
1st 2nd 3rd 4th 5th
$8.28 $9.21 $10.16 $11.09 $12.18
6th 7th 8th 9th 10th
$12.97 $14.07 $14.86 $15.95 $16.74
9-137-SE
Steamfitter 01101/2008
JOB DESCRIPTION Steamfitter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour 07/01/2007-
12/25/2008
Steam Fitter* $ 45.17
Sprinkler Fitter* 45.17
For Work on Temporary Heat**
& Air Conditioning 34.32*
SUPPLEMENTAL BENEFITS
Per Hour
Steamfitter $ 38.38
Sprinkler Fitter 38.38
12/26/2008
Additional
$ 2.00 per
Hour for all
Catagories
DISTRICT 9
(For Work on Temporary
Heat & Air conditioning).
OVERTIME PAY
See (*C, **D, O, V) on OVERTIME PAGE
$ 27.40
HOLIDAY
Paid: See (1) on HOLIDAY PAGE
Overtime: See (5, 6, 11, 15, 16, 25)on HOLIDAY PAGE
REGISTERED APPRENTICES
Wages per hour worked:
( 1 ) year terms at the following percentage of Journeyman's
wage.
Apprentices: 1 st 2nd
3rd
40% 50% 65%
Suppelmental Benefits:
(1) year term at the following dollar amounts:
4th 5th
80% 85%
Apprentices: 1st 2nd 3rd 4th 5th
07/01/2007 $15.79 $19.47 $24.98 $ 30.15 $ 32.32
9-638A-StmSpFtr
Steamfitter 01/0112008
JOB DESCRIPTION Steamfitter
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour: 07/01/2007
SteamfitteflMaintance $ 32.45
Page 48
DISTRICT 9
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
Refrigeration, A/C, Oil Burner and Stoker Service and Installations,
limited on Refrigeration to combined compressors up to five (5) horsepower,
and on NC Heating and Air Cooling to combined compressors up to ten (10)
horsepower.
SUPPLEMENTAL BENEFITS
Per Hour 07/01/2007
SteamfittedMaintance $ 7.71
OVERTIME PAY
OVERTIME:....See ( B, E, Q*, S** ) on OVERTIME PAGE.
HOLIDAY
HOLIDAY:
Paid: ........ See ( 2, 6, 9, 10, 11, 15, 17, 26,Memorial Day) on HOLIDAY PAGE.
Overtime:.... *(2,6,9, 15, 17)
** ( 10, 11, 26, Memorial Day )
9-638B-StmFtrRef
Survey Crew Consultin~l
01/01/2008
JOB DESCRIPTION Survey Crew Consulting DISTRICT 9
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester
PARTIAL COUNTIES
Dutchess: Only the portion south of the north city line in Poughkeepsie.
WAGES
Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a
Consulting Engineer agreement.
WAGES: (per hour)
07/01/2007
Survey Rates:
Party Chief ..... $ 29.82
Instrument Man.. $ 25.01
Rodman .......... $ 21.95
SUPPLEMENTAL BENEFITS
(per hour paid)
Journeyman ...... $11.70
OVERTIME PAY
OVERTIME:.... See ( 13, E*, Q, V ) ON OVERTIME PAGE.
*Doubletime paid on the 9th hour on Saturday.
HOLIDAY
Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE
9-15dconsult
Teamster - Building I Heaw&Hi;;Ihwav
JOB DESCRIPTION Teamster- Building / Heavy&Highway
ENTIRE COUNTIES
Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk
WAGES
Per Hour: 07/01/2007
Truck Driver, Chauffeur
Trailers $ 26.33
Straight Jobs 26.03
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
01/0t/2008
DISTRICT 4
Page 49
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717 Suffolk County
All Classifications $19.20
OVERTIME PAY
See (B, L, S, S1) on OVERTIME PAGE
HOLIDAY
Paid: See (5, 6, 7, 8, 11, 12, 26) on HOLIDAY PAGE
Employee must work Two(2) Days in Holiday Week
4-282.Demo
Teamster - Building / Heavy&Highway
JOB DESCRIPTION Teamster- Building / Heavy&Highway
ENTIRE COUNTIES
Nassau, Suffolk
WAGES
Per Hour: 07/01/2007
"TRUCK DRIVER"
Heavy Highway $ 32.885
Building 32.885
Asphalt Delivery 32.885
Concrete Delivery 32.885
ADDITIONS Per Day:
Three(3) Axle Tractors
and Trailers: $10.00
Heavy Equipment
and Tag-Along Trailers: $10.00
Boom Truck Drivers: $ 8.00
SUPPLEMENTAL BENEFITS
Per Hour: 07/01/2007
"TRUCK DRIVER"
All Classifications $ 27.05
OVERTIME PAY
See (B, E, Q, R, T) on OVERTIME PAGE
(NOTE) PREMIUM PAY of 25% on straight time hours for New York State
D.O.T. and or other GOVERNMENTAL MANDATED off shift work.
HOLIDAY
Paid: See 5, 6, 11, 12, 15, 25) on HOLIDAY PAGE
Overtime: See 11, 12, 15, 25) on HOL DAY PAGE
Employee must Work TWO(2) Days in Holiday Week.
5,6,13 Paid at Triple if Worked.
DISTRICT 4
01/0112008
4-282ns
Welder 01/0t/2008
JOB DESCRIPTION Welder DISTRICT 1
ENTIRE COUNTIES
Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Detaware,
Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe,
Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer,
Richmond, Rockland, Saratoga, Schenectady, Schohade, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins,
Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates
WAGES
Per hour 07/01/2007
Welder (To be paid the same rate of the mechanic performing the work)
OVERTIME PAY
HOLIDAY
1-As Per Trade
Page 50
Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717
Overtime Codes
Following is an explanation of the code(s listed in the OVERTIME section of each classification contained in the attached schedule.
Additional requirements may also be listed in the HOL DAY section.
(A)
(AA)
(B)
(B1)
(B2)
(C)
(Cl)
(D)
(D1)
(E)
(Et)
(E3)
(E2)
(E4)
(F)
(G)
(H)
(~)
(J
(K
(L
(M
(N
(o
(P
(o
(R
(S
(Sl
(T)
Time and one half of the hourly rate after 7 houm per day
Time and one half of the hourly rate after 7 and one half hours per day
Time and one half of the houdy rate after 8 hours per day
Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday.
Double the houdy rate for all additional hours
Time and one half of the houdy rate after 40 hours per week
Double the hourly rate after 7 hours per day
Double the hourly rate after 7 and one half hours per day
Double the houdy rate after 8 hours per day
Double the houdy rate after 9 hours per day
Time and one half of the houdy rate on Saturday
Time and one half 1st4 hours on Saturday Double the hourly rate all additional Saturday hours
Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day is
lost during that week due to inclement weather, provided a given employee has worked between 16 and 32
hours that week
Saturday may be used as a make-up day at straight time when a day is lost dudng that week due to inclement
weather
Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due
to inclement weather
Time and one half of the houdy rate on Saturday and Sunday
Time and one half of the houdy rate on Saturday and Holidays
Time and one half of the houdy rate on Saturday. Sunday. and Holidays
Time and one half of the houdy rate on Sunday
Time and one half of the houdy rate on Sunday and Holidays
Time and one half of the hourly rate on Holidays
Double the houd ~ rate on Saturday
Double the houd ¢ rate on Saturday and Sunday
Double the houd ~ rate on Saturday and Holidays
Double the houd ~ rate on Saturday, Sunday, and Holidays
Double the houri, rate on Sunday
Double the houri, rate on Sunday and Holidays
Double the houri, rate on Holidays
Two and one half times the hourly rate for Holidays, if worked
Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the
hourly rate all additional hours.
Triple the hourly rate for Holidays, if worked
Page 51
Prevailing Wage Rates for 07/01/2007 - 0613012008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRC Number 2008000717
( U ) Four times the hourly rate for Holidays, if worked
( V ) including benefits at SAME PREMIUM as shown for overtime
( W ) Time and one half for benefits on all overtime hours.
NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted
Page 52
Prevailing Wage Rates for 07/01/2007 - 06/3012008 Published by the New York State Department of Labor
Last Published on Jan 01 2008 PRO Number 2008000717
Holiday Codes
PAID Holidays:
Paid, Holiday. s a.re days for wl~i,c,h a,n eligible employee receives a regular day's pay, but s not required to perform work f an employee
WORKS on a aay ~istea as a paia holiday, this remuneration is in addihon to paymemof the required prevailing rate for the work actually
performed.
OVERTIME Holiday Pay:
Overtime holiday pay is the premium pay that is re§uired for work performed on specified holidays. It is on y requ red where the employee
actually performs work on such holidays. The apphcable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for
these covered holidays can be found in the OVERTIME PAY section listings for each classification.
Following is an explanation of the code(s) listed in the HOLIDAY section of each c ass ficat on contained in the attached schedule. The
Holidays as listed below are to be paid at the wage rates at which the employee is normally classified.
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(~o
11
12
13
14
15
16
17
18
(19
( 20
(21
( 22
( 23
( 24
( 25
( 26
None
Labor Day
Memorial Day and Labor Day
Memorial Day and July 4th
Memorial Day, July 4th, and Labor Day
New Year's, Thanksgiving, and Christmas
Lincoln's Birthday, Washington's Birthday, and Veterans Day
Good Friday
Lincoln's Birthday
Washington's Birthday
Columbus Day
Election Day
Presidential Election Day
1/2 Day on Presidential Election Day
Veterans Day
Day after Thanksgiving
July 4th
1/2 Day before Christmas
1/2 Day before New Years
Thanksgiving
New Year's Day
Christmas
Day before Christmas
Day before New Year's
Presidents' Day
Martin Luther King, Jr. Day
Page 53
BUREAU OF PUBLIC WORK
STATE OFFICE BUILDING CAMPUS
ALBANY, NY 12240
REQUEST FOR WAGE AND SUPPLEMENT INFORMATION: REQUIRED BY ARTICLES 8 AND 9 OF THE LABOR LAW
Fax (518) 485-'1870 or mail this form for new schedules or for determination for additional occupations.
THIS FORM MUST BE TYPED
SUBMITTED BY:
(CHECK ONE)
[] CONTRACTING AGENCY
[] ARCHITECT OR ENGINEERING FIRM
[] PUBLIC WORK DISTRICT OFFICE
DATE:
A. PUBLIC WORK CONTRACT TO BE LET BY: (Enter Data Pertaining to Contracting Agency)
1. Name and complete address ( [] check if new or change):
Telephone: ( ) Fax: ( )
E-Mail:
2. NY State Units (see Item 5) [] 01 DOT
[] 02 OGS
[] 03 Dormitory Authority
[] 04 State University
Construction Fund
[] 05 SUNY/CCtleges
[] 06 Mental Hygiene
Facilities Corp.
[] 07 OTHER N.Y. STATE UNIT
[] 08 City
[] 09 Local School District
[] 10 Special Local District, i.e.,
Fire, Sewer, Water Distdct
[] 11 Village
[] 12 Town
[] 13 County
[] 14 Other Non-N.Y. State
(Descdbe)
3. SEND REPLY TO (r-I check if new or change)
Name and complete address:
Telephone: ( ) Fax:( )
E-Maih
B, PROJECT PARTICULARS
5. Project Title
Description of Work
Contract Identification Number
Note: For NYS units, the OSC Contract No.
7. Nature of Project - Check One: [] 1. New Building
[] 2. Addition to Existing Structure
[] 3. Heavy and Highway Construction (New and Repair)
[] 4. New Sewer or Waterline
[] 5. Other New Construction (Explain)
[] 6. Other Reconstruction, Maintenance, Repair or Alteration
[] 7. Demolition
[] 8. Building Service Contract
9. Name and Title of Requester
4. SERVICE REQUIRED. Check appropriate box and provide project
information.
[] New Schedule of Wages and Supplements.
I APPROXIMATE BID DATE:
[] Additional Occupation and/or Redeterrnination
PRC NUMBER ISSUED PREVIOUSLY FOR I I OFFICE USE ONLY
THiS PROJECT:
I
I
6. Location of Project:
Location on Site
Route No/Street Address
Village or City
Town
County
OCCUPATION FOR PROJECT:
[] Construction (Building, Heavy
Highway/Sewer/Water)
[] Tunnel
[] Residential
[] Landscape Maintenance
[] Elevator maintenance
[] Exterminators, Fumigators
Signature
[] Guards, Watchmen
[] Janitors, Porters, Cleaners
[] Moving furniture and
equipment
[] Trash and refuse removal
[] Window cleaners
[] Other (Describe)
OFFICE USE ONLY
Locality Designations: I
PW-39 (03-07) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS
DEPARTMENT OF LABOR - BUREAU OF PUBLIC WORK
Under Article 8 of the NYS Labor Law, when two final determinations have been rendered against a contractor, sub-
contractor and/or its successor within any consecutive six-year period determining that such contractor, sub-contractor
and/or its successor has WILLFULLY failed to pay the prevailing wage and/or supplements, or when one final determination
involves falsification of payroll records or the kickback of wages and/or supplements, said contractor, sub-contractor and/or
its successor shall be debarred and ineligible to submit a bid on or be awarded any public work contract/sub-contract with
the state, any municipal corporation or public body for a period of five years from the date of debarment.
NOTE: The agency issuing the determination and providing the information, is denoted under the heading 'Fiscal Officer'.
DOL -- NYS Dept. of Labor; NYC -- New York City Comptroller's Office; AG = NYS Attorney General's Office; DA = County
District Attorney's Office.
A list of those barred from bidding, or being awarded, any public work contract or subcontract with the State, under section
141-b of the Workers' Compensation Law, may be obtained at the following link,
https:lldbr, labor.state.n¥.uslEDList/searchPaqe.do
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
385 Services LLC 2657 State Highway 28 Portiandville NY 13834
FEIN: Barred Until Fiscal Officer Notes:
16-1466399 01/08/2009 DOL Multiple willful violations
Company Name
4-A General Construction Corp
FEIN: Barred Until
I 1-3161355 01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 11232
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office and Spiridon Anthoulis, Anastasia Anthoulis aka Stacey
Gouzos as individuals
Company Name
A & D Con~acting Corp
FEIN: Barred Until
11-3203983 08~1~010
Address City State
15 Pine Aim Drive Bay Shore NY
Fiscal Officer Notes:
DOL Falsification of payroll records. Also Tommaso Allocca as an individual
Zip Code
11706
Company Name
A A General Contractors lnc
FEIN: Barred Until
16-1319254 10/18/2009
Address City State Zip Code
1765 Mt Read Boulevard Rochester NY 14606
Fiscal Officer Notes:
DOL And W J Grinder Roofing as a substantially affiliated employer and Dominic Antonucci as
an individual. Multiple willful violations
Company Name
A Castdcone Concrete Inc
FEIN: Barred Until
16-1582253 03/03/2008
Address City State Zip Code
P O Box 203 Athol Springs NY 14010
Fiscal Officer Notes:
DOL and Crazy Horse Tonawanda Inc
Company Name
A&T General Construction lnc
FEIN: Barred Until
13-3927478 12/I 1/2011
Address City State
3 Alan B Shepard Place Yonkers NY
Fiscal Officer Notes:
DOL and Nick Nitis as an individual - falsification of payroll records
Zip Code
10705
Monday, January07, 2008
Page I of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
ACC Construction Co~p 6 East 32nd St - 7th F1 New York NY 10016
FEIN: Barred Until Fiscal Officer Notes:
l 1-2688758 05/25/2011 NYC Falsified records
Company Name
Adam Deckman
FEIN:
Barred Until
Address
Fiscal Officer Notes:
dba Deckman Painting
City State Zip Code
Company Name
Aegean General Contracting [nc
FEIN: Barred Until
11~3451267 03/11/2008
Address City State Zip Code
57-16 157th Street Flushing NY 11355
Fiscal Officer Notes:
Settlement agreement with A.G.'s Office - falsified payrolls - Also Aegean Marble Co.,
Aegean Marble Contracting Co., and George Begakis individually
Company Name
Aegean Marble Co.
FEIN: Barred Until
11-3451267 03/I 1/2008
Address City
Fiscal Officer Notes:
See Aegean General Contracting Inc
State Zip Code
Company Name
Aegean Marble Contracting Co.
FEIN: Barred Until
11-3451267 03/11/2008
Address City
Fiscal Officer Notes:
See Aegean General Contracting Inc
State Zip Code
Company Name
Albany Pipe Insulators Inc
FEIN: Barred Until
14-1617890 02/18/2008
Address City State Zip Code
P O Box 332 - Foundry Rd Voorheesville NY 12186
Fiscal Officer Notes:
DOL
Company Name
Allstate Concrete Cutting, Inc
FEIN: Barred Until
I 1-3223101 07/09/2012
Address City State
635 Midland Avenue Garfield NJ
Fiscal Officer Notes:
DOL And Robert O'Hanlon as an individual. Falsified payroll records
Zip Code
07026
Company Name
American Weathertite lnc
FEIN: Barred Until
65-0465918 03/28/2010
Address City State Zip Code
P O Box 208 Clifton NJ 07110
Fiscal Officer Notes:
DOL
Company Name
Amodio Russo
FEIN: Barred Until
06/01/2010
Address City State Zip Code
14 Brayron Road Carmel NY 10512
Fiscal Officer Notes:
As in individual and P&T Iron Works. Falsification of payroll records. Settlement
Agreement with A.G.'s office
Company Name
Anastasia Antboulis
FEIN: Barred Until
01/25/2012
Address City State
131 47th Street Brooklyn NY
Fiscal Officer Notes:
AG aka Stacey Gouzos - as an individual - See 4-A General Construction Corp
Zip Code
11232
Monday, January 07, 2008 Page 2 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Andres Alvarez 372 North Main Street Lodi NJ 07644
FEIN: Barred Until Fiscal Officer Notes:
12/24/2009 See Corinthian Construction Co Inc
Company Name Address City State Zip Code
Angelo Zaffuto 162 Atlantic Avenue Lynbrook NY 11563
FEIN: Barred Until Fiscal Officer Notes:
09/29/2008 AG As an individual. See Zaffuto Construction Company Inc
Company Name Address City State Zip Code
ANS Welding Corp 111 Dale Street West Babylon NY 11704
FEIN: Barred Until Fiscal Officer Notes:
11 -1867262 06/09/2009 DOL Debarment period extended after additional willful violations
Company Name Address City State Zip Code
Anthos Contracting Corp 131 47th Street Brooklyn NY 11232
FEIN: Barred Until Fiscal Officer Notes:
l 1-2967327 01/25/2012 AG Plea Agreement with A.G.'s Office
Company Name Address City State Zip Code
Aragona Construction Corp 5755 Newhouse Road East Amherst NY 14051
FEIN: Barred Until Fiscal Officer Notes:
16-1552725 10/10/2012 DOL And Rosario Carrubba individually - falsified payroll records
Company Name Address City State Zip Code
Aztec Plumbing & Heating Corp 153 Baywoods Lane Bay Shore NY 11706
FEIN: Barred Until Fiscal Officer Notes:
11-6255761 03/19/2012 DA And John Bias as an individual - plea agreement with Suffolk County D.A.
Company Name Address City State Zip Code
B & Z Development Inc 19 West Street Spring Valley NY 10977
FEIN: Barred Until Fiscal Officer Notes:
13-3713559 02/22/2010 DOL dba Ben-Zvy Enterprises Inc and Erez Ben-Zvy as an individual.
Company Name
Ballagh General Contracting Inc
FEIN: Barred Until
13 4157828 07/09/20 l 2
Address City State Zip Code
250 Kneeland Avenue Yonkers NY 10705
Fiscal Officer Notes:
DOL And Bernadette and Thomas Gormally, individually. Falsified payroll records
Company Name
Bat-Jac Construction Inc
FEIN: Barred Until
I 1-3391498 07/17/2009
Address City State Zip Code
62 Neulist Avenue Port Washington NY 11050
Fiscal Officer Notes:
DOL aka Bat-Jac Contracting Inc. a/Ida Bat-Jac Inc. and Kenneth Merz, president and one of its
five largest shareholders and Steve Menzer, vice president and one of its five largest
shareholders, as individuals. Falsified payrolls.
Company Name
Address City State Zip Code
Bat-Jac Contracting Inc
FEIN: Barred Until
11-3133524 07/17/2009
Fiscal Officer Notes:
See Bat-Jac Construction Inc
Monday, January07, 2008
Page 3 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Bat-Jac lnc
FEIN: Barred Until
07/17/2009
Address City
Fiscal Officer Notes:
See Bat-Jac Construction aka Bat-Jac Contracting
State Zip Code
Company Name Address City State Zip Code
Ben-Zvy Enterprises Inc 19 West Street Spring Valley NY 10977
FEIN: Barred Until Fiscal Officer Notes:
13-3713559 02/22/2010 See B & Z Development Inc.
Company Name Address City State Zip Code
Bernadette Gormally 250 Knceland Avenue Yonkers NY 10705
FEIN: Barred Until Fiscal Officer Notes:
07/09/2012 As an individual. Sec Ballagh General Contracting
Company Name Address
Best of Friends of Schenectady Constr Co 425 Hamilton Street
FEIN: Barred Until Fiscal Officer Notes:
20-2105455 01/24/2011 DOL
City State Zip Code
Schenectady NY 12305
Company Name
Boguslaw Bozek
FEIN:
Barred Until
05/14/2008
Address City
Fiscal Officer Notes:
As an individual - see Goldhand Construction LLC
State Zip Code
Company Name
CJHInc
FEIN: Barred Until
14-1830289 06/10/2010
Address City
Fiscal Officer Notes:
See N F K Excavating and Construction Inc
State Zip Code
Company Name Address
Cappry Contracting Management Corp 1081 Coney Island Avenue
FEIN: Barred Until Fiscal Officer Notes:
06-1174437 02/09/2011 NYC Falsified payroll records
City State Zip Code
Brooklyn NY 11230
Company Name
Carl Babb
FEIN:
Barred Until
07/21/2008
Address City
Fiscal Officer Notes:
As an individual - See Olympic Window Installers Inc
State Zip Code
Company Name Address City State Zip Code
CatenaEv' Construction Corp l 12 Hudson Avenue Rochester NY 14605
FEIN: Barred Until Fiscal Officer Notes:
54-2129721 02/14/20 ! 1 DOL Subsidiary of Lancet Arch Inc.
Company Name Address City State Zip Code
Cavalier Constr Corp c/o Clayman & Rosenbe 305 Madison Avenue New York NY 10165
FEIN: Barred Until Fiscal Officer Notes:
02/19/2008 NYC Falsified records - plea agreement. Also Kingston Trucking & Rigging Corp., Manbru
Construction Corp., Port Ewen Trucking Corp. and Super Structure Builders, Inc. as
substantially owned-affiliated entities and/or successors of Cavalier.
Monday, January 07, 2008 Page 4 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Charles J Pardee 261 Ball Road Hastings NY 13076
FEIN: Barred Until Fiscal Officer Notes:
03/16/2009 DOL As an individual. See Dalton Steel Inc.
Company Name
Charles Marangoudakis
FEIN: Barred Until
08/16/2010
Address City State Zip Code
25 Woodhill Lane Manhasset NY 11030
Fiscal Officer Notes:
DOL individually and Marangos Construction Corp and Tropic Construction Corp. Multiple
will f~l violations
Company Name
Christina J Hoek
FEIN:
Barred Until
06/10/2010
Address City
Fiscal Officer Notes:
See N F K Excavating and Construction Inc
State Zip Code
Company Name
Christopher Nicholson
FEIN: Barred Until
10/19/2011
Address City
91 Newman Place Buffalo
Fiscal Officer Notes:
See Commercial System Construction
State Zip Code
NY 14210
Company Name
Columbus General Construction Inc
FEIN: Barred Until
11-3357344 12/16/2009
Address City State Zip Code
914 Newkirk Avenue Brooklyn NY 11230
Fiscal Officer Notes:
AG And Mohammed A Rashid as an individual. Falsified business records. Plea agreement.
Company Name
Commemial Painting Co
FEIN: Barred Until
16-1513909 05/01/2008
Address City State
4872 West Seneca Turnpike Syracuse NY
Fiscal Officer Notes:
DOL James Stanton dba Commercial Painting Co - falsified payroll records
Zip Code
13215
Company Name
Commemial Steel Inc
FEIN: Barred Until
16-1557064 03/16/2009
Address City State Zip Code
65 Corporate Park Drive Central Square NY 13036
Fiscal Officer Notes:
DOL As a successor and/or substantially-owned affiliated entity with Dalton Steel Inc dba Pardee
Construction - multiple willful violations
Company Name
Commercial System Construction
FEIN: Barred Until
90-0066866 10/19/2011
Address City State
91 Newman Place Buffalo NY
Fiscal Officer Notes:
DOL And Christopher Nicholson as an individual - falsification of payroll records
Zip Code
14210
Company Name
Corinthian Construction Co Inc
FEIN: Barred Until
13-3750033 12/24/2009
Address City State
372 North Main Street Lodi NJ
Fiscal Officer Notes:
AG And Andres Alvarez as an individual. Plea agreement with A.G.'s Office
Company Name
Zip Code
07644
Address City State Zip Code
Crazy Horse Tonawanda Inc
FEIN: Barred Until
16-1528124 03/03/2008
P O Box 203 Athol Springs
Fiscal Officer Notes:
DOL and A Castficone Concrete Ioc
NY 14010
Monday, January 07, 2008
Page 5 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Z;~, Code
9276 Via Cimato Drive Clarence Center NY 14032
Fiscal Officer Notes:
DOL And Donald Schwendler as an individual - falsified payroll records
D J Floors Inc
FEIN: Barred Until
16-1506339 08/29/2012
Company Name Address City State Zip Code
197 U S Route 11 Central Square NY 13036
Fiscal Officer Notes:
DOL dba Pardee Construction and Shirley Pardee as an individual - multiple willful violations.
Also Charles J Pardee as an individual.
Dalton Steel Inc
FEIN: Barred Until
16-1557064 03/12/2009
Company Name Address City State Zip Code
Darby General Contracting [nc 565 Oak Street Copiague NY 11726
FEIN: Barred Until Fiscal Officer Notes:
11-3420817 08/04/2008 DOL dba Darby Glass Co - multiple willful violations
Company Name
Darby Glass Co
FEIN: Barred Until
11-3081390 08/04/2008
Address City
Fiscal Officer Notes:
See Darby General Contracting Inc
State Z;p Code
Company Name Address City State Z;t, Code
154 Pond View Parkway Rochester NY 14612
Fiscal Officer Notes:
DOL Adam Deckman dba Deckman Painting. Falsification of payroll records
Deckman Painting
FEIN: Barred Until
75-3173012 04/16/2012
Company Name Address City State Zip Code
86 Olive Street Johnson City NY 13790
Fiscal Officer Notes:
DOL Substantially owned-affiliated entity and/or successor of Dellapenna Brothers Inc - debarment
period extended after additional violations
Dellapenna Associates Inc
FEIN: Barred Until
16-1465989 02/18/2008
Company Name Address City State Zip Code
Dellapenna Brothers Inc 86 Olive Street Johnson City NY 13790
FEIN: Barred Until FiscaIOfficer Notes:
16-0964223 08/04/2008 DOL multiple willfuls - debarment period extended after additional violations
Company Name Address City
Dennis Lounsbury Builders Inc P O Box 220 Bulville
FEIN: Barred Until Fiscal Officer Notes:
14-1538702 05/27/2009 DOL aka Lounsbury Erectors Inc.
State Z;~, Code
NY 10915
Company Name Address City State Zip Code
DePoalo and Son Building Contractors Inc 296 Morris Road Schenectady NY 12303
FEIN: Barred Until Fiscal Officer Notes:
14-1507523 07/12/2009 DOL Multiple will ful violations
Company Name
DG Pipeline Inc
FEIN: Barred Until
74-2917157 09/06/2011
Address City State Zip Code
312 Halseyville Road Ithaca NY 14850
Fiscal Officer Notes:
DOL and Douglas S Griffen, President and one of the five largest shareholders ~ falsified payrolls
Monday, January 07, 2008 Page 6 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Diamond "D" Constraction Corp
FEIN: Barred Until
16-1 I03218 12/14/2010
Address City State Zip Code
5270 Transit Road Depew NY I4043
Fiscal Officer Notes:
DOL and Joseph DiPizio individually and as its president. Falsification of payroll records
Company Name
Diracon Commercial Contractors
FEIN: Barred Until
08-1681415 05/18/2009
Address City State
310 Maple Avenue New Hampton NY
Fiscal Officer Notes:
DOL and Rebecca Gallo-Wood as an individual. Falsified payarolls.
Zip Code
10958
Company Name Address City State Zip Code
DJH Mechanical Associates Ltd 155 Kingsbridge Road East Mount Vernon NY 10552
FEIN: Barred Until Fiscal Officer Notes:
13-3373364 02/01/2011 DOL False records - plea agreement
Company Name
Dominic Antonucci
FEIN: Barred Until
l 0/18/2009
Address City State Zip Code
1939 Town Line Road Hilton NY 14468
Fiscal Officer Notes:
DOL AS an individual. See A A General Contractors Inc and W J Grinder Roofing Company.
Company Name Address City State Zip Code
Don Adams Roofing lnc 472 Commerce Street Hawthorne NY 10532
FEIN: Barred Until Fiscal Officer Notes:
13-3455881 12/07/2010 DOL Plead guilty to a felony
Company Name Address City State Zip Code
Donald Schwendler 9276 Via Cimato Drive Clarence Center NY 14032
FEIN: Barred Until Fiscal Officer Notes:
08/29/2012 As an individual. See D }' Floors, Inc.
Company Name Address City State Zip Code
Douglas S Griffen 312 Halseyville Road Ithaca NY 14850
FEIN: Barred Until Fiscal Officer Notes:
09/06/201 t See DG Pipeline Inc
Company Name
E Green Restoration & Roofing Inc
FEIN: Barred Until
16-1561693 06/21/2009
Address City State Zip Code
117 Hawley Street Binghamton NY 13901
Fiscal Officer Notes:
DOL
Company Name Address City State Zip Code
Eliyhu Benyamin 303 Ten Eyck Street Brooklyn NY 11206
FEIN: Barred Until Fiscal Officer Notes:
03/05/2010 As an individual. See W & B Mechanical Corp.
Company Name Address City State Zip Code
Elizabeth A. Cart P O Box 82 Valatie NY 12184
FEIN: Barred Until Fiscal Officer Notes:
10/14/2008 dba Everlasting Slate - as an individual
Company Name Address City
Emeis & Emeis General Contracting Corp 131 47th Street Brooklyn
FEIN: Barred Until Fiscal Officer Notes:
13-4103233 01/25/2012 AG Plea Agreement with A.G.'s Office
State Zip Code
NY 11232
Monday, January 07, 2008
Page 7 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Emes Heating & Plumbing Contr
FEIN: Barred Until
13-2590780
Address City State Zip Code
5 Emes Lane Monsey NY 10952
Fiscal Officer Notes:
DeL and Julius and Gita Behrend, as individuals. Parties entered into a voluntary agreement to
be permanently debarred
Company Name
Enjem's Incorporated
FEIN: Barred Until
16-1038008 03/04/2009
Address City
111 South Main Street Herkimer
Fiscal Officer Notes:
DeL and Francis Enjem as an individual. Falsification of records.
State Zip Code
NY 13350
Company Name
Enviroclean Services LLC
FEIN: Barred Until
26-0045677 09/07/2009
Address City State Zip Code
4245 Union Rd- Suite 210 Buffalo NY 14225
Fiscal Officer Notes:
DeL
Company Name
Erez Ben-Zvy
FEIN:
Barred Until
02/22/2010
Address City
19 West Street Spring Valley
Fiscal Officer Notes:
As an individual. See B & Z Development Inc
State Zip Code
NY 10977
Company Name
Euro Craft Restoration, Inc.
