Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Abandoned Mooring Removal
#8979 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 each week for 1__ week(s), successively, commencing on the 21st day of August, 2008. ~/~ ~/ Principal Clerk Sworntobeforemethis ~1 ~ ' day of/ ~..[,.-~,I~'~''~ 2008 L~GAL NOI'ICE NEW YORK 11971 Office be~i~'nntug Tkursday, ~ee8 ~L~TINICAL 0UESTIONS: CHRI~IOI'HER E DWYER, LKMA 631-286-8668, PLEASE REFER TO QUESTIONS PAGE Q-1. VENDORS MUST SUBMYE BID IN ~ ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BH)- DER 2) BID NAME It is thc bidder's responsibility to read the attached Bid Spocificatiom, Instruc- tions to Bidders, and General Condi- tions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is under-' stood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and speci- fication requfirementx The Town of Southold requires that this document be returned intact and that it bc filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. The Town of Southold welcomes and businesses to participate in the bidding process. 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) 76541800 southoldtown.nor th fork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD ABANDONED/ILLEGAL MOORING REMOVAL Bid Opening 8/21/08 ~ 10:00 AM NO BIDS RECEIVED LIh%%A 437 South Country Road * Brookhaven · New York · 11719 (631) 286-8668 * FAX (631) 286-6314 EUGENE F. DALY, P.E, P.t O.ETM, PRESIDENT and CE.O. RAYMOND G DiBIASE, P.E,, P T,O.E?M, EXECUTIVE VICE PRESIDENT JOSEPH F CLINE, P.E., VICE PRESIDENT ROY R. FULKERSON, PLS., VICE PRESIDENT ALBERT T. DAWSON, PE., VICE PRESIDENT L. K. McLean Associates, P.C. CONSULTiNG ENGiNEERS Associates CHRISTOPHER E DVVYER ROBERT A. STEELE, P.E, JAMES L DeKONING, P.E. August 20, 2008 Town of Southold Department of Engineering 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 Attn: James Richter R.A., Town Engineer Re: Dear Jamie: Town of Southold: Abandoned/Illegal Mooring Removal Contract Draft Bid Documents & Reference Drawings LKMA Project #: 08049.000 As requested by the Department of Engineering, our office has prepared technical specifications and reference drawings for the contracted work associated with the Abandoned/Illegal Mooring Removal Contract as authorized by the Southold Town Trustees. Attached you will find the final bid package delivered to the Town Clerk's Office (10 copies) via hand delivery on August 20, 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 September 4, 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 Enc. CC: Very truly yours, Christopher F. Dwyer, Associate L.K. McLean Associates, P.C. (1) Final Bid Package (Plans & Specs) Dave Bergen, Southold Town Trustee w/enc. Don Dzenkowski, Southold Bay Constable w/enc Town Clerk's Copy w/enc. LKMA File Copy w/enc. · Founded in 1950 · TOWN OF SOUTHOLD ABANDONED/ILLEGAL MOORING REMOVAL ON-CALL CONTRACT TECHNICAL SPECIFICATION SOUTHOLD, SUFFOLK COUNTY, NEW YORK LKMA Project No: 08049.000 Prepared For: TOWN OF SOUTHOLD TRUSTEES 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 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 - "ABANDONED/ILLEGAL MOORING REMOVAL ON-CALL CONTRACT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning Thursday, August 21, 2008 PLACE OF OPENING: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 DATE OF OPENING: SEPTEMBER 4, 2008 TIME OF OPENING: 10:00AM 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. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. This "on-call" service contract has been separated into four (4) separate regions. All marine contractors are encouraged to bid all four of the regions or just the work areas that your company is able to service for the Town. The intent of the four separate contracts is to secure the lowest unit cost for each mooring removal with a responsible and competent marine contractor. 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. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. TECHNICAL QUESTIONS: CHRISTOPHER F. DWYER, LKMA 631-286-8668, PLEASE REFER TO QUESTIONS PAGE Q-I. TABLE OF CONTENTS ABANDONED/ILLEGAL MOORING REMOVAL ON-CALL CONTRACT 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 (Including Itemized Sheets) Qualification of Bidders Contract Agreement Questions Page Technical Specifications Waterway Maps (4) with Typical Mooring Detail on Each Town of Southold Payment Voucher (to be copied and used by Contractor) IB-1 thru IB-5 SIR-1 thru SIR-2 GC-I thru GC-10 CC-1 thru CC-18 Proposal Form Package 1-12 QS-1 thru QS-4 A-1 thru A-3 Q-1 Pages 1 through 8 INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Qualifications of Bidders 4. Rejection of Bids 5. Bidders Responsibility 6. Construction Terms and Conditions 7. Bid Reservations 8. Non-Collusive Statement 9. Addenda and Interpretations 10. Method of Award 11. Single Price Bid Analysis 12. Mtmicipal Exempt Status 13. Labor Law 14. Wage Rates 15. Insurance Required by the Town of Southold 16. Quantities INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Town of Southold Abandoned/Illegal Mooring Removal Contract in The Town of Southold waterways. Bids shall be received by the Town Clerk of the Town of Southold at 53095 Main Road, Southold, New York no later than SEPTEMBER 4, 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 retumed 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 there 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 govem. 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 fi.om the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. 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 INSTRUCTIONS TO BIDDERS 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. 4. 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. 5. 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. (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. (0 No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, INSTRUCTIONS TO BIDDERS 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. 6. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned 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. 7. 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. 8. 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. 9. 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. 10. 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. 11. 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. INSTRUCTIONS TO BIDDERS 12. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 13. 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. 14. 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 heroin 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 penury. 15. 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 16. 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 quantifies supplied or the actual work done at the unit prices quoted. David A. Paterson, Governor Town of Southold Clerks Office Matthew Frascinella, Architect Louis K. McLean Associates 437 South Country Road Brookhaven NY 11719 Schedule Year Date Requested PRC# M. Patricia Smith, Commissioner 2007through 2008 06/26/2008 2008005389 Location Project ID# Project Type Southold 08049 Work is for the removal of abandoned or illegal moorings. 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 distdct 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 houdy 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 prime 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 pdme 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 Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original 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 annua~ 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 periods 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 court 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 journeyworkers 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 Apprenficeship 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 written 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 period. 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 citizen 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 of Labor. David A. Paterson, Governor Town of Southold Clerks Office Matthew Frascinella, Architect Louis K, McLean Associates 437 South Country Road Brookhaven NY 11719 M. Patricia Smith, Commissioner Schedule Year 2007 through 2008 Date Requested 06/26/2008 PRC# 2008005389 Location Project ID# Project Type Southold 08049 Work is for the removal of abandoned or illegal moorings, 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 .I0 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 are exempt and so note on the bill submitted back to DOL. For any instance where an agency is unsure ifa 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 are 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. NEW LEGISLATION Effective February 24, 2008 WORKER NOTIFICATION- A9052 - S6240 This provision is an addition to the existing prevailing wage rate law, Labor Law §220, paragraph a of subdivision 3-a. It requires contractors and subcontractors to provide written notice to all laborers, workers or mechanics of the prevailing wage rate for their particular job classification on each pay stub*. It also requires contractors and subcontractors to post a notice at the beginning of the performance of every public work contract on each job site that includes the telephone number and address for the Department of Labor and a statement informing laborers, workers or mechanics of their right to contact the Department of Labor if he/she is not receiving the proper prevailing rate of wages and/or supplements for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded from our website www. labor, state, nv. us or made available upon request by contacting the Bureau of Public Work at 518-457-5589. * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. NEW LEGISLATION Effective July 18, 2008 OSHA 10-hour Construction Safety and Health Course - S1537-A This prOvision is an addition to the existing prevailing wage rate law, Labor Law §220, section 220-h. It requires that on all public work projects of at least $250,000.00, all laborers, workers and mechanics working on the site, be certified as having successfully completed the OSHA 1 O-hour construction safety and health course. It further requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of this requirement. Rules and regulations will be promulgated and posted on the NYSDOL website www.labor.state.ny.us when finalized. Page 1 of 2 Where to find OSHA lO-hour Construction Course OSHA Training Institute Education Centers: Rochester Institute of Technology OSHA Education Center Rochester, NY Donna Winter Fax (585) 475-6292 e-mail: dlwtpo(~rit.edu (866) 385-7470 Ext. 2919 www.rit.edu/-outreach/course.php3 ?CourseiD=54 Atlantic OSHA Training Center UMDNJ - School of Public Health Piscataway, NJ Janet Crooks Fax (732) 235-9460 e-mail: crooksie(~umdnj.edu (732) 235-9455 https://ophp.umdnj.edu/wcormect/Show Schedule.awp?--GROUP-AOTCON- 10- Keene State College Manchester, NH Leslie Singleton e-mail: lsingletin(~keene.edu (800) 449-6742 www.keene.edu/courses/print/coarses osha.cfm 2. List of trainers and training schedules for OSHA outreach training at: www. OutreachTrainers.org NYS Department of Labor website for scheduled outreach training at: www.labor.state.ny.us/workerprotection~safetyhealth/DOSH ONSITE CONSULTAT1ON.shtm Page 2 of 2 THIS IS A PUBLIC WORK PROJECT Chapter 629 of the Labor Laws of 2007 Contractor Name: Any worker, laborer, or mechanic employed on this project is entitled to receive the prevailing wage and supplements rate for the classification at which he/she is working. These wages are set by law and must be posted at the work site. They can also be found at www. labor, state, n¥.us If you feel that you have not received proper wages or benefits, please call our nearest office. * Albany (518) 457-2744 Newburgh Binghamton (607) 721-8005 Patchogue Buffalo (716) 847-7159 Rochester Garden City (516) 228-3915 Syracuse New York City (212) 775-3568 Utica White Plains (845) 568-5398 (631) 687-4886 (585) 258-4505 (315) 428-4056 (315) 793-2314 (914) 997-9507 * For New York City government agency construction projects, please contact the Office of the NYC Comptroller at (212) 669-4443, www. comptroller, nyc. gov - crick on Bureau of Labor Law. Project Location: STATE OF NEW YORK David A. Paterson, Governor DEPARTMENT OF LABOR M. Patricia Smith, Commissioner Prevailing Wage Rates for 0710112007 o 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Introduction to the Prevailing Rate Schedule Information About Prevailing Rate Schedule This information is provided to assist you in 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 workers taking into account whether the work is heavy and highway, building, 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 question on the proper classification to be used, please call the district office located nearest the project. District off~ce locations and phone numbers are listed below. Prevailing Wage 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 demolition 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 along with the rate. Rates for occupations or locations not shown on the residential 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 criteria. Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listeo as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. Overtime At a minimum, all 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 requ rements for each trade or occupation are contained in 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 supplements is 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 pertormed) and/or may require supplements to be paid or provided at a premium rate for premium hours worked. Effective Dates 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. The rate listed rs 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 ~.ay the current pravailing 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.labor.state.ny.us) for current wage rate information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additiona/Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Joumeyworkers must be present before a third Apprentice can be hired, 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 (Inside) 1:1,1:3 Page 15 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York Slate Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Elevator/Escalator 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 conceming 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 Distdct 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 Cf 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 16 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Suffolk County General Construction Asbestos Worker 06101 ~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 percentage 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 06/0112008 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 Boilermaker $ 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 Houdy 48% of Houdy 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 17 Prevailing Wage Rates for 07/01/2007 ~ 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 houdy 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 1st 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 12/31/2008 Boilermaker 48% of Hourly 48% of Hourly 48% of Houdy 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 pads and repairs & renovation of an existing unit. 4-5 Carpenter 06/0112008 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, TompkinsCorner, Mahopac, Croton Falls, east to Connecticut border. Suffolk: West of Pod Jefferson and Patchoque Road to Route 112 tothe Atlantic Ocean. WAGES Per hour: 07/01/2007 Core Drilling: Driller $ 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: Ddller $10.36 Assistant 10.36 OVERTIME PAY OVERTIME: See (B,E,K*,P,R**) on OVERTIME PAGE. Page 18 Prevailing Wage Rates for 07/0112007 - 06130/2008 Published by the New York State Department of Labor Last Published en Jun 01 2008 PRC Number 2008005389 Suffolk County HOLIDAY HOLIDAY: Paid: Over[ime: 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 pementage 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 06101/2008 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 1st & 2nd yr. Apprentices Overtime: REGISTERED APPRENTICES Wages per hour: ( I ) year terms: 1st 4O% 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 06101/2008 JOB DESCRIPTION Carpenter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: Building Millwdght SUPPLEMENTAL BENEFITS Per hour paid: Millwright OVERTIME PAY 07/01/2007 $ 42.42 $ 39.97 Page 19 DISTRICT 9 Prevailing Wage Rates for 07/01/2007 - 06~30/2008 Published by the New York State Depar[ment of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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. See (5,6,11,13,16,18,19,25) See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. Supplemental