Loading...
HomeMy WebLinkAboutLaurel Lake Preserve demolition of BldgSouthold Town Board - Letter Board Meeting of May 19, 2009 RESOLUTION 2009-391 ADOPTED Item # 5.14 Doc ID: 5007 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2009-391 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 19, 2009: RESOLVED that'the Town Board of the Town of Southold hereby authorizes the modification of the Contract adopted by the Town Board~ Resolution 2008-996~ on November 5~ 2008~ by increasing the contract amount to demolish and remove building and debris at the Laurel Lake Preserve from $38~108 to $40~000~ for additional work requested by the Department of Public Works that was not part of the original project. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] HOVER: Vincent Orlando, Councilman SECONDER: Albert Kru pski Jr., Councilman AYES: Ruland. Orlando, Krupsk[ .lt., Evans, Russell ABSENT: Thomas H. Wickham Generated May 27, 2009 Page 22 · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. A. Si re X [] Addressee B. Received by (Pdnted Name) C. Date of Oeliver7 D. Isder different from item l ? nyes If ddress below: 1-~ No ~ Express Mall [] Registered [] Retum Receipt for Merchandise [] Insured Mail [] C.O.D. 4. Restricted Delivery? (Extra Fee) [] Yes 2. Article Number (Transfer from sen/ice label). 7005 3110 0003 0248 0686 PS Form 381 1, February 2004 Do~ne~tic ~ Receipt 10259~02-M-1540 ELIZABETH A. NEVIIJ,E, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 T.M.I. Wrecking Inc Adriana Palmiotto 36 Haven Avenue Mt Vernon, NY 10553 Dear Ms. Palmiotto: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Your bid deposit is being retumed to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ells. FJJZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Albrecht Land. Cont. Inc Scott R. Albrecht 5665 Main Road Mattituck, NY 11952 Dear Mr. Albrecht: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Sitework Management lnc John Truscello 100-8 Patco Court Islandia, NY 11749 Dear Sir: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Latham Sand & Gravel ][nc John Hocker PO Box 608 Peconic, NY 11958 Dear Sir: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens, ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.north fork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Gatz Landscaping lnc Donald Gatz 6477 Sound Avenue Mattituck, NY 11952 Dear Sir: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVII,I,F,; RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 CAC Contracting Corp Cheryl Corazzini PO Box 48 Mattituck, NY 1 t952 Dear Madam: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVII,I,F,, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nor thfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Carter-Melence Donald O'Hanlon PO Box 907 Sound Beach, NY 11789 Dear Sir: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Fidele Construction inc Fidel Echaniduc 577 New Highway Hauppauge, NY 11788 Dear Sir: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk ELIZABETH A. NEV1LI.E, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork, net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Stanley F. Skrezec, III 50 Gull Pond Lane Greenport, NY 11944 Dear Sir: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Ens. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Global Safety Eugene Steven 1620 East 38th Street Brooklyn, NY 11234 Dear Sir: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Brett Landscaping Lora August PO Box 156 10 Hawthorne Avenue East lslip, NY 11730 Dear Madam: At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Ens. Very truly yours, Lynda M Rudder Deputy Town Clerk ELIZABETH A. NEVILLE, RMC, CMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork, net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 25, 2008 Dirtworks Scott Corwin PO Box 276 Greenport, NY 11944 Dear Sir: Congratulations. At the regular Town Board meeting held on November 5, 2008, the Town Board accepted the bid of Dirtworks for demolition of buildings at Laurel Lake Preserve. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk mBS. Southold Town Board - Letter Board Meeting of November 5, 2008 RESOLUTION 2008-996 ADOPTED Item # DOC ID: 4.368 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-996 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 5, 2008: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Dirtworks {Scott Corwin)~ PO Box 276~ Greenport~ NY 11944 in the amount of $38~108.00 to demolish and remove buildings and debris~ at the Laurel Lake Preserve, as per the bid specifications prepared by James Richter, RA, Office of the Town Engineer, dated September 9, 2008 and authorizes Supervisor Scott Russell to sign an Agreement with Dirlworks (Scott Corwin) for this work, subject to the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER: Thomas H. Wickham, Councilman AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell Generated November 10, 2008 Page 16 ELIZABETH A. NEVIIJ,E TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork, net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD LAUREL LAKE DEMOLITION PROJECT Bid Opening 10/223/08 (~ 10:00 AM Di~works Scott Corwin PO Box 276 Greenpon, NY 11944 631-477-1476 $38,108.00 Albrecht Land. Cont. lnc Scott R. Albrecht 5665 Main Road Mattituck, NY 11952 631-298-5300 $44,545.00 Sitework Management lnc John Truscello 100-8 Patco Court lslandia, NY 11749 631-630-9775 $52,570.00 Latham Sand & Gravellnc John Hocker PO Box 608 Peconic, NY 11958 631-734-6800 $58,900.00 