FEIN: Barred Until
13-3769924 10/14/2008
Address City State Zip Code
41-12 Ditmars Blvd Long Island City NY l 1105
Fiscal Officer Notes:
DeL and Savvas A. Savva (as an individual) Falsification of records and kickback of wages. Plea
agreement with A.G.'s Office
Company Name
Everlasting Slate
FEIN: Barred Until
22-3397381 10/14/2008
Address City State Zip Code
P O Box 82 Valatie NY 12184
Fiscal Officer Notes:
DeL And Elizabeth A. Carr and Sean Campion as individuals. Falsification of records
Company Name
Florence XVI Century Marble Inc
FEIN: Barred Until
11-3262505 08/03/2010
Address City
120 Glen Head Road Glen Head
Fiscal Officer Notes:
Falsification of payroll records - plea agreement
State Zip Code
NY 11545
Company Name Address City State Zip Code
Flower City Asbestos Inc 850 St Paul Street Rochester NY 14605
FBIN: Barred Until Fiscal Officer Notes:
16-1292474 08/18/2009 DeL Multiple willful violations
Company Name Address
Flower City Insulation Sales & Contractors 137 Yorkton Street
FEIN: Barred Until Fiscal Officer Notes:
16-1157832 08/03/2009 DeL Multiple willful violations
City State Zip Code
Webster NY 14580
Company Name
Address City State Zip Code
Ford Construction Inc
FEIN: Barred Until
11-3167975 07/18/2010
18-18 26th Street Astoria NY 11102
Fiscal Officer Notes:
DeL and Mohammed Ali Alvi and Mohammed Ali Alvi T/A Ford Masonry - falsification of
Records
Monday, January 07, 2008 Page 8 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Ford Masonry
FEIN:
Barred Until
07/I 8/2010
Address City State Zip Code
18-18 26th Street Astoria NY 11102
Fiscal Officer Notes:
DeL and Mohammed Ali Alvi individually and Ford Construction Inc. Falsification of payroll
Company Name Address City
Foundation Construction Consultants [nc 294 20th Street Brooklyn
FEIN: Barred Until Fiscal Officer Notes:
11-2761496 05/20/2008 NYC Multiple willfuls and falsification of payroll records
State Zip Code
NY 11215
Company Name
Francis Enjem
FEIN:
Barred Until
03/04/2009
Address City
111 South Main Street Herkimer
Fiscal Officer Notes:
As an individual. See Enjem's Incorporated.
State Zip Code
NY 13350
Company Name
France Paints Inc
FEIN:
Barred Until
08/07/2008
Address City State Zip Code
159 92nd Street Brooklyn NY 11209
Fiscal Officer Notes:
NYC and Mida Painting Ltd, Nicholas Kallergis and Stamatia Kallergis, as individuals.
Assurance of Discontinuance/Settlement Agreement
Company Name
Frank J Tucek & Son [nc
FEIN: Barred Until
13-3300128 01/29/2012
Address City State Zip Code
92 North Route 9W Congers NY 10920
Fiscal Officer Notes:
DeL
Company Name
Frank Lobene Jr
FEIN:
Barred Until
10/18/2010
Address City
13 Cheviot Lane Rochester
Fiscal Officer Notes:
As an individual - See Lobene Painting Inc.
State Zip Code
NY 14624
Company Name
G A Falcone Construction [nc
FEIN: Barred Until
16-1609832 08/07/2012
Address City State Zip Code
253 Commonwealth Avenue Buffalo NY 14216
Fiscal Officer Notes:
DeL multiple willful violations
Company Name
George Begakis
FEIN: Barred Until
10/04/2011
Address City State Zip Code
Fiscal Officer Notes:
As an individual - see Aegean General Contracting Inc - Debarment period has been extended
for George Begakis as per A.G.'s Plea Agreement
Company Name
George Bush
FEIN:
Barred Until
01/14/2009
Address City State Zip Code
19 Hoffman Drive Latham NY 12118
Fiscal Officer Notes:
DOL Falsification of payroll records
Company Name
George J Leva Sr.
FEIN:
Barred Until
02/06/2008
Address City State Zip Code
Fiscal Officer Notes:
As an individual dba Ontario Flooring Company. Debarment period extended after
additional violation
Monday, January 07, 2008
Page 9 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
George Luccy,Manual Tobio(see note) 150 Kings Street Brooklyn NY 11231
FEIN: Barred Until Fiscal Officer Notes:
NYC Manuel P Tobio and Lake Constr and Development Corp (individually and as a whole)
grand larceny, falsified records, debarred permanently
Company Name Address City State Zip Code
Gerasimo Andrianis 22-15 47th Street Astoria NY 11105
FEIN: Barred Until Fiscal Officer Notes:
08/03/2011 AG As an individual. See Rainbow Renovations Inc
Company Name Address City State Zip Code
Goldhand Construction LLC 116 East Saddle River Rd Saddle River NJ 07458
FEIN: Barred Until Fiscal Officer Notes:
22-3765123 05/14/2008 DOL Falsified payroll records
Company Name Address City State Zip Code
Gregory Kloepfer 248 Lein Road West Seneca NY 14224
FEIN: Barred Until Fiscal Officer Notes:
10/06/2009 DOL As an individual. See Kloepfer's Floor Coverning
Company Name Address City State Zip Code
Haleem Zihenni 3 Alan B Shepard Place Yonkers NY 10705
FEIN: Barred Until Fiscal Officer Notes:
12/I 1/2011 DOL As an individual see Omni Contracting Company Inc
Company Name
Hamax Construction Corporation
FEIN: Barred Until
06-1482076 09/11/2008
Address City State Zip Code
540 Commerce St - Ste 6 Thomwood NY 10594
Fiscal Officer Notes:
DOL Also Thomas Hanlon and William Valentine as individuals. Multiple willfuls and
falsification of records. Debarment period extended after other willful violations
Company Name
Harrison Jarvis
FEIN: Barred Until
08/12/2009
Address City State Zip Code
132 W 129th St-Ste 4W New York NY 10027
Fiscal Officer Notes:
AG As an individual and Two By Four Carpentry and Construction Inc. Plea agreement with
A.G.'s Office.
Company Name
Howard K Enterprise Inc
FEIN: Barred Until
22-3791841 04/14/2010
Address City State Zip Code
219-02 Northern Boulevard Flushing NY 11361
Fiscal Officer Notes:
AG and Howard Klm a/Ida un Hak Klm as an individual - Plea agreement. Additional
addresses: 703 Atlantic Avenue, Rochester, NY 14609 and 121 Hemingway Drive,
Rochester, NY 14620
Company Name
Howard Klm
FEIN:
Barred Until
04/14/2010
Address City State
75 West Edsall Boulevard Palisades Park NJ
Fiscal Officer Notes:
AG a/k/a un Hak Klm, as an individual. See Howard K Enterprise Inc
Zip Code
Company Name
IES Environmental Inc
FEIN: Barred Until
10/05/2009
Address City State Zip Code
1655 Elmwood Avenue Cranston RI 02910
Fiscal Officer Notes:
DOL And International Environmental Services Inc and James J Ney Jr as an individual.
Falsification of payroll records
Monday, January 07, 2008 Page 10 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
In-Tech Construction Inc 8346 Brewerton Road Cicero NY 13039
FEIN: Barred Until Fiscal Officer Notes:
1641478898 07/06/2012 DOL And Russell Tupper as an individual. Falsified payroll records
Company Name Address City
Integrity Constraction & Consulting Servs 7615 Myrtle Avenue Glendale
FEIN: Barred Until Fiscal Officer Notes:
l 1-3147728 02/15/2012 NYC Falsification of payroll records
State Zip Code
NY 11385
Company Name Address City
international Environmental Resources
FEIN: Barred Until Fiscal Officer Notes:
05-0448266 08/09/2007 See International Environmental Services lnc
State Zip Code
Company Name Address City State Zip Code
International Environmental Services Inc 2 Stafford Court Cranston RI 02920
FEIN: Barred Until Fiscal Officer Notes:
05-0448266 10/05/2009 DOL dba International Environmental Resources - Falsified payrolls - Debarment period extended
at, er additional violation. Also lES Environmental Inc and James J Ney Jr as an individual
Company Name
Ismael Cisneros
FEIN:
Barred Until
04/14/2008
Address City
Fiscal Officer Notes:
As an individual - See lzi Plumbing & Heating Ltd
State Zip Code
Company Name Address City State Zip Code
lzi Plumbing & Heating Ltd 291 Metropolitan Avenue Brooklyn NY 11211
FEIN: Barred Until Fiscal Officer Notes:
I 1-3157717 04/14/2008 DOL And Ismanl Cisneros as an individual - falsified payrolls
Company Name
J B C Contracting Co lnc
FEIN: Barred Until
11-3550663 03/23/2010
Address City State Zip Code
346 Prospect Ave - 1 st F1 Brooklyn NY 112 l 5
Fiscal Officer Notes:
AG And/or 509 McDonald Avenue, Brooklyn NY 11218. And Mohammed H Kabir as an
individual and J B C Contracting Company. Settlement agreement with A.O.'s Office
Company Name
J B C Contracting Company
FEIN: Barred Until
11-3330280 03/23/2010
Address City State Zip Code
346 Prospect Ave - lstFl Brooklyn NY 11215
Fiscal Officer Notes:
AG And/or 509 McDonald Avenue, Brooklyn NY 11218. And Mohammed H Kabir as an
individual and .."BC Contracting Co Inc. Settlement Agreement with A.G's Office
Company Name
J Bart Consb*uction Corp
FEIN: Barred Until
11-3344003 12/14/2009
Address City State
119-51 Metropolitan Ave Jamaica NY
Fiscal Officer Notes:
DOL and Steve J Nictas as an individual. Multiple willful violations
Zip Code
11415
Company Name
J C McCashion Constmcfion Inc
FEIN: Barred Until
14-1767357 04/13/20] 1
Address City State Zip Code
84 Fredericks Avenue Albany NY 12205
Fiscal Officer Notes:
DOL Multiple willful violations
Monday, January 07, 2008
Page 11 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
J T Painting Corp P O Box 337 Burlingham NY 12722
FEIN: Barred Until Fiscal Officer Notes:
06-1260246 02/26/2009 DOL Falsification of records
Company Name
James Avallone
FEIN:
Barred Until
08/07/2008
Address City State Zip Code
Fiscal Officer Notes:
As an individual - see James Avallone Tile & Marble - debarment period extended
Company Name Address City State Zip Code
James Avallone Tile & Marble 217 Christie Street Ridgefield Park NJ 07660
FEIN: Barred Until Fiscal Officer Notes:
07-5336752 08/07/2008 DOL Multiple willful violations - debarment period extended
Company Name
James J Ney Jr
FEIN:
Barred Until
10/05/2009
Address City State Zip Code
1655 Elmwood Avenue Cranston RI 02910
Fiscal Officer Notes:
DOL As an individual. See International Environmental Services Inc and IES Environmental Inc
Company Name Address City State Zip Code
Jans General Construction Corp 131 47th Street Brooklyn NY 11232
FEIN: Barred Until Fiscal Officer Notes:
134201562 01/25/2012 AG Plea Agreement with A.G.'s Office
Company Name Address City State Zip Code
Jason Asbury 22562 Sea Bass Drive Boca Raton FL 33428
FEIN: Barred Until Fiscal Officer Notes:
10/10/2012 As an individual - see Seabury Enteq~rises LLC
Company Name Address City State Zip Code
Jay Meyer 239 Marsh Drive DeWitt NY 13214
FEIN: Barred Until Fiscal Officer Notes:
02/20/2012 As an individual - see Sky Communications, Inc
Company Name Address City State Zip Code
John Bias 153 Baywoods Lane Bay Shore NY 1 1706
FEIN: Barred Until Fiscal Officer Notes:
03/19/2012 As an individual. See Aztec Plumbing & Heating Corp
Company Name Address City State Zip Code
John Bradford 6614 Furnace Road Ontario NY 14519
FEIN: Barred Until Fiscal Officer Notes:
12/22/2009 As an individual. See Rusmar Environmental Services Coq~.
Company Name Address City State Zip Code
Joseph DiPizio 5270 Transit Road Depew NY 14043
FEIN: Barred Until Fiscal Officer Notes:
12/14/2010 As an individual. See Diamond "D" Construction Corp
Company Name Address City State Zip Code
Joseph Zaffuto 162 Atlantic Avenue Lynbrook NY 11563
FEIN: Barred Until Fiscal Officer Notes:
09/29/2008 AG As an individual. See Zaflhto Construction Company Inc
Monday, January 07, 2008 Page 12 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
JRC Aris Electric Contractors
FEIN: Barred Until
09/13/2009
Address City
Fiscal Officer Notes:
See JRC Electric Control Service fuc
State Zip Code
Company Name
JRC Electric Control Service Inc
FEIN: Barred Until
11-3199418 09/13/2009
Address City State
516 East 51 st Street Brooklyn NY
Fiscal Officer Notes:
NYC a/k/a .IRC Aris Electric Contractors - multiple willfufl violations
Zip Code
11236
Company Name Address City State Zip Code
Julius and Gita Behrend 5 Emes Lane Monsey NY 10952
FEIN: Barred Until Fiscal Officer Notes:
See Emes Heating & Plumbing Contractor, [nc
Company Name Address City State Zip Code
K M Martell Construction Inc 57 Cross Road Middletown NY 10940
FEIN: Barred Until Fiscal Officer Notes:
14-17238 I0 06/25/2012 DOL And Kcvin Martell as an individual - falsified records
Company Name Address City State Zip Code
K M R Enterprises Inc 10 Stuffie Street Cropseyville NY 12052
FEIN: Barred Until FiscaIOfficer Notes:
14-1749993 05/03/2010 DOL Multiple willful violations.
Company Name Address City State Zip Code
Kefcal Construction [nc 131 47th Street Brooklyn NY 11232
FEIN: Barred Until Fiscal Officer Notes:
01/25/2012 AG Plea Agreement with A.G.'s Office
Company Name Address City State Zip Code
Kenneth Metz 62 Neulist Avenue Port Washington NY 11050
FEIN: Barred Until Fiscal Officer Notes:
07/17/2009 As an individual. Sec Bat-Jac Constraction
Company Name Address City State Zip Code
Kenneth W Griffin 10l Lill Street Rochester NY 14621
FEIN: Barred Until Fiscal Officer Notes:
05/01/2011 As an individual - see Lightning Fast Labor Force Services Inc
Company Name
Kevin Martell
FEIN: Barred Until
06/25/2012
Address City
Fiscal Officer Notes:
As an individual - see K M Martell Construction Inc
State Zip Code ·
Company Name Address City State Zip Code
Keystone Construction Corp 9945 Fort Hamilton Pkwy Brooklyn NY 11209
FEIN: Barred Until Fiscal Officer Notes:
16-1402500 08/20/2008 DOL And Nicholas Margaritis as an individual
Company Name Address City State Zip Code
King Machine 11365 Center Road Sheridan NY 14135
FEIN: Barred Until FiscaIOfficer Notes:
16-1293494 04/04/2010 DOL See Robert Metzgar
Monday, January 07, 2008
Page 13 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Kingston Trucking & Kigging Corp
FEIN: Barred Until
11-3540715 02/19/2008
Address City State Zip Code
99 St Nicholas Avenue Brooklyn NY 11237
Fiscal Officer Notes:
DOL As a substantially owned-affiliated entity and/or successor of Cavalier Construction Corp.
Falsification of records
Company Name Address City State Zip Code
Kloepfer's Floor Covering 248 Lein Road West Seneca NY 14224
FEIN: Barred Until Fiscal Officer Notes:
16-1234359 10/06/2009 DOL And Gregory Kloepfer as an individual. Multiple willful violations
Company Name Address City State Zip Code
Kosmar Contracting Corp 131 47th Street Brooklyn NY 11232
FEIN: Barred Until Fiscal Officer Notes:
13 -4103318 01/25/2012 AG Plea Agreement with A.G.'s Office
Company Name Address City State Zip Code
Kris Clarkson 2484 Caton Road Coming NY 14830
FEIN: Barred Until Fiscal Officer Notes:
06/20/2012 As an individual. See R & H Commercial Flooring Inc
Company Name Address City State Zip Code
K-Star Construction Corp 4248 161st Street Flushing NY 11358
FEIN: Barred Until Fiscal Officer Notes:
01-0778648 12/11/2011 DOL Multiple willful violations
Company Name Address City State Zip Code
L & T Plumbing Corp 367 Veterans Memorial Hwy Commack NY 11725
FEIN: Barred Until Fiscal Officer Notes:
11-3223496 01/11/2010 DOL And Robert DeMonte as an individual.
Company Name
Labar Enterprises of Rochester Inc
FEIN: Barred Until
16-1605462 04/18/2010
Address City
2121 Empire Boulevard Webster
Fiscal Officer Notes:
DOL dba Labar Excavating Inc. Multiple willful violations
State Zip Code
NY 14580
Company Name
Labar Excavating Inc
FEIN: Barred Until
04/18/2010
Address City
Fiscal Officer Notes:
See Labar Enterprises of Rochester Inc.
State Zip Code
Company Name Address City State Zip Code
Lake Construction and Development Corp
FEIN: Barred Until Fiscal Officer Notes:
11-2678816 See George Lucey -debarred permanently
Company Name Address City State Zip Code
Lancet Arch Inc 112 Hudson Avenue Rochester NY 14605
FEIN: Barred Until Fiscal Officer Notes:
16-1259628 02/14/2011 DOL Multiple willful violations - and its subsidiary Catenary Construction Corp
Company Name Address City State Zip Code
Liberty Painting Company Inc 183 Lorfield Drive Snyder NY 14226
FEIN: Barred Until Fiscal Officer Notes:
16-1480256 12/08/2010 DOL Miltiple willful violations
Monday, January 07, 2008 Page 14 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Lightning Fast Labor Force Services Inc 150 North Chestnut Street Rochester NY 14604
FEIN: Barred Until Fiscal Officer Notes:
20-0386651 05/01/2011 DOL And Winston J Goins Sr. and Kenneth W Griffin individually. Falsification of records
Company Name Address City
Linda Williams c/o M JAB Construction Inc 183 Washington Avenue New Rochelle
FEIN: Barred Until Fiscal Officer Notes:
04/22/2009 DOL As an individual. See MJAB Construction loc
State Zip Code
NY 10801
Company Name
Lobene Painting Inc
FEIN: Barred Until
16-1514981 10/18/2010
Address City State Zip Code
13 Cheviot Lane Rochester NY 14624
Fiscal Officer Notes:
DOL And Frank Lobene Jr and Matthew Lobene as individuals - falsification of payroll records
Company Name Address City State
Look Under the Carpet Services Inc P O Box 686 Buffalo NY 14290
FEIN: Barred Until Fiscal Officer Notes:
01-0664654 12/15/2010 A.G Plea Agreement with A.G.'s Office - principal place of business: 1557 Jefferson Avenue,
Buffalo, NY 14208
Zip Code
Company Name Address City State Zip Code
Lorenzo DeVardo 1850 Steinway Street Long Island City NY 11105
FEIN: Barred Until Fiscal Officer Notes:
01/08/2009 DOL As an individual. See Vardo Construction Corp
Company Name
Lounsbury Erectors Inc
FEIN: Barred Until
05/27/2009
Address City
Fiscal Officer Notes:
See Dennis Lounsbury Builders Inc
State Zip Code
Company Name Address City State Zip Code
LPD Contracting lnc 1205 McBride Avenue West Patterson NJ 07424
FEIN: Barred Until Fiscal Officer Notes:
22-3775953 08/27/2012 DOL Falsification of payroll records
Company Name Address City State
LTS Construction 24 Miller Street Rochester NY
FEIN: Barred Until Fiscal Officer Notes:
16-1463105 06/30/2009 See Thomas L. Smalls
Zip Code
Company Name Address
M & S Pipeline Excavation Company Inc 784 Conklin Road
FEIN: Barred Until Fiscal Officer Notes:
16-0926714 05/06/2009 DOL Multiple willful violations
City State Zip Code
Binghamton NY 13903
Company Name Address City State Zip Code
M & S Striping Inc 73 Industrial Park Blvd Elmira NY 14901
FEIN: Barred Until Fiscal Officer Notes:
13-3759875 09/10/2012 DOL Multiple willful violations
Company Name Address City State Zip Code
M K Painting Inc 4157 Seventh Street Wyandott MI 48192
FEIN: Barred Until Fiscal Officer Notes:
38-3379688 05/14/2012 DOL Falsified payroll records
Monday, January 07, 2008
Page 15 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Manbru Construction Corp
VEIN: Barred Until
02/19/2008
Address City State Zip Code
1439 Wood Road Bronx NY 10462
Fiscal Officer Notes:
DOL Also at 201-203 E 22nd Street, New York 10010. As a substantially owned-affiliated entity
and/or successor of Cavalier Constraction Corp. Falsification of records.
Company Name
Manns Contracting Corp
FEIN: Barred Until
01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 11232
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office
Company Name
Manuel P. Tobio
FEIN: Barred Until
Address City
Fiscal Officer Notes:
See George Lucey - debarred permanently
State Zip Code
Company Name
Manuel Tobio
FEIN: Barred Until
Address City
Fiscal Officer Notes:
See George Lucey - debarred permanently
State Zip Code
Company Name
Marangos Construction Corp
FEIN: Barred Until
11-2554543 08/16/2010
Address City State Zip Code
59-45 56th Avenue Maspeth NY 11378
Fisoal Officer Notes:
DOL And Charles Marangoudakis individually and Tropic Construction Corp. Multiple willful
violations.
Company Name
Mary Newsom
VEIN: Barred Until
05/24/2009
Address City
1537 Union Street Schenectady
Fiscal Officer Notes:
DOL As an individual. See Pachyderm Enterprises, Inc
State Zip Code
NY 12309
Company Name
Mas-Ann Mechanical Inc
FEIN: Barred Until
16-1357694 01/04/2010
Address City State
35 Regency Oaks Blvd Rochester NY
Fiscal Officer Notes:
DOL Debarment period extended after additional willful violations
Zip Code
14624
Company Name
Masciarelli Construction Co
VEIN: Barred Until
16-0902053 05/06/2009
Address City State Zip Code
784 Conklin Road Binghamton NY 13903
Fiscal Officer Notes:
DOL Multiple willful violations
Company Name
Ma~hew Lobene
FEIN:
Company Name
Barred Until
10/18/2010
Address City
13 Cheviot Lane Rochester
Fiscal Officer Notes:
As an individual - See Lobene Painting lnc
State Zip Code
NY 14624
Address City State Zip Code
MCS Painting Contractors Inc
VEIN: Barred Until
01/25/2011
Lime Kiln Court Stony Point
Fiscal Officer Notes:
DOL False records - also Michael Salerno as its President
NY 10980
Monday, January 07, 2008 Page 16 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address
City State Zip Code
Merit Fence Co Inc
FEIN: Barred Until
06-1350241 02/02/2012
130 Old Route 6 Carmel NY 10512
Fiscal Officer Notes:
DOL Multiple willful violations - debarment period extended afte rother willful violations
Company Name Address City State Zip Code
MGC Restoration Services Inc 64-58 218th Street Bayside NY I 1364
FEIN: Barred Until Fiscal Officer Notes:
11-3031515 01/01/2010 AG And Michael Capous individually. Plea agreement
Company Name Address City
Michael Capous 64-58 218th Street Bayside
FEIN: Barred Until Fiscal Officer Notes:
01/01/2010 AG As an individual. Se MGC Restoration Services Inc.
State Zip Code
NY 11364
Company Name Address City State Zip Code
Michael L Krivitza
FEIN: Barred Until Fiscal Officer Notes:
05/14/2012 As an individual - see Northeast Technologies
Company Name Address City State Zip Code
Michael Salerno Lime Kiln Court Stony Point NY 10980
FEIN: Barred Until Fiscal Officer Notes:
01/25/2009 DOL Individually as president of MCS Painting Contractors - false records
Company Name
Michael Taylor
FEIN: Barred Until
03/02/2012
Address City State Zip Code
66 Rybka Road St~yvesant Falls NY 12174
Fiscal Officer Notes:
DOL As an individual - see Supreme Sports Surfaces Inc., R & T Supreme Sports Flooring,
LLC, and Northeastern Supreme Floor Co., Inc.
Company Name
Mida Painting Ltd
FEIN: Barred Until
08/07/2008
Address City State Zip Code
159 92nd Street Brooklyn NY 11209
Fiscal Officer Notes:
NYC and France Paints, Inc. and Nicholas Kallergis and Stamatia Kallergis, as individuals.
Assurance of Discontinuance/Settlement Agreement
Company Name
M.IAB Constraction Inc
FEIN: Barred Until
58-2620937 04/22/2009
Address City State
183 Washington Avenue New Rochelle NY
Fiscal Officer Notes:
DOL and Linda Williams as an individual. Falsification of payroll records
Zip Code
10801
Company Name
Modem Tech Design & Services Inc
FEIN: Barred Until
16-1464435 01/19/2011
Address City State Zip Code
9151 Southwestern Blvd Angola NY 14006
Fiscal Officer Notes:
DOL Multiple willful violations
Company Name
Address City State Zip Code
914 Newkirk Avenue Brooklyn
Fiscal Officer Notes:
As an individual. See Columbus General Construction Inc
Mohammed A Rashid
FEIN: Barred Until
12/16/2009
NY 11230
Monday, January 07, 2008
Page 17 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Mohammed Ali Alvi
FEIN: Barred Until
07/18/2010
Address City State Zip Code
2241 26th Street- Apt 2 Astoria NY 11102
Fiscal Officer Notes:
DOL Individually and Mohammed Ali Alvi T/A Ford Masonry and Ford Construction Inc.
Falsification of payroll records
Company Name
Mohammed H Kabir
FEIN: Barred Until
03/23/2010
Address City State Zip Code
200 East 77th Street Brooklyn NY 11218
Fiscal Officer Notes:
AG As an individual. See J B C Contracting Co Inc and J B C Contracting Company -
Seitlement Agreement with A.G.'s Office
Company Name
Muir Contractors Associates [nc
FEIN: Barred Until
11-3586616 08/18/2010
Address City State Zip Code
75 Argyle Ave - Suite 2B Uniondale NY 11553
Fiscal Officer Notes:
DOL Falsification of payroll records
Company Name
Musa Pacuku
FEIN:
Barred Until
04/14/2008
Address City State
Fiscal Officer Notes:
As an individual - See Victory Roofing & Contracting Co Inc
Zip Code
Company Name Address City State Zip Code
N F K Enterprises
FEIN:
Barred Until
06/10/2010
Fiscal Officer Notes:
See N F K Excavating and Construction Inc
Company Name Address City State Zip Code
N F K Excavating and Construction Inc 22 Black Hawk Road Pine Bush NY 12566
FEIN: Barred Until Fiscal Officer Notes:
14-1803310 06/10/2010 DOL and N F K Landscaping Supply Corp and N F K Enterprises Inc and CJH Inc and Roger A
Hoek Ir and Christina I Hoek as individuals. Falsification of payroll records
Company Name
N F K Landscaping Supply Corp
FEIN: Barred Until
14-1817371 06/10/2010
Address City
Fiscal Officer Notes:
See N F K Excavating and Construction Inc
State Zip Code
Company Name
Nanss Construction Inc
FEIN: Barred Until
14-1782213 09/06/2011
Address City State Zip Code
1191 Route 9W - Suite #C6 Marlboro NY 12542
Fiscal Officer Notes:
DOL And Rudolph Neuss as an individual, as chief executive and one of the five largest
shareholders of Neuss Construction Inc- falsification of payroll records
Company Name
Nicholas Kallergis
FEIN:
Barred Until
08/07/2008
Address City State
159 92nd Street Brooklyn NY
Fiscal Officer Notes:
As an individual. See France Paints, Inc.and Mida Painting Ltd
Zip Code
11209
Company Name
Nicholas Margaritis
FEIN: Barred Until
08/20/2008
Address City
Fiscal Officer Notes:
See Keystone Construction Corp.
State Zip Code
Monday, January 07, 2008 Page 18 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Nick Nitis 3 Alan B Shepard Place Yonkers NY 10705
FEiN: Barred Until Fiscal Officer Notes:
12/11/2011 DOL As an individual - see A&T Constraction
Company Name Address City State Zip Code
Northeast Technologies 105 Pine Street - Apt 2 East Rochester NY 14445
FEIN: Barred Until Fiscal Officer Notes:
16-I 597771 05/14/20l 2 DOL And Michael L Krivitza as an individual - multiple willful violations
Company Name
Northeastern Supreme Floor Co Inc
FEIN: Barred Until
14-1781833 03/02/2012
Address City State Zip Code
66 Benedict Street Castleton NY 12033
Fiscal Officer Notes:
DOL And Michael Taylor individually, Supreme Sport Surfaces Inc and R & T Supreme Sports
Flooring LLC - multiple willful violations and falsification of payroll records
Company Name Address City State Zip Code
Nu-Look Painting & Wallpapering [nc 151-60 7th Avenue Whitestone NY 11357
FEIN: Barred Until Fiscal Officer Notes:
11-3389457 08/04/2009 AG and TF Painting Corp. and Tarcisio Ferreira, individually. Plea agreement with the A.G.'s
Office.
Company Name Address City State Zip Code
Olympia Mechanical Piping & Heating Inc 3624 12th Avenue Brooklyn NY 11218
FEIN: Barred Until Fiscal Officer Notes:
11-3161641 08/18/2010 AG And Steven Tischler and Solomon Werzberger as individuals. Plea Agreement with District
Attorney
Company Name
Olympic Window Installers Inc
FEIN: Barred Until
22-3034903 07/21/2008
Address City
174 Lincoln Avenue Hawthorne
Fiscal Officer Notes:
DOL and Cad and Russell Babb as individuals
State Zip Code
N1 07506
Company Name Address City State Zip Code
Omni Contracting Company lnc 3 Alan B Shepard Place Yonkers NY 10705
FEIN: Barred Until Fiscal Officer Notes:
22-3431803 12/11/2011 DOL And Haleem Zihenni as an individual - falsification of payroll records
Company Name Address City State Zip Code
Ontario Flooring Company 296 Rogers Parkway Rochester NY 14617
FEIN: Barred Until Fiscal Officer Notes:
16-1554554 02/06/2008 DOL See George J Leva Sr. Debarment period extended afier additional violation
Company Name Address City State Zip Code
Oswego Trucking & Leasing 258 Washington Blvd Oswego NY 13126
FEIN: Barred Until Fiscal Officer Notes:
16-1371814 07/21/2008 DOL Falsified records
Company Name
P & H Supply Company Inc
FEIN: Barred Until
13-3868727 05/25/2009
Address City State Zip Code
24 I-A Harrison Avenue Ha~son NY 10528
Fiscal Officer Notes:
DOL Multiple willful violations - debarment period extended afier additional willful violations
Monday, January 07, 2008
Page 19 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
P&T Iron Works
FEIN: Barred Until
13-3895133 06/01/2010
Address City State Zip Code
59 Plain Avenue New Rochelle NY 10801
Fiscal Officer Notes:
and Amodio Russo individually. Falsification of payroll records. Settlement Agreement
with A.G.'s office
Company Name
Pachyderm Enterprises Inc
FEIN: Barred Until
00-1386527 05/24/2009
Address City State Zip Code
1537 Union Street Schenectady NY 12309
Fiscal Officer Notes:
DOL And Willie Jones and Mary Newsom as individuals - Multiple willful violations
Company Name
Paragon Plate Glass Inc
FEIN: Barred Until
16-1113039 11/07/2011
Address City State Zip Code
210 Factory Street Watertown NY 13601
Fiscal Officer Notes:
DOL And Thomas E Mooncy individually as President of Paragon Plate Glass Inc - falsified
payrolls
Company Name Address
Pardee Construction
FEIN: Barred Until Fiscal Officer Notes:
16-1557064 03/12/2009 See Dalton Steel Inc.
City State Zip Code
Company Name
Address City State Zip Code
Per~ Jacobs
FEIN:
Barred Until
12/04/2010
736 Sherman Dr-Box 8015 Utica NY
Fiscal Officer Notes:
As an individual. See Precision Site Work Inc. - debarment period extended
13505
Company Name
Peter Gouzos
FEIN:
Barred Until
01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 11232
Fiscal Officer Notes:
AG As an individual. See SNA Contracting Corp. Plea agreement with A.G.'s Office. Falsified
records.