benefits per hour: (1) year terms: 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 06/0t/2008 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: Madne Diver $ 52.53 MD.Tender 37.78 SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 36.06 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1st & 2nd yr. Apprentices See (5,6,10,11,13,16,18,19) Overtime: See (5,6,10,11,13,16,18119) on HOLIDAY PAGE. REGISTERED APPRENTICES Wager per hour: (1) year terms: 1st 2nd 3rd 4th $16.55 $ 20.69 $ 26.90 $ 33.11 Supplemental benefits per hour: Page 20 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Apprentices $ 23.89 9-1456MC Carpenter 06/0t/2008 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 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. $16.68 $20.85 $27.11 4th. $ 33.37 Supplemental benefits per hour: Apprentices $ 23.14 9-2287 Carpenter 06/01/2008 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 SUPPLEMENTALBENEFITS Perhourpaid: Journeyman $ 36.01 Page 21 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 - Building I Heavy&Highway JOB DESCRIPTION Carpenter- Building / Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 06/01~008 DISTRICT 4 Building Carpenter Heavy Highway Carpenter SUPPLEMENTAL BENEFITS Per Hour; 07/01/2007 $ 35.60 $ 35.60 07/91/2007 1st 2nd 3rd 4th 40% 55% 65% 75% Supplemental Benefits Per Hour: 07/01/2007 All Apprentice Terms $15.90 Electrician 06/0112008 JOB DESCRIPTION Electrician ENTIRE COUNTIES Nassau, Suffolk DISTRICT 4 Page 22 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(1 ) 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 Jun 01 2008 PRC Number 2008005389 Suffolk County WAGES Per Hour: Tree Trimmer/ Line Clearance Specialist SUPPLEMENTAL BENEFITS Per Hour: Tree Trimmer/ Line Clearance Specialist 07/01/2007- 01/01/2008- 01/01/2009 12/31/2007 12/31/2008 $ 24.71 $ 25.57 $ 26.46 07/01/2007- 01/01/2008- 01/01/2009 12/31/2007 12/31/2008 17.5% of Houdy 19.0% of Hourly 20.5% of Houdy 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, 251 26) on HOLIDAY PAGE NOTE: Time and One Half the Hourly Rate plus Holiday Pay if Worked 4-1049/Tree Electrician 06101/2008 JOB DESCRIPTION Electrician ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: Telephone & Intergrated Tele- Data Sytems Electrician 07/0112007 $ 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 District 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 06101 ~2008 JOB DESCRIPTION Electrician ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2007 DISTRICT 4 Page 23 ' Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Electmian Electrical Maintenance $ 34.90 "PLEASE NOTE" Applicable to "EXISTING ELECTRICAL SYSTEMS" including, but not limited to TRAFFIC SIGNALS & STREET LIGHTING. Not used for addons. SUPPLEMENTAL BENEFITS Per Hour: 07~1~007 Electrcian 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(l) Year Term(s) at the following Pementage of Journeyman(s) Wage: 1st Yr 2nd Yr 3rd Yr 4th Yr 5th Yr 40% 50% 60% 70% 80% Supplemental Benefits per hour Apprentica(s) 35.5% of Houdy Wage Paid + $ 5.28 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay 4-25m Electrician 06101/2008 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 Houdy 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 24 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PHC Number 2008005389 Suffolk County 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 Percetage of Journeyman(s) Wage 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 50% 60% 70% Supplemental Benefits per hour Apprentice(s) 1st Term 15% of Houdy 15% of Hourly 3% of Hourly Wage Paid + Wage Paid + Wage Paid + $1.97 $ 2.36 $ 4.54 2nd Term 15% of Houdy 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 Houdy 16.0% of Houdy 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 Hourly Wage Paid + Wage Paid + Wage Paid + $5.97 $8.17 $11.35 5th Term 35.5% of Houdy 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 Hourly 16.0% of Hourly Wage Paid + Wage Paid + Wage Paid + $ 8.34 $11.42 $15.88 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay 4~25 · Electrician Lineman 06101~008 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 Undergmnd Natural Gasline Mechanic (2" or Less) 07/01 ~2007 Journeyman U.G.Mech. $ 31,81 SUPPLEMENTAL BENEFITS Per Hour: Page 25 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Depadment of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Utility Distribution & Transmission Line Construction 07/01/2007 All Classifications 24% of Houdy Wage Paid + $ 6,40 Underground Natural Gas Mechanic 07/01/2007 Journeyman U.G.Mech. 12% of Hourly 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 HOLIDAY PAGE REGISTERED APPRENTICES 1000 hour Periods at the following Pementage of Journeyman's Wage. 1st. 2nd. 3rd. 4th. 5th. 6th. 7th. 60% 65% 70% 75% 80% 85% 90% 4-1049 Line/Gas Elevator Constructor 06/01/2008 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: Elevator Constructor Elevator Constructor Modern. & Service SUPPLEMENTAL BENEFITS Per hour: Elevator Constructor Modern./Service OVERTIME PAY Constructor, See ( C, O ) on OVERTIME PAGE. Modern./Service See ( B, H ) on OVERTIME PAGE. 07/01/2007 $ 45.98 $ 36.80 07/01/2007 $ 20.02 $19.87 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 26 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 $ 34.49 Modern./Service 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 0610'112008 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 performed, 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 27 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 0610112008 · 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' DISTRICT 9 additional $1.75' 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, 11, 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% Supplemental Benefits per hour: Page 28 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Apprentice Insulator(s) Same % as Same % as for Wage of for Wage of $ 25.67 $ 25.67 9-12 Ironworker 0610'1/2008 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.. $ 48.25 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 Ovedime: 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 06/0t/2008 JOB DESCRIPTION Ironworker ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Rockland: Southern Section Page 29 DISTRICT 9 Prevailing Wage Rates for 0710112007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County WAGES Per hour: Reinforcing & Metel 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 Overtime: See (5, 6, 8, 11, 13, 18, 19, 25) 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 06/01/2008 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: 1st 2nd 3rd 4th 5th 6th 60% 65% 70% 80% 85% 95% Page 30 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 6th Term $ 33.11 $ 33.86 9-580-Or Ironworker 06/0112008 JOB DESCRIPTION Ironworker ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2007 Derrickman/Rigger $ 47.36 SUPPLEMENTAL BENEFITS Journeyman $ 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 Ovedime: 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 pen<ormed 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 percentage of journeyman's wage. 1st 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 - Buildin.cI 06/01/2008 JOB DESCRIPTION Laborer- Building ENTIRE COUNTIES Nassau, Suffolk Page 31 DISTRICT 4 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County WAGES Per Hour: Building Laborer Asbestos Abatment Worker (Re-Roofing see Roofer) 07/01/2007 $ 28.00 25.50 SUPPLEMENTAL BENEFITS Per Hour: Building Laborer Asbestos Worker 07/01/2007 $ 22.70 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 I hr to 1000hrs TERM #2 lO01hrs to 2000hrs TERM #3 2001hrs to 3000hrs TERM ~4 3001hrs to 4000hrs Wages per hour: APPRENTICES (Not Allowed on Abatment Work) TERM #1 $15.75 TERM #2 18.50 TERM #3 21.00 TERM ~ 23.85 Supplemental Benefits per hour: APPRENTICES TERM #1 $11.17 TERM #2 12.52 TERM #3 13.14 TERM #4 13.39 4-66 Laborer - Heavy&Highway 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 32 06~1/2008 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County GROUP Cf 3 28.05 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2007 ALL GROUPS $ 21.34 After Forty (40)paid Hours in a work Week OVERTIME PAY See (B, E2, F) on OVERTIME PAGE NOTE: NOTE: HOLIDAY Paid: Overtime: 13.27 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 Hazardous Material Work add an Additional 10% of Houdy Rate See (1) on HOLIDAY PAGE 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 06/01/200R JOB DESCRIPTION Mason ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2007 Brick/Blocklayer $ 43.34 SUPPLEMENTAL BENEFITS Per Hour: 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 Brick/BIocklayer's Wage 1 st 2nd 3rd 4th 5th 6th 500hrs 500hrs 50% 60% 70% 80% 90% 95% Supplemental Benefits per hour: Page 33 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County All Apprentices $13.30 9-1Brk Mason - Buildin.cI 0610'1/2008 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. 1st 2nd 3rd 4th 5th 6th 50% 55% 65% 70% 75% 85% Supplemental Benefits: (per hour paid) (750) hour terms at the following dollar amount: Apprentices. $ 7.50 + term wage % of $ 9.35 7th 8th 90% 95% 9-7/88-tf Mason - Buildinq 06/01/2008 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 1ST three terms of Apprentices see ( 5, 6, 11, 15 )on HOLIDAY PAGE. All others See ( I ) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages: (per hour worked). Page 34 Prevailing Wage Rates for 07/01/2007 - 06~30~2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 - Building 06~1/2008 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 pementage of journeyman's wage. 1st 2nd 3rd 4th 5th 6th 50% 55% 65% 75% 85% 95% Supplemental Benefits per hour paid: Apprentice: $ 9.93+ term wage % of 9.35 9-7/52 Mason - Building 06/01/2008 JOB DESCRIPTION Mason - Building ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Building: 07/01/2007 Mosaic & Terrazzo Worker Mosaic & Terrazzo Finisher SUPPLEMENTAL BENEFITS Journeyman: $41.68 $40.37 $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 ovedime 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 35 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County (750 Hour) terms at the following pementage of the journeymans wage. 1st 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: 07/01/2007 DISTRICT 9 Stone Setter $ 52.45 Stone Tender $34.13 06101/2008 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2007 $ 22.08 $14.88 Stone Setter Stone Tender OVERTIME PAY See (*C, **E, Q) on OVERTIME PAGE * On weekdays the eighth (8th) and ninth (9th) hours are time and one-half all work thereafter is paid at double the hourly rate. ** The first seven (7) hours on Saturday is paid at time and one-half all work thereafter is paid at double the houdy rate. HOLIDAY Paid: See (8, 25) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour: 07/01/2007 (750 hour) terms at the following percentage of Stone Setters Hourly Wage: 1st 2nd 3rd 4th 5th 6th term term term term term term 50% 60% 70% 80% 90% 100% Supplemental Benifit for all terms 07/01/2007 $13.56 9-1Stn Mason - Building / Heavy&Highway 06101/2008 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 36 Prevailing Wage Rates for 07/01/2007 o 06/30/2008 Published by t~e New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Journeyman SUPPLEMENTALBENEFITS Joumeyman 07/01~007 $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(l) Apprenticeship $ 20.27 Supplemental Benefits: Apprentice: $ 6.08 9-1 Paver Mason - Building / Heavy&Highway JOB DESCRIPTION Mason - Building / Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2007 Marble-Riggem, Crane & Derdckman $ 39.23 SUPPLEMENTAL BENEFITS Journeyman $18.82 OVERTIME PAY See (C, O, V) on OVERTIME PAGE HOLIDAY Paid: See (*2) on HOLIDAY PAGE Overtime: 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 % orS 10.17 06/01/2008 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 06/01/2008 Page 37 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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) $19.61 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 07/01/2007 1 st 2nd 3rd 4th $ 3.00 $ 6.85 $ 9.35 $ 9.35 9-1PCC Mason - Heavy&Highway JOB DESCRIPTION Mason- Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2007 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 DISTRICT 9 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 38 06101/2008 9-780 06/01/2008 Prevailing Wage Rates for 07/01/2007 - 06~30/2008 Published by lhe New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 (51 6, 8, 11, 12, 25) on HOLIDAY PAGE 9-15Db Operating Engineer - Building 06/01/2008 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), Milling Machine, Power Winch - Stone SeEing/Structural Steel & Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self-prepelled), 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 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 (all), Roller (dirt), Ridge Cutter, Vac-AII, Shotblaster, Striping Machine, Interior Hoist, Concrete Finish Machine, ConcreteSpreader, Conveyer, Curing Machine, Hoist (one drum). CLASS "D": Concrete Breaker, Concrete Saw/Cuffer, Fork Life or Walk Behind (power operated), Generator, Hydra Hammer, Compactors (mechanical or hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump (double action diaphragm). CLASS "E": Batching Plant, Generator, Gdnder, Mixer, Mulching Machine, Oiler, Pump (gypsum), Pump (single action diaphragm), Stump Chipper, Track Tamper, Tractor (caterpiller or wheel), Vibrator, Deckhand on Workboat. 0~01~007 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 39 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 Operating Engineer - Building / 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: 06/0112008 DISTRICT 4 08/0112007 $ 29.00 25.52 $ 3.00 $ 3.00 2.00 2.00 1.00 1,00 Page 40 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Level A Level B SUPPLEMENTAL BENEFITS Per Hour: Well Driller Well Drller Helper $ 3.00 2.00 07/01/2007- 07/31/2007 $10% of straight time rate plus $9.55 $ 3.00 2.00 08/01/2007 10% of straight time 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 4-138well Operating Engineer - Heavy&Highway JOB DESCRIPTION Operating Engineer- Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. 06101/2008 DISTRICT 4 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-CarryalI-Scaper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled), Tank Work, Track Alignment Machine. CLASS "B": Backhoe, Boom Truck, Bulldozer, Bodng 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 over 100 feet add $1.00 per hour "150" "$1.50"" "250" "$2.00 .... "350" "$3.00"" $ 51.34 Class *Add $3.50 for Hazardous Waste Work. $ 45.33* Class "B" $ 42.28* Page 41 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 0610112008 JOB DESCRIPTION Operating Engineer- Marine 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 0913012008 CLASS A Operator, Leverman, Lead Dredgeman $ 31.59 $ 32.09 $ 32.89 CLASS B Spider/Spill Barge Operator, Tug Operator(overl000hp), Operatorll, 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 42 $ 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 Jun 01 2008 PRC Number 2008005389 Suffolk County CLASS C Drag Barge Operator, $ 25.04 Steward, Mate, Assistant Fill Placer, Welder (please add) $ 0.51 Boat Operator $ 24.29 CLASS D Shoreman, Deckhand, $ 20.34 Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add) $ 0.09 SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES $ 25.49 $ 26.14 $ 0.06 $ 24.79 $ 25.29 $ 20.64 $ 21.09 07/01/2007- 10/01/2007- 10/01/2008 09/30/2007 09130/2008 All Classes A & B $ 7.55 plus $ 7.80 plus $ 8.05 plus 7% of straight 7% of straight 7% of straight time wage time wage time wage (overtime houm add) $ 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 houm 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 Operating Engineer - Trenchless Pipe Rehab 06/01/2008 JOB DESCRIPTION Operating Engineer- Trenchless Pipe Rehab DISTRICT 4 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenan9o, 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, Odeans, 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 Per Hour: DSET/DSSET Operator Robotic Unit Operator DDCC Injection Operator Technician/Equipment Operator 07/01/2007 $ 30.00 30.00 30.00 25.50 Page 43 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County AM Liner/Hydra Seal Installer Hobas Pipe, Polyethyene Pipe or Pull and Inflate Liner inst. 25.50 25.50 SUPPLEMENTAL BENEFITS Per Hour Worked 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) Fimt Year $16.00 Second Year 16.75 Thi~ Year 17.25 Fou~h Year 18.00 Supplemental Benifit (Per Hour Worked) All Terms $11.34 4-138TmhPReh 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 $34.50 $ 35.00 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) 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) 1st year $ 9.67 2nd Year 11.82 3rd year 14.15 07/0112007- 