Gatz I,andscaping Inc Donald Gatz 6477 Sound Avenue Mattituck, NY 11952 631-298-8877 $61,700.00 CAC Contracting Corp Cheryl Corazzini PO Box 48 Mattituck, NY 11952 631-734-5600 Carter-Melence Donald O'Hanlon PO Box 907 Sound Beach, NY 11789 631-744-0127 Fidele Construction inc Fidel Echaniduc 577 New Highway Hauppauge, NY 11788 631-979-5665 Stanley F. Skrezec, III 50 Gull Pond Lane Greenport, NY 11944 631-477-1822 Global Safety Eugene Steven 1620 East 38th Street Brooklyn, NY 11234 718-339-2532 T.M.1. Wrecking lnc Adriana Palmiotto 36 Haven Avenue Mt Vernon, NY 10553 914-668-1824 Brett Landscaping Lora August PO Box 156 10 Hawthorne Avenue East lslip, NY 11730 631-581-8120 $68,640.00 $95,000.00 $97,400.00 $119,000.00 $191,000.00 $193,000.00 $220,000.00 " RECEIVED PROPOSAL 'FORM NAME of BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL- 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 OCT 2 3 2008 $outhold Town Clerk MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and tl;!at no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, Inciuding bidding requirements, contract, general & special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the COnditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to fumish all materials not provided by the Town (See Specifications)- and to perform all the work required to construct, D~, rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, MattitUck, New York 11952 8TIP, ULATE9 "LUMP 8UM" OI;,: and all other work in connection therewith, in accordance with the conlract documents and addenda, if any, prepared James A. Richter, R.A., Southold Town Enginee~ng Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all the stipulations contained therein and that he will start the work as directed by Ihe Town, he will accept, in full payment thereof as ,listed below:. Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck, NY 11952 ~ THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. .D-I PRC)PORAI_ Fi3RM Cent. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fall to give the required security within the ten (10) days after notice of the acceptance of said proposal, Shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the cedlfied check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within for[y-five (45) days after the date of receiving the bids. We the Undersigned, further agree that this proposal Is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this.' proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of Bidder: Telephone Number: · /~//,("~(/~ x Bidders · ~// _ ~. Address: D-2 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September I, 1966, every bid or proposal hereafter made to s political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shati contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of Perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjuo/, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any maffer relating to such prices with any other bidder or any competitor. (2) Unless othen,vise required by law, the pdces which have been quoted In this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or Indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to Induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully Informed hlmseff regarding the accuracy of the statements contained in this cert~caflon, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the pemon signing in Its behaff. ' C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behaff of the. corporate bidder. RESOLUTION (Name of signatory) ' (Name of Corporaflo~--~ authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, be 5145 Route 25, Mattituck, NY 11952 and to include In such bid or proposal lhe certificate as to non-collusion required by section one-hundred- thrae-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporatiorl at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Laws of New York, t965 Ch. ?$t, 8cc. t03.d, as ameaded & eff~flve on Septamber 1, G-I ' · RECEIVED PROPOSAL FORM Date: NAME of BIDDER: Telephone: /03i- 2 - 5300 TO: SOUTHOLD TOWN BOARD TOWN HALL- 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 OCT 2 3 2008 · ~uu~ho~u ,uw,, Ll.,k MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested In this proposal as principals are named below; that this proposal Is made without any connection, directly or indirectly with any other bidder for the same work; that it Is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly Or indirectly, in the performance of the contract, or the supplies relating to it, or in any po~on of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, including .bidding requirements, contract, general & special conditions, spectflcalions, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be Included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, r)~rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and all other work in co~nedion therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all lhe s~ipulatio~s contained therein and (hat he will start the work as directed by the Town, he will accept, In full payrnent lhereof as,listed below: Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattltuck, NY 11952 ', THE, ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE b"TIPULATED 'LUMP SUM" OF: ' INDEX TO SPECIFICATIONS Project Description BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Index to Specifications Proposal Fdrm N.Y.S. Affirmative Action Certification Non-Discrimination Clause Statement of Non-Collusion _GENERAL