Company Name
Pettit & Pettit Inc
FEIN: Barred Until
16-1576164 03/21/2010
Address City State Zip Code
7 Schuyler Street Belmont NY 14813
Fiscal Officer Notes:
DOL Multiple villful violations
Company Name
Port Ewen Trucking Corp
FEIN: Barred Until
11-3484639 02/19/2008
Address City State Zip Code
2013 Flatbush Avenue Brooklyn NY 11234
Fiscal Officer Notes:
DOL Also at 99 St. Nicholas Avenue, Brooklyn, NY 11237. As a a substantially owned-
affiliated entity and~or successor of Cavalier Construction Corp. Falsification of records
Company Name
Precision Site Work Inc
FEIN: Barred Until
16-1609167 12/04/2010
Address City State Zip Code
736 Sherman Dr - Box 8015 Utica NY 13505
Fiscal Officer Notes:
DOL And its president, Perry Jacobs, as an individual. Falsification of payroll records - debarment
period extended
Company Name
R & H Commercial Flooring Inc
FEIN: Barred Until
35-2207438 06/20/2012
Address City
102 Willow Avenue Watkins Glen
Fiscal Officer Notes:
DOL And Kris Clarkson as an individual
State Zip Code
NY 14891
Moaday, January 07, 2008 Page 20 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
R & T Supreme Sports Flooring LLC 66 Rybka Road Stuyvesant Falls NY 12174
FEIN: Barred Until Fiscal Officer Notes:
16-1511596 03/02/2012 DOL And Michael Taylor individually, Supreme Sport Surfaces and Northeastern Supreme Floor
Co. Inc - multiple willful violations and falsified payroll records
Company Name
R S Construction Company LLC
FEIN: Barred Until
00-2051629 04/04/2012
Address City State
571 Miles Square Road Yonkers NY
Fiscal Officer Notes:
DOL And Robert Stevenson, individually. Falsification of payroll records
Zip Code
10701
Company Name
Rainbow Renovations Inc
FEIN: Barred Until
I 1-3542626 08/03/2011
Address City State Zip Code
35-44 Crescent Street Long Island City NY 11106
Fiscal Officer Notes:
AG Additional addresses: 22-15 47th Street, Astoria, NY 1 1105 and 35-34 31 st Street, Long
Island City, NY i 1106. Gerasimo Andrianis debarred as an individual.
Company Name
Rebecca Gatto-Wood
FEIN: Barred Until
05/18/2009
Address City
Fiscal Officer Notes:
As an individual. See Diracon Commercial Contractors.
State Zip Code
Company Name
Robbye Bissesar
FEIN:
Barred Until
Address City State
89-51 Springfield Blvd Queens Village NY
Fiscal Officer Notes:
As an individual. See Star International Inc -permanently debarred
Zip Code
11427
Company Name
Robert Amendola
FEIN: Barred Until
03/19/2008
Address City
1084 Sunrise Highway Amityville
Fiscal Officer Notes:
As an individual. See Westwood Fence Corp.
State Zip Code
NY i1701
Company Name
Robert DeMonte
FEIN: Barred Until
01/10/2010
Address City
367 Veterans Memorial Hwy Commack
Fiscal Officer Notes:
As an individual. See L & T Plumbing Corp.
State Zip Code
NY 11725
Company Name
Robert O'Hanlon
FEIN: Barred Until
07/09/2012
Address City
635 Midland Avenue Garfield
Fiscal Officer Notes:
As an individual. See Allstate Concrete Cutting, Inc.
State Zip Code
NJ 07026
Company Name
Robe~ S~venson
FEIN:
Barred Until
04/04/2012
Address City
571 Miles Square Road Yonkers
Fiscal Officer Notes:
As an individual. See R S Construction Company LLC
State Zip Code
NY 10701
Company Name
Robert W Metzgar
FEIN:
Barred Until
04/04/2010
Address City
11365 Center Road Sheridan
Fiscal Officer Notes:
DOL dba King Machine - Also as an individual.
State Zip Code
NY 14135
Monday, January 07, 2008
Page 21 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
Roger A Hock Jr
FEIN:
Barred Until
06/10/2010
Address City
Fiscal Officer Notes:
See N F K Excavating and Construction Inc
State Zip Code
Company Name
Rosario Carmbba
FEIN:
Barred Until
10/10/2012
Address City
Fiscal Officer Notes:
As an individual - see Aragona Construction Corp
State Zip Code
Company Name Address City State Zip Code
Rudolph Neuss 8 Far Horizons Drive Newburgh NY 12550
FEIN: Barred Until Fiscal Officer Notes:
09/06/2011 DOL As an individual - see Neuss Construction Inc
Company Name Address City State
Rusmar Environmental Services Corp 703 Atlantic Avenue Rochester NY
FEIN: Barred Until Fiscal Officer Notes:
16-1492326 12/22/2009 AG And John Bradford as an individual. Falsified payrolls. Plea agreement.
Zip Code
14609
Company Name
Russell Babb
FEIN:
Barred Until
07/21/2008
Address City
Fiscal Officer Notes:
As an individual - See Olympic Window Installers Inc
State Zip Code
Company Name Address City State Zip Code
Russell Tupper 8346 Brewerton Road Cicero NY 13039
FEIN: Barred Until Fiscal Officer Notes:
07/06/2012 As an individual. See In-Tech Construction, Inc.
Company Name
Sawas A. Sawa
FEIN: Barred Until
10/14/2008
Address City
Fiscal Officer Notes:
See Eum Craft Restoration Inc
State Zip Code
Company Name Address City State Zip Code
Seabury Enterprises LLC 22562 Sea Bass Drive Boca Raton FL 33428
FEIN: Barred Until Fiscal Officer Notes:
06-1456348 10/10/2012 DOL And J'ason Asbury as an individual - falsification of payroll records
Company Name Address City State Zip Code
Scan Campion P O Box 82 Valatie NY 12184
FEIN: Barred Until Fiscal Officer Notes:
10/14/2008 dba Everlasting Slate - as an individual
Company Name Address
Severn Trent Environmental Services Inc 16337 Park Row
FEIN: Barred Until Fiscal Officer Notes:
62-1168252 06/12/2012 NYC
City State Zip Code
Houston TX 77084
Company Name . Address City State Zip Code
Shirley l' Pardee 197 U S Route 11 Central Square NY 13036
FEIN: Barred Until Fiscal Officer Notes:
03/12/2009 As an individual. See Dalton Steel Inc dba Pardee Construction.
Monday, January 07, 2008 Page 22 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Signal Construction LLC 199 Grider Street Buffalo NY 14215
VEIN: Barred Until Fiscal Officer Notes:
16-1610415 11/14/2011 DOE Multiple will ful violations
Company Name Address
Signature Sealcoating & Stripping Service 345 Livingston Avenue
VEIN: Barred Until Fiscal Officer Notes:
20-0108469 04/04/2012 DOL Multiple willful violations
City State Zip Code
Jamestown NY 14702
Company Name
Sky Communications Inc
FEIN: Barred Until
16-1599397 02/20/2012
Address City State Zip Code
P O Box 278 DeWitt NY 13214
Fiscal Officer Notes:
DOL Additional address: 6305 Court Street Road, East Syracuse, NY 13057, and Jay Meyer,
individually - multiple willful violations
Company Name
SN Contracting Corp
VEIN: Barred Until
01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 1 i232
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office
Company Name
SNA Contracting Corp
VEIN: Barred Until
11-3502738 01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 11232
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office - additional FEIN # 11-3617489. Also Peter Gouzos as
an individual. Falsified records
Company Name
Solomon Werzberger
FEIN: Barred Until
08/18/2010
Address City State
56 Lyncrest Drive Monsey NY
Fiscal Officer Notes:
As an individual. See Olympia Mechanical Piping & Hearing Inco~orated
Zip Code
10952
Company Name Address
Southwestern General Contracting Inc 1586 Gowans Road
VEIN: Barred Until Fiscal Officer Notes:
16-1569822 10/08/2009 DOL Falsification of records
City State Zip Code
Angola NY 14006
Company Name
Spiridon Anthoulis
VEIN: Barred Until
01/25/2012
Address City
131 47th Street Brooklyn
Fiscal Officer Notes:
AG As an individual - See 4~A General Construction Corp
State Zip Code
NY 11232
Company Name Address
Stacey Gouzos
VEIN: Barred Until Fiscal Officer Notes:
01/25/2012 See Anastasia Anthoulis
City State Zip Code
Company Name
Stamatia Kallergis
FEIN:
Barred Until
08/07/2008
Address City State
159 92nd Street Brooklyn Ny
Fiscal Officer Notes:
As an individual. See France Paints, Inc. and Mida Painting Ltd
Zip Code
11209
Monday, January 07, 2008
Page 23 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Star International [nc 89-51 Springfield Blvd Queens Village NY 11427
FEIN: Barred Until Fiscal Officer Notes:
00-1613496 DOL Also Robbye Bissesar. Falsified payroll - permanently debarred
Company Name
State Environmental Services lnc
FEIN: Barred Until
l 1-3164259 02/25/2008
Address City State Zip Code
1801 Stillwell Avenue Brooklyn NY 11223
Fiscal Officer Notes:
NYC Plea agreement
Company Name
Steve J Nictas c/o J Bart Constr
FEIN: Barred Until
12/14/2009
Address City
119-51 Metropolitan Ave Jamaica
Fiscal Officer Notes:
DOL As an individual - See J Bart Constraction Corp.
State Zip Code
NY 11415
Company Name Address City State Zip Code
Steve Menzer 62 Neulist Avenue Port Washington NY 11050
FEIN: Barred Until Fiscal Officer Notes:
07/17/2009 As an individual. See Bat-Jac Constraction
Company Name Address City State Zip Code
Steven Tischler 1465 46th Street Brooklyn NY 11212
FEIN: Barred Until Fiscal Officer Notes:
08/18/2010 As an individual. See Olympia Mechanical Piping & Heating Incorporated
Company Name
Super Structure Builders Inc
FEIN: Barred Until
11-3487355 02/19/2008
Address City State Zip Code
99 St Nicholas Avenue Brooklyn NY 11237
Fiscal Officer Notes:
DOL Also at 2013 Flatbush Avenue, Brooklyn, NY 11234. As a substantially owned-affiliated
entity and/or successor of Cavalier Construction Corp. Falsification of records
Company Name
Superior Jamestown Corporation
FEIN: Barred Until
16-1381131 03/17/2008
Address City State Zip Code
55 Jones-Gifford Avenue Jamestown NY 14701
Fiscal Officer Notes:
NYC Falsified payroll records
Company Name
Supreme Sport Surfaces lnc
FEIN: Barred Until
16-1515966 03/02/2012
Address City State Zip Code
66 Benedict Street Castleton NY 12033
Fiscal Officer Notes:
DOL And Michael Taylor individually, R & T Supreme Sports Flooring LLC, and Northeastern
Supreme Floor Co., Inc. -multiple willful violations and falsified payroll records
Company Name
Tao General Contractors Inc
FEIN: Barred Until
01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 11232
Fiscal Officer Notes:
AG Plea Agreement with A.G.'s Office
Company Name
Tarcisio Ferceim
FEIN:
Barred Until
08/04/2009
Address City State Zip Code
151-60 7th Avenue Whitestone NY 11357
Fiscal Officer Notes:
AG and Nu-Look Painting & Wallpapefing Inc and TF Painting Corp. Plea agreement with
A.G.'s Office.
Monday, January 07, 2008 Page 24 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name
TF Painting Corp
FEIN: Barred Until
08/04/2009
Address City State Zip Code
151-60 7th Avenue Whitestone NY 11357
Fiscal Officer Notes:
AG and Nu-Look Painting & Wallpapering Inc. and Tarcisio Fcrreira, individually. Plea
agreement with A.G.'s Office.
Company Name
Thomas E Mooney
FEIN: Barred Until
11/07/2011
Address City State Zip Code
164 Winslow Street Watertown NY 13601
Fiscal Officer Notes:
As an individual. Additional address: 150 Clinton Street, Apt 6, Watertown, NY 13601.
See Paragon Plate Glass Inc
Company Name
Thomas Gormally
FEIN:
Barred Until
07/09/2012
Address City
250 Kaeeland Avenue Yonkers
Fiscal Officer Notes:
As an individual. See Ballagh General Coniracting
State Zip Code
NY 10705
Company Name
Thomas Hanlon
FEIN:
Barred Until
09/11/2008
Address City
Fiscal Officer Notes:
As an individual See Hamax Construction Corp
State Zip Code
Company Name
Thomas L Smalls
FEIN:
Barred Until
06/30/2009
Address City State
24 Miller Street Rochester NY
Fiscal Officer Notes:
DOL dba LTS Constnlction - also as an individual. Falsified payrolls.
Zip Code
14605
Company Name
Thomas Masonry & Concrete Inc
FEIN: Barred Until
16-1535306 08/18/2009
Address City State Zip Code
803 West Avenue, Ste 207 Rochester NY 14611
Fiscal Officer Notes:
DOL Multiple willful violations
Company Name
Thomas Masonry Enterprise Inc
FEIN: Barred Until
73-3103284 08/18/2009
Address City State Zip Code
955 Buffalo Road Rochester NY 14624
Fiscal Officer Notes:
DOL Multiple willful violations
Company Name
Tommaso Allocca
FEIN:
Barred Until
08/01/2010
Address City State Zip Code
15 Pine Aim Drive Bay Shore NY I 1706
Fiscal Officer Notes:
DOL As an individual. T/A A & D Contracting Corp. Falsification of payroll records
Company Name
Tope-Metrics Inc
FEIN: Barred Until
I 1-2465550 04/22/2009
Address City State Zip Code
432 Park Avenue South New York NY 10016
Fiscal Officer Notes:
DOL Falsification of payroll records
Company Name
Toper Contracting Inc
FEIN: Barred Until
16-1590680 04/27/2009
Address City State Zip Code
153 Fillmore Avenue Buffalo NY 14210
Fiscal Officer Notes:
DOL Falsified payrolls
Monday, January 07, 2008
Page25of28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City
Tower Building Maintenance and Mgmt 347 Kingsland Avenue Brooklyn
VEIN: Barred Until Fiscal Officer Notes:
11-3042307 11/24/2008 DOL Additional willful violations - debarment period extended
State Zip Code
NY 11222
Company Name
Tri-State Building Contractors lnc
FEIN: Barred Until
14-1765905 05/24/2009
Address City State Zip Code
108 Sparrow Ridge Road Carmel NY 10512
Fiscal Officer Notes:
DOL Falsified payroll records
Company Name
Tropic Construction Corp
FEIN: Barred Until
I 1-2659640 08/16/2010
Address City State Zip Code
59-45 56th Avenue Maspeth NY 11378
Fiscal Officer Notes:
DOL and Marangos Construction and Charles Marangoudakis individually. Multiple willful
violations
Company Name Address City State Zip Code
Tropic Roofing Corp 59-45 56th Avenue Maspeth NY 11378
FEIN: Barred Until Fiscal Officer Notes:
20-3188430 08/16/2010 DOE Successor to Tropic Construction Corp
Company Name Address City
Two By Four Carpentry and Constr Inc 132 W 129th St-Ste 4W New York
VEIN: Barred Until Fiscal Officer Notes:
08/12/2009 AG dba of Harrison Jarvis. Plea agreement with A.G.'s Office.
State Zip Code
NY 10027
Company Name Address City State Zip Code
Uddin USA Corp 663 Degraw Street Brooklyn NY 11217
FEIN: Barred Until Fiscal Officer Notes:
11-3265184 05/17/2012 NYC Falsification of payroll records
Company Name
un Hak Klm
FEIN:
Barred Until
04/14/2010
Address City State
Fiscal Officer Notes:
AG As an individual. See Howard K Enterprise Inc and Howard Klm
Zip Code
Company Name Address City State Zip Code
Urban-Suburban Recreation Inc 3 Lucon Drive Deer Park NY 11729
FEIN: Barred Until Fiscal Officer Notes:
11-2228663 06/20/2012 DOL Multiple willful violations
Company Name
Vardo Construction Corporation
FEIN: Barred Until
l 1-2694892 01/08/2009
Address City
1850 Steinway Street Long Island City
Fiscal Officer Notes:
DOL And Lorenzo DeVardo as an individual. Falsified payrolls
State Zip Code
NY 11105
Company Name
Vasilios Tsimitras
FEIN:
Address
Barred Until Fiscal Officer Notes:
11/27/2011 See William Tsimitras
City State Zip Code
Company Name Address City
Victory Roofing & Contracting Co lnc 265 Victory Boulevard Staten Island
FEIN: Barred Until Fiscal Officer Notes:
38-0100331 04/14/2008 DOL and Musa Pacuku as in individual. Falsification of records
State Zip Code
NY 10301
Monday, January 07, 2008 Page 26 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Viva Victoria Enterprises Ltd 10317 90th Street Ozone Park NY 1 I417
FEIN: Barred Until Fiscal Officer Notes:
11-3355466 06/12/2011 NYC Falsification of records
Company Name
W & B Mechanical Corp
FEIN: Barred Until
11-1340725 03/05/2010
Address City State Zip Code
303 Ten Eyck Street Brooklyn NY 11206
Fiscal Officer Notes:
DOL aka White and Blue Sheet Metal lnc and Eliyhu Benyamin as an individual. Falsification of
records.
Company Name
W J Grinder Roofing Company
FEIN: Barred Until
16-0846854 10/18/2009
Address City State Zip Code
1765 Mt Read Boulevard Rochester NY 14606
Fiscal Officer Notes:
DOL As a substantially affiliated employer. See A A General Contractors, Inc. Multiple violations
Company Name
Westwood Fence Corp
FEIN: Barred Until
11-3084236 03/19/2008
Address City State Zip Code
1084 Sunrise Highway Amityville NY 11701
Fiscal Officer Notes:
And Robert Amendola as an individual. Falsified payrolls. Plea agreement entered into
with Suffolk County D.A.'s Office.
Company Name
White and Blue Sheet Metal Inc
FEIN: Barred Until
03/05/2010
Address City
303 Ten Eyck Street Brooklyn
Fiscal Officer Notes:
See W & B Mechanical Inc.
Company Name
State Zip Code
~ 11206
Address City State Zip Code
Wiley Development Co lnc 235 Northampton Street
FEIN: Barred Until Fiscal Officer Notes:
16-1363561 08/11/2009 DOL Falsified payroll records
Buffalo NY 14208
Company Name
William Tsimitras
FEIN:
Barred Until
11/27/2011
Address City State
235 91st Street Brooklyn NY
Fiscal Officer Notes:
DA aka Vasilios, individually - Plea agreement with Albany County DA
Zip Code
11209
Company Name
William Valentine
FEIN:
Barred Until
09/11/2008
Address City
Fiscal Officer Notes:
As an individual. Sec Hamax Construction Corp
State Zip Code
Company Name
Willie Jones
FEIN:
Barred Until
05/24/2009
Address City
1537 Union Street Schenectady
Fiscal Officer Notes:
DOL As an individual. See Pachyderm Enterprises Inc
State Zip Code
NY 12309
Company Name
Winston J Goins Sr
FEIN: Barred Until
05/01/2011
Address City State
87 Mailing Drive Rochester NY
Fiscal Officer Notes:
As an individual - see Lightning Fast Labor Force Services Inc
Zip Code
14621
Monday, January 07, 2008 Page 27 of 28
LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT
Company Name Address City State Zip Code
Wintech Contracting Inc 1950 E Main St - Ste 205A Mohegan Lake NY 10547
FEIN: Barred Until Fiscal Officer Notes:
13-3139312 07/22/2009 DOL Falsified payroll records
Company Name
Yang General Contracting Ltd
FEIN: Barred Until
01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 11232
Fiscal Officer Notes:
AG Plea agreement with A.G.'s Office
Company Name Address City State Zip Code
Yin Construction Ltd 131 47th Street Brooklyn NY 11232
FEIN: Barred Until Fiscal Officer Notes:
13-0520288 01/25/2012 AG Plea Agreement with A.G.'s Office
Company Name
Zaffuto Construction Company Inc
FEIN: Barred Until
11-2139574 09/29/2008
Address City State Zip Code
162 Atlantic Avenue Lynbrook NY 11563
Fiscal Officer Notes:
AG And Angelo Zaffuto (President of ZCCI) and Joseph Zaffuto (Key Person to ZCCI), as
individuals -Settlement Agreement
Company Name
Zarben General Construction Inc
FEIN: Barred Until
134201564 01/25/2012
Address City State Zip Code
131 47th Street Brooklyn NY 11232
Fiscal Officer Notes:
AG Plea Agreeement with A.G.'s Office
Monday, January 07, 2008 Page 28 of 28
STANDARDINSURANCEREQUIREMENTS
TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS
INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE
CERTIFICATES
INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent
contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold
itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD,
and that it, its agents and employees will not make claim, demand or application to or for any right or
privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited
to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or
retirement membership or credit.
INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained
all insurance required under the following paragraphs, and the TOWN OF SOUTHOLD has approved
such insurance.
WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this
contract, such insurance as will protect both the owner and the contractor from claims under worker's
compensation acts and amendments thereto and from any other claims for property damage and for
personal injury including death, which may arise from operations under this contract, whether such
operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of
Certificate to be provided to the TOWN OF SOUTHOLD.
DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out
and maintain during the entire term of the contract any disability benefits and unemployment insurance as
required by law. Copy of Certificate to be provided to the TOWN OF SOUTHOLD.
GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during
the life of the contract, such bodily injury liability and property damage liability insurance as shall protect
him and the Town from claims for damages for bodily injury including accidental death, as well as from
claims for property damage which may arise from operations under this contract, whether such operations
be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It
shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to
fully protect himself and the Town, but in no instance shall amounts be less than those set forth below.
These amounts are specified only to establish the minimum coverage acceptable.
Bodily injury liability and property damage liability insurance in an amount not less than
$1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of
not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate).
EXCESS/UMBRELLA INSURANCE: The contractoffvendor shall take out and maintain
during the life of the project an excess/umbrella insurance policy in an amount of not less than
$2,000,000 (Five million dollars) each occurrence and aggregate.
OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE:
1. Coverage shall be written on commercial general liability form.
2. Coverage shall include:
SIR- I
STANDARDINSURANCE REQUIREMENTS
A. Contractual liability
B. Independent contractors
C. Products and completed operations
AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage
liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL)
of $1,000,000 (one million dollars).
OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE:
Coverage shall include: A. All owned vehicles
B. Hired car and non-ownership liability coverage
C. Statutory no-fault coverage
ADDITIONAL CONDITIONS OF INSURANCE:
1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested
by the Town.
2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of
the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less
than l 0 days prior to the date and time of cancellation or non-renewal.
CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the TOWN OF
SOUTHOLD prior to commencing work under this contract, a certificate of insurance.
1. Certificate of insurance shall include:
A. Name and address of insured B. Issue date of certificate
C. Insurance company name D. Type of coverage in effect
E. Policy number F. Inception and expiration dates of policies included
G. Limits of liability for all policies on certificate.
included on certificate
Description of operations/locations/etc. Box must include the statement:
"THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED"
CERTIFICATE HOLDER SHALL BE LISTED AS:
TOWN OF SOUTHOLD
53095 MAIN ROAD
PO BOX 1179
SOUTHOLD, NEW YORK 11971
If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire
during the life of the contact, the Town shall be provided with a new certificate indicating
the replacement policy information as requested above. Thirty days (30) prior written
notice to the TOWN OF SOUTHOLD for cancellation is applicable.
SIR- 2
GENERAL CONDITIONS
INDEX
1. Definitions of Terms
2. Standards of Workmanship
3. Samples
4. Manufactured Materials
5. Laboratory
6. Shop Drawings
7. Permits
8. Plans and Specifications
9. Cutting, Patching and Digging
10. Errors, Omissions and Discrepancies
11. Temporary Toilet
12. Proper Method of Work and Proper Materials
13. Inspection
14. Waiver
15. Water and Electric Power
16. Machinery and Equipment
17. Maintenance
18. Schedule of Operations
19. Right to Use Work
20. Notice of Warning
21. Warning Signs
22. Accident Prevention
23. Damages
24. Maintenance of Traffic
25. Final Site Cleaning
26. Protection of Land Markers, Trees, Shrubs, and Property
27. Protection of Utilities
28. No Damages for Delay
29. Record Keeping
30. Subcontractors and Suppliers
31. Penal Law
GC- 1
GENERAL CONDITIONS
1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the
Specifications, it is understood that they have the meaning defined below:
PLANS: All official drawings or reproductions of drawings pertaining to the work or to any
structure connected therewith.
SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this
document, together with all documents of any description and agreements made (or to be made)
pertaining to the methods or manner of performing the work and/or to the quantities and quality of
materials to be furnished and accepted under this Contract.
OWNER: Shall mean Town Board, Town of Southold.
ENGINEER (ARCHITECT): L.K. McLean Associates as engaged by the Owner and duly
authorized to represent the Owner in the execution of the work covered by the consultants and
assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to
them.
CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to
Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions,
Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all
supplemental agreements made or to be made.
CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or
any combination thereof, and successor, personal representatives, executors, administrators and
assigns, and any person, firm or corporation who or which shall at any time be substituted in place
of the second part under this Contract.
INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any
and all necessary inspections of the work performed and the materials furnished by the Contract.
MATERIALS: Any approved materials acceptable to the Engineer and conforming to the
requirements of these Specifications.
WORK: All of the work proposed to be accomplished at the site of the project, and all such other
work as is in any manner required to accomplish the complete project. This includes all plant,
labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental
to the carrying out and completion of the terms of this Contract. The term "work performed" shall
be construed to include the material delivered to and suitably stored at the site of the project.
2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any
detail or an apparent omission from them of a detailed description concerning any work to be done
and materials to be furnished shall be regarded as meaning that only the best general practice
observed in the latest current construction work is to prevail and that only material and
workmanship of first quality is to be used in this connection and all interpretations of these
Specifications shall be made upon this basis.
GC - 2
GENERAL CONDITIONS
3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall
be in accordance with approved samples.
Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of
materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if
necessary, to permit a resubmission of samples to the Engineer until approval is given.
Work and material shall be furnished and executed in accordance with approved samples, in every
aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date
and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate
size to show quality, type, color, range and finish and texture of material. Materials shall not be
ordered until approval is received in writing from Engineer.
4. MANUFACTURED MATERIALS: Where several materials are specified by name, the
Engineer shall have the right, before execution of the Contract, to require any and all bidders to
state the materials upon which they based their bid. Where any materials are specified by name or
trade name, or by catalog number of a company or companies, the Contractor shall furnish the
article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should
Contractor desire to substitute another material for one or more specified by name, he shall apply in
writing for such permission and state credit or extra involved. He shall also provide supporting data
and samples for Engineer's consideration.
Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be
applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the
manufacturer and including the necessary preparation to properly install the work. Where reference
is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as
required.
The materials used in construction shall be disposed as not to endanger the work, and so that full
access may at all times be had to partly completed work and structures and they shall be so disposed
as to cause no injury to those having access to the work or any of the units.
All labor shall be performed in the best and most workmanlike manner by mechanics skilled in
their respective trades. Standards of work required throughout shall be of such grades as will bring
first-class results only. The type of labor employed by the Contractor shall be such as will insure
the uninterrupted continuity of the entire work, without conflict of any kind.
5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to
be used under the Contract. Where tests are made by other than the designated laboratories, two
certified copies showing correctly the chemical analysis and physical tests shall be furnished to the
Engineer.
6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop
drawings and schedules and no work shall be fabricated until his approval has been given. All shop
drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of
GC - 3
GENERAL CONDITIONS
approval evidencing that the drawings have been checked. The Contractor will make any
corrections in the drawings required by the Engineer and will file with the Engineer four corrected
copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor
from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b)
deviations from Plans and Specifications unless the Contractor, at the time of submission of said
drawings and schedules, has given notice to the Engineer of any such deviations.
7. PERMITS:
7.1 Municipal: All work in connection with the installation of pipes or other underground
stmctures of a like nature either within or without the limits of the highway, shall follow all the
provisions as contained herein together with the provisions, as they apply, of the Highway Law,
Roads Opening, Section 149, and Section 198 Town Law, with all subsequent changes, additions or
corrections thereto.
The following additional permits when required under law shall also be obtained by the Owner:
(1)
(2)
(3)
NYSDEC permit(s)
Town Division of Environmental Protection
U.S. Army Corp of Engineers
The Contractor shall give all notices, and comply with all laws, ordinances, roles, regulations and
conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be
responsible for acquisition of all pertinent information necessary for such compliance.
The Contractor shall be responsible for: (1) Coordinating all building department and other
department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health
Department inspections and approvals, (4) Obtaining final certificate of occupancy.
On projects involving multiple contracts, it shall be the responsibility of the "General Contractor"
to coordinate with the building department and other agencies and to obtain the certificate of
occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than
the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the
scope of their contract with the G.C., and/or as may be appropriate, directly with the approving
agency.
In the event that one or more of the contractors on a multi-contract project fails to perform the work
in a timely manner, thereby causing undue delay in the completion of the project, and the issuance
of the certificate of occupancy, the owner shall in that event, have the option to exercise "The
owners right to stop work or terminate contract" as provided for in the conditions of the contract.
Pipes and Underground Structures: All work in connection with the installation of pipes or other
underground structures of a like nature either within or without the limits of the highway, shall
follow all the provisions, as they apply, of the Highway Law, Roads opening, Section 149, and
Section 198 Town Law, with all subsequent changes, additions or corrections thereto.
GC - 4
GENERAL CONDITIONS
Any work to be performed within the Town Highway right-of-way will require a Town Highway
Department road-opening permit.
Obtaining of the permit and subsequent release/approval shall be the responsibility of the
Contractor.
Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall
be at the option of the Highway Department.
7.2 Suffolk County: All permits required for opening County roads and making connections with
County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job
at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any
County road or make any connection to any County drain until he has been supplied with this
permit.
(a) Department of Public Works
All permits required for opening County roads and making connections with County drains, will be
obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be
supplied to the Contractor. The Contractor will not be permitted to open any County road or make
any connection to any County drain until he has been supplied with this permit.
The Contractor shall be responsible for conformance to all conditions of the permit and for the
subsequent release/approval.
7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits
whenever the Contract requires any work to be done within or upon existing State highway right-of-
ways. These permits shall be obtained from the District Office in Hauppauge prior to the
performance of the work. Upon application for the permit, the Contractor will be required to
supply the following:
(1) Three (3) copies of a sketch or print showing description and location of the proposed work.
The Engineer will supply these prints to the Contractor.
(2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be
furnished in amounts and manner as required by the State of New York. The contingent protective
liability and completed operations liability insurance policy to cover:
"The people of the State of New York and/or the Superintendent of Public Works covering liability
arising with respect to all operations through highway permits by permittee or by anyone acting by,
through or for the permittee, including omissions and supervisory acts of the State", in the amount
of personal injury (including death) and property damage as required.
8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans
and Specifications giving all the details and dimensions necessary for carrying out the work. One
copy of Plans and Specifications fumished to the Contractor must be kept constantly on the site.
Anything shown on the Plans and not mentioned in the Specifications or mentioned in the
GC - 5
GENERAL CONDITIONS
Specifications and not shown on the Plans and all the work and materials necessary for the
completion of the work according to the intent and meaning of the Contract shall be furnished,
performed and done as if the same were both mentioned in the Specifications and shown on the
Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy
between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer,
whose decision thereon shall be conclusive.
In the event the meaning of any portion of the Specifications or Drawings or any supplementary
drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the
best type of construction, both as to materials and workmanship, which reasonably can be
interpreted.
All materials and workmanship must be strictly in accordance with the Specifications.
The Plans show approximate size, arrangement and location of the proposed work. The Engineer
will give base lines, grades, shapes and dimensions and the Contractor shall construct the work
exactly in accordance with such instructions of the Engineer subject, however, to change as
provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the
Contractor".
Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor
at cost of reproduction.
The Contractor shall furnish to each of the subcontractors and materialmen such copies of the
Contract Documents as may be required for their work.
9. CUTTING~ PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or
patching of his work that may be required to make its several parts come together properly and fit it
to receive or be received by work of other contractors shown upon or reasonably implied by
Drawings and Specifications for the completed structure, and he shall make good after them as
Engineer may direct.
Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor.
The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or
alter the work of any other contractor save with the consent of the Engineer.