04/30/2008 05/01/2008 $ 9.82 12.32 14.74 Page 44 DISTRICT 9 Painter 06/01/2008 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County 4th year 18.62 19.42 9-NYDCT9-E)WT Painter 06101/2008 JOB DESCRIPTION Painter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester WAGES (Per hour) 07/01/2007- 05/01/2008 04/30/2008 Brush $ 34.50 $ 35.00 Spray & Scaffold 37.50 38.00 Fire Escape 37.50 38.00 Decorator 37.50 38.00 Paperhanger/Wall Coverer 36.33 36.83 SUPPLEMENTAL BENEFITS ( per hour worked ) 07/01/2007- 05/01/2008 04/30/2008 Paperhanger $ 23.15 $ 24.15 All others 20.83 20.94 OVERTIME PAY See (A, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: 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) DISTRICT 9 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 benefls: (per Hour worked) Appr 1st term... $ 9.67 Appr 2nd term... 11.82 Appr 3rd term... 14.15 Appr 4th term... 18.62 $ 9.82 12.32 14.74 19.42 9-NYDC9-B/S Painter - Heavy&Highway JOB DESCRIPTION Painter- Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2007- 10/01/2007 09/30/2007 Structural Steel $ 43.00 $ 44.00 Bridge Painting 4300 44.00 Power Tool/Compressor 49.00 50.00 DISTRICT 4 0~01~008 "NOTE" Bridge Painting Contracts, ALL WORKERS on and off the bridge(including flagmen) are to be paid Painting Rate. The Contract must be ONLY for Bridge Painting. SUPPLEMENTAL BENEFITS Per Hou r: 07/01/2007- 10/01/07 09/30/2007 Page 45 Prevailing Wage Rates for 0?10112007 - 0613012008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Painters/ All Classifications $ 26.47 OVERTIME PAY See (A, F, R) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour: One(l) 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 StHping 0610t/2008 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, Rensse aer, R chmond, Rock and, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES Per hour: Painter (Striping-Highway): 07/01/2007 06/01/2008 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 06/0112008 · JOB DESCRIPTION Painter- Metal Polisher DISTRICT 9 ENTIRE COUNTIES Albany, Allegany, Bronx, Breome, 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, Odeans, 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 46 Prevailing Wage Rates for 07/01/2007 - 06~30~2008 Published by the New York State Department of Labor Last PubJished on Jun 01 2008 PRC Number 2008005389 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 applies 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 (*) 9-8A/28A-MP Plasterer 0610112008 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: Building: Plasterer/Traditional SUPPLEMENTAL BENEFITS Per hour worked: Journeyman 07/01/2007 $ 35.53 $ 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: 1 st 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 47 DISTRICT 9 Prevailing Wage Rates for 0710112007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County 9-530-Z1 Plumber 06/0t/2008 JOB DESCRIPTION Plumber ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2007- 06/01/2008 05/31/2008 Plumber/ 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 lB, 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: 1st Term $ 7.89 $ 8.39 2nd Term 8.89 8.89 3rdTerm 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 48 DISTRICT 4 Plumber 06/0112008 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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(1) 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: lstTerm $ 6.20 2nd Term 6.20 3rdTerm 6.20 4th Term 6.20 5th Term 6.20 4-200 Maintance Plumber 06/0'1/2008 JOB DESCRIPTION Plumber ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: Plumber 07/01/2007- 11/01/2007- 05/01/2008 10/31/2007 04/30/2008 $ 44.90 $ 46.08 $ 46.98 DISTRICT 4 SUPPLEMENTALBENEFITS Per Hour: PJumber $ 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(1) Year Terms at the following pementage 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 1st Term $11.99 11/01/2007- 04/30/2008 $12.79 Page 49 05/01~008 $12.89 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County 2nd Term 13.82 14.64 15.14 3rd Term 15.83 16.38 16.78 4th Term 16.83 17.68 17.78 5th Term 17.68 18.58 18.78 4-200 Roofer 06/0112008 JOB DESCRIPTION Roofer DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2007 Roofer/Waterproofer $ 35.50 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 pecentage of Roofers/Waterproofers Wage 1st 2nd 3rd 4th 40% 50% 70% 80% Supplemental Benefits per hour: 1st Term $ 2.00 2nd Term 6.00 3rd Term 12.35 4th Term 17.31 Sheetmetal Worker 06/0112008 JOB DESCRIPTION Sheetme~l Worker 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 02/01/2008 42.06 + additional an additional $1,25' $1.75' Page 50 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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: 1st 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 19.45 6th Term 20.89 7th Term 22.79 8th Term 26.49 4-28 Sheetmetal Worker 06/01/2008 JOB DESCRIPTION Sheetmetal Worker ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per Hour: 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): 1st 2nd $12.67 $14.48 6th 7th $21.72 $23.53 Supplemental Benefits per hour paid: Half (1/2) year terms at the following dollar amount DISTRICT 9 8th 9th 10th $25.34 $27.15 $28.96 Page 51 3rd 4th 5th $16.29 $18.10 $19.91 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 0610112008 JOB DESCRIPTION Steamfitter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour Steam Fitter* Sprinkler Fitter* 07/01/2007- 12/26/2008 12/25/2008 For Work on Temporary Heat** & Air Conditioning 34.32* SUPPLEMENTAL BENEFITS Per Hour Steamfitter $ 38.38 Sprinkler Fitter 38.38 $ 45.17 Additional 45.17 $ 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: Overtime: REGISTERED APPRENTICES Wages per hour worked: ( I ) 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: Apprentices: 1 st 2nd 07/01/2007 $15.79 $19.47 See 1) on HOLIDAY PAGE See 5, 6, 11, 15, 16, 25)on HOLIDAY PAGE 4th 5th 80% 85% 3rd 4th 5th $24.98 $ 30.15 $ 32,32 9-638A-StmSpFtr Steamfitter 06/01/2008 JOB DESCRIPTION Steamfitter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2007 Steamfitter/Maintance $ 32.45 Page 52 DISTRICT 9 Prevailing Wage Rates for 07101/2007 - 06~30~2008 Pubfished by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Suffolk County Refrigeration, NC, 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 SteamflttedMaintance $ 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 Sur~ey Crew Consulting 06/01/2008 JOB DESCRIPTION Survey Crow Consulting DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Dutchess: Only the podion south of the north city line in Poughkeepsie. WAGES Feasibility and proliminary 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 ( B, 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 Heavy&Highway 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 06101/2008 DISTRICT 4 Page 53 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 4~82.Demo Teamster - Delivery of Asphalt & Concrete JOB DESCRIPTION Teamster- Delivery of Asphalt & Concrete ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2007 "TRUCK DRIVER" 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 HOLIDAY PAGE Employee must Work TWO(2) Days in Holiday Week. 5,6,13 Paid at Triple if Worked. DISTRICT 4 06/0112008 4-282ns Welder 06/01/2008 JOB DESCRIPTION Welder DISTRICT 1 ENTIRE COUNTIES Albany, Aliegany, Bronx, Broome, Cattaraugus, Cayuga Chautauqua, Chemung, Chenango, Clinton Columbia, Cortland, Delaware Dutchess, Er e, Essex, Franklin, Fulton, Genesee, Greene, Ham ton, Herkimer, Jefferson, K ngs, 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 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 54 Prevailing Wage Rates for 07/01/2007 - 06~30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 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 HOLIDAY section. (A) (AA) B) B~ ) a2 ) c) (ct) (D) (D1) (E.) (E~) (E3) (E2) (E4) (F (G (H (~ (J (K (L (M (N (o (P (Q (R (s (S1 (T) Time and one half of the houdy rate after 7 hours 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 houdy rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday. Double the hourly rate for all additional hours Time and one half of the hourly 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 hourly rate after 8 hours per day Double the hourly rate after 9 hours per day Time and one half of the houdy rate on Saturday Time and one half 1st 4 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 during 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 hourly rate on Saturday and Sunday Time and one half of the hourly rate on Saturday and Holidays Time and one half of the houdy rate on Saturday, Sunday, and Holidays Time and one half of the hourly 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 houri, rate on Saturday and Sunday Double the houri, rate on Saturday and Holidays Double the houri, 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 houdy rate for Holidays, if worked Page 55 Prevailing Wage Rates for 07/01/2007 - 06/30/2008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 ( 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 56 Prevailing Wage Rates for 07/01/2007 - 06/3012008 Published by the New York State Department of Labor Last Published on Jun 01 2008 PRC Number 2008005389 Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: 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 apph"cable 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 classification 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. ( I ) None ( 2 ) Labor Day ( 3 ) Memorial Day and Labor Day ( 4 ) Memorial Day and July 4th ( 5 ) Memorial Day, July 4th, and Labor Day ( 6 ) New Year's, Thanksgiving, and Christmas ( 7 ) Lincoln's Birthday, Washington's Birthday, and Veterans Day ( 8 ) Good Friday ( 9 ) Lincoln's Birthday ( 10 ) Washington's Birthday ( 11 ) Columbus Day ( 12 ) Election Day ( 13 ) Presidential Election Day ( 14 ) 1/2 Day on Presidential Election Day ( 15 ) Veterans Day ( 16 ) Day after Thanksgiving ( 17 ) July 4th ( 18 ) 1/2 Day before Christmas ( 19 ) 1/2 Day before New Years ( 20 ) Thanksgiving ( 21 ) New Year's Day ( 22 ) Christmas ( 23 ) Day before Christmas ( 24 ) Day before New Year's ( 25 ) Presidents' Day ( 26 ) Martin Luther King, Jr. Day Page 57 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 (5'18) 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) t. Name and complete address ( [] check if new or change): O Telephone: ( ) Fax: ( E-Mail: 3. SEND REPLY TO I[] check if new or change) Name and complete address: Telephone: ( ) Fax:( ) B. PROJECT PARTICULARS 5. Proiect Title Description of Work Contract Identification Number Note: For NYS units, the OSC Contract No. Nature of Project - Check One: [] 1, New Buildin~ [] 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 NY State Units (see Item 5) [] 01 DOT [] 02 OCS [] 03 Dormitory Authority [] 04 State University Construction Fund r-I 05 SUNY/Colleges [] 06 Mental Hygiene Facilities Corp. [] 07 OTHER N.Y. STATE UNIT [] 08 City [] 09 Local School Distdct [] 10 Special Local District, i.e., Fire, Sewer, Water Distdct [] 11 Village [] 12 Town [] 13 County [] 14 Other Non-N.Y. State (Describe) SERVICE REQUIRED. Check appropriate box and provide project information. [] New Schedule of Wages and Supplements. IAPPROXIMATE BID DATE: I [] Additional Occupation and/or Redetermination PHC NUMBER ISSUED PREVIOUSLY FOR THIS PROJECT: OFFICE USE ONLY 6. Location of Project: Location on Site Route No/Street Address Village or City Town County, 8. OCCUPATION FOR PROJECT: [] Construction (Building, Heavy [] Guards, Watchmen Highway/Sewer/Water) [] Janitors, Porters, Cleaners [] Tunnel [] Moving furniture and [] Residential equipment [] Landscape Maintenance [] Trash and refuse removal [] Elevator maintenance [] Window cleaners [] Exterminators, Fumigators [] Other(Describe) Signature OFFICE USE ONLY Locality Designations: PW-39 (03- 07) SEE PAGE TWO FOR ~WS RELATING TO PUBLIC WORK CONTRACTS 'l 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.ny.uslEDList/searchPaRe.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 Porfiandvi]le NY 13834 FEIN: Barred Until Fiscal Officer Notes: 16-1466399 01/08/2009 DOL Multiple willful violations Company Name 4-A General Construction Co[p FEIN: Barred Until 11-3161355 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 Contracting Coq~ FEIN: Barred Until 11-3203983 08/01/2010 Address City State 15 Pine Aire 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 Inc FEIN: Barred Until l 6-1319254 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 willfi~l violations Company Name A&T General Construction Inc FEIN: Barred Until 13-3927478 12/11/2011 Address City State 3 Alan B Shepard Place Yonkers NY Fiscal Officer Notes: DOL And Nick Nitis as an individual - falsification of payroll records Company Name Zip Code 10705 Address City State Zip Code ACC Construction Corp FEIN: Barred Until 11-2688758 05/25/2011 6 East 32nd St - 7th Fl Fiscal Officer Notes: NYC Falsified records New York NY 10016 Monday, May 05, 2008 Page 1 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Ace Dpywall Systems lnc 194 Ashland Place Brooklyn NY 11217 FEIN: Barred Until Fiscal Officer Notes: 11-3095022 03/06/2013 NYC And Kazimierz Konopski individually - falsified payroll records Company Name Address City State Zip Code Adam Deckman FEIN: Barred Until Fiscal Officer Notes: dba Deckman Painting Company Name ALJAA Constraction Corporation FEIN: Barred Until 204695116 12/14/2010 Address City State Zip Code 3755 Seneca Street West Seneca NY 14403 Fiscal Officer Notes: DOL And Anne M DiPizio individually - as a substantially affiliated entity and/or successor of Diamond "D" Construction Company Name Allstate Concrete Cutting, Inc FEIN: Barred Until 11-3223101 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 Inc 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 Anthoulis FEIN: Barred Until 01/25/2012 Address City State 131 47th Street Brooklyn NY Fiscal Officer Notes: AG aka Staccy Gouzos - as an individual - See 4-A General Construction Corp Zip Code 11232 Company Name Andres Alvarez FEIN: Barred Until 12/24/2009 Address City 372 North Main Street Lodi Fiscal Officer Notes: See Corinth/an Construction Co Inc State Zip Code NJ 07644 Company Name Angelo Zaffuto FEIN: Barred Until 09/29/2008 Address City 162 Atlantic Avenue Lynbrook Fiscal Officer Notes: AG As an individual. See Zaffuto Construction Company Inc State Zip Code NY 11563 Company Name Anne MDiPizio FEIN: Barred Until 12/14/2010 Address City State Zip Code 217 Strasmer Road Depew NY 14043 Fiscal Officer Notes: DOL Individually - See ALJAA Monday, May 05, 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 ANS Welding Corp l 11 Dale Street West Babylon NY 11704 FEIN: Barred Until Fiscal Officer Notes: l 1 - 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 l 1232 FEIN: Barred Until FiscaIOfficer Notes: 11-2967327 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 FEIN: Barred Until l 1-6255761 03/19/2012 153 Baywoods Lane Bay Shore NY Fiscal Officer Notes: DA And John Bias as an individual - plea agreement with Suffolk County D.A. I1706 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 07/09/2012 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 11-3391498 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~k/a 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 Bat-Jac Contracting Inc FEIN: Barred Until I 1-3133524 07/17/2009 Address City Fiscal Officer Notes: See Bat-Jac Construction lnc State Zip Code Company Name Bat-Jac Inc FEIN: Barred Until 07/17/2009 Address City Fiscal Officer Notes: See Bat-Jac Construction aka Bat-Jac Contracting State Zip Code Company Name Ben-Zvy Enterprises Inc FEIN: Barred Until 13-3713559 02/22/2010 Address City 19 West Street Spring Valley Fiscal Officer Notes: See B & Z Development Inc. State Zip Code NY 10977 Monday, May 05, 2008 Page 3 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Bernadette Gormaily 250 Knceland Avenue Yonkers NY 10705 FEIN: Barred Until Fiscal Officer Notes: 07/09/2012 As an individual. See 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 C JHInc FEIN: Barred Until 14-1830289 06/10/2010 Address City Fiscal Officer Notes: See N F K Excavating and Construction lnc State Zip Code Company Name Address City State Zip Code Call Brothers I~c 1223 Park Street Peekskil! NY 10566 FEIN: Barred Until Fiscal Officer Notes: 13-3259286 09/12/2012 DOL And Joseph and Jeanette Calicchia individually - falsified payroll records Company Name Address Cappry Contracting Management Co~ 1081 Coney Island Avenue FEIN: Barred Until FiscaIOfficer 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 Catenaty Construction Corp 112 Hudson Avenue Rochester NY 14605 FEIN: Barred Until Fiscal Officer Notes: 54-2129721 02/14/2011 DOL Subsidiary of Lancet Arch Inc. 