CONDITIONS A-1 through A-1 B-1 through B-2 C-1 through C-1 D-1 through D-2 E- 1 through E- 1 F-1 through F-2 G-1 through G-1 AIA General Conditions Supplementary General Conditions General Release Prevailing Wage Rates Payroll Certification forms Compliance ~'th the Labor Law & Other Dept. of Labor Regulations AIA Document # A201 H-1 through H -2 I - 1 through I- 1 J -1 through J -X K-1 . through K-2 L-1 PROJECT SPECIFICATIONS . GENERAL REQUIREMENTS through L -8 Summary of Work Construction Facilities & Temporary Controls Substitutions Disposal CONSTRUCTION SPECIFICATIONS Thermal & Moisture Protection - General: Products Page 1 Page 2 Page 2 Page 2 Page 3 Page 3 through Page 8 Indexto: DRAWINGS Laurel Lake Preserve-Demolition and Site Restoration Project Drawing#R-1 C-! PROPORAI FORM Cent. And he further agrees that if this proposal shall be accepted by the Town and that if he shaft refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fall to give the required security within the ten (10) days after notice of the acceptance of said proposal, Shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain In effect for a period of folly-five (45) days, the Town will accept or reject this.'proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of Bidder: Telephone Number: Bidders Date: D-2 NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION Certifies that: (Bidder) 1. It intends to use the following listed construction trades in the work under the contract ; and, A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) E-I The Contractor will comply with the prevision of Sections 291-229 of the Executive Law and the Civil Rights Law, will furnish all information and reports deemed necessary by the Commission for Human Rights under these non-discrimination clauses as such sections of the Executive Law and will, permit access to his books, records, and accounts by the Commission for Human Rights and Owner representatives counsel for the purposes of investigation to ascertain compliance with these non-discrimination clauses and such sections of the Executive Law and Civil Rights Law. This Contract may be fodhwith canceled, terminated, or suspended in whole or in part, by the contracting agency upon the basis of a finding made by the Commission of Human Rights that the Contractor has not complied with these non-discrimination clauses, and the Contractor may be declared ineligible for future contracts made by or on behalf of the Owner/Contracting Agency until he satisfied the Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses. Such finding shall be made by the Commission for Human Rights after condliation efforts by the Commission have failed to achieve compliance with these non-discrimination clauses and after a verified complaint has been filed with the Commission, notice thereof has been given to the Contractor and an opportunity has been afforded him to be heard Publicly before three members on the Commission. Such sanctions may be imposed and remedies otherwise provided by law. If this Contract is canceled or terminated under blause "f.", in addition to other rights of the Owner provided in this contract upon its breach by the Contractor, the Contractor will hold the Owner Harmless against any additional expenses or costs incurred by the Owner in completing the work or in purchasing the services, material equipment, or supplies contemplated by this contract, and the Owner may withhold payments from the contractor in an amount sufficient for this purpose and recourse may be had against the surety on the performance bond If necessary. The Contractor will include the previsions of clauses 'a.", through "g.- In every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within jurisdictional local of the Project being contracted by the Owner. The Conlractor will take such action in enfordng such previsions of such subcontract or purchase as Owner/contracting Agency may direct, including sanctions or remedies for non-(~ompliance. If the Contractor becomes Involved in or is threatened with litigation wtih a sub-contractor or vendor as a result of such direction by the Contraction Agency/Owner, the Contractor shall promptly so notify the Owner's representatives/counsel, request him to Intervene and protect the Interests of the Owner (Contracting Agency's judsdi'ctional area). F-2 NON-DISCRIMINATION CLAUSE During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin, and will rake affirmative action to insure that they are afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. The contractor will send to each labor union or representative of workers with which he has or is bound by a collective bargaining, or other agreement Or understanding, a notice, to be provided by the Commission of Human Rights, advising such labor union or representative of the Contractor's agreement under clauses "a." through "h." hereinafter called "non-discrimination clauses", and requesting such labor union or representative to agree in writing, whether in such collective bargaining or. other agreement or understanding or otherwise, that such labor union or representative will not discriminate against any member or applicant for membership because of race, creed, color, or national origin, and will rake affirmative action to insure that they are afforded equal membemhip opportunities without discrimination because of race, creed, color, or national odgin. Such action shall be taken with reference, but not be limited to: recmltment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay, or other