10. ERRORS~ OMISSIONS AND DISCREPANCIES:
a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other
documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or
documents, notify the Engineer in writing of such errors or omissions. In the event of the
Contractor's failing to give such notice, he will be held responsible for the results of any such errors
or omissions and the cost of rectifying the same.
GC - 6
GENERAL CONDITIONS
b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in
such a manner as will make it impossible to produce a first class piece of work, or should
discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the
Engineer for interpretation before proceeding with the work. If the Contractor fails to make such
references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work
in satisfactory manner as directed.
c) Should a conflict occur in or between the Drawings and Specifications and/or existing
conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing
the work, unless he shall have asked for and obtained a decision in writing from the Engineer,
before the submission of bids, as to which method or material will produce the results to the best
interest of the Town.
11. TEMPORARY TOILET: The Contractor shall provide and maintain a sanitary temporary
toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and
kept in a sanitary condition at all times. Upon removal of the temporary outside toilet, the vault
shall be disinfected, filled and all evidence of the toilet removed from the site.
12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have
the power in general to direct the order and sequence of the work, which shall be such as to permit
the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to
bring the several parts of the work to a successful completion at about the same time.
If at any time before the commencement or during the progress of the work the materials and
appliances used or to be used appear to the Engineer as insufficient or improper for assuring the
quality of the work required, or the required rate of progress, he may order the Contractor to
increase their efficiency or to improve their character, and the failure of the Engineer to demand any
increase of such efficiency or improvement shall not release the Contractor from his obligation to
secure the quality of work or the rate of progress specified.
During freezing or inclement weather, no work shall be done except such as can be done
satisfactorily and in a manner to secure first-class construction throughout. All work shall be done
in such a manner as will properly protect and support existing permanent structures, pipe lines, etc.
13. INSPECTION: inspectors shall be authorized to inspect all work done on materials furnished.
Such inspections may extend to all paris of the work and to the preparation or manufacture of the
materials to be used. in case of any dispute arising between the Contractor and the inspector as to
materials furnished or the manner of performing the work, the inspector shall have the authority to
reject material or suspend the work until the question at issue shall be referred to and decided by the
Engineer. The inspector shall not be authorized to revoke, alter, enlarge, relax or release any
requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue
instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman
or perform other duties for the Contractor or interfere with the management of the work by the
latter.
GC - 7
GENERAL CONDITIONS
Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding
the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the
terms of the Contract.
The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to
guarantee that all work and materials shall, upon final completion of the work, be turned over to the
Owner in a complete and perfect condition and he shall be responsible for the proper care,
maintenance and protection of all work and material until his entire Contract is completed and all
work and materials found in good condition and accepted. The Contractor will be held responsible
for the entire work until completed and accepted by the Engineer and the Owner.
The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under
him with necessary facilities for determining both on the work and at the places of manufacture,
that all work being performed and all materials being manufactured are strictly in accord with the
Contract.
Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the
work including action of the elements or any other cause whatsoever. The Contractor shall
continuously and adequately protect the work against damage from any cause.
14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor
any order, measurement or certificate by the Engineer nor any order by the Owner for the payment
of any money nor any payment for or acceptance of, the whole or any part of the work by the
Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its
employees shall operate as a waiver of any provision of this Contract or of any power herein
reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach
of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract
shall be construed as cumulative; that is in addition to each and every remedy herein provided.
15. WATER AND ELECTRIC POWER: All water and electric power supply for construction
purposes must be provided by the Contractor. The cost shall be borne by the Contractor.
16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in
the prosecution of the work or in connection therewith, shall at all times be in proper working
condition.
The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance
resulting from his operations. He shall, upon written notification from the Engineer, make any
repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these
requirements.
17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any
portion of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding,
the Contractor shall start such repairs within five (5) days after the receipt of notice from the
Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days,
the Owner may employ such other person or persons as they deem proper to make such repairs and
GC - 8
GENERAL CONDITIONS
pay the expense thereof out of any sum retained by them, provided nothing herein contained shall
limit the liability of the Contractor or his Surety to the Owner for nonperformance of the
Contractor's obligations at any time.
18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the
Contractor shall submit a proposed program of operations, showing clearly how he proposes to
conduct the work so as to bring about the completion of his work within the time limit specified.
This program shall outline the proposed sequence of operations, the rates of progress and the dates
when his work will be sufficiently advanced to permit the installation of work under this Contract.
19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of
the work, which may be in condition to use any time previous to its final acceptance by the Owner.
Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the
whole or any part of the material furnished or work performed under the Contract.
20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons
supplying labor or materials for the work, or refuse or fail to supply enough properly skilled
workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such
diligence as will insure its completion within the period herein specified (or any duly authorized
extension thereof) or fail to complete the work within said period or fail or refuse to regard laws,
ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail
to the Contractor, at the address given in the Contract, a Notice of Waming, and in the event the
Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof,
the Owner shall have the right to terminate the Contract.
21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and
detour signs where directed by the Engineer.
Obstructions such as stored materials, equipment and excavations shall be marked with not less
than two lights, which shall be not more than 4 feet apart.
All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise.
22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall
exercise all reasonable precautions for the protection of persons and property. The safety
provisions of applicable laws, building and construction codes shall be observed. Machinery,
equipment and all other physical hazards shall be guarded in accordance with the safety provisions
of the Manual of Accident Prevention in Construction published by the Associated General
Contractors of America to the extent that such provisions are not inconsistent with Federal, State or
Municipal laws or regulations.
If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the
Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any
operation, practice or condition shall be promptly discontinued and before the affected part of the
work is resumed, remedial action taken.
The Owner reserves the right to remedy any neglect on the part of Contractor as regards the
GC - 9
GENERAL CONDITIONS
protection of the work which may come to its attention, after 24 hours' notice in writing; except that
in cases of emergency it shall have the fight to remedy any neglect without notice, and in either case
to deduct the cost of such remedy from money due the Contractor.
Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full
responsibility at all times for safe prosecution of the work.
23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any
cause connected with the Contract and shall indemnify and save harmless the Owner from any and
all claims and any and all liability or responsibility of every nature and kind for any loss, damage or
injury which may be brought against the Owner or any of its officers or agents, by reason of, or
connected with the work or materials furnished under the Contract and shall pay all costs and
expenses of every kind, character, and nature whatever, occurring upon or arising out of the
Contract.
24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the
time indicated in the Contract Agreement or as extended by the Owner. It' in the meantime it
should become necessary, because of the lateness of the season, or any other reason to stop the
work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary
structures where necessary, prepare the roads so there will be minimum interference with traffic, set
up and maintain a competent organization as directed by the Engineer, to keep the highways in first
class condition for traffic, and take every precaution to prevent any damage or unreasonable
deterioration of the work during the time it is closed.
25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall
prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be
cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as
called for in the items of the Specifications shall be complete in every detail. The Contractor shall
clean all constmction areas free from accumulated forms, excavation fill, construction materials and
constmction shanties. All areas shall be completed in every detail and shall be broom cleaned from
excess dirt and materials.
26. PROTECTION OF LAND MARKERS, TREES, SHRUBS~ AND PROPERTY: Wherever
in the conduct of the work, a monument marking a point of public or private survey is encountered
or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no
case shall the Contractor remove the same until the location for resetting shall have been made by
the Engineer. All monuments or land markings exposed to view when the work is first undertaken
shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of
position of the same.
The unit price of all items shall include the cost of restoring to its former condition any sidewalks or
curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this constmction.
No additional payment will be made.
The Contractor is required at his own expense to obtain any and all permits for use of private
property if he uses such property for storage, transportation or accomplishment of the work under
GC - 10
GENERAL CONDITIONS
the Contract. Private property shall be cleaned up neatly, any damage repaired and premises
restored to their original condition.
27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence
of structures of municipal and other public service corporations on or adjoining the site of the work,
and give reasonable opportunity to and cooperation with the owners of these utilities in the work of
reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to
delay or interfere as little as practicable with the work of the Contractor. Any additional cost of
various items of work because of these utilities shall be included in the price bid for these items.
The Engineer shall direct the public utility corporations to shift or remove those utility structures
that may be necessary to permit the Contractor to carry out the work in accordance with the Plans.
The Contractor shall not remove or cause to be removed, any structure or part of a structure owned
by a public utility corporation without the approval of the Engineer.
The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface
or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible
for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a
way as to delay or interfere as little as practicable with the work of the utility corporation.
28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the
Contractor agrees to make no claim for damages for delay in the performance of this Contract
occasioned by any act of the Town or any of its representatives, and agrees that any such claim
shall be fully compensated for by an extension of time to complete performance of the work as
provided herein. This provision shall not apply to any act or omission to act of the Town or any
of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the
Contractor in the performance of this Contract.
29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate
books, records, documents, accounts and other evidence directly pertinent to performance under
this contract (hereinafter the "records"). The records must be kept for the balance of the contract
term and for six (6) years thereafter.
30. SUBCONTRACTORS AND SUPPLIERS: Within five days ~ter receipt from the
Engineer of notice to begin work, the Contractor will furnish written notice of names of all
subcontractors to be employed on the project and the general items of work to be done by them.
Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to
be used on the project. The Owner may disapprove for good cause any subcontractor or material
supplier selected by the Contractor by giving written notice of its disapproval within five (5) days
after receiving the names of subcontractors and material suppliers, to the Contractor who shall
thereupon promptly notify the Owner of the names of the subcontractor or material supplier
selected in replacement which shall again be subject to approval by the Owner.
31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows:
Construction or blasting near pipes conveying combustible gas
GC- 11
GENERAL CONDITIONS
No person shall discharge explosives in the ground, nor shall any person other than a state or county
employee regularly engaged in the maintenance and repair thereof excavate in any then existing
street, highway, or public place, unless notice thereof in writing shall have been given at least
seventy-two hours in advance to the person, corporation or municipality engaged in the distribution
of gas in such territory. The person having direction or control of such work shall give such notice,
and further he shall ascertain whether them is within one hundred feet in such street, highway or
public place, or in the case of a proposed discharge of explosives within a radius of two hundred
feet of such discharge, any pipe of any other person, corporation or municipality conveying
combustible gas, and if thereby any such pipe, he shall also give such notice to any other such
person, corporation or municipality. Provided, however, that in any emergency involving danger to
life, health, or property it shall be lawful to excavate without using explosives if the notices
proscribed heroin are given as soon as reasonably possible, and to discharge explosives to protect a
person or persons from an immediate and substantial danger of death or serious personal injury if
such notices are given before any such discharge is undertaken. Any such work shall be performed
in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the
provisions of this section shall be a misdemeanor.
GC - 12
CONDITIONS OF CONTRACT
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
1NDEX
Contract Documents and Definitions
Scope of the Work
Compensation to be paid to the Contractor
Time of Essence
Commencement of Work
Time of Completion
Liquidated Damages for Delays
Extension of Time. No Waiver
Weather
Contract Security
Laws and Ordinances
Qualifications for Employment
Non-Discrimination
Payment of Employees
Estimates and Payments
Acceptance of Final Payment Constitutes Release
Construction Repons
Inspection and Tests
Plans and Specifications: Interpretations
Subsurface Conditions Found Different
Contractor's Title to Materials
Superintendence by Contractor
Protection of Work, Persons and Property
Representations of Contractor
Patent Rights
Authority of the Engineer
Changes and Alterations
Correction of Work
Weather Conditions
The Owner's Right to Withhold Payments
The Owner's Right to Stop Work or Terminate Contract
Contractor's Right to Stop Work or Terminate Contract
Responsibility for Work
Use of Premises and Removal of Debris
Suits of Law
Power of the Contractor to Act in an Emergency
Provisions Required by Law Deemed Inserted
Subletting, Successor and Assigns
General Municipal Law Clause
Grades, Lines, Levels, and Surveys
Insurance Requirements
Foreign Contractors
Lien Law
Refusal to Waive Immunity
Exemption from Sales and Use Tax
CC- 1
CONDITIONS OF CONTRACT
1. CONTRACT DOCUMENTS AND DEFINITIONS
The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General
Conditions, Specifications, Form of Contract, Construction Drawings, together with any
Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the
parties hereto, as if they were herein fully set forth. The table of contents, titles, heading,
headlines, and marginal notes contained herein are solely to facilitate reference to various
provisions of the Contract Documents and in no way affect, limit or cast light upon the
interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is
used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form,
Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction
Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of
the Contract and those of the Specifications, the provisions of this Contract shall govern.
Extra Work: The term "extra work", as used herein, refers to and includes all work required by
the Owner, which in the judgement of the Engineer involves changes in or additions to work
required by the Plans, Specifications and any Addenda in their present form and which is not
covered by a specific unit price in the Form of Bid.
Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying
labor and material for work at the site of the project but not including the parties to this Contract.
Notice: The term "notice", as used herein, shall mean and include written notice. Written notice
shall be deemed to have been duly served when delivered to, or at last known business address
of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents,
representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed
to such person, firm or corporation at his, their or its last known business address and deposited
in a United States mailbox.
Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance,
"directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like
import shall imply the direction, requirement, permission, order, designation or prescription of
the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgement of", and words of
like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the
Engineer.
2. SCOPE OF THE WORK
The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities
and things necessary or proper for, or incidental to, the work contemplated by this Contract as
required by, and in strict accordance with the applicable Plans, Specifications and Addenda
prepared by the Engineer and/or required by, and in strict accordance with, such changes as are
ordered and approved pursuant to this Contract, and will perform all other obligations imposed
on him by this Contract.
CC - 2
CONDITIONS OF CONTRACT
3. COMPENSATION TO BE PAID TO THE CONTRACTOR
(a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full
the summation of products of the actual quantities in place upon the completion of the work, as
determined by the Engineer's measurements, by the unit prices bid, no allowance being made for
anticipated profit or for reasons of variations from the estimated quantities set forth in the Form
of Bid.
(b) Extra Work: The Owner may, at any time, by a written order and without notice to the
Sureties, require the performance of such extra work or changes in the work as it may find
necessary or desirable. The amount of compensation to be paid to the Contractor for any extra
work, as so ordered, shall be determined as follows:
1) By such applicable unit prices, if any, as set forth in the Contract; or
2) Il' no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon
by the Owner and the Contractor; or
3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump
sum; then by actual net cost in money to the Contractor of the materials, permits, wages of
applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law,
rental for plant and equipment used (excluding small tools) to which total cost will be added
twenty (20) percent as full compensation for all other items of profit, costs and expenses,
including administration, overhead, superintendence, insurance, insurance other than Workmen's
Compensation Insurance, materials used in temporary structures, allowances made by the
Contractor to subcontractors, additional premiums upon the performance bond of the Contractor
and the use of small tools.
4. TIME OF ESSENCE
INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF
PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF
ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC
IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH
PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT.
5. COMMENCEMENT OF WORK
The Contractor agrees that he will commence work imanediately on and not later than ten (10)
days after signing of the Contract.
6. TIME OF COMPLETION
The time of completion of the entire contract work shall be SIXTEEN 06) WEEKS from the
date the contract is signed by all parties. The date of such completion shall be the date of the
Certification of Completion herein specified. The entire work must be satisfactorily completed
so that the project improvements are available to the Town for use.
CC - 3
CONDITIONS OF CONTRACT
The Owner reserves the right to order the Contractor to suspend operations, when in the opinion
of the Engineer, improper weather conditions make such action advisable, and to order the
Contractor to resume operations when weather and ground conditions permit. The days during
which such suspension of work is in force are not chargeable against the specified completion
date.
7. LIQUIDATED DAMAGES FOR DELAYS
The time limit being essential to and of the essence of this Contract, the Contractor hereby
agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money
which may be due or may become due to said Contractor under this agreement, the sum of One
Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined
by the parties hereto as the liquidated damages, including overhead charges, services, inspector's
wages and interest on the money invested, that the Owner will suffer by reason of such default,
for each and every day during which the aforesaid work may be incomplete over and beyond the
time herein stipulated for its completion in 6 - Time of Completion, provided, however, that the
Owner shall have the right to extend the time for the completion of said work.
8. EXTENSIONS OF TIME. NO WAIVER
If the Contractor shall be delayed in the completion of his work by reason of unforeseeable
causes beyond his control and without his fault or negligence, including but not restricted to, acts
of God or of the public enemy, rites, floods, epidemics, quarantine restrictions, strikes, riots,
civil commotion's or freight embargoes, the period herein above specified for completion of his
work shall be extended by such time as shall be fixed by the Owner.
No such extension of time shall be considered a waiver by the Owner of its right to terminate the
Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the
Contractor from full responsibility for performance of his obligations hereunder.
9. WEATHER
During unsuitable weather, all work must stop when such work would be subject to injury and
the Contractor shall transfer his men and materials to those parts of the work where weather
conditions will not have any effect on the workmanship. The Contractor shall not be entitled to
any damages on account of such damages or suspension, and he must protect any work that
might be injured by the elements and make good any work that is injured.
10. CONTRACT SECURITY
(a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one
hundred percent (100%) of the amount of the bid as security for the faithful performance of the
Contract, and for the payment of all persons performing labor or furnishing materials in
connection with this Contract. The Performance Bond shall be written so as to remain in full
force and effect as a maintenance bond for a period of not less than one (l) year after the date of
acceptance of the work by the Engineer.
CC - 4
CONDITIONS OF CONTRACT
(b) Additional or Substitute Bond: ff at any time the Owner shall be or become dissatisfied with
any surety or sureties, or if for any other reason such bond shall cease to be adequate security to
the Owner, the Contractor shall within five (5) days 'after notice from the Owner to do so,
substitute an acceptable bond in such form and sum and signed by such other surety as may be
satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall
have been qualified.
11. LAWS AND ORDINANCES
In the execution of the Contract, the Contractor shall comply and obey all federal, state, county
and local laws, ordinances, codes and regulations relating to the performance of the Contract,
including but not limited to, labor employed thereon, materials supplied, obstructing streets and
highways, maintaining signals, storing, handling and use of explosives and all other general
ordinances and state statutes affecting him or his employees or his work hereunder in his
relations with the Municipality or any other persons, and also all laws, codes, ordinances
controlling or limiting the Contractor while engaged in executing the work under the Contract.
As a condition of the Contract, the Contractor shall and does hereby agree to comply with all
requirements of the labor laws of the State of New York.
The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and
Civil Rights Law, shall furnish all information and reports deemed necessary by the State
Commission for Human Rights, the Attomey General and the Industrial Commissioner for
purposes of investigation to ascertain compliance with such sections of the Executive Law and
Civil Rights Law.
The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the
contracting agency upon the basis of a finding made by the State Commission for Human Rights
that the Contractor has not complied with these laws.
The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and
any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor
Law, as amended, provides 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 this Contract, shall be permitted or required to work more than eight (8)
hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire,
flood or danger to life or property; that no such person shall be employed more than eight (8)
hours in any day or more than five (5) days in any week expect in such emergency; that the
wages to be paid for a legal day's work as herein before defined, to laborers, workmen or
mechanics upon the work called for under this Contract or upon any material used upon, or in
connection therewith, shall not be less than the prevailing rate for a day's work in the same trade
or occupation in the locality within the state where such work is to be done and each laborer,
workman or mechanic employed by the Contractor, subcontractor or other person about or upon
the work shall be paid the wages herein provided; that employees engaged in the constmction,
maintenance, and repair of highways and in water works construction outside the limits of cities
CC - 5
CONDITIONS OF CONTRACT
and villages are no longer exempt from the provisions of the Labor Law which require the
payment of the prevailing rate of wages and the eight (8) hour day.
Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933,
provides that preference in employment shall be given to citizens of the State of New York who
have been residents of Suffolk County for at least six (6) consecutive months immediately prior
to the cormnencement of their employment. Each person so employed shall furnish satisfactory
proof of residence in accordance with roles adopted by the Industrial Commissioner. Persons
other than citizens of the State of New York shall be employed only when such citizens are not
available. Section 222 further provides that upon the demand of the State Industrial
Commissioner, the Contractor shall furnish a list of names and addresses of all his
subcontractors and further provides that a violation of this section shall constitute a
misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more
than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than
ninety days, or both fine and imprisonment.
Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that
before payment is made by or on behalf of the State of any city, county, town or village or other
civil division of the state of any sums due on account of a contract for a public improvement, it
is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the
Contractor and each and every subcontractor to file a certified statement in writing, in
satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily
or weekly wages on account of labor performed upon the work of the Contractor, setting forth
therein the names of the persons whose wages are unpaid and the amount due each respectively.
Section 220-B of the Labor Law, as so amended, provides that any interested person who shall
have previously filed a protest in writing objecting to the amounts due or to become due to him
for daily or weekly wages for labor performed on the public improvement for which the Contract
was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State
or financial officer of the Municipal Corporation may deduct from the whole amount of any
payment on account thereof of the sums or sum admitted by any contractor or subcontractor in
such statement or statements so filed to be due and owing by him on account of labor performed
and may withhold the amount so deducted for the benefit of the laborers for dally or weekly
wages, whose wages are unpaid as shown by the verified statements filed by any contractor or
subcontractor and may pay directly to any person the amount or amounts so shown to be due for
such wages.
Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath
or verification.
Section 220-D of the Labor Law provides that the advertised Specifications for every contract
for the construction, reconstmction, maintenance and/or repair of highways to which the State,
county, town and/or village is a party shall contain a provision stating the minimum rate of
hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the
laborers employed in the performance of the Contract either by the Contractor, subcontractor or
other person doing or contracting to do the whole or part of the work contemplated by the
CC - 6
CONDITIONS OF CONTRACT
Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less
than such hourly minimum rate of wage. Any person or corporation that willfully pays, after
entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty
of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five
Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by
fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and
in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no
such person or corporation shall be entitled to receive any sum nor shall any officer, agent or
employee of the State pay the same or authorize its payment from the funds under his charge or
control to any person or corporation for work done upon any contract, on which the Contractor
has been convicted of second offense in violation of the provisions of this section.
The minimum wage rates established by the Industrial Commissioner, State of New York, for
this Contract are set forth herein above as part of "Instructions to Bidders".
12. QUALIFICATIONS FOR EMPLOYMENT
No person under the age of sixteen (16) years and no person currently serving sentence in a
penal or correctional institution shall be employed to perform any work on the project under this
Contract. No person whose age or physical condition is such as to make his employment
dangerous to his health or safety or to the health or safety of others, shall be employed to
perform any work on this project; provided, however, that such restrictions shall not operate
against the employment of physically handicapped persons, otherwise employable, where each
person may be safely assigned to work which they can ably perform.
13. NON-DISCRIMINATION
There shall be no discrimination because of race, creed, color, national origin, age or sex in the
employment of persons for work under this Contract, whether performed by the Contractor or
any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf
of the Contractor or subcontractor discriminate in any manner against or intimidate any
employee hired for the performance of work under this Contract on account of race, creed, color,
national origin, age or sex.
There may be deducted from the amount payable to the Contractor by the Owner under this
Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which
such person was discriminated against or intimidated in violation of the provisions of this
paragraph; provided that for a second or any subsequent violation of the terms of this paragraph,
this Contact may be canceled or terminated by the Owner and all monies due or to become due
hereunder may be forfeited.
14. PAYMENT OF EMPLOYEES
The Contractor and each of his subcontractors shall pay each of his employees engaged in work
on the project under this Contract in full (less deductions made mandatory by law) in cash (or
any agreed upon method by the Employee) and not less often than once each week.
CC - 7
CONDITIONS OF CONTRACT
15. ESTIMATES & PAYMENTS
(a) Monthly: At the end of each calendar month during the progress of the work, the Engineer
shall make an approximate estimate of the work satisfactorily done, based upon the prices set
forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be
paid to the Contractor the amount estimated by the Engineer as due him less five (5) percent.
The making of any such estimate or payment made thereon shall not be taken or construed as an
acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the
amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee
that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract
and Specifications, and against any damages caused the Owner by reason of any failure on the
part of the Contractor to fulfill all conditions and obligations herein contained.
(b) Final Estimate: One month after the completion and acceptance of the work specified and
contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the
Owner will pay the full amount, less prior payments, less any amounts retained to complete the
work according to the provisions of the Specifications, less any money paid by the Owner by
reason of said Contractor having failed to carry out faithfully and completely all the obligations
and requirements herein contained. Upon final settlement, according to the conditions herein
specified and not until such settlement shall have been made, will the Contractor be relieved
from the obligations assumed in the Contract.
(c) Measurement for Payment: The Engineer shall make due measurement of work done during
the progress of the work and his estimate shall be final and conclusive evidence of the amounts
of work performed by the Contractor under, and by virtue of, this agreement and shall be taken
as full measure of compensation to be received by the Contractor. When requested by the
Contractor, the Engineer shall measure, remeasure or re-estimate any portion of the work, but
the expense of such remeasurement or re-estimating shall, unless material error be proved, be
paid for by the Contractor.
(d) No payments will be made for materials delivered to the site which have not been
incorporated into the work.
(e) Contractors and subcontractors are required to submit to the Town, within thirty days after
issuance's of the first payroll, and every thirty days thereafter, a transcript of the original payroll
record, subscribed and affirmed as tme under the penalties of perjury.
16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The acceptance by the Contractor of the final payment shall be, and shall operate as a release to
the Owner from all claims and all liabilities to the Contractor for all the things done or fumished
in connection with this work and for every act and neglect of the Owner and others relating to or
arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if
this payment be improperly delayed. No payment, however, final or otherwise, shall operate to
CC - 8
CONDITIONS OF CONTRACT
release the Contractor or his sureties from any obligations under this Contract or the
Performance Bond.
17. CONSTRUCTION REPORTS
The Contractor shall submit to the Engineer prior to commencing any work under this Contract,
a detailed schedule and plan of operations indicating the manner in which the Contractor
proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to
bind the Contractor to a pm-determined plan or procedure, but rather to enable the Engineer to
coordinate the work of the Contractor with work required of, and to be performed by others.
The detailed schedule shall include a list of the subcontractors and material suppliers he
proposes to use on the work.
The Contractor shall furnish the Engineer with periodic estimates for partial payments as
required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer
with a detailed estimate for final payment.
Prior to being eligible to receive the final payment under this Contract, the Contractor shall
furnish the Engineer with substantial proof that all bills for services rendered and materials
supplied have been paid.
The enumeration of the above reports in no way relieves the Contractor of his responsibility
under existing Federal or State Laws of filing such other reports with agencies as may be
required by such existing laws or regulations.
18. INSPECTION AND TESTS
All material and workmanship shall be subject to inspection, examination and test by the
Engineer at any time during the construction and at any and all places where manufacturing of
materials used and/or construction is carried on.
Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and
materials necessary to make any tests required by the Engineer and/or required by the
Specifications.
If at any time before final acceptance of the entire work, the Engineer considers necessary or
advisable an examination of any portion of the work already completed, by removing or tearing
out the same, the Contractor shall upon request, fumish promptly all necessary facilities, labor
and materials for such examination. If such work is found to be defective in any material
respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered
over without the approval or consent of the Engineer, whether or not the same shall be defective,
the Contractor shall be liable for the expense for such examination and of satisfactory
reconstruction.
If, however, such approval and consent shall have been given and such work is found to meet the
requirements of this Contract, the Contractor shall be recompensed for the expense of such
CC - 9
CONDITIONS OF CONTRACT
examination and reconstruction in the manner herein provided for the payment of cost of extra
work.
The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or
equipment shall be subject to the approval of or designated by the Owner. Satisfactory
documentary evidence that the material has passed the required inspection and tests must be
furnished to the Engineer prior to the incorporation of the material in the work.
Any rejected work will be removed from the site of the project completely at the expense of the
Contractor.
19. PLANS AND SPECIFICATIONS: INTERPRETATIONS
The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed
and identified by the Engineer. Anything shown on the Plans and not mentioned in the
Specifications or mentioned in the Specifications and not shown in the Plans shall have the same
effect as if shown or mentioned in both. In case of any conflict or inconsistency between the
Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures
and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive.
20. SUBSURFACE CONDITIONS FOUND DIFFERENT
Should the Contractor encounter subsurface conditions at the site materially differing from those
shown on the Plans or indicated in the Specifications, he shall immediately give notice to the
Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly
investigate the conditions and if he finds that they materially differ from those shown on the
Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or
Specifications as he may find necessary. Any increase or decrease of cost resulting from such
changes will be adjusted in the manner provided herein for adjustment as to extra and/or
additional work and changes.
21. CONTRACTOR'S TITLE TO MATERIALS
No materials or supplies for the work shall be purchased by the Contractor or any subcontractor
subject to any chattel mortgage or under a conditional sale or other agreement by which an
interest is retained by the seller. The Contractor warrants that he has good title to all materials
and supplies used by him in the work.
22. SUPERINTENDENCE BY CONTRACTOR
At the site of the work, the Contractor shall give his constant, personal attention to the work or
employ a construction superintendent or foreman who shall have full authority to act for the
Contractor. It is understood that such representative shall be acceptable to the Engineer and
shall be one who can be continued in that capacity for the particular job involved unless he
ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be
able to read and speak the English language.
CC- 10
CONDITIONS OF CONTRACT
23. PROTECTION OF WORK~ PERSONS AND PROPERTY
Precaution shall be exercised at all times for the proper protection of all persons, property and
work. The Contractor shall give notice to the owners of utilities which may serve the area and
request their assistance in predetermining the location and depth of various pipes, conduits,
manholes, and other underground facilities. The safety provisions of applicable laws, building
and constmction codes shall be observed. Machinery, equipment and all hazards shall be
guarded or eliminated in accordance with the safety provisions of the Manual of Accident
Prevention in Construction published by the Associated General Contractors of America, to the
extent that such provisions are not in contravention of applicable law. The Contractor shall
furnish entirely at his own expense any and all additional safety measures deemed necessary by
the Owner or his Engineer to adequately safeguard the traveling public.
The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent
property from any damage and shall replace or make good any such damage, loss or injury,
unless such be caused directly by errors contained in the Contract Documents, or by the Owner
or its duly authorized representatives.
The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other
signals at his own expense, as will effectively prevent any accident in consequence of his work
for which the Owner might be liable. The Contractor shall be liable for all injuries or damage
caused by his act or neglect, or that of his employees.
The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes,
letterboxes, traffic signals or other visible devices maintained for the use of the public.
24. REPRESENTATIONS OF CONTRACTOR
The Contractor represents and warrants:
(a) That he is financially solvent and that he is experienced in, and competent to, perform the
type of work involved under this Contract and able to furnish the plant, materials, supplies
and/or equipment to be furnished for the work; and
(b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations
which may in any way affect the work of those employed hereunder, including but not limited to
any special acts relating to the work; and
(c) That such work required by these Contract Documents as is to be done by him can be
satisfactorily constructed and used for the purpose for which is intended and that such
construction will not injure any person or damage any property; and
(d) That he has carefully examined the Plans, Specifications and the site of the work, and that
from his own investigations he has satisfied himself as to the nature and location of the work, the
character, location, quality and quantity of surface and subsurface materials, structures and
CC- 11
CONDITIONS OF CONTRACT
utilities likely to be encountered, the character of equipment and other facilities needed for the
performance of the work, the general local conditions which may in any way affect the work or
its performance.
25. PATENT RIGHTS
As part of his obligation hereunder and without any additional compensation, the Contractor will
pay for any patent fees or royalties required in respect to the work or any part thereof and will
fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent
rights unless prior to his use in the work a particular process or a product of a particular
manufacturer he notifies the Engineer in writing that such process or product is an infringement
of a patent.
26. AUTHORITY OF THE ENGINEER
In the performance of the work, the Contractor shall abide by all orders and directions and
requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such
time and places, by such methods, and in such manner and sequence as he may require. The
Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work,
shall interpret the Plans, Specifications, Contract Documents and any extra work orders and
shall decide all other questions in connection with the work. Upon request, the Engineer shall
confirm in writing any oral orders, directions, requirements or determinations. The enumeration
herein or elsewhere in the Contract Documents of particular instance in which the opinion,
judgement, discretion or determination of the Engineer shall control or in which work shall be
performed to his satisfaction or subject to his approval or inspection, shall not imply that only
matters similar to those enumerated shall be so governed and performed, but without exception
all the work shall be governed and so performed.