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 willful 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 Monday, May 05, 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 Christopher Nicholson 91 Newman Place Buffalo NY 14210 FEIN: Barred Until Fiscal Officer Notes: 10/19/2011 See Commercial System Construction Company Name Columbus General Construction Inc FEIN: Barred Until 11-3357344 12/16/2009 Address City State Zip Code 914 Newkirk Avenue Brooklyn NY I 1230 Fiscal Officer Notes: AG And Mohammed A Rashid as an individual. Falsified business records. Plea agreement. Company Name Commercial 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 entiiy 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 lnc 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 Zip Code 07644 Company Name D J Floors Inc FEIN: Barred Until 16-1506339 08/29/2012 Address City State 9276 Via Cimato Drive Clarence Center NY Fiscal Officer Notes: DOL And Donald Schwendler as an individual - falsified payroll records Zip Code 14032 Company Name Dalton Steel lnc FEIN: Barred Until 16-1557064 03/12/2009 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. Company Name Darby General Contracting Inc FEIN: Barred Until l ]-3420817 08/04/2008 Address City 565 Oak Street Copiague Fiscal Officer Notes: DOL dba Darby Glass Co - multiple willful violations State Zip Code NY 11726 Company Name Darby Glass Co FEIN: Barred Until 11-3081390 08/04/2008 Address City Fiscal Officer Notes: See Darby General Contracting lnc State Zip Code Company Name Deckman Painting FEIN: Barred Until 75-3173012 04/16/2012 Address City State 154 Pond View parkway Rochester NY Fiscal Officer Notes: DOL Adam Deckman dba Deckman Painting. Falsification of payroll records Zip Code 14612 Monday, May 05, 2008 Page 5 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Dellapenna Brothers Inc 86 Olive Street Johnson City NY 13790 FEIN: Barred Until Fiscal Officer Notes: 16-0964223 08/04/2008 DOL multiple wilifuls - debarment period extended afl. er additional violations Company Name Address City State Zip Code Dennis Lounsbury Builders Inc P O Box 220 Bulville NY 10915 FEIN: Barred Until Fiscal Officer Notes: 14-1538702 05/27/2009 DOL aka Lounsbu~ Erectors Inc. Company Name Address DePoalo and Son Building Contractors ]nc 296 Morris Road FEIN: Barred Until Fiscal Officer Notes: 14-1507523 07/12/2009 DOL Multiple willful violations City State Zip Code Schenectady NY 12303 Company Name Address City State Zip Code DG Pipeline Inc 312 Halseyville Road Ithaca NY 14850 FEIN: Barred Until Fiscal Officer Notes: 74-2917157 09/06/2011 DOL and Douglas S Griffen, President and one of the five largest shareholders - falsified payrolls Company Name Diamond "D" Construction Coq~ FEIN: Barred Until 16-1103218 12/14/2010 Address City State Zip Code 5270 Transit Road Depew NY 14043 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 Gatto-Wood as an individual. Falsified payarolls. Zip Code 10958 Company Name Address City State Zip Code DJFI Mechanical Associates Ltd 155 Kingsbridge Road East Mount Vernon NY 10552 FEIN: Barred Until Fiscal Officer Notes: 13-3373364 02/01/2011 DOL Falsified records - plea agreement Company Name Dominic Antonucci FEIN: Barred Until 10/l 8/2009 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 FiscaIOfficer 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 J Floors, Inc. Company Name Address City State Zip Code Douglas S Gdt'fen 312 Halseyville Road Ithaca NY 14850 FEIN: Barred Until Fiscal Officer Notes: 09/06/2011 See DG Pipeline Inc Monday, May 05, 2008 Page 6 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name E Green Restoration & Roofing Inc FEIN: Barred Until 16-1561693 06/21/2009 Address City State Zip Code l 17 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 Coq~. 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 State Zip Code 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 NY 11232 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: DOL 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 State ] 11 South Main Street Herkimer NY Fiscal Officer Notes: DOL And Francis Enjem as an individual. Falsification of records. Zip Code 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: DOL 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 l 0/l 4/2008 Address City State Zip Code 41-12 Ditmars Blvd Long Island City NY I 1105 Fiscal Officer Notes: DOL 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: DOL And Elizabeth A. Cart and Sean Campion as individuals. Falsification of records Monday, May 05, 2008 Page 7 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT 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 FEIN: Barred Until Fiscal Officer Notes: 16-1292474 08/18/2009 DOL 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 DOL Multiple willful violations City State Zip Code Webster NY 14580 Company Name Ford Construction Inc FEIN: Barred Until 11-3167975 07/I8/2010 Address City State Zip Code 18-18 26th S~-eet Astoria NY 11102 Fiscal Officer Notes: DOL And Mohammed Ali Alvi and Mohammed Ali Alvi T/A Ford Masonry - falsification of records Company Name Ford Masonry FEIN: Barred Until 07/18/2010 Address City State Zip Code 18-I8 26th Street Astoria NY 11102 Fiscal Officer Notes: DOL And Mohammed Ali Alvi individually and Ford Construction Inc. Falsification of payroll records Company Name Address City Foundation Construction Consultants Inc 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 I 11 South Main Street Herkimer Fiscal Officer Notes: As an individual. See Enjem's Incorporated. State Zip Code NY 13350 Company Name Franco Paints Inc FEIN: Barred Until 08/07/2008 Address City State Zip Code 159 92nd Street Brooklyn NY l 1209 Fiscal Officer Notes: NYC And Mida Painting Ltd, Nicholas Kallergis and Stamatia Kallergis, as individuals. Assurance of Discontinuance/Seitlement Agreement Company Name Frank J Tucek & Son Inc 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 Monday, May 05, 2008 Page 8 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code G A Falcone Construction lnc 253 Commonwealth Avenue Buffalo NY 14216 FEIN: Barred Until Fiscal Officer Notes: 16-1609832 08/07/2012 DOL Multiple willful violations Company Name Address City State Zip Code GBA Contracting Corp 4015 21 st Avenue Astoria NY 11105 FEIN: Barred Until FiscaIOfficer Notes: 14-1777088 0l/l 1/2013 DOL And Griogorios Bellos individually - falsified payroll records 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 Address City State Zip Code George Bush 19 Hofffnan Drive Latham NY 12118 FEIN: Barred Until Fiscal Officer Notes: 01/14/2009 DOL Falsification of payroll records Company Name Address City State Zip Code George Lucey,Manual Tobio(see note) 150 Kings Street Brooklyn NY 1 1231 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 l 16 East Saddle River Rd Saddle River NJ 07458 FEIN: Barred Until FiscaIOfficer Notes: 22-3765123 05/14/2008 DOL Falsified payroll records Company Name Address City State Zip Code Greg Suraci 364 Bleaker Road Rochester NY 14609 FEIN: Barred Until Fiscal Officer Notes: 10/25/2012 As an individual - see Suraci Enterprises 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 Griogorios Bellos 4015 21 st Avenue Astoria NY 11105 FEIN: Barred Until Fiscal Officer Notes: 01/11/2013 Individually as president of GBA Contracting Corp Monday, May 05, 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 Haleera Zihcnni 3 Alan B Shepard Place Yonkers NY 10705 FEIN: Barred Until Fiscal Officer Notes: 12/11/2011 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 -Stc 6 Thornwood 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 lnc FEIN: Barred Until 22-3791841 04/14/2010 Address City State Zip Code 219-02 Northern Boulevard Flushing NY 1136 l Fiscal Officer Notes: AG And Howard Klm a/k/a tm 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 tm 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 Company Name Address City State Zip Code In-Tcch Construction Inc 8346 Brewerton Road Cicero NY 13039 FEIN: Barred Until FiscaIOfficer Notes: 16-1478898 07/06/2012 DOL And Russell Tupper as an individual. Falsified payroll records Company Name Address City Integrity Construction & Consulting Servs 7615 Myrtle Avenue Glendale FEIN: Barred Until FiscaIOfficer Notes: 11-3147728 02/15/2012 NYC Falsification of payroll records State Zip Code NY 11385 Company Name Address City International Environmental Resources FEIN: Barred Until FiscaIOfficer Notes: 05-0448266 08/09/2007 See International Environmental Services Inc State Zip Code Company Name Address City State Zip Code International Environmental Services Inc 2 Stafford Court Cranston RI 02920 FEIN: Barred Until FiscaIOfficer Notes: 05-0448266 10/05/2009 DOL dba International Environmental Resources - Falsified payrolls - Debarment period extended after additional violation. Also IES Environmental lnc and James J Ney Jr as an individual Monday, May 05, 2008 Page 10 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name J B C Contracting Co Inc FEIN: Barred Until 11-3550663 03/23/2010 Address City State Zip Code 346 Prospect Ave - I st FI Brooklyn NY 11215 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.G.'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 - 1 st Fl Brooklyn NY 11215 Fiscal Officer Notes: AG And/or 509 McDonald Avenue, Brooklyn NY 11218. And Mohammed H Kabir as an individual and JBC Contracting Co Inc. Settlement Agreement with A.G's Office Company Name J Ban' Construction 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 Construction Inc FEIN: Barred Until 14-i767357 04/13/2011 Address City State Zip Code 84 Fredericks Avenue Albany NY 12205 Fiscal Officer Notes: DOL Multiple willful violations Company Name J T Painting Corp FEIN: Barred Until 06-1260246 02/26/2009 Address City State Zip Code P O Box 337 Burlingham NY 12722 Fiscal Officer Notes: 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 James Avallone Tile & Marble FEIN: Barred Until 07-5336752 08/07/2008 Address City 217 Christie Street Ridgefield Park Fiscal Officer Notes: DOL Multiple willful violations - debarment period extended State Zip Code NJ 07660 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 lnc and IES Environmental Inc Company Name Jans General Constraction Corp FEIN: Barred Until 13-4201562 01/25/2012 Address City State Zip Code 131 47th Street Brooklyn NY I 1232 Fiscal Officer Notes: AG Plea Agreement with A.G.'s Office Company Name Jason Asbury FEIN: Barred Until 10/10/2012 Address City 22562 Sea Bass Drive Boca Raton Fiscal Officer Notes: As an individual - see Seabury Enterprises LLC State Zip Code FL 33428 Monday, May 05, 2008 Page II of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Jay Meyer 239 Marsh Drive DeWitl 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 Jeanette Calicchia 1223 Park Street Peekskill NY 10566 FEIN: Barred Until Fiscal Officer Notes: 09/12/2012 Dog As an individual - see Call Brothers Inc Company Name Address City State Zip Code .lorn Bias 153 Baywoods Lane Bay Shore NY 11706 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 Corp. Company Name John O'Shea FEIN: Barred Until 01/28/2013 Address City State Zip Code 4350 Bullard Avenue Bronx NY 10466 Fiscal Officer Notes: NYC Individually - See Start Elevator Inc, Start Elevator Repair Inc, Start Elevator Maintenance and Start Elevator Construction Inc Company Name Joseph Calicchia FEIN: Barred Until 09/12/2012 Address City State Zip Code 1223 Park Street Peekskill NY 10566 Fiscal Officer Notes: DOL As an individual - see Call Brothers lnc Company Name Joseph DiPizio FEIN: Barred Until 12/14/2010 Address City 5270 Transit Road Depew Fiscal Officer Notes: As an individual. See Diamond "D" Constraction Corp State Zip Code NY 14043 Company Name Joseph Zaffuto FEIN: Barred Until 09/29/2008 Address City 162 Atlantic Avenue Lynbrook Fiscal Officer Notes: AG As an individual. See Zaffuto Construction Company Inc State Zip Code NY 11563 Company Name JRC Aris Electric Contractors FEIN: Barred Until 09/13/2009 Address City Fiscal Officer Notes: See JRC Electric Control Service Inc State Zip Code Company Name JRC Electric Control Service Inc FEIN: Barred Until l 1-3199418 09/13/2009 Address City State 516 East 51st Street Brooklyn NY Fiscal Officer Notes: NYC a/k/a JRC Aris Electric Contractors - multiple willful violations Zip Code 11236 Company Name Julius and Gita Behrend FEIN: Barred Until Address City 5 Emes Lane Monsey Fiscal Officer Notes: See Emes Heating & Plumbing Contractor, Inc State Zip Code NY 10952 Monday, May 05, 2008 Page 12 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Junkyard Constraction Corp 2068 Anthony Avenue Bronx NY 10457 FEIN: Barred Until Fiscal Officer Notes: 13-3789422 12/26/2012 DOL And Zepheniah Davis individually - falsification of payroll records Company Name Address City State Zip Code K M Martell Construction Inc 57 Cross Road Middletown NY 10940 FEIN: Barred Until FiscaIOfficer Notes: 14-1723810 06/25/2012 DOL And Kevin Martell as an individual - falsified records Company Name Address City State Zip Code K M R Entenprises Inc 10 Stnffle Street Cropseyville NY 12052 FEIN: Barred Until Fiscal Officer Notes: 14-1749993 12/20/2011 DOL Debarment period extended after another willful violation Company Name Address City State Zip Code Kazimierz Konoskki FEIN: Barred Until 03/06/2013 194 Ashland Place Brooklyn Fiscal Officer Notes: NYC Individually as chief executive - see Ace D~ywall System Inc NY 11217 Company Name Address City State Zip Code Kefcal Construction Inc 131 47th Street Brooklyn NY 11232 FEIN: Barred Until FiscaIOfficer Notes: 01/25/2012 AG Plea Agreement with A.G.'s Office Company Name Address City State Zip Code Kelly's Sheet Metal Inc 1426 Atlantic Avenue Brooklyn NY 11216 FEIN: Barred Until Fiscal Officer Notes: 11-2604923 12/28/2012 NYC Falsification of payroll records Company Name Address City State Zip Code Kenneth Merz 62 Neulist Avenue Port Washington NY 11050 FEIN: Barred Until Fiscal Officer Notes: 07/17/2009 As an individual. See Bat-Jac Construction Company Name Address City State Zip Code Kenneth W Griffin 101 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 Margadtis as an individual Company Name Address City State Zip Code King Machine 11365 Center Road Sheridan NY 14135 FEIN: Barred Until Fiscal Officer Notes: I6-1293494 04/04/2010 DOL See Robert Metzgar Monday, May 05, 2008 Page 13 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT 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 DeL 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 FiscaIOfficer Notes: 13-4103318 01/25/2012 AG Plea Agreement with A.G.'s Office Company Name Address City State Zip Code Kris Clarkson 2484 Caren Road Coming NY 14830 FEIN: Barred Until FiscaIOfficer Notes: 06/20/2012 As an individual. See R & H Commercial Flooring lnc Company Name Address City State Zip Code K-Star Construction Corp 4248 16lst Street Flushing NY 11358 FEIN: Barred Until Fiscal Officer Notes: 01-0778648 12/11/2011 DeL 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: l 1-3223496 01/l l/2010 DeL 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: DeL 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 Lake Construction and Development Corp FEIN: Barred Until FiscaIOfficer Notes: 11-2678816 See George Lucey -debarred permanently State Zip Code Company Name Address City State Zip Code Lancet Arch Inc 112 Hudson Avenue Rochester NY 14605 FEIN: Barred Until FiscaIOfficer Notes: 16-1259628 02/14/2011 DeL 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 DeL Miltiple willful violations 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 DeL And Winston J Goins Sr. and Kenneth W Griffin individually. Falsification of records Monday, May 05, 2008 Page 14 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City Linda Williams c/o MJAB Construction Inc 183 Washington Avenue New Rochelle FEIN: Barred Until Fiscal Officer Notes: 04/22/2009 DOL As an individual. See MJAB Construction Inc 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 Look Under the Ca.et Services Inc FEIN: Barred Until 01-0664654 12/15/2010 Address City State Zip Code P O Box 686 Buffalo NY 14290 Fiscal Officer Notes: A.G Pica Agreement with A.G.'s Office - principal place of business: 1557 Jefferson Avenue, Buffalo, NY 14208 Company Name Address City State Zip Code Lorenzo DeVardo 1850 Steinway Sbreet Long Island City NY l 1105 FEIN: Barred Until Fiscal Officer Notes: 01/08/2009 DOL As an individual. See Vardo Construction Coq~ 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 Inc 1205 McBride Avenue West Patterson NJ 07424 FEIN: Barred Until Fiscal Officer Notes: 22-3775953 08/27/2012 DOL Faisificatinn of payroll records Company Name Address City State LTS Construction 24 Miller Street Rochester NY FEIN: Barred Until FiscaIOfficer Notes: 16-1463105 06/30/2009 See Thomas L. Smalls Zip Code Company Name Address City State Zip Code M & S Pipeline Excavation Company thc 784 Conkiin Road Binghamton NY 13903 FEIN: Barred Until Fiscal Officer Notes: 16-0926714 05/06/2009 DOL Multiple willful violations Company Name Address City State Zip Code M & S Striping Inc FEIN: Barred Until 13-3759875 09/10/2012 73 Industrial Park Blvd Elmira Fiscal Officer Notes: DOL Multiple willful violations NY 14901 Company Name Address City State Zip Code M K Painting Inc 4157 Seventh Street WyandoCt MI 48192 FEIN: Barred Until FiscaIOfficer Notes: 38-3379688 05/14/2012 DOL Falsified payroll records Company Name Address City State Zip Code Manns Contracting Corp 131 47th Street Brooklyn NY l 1232 FEIN: Barred Until Fiscal Officer Notes: 01/25/2012 AG Plea Agreement with A.G.'s Office Monday, May 05, 2008 Page 15 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT 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 Fiscal Officer Notes: DOL And Charles Marangoudakis individually and Tropic Constraction Corp. Multiple willfi~l violations. Company Name Mary Newsom 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 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 at~er additional willful violations Zip Code 14624 Company Name Masciarelli Construction Co FEIN: 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 Matthew Lobene 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 MCS Painting Contractors Inc FEIN: Barred Until 01/25/2011 Address City Lime Kiln Court Stony Point Fiscal Officer Notes: DOL False records - also Michael Salerno as its President State Zip Code NY 10980 Company Name Merit Fence Co lnc FEIN: Barred Until 06-1350241 02/02/2012 Address City State Zip Code 130 Old Route 6 Carmel NY 10512 Fiscal Officer Notes: DOL Multiple willful violations - debarment period extended afte rother willful violations Company Name MGC Restoration Services lnc FEIN: Barred Until 11-3031515 01/01/2010 Address City 64-58 218th Street Bayside Fiscal Officer Notes: AG And Michael Capous individually. Plea agreement State Zip Code NY 11364 Company Name Michael Capous FEIN: Barred Until 01/01/2010 Address City 64-58 218th Street Baysid¢ Fiscal Officer Notes: AG As an individual. Se MGC Restoration Services Inc. State Zip Code NY 11364 Monday, May 05, 2008 Page16of28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Michael L Krivitza FEIN: Barred Until 05/14/2012 Address City Fiscal Officer Notes: As an individual - see Northeast Technologies State Zip Code 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 Con~ractors - false records Company Name Michael Taylor FEIN: Barred Until 03/02/2012 Address City State Zip Code 66 Rybka Road Stuyvesant 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 Franco Paints, Inc. and Nicholas Kallergis and Stamatia Kallergis, as individuals. Assurance of Discontinuance/Settlement Agreement Company Name Address City State Zip Code M JAB Construction lnc 183 Washington Avenue New Rochelle NY 10801 FEIN: Barred Until FiscaIOfficer Notes: 58-2620937 04/22/2009 DOL And Linda Williams as an individual. Falsification of payroll records Company Name Address City State Zip Code Modem Tech Design & Services Inc 9151 Southwestern Blvd Angola NY 14006 FEIN: Barred Until Fiscal Officer Notes: 16-1464435 01/19/2011 DOL Multiple will ful violations Company Name Address City State Zip Code Mohammed A Rashid 914 Newkirk Avenue Brooklyn NY 11230 FEIN: Barred Until FiscaIOfficer Notes: 12/16/2009 As an individual. See Columbus General Construction Inc Company Name Mohammed Ali Alvi FEIN: Barred Until 07/18/2010 Address City State Zip Code 22-41 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 l 1218 Fiscal Officer Notes: AG As an individual. See J B C Contracting Co Inc and J B C Contracting Company - Settlement Agreement with A.G.'s Office Company Name Muir Contractors Associates Inc 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 Monday, May 05, 2008 Page 17 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Iq F K Enterprises FEIN: Barred Until 06/10/2010 Address City Fiscal Officer Notes: See N F K Excavating and Construction lnc State Zip Code 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/I 0/2010 DOL And N F K Landscaping Supply Corp and N F K Enterprises Inc and CJH Inc and Roger A Hoek Jr and Christina J 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 Neuss Construction Inc FEIN: Barred Until 14-1782213 09/06/2011 Address City State Zip Code 1 ] 91 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 Franco 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 Company Name Nick Nitis FEIN: Barred Until 12/11/2011 Address City 3 Alan B Shepard Place Yonkers Fiscal Officer Notes: DOL As an individual - see A&T Construction State Zip Code NY 10705 Company Name Noble Construction Group FEIN: Barred Until 10-5509890 02/14/2013 Address City 23960 White Road Watertown Fiscal Officer Notes: DOL dba Betty Joe Frazier - Multiple willful violations State Zip Code NY 13601 Company Name Northeast Technologies FEIN: Barred Until 16-1597771 05/14/2012 Address City State 105 Pine Street - Apt 2 East Rochester NY Fiscal Officer Notes: DOL And Michael L Kxivitza as an individual - multiple willful violations Zip Code 14445 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 Monday, May 05, 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 Nu-Look Painting & Wallpapering Inc 151-60 7th Avenue Whitestone NY l 1357 FEIN: Barred Until FiscaIOfficer 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 Address City State Zip Code Olympic Window Installers Inc 174 Lincoln Avenue Hawthorne NJ 07506 FEIN: Barred Until Fiscal Officer Notes: 22-3034903 07/21/2008 DOL And Carl and Russell Babb as individuals Company Name Address City State Zip Code Onmi Contracting Company Inc 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 Oswego Trucking & Leasing 258 Washington Blvd FEIN: Barred Until FiscaIOfficer Notes: 16-1371814 07/21/2008 DOL Falsified records Oswego NY 13126 Company Name P & H Supply Company Inc FEIN: Barred Until 13-3868727 05/25/2009 Address City State Zip Code 241-A Harrison Avenue Harrison NY 10528 Fiscal Officer Notes: DOL Multiple willful violations - debarment period extended after additional willful violations 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 1080 l 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 Paradise Construction Corp FEIN: Barred Until 52-2379833 12/03/2012 Address City State Zip Code 6814 8th Avenue Brooklyn NY I 1220 Fiscal Officer Notes: NYC Falsified payrolls Company Name Paragon Plate Glassine FEIN: Barred Until 16-1113039 11/07/2011 Address City State Zip Code 210 Factory Street Watertown NY 1360 l Fiscal Officer Notes: DOL And Thomas E Mooney individually as President of Paragon Plate Glass Inc - falsified Payrolls Monday, May 05, 2008 Page 19 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT 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 Perry Jacobs 736 Sherman Dr-Box 8015 Utica NY 13505 FEIN: Barred Until FiscaIOfficer Notes: 12/04/2010 As an individual. See Precision Site Work Inc. - debarment period extended Company Name Peter Gouzos FEIN: Barred Until 01/25/2012 Address City State Zip Code 131 47th Street Brooklyn NY l 1232 Fiscal Officer Notes: AG As an individual. See SNA Contracting Corp. Plea agreement with A.G.'s Office. Falsified records. Company Name Pntl. it & 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 villfifl violations 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 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 Address City State Zip Code R & W Facility Care Systems Inc 485 Atlantic Avenue Brooklyn NY 11217 FEiN: Barred Until Fiscal Officer Notes: l 1-3070358 11/22/2010 DA Falsification of payroll records - plea agreement with New York County D.A. Company Name Address City State Zip Code R S Construction Company LLC 571 Miles Square Road Yonkers NY 10701 FEIN: Barred Until Fiscal Officer Notes: 00-2051629 04/04/2012 DOL And Robert Stevenson, individually. Falsification of payroll records Company Name Rainbow Renovations Inc FEIN: Barred Until 11-3542626 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 11105 and 35-34 31st Street, Long Island City, NY 11106. Gerasimo Andrianis debarred as an individual. Monday, May 05, 2008 Page 20 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Rebecca Gat[o-Wood FEIN: Barred Until 05/18/2009 Address City Fiscal Officer Notes: As an individual. See Diracon Commercial Contractors. State Zip Code Company Name Address City State Zip Code Robbye Bissesar 89-51 Springfield Blvd Queens Village NY 11427 FEIN: Barred Until Fiscal Officer Notes: As an individual. See Star International Inc -permanently debarred Company Name Address City State Zip Code Robert DeMonte 367 Veterans Memorial Hwy Commack NY l 1725 FEIN: Barred Until Fiscal Officer Notes: 01/10/2010 As an individual. See L & T Plumbing Corp. Company Name Address City State Zip Code Robert O'Hanlon 635 Midland Avenue Garfield NJ 07026 FEIN: Barred Until Fiscal Officer Notes: 07/09/2012 As an individual. See Allstate Concrete Cutting, Inc. Company Name Address City State Zip Code Robert Stevenson 571 Miles Square Road Yonkers NY 10701 FEIN: Barred Until Fiscal Officer Notes: 04/04/2012 As an individual. See R S Construction Company LLC Company Name Address City State Zip Code Robert W Metzgar 11365 Center Road Sheridan NY 14135 FEIN: Barred Until Fiscal Officer Notes: 04/04/2010 DOL dba King Machine - Also as an individual. Company Name Address City State Zip Code Rockers and Nockers LLC 207 Riverview Road Rexford NY 12148 FEIN: Barred Until Fiscal Officer Notes: 20-1643467 10/23/2012 DOL Multiple will~l violations Company Name Roger A Hoek 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 FiscaIOfficer Notes: 09/06/2011 DOL As an individual - see Neuss Construction lnc 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 Monday, May 05, 2008 Page 21 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT 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 Savvas A. Savva FEIN: Barred Until 10/14/2008 Address City Fiscal Officer Notes: See Euro Craft Restoration fuc State Zip Code Company Name Address City State Schwartz Electric Contractors Inc 89 Walker Street New York NY i 0013 FEIN: Barred Until Fiscal Officer Notes: 13-3440987 01/04/2013 NYC falsified payroll records Zip Code Company Name Address City State Zip Code Seabu~- Enterprises LLC 22562 Sca Bass Drive Boca Raton FL 33428 FEIN: Barred Until FiscaIOfficer Notes: 06-1456348 10/10/2012 DOL And Jason AsbuD' 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: l 0/14/2008 dba Everlasting Slate - as an individual Company Name Address Severn Trent Environmental Services Inc 16337 Park Row FEIN: Barred Until FiscaIOfficer Notes: 62-1168252 06/12/2012 NYC City State Zip Code Houston TX 77084 Company Name Address City State Zip Code Shirley J 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. Company Name Address City State Zip Code Signal Construction LLC 199 Grider Street Buffalo NY 14215 FEIN: Barred Until Fiscal Officer Notes: 16-1610415 11/14/2011 DOL Multiple will ful violations Company Name Address Signature Sealcoating & Stripping Service 345 Livingston Avenue FEIN: Barred Until FiscaIOfficer Notes: 20-0108469 04/04/2012 DOL Multiple will ful 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 Monday, May 05, 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 SN Contracting Corp 131 47th S~'eet Brooklyn NY 11232 FEIN: Barred Until Fiscal Officer Notes: 01/25/2012 AG Plea Agreement with A.G.'s Office Company Name SNA Contracting Corp FEIN: 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 # l 1-3617489. 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 & Heating Incorporated Zip Code 10952 Company Name Address Southwestern General Contracting lnc 1586 Gowans Road FEIN: 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 FEIN: 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 Stacey Gouzos FEIN: Barred Until 01/25/2012 Address Fiscal Officer Notes: See Anastasia Anthoulis City State Zip Code Company Name Stamatia Kallergis FEIN: Barred Until O8/07/2008 Address City State 159 92nd Street Brooklyn NY Fiscal Officer Notes: As an individual. See Franco Paints, Inc. and Mida Painting Ltd Zip Code 11209 Company Name Star International Inc FEIN: Barred Until 00-1613496 Address City State 89-51 Springfield Blvd Queens Village NY Fiscal Officer Notes: DOL Also Robbye Bissesar. Falsified payroll - permanently debarred Company Name Zip Code 11427 Address City State Zip Code Start Elevator Construction Inc FEIN: Barred Until 38-3666650 01/28/2013 4350 Bullard Avenue Bronx Fiscal Officer Notes: NYC And John O'Shea as president NY 10466 Company Name Start Elevator Inc FEIN: Barred Until 06-1352101 01/28/2013 Address City State Zip Code 4350 Bullard Avenue Bronx NY 10466 Fiscal Officer Notes: NYC And John O'Shea as president Company Name Start Elevator Maintenance Inc FEIN: Barred Until 13-4053896 01/28/2013 Address City State Zip Code 4350 Bullard Avenue Bronx NY 10466 Fiscal Officer Notes: NYC And John O'Shea as president Monday, May 05, 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 Start Elevator Repair Inc 4350 Bullard Avenue Bronx NY 10466 FEIN: Barred Until Fiscal Officer Notes: 65-1261216 01/28/2013 NYC And John O'Shea individually as president Company Name Steve J Nictas c/o J Bart Constr FEIN: Barred Until 12/14/2009 Address City l l 9-51 Metropolitan Ave Jamaica Fiscal Officer Notes: DOL As an individual - See J Ban- Construction 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 Supreme Sport Surfaces Inc 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 Suraci Enterprises Inc FEiN: Barred Until 16-1552036 10/25/2012 Address City State Zip Code 364 Bleaker Road Rochester NY 14609 Fiscal Officer Notes: DOL and Greg Suraci individually Company Name Tao General Contractors lnc FEIN: Barred Until 01/25/2012 Address City State Zip Code 131 47th Street Brooklyn NY 1 ! 232 Fiscal Officer Notes: AG Plea Agreement with A.G.'s Office Company Name Tarcisio Fenreira 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 TF Painting Corp. Plea agreement with A.G.'s Office. 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 Ferreira, 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 Monday, May 05, 2008 Page 24 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Thomas Gormally 250 Kneeland Avenue Yonkers NY 10705 FEIN: Barred Until Fiscal Officer Notes: 07/09/2012 As an individual. See Ballagh General Contracting 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 Address City State Zip Code Thomas L Smalls 24 Miller Street Rochester NY 14605 FEIN: Barred Until Fiscal Officer Notes: 06/30/2009 DOL dba LTS Construction - also as an individual. Falsified payrolls. Company Name Address City State Zip Code Thomas Masonry & Concrete Inc 803 West Avenue, Ste 207 Rochester FEIN: Barred Until Fiscal Officer Notes: 16-1535306 08/18/2009 DOL Multiple willful violations NY 14611 Company Name Address City State Zip Code Thomas Masonry Enterprise Inc 955 Buffalo Road Rochester NY 14624 FEIN: Barred Until Fiscal Officer Notes: 73-3103284 08/18/2009 DOL Multiple willful violations Company Name Tommaso Allocca FEIN: Barred Until 08/01/2010 Address City State Zip Code 15 Pine Aire Drive Bay Shore NY 11706 Fiscal Officer Notes: DOL As an individual. T/A A & D Contracting Corp. Falsification of payroll records Company Name Address City State Zip Code Topo-Metrics Inc 432 Park Avenue South New York NY 10016 FEIN: Barred Until Fiscal Officer Notes: 11-2465550 04/22/2009 DOL Falsification of payroll records Company Name Address City State Zip Code Topor Contracting lnc 153 Fillmore Avenue Buffalo NY 14210 FEIN: Barred Until Fiscal Officer Notes: 16-1590680 04/27/2009 DOL Falsified payrolls Company Name Address City Tower Building Maintenance and Mgmt 347 Kingsland Avenue Brooklyn FEIN: 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 Inc 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 11-2659640 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 Monday, May 05, 2008 Page 25 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name Address City State Zip Code Tropic Roofing Corp 59-45 56th Avenue Maspeth NY 11378 FEIN: Barred Until FiscaIOfficer Notes: 20-3188430 08/16/2010 DOL Successor to Tropic Construction Corp Company Name Address City Two By Four Carpentry and Constr Inc 132 W 129th St-Ste 4W New York FEIN: Barred Until FiscaIOfficer Notes: 08/I 2/2009 AG dba of Harrison Jarvis. Pica 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 Address City State Zip Code un Hak Kim FEIN: Barred Until 04/14/2010 Fiscal Officer Notes: AG As an individual. See Howard K Enterprise Inc and Howard Klm 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 willfi~l violations Company Name Vardo Construction Corporation FEIN: Barred Until 11-2694892 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 Viva Victoria Enterprises Ltd FEIN: Barred Until 11-3355466 06/12/2011 Address City State Zip Code 10317 90th Street Ozone Park NY 11417 Fiscal Officer Notes: 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 Inc and Eliyhu Benyamin as an individual. Falsification of records. Company Name W J Grinder Roofing Company FEIN: Barred Until 16-0846954 