Loading...
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