27. CHANGES AND ALTERATIONS
The Owner, upon the Engineers recomJnendation, reserves the right to make alterations in
location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or
after the commencement of construction. If such alterations diminish the amount of work to be
done, no claim for damages or anticipated profits will be warranted on the work, which may be
dispensed with. If such alterations increase the amount of work, such increases shall be paid for
according to the quantity of work actually done and at the prices for such work as contained in
the schedule of prices.
28. CORRECTION OF WORK
All work and all materials whether incorporated into the work or not, all processes of
manufacture and all methods of construction shall be at all times and places subject to the
inspection of the Engineer who shall be the final judge of quality, materials, processes of
manufacture and methods of construction suitable for the purpose for which they are used.
Should they fail to meet his approval, they shall be forthwith reconstructed, made good and
replaced and/or corrected as the case may be, by the Contractor, at his own expense.
CC- 12
CONDITIONS OF CONTRACT
If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged
materials or to reconstruct or correct any portion of the work injured or not performed in
accordance with the Contract Documents, the compensation to be paid to the Contractor
hereunder shall be reduced by such amount as in the judgement of the Engineer shall be
equitable.
The Contractor expressly warrants that his work shail be free from any defects in materials or
workmanship and agrees to correct any defects, which may appear within one year following the
final completion of the work. Neither the acceptance of the completed work nor payment
therefor shall operate to release the Contractor or his sureties from any obligations under or upon
this Contract or the Performance Bond.
29. WEATHER CONDITIONS
In the event of temporary suspension of work or during inclement weather or whenever the
Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully
his and their work and materials against damage or injury from the weather. If in the opinion of
the Engineer any work or material shall have been damaged or injured by reason of failure on the
part of the Contractor or any of his subcontractors to protect his or their work, such work and
materials shall be removed and replaced at the expense of the Contractor.
30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS
The Owner may withhold from the Contractor so much of any approved payments due him as
may, in the judgement of the Owner, be necessary:
(a) To assure the payment of just claims then due and unpaid of any persons supplying labor or
materials for the work;
(b) To protect the Owner from loss due to defective work not remedied; or
(c) To protect the Owner from loss due to injury to persons or damage to the work or property of
other contractors or subcontractors or others, caused by the act or neglect of the Contractor or
any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply
such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims
or to secure such protection. Such applications of such money shall be deemed payments for the
account of the Contractor.
31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
(a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of
creditors; or
(b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall
CC - 13
CONDITIONS OF CONTRACT
not be dismissed within 20 days after such appointment, or the proceedings in connection
therewith shall not be stayed on appeal within the said 20 days; or
(c) The Contractor shall refuse or fall, after notice or warning from the Engineer, to supply
enough properly skilled workmen or proper materials; or
(d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such
diligence as will insure its completion within the periods herein specified (or any duly authorized
extension thereof) or shall fail to complete the work within said periods; or
(e) The Contractor shall fail to make prompt payments to persons supplying labor or materials
for the work; or
(f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the
Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then
and in any such event, the Owner, without prejudice to any other rights or remedy it may have,
may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and
his rights to proceed either as to the entire work or (at the option of the Owner) as to any portion
thereof as to which delay shall have occurred, and may take possession of the work and
complete the work by contract or otherwise, as the Owner may deem expedient. In such case,
the Contractor will not be entitled to receive any further payment until the work is finished. If
the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the
expense of so completing the work (including compensation for additional managerial,
administrative and inspection services and any damages for delay), such excess shall be paid to
the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his
sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed
with the work is so terminated, the Owner may take possession of and utilize in completing the
work, such materials, appliances, supplies, plant and equipment as may be on the site of the
work and necessary thereof. If the Owner does not so terminate the right of the Contractor to
proceed, the Contractor shall continue to work.
32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT
If the work shall be stopped by order of the Court or other public authority for a period of three
(3) months without act or fault of the Contractor or any of his agents, servants, employees or
subcontractors, the Contractor may, upon ten (10) days notice to the Owner, discontinue his
performance of the work and/or terminate the Contract; in which event, the liability of the
Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall
not be obligated to pay to the Owner any excess of the expense of completing the work over the
unpaid balance of the compensation to be paid to the Contractor hereunder.
33. RESPONSIBILITY FOR WORK
The Contractor agrees to be responsible for the entire work embraced in this Contract until its
completion and final acceptance, and that any unfaithful or imperfect work that may become
damaged from any cause either by act of commission or omission to properly guard and protect
CC- 14
CONDITIONS OF CONTRACT
the work that may be discovered at any time before the completion and acceptance shall be
removed and replaced by good and satisfactory work without any charge to the Owner, and that
such removal and replacement will be performed immediately on the requirement of the
Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and
partial payment made thereon. It is fully understood by the Contractor that the inspection of the
work shall not relieve him of any obligation to do sound and reliable work as herein prescribed,
and that any omission to disapprove any work by the Engineer at or before the time of partial
payment or other estimate shall not be construed to be acceptance of any defective work.
34. USE OF PREMISES AND REMOVAL OF DEBRIS
The Contractor expressly undertakes at his own expense:
(a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of
the work as will not unduly interfere with the progress of his work or the work of any of his
subcontractors;
(b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the
operations to the end that at all times, the site of the work shall present a neat, orderly and
workmanlike appearance;
(c) Before final payment hereunder to remove all surplus material, temporary stmctures, plants
of any description and debris of every nature resulting from his operations.
35. SUITS OF LAW
The Contractor shall indemnify and save harmless the Owner from and against all suits, claims,
demands or actions for any injury sustained or alleged to be sustained by any party or parties in
connection with the constmction of the work or any part thereof, or any commission or omission
of the contractor, his employees or agents of any subcontractor, and in case of any such action
shall be brought against the Owner, the Contractor shall immediately take charge of and defend
the same at his own cost and expense.
36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY
In case of an emergency, which threatens loss or injury to property and/or safety of life, the
Contractor will be permitted to act as he sees fit without previous instructions from the Engineer.
He shall notify the Engineer thereof immediately and any compensation claimed by the
Contractor due to extra work made necessary because of his acts in such emergency shall be
submitted to the Engineer for approval. Where the Contractor has not taken action but has
notified the Engineer of an emergency indicating injury to persons or damage to adjoining
property or to the work being accomplished under this Contract, then upon authorization from
the Engineer to prevent such threatened injury or damage, he shall act as instructed by the
Engineer. The amount of reimbursement claimed by the Contractor on account of any such
action shall be determined in the manner provided herein for the payment of extra work.
CC - 15
CONDITIONS OF CONTRACT
37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to be inserted in this Contract shall
be deemed to be inserted heroin and the Contract shall mad and be enforced as though it were
included herein, and if through mistake or otherwise, any such provision is not inserted, or is not
correctly inserted, then upon the application of either party the Contract shall be forthwith be
physically amended to make such insertion.
38. SUBLETTING~ SUCCESSOR AND ASSIGNS
The Contractor shall not sublet any part of the work under this Contract nor assign any money
due him hereunder without first obtaining the written consent of the Owner. This Contract shall
insure the benefit of and shall be binding upon the parties hereunder and upon their respective
successors and assigns, but neither party shall assign or transfer his interest herein in whole or in
part without consent of the other.
39. GENERAL MUNICIPAL LAW CLAUSE
Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the
Bidder or any member, partner, director or officer of the Bidder, should refuse, when called
before a grand jury to testify concerning any transaction or contract had with the State, any
political subdivision thereof, a public authority or any public Department, agency or official of
the State or of any political subdivision thereof or of a public authority, to sign a waiver of
immunity against subsequent criminal prosecution or to answer any relevant question concerning
such transaction or contract, such person, and any firm, partnership, or corporation of which he
is a member, partner, director or officer shall be disqualified from thereafter selling to or
submitting bids to or receiving awards from or entering into any contracts with any municipal
corporation or any public Department, agency or official thereof for goods, work or services for
a period of five (5) years 'after such refusal, and any and all contracts made with any municipal
corporation or any public Department, agency or official thereof on or after the first day of July,
1959, by such person, and by any firm, partnership or corporation of which he is a member,
partner, director or officer may be cancelled or terminated by the municipal corporation without
incurring any penalty or damages on account of such cancellation or termination, but any monies
owing by the municipal corporation for goods delivered or work done prior to the cancellation or
termination shall be paid.
40. GRADES~ LINES~ LEVELS AND SURVEYS
The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from
which the Contractor shall transfer and stake his lines and grades and for their accuracy.
The Engineer will establish the basic horizontal and vertical controls at the start of the work, and
it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of
the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor
shall pay the cost of having the damaged controls verified, checked, corrected or replaced.
CC- 16
CONDITIONS OF CONTRACT
41. INSURANCE REQUIREMENTS
The Contractor shall not commence work until the Town has approved all the insurance required
under this Contract as required immediately following the Instructions to Bidders. Additionally,
the Contractor shall indemnify and save harmless the Town of Southold from and against all
losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind
or nature, brought or recovered against the Town of Southold by reason of any act or omission of
the Contractor, his agent or employees in the performance of the Contract.
The Contractor shall not permit any subcontractor to commence any work under this contract
until satisfactory proof of carriage of the required insurance has been posted with and approved
by the Town.
42. FOREIGN CONTRACTORS
Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as
amended, prior to submission of a bid for the performance of this work. The certificate of the
New York State Tax Commission to the effect that all taxes have been paid by the foreign
contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as
used in this subdivision means in the case of an individual, a person who is a legal resident of
another state or foreign country; and in the case of a foreign corporation, one organized under
the laws of a state other than the State of New York.
43. LIEN LAW
Attention of all persons submitting bids is specifically called to the provisions of Section 25,
Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being
received by a contractor for a public improvement declared to constitute trust funds in the hands
of such Contractor to be applied first to the payment of certain claims.
44. REFUSAL TO WAIVE IMMUNITY
Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the
bidder or any member, partner, director or officer of the bidder, should refuse when called before
a grand jury to testify concerning any transaction or contract had with the State, any political
subdivision thereof, a public authority or with any public department, agency or official of the
State or of any political subdivision thereof or of an authority, to sign a waiver of immunity
against subsequent criminal prosecution or to answer any relevant question conceming such
transaction or contract, such person, and any firm, partnership or corporation of which he is a
member, partner, firm director or officer shall be disqualified from thereafter selling to or
submitting bids to or receiving awards from or entering into any contracts with any municipal
corporation or any public department, agency, or official thereof, for goods, work or services, for
a period of five (5) years after such refusal, and any and all contracts made with any municipal
corporation or any public department, agency, or official thereof on or after the first day of July,
1959, by such person and any firm, partnership or corporation of which he is a member, partner,
director or officer may be cancelled or terminated by the municipal corporation without
CC- 17
CONDITIONS OF CONTRACT
incurring any penalty or damages on account of such cancellation or termination, but any monies
owing by the municipal corporation for goods delivered or work done prior to the cancellation or
termination shall be paid.
45. EXEMPTION FROM SALES AND USE TAXES
In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature,
amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political
subdivisions, as described in subdivision (a) paragraph (L) of section 1116 of the tax laws, of the
State of New York are exempt from the payment of sales and use taxes imposed on tangible
personal property within the limitations specified in tax law 1115 (a) (! 5) and (16).
(15) Tangible personal property sold to a contractor, subcontractor or repairman for use in
erecting a stmcture or building of an organization described in subdivision (a) of section 1116,
or adding to, altering or improving real property, property or land of such an organization, as the
terms real property, property and land are defined in the real property tax law; provided,
however, no exemption shall exist under this paragraph unless such tangible personal property is
to become an integral component part of such structure, building or real property.
(16) Tangible personal property sold to a contractor or repairman for use in maintaining,
servicing or repairing mai property, or land of an organization described in subdivision (a) of
section 1116, as the terms real property, property or land are defined in the real property tax law;
provided, however, no exemption shall exist under this paragraph unless such tangible personal
property is to become an integral component part of such structure, building or real property.
Contractors entering into Contract with the Town of Southold shall be exempt from payment of
sales and use tax as described above. Procedures and forms are available to the Contractor direct
from the Instructions and Interpretations Unit, State of New York, Department of Taxation and
Finance, State Campus, Albany, New York, 12227.
CC - 18
Town of Southold
NEW SUFFOLK DRAINAGE IMPROVEMENTS
PROPOSAL PACKAGE
BID OPENS:
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT INTACT
AND FILLED OUT COMPLETELY!! (Do Not Sign the
Contract Agreement. It is included only for informational
purposes, and will be signed by the successful bidder after
award of contract.)
All line items on the Proposal Form must be filled in! All
lines must have an indication of the bidder's response
whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package
Thank you!
Proposal Package I of 14
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening.
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent Of Bid Price as required in the
Invitation to Bid.
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
Proposal Package 2 of 14
VENDOR NAME:
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. PARTNERSHIP
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
1F APPLICABLE: DATE FILED:
STATE FILED:
If a non-publicly owned Corporation:
CORPORATION NAME:
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
INDIVIDUAL
LIST OFFICERS AND DIRECTORS:
NAME
T~LE
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
Proposal Package 3 of 14
MAIL BID TO:
VENDORNAME:
ADDRESS:
CONTACT:
ADDRESS RECORD FORM
TELEPHONE:
E-MAIL:
FAX:
ONLY if different -
MAlL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
ONLY if different -
MAIL PAYMENT TO:
ADDRESS:
E-MAIL:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
Proposal Package 4 of 14
VENDOR NAME:
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
Insurance Certificate as requested is attached
I certify that I can supply insurance as specified if awarded the bid []
Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
AUTHORIZED SIGNATURE
Proposal Package 5 of 14
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been amved at independently, without consultation,
communication or agreement for the puPpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties of perjury, affirms the troth thereof.
Signature & Company Position
Type Name & Company Position
Company Name
Date Signed
Federal I.D. Number
SWORN TO BEFORE ME THIS
NOTARY: DAY OF
20__
NOTARY PUBLIC
Proposal Package 6 of 14
PROPOSAL FORM
NEW SUFFOLK DRAINAGE IMPROVEMENTS
VENDOR NAME:
VENDOR ADDRESS:
TELEPHONE NUMBER:
FAX:
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the
said Contract Documents in the manner prescribed therein and in said Contract, and in
accordance with the requirements of the Engineer, at the prices listed on the attached Bid
Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a
corporation, the bid must be signed by an officer of the corporation, or other person
authorized by resolution of the board of directors, and in such case a copy of the resolution
must be attached; if a partnership, by one of the partners or other person authorized by a
writing signed by at least one general partner and submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest
therein. (Note: In the event that any Town Officer has any such interest, the full nature
thereof should be disclosed below. It is not forbidden that individuals working for the TOWN
OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be
revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were
issued please write N/A below):
Addendum No. Dated
Proposal Package 7 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
I General Conditions and Mobilizations I I.S
for /LS
Dollars Cents
Method of Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances,
bonding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet
~.11 of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General
Conditions of the Contract and demobilize from the construction site upon successful completion of the project.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
O Erosion and Sediment Control I LS
for_ ILS
Dollars Cents
Method of Measurement: The amount bid shall include all labor, materials and equipment necessary to provide erosion and sediment control
in accordance with the Contract Drawings and the NYS Standards for Erosion and Sediment Control. Including weekly inspection,
maintenance, reports, repair and removal.
~ The Contractor shall receive the lump sum payment for Erosion and Sediment Control periormed as specified, shown on
the Contract Drawings and as approved by the Engineer~
Payment for this item will be made in two (2) payments;
a. Fifty Percent (50%) upon first partial payment.
b. Fifty Percent (50%) upon final payment.
,ntent: The Contractor shall install, maintain and remove all sediment and erosion control methods use for construction and as required under
:he permit conditions as needed and shown on the Construction Drawings.
3 Site Demolition, Clearing and Removals I I.S
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Demolition, Clearing and Removals
measured in place and accepted in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted Site Demolition, Clearing and Removals shall be measured and paid for at the contract lump
~um bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including carting/disposal
fees, safety fencing, maintenance and protection of traffic, temporary removal of guardbooth, deleterious or unsuitable materials, retaining wails,
rock walls, saw cutting, pavements, all items in conflict with proposed construction (as defined by the Contract Drawings), debris removal from
site, clean-up, construction layout and sawcutting.
Mu: The Contractor shall remove and dispose of all existing items as required for installation of the proposed items as shown on the
ction Drawings while maintaining controlled access to the site with maintenance and protection of traffic and pedestrians
during the entire length of construction.
CONTINUED ON NEXT PAGE
Propose% ~ 8 of]4
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
· Site Preparation, Unclassified Excavation &
4 I LS
Grading
for /LS
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be the lump sum cost of material cut and filled for the purpose of
establishing proper proposed subgrade elevation (verified by survey). The lump sum cost includes all site preparation activities.
Method of Payment: The quantity of accepted Site Preparation, Unclassified Excavation & Grading shall be measured and paid for at the
contract lump sum price as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
Licensed Land Surveying, layout, rough grading, site cut-to-fill, clean soils, transportation, spoils removal, compaction and meeting the proposed
~rades.
Intent: The Contractor shall perform all necessary earthwork and grading (cut and fill) of the existing site in order to meet all proposed grades
as shown on the drawings.
~ 5 I Proposed Leaching Basins with Drainage Field - 46 EA
Complete
for /EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed Leaching Basins with Drainage Field
heasured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed Leaching Basins with Drainage Field shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, 6" PVC piping, elbow fittings, stone backfill, filter fabric, precast structures, brick leveling course, covers, castings, backfill
~nd compaction.
Intent: The Contractor shall install the proposed interconnected precast leaching basin system with all associated materials as shown on the
COucfion Drawings.
5a Proposed 8' Diameter Leaching Basin 2' Deep 2 EA
~ Complete Traffic Bearing Cover & Casting
for /EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of individual Proposed 8' Diameter Leaching Basin
(traffic bearing) measured in place and accepted in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted Proposed 8~ Diameter Leaching Basin (2' Deep) shall be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, excavation, precast structure, brick leveling course, cover, castings, backfill and compaction.
Intent: The Contractor shall install the proposed individual precast leaching basin (8' wide x 2' deep) with all associated materials as shown on
We Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 9 of 1%
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold
.~ ITEM DESCRIPTION OF ITEM ESTIMATED
NO. (Fill in Unit Price Written in Words) QUANTITY
6 Proposed 4' Diameter Concrete Lateral Basin 3
-I for /EA
~ Dollars Cents
J_Method of Measurement: The quantity to be paid for under this item shall be the number of Proposed
.~-neasured in place and accepted in accordance with the specifications and drawings.
UNIT UNITBID PRICE
EA
LKMA Project No. 07010.001
EXTENDED BID AMOUNT
4' Diameter Concrete Lateral Basins
Method of Pavrnent: The quantity of accepted Proposed 4' Diameter Concrete Lateral Basins shal~ be measured and paid for at the contract
unit price per each bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
ayout, excavation, precast structures, brick leveling course, covers, castings, backfill and compaction.
ntent: The Contractor shall install the proposed lateral basins with all associated materials as shown on the Construction Drawings.
Method of Measureme~: ~e quanti~ to ~ pa~ for under ~ s from shall be the numar of Pmp~ 8 Diam~er Sto~ Drains measured in
)lace and a~pted in a~o~n~ ~th the specff~tions and dm~n~.
Me~od of Pa~ent: ~e quant~ 0f accepted Pro~ 8' Diameter Sto~ Drai~ ~hall be me~ur~ and paid for at ~ ~mr~ ~nff price ~;
each bld as called fo~ in the pmp~al fo~ ~isp~ces~llconst~efull~m~nsationfo~fum~hingalll~r, mate~,to0~and~Uipment
n~es~ to ~tisf~oHly ~mplete the wo~ as sho~ on the ~ntr~ dmwin~ a~ de~d~ in this ~ification. Including ~
excavation, stone, lifter fabdc, pr~ast structures, b~ck leveling coume, corem, castings, bacilli and compaction.
Intent: The Contractor shall install the pmp~ed storm drains ~th all a~iated mate~als as shown on the Constru~ion Dra~ngs.
Concrete Curb - Standard & Mountable
for /LF
Dollars Cents
600 LF
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Concrete Curb (standard &
mountable) measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted concrete curb shall be measured and paid for at the contract unit price per linear foot bid as
called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
~natisfactorily complete the work as shown on the contract drawings and described in this specification. Including earthwork, rough grading and
ountable curb restoration.
Intent: The Contractor shall install the proposed concrete curb (standard & mountable) to the grade and limits as shown on the Construction
Drawings,
CONTINUED ON NEXT PAGE
Proposal Package 10 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
~ 9 Proposed Asphalt Pavement- Full Depth 39,500 SF
for /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for Proposed Asphalt
Pavement - Full Depth measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed Asphalt Pavement - Full Depth shall be measured and paid for at the contract unit
price per square foot bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools
and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, RCA installation, proof rolling of RCA, sawcutting of existing limit of asphalt, Type 3 asphalt binder installation, Type 6 asphalt top
installation, sweeping, AC all joints, milling at transitions, staging between operations, and construction sequencing.
~tent: The Contractor shall install the proposed full depth asphalt paving including RCA base, sawcutting (if not required under Item #3),
~sphalt binder coarse and asphalt top coarse as needed and shown on the Construction Drawings.
'~ Proposed Timber Guiderail I LS
for /LS
Dollars Cents
~lethod of Measurement: The lump sum to be paid for under this item shall be for the full removal of existing guiderail, temporary storage and
=ull installation of the proposed guiderail system in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted Proposed Guiderail Installation shall be measured and paid for at the lump sum price as called
!or in the proposal form. This lump sum price shall constitute full compensation for furnishing all labor, materials, tools and equipment
qecessary to satisfactorily complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall remove the existing guiderail system to allow for the construction of the leaching field as shown on the Construction
Drawings. Once all below grade drainage and other site featur?s are complete the Contractor shall install proposed guiderail system as shown
In the contract drawings and described in the specifications.
I~1 Proposed 8" Dia. Sch. 80 PVC Lateral Piping 400 LF
for /LF
Dollars Cents
ilethod of Measurement: The quantity to be paid for under this item shall be for each linear foot of the Proposed 8" Diameter Schedule 80
PVC Lateral Pipe furnished and installed in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Proposed 8" Diameter Schedule 80 PVC Lateral Pipe shall be measured and paid for at the
contract unit price per each linear foot as called for in the proposal form. This unit price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
r~pecification. Including excavation, parging, connections to structures and controlled compacted lifts during backfill.
Intent: The Contractor shall install the Proposed 8" Diameter Schedule 80 PVC Lateral Pipe as shown on the Construction Drawings.
CONTINUED ON NEXT PAGE
Proposal Package 11 of 14
TOWN OF SOUTHOLD
· NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold LKMA Project No. 07010.001
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
12 Beach Grass 1,500 SF
for SF
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be the area of beach grass measured in place and accepted in
~ccordance with the specifications and drawings.
~lethod of Payment: The quantity of beach grass area shall be measured and paid for at the contract unit price per each square foot as called
=or in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including finegrading, surface
~reparation, beach grass plugs as shown on the drawings.
ltent: The Contractor shall install the proposed beach grass within the specified area as shown on the Construction Drawings.
Pavement Markings - Yellow/White/Blue Paint 3,750 SU
for /SU
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of linear feet of Pavement Markings -
Yellow/White/Blue Paint (including handicap parking symbols) measured in place and accepted in accordance with the specifications and
~lrawings. Pavement striping will be measured in linear feet along the centerline of the pavement stripe, and will be based on a 4 inch wide
stripe. Measurement for striping with a plan width greater or less than the basic 4 inches, as shown on the plans or as directed by the Engineer,
will be made by the following method. Pian Width of Stripinq (inches~ x Linear Feet
4"
Method of Payment: The quantity of accepted pavement markings (including handicap parking symbols) shall be measured and paid for at the
contract unit price per stripe unit bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specificati,
the price bid. No payment will be made for the number of linear feet of skips in the dashed line.
~ntent: The Contractor shall install all the proposed pavement markings as shown on the Construction Drawings.
14 Topsoil & Seed 11,000 SF
for /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be for each square foot of area where topsoil and seed is proposed
m accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Topsoil & Seed area shall be measured and paid for at the contract unit price per square foot as
~;alled for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including furnishing topsoil, specified
seed mix (applied at the specified amount) and fertilizer.
Intent; The Contractor shall install the proposed topsoil layer and seed in the specified area as shown on the Construction Drawings.
CONTINUED ON NEXTPAGE
Proposal Package 12 of 14
TOWN OF SOUTHOLD
NEW SUFFOLK DRAINAGE IMPROVEMENTS
Itemized Proposal for: Town of Southold
DESCRIPTION OF ITEM
(Fill in Unit Price Written in Words)
Proposed Handicap Signs
for EA
Dollars Cents
ITEM
NO.
15
ESTIMATEDQUANTITY UNIT UNIT BID PRICE
2 EA
~lethod of Measurement: The quantity to be paid for under this item shall be the number of Proposed Handica
accepted in accordance with the specifications and drawings.
LKMA Project No. 07010.001
EXTENDED BID AMOUNT
Signs measured in place and
~ethod of Payment: The quantity of accepted handicap sign shall be measured and paid for at the contract unit price per each bid as called
:or in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including post, sign and footing,
Intent: The Contractor shall install the proposed handicap signs at the handicap stalls shown on the Construction Drawings.
Proposed Electrical Conduit & Pull Boxes 1
for LS
Dollars Cents
,lethod of Measurement: The quantity to be paid for under this item shall be the number of pull boxes and conduit piping measured in place
and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted electrical conduit and pull boxes shall be measured and paid for at the contract lump sum price
bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. The cost shall include all
~xcavation, conduit installation, proper controlled backfilling, caution tape, pull boxes, conduit, draglines and all other associated materials.
ntent: The Contractor shall install the electrical conduit and pull boxes as shown on the Construction Drawings.
TOTAL
Dollars. Cents
WRrl-rEN IN WORDS Total All Pay Items
~NOTE: The Town of Southold reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or
after award of the bid.
Proposal Package 13 of 14
AUTHORIZED SIGNATURE
PRINT NAME
TITLE
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF
SS.:
On the .day of in the year 2008 before me, the undersigned, personally
appeared, , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
NOTARY PUBLIC
Proposal Package 14 of 14
Town of Southold
BIDDER'S QUALIFICATION STATEMENT
The signatory of this questionnaire certifies under oath the troth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY:
FIRM NAME:
A Corporation
A Partnership or Entity
An Individual
PRINCIPAL OFFICE:
PRINCIPAL OFFICERS:
TITLE NAME
ADDRESS
BACKGROUND
PROFESSION/TRADE
1. How many years has your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces?
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? __
why.
· If so, note where and
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
QS-1
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone # Telephone# Amount Complete Completion
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Project Owner Architect Contract Date of With Own Forces
.Name Telephone # Telephone# Amount Completion % of Work
QS-2
List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present Type of Work
Position Years of For Which In What
Of Office Experience Responsible Capacity
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
10. Bank References:
11. Trade Association Membership:
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
QS-3
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
STATE OF )
COUNTY OF )
being duly sworn deposes and says that he is
the of contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
(Signature of person who signed bid)
Sworn to before me this
Notary Public
Commission Expiration Date:
day of ,2008
QS-4
CONTRACT AGREEMENT
THIS AGREEMENT made this .day of AD Two Thousand
and Eight by and between the Town of Southold, party of the first part (hereinafter
called the Owner), and ., party
of the second part (hereinafter called Contractor).
WITNESSETH: That for and in consideration of the premises and the agreements herein
contained, and the payments heroin provided to be made, the parties hereto agree as
follows:
FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment,
tools, and implements and will well and faithfully perform and complete the entire work
of constructing the
NEW SUFFOLK DRAINAGE IMPROVEMENTS
AS DESCRIBED IN THE Contract Documents made and prepared by the Town of
Southol4, and L.K. McLean Associates, P.C., the project engineers, and as set forth in the
Contractor's Bid dated February 14, 2008, and in strict and entire conformity and in
accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid),
Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications,
Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part
hereof, and hereinafter collectively referred to as "Contract Documents".
SECOND: In Consideration of the Contractor performing this Contract in the manner
herein stated and as stated in the Contract Documents, the Owner promises and agrees to
pay or cause to be paid to the Contractor the sums of money mentioned in said Contract
Documents in the manner and under the conditions therein provided.
THIRD: The Contractor covenants and agrees that, anything in this Contract or in the
Contract Documents to be contrary notwithstanding, or regardless of any matter, thing,
contingency of condition unforeseen or otherwise, present or future, the Contractor shall
not be entitled to receive any additional or further sums of money than the amounts in
said Contract Documents provided; and the failure of the Owner or its agents to insist
upon strict performance of any of the terms, covenants, agreements, provisions or
conditions in this Agreement or in the Contract Documents, on any one or more
instances, shall not be construed as a waiver or relinquishment for the future of any such
terms, covenants, agreements, provisions and conditions and the same shall be and
remain in full force and effect with power and authority on the part of the Owner to
enforce the same or cause the same to be enforced at any time, without prejudice to any
other rights which the Owner may have against the Contactor under this Agreement or
the Contract Documents.
Terms used in the Agreement which are defined in Article 1 of the General Conditions
shall have the meanings indicated in the General Conditions.
A-1
Neither Owner nor Contractor shall, without the prior written consent of the other, assign
or sublet in whole or part his interest under any of the Contact Documents; and,
specifically, Contractor shall not assign any monies due or to become due without the
prior written consent of the Owner.
Owner and Contractor each binds himself, his partners, successors, assigns and legal
representatives of the other party hereto in respect to all covenants, agreements and
obligations contained in the Contract Documents.
The Contract Documents constitute the entire agreement between Owner and Contractor
and may only be altered, amended or repealed by a duly executed written instrument
signed by both parties.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and
year first above written.
Total Bid
Dollars
Written in Words
$
Written in Figures
TOWN OF SOUTHOLD
CONTRACTOR
BY
Scott A. Russell, Supervisor
BY
TITLE
BY
Town Attomey
(CORPORATE SEAL)
A-2
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF
) SS.:
On the day of in the year 2008 before me, the undersigned,
personally appeared, , personally known to me or
proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s)
is (are) subscribed to the within instrument and acknowledged to me that he/she/they
executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on
the instrument, the individual(s), or the person upon behalf of which the individual(s)
acted, executed the instrument.
NOTARY PUBLIC
STATE OF NEW YORK, COUNTY OF
)SS.:
On the day of in the year 2008 before me, the undersigned,
personally appeared, , personally known to me or
proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s)
is (are) subscribed to the within instrument and acknowledged to me that he/she/they
executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on
the instrument, the individual(s), or the person upon behalf of which the individual(s)
acted, executed the instrument.
NOTARY PUBLIC
A-3
ALL QUESTIONS PERTAINING TO THIS SOLICITATION
MUST BE SUBMITTED IN WRITING.
(Please use this form and fax to 631-286-6314 to the attention of Christopher Dwyer.
We will respond as soon as possible.)
Date:
Company Name:
Contact Name.'
Fax No..'
Telephone No.:
Q-1
DIVISION 1 - GENERAL REQUIREMENTS
TOWN OF BROOKHAVEN
NEW SUFFOLK DRAINAGE IMPROVEMENTS
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract documents.
Refer to the Drawings and Specifications of other trades and Contractors for items which
might affect the work under this Division.
TABLE OF CONTENTS - DIVISION NO. 1 - GENERAL REQUIREMENTS
Included in this Division are the following sections:
01010 General
01025 Measurement and Payment
01500 Construction Facilities & Temporary Controls
01501 Health & Safety Provisions
01770 Project Closeout
DIVISION 1 - Page 1 of 15
DIVISION 1 - GENERAL REQUIREMENT~
SECTION 01010 - GENERAL
SITE
The site of the proposed general construction for the New Suffolk Drainage
Improvements (Jackson Street, 1~t and 2"d Streets) is located in the Town of Southold,
County of Suffolk, State of New York and moro particularly shown on the Contract
Drawings.
SCOPE
The work to be performed under this Contract shall include all labor, materials,
equipment, services and incidentals required to perform the proposed construction
as indicated in the Specifications, shown on the Contract Drawings and/or as
approved by the Engineer.