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 Monday, May 05, 2008 Page 26 of 28 LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE AWARDED ANY PUBLIC WORK CONTRACT Company Name White and Blue Sheet Metal Inc FEIN: Barred Until 03/05/2010 Address City State Zip Code 303 Ten Eyck Street Brooklyn NY 11206 Fiscal Offioer Notes: See W & B Mechanical Inc. Company Name Address City State Zip Code Wiley Development Co Inc 235 Northampton Street Buffalo NY 14208 FEIN: Barred Until Fiscal Officer Notes: 16-1363561 08/11/2009 DOL Falsified payroll records Company Name Address City State Zip Code William Tsimitras 235 91st Street Brooklyn NY 11209 FEIN: Barred Until Fiscal Officer Notes: 11/27/2011 DA aka Vasilios, individually - Plea agreement with Albany County DA Company Name William Valentine FEIN: Barred Until 09/11/2008 Address City Fiscal Officer Notes: As an individual. See Hamax Construction Corp State Zip Code Company Name Address City State Zip Code Willie Jones 1537 Union Street Schenectady NY 12309 FEIN: Barred Until Fiscal Officer Notes: 05/24/2009 DOL As an individual. See Pachyderm Enterprises Inc Company Name Address City State Zip Code Winston J Goins Sr 87 Mailing Drive Rochester NY 14621 FEIN: Barred Until Fiscal Officer Notes: 05/01/2011 As an individual - see Lightning Fast Labor Force Services Inc Company Name Address City State Zip Code Wintech Contracting lnc 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 Address City State Zip Code Yang General Contracting Ltd 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 Yin Construction Ltd 131 47th Street Brooklyn NY 11232 FEIN: Barred Until FiscaIOfficer Notes: 13-0520288 01/25/2012 AG Plea Agreement with A.G.'s Office Company Name Zaffuto Construction Company lnc 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 Zaffi~to (Key Person to ZCCI), as individuals -Settlement Agreement Company Name Zarben General Construction Inc FEIN: Barred Until 13 -4201564 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, May 05, 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 Zcpheniah Davis 2068 Anthony Avenue Bronx NY 10457 VEIN: Barred Until Fiscal Officer Notes: 12/26/2012 see Junkyard Construction Corp Monday, May 05, 2008 Page 28 of 28 STANDARDINSURANCE REQUIREMENTS 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 contractor/vendor shall take out and maintain during the life of the project an excess/umbrella insurance policy in an amount of not less than $1,000,000 (One 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- 1 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 10 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. Plans and Specifications 8. Cutting, Patching and Digging 9. Errors, Omissions and Discrepancies 10. Temporary Toilet 11. Proper Method of Work and Proper Materials 12. Inspection 13. Waiver 14. Water and Electric Power 15. Machinery and Equipment 16. Maintenance 17. Schedule of Operations 18. Right to Use Work 19. Notice of Warning 20. Warning Signs 21. Accident Prevention 22. Damages 23. Maintenance of Traffic 24. Final Site Cleaning 25. Protection of Land Markers, Trees, Shrubs, and Property 26. Protection of Utilities 27. No Damages for Delay 28. Record Keeping 29. Subcontractors and Suppliers 30. Penal Law GC- 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is nnderstood 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 fumished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, beating 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 fi.om 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 mom 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 fi.om 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. 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 furnished 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 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 fumished, 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. 8. 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 bome by the party responsible therefor. GC - 4 GENERAL CONDITIONS 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. 9. 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. 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 cmry 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. 10. TEMPORARY TOILET (ONLY IF APPLICABLE): 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 fi'om the site. 11. 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. GC - 5 GENERAL CONDITIONS 12. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts 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. 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 fi.om any cause. 13. 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 fight 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. 14. 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. 15. 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. GC - 6 GENERAL CONDITIONS The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting fi.om 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. 16. MAINTENANCE: If, within one year fi.om 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 fi.om 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 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. 17. 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. 18. 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. 19. 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. 20. 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 fi.om one-half hour before sunset to until one-half hour after sunrise. 21. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety GC - 7 GENERAL CONDITIONS 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 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 right to remedy any neglect without notice, and in either case to deduct the cost of such remedy fi:om 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. 22. 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. 23. 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. If 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. 24. 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 construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. 25. 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 GC - 8 GENERAL CONDITIONS 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 construction. 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 the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original condition. 26. 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 utihty corporation. 27. 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. 28. 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. GC - 9 GENERAL CONDITIONS 29. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will fumish 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. 30. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas 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 ten:itory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there 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 prescribed herein 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 - 10 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 10. Laws and Ordinances 11. Qualifications for Employment 12. Non-Discrimination 13. Payment of Employees 14. Estimates and Payments 15. Acceptance of Final Payment Constitutes Release 16. Construction Reports 17. Inspection and Tests 18. Plans and Specifications: Interpretations 19. Subsurface Conditions Found Different 20. Contractor's Title to Materials 21. Superintendence by Contractor 22. Protection of Work, Persons and Property 23. Representations of Contractor 24. Patent Rights 25. Authority of the Engineer 26. Changes and Alterations 27. Correction of Work 28. Weather Conditions 29. The Owner's Right to Withhold Payments 30. The Owner's Right to Stop Work or Terminate Contract 31. Contractor's Right to Stop Work or Terminate Contract 32. Responsibility for Work 33. Use of Premises and Removal of Debris 34. Suits of Law 35. Power of the Contractor to Act in an Emergency 36. Provisions Required by Law Deemed Inserted 37. Subletting, Successor and Assigns 38. General Municipal Law Clause 39. Grades, Lines, Levels, and Surveys 40. Insurance Requirements 41. Foreign Contractors 42. Lien Law 43. Refusal to Waive Immunity 44. 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 wlfich 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 govem. 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) If no such unit prices are set forth, then by trait price or by a lump stun 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 immediately on and not later than ten (10) days after signing of the Contract. 6. TIME OF COMPLETION The time of completion of the contract work shall be FIFTY-TWO (52) VOgEKS 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, fires, 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. 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 CC - 4 CONDITIONS OF CONTRACT 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 Attorney 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 construction, maintenance, and repair of highways and in water works construction outside the limits of cities 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 commencement of their employment. Each person so employed shall fumish 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 fumish 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. CC - 5 CONDITIONS OF CONTRACT 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 statcnnent 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 dally 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, reconstruction, 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 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 f~om 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". CC - 6 CONDITIONS OF CONTRACT 11. 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. 12. 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. 13. 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. 14. 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 CC - 7 CONDITIONS OF CONTRACT contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full mount, 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 fi.om 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 true under the penalties of perjury. 15. 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 furnished 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 release the Contractor or his sureties fi.om any obligations under this Contract or the Performance Bond. 16. 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 pre-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. CC - 8 CONDITIONS OF CONTRACT 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. 17. 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 constmction is carded 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, finnish 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 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 fumished 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. 18. 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 CC - 9 CONDITIONS OF CONTRACT 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. 19. 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. 20. 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. 21. 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. 22. 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, CC - 10 CONDITIONS OF CONTRACT 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. 23. 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 fumished 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 fi:om 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 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. 24. 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. 25. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and CC- I1 CONDITIONS OF CONTRACT 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 govemed and so performed. 26. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, 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. 27. 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. 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 shall be flee 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 fi:om any obligations under or upon this Contract or the Performance Bond. 28. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the CC- 12 CONDITIONS OF CONTRACT 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. 29. 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. 30. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (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 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 fail, after notice or warning fi'om 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 fall 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, CC- 13 CONDITIONS OF CONTRACT may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and his fights 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. 31. 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. 32. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and fmal 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 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. 33. 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; CC - 14 CONDITIONS OF CONTRACT (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 structures, plants of any description and debris of every nature resulting from his operations. 34. 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 construction 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. 35. 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. 36. 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 herein and the Contract shall read 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. 37. 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. CC - 15 CONDITIONS OF CONTRACT 38. 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 conceming 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 fi.om thereafter selling to or submitting bids to or receiving awards fi.om 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, parmer, 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. 39. GRADES~ LINES~ LEVELS AND SURVEYS The Engineer shall furnish the Contractor with the basic horizontal and vertical controls fi.om 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. 40. 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 fi.om 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. 41. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as CC- 16 CONDITIONS OF CONTRACT 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. 42. 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 fimds 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. 43. 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 concerning 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 fi:om 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 se[vices, 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, parmership or corporation of which he is a member, parmer, 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. 44. 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) (15) and (16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure 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, CC - 17 CONDITIONS OF CONTRACT 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 real 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 fi:om payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct fi:om 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 ABANDONED/II,LEGAL MOORING REMOVAl, ON-CAI,L CONTRACT PROPOSAL PACKAGE BID OPENS: SEPTEMBER 4, 2008 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 12 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. 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 12 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY #: DATE OF ORGANIZATION: IF 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 TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 12 MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: ADDRESS RECORD FORM TELEPHONE: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: CONTACT: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: CONTACT: FAX: E-MAIL: Proposal Package 4 of 12 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 NA~IE: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by aa 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; ifa 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 12 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my finn 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 finn. 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 fn'm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. $. No attempt has been made or will be made to solicit, cause or induce any finn 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. The bid of my finn is made in good faith and not pursuant to any agreement or discussion with, or inducement from any finn or person to submit a complementary bid. My finn 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 finn 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. My finn has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any finn 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 finn's submitting a complementary bid, or agreeing to do so, on this project. 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 finn'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 NOTARY PUBLIC ,20__ Proposal Package 6 of 12 PROPOSAL FORM ABANDONED/ILLEGAL MOORING REMOVAL CONTRACT 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 $OUTHOLD 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 12 TOWN OF SOUTHOLD ABANDONED~Il-LEGAl_ MOORING REMOVAl. CONTRACT - REGION I Itemized Proposal for: Town of Southold LKMA Project No. 08049.000 ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT NO. (Fill in Unit Price Written in Words) QUANTITY BID I Removal of Ball & Tackle Assembly in Region 1 10 TOT for /SINGLE MOORING Dollars Cents t B for lEA - MIN. 4 REMOVED $ EA Doliare Cants Method of Measurement: The Contractor shall coordinate each mooring removal with the Southold Town Bay Constable's Office during the normal work week (Monday threugh Frklay). The method of measurement for the purpose of payment shsll pe mede by the Bay Constable's inspection for oompleteness and compliance to the Town's removal procedures. Method of Payment: The quantity of ball & tackle mooring assemblies removed shall be measured and paid for at the contract unit pdce 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 coordinated with the Bay Constabid and as described in this specification. In addition, the unit cost shall include the transportation of any removed mooring assemblies to a designated Town facility. ~.' The Contractor shall remove all ball & tackle mooring assemblies (abandoned and/or illegal) situated in the Region I creeks~vatarways (as shown Dn the contract drawings) of Southold Town as directed and supervised by the Southold Town Bay Constable's Office. 2 Removal of Ball, Tackle & Anchor Assembly in Region 1 '10 TOT 2A for /SINGLE MOORING E EA Doitam Cants 2B for lEA - MIN. 4 REMOVED 5 EA Dollars Cents Method of Measurement: The Contractor shall coordinate each mooring removal with the Southold Town Bay Constable's Office during the normal work week (Monday throngh Friday). The method of measurement for the purpose of payment shall be made by the Bay Constable's inspection for completeness and compliance to the Town's removal procedures. Method of Payment: The quantity of ball, tackle and anchor mooring assemblies removed shall be measured and paid for at the contract unit price per iach 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 coordinated with the Bay Constable and as described in this specification. In addition, the unit cost shall include the ~ransportation of any removed mooring assemblies to a designated Town facility. Intent: The Contractor shall remove all ball & tackle mooring assemblies (abandoned and/or illegal) situated in the Region 1 creeks~vatenvays (as shown =n the contract drawings) of Southold Town as directed and supervised by the Southold Town Bay Constable's offos. TOTAL Dollars Cents WRITTEN IN WORDS (ADD EXTENDED COSTS OF IA, 'lB, 2A & 2B FOR TOTAL) 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. TOWN OF SOUTHOLD ABANDONED/ILLEGAL MOORING REMOVAL CONTRACT- REGION 2 Itemized Proposal for: Town of Southold LKMA Project No. 08049.000 ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT NO. (Fill in Unit PHce Written In Words) QUANTIFY BID 3 Removal of Ball & Tackle Assembly In Region 2 10 TOT 3A for /SINGLE MOORING 5 EA Dollars Cents 3B for /FA - MIN. 4 REMOVED $ EA Dollars Cents Method of Measurement: The Contractor shall coordinate each moodng removal with the Southold Town Bay Constable's Office during the normal work week (Monday through Friday). The method of measurement for the pu~oose of payment shall be made by the Bay Constable's inspection for completeness and compliance to the Town's removal procedures. Method of Pavmant: The quantity of ball & tackle moodng assemblies removed shall be measured and paid for at the contract unit pdco per each bid as called for in the proposal form. This price shall constitute full compensation for famishing all labor, materials, tools and equipment necessary to satisfactorily complete the work as coordinated with the Bay Constable and as described in this specification. In addition, the unit cost shall include the transportation of any removed mcodng assemblies to a designated Town facility. ~ntent: The Contractor shall remove all ball & tackle moodng assemblies (abandoned and/or illegal) situated in the Region 2 creeks~atarways (as shown on the contract drawings) of Southold Town as directed and supervised by the Southold Town (~ay Constable's Office. 4 Removal of Ball & Tackle Assembly in Region 2' 10 TOT / ~ 4A $ EA for /SINGLE MOORING Dogars Cents 4B for /EA - MIN. 4 REMOVED 5 EA. Dollars Cents litethod of Measurement: The Contractor shall coordinate each moodng removal with the Southold Town Bay Constable's Office during the normal work ~veek (Monday threugh Friday). The method of measurement for the purpose of payment shell be made by the Bay Constable's inspection for completenes~ and compliance to the ToWn's removal procedures. ~ethod of Payment: The quantity of ball, tackle and anchor mooring assemblies removed shall be measured and paid for at the contract unit price per .~ach bid as celled for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to ~atisfoctority comp eta the work as coordinated with the Bay Constable and as described in this specification. In addition, the unit cost shall include the ransportation of any removed moodng assemblies to a designated Town facility. Intent: The Contractor shall remove all ball & tackle moodng assemblies (abandoned and/or iilegai) situated in the Region 2 creeks/waterways (as shown on the contract drawings) of Southold Town as directed and supervised by the Southold Town Bay Constable's Office. TOTAL Dollars Cents WRITTEN IN WORDS (ADD EXTENDED COSTS OF 3A, 3B, 4A & 4B FOR TOTAL) 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. TOWN OF SOUTHOLD ABANDONED/ILLEGAL MOORING REMOVAL CONTRACT- REGION 3 Itemized Proposal for: Town of Southold LKllIIA Project No. 08049,000 ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT NO. (Fill in Unit Price Written in Words) QUANTITY BID 5 Removal of Ball 8, Tackle Assembly in Region 3 10 TOT / ~ 5A for /SINGLE MOORING 5 EA Dollars Cents 5B for lEA - MIN. 4 REMOVED $ EA Dollars Cents Method of Measurement: The Contractor shall coordinate each mooring removal with the Southold Town Bay Constable's Office during the normal work week (Monday through Friday). The method of measurement for the purpose of payment shall be made by the Bay Constable's inspection for completeness and compliance to the Town's removal procedures. Method of Pavmant: The quantity of ball & tackle mooring assemblies removed shall be measured and paid for at the contract unit price per each bid as called for in the proposal form. This pdce shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to satisfactorily complete the work as ccordinated with the Bay Constable and as deschbed in this specification. In addition, the unit cost shall include the transportation of any removed mooring assemblies to a designated Town facility. ~ The Contractor shall remove all ball & tackle moodng assemblies (abandoned and/or illegal) s~tuated,in the Region 3 creeks/watem,-ays (as shown finthe contract drawings) of Southold Town as directed and supervised by the Southcld Town Bay Constable s Office. 6 Removal of Ball & Tackle Assembly in Region 3 10 TOT / ~ 6A for /SINGLE MOORING 8 EA Dollars Cents 6B for lEA - MIN. 4 REMOVED $ EA Dollars Cents ~fathod of Measurement: The Contractor shall coordinate each mooring removal with the Southold Town Bay Constable's Office during the normal work Neek (Monday through Friday). The method of measurement for the purpose of payment shall be made by the Bay Constable's inspection for compieteness and compliance to the Town's remova} procedures. ~lethod of Pavmant: The quantity of ball, tackle and anchor mooring assemblies removed shall be measured and paid for at the contract unit price per ach bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessa~ to atisfactorily complete the work as coordinated with the Bay Constable and as described in this specification. In addition, the unit cost shall include the :ransportation of any removed mooring assemblies to a designated Town facility. ntsnt: The Contractor shall remove all ball & tackle moodng assemblies (abandoned and/or illegal) situated in the Region 3 creeks~vaterways (as shown ~n the contract drawings) of Southcld Town as directed and supervised by the Southold Town Bay Constable's Office. TOTAL Dollam Cents WRITTEN IN WORDS (ADD EXTENDED COSTS OF SA, 5B, 6A & 6B FOR TOTAL) 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. TOWN OF SOUTHOLD ABANDONED/ILLEGAL MOORING REMOVAL CONTRACT-REGION 4 Itemized Proposal for: Town of Southold LKMA Project No, 08049.000 ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT NO. (Fill in Unit PHce Written In Words) QUANTITY BID 7 Removal of Ball & Tackle Assembly in Region 4 10 TOT 7A 5 EA for /SINGLE MOORING Dollars Cents 7B for /EA. MIN. 4 REMOVED 5 EA Dollars Cents Method of Measurement: The Contractor shall coordinate each moodeg removal with the Southold Town Bay Constable's Office dudng the normal work week (Monday throngh Friday). Themeth~d~fmeasurementf~rthepurp~se~fpaymerdshe~~hem~debytheBayC~nstab~e.sinspecti~nf~rcomp~etanes; and compliance to the Town's removal procedures. Method of Payment: The quantity of ball & tackle mooring assemblies removed 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 necassan/to caUsfactorily complete the work as coordinated with the Bay Constable and as deschbed in this specification. In addition, the unit cost shall include the transportation of any removed mooring assemblies to a designated Town facility. ~ntent: The Contractor shell remove all ball & tackle mooting assemblies (abandoned and/or illegal) situated in the Region 4 creeks~vatarways (as shown on the contract drawings) of Southold Town as dirocted and supervised by the Southcld Town Bay Constable's Office. 8 Removal of Sall & Tackle Assembly in Region 4 10 TOT I ~ 8A $ EA for /SINGLE MOORING Dollars Cents 8B for /FA - MIN. 4 REMOVED E EA Dollars Cents Method of Measurement: The Contractor shall coordinate each moodng removal with the Southold Town Bay Constable's Off]ca dudng the normal work week (Monday through Fdday). The method of measurement for the purpose of payment shal; be made by the Bay Constable's inspection for completeness and complianco to the Town's removal procedures. lethod of Pavment: The quanti~ of ball, tackle and anchor mooring assemblies removed shall be measured and paid for at the contract unit pdce per each bid as called for in the proposal form. This pdca shall constitute full compensation for turoishing all labor, materials, tools and equipment necessary to satisfactorily complete the work as coordinated with the Bay Constable and as described in this specification. In addition, the unit cost shall include the transportation of any removed moodng assemblies to a designated Town facility. Intent: The Contractor shall romove all ball & tackle moedng assemblies (abandoned and/or illegal) situated in the Region 4 creekshvaterways (as shown an the contract drawings) of Southold To~n as directed and supervised by the Southeld Town Bay Constable's Olfice. TOTAL Dollars Cents WRITTEN IN WORDS (ADD EXTENDED COSTS OF 7A, 7B, 8A & 8B FOR TOTAL) 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. 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 12 of 12 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 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 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 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 tree 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 herein 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 ADANDONED/ILLEGAL MOORING REMOVAL CONTRACT AS DESCRIBED 1N THE Contract Documents made and prepared by the Town of Southold, and L.K. McLean Associates, P.C., the project engineers, and as set forth in the Contractor's Bid Proposal received on September 4, 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. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. 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 Attorney (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 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT TOWN OF SOUTHOLD "ABANDONED/ILLEGAL MOORING REMOVALS ON-CALL CONTRACT" GENERAL The work under this Division shall be subject to the requirements of these TECHNICAL SPECIFICATIONS, CONDITIONS OF CONTRACT, GENERAL CONDITIONS, REFERENCE DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. TABLE OF CONTENTS - TECHNICAL SPECIFICATIONS Included in this Division are the following sections: 1. CONTRACT REGIONS 2. SCOPE OF WORK 3. SUPERINTENDENCE AND WORKMEN 4. INSPECTION OF REMOVALS 5. MAINTENANCE AND PROTECTION OF WATERWAYS 6. ENVIRONMENTAL PROTECTION 7. LABOR, LAWS AND WORKMANSHIP 8. QUALIFICATIONS 9. APPROVAL OF SUBCONTRACTORS 10. CONTRACT REFERENCE DRAWINGS 11. HOURS OF CONTRACT PERFORMANCE BY CONTRACTOR 12. OWNER OCCUPANCY 13. CLEAN-UP 14. SOUTHOLD TOWN MOORING REMOVAL PROCEDURES (FOR REFERENCE) 15. TOWN CODE REFERENCE'- "MOORING WITHOUT A PERMIT" 96-25 16. PAYMENT PROCEDURES 17. PAYMENT ITEMS 18. FIRST-AID FACILITIES AND ACCIDENTS 19. HEALTH AND SAFETY PROVISIONS REQUIREMENTS 20. TERM OF CONTRACT DIVISION 1 - Page 1 of 8 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT 1. CONTRACT REGIONS The sites of the abandoned/illegal mooring removals have been delineated by four (4) separate work regions. Region 1 extends fi:om Horton Creek in Laurel (wes0 to Wunneweta Pond (including lagoon to south) situated in Nassau Point, Region 2 extends bom Little Creek in Peconic eastward to Pipes Neck Creek (Pipes Cove) in Southold, Region 3 is the last southerly region that extends fi:om Stirling Basin in Greenport eastward to Little Bay in Orient and lastly Region 4 consists of the Mattituck Inlet in it's entirety. Due to the widespread nature of the contract, separate work regions were developed for the purpose of minimizing separate mobilizations to each region. A single contractor can be awarded more than one region. Please refer to the four (4) attached reference drawings for details. 2. SCOPE OF WORK The on-call contract intends on removing moorings which are located within Southold Town Creeks which have been abandoned or are illegal. Abandonment has been determined as non- permitted and not observed to be used for at least the last calendar year. This has been determined through observations f~om the Bay Constable, at times in consultation with reputable persons with credible local knowledge. Illegal will be detemfi. 'ned by the Bay Constable. The contractor shall be notified by the Bay Constable's Office when a either one or a minimum of four (4) moorings are to be removed in each work region. The Southold Town Trustees and Bay Constable have identified approximately 25 to 40 abandoned/illegal moorings in the waterways of Southold Township. Therefore, the initial mooring removals may include more than four (4) separate removals by the contract in each region. The unit cost for each abandoned/illegal mooring removed in Regions One through Four shall be representative of all costs to remove each single mooring per occurrence or each mooring assuming a minimum of four (4) moorings per occurrence. The purpose of this on-call contract is to provide an opportunity to the owner of the mooting to either register the mooring assembly with the Town and to have a device in place for the proper removal. All administrative duties and coordination with the mooting owners shall be conducted directly through the Bay Constable's Office and/or Southold Town Tmstee's Office. 3. 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 Town's Bay Constable. 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 Bay Constable may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be again employed. DIVISION 1 - Page 2 of 8 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT 4. INSPECTION OF REMOVALS All proposed work under this Contract shall be performed during and with the Town Bay Constable's approval. The Contractor is advised to inspect carefully the full prcnnises and consult with the Bay Constable regarding any items of the removal that may be questionable. 