B. In general, the work shall include but not be limited to the following:
Selective demolition
Erosion and sediment control
Excavation, Grading and Fill Embankment
Storm water drainage system (structures, piping)
Guiderail Restoration
Fill import and restoration
Concrete curb installation
Asphalt Pavement Installation
Electric conduit installation & pull boxes
Line striping & signage
Without restricting the generality of the foregoing and for the convenience of each
Contractor, the items of work are specified under the Standard 16 Uniform
Divisions of the Construction Specifications Institute as follows:
1. General Requirements 2. Site Work
3. Concrete 4. Masonry
5. Metals 6. Wood
7. Thermal and Moisture Protection 8. Doom and Finish Hardware
9. Finishes 10. Specialties
11. Equipment 12. Furnishings
13. Special Construction 14. Conveying Systems
15A. H.V.A.C. 15B. Plumbing
16. Electrical
The work covered under these Divisions shall be bid under four (4) separate
Contracts:
DIVISION 1 - Page 2 of 15
DIVISION 1 - GENERAL REQUIREMENTS
Contract A - General Construction
Contract B - HVAC (Not Used)
Contract C - Plumbing (Not Used)
Contract D - Electrical (Not Used)
Each Prime Contractor shall be responsible for coordinating their contractual
construction schedules with each other. Each Prime Contractor shall submit a
computer generated critical point method schedule indicating all items of work
under their respective contracts and in accordance with each Prime Contractor's
associated work. It shall be each Prime Contractor's responsibility to update the
schedule as required to reflect changes in schedule of any or all Prime
Contractors.
SHOP DRAWINGS
The Contractor shall make or provide any shop drawings, cuts or samples which the
Engineer may require for the approval of details and to show the construction as it will be
installed. No shop drawing shall be issued or used until it has been approved by the
Engineer or his representative. After approval, no changes or deviations shall be made
without written notice being sent to the ~ Engineer. The Engineer's approval shall not
relieve the Contractor from responsibility for deviations from the Drawings or
Specifications unless he has, in writing, called the Engineer's attention to such deviations
at the time of submission, nor shall it relieve him from responsibility for errors or omissions
of any sort in the Shop Drawing or schedule. The Contractor shall submit four (4) copies
of each requested item to the Engineer for approval.
SUPERINTENDENCE AND WORKMEN
The Contractor shall give his constant personal attention to the work while it is in
progress, and he shall place it in charge of a competent and reliable superintendent, who
shall have authority to act for the Contractor, and who shall be acceptable to the
Engineer. the Contractor shall, at all times, employ labor and equipment which shall be
sufficient to prosecute the work to full completion in the manner and time specified. All
workmen must have sufficient skill and experience in such work to properly and
satisfactorily perform it and operate the equipment involved. Any person employed by the
Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall
be at once discharged and shall not be again employed.
INSPECTION
All proposed work under this Contract shall be performed during and with Engineer's
approval. The Contractor is advised to inspect carefully the full premises and consult with
the Engineer regarding any items of construction or reconstruction that may be
questionable.
DIVISION 1 - Page 3 of 15
DIVISION 1 - GENERAL REQUIREMENTS
MAINTENANCE AND PROTECTION OF TRAFFIC
The Contractor shall so conduct his Operations as to interfere to the least extent
practicable with the passage of vehicles, pedestrians and all other kinds of public traffic;
and he must take every precaution against accidents happening to said vehicles,
pedestrians and other traffic because of his operations. The Contractor shall enforce ·
regulations and restrictions as may be necessary or required for the protection of fire,
accidents, property damage and public nuisance. He shall provide and maintain such
toilet facilities at or adjacent to the site as may be required. The ContractOr shall erect
and maintain such signs, channel and obstruction markers and barricades as may be
required for the protection of traffic. The Contractor shall not deposit or store any
equipment or materials within the Site Area except with written permission from the
Engineer.
MAINTENANCE AND PROTECTION OF UTILITIES
The Contractor shall familiarize himself with the existence of structures of municipal
and other public service corporations on or adjoining the site of the work and give
reasonable opportunity to and cooperation with the owners of these utilities in the
work of reconstructing or altering them. Such reconstruction and alteration shall be
so conducted as to delay or interfere as little as practicable with the work of the
Contractor. Any additional cost of various items of work because of these utilities
shall be included in the price bid for these items.
The Engineer shall direct the public utility corporations to shift or remove those utility
structures that may be necessary to permit the Contractor to carry out the work in
accordance with the Plans. The Contractor shall not remove or cause to be
removed, any structure owned by a public utility corporation without the approval of
the Engineer.
The Contractor shall cooperate with the public utility corporation whose structures
(aerial, surface or subsurface) are within the limits of or along the outside of the right-
of-way, to make it possible for them to maintain uninterrupted service. The
Contractor shall conduct his operations in such a way as to delay or interfere as little
as practicable with the work of the utility corporation.
GRADES~ LINES~ LEVELS AND SURVEYS
A. The Owner's Engineer will establish one (1) bench mark and location of the work
lines as reference points for the Contractor.
B. The reference points shall be maintained by the Contractor. All other required lines,
levels, grades, etc., shall be fumished by the Contractor from the reference points.
C. Re-establishment of the reference points by the Engineer for the Contractor shall be
done at the Contractor's expense.
DIVISION 1 - Page 4 of 15
DIVISION 1 - GENERAL REQUIREMENTS
The C0ntmctor shall vedfy all grades, lines, levels and dimensions as shown on the
drawings, and he shall report any ermm or inconsistencies in the aforementioned to
the Engineer before commencing work. Commencement of work shall be corrected
by the Contractor at his expense.
LABOR~ LAWS AND WORKMANSHIP
All Contractors and Subcontractors employed upon the work shall and will be
required to conform to the Labors Laws of the State of New York, the Occupation
Safety and Health Act of the various acts amendatory and supplementary thereto;
and to all other laws, ordinances and legal requirements applicable thereto.
All labor shall be performed in the best and most workmanlike manner by mechanics
skilled in their respective trades. The standards of the work required throughout
shall be of such grade as will bdng results of the first class only.
QUALIFICATIONS
All bidders must have been established in the type of construction of whichever Prime
Contract they am submitting a bid for as specified in the Contract Documents for a period
of at least five (5) years. On request, bidders must furnish a list of a minimum of five (5)
projects of similar type construction that was built by them in the Nassau- Suffolk ama.
List must contain name, address and telephone number of client's Engineer for which
each project was undertaken by Contract. A minimum of five (5) of the projects must
have been built for municipal clients.
APPROVAL OFSUBCONTRACTORS
No Subcontractors shall be employed on the work unless prior approval has been
given by the Engineer. The Contract shall, within five (5) days after signing of the
Contract, submit a list of proposed Subcontractors to the Engineer for approval. The
list shall contain firm names, names of all principals and addresses and projects
completed by each Subcontractor and names, addresses and telephone numbers of
the particular project's Engineer for which the Subcontractor on the aforementioned
project list must have been of similar nature. A minimum of five (5) projects for each
proposed Subcontractor must be submitted.
If for any mason a Subcontractor must be discharged from work, the Contractor shall
notify the Engineer at least 24 hours prior to discharge, stating the masons, and
shall provide the Engineer with the name and qualifications of the replacement
Subcontractor for approval by the Engineer. This action is deemed necessary to
maintain continuity of the work and to minimize project disruptions. All costs due to
slowdown of the project for such masons shall be bome by the Contractor.
DIVISION I - Page 5 of 15
DIVISION 1 - GENERAL REQUIREMENTS
STANDARD SPECIFICATIONS
Where reference is made in these Specifications to a society, the portion referred to shall
be read into and shall be a part of this Contract and Specifications. Materials, methods
and equipment shall conform with the latest A.S.T.M., A.W.P.A., A.S.A., N.E.C., I.E.S.,
etc. Specifications as may relate to or govem the construction work.
TEMPORARY OFFICE AND STORAGE SHED
This Contractor is not required to provide a temporary office. If a temporary office is
used it shall be placed where directed by the Engineer shall be removed from the
site upon completion of all work and the office site restored to original conditions.
The Contractor shall provide and maintain on the premises, where directed,
watertight storage sheds for storage of all materials which might be damaged by
weather, and shall remove them from the site at the completion of the work.
Restoration of the shed site shall be done by the Contractor to the condition prior to
erection of sheds.
CONTRACT DRAWINGS
The Contract drawings which accompany and form part of these Specifications, bear the
general title New Suffolk Drainage Improvements, Suffolk County, New York and as
follows: 1 Cover Sheet
2 Existing Site Conditions
3 Demolition Plan
4 Proposed Plan
5 Details
CLEAN-UP
The Contractor shall at all times keep the construction area, including storage areas used
by him, free from accumulation of waste matedal and rubbish and prior to completion of
the work, remove any rubbish from and about the premises. Upon completion of the
construction, the Contractor shall leave the work premises in a clean, neat and
workmanlike condition satisfactory to the Engineer.
GUARANTEES
Before issuance of the final certificate, the Contractor shall deliver to the Owner the
following guarantees in addition to those specifically required in the General
Conditions and in the various technical sections.
B. The Contractor hereby guarantees that all materials and workmanship installed
under his respective contract to be new and of good quality in every respect and to
DIVISION 1 - Page 6 of 15
DIVISION 1 - GENERAL REQUIREMENTS
remain so for a period of one (1) year or for longer periods where so provided for in
the Specifications, from the date of issuance of the Final Certificate by the Engineer.
Should any defects develop in the aforesaid work within the stipulated periods due to
faults in materials and/or workmanship, the Contractor hereby agrees to make all
repairs and do all necessary work to correct the defective parts. Such repairs and
corrective work, including the cost of making good all other work damaged by or
otherwise affected by making of the repairs or corrective work shall be done without
any cost or expense to the owner, and at the entire cost and expense of the
Contractor, within five (5) days after notice to the Contractor. The owner may have
the work done and charge the cost thereof to the Contractor and/or his Sureties who
agree to pay the owner the cost of such work if the Contractor fails to respond as
required.
PAYMENTS
Payment(s) made under this Contract will be made on the basis of actual work completed
in accordance with the Contract Documents. Payments will be computed from the unit
and lump sum bid. Payment will only be made for the items shown in the ProPosal Form.
END OF SECTION 01010 - GENERAL
DIVISION 1 - Page 7 of 15
DIVISION 1 - GENERAL REQUIREMENTR
SECTION 01025 - MEASUREMENT AND PAYMEN'rS
DESCRIPTION
The Contractor shall furnish all labor, materials, tools, equipment, appurtenances and all
services necessary to perform all Work as required by the plans and specifications or as
required by the Engineer, at the lump sum or unit prices for the items listed herein.
ENGINEER'S ESTIMATE OF QUANTITIES
The ENGINEER'S estimated quantities for unit price pay items are approximate only and
are included solely for the purpose of comparison of Bids. The OWNER does not
expressly or by implication agrees that the nature of the materials encountered below the
surface of the ground or the actual quantities of material encountered or required will
correspond with the estimated quantities.
PAYMENTITEMS
The method of payments and measurement of payments for each contract item shall be
described on the Proposal Form (PF) section of the bid specification.
END OF SECTION 01025 - MEASUREMENT AND PAYMENT~
DIVISION 1 - Page 8 of 15
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
SCOPE
Work shall inClude but not be limited to the following:
A. Temporary Utilities - Electricity, lighting, heat, ventilation, water and sanitary facilities
shall be provided by the Contractor for their use as required.
B. Temporary Controls - Barriers, enclosures and fencing, protection of the Work, and
water control.
C. Construction Facilities - Access roads, parking, progress cleaning, project signage,
and temporary buildings.
TEMPORARY SANITARY FACILITIES
The Contractor shall provide at the site suitable enclosed toilet facilities for the use of
construction personnel. The Contractor shall observe and enforce all sanitary
regulations and maintain satisfactory sanitary conditions around and on all parts of
the work.
B. Adequate waShi.ng facility shall be provided for the construction Personnel.
C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory
manner and enforce proper use of the sanitary facilities.
D. The Contractor shall be subject to a fine and prosecution if any human excrement is
deposited in or around the construction site.
The Contractor shall pay for all expenses associated with temporary sanitary
facilities during the course of the work, including furnishing all necessary permits and
fees required for temporary sanitary facilities.
F. Comply with all applicable codes and arrange for all necessary inspections and
approvals.
FIRST-AID FACILITIES AND ACCIDENTS
Ao
First Aid Facilities and Accidents - The Contractor shall provide, at the site, such
equipment and facilities as are necessary to supply first-aid to any of his personnel
who may be injured in connection with the work.
Accident
1. The Contractor shall promptly report in writing to the Engineer all accidents and
whatsoever arising 'out of, or in connection with, the performance of the work,
whether on or adjacent to the site, which cause death, personal injury or
DIVISION 1 - Page 9 of 15
DIVISION 1 - GENERAL REQUIREMENTS
property damage, giving full details and statements of witness.
2. If death or sedous injuries or serious damages are caused, the accident shall
be reported immediately by telephone or messenger to both the Owner and the
Engineer.
3. If any claim is made by anyone against the Contractor or a Subcontractor on
account of any accidents, the Contractor shall promptly report the facts in
writing to the Engineer, giving full details of the claim.
WATER CONTROL
The buildings and parking lots shall at all times be protected from water damage.
SECURITY
Coordinate with Owner. Contractor is responsible for protection of all work during contract
period.
PARKING
A. The Contractor's personnel shall not park on the main road or adjacent private side
streets.
B. When space is not adequate, provide additional off-site parking.
C. Contractor shall provide vehicle parking for tenants during construction.
PROGRESS CLEANING
A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean
and orderly condition.
B. Remove waste materials, debris and rubbish from site and dispose weekly in areas
as designated by the Owner.
PROTECTION OF UTILITIES~ FACILITIES AND CONTROLS
A. All existing above grade or buried utilities, equipment, facilities, and materials are to
remain and protected during construction.
B. Clean and repair damage caused by installation or use of temporary work.
C. Restore existing facilities used during construction to original condition. Restore
permanent facilities used during construction to specified conditions.
END OF SECTION 01500 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
DIVISION 1 - Page 10 of 15
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01501 - HEALTH AND SAFETY PROVISIONS REQUIREMENTS
The Contractor shall be responsible to maintain a safe workplace and to monitor
working conditions at all times during construction and, as necessary, to provide
appropriate protective clothing, equipment and facilities for his personnel, and/or to
establish work place procedures to ensure their safety, and to enfome the use of
these procedures, equipment and/or facilities in accordance wit the following
guidelines:
Safety and Health Regulations Promulgated by the U.S. Department of Labor
OSHA, 29 CFR 1910 - Occupational Safety and Health Standards, and 29
CFR 1920 - Safety and Health Regulations for Construction.
2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines.
If, at any time, the Owner or the Engineer is apprised of a safety hazard which
demands immediate attention because of its high potential for harm to public travel,
persons on or about the work, or public or private property, the owner of the
Engineer shall have the right to order such safeguards to be erected and such
precautions to be taken as necessary and the Contractor shall comply with such
orders. If, under such cimumstances, the Contractor does not or cannot or his
representative is not upon the site so that he can be notified immediately of the
insufficiency of safety precautions, the Owner may put the work into such a condition
that it shall be, in his opinion, in all respects safety, and the Contractor shall pay all
expenses of such labor and materials as may have been used for this purpose by
him or by the Owner. The fact that the Owner or the Engineer does not observe a
safety hazard or does not order the Contractor to take remedial measures shall in no
way relieve the Contractor of the entire responsibility for any costs or claims for loss,
damage, or injury by or against any part sustained on account of the insufficiency of
the safety precautions taken by him or by the Owner acting under authority of this
Section.
It is the responsibility of the Contractor to take appropriate safety precautions to
meet whatever conditions of hazard may be present dudng the performance of the
work, whether reasonably foreseeable or not. The Contractor is alerted to the fact
that it shall be his sole responsibility to anticipate and provide such additional safety
precautions, facilities, personnel and equipment as shall be necessary to protect life
and property from whatsoever conditions of hazard are present or may be present.
END OF SECTION 01501 - HEALTH AND SAFETY PROVISIONS REQUIREMENTS
DIVISION 1 - Page 11 of 15
DIVISION 1 - GENERAL REQUIREMENTS
SECTION 01770 - PROJECT CLOSEOUT
SCOPE
Prior to the release of final accrued retainage monies, the Contractor shall comply with the
procedures for closing out the Construction Contract and to effect the project's transition
to the Owner as summarized herein below.
PUNCH LIST AND FINALINSPECTION
A. Upon completion of work under the Contract, notify the Owner and Engineer that work
is complete and ready for final inspection.
The work shall be inspected within a reasonable period of time and a "Punchlist" shall
be prepared showing all items of work, if any, requiring correction or attention on the
part of the Contractor.
Upon satisfactory completion of remedial work, the Engineer will issue notification and
application for final payment may be submitted in accordance with the appropriate
Article of the General Conditions.
Do
Use of Completed Portion - The Owner shall have the right to take possession and
use any completed or partially complete portions of the work notwithstanding that the
time of completing the entire work or such portions may not have expired. Such taking
possession and use shall not be deemed an acceptance of any work not completed in
accordance with Contract Documents.
CLEAN-UP PRIOR TO FINAL ACCEPTANCE
A. Clean all construction areas free from accumulated forms, excavation fill, construction
materials and construction shanties.
B. All basins, manholes, and pipe as constructed shall be cleaned free from accumulated
construction dirt, silt, form work, etc., and all proper restoration called for in the items
of the Specifications shall be complete in every detail.
C. Remove stains, prints, paint, and soil marks of any nature from all ceilings, walls,
floors, hardware, new and existing fixtures and equipment
OPERATIONS AND MAINTENANCE INSTRUCTIONS
A. The Contractor shall start up, test, adjust, balance and otherwise place in a
satisfactory working condition all items of mechanical and electrical systems, and shall
fully instruct representatives of the Owner in the care and operation of such systems.
B. Instruction of the Owner's Maintenance Supervisor in the proper methods of cleaning
DIVISION 1 - Page 12 of 15
DIVISION 1 - GENERAL REQUIREMENTS
and maintaining all the finished surfaces and the proper methods of replacement of
the consumable items such as filters, light bulbs, washers, etc., shall be a part of this
work.
CONTRACT CLOSEOUT DOCUMENTS
After Execution of Certificate of Substantial Completion, and prior to submittal of Final
Application for Payments, the Contractor shall submit the following documents to the
Engineer/Architect:
A. Contractor's notarized affidavit that all payrolls, bill and materials, equipment, and
other indebtedness connected with the work have been paid.
B. Notarized Certificates of Waiver of Liens for himself, each Subcontractor, each
material supplier or person furnishing materials or services to the project.
C. List of subcontractors and major matedal suppliers including address, telephone
number, and name of individual to contact.
D. Validated warranties and notarized copies of all guarantees for equipment and
materials specifically Called for in the Contract Documents if applicable.
E. Consent of Surety to Final Payment.
F. Fire Underwriters Certification (where applicable).
G. Conformed Construction Drawings (As-built) if applicable.
a. Corrected mylars of original, reflecting changes from original bid documents.
b. Three (3) bid sets of blue line print, recording changes in colored pencils including
location by dimension from building walls, inside and outside, for all buried
construction.
H. Record copy of each shop drawing or installation diagram if applicable.
I. Operating manual (three (3) sets) assembled and bound, each containing if
applicable:
a. Explanatory brochures of all equipment.
b. Catalog cut.
c. Wiring diagrams.
d. Instruction sheets for operation and maintenance.
Maintenance Bond shall be submitted as part of the final payment for review. The
bond shall name the Town as the recipient and value equal to the final contract
amount with extras and alternates. The bond shall be valid for a period of one year,
DIVISION 1 - Page 13 of 15
DIVISION 1 - GENERAL REQUIREMENTS
starting on the date of project completion agreed by the Engineer.
GUARANTEES
Before issuance of the Final Payment, the Contractor shall deliver to the Owner the
following guarantee in addition to those specifically required in the General Conditions
and in the various Technical Sections of the specifications.
The Contractor hereby guarantees that all materials and workmanship installed under
his respective contract to be new and of good quality in every respect and to remain
so for a period of one (1) year, for longer periods where so provided for in any
manufacturers literature, from the date of the issuance of the Final Certificate by the
Engineer.
Should any defect develop in the aforesaid work within the stipulated pedods due to
faulty materials and/or workmanship, the Contractor hereby agrees to make all repairs
and do all necessary work to correct the defective parts. The Contractor at the
expense of the Contractor shall complete such repairs and corrective work, including
the cost of making good all the work damaged by or otherwise affected by the making
of the repairs or corrective work, within five (5) days after notice to the Contractor by
the Owner.
In case the Contractor fails to do the work so ordered, the Owner may have the work
done and charge the cost thereof against the monies retained as provided for in the
contract and if no money is available, the Contractor and/or his sureties agree to pay
the owner the cost of such work.
B. Obtain, endorse and provide separate guarantees from sub-Contractors where called
for in the vadous sections of this specification.
Documents Required to be Delivered to Enqineer
1. Release of liens
2. Affidavit from all Subcontractors and matedal suppliers for job, stating that
they have been paid.
3. Affidavit that all payrolls, bills for materials, equipment and other
indebtedness connected with the work has been paid.
4. Releases and waivers of liens from Subcontractors, if required by the Owner.
5. Consent of surety to final payment.
6. Record plans if applicable.
7. Maintenance and Instruction Manuals if applicable
DIVISION 1 - Page 14 of 15
DIVISION 1 - GENERAL REQUIREMENTS
a. The Contractor shall include all literature of the manufacturer's relating to
equipment, including motors or other manufactured equipment; also, cuts,
wiring diagrams, instruction sheets, and all other information pertaining to
same that would be useful to the owner in the operation and maintenance
bf same.
b. The Contractor shall also instruct the Owner's designated personnel in the
operation of the equipment and/or systems.
EMERGENCY REPAIRS
During a valid warranty period, if the Contractor is unable or unwilling to respond
immediately to make emergency repairs under conditions which the Owner may
determine to be an emergency situation, the Owner reserves the right, and the
Contractor recognizes such right, to make such emergency repairs and then to bill the
Contractor for a fair and reasonable amount in reimbursement for such repairs.
END OF SECTION 01770 - PROJECT CLOSEOUT
DIVISION 1 - Page 15 of 15
DIVISION 2 - SITE WORK
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract documents.
Refer to the Drawings and Specifications of other trades and Contractors for items which
might affect the work under the Division.
TABLE OF CONTENTS - DIVISION NO. 2 - SITE WORK
Included in this Division are the following sections:
02050
02160
02200
02221
02222
02230
02390
02392
02512
02577
02595
02630
02722
02723
02740
02772
02775
02891
02911
02920
Site Demolition
Shoring and Bracing
Site Preparation
Unclassified Excavation and Grading
Clean Granular Fill
Screened Subangular Stone
CCA Treated Timbers
Marine Hardware
PVC Pipe and Fittings
Pavement Stdping
Geotextile Filter Fabrics
Stormwater Drainage
Pavement Subbase Preparation
Recycled Portland Cement Concrete Aggregate Base Course
Asphaltic Concrete Pavement
Concrete Curb
Concrete Walks
Signage
Topsoil
Hydroseed
DIVISION 2 - PAGE 1 of 35
DIVISION 2 - SITE WORK
SECTION 02050 - SITE DEMOLITION
DESCRIPTION
Under this Section, the Contractor shall supply all labor, materials, equipment and
incidentals necessary to complete the Demolition work and Debds removal as specified
herein, shown on the Contract Drawings and/or as directed by the Engineer,
SCOPE
In general, the work to be done shall include but not be limited to the following:
B.
C.
D.
E.
Existing catch basins and piping
Existing Paved Roadways
Existing Guiderail (removal & replacement)
Parking lot asphalt
Any and all excess soil or unsuitable material.
DEMOLITION DESCRIPTION AND DETAIL-~
The Contractor shall completely remove all soils, concrete structures and piping,
asphalt, timbers and debris to allow for the proposed construction as shown on the
Contract Drawings and directed by the Engineer. All materials and debris to be
demolished shall be removed and disposed of off site.
The Contractor shall exemise extreme care NOT to damage the existing structures
and surfaces which are to remain. All asphalt and concrete shall be sawcut prior
to any removal or demolition. The Contractor shall remove from the site all cut-offs
and demolished materials and replace remaining voids and previously occupied
spaces with suitable granular fill material properly compacted in place.
Off-site disposal for all demolished material and debris shall be at a facility
approved by the New York State Department of Environmental Conservation. All
costs, permits, etc., for proper disposal shall be borne by the Contractor.
END OF SECTION 02050 - SITE DEMOLITION
DIVISION 2 - PAGE 2 of 35
DIVISION 2 - SITE WORK
SECTION 02160 - SHORING AND BRACING
GENERAL
The Contractor shall furnish all labor, materials equipment, tools and
appurtenances required to complete the work of shoring, bracing, and sheeting or
sheet piling, necessary to complete the construction, protect structures, and
prevent the loss of ground or caving of embankments, as shown, specified or
required, and shall meet all applicable building and safety codes.
Pressures on sheeting and the stability of the sheeting and bottom of the
excavation are dependent not only on soil conditions but upon many procedures
and options available to the Contractor, such as dewatering, staging of excavation
and installation of bracing, flexibility of sheeting, construction equipment used, and
time of completing the work. All such factors shall be considered investigated in
the design of the sheeting and bracing.
RELATED DOCUMENTS
Recommended Technical Provisions for Shoring and Sloping of Trenches and
Excavations, U.s. Department of commerce.
B. Construction Safety and Health Regulations, U.S. Department of Labor,
Occupational Safety and Health Administration.
SUBMrI'rALS
In trenches, the sheeting shall be designed so that the lowest brace is no closer than 12
inches above the base of the structure to be installed. Therefore, the Contractor shall
submit drawings, computations and substantiating data prepared, and signed and sealed
by a Professional Engineer licensed in the State, showing his proposed sheeting, sheet
piling, and bracing design and method of construction for the information of the Engineer
prior to the start of such construction. Any review or comments by the Engineer shall not
relieve the Contractor of his responsibility for sheeting and bracing.
QUALITY CONTROL
During the installation of the sheeting and bracing and as long as the excavation is open,
the Contractor's Professional Engineer shall monitor the work to ensure that it is carried
out in accordance with his design and procedures. For this purpose, leveling
observations for heave and settlement shall be made in addition to piezometric readings
where excavations extend below the water table or through soft cohesive soils.
MATERIALS
Steel Sheet Pilinq: Steel sheet piling shall conform to the requirements of ASTM
A328.
DIVISION 2 - PAGE 3 of 35
DIVISION 2 - SITE WORK
Timber Sheetinq: The timber, unless otherwise noted, may consist of any species
which will satisfactorily stand driving. It shall be sawn or hewn with square comers
and shall be free form worm holes, loose knots, wind shakes, decayed or unsound
portions, or other defects which might impair its strength or tightness.
VERIFYING EXISTING CONDITIONS
Before commencing work, the Contractor shall check and verify all governing
dimensions and elevations, including field measurements of existing and adjoining
work on which his work is dependent, to assure proper fit and clearance of each
part of the work to the new and existing structures.
The Contractor's attention is drawn to General Conditions for general information
for evaluating existing conditions which may affect his work.
COORDINATION WITH OTHER OPERATIONS
The schedule and progress of the shoring, bracing, and sheeting work shall be
coordinated with the dewatering, excavation, and backfilling work. If, during the progress
of the excavation, lateral movement of the adjacent ground or structures is discovered,
corrective measures shall be taken immediately to prevent further movement.
INSTALLATION
A. All sheeting
All sheeting, whether steel or timber, permanent or temporary, shall be safely
designed and shall be carried to adequate depths and braced as necessary for
proper performance of the work. Construction shall be such as to permit
excavation as required. Interior dimension shall be such as to give sufficient
clearance for construction forms and their inspection. Movements of sheeting or
bracing which prevent the proper completion of the sub-structure or cause damage
to any adjacent structure by undermining or any other change shall be corrected at
the sole expense of the Contractor. No part of the sheeting or bracing shall be
allowed to extend into the structure without written permission of the Engineer.
If the Engineer is of the opinion that, at any point, any proper supports have not be
provided, he may order additional supports put in at the expense of the Contractor,
and compliance with such order shall not relieve or release the Contractor from
his responsibility for the sufficiency of such supports. Care shall be taken to
prevent voids outside of the sheeting, but if voids are formed, they shall be
immediately filled and rammed.
3. The Contractor shall leave in place to be embedded in the backfill, any sheeting
and bracing which the Engineer may direct him in writing to leave in place at any
DIVISION 2 - PAGE 4 of 35
DIVISION 2 - SITE WORK
time, during the progress of the work, for the purpose of preventing injury to
structures, utilities, or property, whether public or private. The Engineer may direct
that steel or timber used for sheeting and bracing be cut off at any specified
elevation.
The right of the Engineer to order sheeting and bracing left in place shall not be
construed as creating any obligation on his part to issue such orders, and his
failure to exemise his right to do so shall not relieve the contractor from liability for
damages to persons or property occurring form or upon the work occasioned by
negligence or otherwise, growing out of a failure on the part of the Contractor to
leave in place sufficient sheeting and bracing to prevent any caving or moving of
the ground.
REMOVAL OF SHORING AND BRACING MATERIALS
Whether the Contractor elects not to remove shoring and bracing material, all such
material shall be removed to the extent that the top of the material shall be a
minimum of 5 feet below the proposed finished grade.
Removal of shoring and bracing shall be carried out in a manner such that no
structure shall be disturbed or damaged during or after removal. Protection of
structures during the removal of the shoring and bracing shall be the sole
responsibility of the Contractor, and any disturbance or damage shall be rectified at
no expense to the Owner.
SAFETY
Installation and removal methods of shoring and bracing shall meet, or exceed, the
minimum requirements of the applicable codes and safety precautions as outlined in such
codes, and shall be enfomed by the Contractor.
METHOD OF PAYMENT
The Contractor shall not receive separate payment for the cost of shoring and bracing. All
costs for shodng and bracing shall be included within the unit payment item for related
drainage structure and pipe installations listed on the Proposal Form(s).
END OF SECTION 02160 - SHORING AND BRACING
DIVISION 2 - PAGE 5 of 35
DIVISION 2 - SITE WORK
SECTION 02200 - SITE PREPARATION
WORKINCLUDED
The Contractor shall fumish labor, materials, equipment and appurtenances necessary or
required to perform and complete all work including, but not limited to the following:
A. Location and Stakeout
B. Clearing, removing and the legal disposal of all debris and miscellaneous structures
not covered under other sections of these Specifications.
The Contractor shall do all stakeout, layout, and elevations necessary to perform the
intended construction. Surveying shall be performed by a Licensed Land Surveyor
acceptable to the Engineer. All instruments, equipment, stakes and any other material
necessary to perform this work satisfactorily shall be provided by the Contractor and
approved by the Engineer.
QUALITY ASSURANCE
A. Location and stakeout work shall be performed by a Professional Engineer or Land
Surveyor duly licensed in the State of New York.
B. The Contractor shall, at their own expense, secure and pay for all permits, inspections,
fees and give all legal notices that may be required in connection with the work,
including the notification of owners of existing subsurface gas and other utility lines.
INSPECTION
A. The Contractor shall visit and thoroughly familiarize themselves with the site and with
the scope of work to be done.
B. When the Contractor submits their proposal, it shall be interpreted to mean that he
has examined the site, fully understands the existing and proposed conditions and has
made due allowances for them in their proposal.
PREPARATION
A. Notification of utility companies shall be in accordance with Industrial Code Rule #53
of Title 12, of the Official Compilation of Codes, Rules and Regulations of the State of
New York.
B. Notify all utility companies, prior to start of work and ascertain location of all existing
utilities.
DIVISION 2 - PAGE 6 of 35
DIVISION 2 - SITE WORK
C. Exercise extreme caution in the aroa of existing utilities so as not to cause damage or
breakage.
D. The Contractor shall verify all elevations and satisfy themselves as to their correctness
by visiting the site of the proposed work and examining the actual condition prior to the
beginning of the work.
PERFORMANCE
A. The Contractor shall exercise diligent care to protect existing trees, shrubs and under-
growth not to be removed and shall replace at his own expense any such existing
plants, trees, shrubs or other plant material removed, destroyed, disfigured or
damaged because of his negligence with similar planting approved by the Engineer.
B. All wood and brush shall be legally disposed of by the Contractor at their own
expense.