5. MAINTENANCE AND PROTECTION OF WATERWAYS The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of boaters and all other kinds of public waterway traffic; and he must take evew precaution against accidents happening to said vessels and other traffic because of his operations. The Contractor shall enfome regulations and restrictions as may be necessary or required for the protection of accidents, property damage and public nuisance. The Contractor shall erect and maintain such signs, channel and obstruction markers as may be required for the protection of waterway traffic (where applicable). The Contractor shall not deposit or store any equipment or materials within the work regions except with written permission from the Town Bay Constable. 6. ENVIRONMENTAL PROTECTION The Contractor shall be responsible to perform all mooting removals in a manner that protects the environment and waterways. Any releases of contaminants (oil, gasoline, etc..) as a result of the work being performed shall be cleaned up immediately with proper notification to all involved agencies. The Contractor shall not use any vessels and/or equipment that do not properly contain operating fluids and lubricants. 7. LABOR~ LAWS AND WORKMANSHIP All Contractors 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 bring results of the first class only. 8. QUALIFICATIONS All bidders must have been estabhshed in the type of marine maintenance & construction of whichever region they are submitting a bid for as specified in the Contract Documents for a period of at least three (3) years. On request, bidders must furnish a list of a minimum of three (3) projects/contracts of similar type work that was performed by them in the Suffolk area. List must contain name, address and telephone number of client's engineer for which each project was undertaken by Contract DIVISION 1 -Page 3 of 8 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT 9. APPROVAL OF SUBCONTRACTORS No Subcontractors shall be employed on the work unless prior approval has been given by the Town. 10. CONTRACT REFERENCE DRAWINGS The Contract Reference drawings which accompany and form part of these Specifications, bear the general title SOUTHOLD TOWN -ABANDONED/ILLEGAL MOORING REMOVAL CONTRACT, Suffolk County, New York and separately numbered and entitled as follows: 2. 3. 4. Region One Plan & Mooring Detail Region Two Plan & Mooring Detail Region Three Plan & Mooring Detail Region Four Plan & Mooring Detail 11. HOURS OF CONTRACT PERFORMANCE BY CONTRACTOR Work Days: The CONTRACTOR shall be given a maximum of two work weeks (I0 work days) notice to perform the various mooring removal(s) by the town Bay Constable. The Contractor shall work between the hours of 8 AM to 3 PM, Monday through Friday. No work shall be performed on Saturdays, Sundays or Town holidays. If work beyond these hours is requested by the CONTRACTOR and approved by the TOWN, CONTRACTOR shall be responsible for payment of overtime for additional removal oversight by Bay Constable. This situation shall be avoided by the Contractor at all costs. 12. OWNER OCCUPANCY The CONTRACTOR shall cooperate with the OWNER during construction to minimize conflicts and facilitate OWNER usage. Perform the Work so as not to interfere with the OWNER's existing operations and other activities. 13. CLEAN-UP The Contractor shall at all times keep the removal area, including staging areas used by him, flee from accumulation of waste material and rubbish and prior to completion of the work, remove and dispose of any rubbish from and about the premises at his cost. Upon completion of the mooring removal, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Bay Constable. 14. SOUTHOLD TOWN MOORING REMOVAL PROCEDURES (FOR REFERENCE) Once determined as abandoned or illegal, the Bay Constable will place a brightly colored sticker on the mooring giving the owner 30 days to remove the mooring. Language on the sticker will include in the warning that the mooring will be removed DIVISION 1 - Page 4 of 8 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT at the owner's expense with the phone number of the Trustee office on the sticker. The Town will place a public notice in the paper announcing the intention and implementation of this program. The Trustee office will also send out a letter to every current mooring permit owner to inform them of this program. In addition, the Trustees will attempt tkrough mooring records to determine the owner if possible. Our goal is to make every effort to identify the owners of these moorings and to have them remove them rather then the Town through this on-call contract. Once the 30 day period has expired, the Contractor for the respective region shall remove the mooring, tackle and anchor under the supervision of the Bay Constable. The Contractor shall have a minimum notice of 48 hours from the Office of the Town Bay Constable. If there is value to the mooring, tacking and anchor as determined by the Bay Constable, the Contractor shall transport the materials to a designated Town facility for auction. Given the age and condition of these moorings, there is a possibility that the mooring chain will break in the Contractors attempt to remove the tackle and anchor (see typical mooring detail on Reference Drawings). The anchors could be buffed very deeply into the bottom. There will be two bid prices determined, one for removal of ball and tackle only and one for removal of ball, tackle and anchor for each region. Please refer to the Itemized Proposal Forms for details on method of measurement and payment. The Town needs to make all permitted moorings easily identifiable. This can be done through the issuance of a colored plastic tag which will be required to be attached to all permitted moorings. This tag will include the mooring permit number and the year valid. This tag will be of heavy quality, impervious to salt, water and sunlight. The tag color can change for year to year. The tags will cost approximately $5.25 the cost of which will be included in the mooring fee. The inclusion of this section titled "Southold Town Mooring Removal Procedures" is for the Contractor's reference with respect to the proposed scope of work defined by the on-call contract. 15. TOWN CODE REFERENCE - "MOORING WITHOUT A PERMIT" 96-25 A. No person shah install or use a mooring in Town waters without a mooring permit issued by the Board of Trustees of the Town of Southold. B. Any mooring without such a permit shall be removed upon notice from the Southold Town Trustees or its designated agent, which notice shall be by written notice posted on the mooring and on any boat att~ached to said mooring. C. If such mooring is not removed by the owner within 30 days after the posting of said notice, the South Town Trustees or its designated agent may direct the removal or destruction of the mooring and the cost of said removal, including storage charges for DiVISION 1 - Page 5 of 8 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT any boats attached thereto, shall attach to and shall become a lien upon said property, and said property may be sold, upon direction of the court, at public auction to defray said expenses, any surplus being returned to the owner of record. The Town shall not b liable for any damage done to said mooring or any attached boat during its removal, storage and sale. 16. PAYMENT PROCEDURES 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 costs provided on the Itemized Proposal Forms. Payment will only be made for the items shown in the Proposal Form. 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 Town Bay Constable, at the unit prices for the items listed herein. The Contractor shall complete and submit a Town of Southold - Payment Voucher (make copies of attached voucher) accompanied by certified payroll documents to the Town Bay Constable's Office for approval. 17. PAYMENT ITEMS The method of payments and measurement of payments for each contract item shall be described on the Proposal Form (PF) section of the bid specifications. Each region has four (4) payment items associated with the work. The first two items is a cost for the removal of a mooting ball & tackle only while the other item includes the removal of a mooring with ball, tackle and anchor. The base nn/t costs associated with mooting removals (iA, 2A, 3A, 4A, 5A, 6A, 7A AND 8A) in Regions One through Four shall be based upon a minimum of one (1) mooring m~moved at any one time. The second item under each of the eight total payment items (lB, 2B, 3B, 4B, 5B, 6B, 7B, and 8B), the Contractor can assume a minimum of four (4) moorings at any one time for the purpose of minimizing the unit cost by distributing the daily labor and mobilization costs for Regions One through Four. 18. FIRST-A/D FACILITIES AND ACCIDENTS A. First Aid Facilities and Accidents B. The Contractor shall provide, at the site, such equipment and facihties as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. Accident: The Contractor shall promptly report in whting to the Town Bay Constable 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 property damage, giving full details and statements of witness. DIVISION 1 - Page 6 of 8 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT 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 Town Bay Constable, giving full details of the claim. 19. HEALTH AND SAFETY PROVISIONS REQUIREMENTS 1.1 HEATH AND SAFETY PLAN A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during removals and, as necessary, to provide appropriate pmtective 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 1926 - Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidehnes. If, at any time, the Owner or the Town's Duly Authorized Representative is apprised of a safety hazard which demands immediate attention because of its high potential for harm to pubhc travel, persons on or about the work, or public or private property, the owner 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 circumstances, 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 Town 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 Town. The fact that the Town 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 during 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 necessal~ to protect life and property fi.om whatsoever conditions of hazard are present or may be present. 20. TERM OF CONTRACT The Contractor for each region of the on-call contract shall perform the services for a term of one calendar year (or 52 weeks) from the date of an executed contract between the Town and DIVISION 1 - Page 7 of 8 TECHNICAL SPECIFICATIONS - MOORING REMOVAL CONTRACT Contractor. The Town shall reserve the right to extend the contract by one year beyond the original term. DIVISION 1 -Page 8 of 8 APPENDIX - "A" STANDARD SOUTHOLD TOWN PAYMENT VOUCHER Town of Southold, Ne.w York- Payment Voucher ~vei~ P.yee Certification TI~o u~der~n{d (Cldrmut¢) (Ao~ on behalfof lira ~ev8 n~ned ~tain~m0 :::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: ;~',:;::::::':':'""--":':i'i:ii'i'i:ii .'ii':':i'i' ::::::::::::::::::::::::::::::: :: ::: :: ::: ::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::: Depa~ent Ce~caOon 19/98 '08 TUE 09;42 FAX 631 765 6145 SOUTfl0LD TOWN CLERK ~001 TX/RX NO INCOMPLETE TX/RX TRANSACTION OK ERROR *** MULTI TX/RX REPORT *** 4666 [* 50192449576 [* 511918005243329 [* 521918882329941 [* 53]916002562984 [* 54]918009620544 Brown's Letters Burrelle's Info Data Construct Dodge Reports Construct Info INVITATION TO BID TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTIIOLD, NEW YORK 11971 PHONE: 631-765-1800 / FA.X: 631-765-6145 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS APE SOUGHT AND REQUESTED FOR TIlE FOLLOWING: BID NAME: SOUTHOLD TOWN -"ABANDONED/II,LEGAL MOORING REMOVAL ON-CALL CONTRACT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning Thursday, August 21, 2008 PLACE OF OPENING: DATE OF OPENING: TIME OF OPENING:, TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 SEPTEMBER 4, 2008 TECHNICAL QUESTIONS: CHKISTOPIPER F. PLEASE REFER TO QUESTIONS PAGE Q-I. IO:OOAM DWYER, LKMA 631-286-g668 VENDORS MUST, SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON TIlE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Ln. stmctions to Bidders, General Conditions, which outline bidding roles of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully tmdemtands and comply with said GENERAL CONDITIONS and sl0ecification 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 £br your records. Page 1 of 1 Rudder, Lynda From: JOAN ANN riaweber@timesreview.com] Sent: Monday, August 18, 2008 2:22 PM To: Rudder, Lynda Subject: Re: Please publish in the 8/21 edition RECEIVED FOR PUBLICATION ON THE 21ST JOAN ANN ..... Original Message ..... From: Rudder, Lynda To: JOAN ANN Cc: Richter, Jamie; Neville, Elizabeth Sent: Monday, August 18, 2008 11:29 AM Subject: Please publish in the 8/21 edition Please publish in the 8/21 edition of the Suffolk Times and acknowledge receipt of this email, thank you Lynda M Rudder Lynda M Rudder Deputy Southold Town Clerk Principal Account Clerk 53095 Main Road PO Box 1179 Southold, NY 11971 (631)765-1800 ext 265 8/18/2008 Rudder, Lynda From: To: Sent: Subject: System Administrator Richter, Jamie; Neville, Elizabeth Monday, August 18, 2008 12:30 PM Delivered: Please publish in the 8/21 edition To: Cc: Subject: Sent: 'JOAN ANN' Richter, Jamie; Neville, Elizabeth Please publish in the 8/21 edition 8/18/2008 12:30 PM was delivered to the following recipient(s): Richter, Jamie on 8/18/2008 12:30 Piti Neville, Elizabeth on 8/18/2008 12:30 PI~I INVITATION TO BID TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1800 / FAX: 631-765-6145 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: SOUTHOLD TOWN - "ABANDONED/ILLEGAL MOORING REMOVAl, ON-CALL CONTRACT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning Thursday, August 21, 2008 PLACE OF OPENING: DATE OF OPENING: TIME OF OPENING: TOWN OF SOUTHOLD TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 SEPTEMBER 4, 2008 10:00AM 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 It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, 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 comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled ou completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. This "on-call" service contract has been separated into four (4) separate regions. All marine contractors are encouraged to bid all four of the regions or just the work areas that your company is able to service for the Town. The intent of the four separate contracts is to secure the lowest unit cost for each mooring removal with a responsible and competent marine contractor. Dated: August 12, 2008 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON AUGUST 21, 2008 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PC BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Highway Brown's Letters Town Board Members Data Construction 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 19th day of August, 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 opening 9/4/08 10:00 am -- El~abeth ,&. Neville Southold Town Clerk Sworn before me this 19th day of August, 2008. ~Notary Public LYNDA M. BOFiN NOTARY PUBLIC, State of New Yerk No. 01 BO6020932 (~ualified in Sullolk County Term Expires March 8, 20 ~ Southold Town Board - Letter Board Me lng of August 12, 2008 RESOLUTION 2008-766 ADOPTED Item # DOC ID: 4142 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-766 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 12, 2008: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the removal of abandon moorings in Southold Town water~ as per the plans and specification prepared by L.K. McLean Associates Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Vincent Orlando, Councilman SECONDER: AIbertKrupskiJr., Councilman AYES: Ruland, Orlando, t<rupski Jr., Fvans, Russell ABSENT: Thomas H. Wickham Generated August 18, 2008 Page 23 ~' WEIGHT TYPICAL MOORING DETAIL DATE DESCRIP ~n '~EVJS~ONS Approved By; C SUFFOLK COUNTYL NEW 'FORk- ~al Mooring Removcd Contract REGION 1 REFERENCE PLAN b K. McLEAN ASSOCIATES, =1.000' ,008 FiI~ N~,,: 08049~00 HOG HE ~X BAY LONG ~SLA,N~ ~UND 8©U ~ NOLD ~AY LONG LINE WA~iR BUOY ~A~CHO~ ~ x~C~EK BOI~FO~ PJCAL MOORING DETAIL DATE BY DESCRPTION APPROV, BY REVISIONS TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK Abandoned/Illegal Mooring Removal Contract REGION 2 REFERENCE PLAN b K. McLEAN ASSOCIATES, Designed By: CFD scale: 1 "=1,5oo' DRAWING Drown By: MMF JUNE 2008 By; CFD File No.: 08049,00 LONG ~LAND ~ND M'3~G ~LAND ~D ~ L~NE ~-~' ~/8' CHAIN ~ANCHO~ ¢P OAL MOORING DETAIL N LG~,~G k~LAND SOUND DATE BY DESCRIPTION APPROV~ BY REVISIONS TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK Abandoned/Illegal Mooring Removal Contract REGION 3 REFERENCE PLAN b KB McLEAN ASSOCIATES, Des~,~n~d By: CFD l' Sool~: t"=1,500' ! DRAWI,~ LONG ~SLAND SOUND LONG )SLAND SOUND E LINE ~- W,IATER LINE '"'-i~~ 3t8" CHAIN ANCHOR ,./CD£EK BOTTOM MOORING DETAI__L_~ ~ DATE BY DESCRIPTION APPROV. BY REViSiONS TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK Abandoned/illegal Mooring Removal Confrc~cf REGION 4 REFERENCE PLAN