ADJUST AND CLEAN
The Contractor shall clean up and remove from the site all rubbish and surplus material
as fast as it accumulates and shall not permit it to be scattered about the project site.
PROTECTION OF EXISTING VEGETATION
A. Top soil cover over root systems of existing trees and shrubs shall be minimized and
never exceed 6 inches in depth.
Trenching across tree root systems should be a minimum distance to the tree
diameter in inches, converted to feet, from the tree trunk. (e.g. 10 inch caliper tree
shall have a minimum of 10 feet distance between trunk and trench.) Tunnels under
the root system should start 18 inches or deeper below existing grade. Tree roots
which must be severed should be cut clean. Backfill material around roots shall be
topsoil.
Construct sturdy fences, wood or steel barriers, or other protective devices
surrounding valuable vegetation from construction equipment. Place barriers far
enough from tree so that all equipment such as backhoes and dump trucks do not
contact tree trunk or branches.
D. Trees shall be protected from grade to the lowest branch or 8' above grade, whichever
is lowest.
Material shall only be stockpiled in locations approved by the engineer. No equipment
shall be parked or repaired, and no oil, gasoline, concrete or other debris shall be
dumped near trees and shrubs to remain. At the end of each workday, all debds shall
be removed and disposed of off-site.
DIVISION 2 - PAGE 7 of 35
DIVISION 2 - SITE WORK
Obstructive and broken branches should be pruned properly. The 3 cut method
should be used on all branches larger than two inches at the cut. The branch collar on
all branches whether living or dead should not be damaged. First cut the underside of
the branch partly through 6 inches or moro from troe. Cut through the branch 2 inches
or further out from trunk. The final cut should be made by placing the shears or saw in
front of the branch bark ridge and cutting downward and slightly outward. Do not paint
the wounds.
Any troes damaged dudng construction shall be ropairod by an approved troe
surgeon. Any troe erroneously romoved or damaged beyond satisfactory ropair shall
be roplaced with the same species, 6 inches in caliper, which shall be balled,
burlapped and platformed and planted at the diroction of the Engineer.
Where cuts expose or affect root systems of trees, the exposed roots shall be cut off
cleanly and such areas shall be backfilled with topsoil as soon as practicable and shall
be watered and protected from further damage.
METHOD OF PAYMENT
The Contractor shall receive separate payment for the cost of site preparation. All costs
for site preparation shall be included within the contract payment Item No. 4 listed on the
Proposal Form(s).
END OF SECTION 02200 - SITE PREPARATION
DIVISION 2 - PAGE 8 of 35
DIVISION 2 - SITE WORK
SECTION 02221 - UNCLASSIFIED EXCAVATION AND GRADINC.
CLASSIFICATION
Classification of excavation: Excavation shall be unclassified, and the term "unclassified
excavation" shall be understood to mean any and all materials encountered during
excavation work including structures, pavement, abandoned structures, stumps,
foundations, retaining walls, earth, piping, demolition, drainage systems, etc.
GENERAL SITE EXCAVATION
The Contractor shall as necessary for safe construction and repair of the proposed
construction to the specifications and/or as approved by the engineer. Material, which
is unacceptable to the Engineer, shall be disposed of at the Contractor's expense.
B. Unstable soil shall be removed and replaced with sand or gravel and shall be
thoroughly compacted.
C. Adequate provision shall be made to intercept or divert all surface water from the
areas of construction operations and designated wetlands.
The Contractor shall establish a construction grid for the areas of proposed excavation
a grading to establish all stakeout, layout, and elevations necessary to perform the
intended construction. All instruments, equipment, stakes and any other material
necessary to perform this work satisfactorily shall be provided by the Contractor and
approved by the Engineer.
METHOD OF PAYMENT
The Contractor shall receive separate payment for the cost of unclassified excavation and
grading. All costs for unclassified excavation and grading shall be included within the unit
payment item identified on the Proposal Form (Item 4).
END OF SECTION 02221 - UNCLASSIFIED EXCAVATION AND GRADING
DIVISION 2 - PAGE 9 of 35
DIVISION 2 - SITE WORK
SECTION 02222 - CLEAN GRANULAR FILL
DESCRIPTION
Under this Item, the Contractor shall furnish, place and compact clean granular fill
material in accordance with the plans and specifications and/or as directed by the
Engineer.
MATERIALS
Clean granular fill shall be sound, hard, durable bank run sand and gravel. Gradation
shall be as follows as determined by ASTM D422 Testing Methods
Sieve Size
Percent Passin.q by Wei.qht
1 -inch 100%
No. 40 0-70%
No. 200 0-10%
The Engineer reserves the right to randomly test for conformance any material that
arrives at the site. All costs associated with laboratory testing of the material shall be
borne by the Contractor.
CONSTRUCTION DETAILS
The Contractor shall furnish and place clean granular fill material as directed by the
Engineer. The fill material shall be placed in 6" to 9" lifts and thoroughly compacted
with a vibratory tamper or other approved means. The fill material shall be compacted
to 95% of maximum density at optimum moisture content in accordance with ASTM
D698 Standard Proctor. Testing fees shall be borne by the Contractor.
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of furnishing and installing
clean granular fill. All costs for clean granular fill shall be included within the unclassified
excavation and grading payment item identified on the Proposal Form (Item 4).
END OF SECTION 02222 - CLEAN GRANULAR FILL
DIVISION 2 - PAGE 10 of 35
plVISION 2 - SITE WORK
SECTION 02230 - SCREENED SUBANGULAR STONF
DESCRIPTION
Under this Item, the Contractor shall furnish, place and compact screened subangular
stone material in accordance with the plans and specifications and/or as directed by the
Engineer.
MATERIALS
Screened stone shall be brought from clean offsite sources. The material shall be clean
naturally rounded aggregate, free from angular rocks, organic substances and other
deleterious matter and conform to the following ASTM D422 Testing Methods
Sieve Size Percent Passinq by Weiqht
2-inch 100%
1 -inch 40-80%
No. 40 20-60%
No. 200 0~5%
The Engineer reserves the right to randomly test for conformance any material that
arrives at the site. All costs associated with laboratory testing of the material shall be
borne by the Contractor. Bluestone is not acceptable.
CONSTRUCTION DETAILS
The Contractor shall furnish and place clean subangular stone material as directed by
the Engineer. The stone shall be place around the leaching rings as shown on the
construction plans. A mechanical vibratory compactor must be used to maximize
compaction around the leaching rings.
METHOD OF PAYMENT
The Contractor shall not receive separate payment for the cost of installing subangular
stone material. All costs for subangular stone shall be included within each item that
requires stone fill.
END OF SECTION 02230 - SCREENED ANGULAR STONF
DIVISION 2 - PAGE 11 of 35
DIVISION 2 - SITE WORK
SECTION 02390 - CCA TREATED TIMBERR
DESCRIPTION
Under this Item, the Contractor shall install CCA Treated Timbers into site systems
(guiderail) in accordance with the plans, specifications and/or as directed by the
Engineer.
MATERIALS
All timbers shall be Southern Pine No. 1 Dense SPIB Grading Rules (used at MC
over 19%) Fb = 1,550 psi minimum before treatment and shall conform to the
requirements of the current Standard Specifications for Structural Wood Joists,
sheathing, planks, beams and stringers, and posts and timbers ASTM
Designation D 245.
Timbers Not in Contact with Waters: Treatment shall be CCA (chromated
copper arsenate) Type B conforming to the requirements of AWPA Specification
P-5, Federal Specification TT-W-550 and ASTM Standard D 1625. The
minimum net retention shall be 0.60 pounds per cubic foot of wood from assay
zone 0 to 3.0 inches. Penetration 2.5 inches or 85% of sapwood, whichever is
greater.
CONSTRUCTION DETAILS
All work shall conform to the best practices of the trade involved resulting in
workmanship of the first class only. All timber shall be accurately set resulting in
sheathing true to line, grade, plumbness and tight to existing sheathing. All joints
and splices shall be set tight and secure. Splices in wales shall be of accurately
cut configuration as approved by the Engineer or shown on the Contract
Drawings.
Improperly constructed guiderail construction, as determined by the Engineer,
shall be immediately removed and reconstructed with new materials (at the
contractor's expense) to the standard required by these Specifications. No
deviations from these Specifications will be permissible except where directed by
the Engineer.
Workmanship shall be first class throughout. None but competent workmen
shall be employed and all framing shall be true and exact. Spikes and nails shall
be driven with just sufficient force to set the heads flush with the surface of the
wood. Deep hammer marks in wood surfaces shall be considered evidence of
poor workmanship and sufficient cause for removal of the workman causing
them.
DIVISION 2 - PAGE 12 of 35
DIVISION 2 - SITE WORK
Holes for bolts shall be bored with a bit of the same diameter as the bolt to be
used.
All work shall conform to the best practices of the trade involved resulting in
workmanship of the first class only. All material shall be accurately set resulting
in a guiderail system true to line, grade, plumbness or level.
PILE PREPARATION
Notify the Town and Engineer of intent to drive piles at least 5 working days
before scheduled start of pile driving.
B. Do not drive piles until necessary dredging work in that area has been
completed.
Measure piles and mark them with white paint. Indicate the overall length near
top of pile. Mark the entire pile length at intervals as required by driving
conditions or as directed. Measure and place graduated lines at closer intervals
near top of pile.
PILE INSTALLATION
The piles may be jetted the first 5' of embedment to obtain alignment and
location.
B. Piles shall be driven vertical and plumb.
Piles shall be driven to a minimum energy of 20,000 ft-lbs as determined by the
Modified Engineering New Record Formula:
Pa = 0.0025 E (W_r+e2W~)
(s+O.
Where:
Pa = Allowable Pile Load (kips)
E = Rated Hammer Energy Per Blow (ft-lb)
Wp = Weight of Pile plus Driving Appurtenances (lb)
Wr = Weight of Hammer Ram (lb)
s = Pile Set (in/blow)
e = Coefficient of Restitution
D. All piles shall be installed butts down accurately into position.
E. The length of the piles shall be as indicated on the plans.
The tops of the piles shall be cut off on an approximate 5-15 degree angle from
level to the elevation as shown on Drawings. Tops of piles shall be coated with
DIVISION 2 - PAGE 13 of 35
DIVISION 2 - SITE WORK
marine grade epoxy.
Drive each pile continuously from the time it is started until it is completed unless
unusual occurrences are encountered during driving.
H. Piles shall be driven the full length with cut-offs.
If pile are forced up by the driving of adjacent piles, or by any other cause, drive
them down again as directed and without additional cost to the Town.
Obstructions: If obstructions are encountered in the driving operation which
cannot be displaced, break up the obstructions to permit the unobstructed
passage of the pile. If necessary, partially withdraw such pile or remove it
entirely as necessary to clear the obstruction and protect the pile from damage.
Tolerances:
a. Variation from Plan Location: Center of pile at cutoff elevation shall be not
more than 3 inches from its designed position.
b. Variation from Vertical (or Batter Shown on the Drawings): Pile shall be not
more than 2 degrees from the vertical or indicated batter.
c. Variation from Cutoff Elevation: Top of pile shall be not more than 2 inches
from its designed cutoff elevation.
ADJUSTING
Remove improperly located piles and piles found defective after driving.
REMOVING MATERIALS
Remove from property cutoff lengths of piles and excess piles.
METHOD OF PAYMENT
The Contractor shall not receive separate payment for the cost of installing CCA Treated
Timbers. All costs for CCA Treated Timbers shall be included within the payment item(s)
defined in the Proposal Form of the specification.
END OF SECTION 02390 - CCA TREATED FRAMING TIMBERS
DIVISION 2 - PAGE 14 of 35
DIVISION 2 - SITE WORK
SECTION 02392 - MARINE HARDWARE
DESCRIPTION
Under this Item, the Contractor shall furnish and install all required Marine Hardware
into marine systems in accordance with the plans, specifications and/or as directed by
the Engineer.
MATERIALS
All hardware shall be hot dipped galvanized and furnished by the Contractor
unless otherwise stated with M19 and ASTM Designation A-153. The zinc
coating shall be class A, 2.0 ounces of zinc per square foot of hardware surface.
ALL THREADS SHALL BE CUT PRIOR TO BEING GALVANIZED.
NYDD washers, plate washers, tapered washers and plates shall meet ASTM
Specification A-36 for Grade A steel.
Bolts and tie rods shall be mushroom head as manufactured by Seaport Marine
Corp. or approved equal.
D. Nuts shall be hexagonal and meet ASTM Specification A-307 for Grade A steel.
E. Washers shall meet ASTM Specification A~47 for Class 30 - A cast iron.
F. Spikes and nails shall be the common wire type and shall meet AISI
Specification 1010 or 1020 steel.
Hurricane straps and reinfoming angles to be Simpson Strong-Tie Z-Max (G185
Hot Dipped Galvanized per ASTM A653) connectors or approved equal.
METHOD OF PAYMENT
The Contractor shall not receive separate payment for the cost of marine hardware (ail
hardware on the project). All costs for hardware shall be included within the payment
item(s) defined in the Proposal Form of the specification.
END OF SECTION 02392 - MARINE HARDWARE
DIVISION 2 - PAGE 15 of 35
DIVISION 2 - SITE WORK
SECTION 02512 PVC PIPE AND FITTINGS
DESCRIPTION
Furnish and installation of all specified plastic (PVC) pipe and fittings required for the
installation of the drainage and electrical distribution systems as indicated on the Contract
Drawings.
SUBMITTALS
Product Data: Manufacturer's specifications wi'th detailed information regarding
dimensions, pressure rating, fittings and installation instructions. Manufacturer's data
must indicate compliance with the standards specified herein.
MATERIALS
All pipes and fittings are to be Schedule 80 Polyvinyl Chloride (PVC) pipe. All PVC shall
be manufactured from a Type I Grade I Polyvinyl Chloride (PVC) compound with a cell
classification of 12454 per ASTM D1784. All pipes shall be manufactured in strict
compliance to ASTM D1785 with compliance marking on each section of pipe. Pipe
shall be manufactured from Harvel Plastics (610) 252-7355 or approved equal. Physical
properties shall include:
Physical Property Value Reference
Specific Gravity + 0.02 1.4 ASTM D792
Tensile Strength, psi @ 73°F 7100 ASTM D638
Modulus of Elasticity in Tension, psi @73°F 400,000 ASTM D638
Flexurel Strength, psi 12,000-14,000 ASTM D790
Izod Impact, Ft. Lbs/in., Notch @73°F 0.65 ASTM D256
Heat Deflection °F @264psi 160 ASTM D648
Heat Resistance °F 140
Thermal Conductivity, BTU/hr./scl. FT./°F/in 1.2 ASTM C177
Coefficent of Expansion, in./in.?Fxl0's 3.0 ASTM D696
Water Absorption, %/24 hrs. @73°F 0.05 ASTM D570
Cell Classificiation 12454B ASTM D 1784
Color Code Dark Gray
INSTALLATION
A. Install pipe as indicated on the Drawings.
B. Pipe in Trenches:
1. Keep trenches free from water to the best of your ability.
2. Grade and shape trench bottom to insure a firm uniform bearing for the
entire trench length.
DIVISION 2 - PAGE 16 of 35
DIVISION 2 - SITE WORK
Cut pipe as recommended by the manufacturer.
Lay pipe on a continuously rising grade from Iow points to high points
At each joint, dig a bell hole sufficiently wide and deep to allow the pipe
barrel to bear uniformly on the trench bottom.
PROTECTING PIPE
During the progress of the Work keep pipe clean from all sediment, debris, and
other foreign material.
Close all open ends of pipes and fittings securely with removable plugs at end of
Work day, during storms, when the Work is left at any time, and at such times as
the Director's Representative may direct.
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of (PVC) pipe and fittings.
All costs for (PVC) pipe and fittings shall be included within the appropriate payment
item(s) (Items 5, 11 and 16) defined in the Proposal Form(s) of the specification.
END OF SECTION 02512 - PVC PIPE AND FITTINGR
DIVISION 2 - PAGE 17 of 35
DIVISION 2 - SITE WORK
SECTION 02577 - PAVEMENT STRIPING
QUALITY ASSURANCE
A. Regulatory Requirements: Chapter III of Title 6 of the official compilation of Codes,
Rules and Regulations of the State of New York (Title 6 NYCRR), Part 205
Architectural Surface Coatings.
B. Certification: Affidavit by the paint applicator, certifying that the materials comply
with the current regulatory requirements in effect at the time products were delivered
and applied.
PROJECT CONDITIONS
A. Perform the painting operations after working hours, on weekends or at such time so
as not to interfere with the flow of traffic. Provide temporary barriers to prevent
vehicles from driving over newly painted areas.
B. Apply paint on dry pavement surface, when the air temperature is above 40 degrees
Fahrenheit.
MATERIALS
Paint: DOT Section 640-Reflectorized Pavement Marking Paints - yellow, blue or white
as indicated or if not indicated as directed.
PREPARATION
A. Remove dust, dirt, and other foreign material detrimental to paint adhesion.
B. Mark layout of stripes and lines with chalk or paint.
APPLYING PAVEMENT MARKING
Apply paint in accordance with DOT Section 640-3.02.
METHOD OF PAYMENT
All costs for pavement markings shall be included within the payment item defined in the
Proposal Form (Item 13) of the specification,
END OF SECTION 02577 - PAVEMENT STRIPING
. DIVISION 2 - PAGE 18 of 35
DIVISION 2 - SITE WORK
SECTION 02595 - GEOTEXTILE FILTER FABRICS
DESCRIPTION
The Contractor will be responsible for furnishing and installing the geotextile filter fabric
into the various components indicated on the Contract Drawings. The Contractor shall
provide all labor, materials, equipment and incidentals necessary to install the Geotextile
Filter Fabric as specified, shown on the Contract Drawings, and as directed by the
Engineer.
SUBMITTALS
The Contractor shall furnish certificates from the company manufacturing the
geotextile attesting that the geotextile meets the chemical, physical, and
manufacturing requirements specified.
The Contractor shall fumish the manufacturers quality control certificates, for rolls
delivered to the site, which shall include:
1. Roll numbers and identification
2. Sampling procedures
3. Certified results from manufacturer quality control tests verifying each minimum
average role property specified
MATERIALS
Geotextile - 8oz. shall be a needle punched non-woven polypropylene fabdc and be
"Geotex 861" manufactured by SI Geosolutions (423-899-0444), www.fixsoil.com or
approved equal.
The geotextile-8 oz. shall demonstrate the following properties:
PR(~PERTY TEST METHOD - ' MIN.AVE. ROLL VALUE
Grab Tensile Strength ASTM D4632 220 lbs (min)
Puncture Strength ASTM D4833 135 lbs (min)
Mullen Burst ASTM D3786 420 psi (min)
Trapezoidal Tear ASTM D4533 95 lbs (min)
Apparent Opening Size ASTM D4751 80 US Std Sieve (max)
Permittivity ASTM D4491 1.50 sec-1 (rain)
Permeability ASTM D4491 0.38 cm/sec (min)
Water Flow Rate ASTM D4491 110 gpm/sf (min)
Mass Per Unit Area ASTM D5261 8.0 oz/sy (min)
UV Resistance ASTM D4355 70% (min)
(%retain.500hr)
DIVISION 2 - PAGE 19 of 35
DIVISION 2 - SITE WORK
CONSTRUCTION DETAILS
Fabric will be rejected, by the Engineer, if it is found to have defects, rips, holes,
flaws, deterioration or other damage.
The subgrade shall be cleared of sharp objects, boulders, stumps or any materials
that may contribute to fabric punctures, shearing, rupturing or tearing. The
subgrade shall be inspected for unstable areas or soft spots, before the fabdc is
placed and additional fill shall be placed and compacted to eliminate those
unstable areas.
The fabric shall be placed in the manner and at the locations as indicated on the
Contract Drawings. All seams shall have a minimum of 12". Fabric shall be laid
smooth and free of tension, stress, folds, wrinkles or creases.
If geotextile should be damaged during any step of installation, a piece of
geotextile material shall be cut and placed over the damaged area and overlap the
undamaged material a minimum of 3 feet in each direction.
After unwrapping the geotextile from its opaque cover, the geotextile shall not be
left exposed for a period in excess of 30 days.
F. Soil shall be spread in the direction of geotextile overlap.
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of geotextile filter fabric.
All costs for geotextile filter fabric furnished and installed shall be included within the
payment item(s) (Items 5 and 6) as defined in the Proposal Form of the specification.
END OF SECTION 02595 - GEOTEXTILE FILTER FABRIC
DIVISION 2 - PAGE 20 of 35
DIVISION 2 - SITE WORK
SECTION 02630 - STORMWATER DRAINAGE
WORK INCLUDED
The work shall include furnishing all labor, material, equipment, and incidentals necessary
to install pre-cast concrete drainage structures, pipes, culverts, frames and grates, frames
and covers, stone, suitable granular porous leaching material (soil), and all other
necessary operations to construct the stormwater drainage system in accordance with the
plans, specifications and/or as directed by the Engineer.
SHOP DRAWINGS
Submit complete and accurate shop drawings, catalog cuts, details for the Engineer's
approval. No installation shall be made prior to approval of the Engineer.
MATERIALS
Leaching Pools - Leaching pools shall consist of leaching rings and a solid wall
dome. The diameter and depth of the leaching pools shall be as indicated on the
plans. The leaching rings and solid wall dome shall be as manufactured by Suffolk
Precast Inc., Calverton, NY or an approved equal.
Solid Covers (precast concrete) - The solid cover shall be precast concrete as
shown on the construction drawings and manufactured by Suffolk Precast Inc.,
Calverton, NY or an approved equal.
Frames and Grates (circular qrate) - The frame and grate shall be heavy-duty type
frame and grate as manufactured by Campbell Foundry Company or an approved
equal. Frames and grates shall be as shown on the construction drawings.
Frames and Covers (cimular solid cover) - The frame and solid cover shall be
heavy-duty type frame and cover as manufactured by Campbell Foundry Company
or an approved equal. Frames and covers shall be as shown on the construction
drawings.
INSTALLATION
A. The Contractor shall excavate for the installation of the structures and pipes at the
locations and to the limits as shown on the contract drawings.
B. The outside area of the leaching structures shall be backfilled with clean granular
porous material as specified.
C. Pipes are to be installed to the lines and grades as indicated on the plans.
D. The Engineer reserves the right to reject backfill matedal if in his opinion contains
DIVISION 2 - PAGE 21 of 35
DIVISION2 -SITE WORK
deleterious material. The Engineer shall determine if the compaction effort is
sufficient to complete the installation.
E. Frames and grates/covers shall be installed to the grades as indicated on the plans.
F. Frames and grates/covers shall be well mortared in place.
METHOD OF PAYMENT
All costs for stormwater drainage shall be included within the payment items defined in
the Proposal Form of the specification.
END OF SECTION 02630 - STORMWATER DRAINAGE
DIVISION 2 - PAGE 22 of 35
DIVISION 2 - SITE WORK
SECTION 02722 - PAVEMENT SUBBASE PREPARATION
WORKINCLUDED
The work shall include stripping and removing unsuitable materials, performing cut'and
fill operations, adjusting existing castings to proposed grade and fine grading the
surface to construct a subbase for the proposed walkway, roadway and parking fields in
accordance with the plans, specifications and/or as directed by the Engineer.
CONSTRUCTION DETAILS
In the area that will receive pavement, the Contractor shall strip, remove and
dispose of, all asphalt, concrete and unsuitable material containing organic matter,
such as muck, peat, organic silt, topsoil or grass, that is not satisfactory for use for
pavement construction. Upon completion of the removal of the unsuitable materials
to the satisfaction of the Engineer, the Contractor shall grade the area by cutting and
filling as required. Any excess suitable excavated material shall be used for various
backfilling operations. No additional payment will be made for re-handling of this
material. In the event that during subbase preparation operations additional fill is
required to stabilize the subbase and/or to achieve the specified grade, the
Contractor to import Clean Granular Fill ul~der the Unclassified Excavation and
Grading item.
After the cutting and filling operation is completed, the Contractor shall fine grade
and properly compact the subbase. The subbase shall be compacted using a
minimum 10-ton roller. The subbase shall be compacted to 90% of maximum
density within 3 pement of optimum moisture content in accordance with ASTM D
1557 Modified Proctor.
The Engineer will be sole judge in determining if the subbase is acceptable for
placement of the subsequent courses. The Contractor shall not continue until he
has received approval by the Engineer.
D. Existing castings (drainage & sanitary) shall be adjusted to the proposed grades with
concrete bricks and mortar (if applicable).
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of pavement subbase
preparation. All costs for pavement subbase preparation shall be included within the
payment item(s) defined in the Proposal Form of the specification (Item 4).
END OF SECTION 02722 - PAVEMENT SUBBASE PREPARATION
DIVISION 2 - PAGE 23 of 35
DIVISION 2 - SITE WORK
SECTION 02723 RECYCLED PORTLAND CEMENT CONCRETE AGGREGATE BASE
COURSE
WORKINCLUDED
This work includes furnishing and installing a Recycled Portland Concrete Cement
Aggregate (RCA) base course over an approved subgrade to the depth, lines and
grades where shown on the plans and/or as directed by the Engineer.
MATERIALS
A. The Recycled Portland Cement Aggregate (RCA) material shall conform to the
provisions of the Standard Specifications Construction and Materials of the New
York State Department of Transportation of January 2, 2002 (metric units).
B. The Contractor shall perform and submit laboratory analysis to verify conformance of
this material. Test results shall be submitted to the Engineer prior to acceptance of
this material. The cost for all laboratories testing of the matedal shall be borne by the
Contractor.
CONSTRUCTION DETAILS
Upon approval of the compacted soil subbase by the Engineer, the Contractor shall
furnish, place and compact the recycled concrete aggregate to the specified lines and
grades. Tolerance of the compacted RCA base course shall be plus/minus ¼ inch.
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of Recycled Portland
Concrete Cement Aggregate (RCA) base course. All costs for Recycled Portland
Concrete Cement Aggregate (RCA) base course shall be included within the payment
item(s) defined in the Proposal Form of the specification (Item 9).
END OF SECTION 02723 - RECYCLED PORTLAND CEMENT CONCRETE
AGGREGATE BASE COURSE
DIVISION 2 - PAGE 24 of 35
DIVISION 2 - SITE WORK
SECTION 02740 ASPHALTIC CONCRETE PAVEMENT
WORK INCLUDED
This work includes furnishing all labor, materials, equipment, and incidentals
necessary to construct new asphaltic concrete pavement for the proposed roads and
parking fields in accordance with the plans and specifications and as directed by the
Engineer.
The Hot Mix Asphalt material shall conform to the provisions of the Standard
Specifications Construction and Materials of the New York State Department of
Transportation of January 2, 2002 (metric units).
REFERENCE STANDARDS
In addition to complying with all pertinent codes, regulations, and specifications comply
with the referenced or applicable portions of the provisions of the Standard
Specifications Construction and Materials of the New York State Department of
Transportation of January 2, 2002 (metric units).
MATERIALS
A.
Tack Coat - The bituminous tack coat shall meet all requirements the New York
State Department of Transportation Standard Specifications of January 2, 1995 for
Item 407.01 Tack Coat.
Asphalt Concrete-Type 3 Binder Course - The asphalt concrete binder course shall
meet all requirements the New York State Department of Transportation Standard
Specifications, January 2, 2002, Section 403 Hot Mix Asphalt (HMA) Pavements for
Municipalities.
Asphalt Concrete-Type 6F Top Course - The asphalt concrete top course (High
Friction) Marshall Design shall meet all requirements the New York State
Department of Transportation Standard Specifications, January 2, 2002, Section
403 Hot Mix Asphalt (HMA) Pavements for Municipalities.
INSTALLATION
A. All Construction Details requirements of the New York State Department of
Transportation Standard Specifications of January 2, 2002 shall apply except as
herein modified.
B. No asphalt concrete courses shall be place prior to Engineer's acceptance of the
base course.
DIVISION 2 - PAGE 25 of 35
DIVISION 2 - SITE WORK
C. Tack coat shall be applied to curb faces abutting proposed asphalt concrete
pavement immediately prior to placement of the new pavement.
Existing asphalt placement to be resurfaced shall be machine swept by the
Contractor prior to the placement of the new pavement. It shall be the Contractor's
responsibility to insure that the pavement is thoroughly clean, free of all mud, dust and
other loose material, and to the satisfaction of the Engineer, immediately prior to the
application of the bituminous mixture. All loose material shall be removed with power
operated sweepers and/or hand brooms as may be required and trucked from the
construction site to the disposal areas approved by the Engineer. Immediately pdor to
asphalt resurfacing the Contractor shall apply a tack coat over the existing asphalt
pavement.
E. The asphalt concrete courses shall each be laid down in one lift, to the compacted
depth, as shown on the plans.
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of asphaltic concrete
pavement. All costs for asphaltic concrete pavement shall be included within the
payment item(s) defined in the Proposal Form of the specification (Item 9).
END OF SECTION 02740 - ASPHALTIC CONCRETE PAVEMENT
DIVISION 2 - PAGE 26 of 35
DIVISION 2 - SITE WORK
SECTION 02772 - CONCRETE CURB
WORKINCLUDED
A. Under this Item, the Contractor shall construct a conventionally formed concrete curb
in accordance with the Details, Specifications and/or as directed by the Engineer.
B. The construction of the concrete curbs shall meet the requirements of the New York
State Department of Transportation Standard Specifications of January 2, 2002, as
amended for Section 609 Conventionally Formed or Machine Formed Concrete Curb
except as herein modified.
MATERIALS
A. The materials shall meet the requirements of the following subsections of Section 700
- Material:
Portland Cement
Fine Aggregates
Coarse Aggregates
Premolded Resilient Joint Filler
Wire Fabric For Concrete Reinfomement
Polyethylene Curing Covers
Water
701-01
703-01
703-02
705-07
709-02
711-04
712-01
The material requirements and composition shall comply with the Specifications for
Class "A" concrete in Section 501 - Portland Cement Concrete - General. Concrete
shall be proportioned in accordance with the aggregate weights specified for Class "A"
concrete in Table 501-3, Concrete Mixtures.
C. The concrete cement shall have a minimum compressive strength of 3,500 psi at 28
days.
CONSTRUCTION DETAILS
A. The curb shall be conventionally formed to the size and shape shown on the Details or
as directed by the Engineer.
B. Curbs shall no__t be poured monolithically with the sidewalk unless otherwise directed
by the Engineer.
Castin,q Se.qments - Curb shall be cast in segments having a uniform length of
approximately 20 feet. Segments shall be separated by contraction scoring.
Contraction scoring shall be 1/4" wide x 1" deep - "V" shaped.
DIVISION 2 - PAGE 27 of 35
DIVISION 2 - SITE WORK
Expansion Joints ~ Expansion joints 3/4 inch in width shall be formed with "Premolded
Resilient Joint Filler", Section 705-07 placed at twenty (20) foot intervals as shown on
the Plans and specified by the Engineer. The filler material shall be cut 1/4" below top
of the curb.
Forms - Forms shall be steel or wood, straight, free from warp, and of such
construction that there will be no interference to inspection for grade or alignment. All
forms shall extend for the full curb depth and shall be braced and secured adequately
so that no displacement from alignment will occur during placing of concrete.
Handlin,q and Placinq Concrete - Concrete shall be placed in the forms in accordance
with the applicable requirements of Section 555-3.04 and shall be compacted with an
approved, immersion type mechanical vibrator. The vibrator shall be of the size and
weight capable of thoroughly vibrating the entire mass without damaging or
misaligning the forms and shall be approved by the Engineer. Forms shall be left in
place for 24-hours or until the concrete has sufficiently hardened, as determined by
the Engineer, so that they can be removed without injury to the curb. Upon removal of
the forms, the exposed faces of the curb shall be immediately rubbed to a uniform
surface. Rubbing shall be accomplished by competent finishers. No plastering will be
permitted.
Concrete Curinq - Curing of the curb shall comply with the requirements of Section
502-3.11, Curing. Minimum curing periods for the various types of cudng materials
used shall comply with the requirements of Table 502-3,
Protection - The Contractor shall keep the curb clean, aligned and protected from
damage until final acceptance of the work. Any curb damaged prior to the final
acceptance of the work shall be repaired or replaced at the Contractor's expense.
METHOD OF PAYMENT
All costs for concrete curb shall be included within the payment items defined in the
Proposal Form of the specification (Item 8).
END OF SECTION 02772 - CONCRETE CURB
DIVISION 2 - PAGE 28 of 35
DIVISION 2 - SITE WORK
SECTION 02891 - SIGNAGE
WORK INCLUDED
This work includes fumishing all labor, materials, equipment, and incidentals necessary
to install new signs for the proposed roads and parking fields in accordance with the
plans and specifications and as directed by the Engineer. Proposed signs shall include
but not be limited to directional signs, handicapped parking signs, and traffic signs.
The construction of the signs shall meet the requirements of the New York State Manual
of Uniform Traffic Control Devices (NYS MUTCD) Volume 17B of the New York Codes,
Rules and Regulations.
MATERIALS
Sign Panels - The aluminum sign panels shall meet all requirements of the New
York State Manual of Uniform Traffic Control Devices (NYS MUTCD) Volume 17B of
the New York Codes, Rules and Regulations.
Concrete for Foundations - The concrete foundations shall meet all requirements of
the New York State Manual of Uniform Traffic Control Devices (NYS MUTCD)
Volume 17B of the New York Codes, Rules and Regulations s.
Sign Posts and Support Systems - The sign posts and support systems shall be
galvanized steel and meet all requirements of the New York State Manual of
Uniform Traffic Control Devices (NYS MUTCD) Volume 17B of the New York Codes,
Rules and Regulations.
INSTALLATION
A. All Construction Details requirements of the New York State Manual of Uniform
Traffic Control Devices (NYS MUTCD) Volume 17B of the New York Codes, Rules
and Regulations shall apply except as herein modified.
B. No signage shall be place prior to Engineer's acceptance of the proposed sign
location.
METHOD OF PAYMENT
All costs for signage shall be included within the payment items defined in the Proposal
Form of the specification (Item 15).
END OF SECTION 02891 - SlGNAGE
DIVISION 2 - PAGE 29 of 35
DIVISION 2 - SITE WORK
SECTION 02911 - TOPSOIL
DESCRIPTION
The contractor shall furnish all labor, materials, equipment and incidentals necessary
for hauling, stockpiling, testing, placing, grading, and compacting of topsoil in
accordance with the Specifications, Engineer and as indicated on the Contract
Drawings.
SUBMITTALS
Contractor shall submit test results for all mechanical and chemical properties of the
topsoil to be delivered to the site
MATERIALS
Topsoil shall be the surface layer of soil with no admixture of refuse or material toxic
to plant growth and shall be free from subsoil, stumps, roots, brush, stones, clay,
lumps or similar objects larger than 2" in greatest diameter. The organic content
shall not be less than 5% or more than 20% as determined by loss on ignition of
moisture free samples dried at 100 degrees.
B. The pH of the topsoil shall be between 5.5 and 7.6.
C. All topsoil shall meet the following mechanical analysis:
Percent Passin.q
1" Screen 100
~,4 Screen 65-90
No. 100 mesh 20-80
No. 200 mesh 20-80
No more than 60% of the material passing the No. 100 mesh sieve shall consist of clay,
as determined by the Bouyocous Hydrometer or by the decantation method.
All pementages shall be based on dry weight of samples.
CONSTRUCTION DETAILS
No topsoil shall be spread until the subgrade elevations and the topsoil have been
approved by the Engineer.
All equipment tracks, depressions, etc., shall be graded smooth.
The topsoil shall be uniformly compacted.
DIVISION 2 - PAGE 30 of 35
DIVISION 2 - SITE WORK
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of topsoil. All costs for
topsoil shall be included within the payment item(s) defined in the Proposal Form of the
specification (Item 14).
END OF SECTION 02911 - TOPSOIL
DIVISION 2 - PAGE 31 of 35
DIVISION 2 - SITE WORK
SECTION 02920 - HYDROSEED
DESCRIPTION
The Contractor shall furnish all labor, materials, equipment and incidentals necessary to
apply hydroseeding, amend the soil and establish an acceptable stand of grass as
specified, shown on the Contract Drawings and as approved by the Engineer.
SUBMITTALS
The Contractor shall submit to the Engineer all items described in subsequent sections
as outlined by the following schedule:
A. Prior to hydroseeding material delivery to the project site:
1. Certified seed mixture.
2. Certified soil amendments, i.e. fertilizer, lime, peat moss, etc. as required per
Agricultural Laboratory recommendations. The Contractor shall submit the report to
the Engineer.
3. Certified wood fiber mulch.
B. Upon completion of hydroseeding:
1. Maintenance instructions for Owners maintenance after final acceptance.
2. Statement of warranty (1 year maintenance)
MATERIALS
A. The seed mixture should be as follows and applied at a rate of 300 pounds per Acre: 70% Red Fescue (Festuca Rubra)
15% Affinity Perennial Ryegrass
15% PS 8990 Perennial Ryegrass
B. All fertilizer and lime shall be of commemial grade.
C. A 100% wood fiber mulch binder should be incorporated into the seed mixture at a
rate of eight (8) pounds mulch per one (1) pound of seed.
D. The 100% wood cellulose fiber mulch binder should meet the following
requirements:
Organic Matter 98% +_2%
Ash Content 1.4%
pH 6 -+2
Water Holding Capacity 90% minimum
DIVISION 2 - PAGE 32 of 35
DIVISION 2 - SITE WORK
CONSTRUCTION DETAILS
A. Any existing vegetation determined by the Engineer to be unsuitable shall be
removed by the Contractor prior to installing jute or erosion control mat.
B. Seeding shall be done between April 15th to June 15th or September 1st to November
15th.
Soil amendments shall be granular type incorporated into the top three inches of
soil. The Contractor may utilize liquid type with manufacturer's certification and
Engineer's approval.
D. The manufacturer's representative and/or installation guidelines should be consulted
for more specific installation guidelines.
E. Seeding: Every effort shall be taken to obtain a uniform distribution over the seeded
area. The hydroseeder shall have continuous agitation action that keeps the seed
mixed in the water slurry until pumped form the tank and the pump pressure shall be
maintained such that a continuous pump pressure shall be maintained such that a
continuous non-fluctuating stream is maintained. If distribution of hydroseeding is
not uniform, the affected area shall be re-seeded at the Contractor's expense. The
seed-fertilizer mixture shall be used within 4 hours of adding the seed to the tank.
Seed that is allowed to remain mixed with the fertilizer for longer than 4 hours will
not be accepted for ruse and no compensation will be made for seed so rejected.
Maintenance of Grass: The Contractor shall maintain the seeded area without
additional payment until a uniform stand of grass approximately two and one-half (2-
1/2) inches high has been obtained. Any areas that have been damaged or fail to
show a uniform stand of grass shall be re-fertilized and re-seeded with the original
mixture at the Contractor's expense until all the designated areas are covered with
grass. The Contractor shall properly water, protect if necessary, the areas until a
satisfactory stand is obtained.
When any portion of the surface becomes gullied or otherwise damaged, or when
treatment is destroyed, the affected portion shall be repaired to re-establish
condition and grade of soil and treatment prior to injury as directed at no additional
cost to the Owner. Repair work required because of faulty operations (delays) or
negligence on the part of the Contractor shall be performed without additional cost to
the Owner. The Contractor shall make any repairs as directed by the Engineer
before final acceptance.
METHOD OF MEASUREMENT
The Contractor shall not receive separate payment for the cost of hydroseed. All costs
for hydroseed shall be included within the payment item(s) defined in the Proposal Form
of the specification (Item 14).
DIVISION 2 - PAGE 33 of 35
DIVISION 2 - SITE WORK
AMERICAN BEACHGRASS (AMMOPHILA BREVIMGULATA)
DESCRIPTION. Under this item the Contractor shall furnish and place American
Beachgrass plants as indicated on the plans and all other areas ordered by the
Engineer. Work for this item shall take place immediately after slopes have been
reestablished and stabilized erosion control blankets specified in this contract.
MATERIAL.
American 'cape' beachgrass plants (ammophila breviligulata).
METHOD.
Seasons. American Beachgrass shall be planted between October 1 and
April 30. Planting shall not occur when soil is frozen.
Bareroot beachgrass shall be field grown and dug when in a dormant
state. Bareroot Beachgrass may be held in cold storage for a maximum
period of 60 days. Beachgrass blades shall be cut back to 16"-18" length.
Beachgrass shall be planted 12" O.C. Stagger the plantings in alternate
rows to provide maximum erosion control. (1,350 culms per 1,000 square
feet).
Beachgrass culms shall be planted at least 8"-9" deep at 3 culm per hole.
A tilling or ditching spade shall be used for opening the planting hole. The
culm roots must be kept moist before and during planting. Success of
planting will increase if the stock is dormant or has made very little growth.
If erosion control blankets are proposed, six inch (6") max openings in the
proposed erosion control blankets shall be made to allow planting of the
culms.
Fertilizer shall be a slow-release type containing the total nitrogen,
available phosphoric acid and soluble potash in the following ratios: Either
12 to 14 month release Osmocote 18-5-11 or 2-year release Agriform 20-
10-5.
Apply fertilizer to plant prior to completion of backfilling with 1 fluid oz.
Osmocote or 3 tablets of Agriform.
Beachgrass shall be installed directly into sand with no additional planting
medium. Place fertilizer in planting hole to the side of plant (sidedress).
Compact sand around culms to eliminate air pockets.
DIVISION 2 - PAGE 34 of 35
DIVISION 2 - SITE WORK
METHOD OF MEASUREMENT AND BASIS OF PAYMENT.
The quantity to be paid for under this item will be the number square feet of American
Beachgrass planted at a 12" by 12" spacing. Payment shall be made at the unit price
bid per square foot of American Beachgrass (Under Item #12) coverage and shall
include the cost of furnishing all labor, equipment and materials where necessary.
DIVISION 2 - PAGE 35 of 35
DIVISION 16 - ELECTRICAL
GENERAL
The work under this Division shall be subject to the requirements of the CONDITIONS OF
CONTRACT, GENERAL CONDITIONS, SUPPI.RMENTARY GENERAL CONDITIONS,
DRAWINGS, SCHEDULES, ADDENDA and other Contract Documents.
Refer to the Drawings and Specifications of other trades and Contractors for items which might
affect the work under this Division.
TABLE OF CONTENTS - DIVISION 16 - ELECTRICAL
Included in this Division are the following sections:
16111 Conduits
16131 Pull Boxes and Junction Boxes
DIVISION 16- Page 1 of 3
DIVISION 16 - ELECTRICAL
SECTION 16111 - CONDUITS
GENERAL
A. Aluminum conduit will not be approved.
B. Rigid metallic or non-metallic conduits (Schedule 40 or 80), will be approved when
installed in accordance with the requirements of the latest issue of the National Electrical
Code.
C. Conduit size shall be as indicated on the drawings, or minimum in accordance with the
N.E.C.
D. Conduit system shall be installed in accordance with the latest edition of the N.E.C. and
shall be installed in a neat, workmanlike manner.
E. Schedule 40 metallic or non-metallic conduit may be used below grade under pavement
or sidewalks unless prohibited by municipal ordinances.
F. ' In all cases, rigid non-metallic conduit shall be clearly and permanently identified as to
schedule and trademark.
G. The entire conduit system shall be installed to provide a continuous bond throughout the
system.
H. Exposed conduits shall be nm parallel to and at right angles to buildings using conduit
fittings for all turns and off-sets.
L Exposed conduits shall be securely fastened in place on maximum ten (10) foot intervals.
Hangers, supports or fasteners shall be provided at each elbow and at the end of each
straight mn terminating at a box or cabinet.
J. All empty conduits shall contain a 3/16-inch vinyl pull rope.
PAYMENTS
Payment(s) made under this Contract will be made on the basis of actual work completed in
accordance with the Contract Documents. Payments will be mad~ by the lump sum bid price
stipulated under Item #1 6 of the Contract.
END OF SECTION 16111 - CONDUITS
DIVISION 16 - Page 2 of 3
DIVISION 16 - ELECTRICAL
SECTION 16131 - PULL BOXES AND JUNCTION BOXES
GENERAL
Pull boxes shall be 12"x12"x24" LX Style Pull Box by Quanzite- Strongwell or approved
equal.
PAYMENTS
Payment(s) made under this Contract will be made on the basis of actual work completed in
accordance with the Contract Documents. Payments will be m~d~ by the lump sum bid price
stipulated under Item #16 of the Contract.
END OF SECTION 16131 - PULL BOXES AND JUNCTION BOXES
DIVISION 16 - Page 3 of 3
LEGAL NOTICE
NOTICE TO BIDDERS
PROJECT:
New Suffolk Drainage Improvements located on First Street & Jackson
Avenue and more particularly shown on the Contract Drawings herein.
The Town Board of the Town of Southold will receive bids for fumishing all materials and
equipment as specified in the bid documents for the supply, construction and installation of
drainage improvements and road reconstruction in accordance with the Drawings &
Specifications as prepared by the office ofL. K. McLean Associates.
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,. 14th , February 200~8.
Day Month Year
All specifications are provided herein: drawings to be attached.
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.
Performance Bonds or other Security deemed acceptable by the Town Attorney's Office
and in the amount of 100% of the contract price shall be required of the successful bidder.
Please advise if you intend to bid or not.
Dated: January 15, 2008 BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Elizabeth A. Neville
Southold Town Clerk
PLEASE PUBLISH ON January 31, 2008 AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL,
PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times Town Board Members
Engineer Data Construction
Brown's Letters Burrelle's Information Services
Town Attorney
Dodge Reports
Town Clerk's Bulletin Board
LEGAL NOTICE
NOTICE TO BIDDERS
PROJECT:
New Suffolk Drainage Improvements located on First Street & Jackson
Avenue and more particularly shown on the Contract Drawings herein.
The Town Board of the Town of Southold will receive bids for furnishing all materials and
equipment as specified in the bid documents for the supply, construction and installation of
drainage improvements and road reconstruction in accordance with the Drawings &
Specifications as prepared by the office ofL. K. McLean Associates.
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, 14th February 200~8.
Day Month Year
All specifications are provided herein: There is a $25.00 non-refundable fee.
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 Southotd 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.
Performance Bonds or other Security deemed acceptable by the Town Attorney's Office
and in the amount of 100% of the contract price shall be required of the successful bidder.
Please advise if you intend to bid or not.
Dated: January 15, 2008 BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Elizabeth A. Neville
Southold Town Clerk
PLEASE PUBLISH ON January 31, 2008 AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL,
PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Suffolk Times Town Board Members
Engineer Data Construction
Brown's Letters Burrelle's Information Services
Town Attorney
Dodge Reports
Town Clerk's Bulletin Board
STATE OF NEW YORK )
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being
duly sworn, says that on the ,~ 1 day of ~,~_~, 2008, she affixed a
notice of which the annexed printed notice is a true copy, in a proper and substantial
manner, in a most public place in the Town of Southold, Suffolk County, New York, to
wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York.
Bid on New Suffolk Drainage - February 14, 2008 10:00 a.m.
Eli~l~eth A. 'N~,Yille
Sou'thold Town Clerk
Sworn before mxe this
~ [ day of ~..5~,~6~w.~, 2008.
Notary Public
LYNDA M. BOHN
NOTARY PUBLIC, State of New ¥0~
No. 01 B06020932
Qualified in Suffolk Counl~
Term Expires March 8, 20
Southold Town Board - Letter
Board Meeting of January 29, 2008
RESOLUTION 2008-118
ADOPTED
Item #
DOC ID: 3534
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-118 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JANUARY 29, 2008:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs
Supervisor Scott A. Russell to execute a Contract between the Town of Southold Police
Department and Proper .tyRoom.com~ Inc. regarding online auctioning services for a period of
one year commencing on January 1, 2008, subject to the approval of the Town Attorney.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIHOUS]
HOVER: Vincent Orlando, Councilman
SECONDER: Louisa P. Evans, .~ustiee
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans
ABSENT: Scott Russell
Generated January 30, 2008 Page 9
CONSTRUCTION DRAWINGS
FOR THE
TOWN OF SOUTHOLD
N
SUFFOLK DRAINAGE IMPROVEMENTS
SUFFOLK
COUNTY,
JANUARY, 2008
NEW
YORK
INDEX OF DRAWINGS
1
2
3
4
5
COVER SHEET
EXISTING CONDITIONS
DEMOLITION PLAN
PROPOSED PLAN
DETAILS
LONG ISLAND
SOUND
.pECONi:(~
MA'FI]TUCK
CUTCBO
GREAT
PECONIC BAY
SITE LOCATION MAP
SCALE: 1" = 2,000'
GREAT
PECONIC
BAY
CUTCHOGUE HARBOR
\
NEW
SUFFOLK
NASSAU~
POINT
SITE
DATE
BY
DESCRIPTION
APPROV. BY
REVISIONS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NEW SUFFOLK
DRAINAGE IMPROVEMENTS
COVER SHEET
L. K. McLEAN ASSOCIATES, P.C.
LMY D~te: JANUARY 2008
JFC ~le uo. 07010.010 of
Drown By:
Approved By:
KEY
~ REMOVE
EXISTING
ASPHALT
PAVEMENT
\ \ /
.J
NOTES:
1. Vertical Datum based on "Tidal 8 Sta II 34" (NAVD 88).
2. Topographic Data surveyed Feb. 23, & March 3, 2007 by
Mc Lean Assoc., P.C.
60'
0 30' 60'
GRAPHIC
SCALE
DATE BY DESCRIPTION APPROV. BY
REVISIONS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NEW SUFFOLK
DRAINAGE IbIPROVEMENTS
DEMOLITION PLAN
L. K. McLEAN ASSOCIATES, P.C.
__ 1" = 30' Sheet No.
Designed~By: CFD Scale: ---
Drown By: ~-Y Date:
Approved By: JFC ~e No. 07010.010 of 5
40'
0
40'
/-
GRAPHIC SCAL]~
\
\
;. 'TYP .'.'.:>.- .
/ : :. / / ...... .:........:.
..:. ," ., ,',...."' .-~" / ..~1\ "' ,. ,.. ....... ............... .....
~.. \ " ,,,,, . ..>,
: NOTES: . \
\. ~al Da!um based on "T,dal 8 Stall $4" (NAVD 88). \
~ 2. Topographic Data surveyed Feb. 23, &~arch 3, 2007 by \ ~.:.:.~:~...... .... :.:.:.:...~
~ Mc Lean Assoc., P.C. ~ ,:-:......~:.:...-.-..'.'.'.'"
~ 3. Assumed Horizontal Control P~Jnts as shown. \ ~:':'"':'"""
'E.~¥,', -
PARKING STALL SHALL BE
STRIPED WITH A 4" SOLID WHITE
LINE, EXCEPT AS DETAILED
OTHERWISE.
PARKING & PAVEMENT MARKING PLAN
SCALE: 1 "=$0'
\
\
LEGEND
SYMBOL DECRIPIION
RIM=5.50
EL.=~-.50
RIM=4.3'-~
PROPOSED CONTOUR
PROPOSED
(ITEM~6)
PROPOSED 8'~
COVER (ITEM#5A)
CONC. LATERAL BASIN
LEACHING BASIN WITH
PROPOSED LEACHING BASIN
/DRAINAGE FIELD AS DETAILED
(RIM EL.=OPEN GRATE-ITEM#5)
PROPOSED
PROPOSED
(ITEM#lO)
tl ,:.'.."... v :., ~': ] PROPOSED
-". ........... (ITEM#14)
'""~ ;'"'.?.: '- L ':;; ~.:.
~ OTEM#~ 2)
PROPOSED
(ITEM #11)
--E
[]
PROPOSED ASPHALT PAVEMENT
RESTORATION (ITEM#9)
CONC. CURB (ITEM#8)
GUIDERAIL RESTORATION
TOPSOIL & SEEDING
BEACH GRASS PLANTING
8" SCH. 80 PVO PIPE
PROPOSED ELECTRIC LINE
(3"¢ SCH 80 PVC CONDUIT)
PROPOSED ELECTRIC PULLBOX
(AS DETAILED)
TYPICAL
DEPTH
FINISHED
GRADE
PROPOSED
12"xl 2"x24"
LX STYLE PULL
BOX BY
QUAZITE -
STRONGWELL
OR EQUAL
PROPOSED 24" OR
.50" CAUTION TAPE
PROPOSED 3"¢
SCH 80 PVC
CONDUIT
POSED FITTING
ELECTRIC PULLBOX DETAIL
NOT TO SCALE
DATE BY DESCRIPTION APPROV, BY
REVISIONS
TOWN OF $OUTHOLD
SUFFOLK COUNTY, NEW YORK
NEW SUFFOLK
DRAINAGE IMPROVEMENTS
PROPOSED PLAN
L. K. McLEAN A880ClATE8, P.O.
CONSULTING £NGIN£ERS 4~7 SObTH COUNTRY ED., BROOKHAVEN, NEW YORK 11719
Designed By: CFD
S¢ole: 1 "= 20' Sheet No.
Drown By: LMY D~te: JANUARY 2008 I~°f ~
Approved By: JFC File No. 07010.010
g
APPROX.
PROPERTY
LINE
PROPOSED CONCRETE LATERAL BASIN -
ORATE TO BE SET BELOW TOP OF CURB
TOPICAL
FRAME AND GRATE MODEL 48" DIAMETER
1184A MANUFACTURED BY 6" THICK TOP SLAB
CAMPBELL FOUNDRY OR = ~ I
EQUAL AND S.ET ON t" ~,D
MORTARBED TYPICAL , ' ,
FINISHEDGRADE ~L~ .~ ' ;
CAST..O^DJUSTME.T O%,NO
SECTION D-D L~D
PLAN VIEW
BACKFILL 2 FEET AROUND
LEACHING RINGS WITH
SUITABLE POROUS MATERIAL IN
COMPACTED 6" LIFTS AS
APPROV .E.D BY THE ENGINEER,
PROPOSED 8 SCH.80 PVC PiPE SHALL
BE AS SHOWN ON PLAN. TOP OF PIPE
SECTION E-E
4' PRECAST CONC. LATERAL
FINISHED
ORASE7
BASIN (ITEM#6)
NOT TO SCALE
RADIUS
' PAVEMENT FINISHED
SCHEDULED GRADE -% 2"
STANDARD CONCRETE CURB
SECTION (ITEM#8)
NOT TO SCALE
ACCESSIBLE PARKING SIGN
CONCRETE ~
WHEEL STOP
PROPOSED ROADWAY
PAVEMENT - SEE PAVEMENT
SCHEDULEcouRsEBRICK FOR DETAILS1
AS SPEC.
EQUAL
CONCRETE CURB
MIN. PITCH
PROPOSE CONCRETE
LA]REAL BASIN - ORATE
TO BE SET 12" BELOW-
TOP OF CURB
APPROX.
PROPERTY LINE
BRICK / MEET
EXlS31NG
COURSE GRADE -
TYPICAL
PiPe LATERAL ~RENCH SHALL BE (iTEM# )
UNED ON ALL SIDES WITH MIN. 8oz PROPOSED 8" LATERAL PIPE SHALL BE
NON-WOVEN RLTER FABRIC AND 2 AS SHOWN ON pLAN. TOP OF PIPE
CRUSHED GRAVEL STONE SHALL BE A MIN. OF 12" BELOW
FINISHED ROAD SURFACE - TfPICAL.
TYPICAL ROAD SECTION
NOT TO SCALE
C
ELEV. (*)0.21
APPROX. LOW TIDE
8'-0" DIAMETER
TRAFFIC BEARING
SLAB
000 PSI CONCRETE WITH No.4-
REBARS 0'-4" O.C. EA. WAY
CONNECTING 6" SCH.80 PIPE TO ADJACENT
STRUCTURES - QUANTflY AND CONFIGURATION AS
UIRED PER SITE PLAN (TYPICAL)
8'-0" DIAMETER
TRAFFIC BEARING
SLAB
4,000 PSI CONCRETE WITH No.4
0'-4" O.C. EA. WAY
PROPOSED 8" SCH.80 PVC PIPE SHALL
BE AS SHOWN ON PLAN. TOP OF PIPE
BE A MIN. OF 12" BELOW
FINISHED ROAD SURFACE - TYPICAL.
C
PLAN
(SEE PLAN
8" TOP
TRAFFIC
SLAB
VIEW
(F.I.) CA[ST IRON TRAFFIC BEARING
-- FRAME/SOLID COVER BY CAMBELL
FOUNDRY OR APPROVED EQUAL
LEVELING COURSE
2' DEPTH I RING
EXCAVATE AND BACKFILL 5
FEET AROUND AND BELOW
LEACHING RING WITH SUITABLE
-1 1/2" SECTION C-C POROUS MATERIAL AS
3" APPROVED BY THE ENGINEER.
PAVEMENT
SD.EDULED LEACHING
.o BASIN (ITEM#5A)
(~)//B RES,~,R NOT TO SICALE
NOTE'
INSTALLL EACH WITH 2-#8 REBAR
rr~ AT A 2' BUR~AL AND TOP
FLUSH W'ITH TOP OF WHEELSTOP
MOUNTABLE CURB SECTION (ITEM#8} ~" ROUND DEFORMED ~;~l~ CN~DH?R PIN
CURS " : - ' ~ ~
SECTION ELEVATION
CONCRETE WHEEL STOP DETAIL
NOT TO SCALE ~ 12" I
II--GREEN BORDER
(3/8") AND
B
MIN. &
DRAIN OPENING DETAIL
(NOT TO SCALE)
TOP OF PROPOSED --t
PAVEMENT (SEE PLAN)/
8" TOP TRAFFIC SLAB WITH \
FILTER FABRIC ABOVE ENTIRE \
DRAINAGE FJELD ~
I2' DEPTH
LEACHING
RINGS
B
FILTER FABRIC AROUND
ENTIRE DRAINAGE FIELD -
BOTTOM SET AT ELEVATION
0.5'
PLAN VIEW
PROPOSED 8" SCH.80 PVC PIPE
SHALL BE AS SHOWN OCN PLAN,
TOP OF PIPE SHALL BE: A MIN.
OF 12" BELOW FINISHED ROAD
SURFACE - TYPICAL,
SOLID
STRAIGHT 6" SCH.80 PVC PIPE CONNECTION TO
OTHER SOLID COVER LEACHING BASINS (TYP.)
(F,I.) CAST IRON TRAFFIC BEARIING
:/GRATE BY CAMBELL FOUINDRY
PATTERN #1104-A OR APPROVED EQUAL
(OR SOLID COVER)
LEVELING COURSE
~" SCH.BO PVC
ELBOW ON ALL
OUTLET PIPES FROM
f.I. AS
PITCH
(SEE ~
AND BACKFILL WITH WASHED
STONE (WITH THE MAJORITY OF PARTICLES
BETWEEN 3/4" - 2") AROUND AND BELOW
LEACHING RINGS WITH AS APPROVED BY THE
ENGINEER. SECTION B-B
LEACHING BASIN / DRAINAGE FIELD (ITEM#5)
NOT TO SCALE
L-;--J L--~.--J
(TYP.)
'~ 13'-0" MINIMUM I
WHITE
PAVEMENT
18'
HEIGHT)
~-WHITE BACKGROUND
3/8' M~RGIN
~-BLUE INTERNATIONAL
SYMBOL Of
ACCESSlBILRY
SIGN HE1GHT SHALL SE
SET TO MAKE IT
CLEARLY VISIBLE TO
MARKINGS [ . ALL PeoPLe ~THIN ~HE
_ DRIVER'S SEAT OF ANY
-- ,, VEH CIE
~ I 1~ I~ "
IIr, ?. NSORDER
PROPORTIONS FOR THE VA~, 1/2 GREEN ~ERIN~
INTERNATIONAL SYMBOL OF ~"1[~ ACCESSIBL~~" ~.[[N ~.lM~
ACCESSIBILITY ~l' ..... ~ ~ ~ ROU N D AND
ACCESSIBLE PARKING SPACE TYPICAL STRIPING DETAIL ~ ACCESSIBLE PARKINg SIgN
NOT TO SCALE NOT TO SCALE (NOT TO SCALE)
L
TIMBER GUIDERAIL RESTORATION
NOT TO SCALE
DRAINAGE NOTES:
LEACHING POOLS SHALL BE PRECASTED CONCRETE CEMENT STRUCTURES AS
MANUFACTURED BY SUFFOLK PRECAST INC. OR EQUIVALENT. SHOP DRAWINGS
SHALL BE SUBMI~ED FOR APPROVAL.
ALL CONCRETE CEMENT USED IN THE MANUFACTURING OF PRECAST
STRUCTURES SHALL DEVELOP A MINIMUM COMPRESSIVE STRENGTH OF ,4000
P.S.I. IN 28 DAYS.
ALL DRAINAGE STRUCTURES SHALL BE PLACED IN ACCEPTABLE LEACHING
SOILS AS APPROVED BY THE ENGINEER. IN THE EVENT POOR LEACHING
MATERIAL IS ENCOUNTERED, EXCAVATION IS TO BE CONTINUED TO SUITABLE
MATERIAL & BACKFILLED AS DETAILED.
NO TRENCH. PIT, OR OTHER EXCAVATION SHALL BE LEFT OPEN AND
UNATTENDED. EXCAVATIONS SHALL BE PROTECTEB AS BIRECTEB BY THE
ENGINEER WITH FENCES, BARRICABES AND OTHER APPROVED METHODS.
DIRECT PAYMENT WILL BE MADE.
NO
INVERT ELEVATIONS MAY BE ADJUSTED BY THE ENGINEER IN THE FIELD TO
MEET FIELD CONDITIONS TO AVOID CONFLICT WITH UTILITIES AS ORDERED BY
THE ENGINEER.
ALLOW FOUR (4) INCHES FOR FINAL ADJUSTMENT OF CASTING. ADEQUATE
BEARING WILL BE PROVIBED USING CONCRETE BLOCK, BRICK, AND/OR 1:2
MORTAR MIX.
THE CONTRACTOR SHALL PROVIDE ADEQUATE SHEETING AND SHORING DURING
TRENCHING TO INSURE THE SAFETY OF WORKMEN AND THE GENERAL PUBLIC
EXPOSED TO THE HAZARDS OF FALLING AND SLIDING MATERIAL iN
CONFORMANCE WITH THE REQUIREMENTS OF TITLE 29 CODE OF FEDERAL
REGULATIONS, PART 1926, SAFETY AND HEALTH REGULATIONS FOR
CONSTRUCTION (OSHA), NO BIRECT PAYMENT WILL BE MADE FOR THIS
OPERATION.
8. COMPACTION SHALL BE JN CONFORMANCE WITH NYSDOT STANDARD
SPECIFICATION SECTION 203-3.12 'COMPACTION'.
SPRING TIDE RANGE (IN FT.) SOURCE: NATIONAL OCEANIC & ATMOSPHERIC
ABMINISTRATION-U.S. DEPT. OF COMMERCE FOR (PECONIC BAYS) NEW
SUFFOLK STATION (LAT. 41" 00', LONG. 72" 28'),
I 1/2" TfPE 6F ASPHALT TOP COARSE
2 1/2" TYPE 3 ASPHALT BINDER COARSE
PROPOSED PAVEMENT SECTION (ITEM#9)
~,,' ','" * ' ' ' " ' ~4 DEPTH Of SCREENED TOPSOIL
TOPSOIL & SEED SECTION (ITEM#14)
NOT TO SCALE
~'¢PE 6F ASPHALT TOP,
~PE 5 BINDER ASPHALT
ON 4-" COMPACTED RCA '-~ A/C JOINT SEAL,
SUBBASE AS SCHEDULED ~ ~MIN. 3" WiDE
~IIHi N i Hlilillllllilii/~ TACk J
~. f.' '..', t"..'~J COAT T
PROPOSED PAVEMENT/ EX. PAVEMENT
SAWCUT PULL DEPTH STRAIGHT
EDGE ALONG PROPOSED
ASPHALT PAVEMENT
PROPOSED SAWCUT DETAIL (ITEM#3)
NOT TO SCALE
DATE BY DESCRIPTION APPROV, BY
I
REVISIONS
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NEW SUFFOLK
DRAINAGE IMPROVEMENTS
DETAILS
Designed By: CFD Scale: AS NOTED
PIe No. 07010.010
Approved By: JFC