forms of compensation, and selection for training or retraining including apprenticeship and on-the-job training. Such notice shall be given by the Contractor, and such written agreement shall be made by such labor union or representative, prior to the'commencement of performances of this contract. If such a labor union or union representative fails or refuses.so to agree in writing, the Contractor shall promptly notify the Commission for Human Rights of such failure or refusal. The Contractor will post and keep posted in conspicuous places, available to employee and applicants for employment, notices to be provided by the Commission for Human Rights setting forth the substance of the prevision of clauses 'a," and 'b," and such provisions of the State's Laws against discrimination as the Commlsslon for Human Rights shall determine, The Contractor will state, in all solicitations or advertisements for employees placed by or on behalf of ~he Contractor, that all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. F-1 A M E R I C A N [ N $ T [.T U T E 0 F ^ R C I{ t T B ~ T S Document ,4201 General Conditions of the Contract for Construction" THIS DO~U~ ~ IMFORTANT I.~L COtC~ITF~VC.~,. CONStri. T.4rlON Wi 'I H ziN A~I'OP, NE¥ IS ENCOUI~4GED WITH RESpE~ ~013~ ~IODkFiCATiON ' ' 1987 EDITION TABLE OF ARTICLES 1. GENERAL PROVISIONS 2..O~qXq~R CONTRACTOR 4. M)mmSr~ON.OF 'i~ CONTRACT 5. SOSCON~CTO~ ~, CONSTRUCT[ON BY OWNER OR BY ' 7, ~GES ]lq THE ~ORK 8. TIME 9. PAYMENTS AND COMPLETION 10. PROTECTION OF PERSONS AND PROPERTY 11. INSURANCE. AND BONDS · z2. u, cow_~G ~a, ro cotumc~.o~ o~ WOR~ 13. MI _SCEJ.LANEOU$ PROVISIONS 14. ~ON OR SUSP~SION OF ~ STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103~d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public deparbnent, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscflbed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto cedifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The pflces in this bid have been arrived at Independently without collusion, consultation, communication, or agreement, for the purpose of restriddng competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless othen~ise required by law, the pdces which have been quoted in this bid have not been knowingly disciosed by the bidder end will not knowingly be disclosed by the bidder prior 1o opening, directly or Indirectly, to any other bidder or to any competitor. (3) No affempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under Ihe statements contained In this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in lis behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the. corporate bidder. RESOLUTION (Name of slgnato~) (Name of Corporstlon} authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to include in stash bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any Inaccuracies or miss-statementa In such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is tree and correct copy of the resolution adopted by coq~oratlon at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Lav~ of New York. 1~$ CIL T$1.8ec. t03.4:1, ns ,mere:b4 & effe~i~e ~ hl~eml~- 1,1~S. G-1 PROPOSAL 'FORM Date: I0/~3 /'~'00~/ RECEIVED ' ~ r OCT 2 3 2008 Telephone: (O~{- ~30 ' o/'7-7 ~' SOUTHOLD TOWN BOARD TOWN HALL- 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 TO: MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested In this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or freud, and that no pemon acting for or employed by the aforementioned owner is or will be interested directly Or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: September9, 2008:, inciuding .bidding requirements, contract, general & special conditions, specifications, contract drawings, ahd addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by pemonal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications)- and to perform all the work required to construct, r~rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and all other work in conne~on therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all the stipulations contained therein and that he will start the work as directed by the Town, he will accept, in full payment thereof as,listed lhelow~, Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and mi.~cellaneous debris at the Lanre Lake Preserve, 5145 Route 25, Mattitucic, NY 11952 , THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. STIPULATED "LUMP SUM" OF: .D-1 INDEX TO SPECIFICATIONS Project Description ..BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Index to Specifications Proposal Fdrm N.Y.S. Affirmative Action Certification Non-Discrimination Clause Statement of Non-Collusion _GENERAL CONDITIONS A- 1 through A- 1 B-1 through B-2 C-1 through C-1 D-1 through D-2 E-1 through E-1 F-1 through F-2 G-1 through G-1 AIA General Conditions Supplementary General Conditions General Release Prevailing Wage Rates Payroll Certification forms Compliance With the Labor Law & Other Dept. of Labor Regulations AIA Document # A201 H-1 through H -2 I - 1 through I - 1 J -1 through J -X K-1 . through K -2 L-1 _PROJECT SPECIFICATIONS . GENERAL REQUIREMENTS through L -8 Summary of Work Construction Facilities & Temporary Controls Substitutions Disposal _CONSTRUCTION SPECIFICATIONS Page 1 Page 2 Page 2 Page 2 Thermal & Moisture Protection - General: Products Page 3 Page 3 through Page 8 Indexto: DRAWINGS Laurel Lake Preserve - Demolition and Site Restoration Project Drawing # R-I C-1 PROPOSAL FORM Cent. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, Shall have been deposited in the mall addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain In effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of Bidder: Telephone Number: Bidders Address: Date: D-2 NEW YORK STATE AFFIRMATIVE AI~TION (TO BE COMPLETED BY EACH BIDDER) Bidder'~ Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Certifies that: BIDDER'S CERTIFICATION (Bidder) It intends to use the following listed construction trades in the work under the contract A. As to those trades set fodh in the preceding paragraph one hereof for which it is eligible under Pad I of these Bid Conditions for pafficipation in the Nassau-Suffolk ~unty Plan It will ~mply with the said ~unty ama within ~e s~pe of ~vemge of ~at Plan, those trades being: ~ ~-~ and/or, B. As to ~ose ~des for ~ich it is mquir~ by ~ese Bid Conditions to ~mply w~h Pad II of these Bid ~nditions, ~ adopts ~e minimum mino~y man- power utilization goals and the specific affi~afive action steps ~ntained in said Pa~ II, for all ~ns~on woA (~th s~te and non-state) in the afore-mentioned ama subje~ to ~ese B~ ~ndi~ons, ~ese ~des ~ing: It ~11 ob~ln from ea~ of ~ sub~ntm~om and subm~ to ~e mntm~ng or administering agen~ pdor to the awa~ of any sub~ntm~or under this ~ntm~ ( ~na~fA~~epmsen~e of Bidder) E-I NON-DISCRIMINATION CLAUSE During the performance of this contract, the contractor agrees as follows: The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin, and will rake affirmative action to insure that they are afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay or other forms of compensation, and selection for training or retraining, including apprenticeship and on-the-job training. The contractor will send to each labor union or representative of workers with which he has or is bound by a collective bargaining or other agreement or understanding, a notice, to be provided by the Commission of Human Rights, advising such labor union or representative of the Contractor's agreement under clauses aa." through ah." hereinafter called "non-discrimination clauses", and requesting such labor union or representative to agree in writing, whether In such collective bargaining or. other agreement or understanding or otherwise, that such labor union or representative will not discriminate against any member or applicant for membership because of race, creed, color, or national odgin, and will rake affirmative action to insure that they are afforded equal membership opportunities without discdmlnation because of race, creed, color, or national odgin. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay, or other forms of compensation, and selection for training or retraining including apprenticeship and on-the-job training. Such notice shall be given by the Contractor, and such whiten agreement shall be made by such labor union or representative, prior to the 'commencement of performances of this contract. If such a labor union or union representative fails or refuses.so to agree in writing, the Contractor shall promptly notify the Commission for Human Rights of such failure or refusal. The Contractor will post and keep posted in conspicuous places, available to employee and applicants for employment, notices to bo provided by the Commission for Human Rights setting forth the substance of the provision of clauses 'a.' and 'b." and such provisions of the State's Laws against discrimination as the Commission for Human Rights shall determine. The Contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, that all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. F-t E. The Contractor will comply with the prevision of Sections 291-229 of the Executive Law and the Civil Rights Law, will furnish all information and reports deemed necessary by the Commission for Human Rights under these non-discrimination clauses as such sections of the Executive Law and will, permit access to his books, records, and accounts by the Commission for Human Rights and Owner reprasentatlves counsel for the purposes of investigation to ascertain compliance with these non-discrimination clauses and such sections of the Executive Law and Civil Rights Law. F. This Contract may be forthwith canceled, terminated, or suspended in whole or in part, by the contracting agency upon the basis of a finding made by the Commission of Human Rights that the Contractor has not complied with these non-discrimination clauses, and the Contractor may be declared ineligible for future contracts made by or on behalf of the Owner/Contracting Agency until he satisfied the Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses. Such finding shall be made by the Commission for Human Rights after conciliation efforts by the commission have failed to achieve compliance with these non-discrimination clauses and after a vedfied complaint has been filed with the Commission, notice thereof has been given to the Contractor and an oppodunity has been afforded him to be heard publicly before three members on the Commission. Such sanctions may be imposed and remedies otherwise provided by law. G. If this Contract is canceled or terminated under Clause "f.", in addition to other rights of the Owner provided In this contract upon Its breach by the Contractor, the Contractor will hold the owner Harmless against any additional expenses or costs Incurred by the Owner In completing the work or in purchasing the services, material equipment, or supplies contemplated by this contract, and the Owner may withhold payments from the contractor in an amount sufficient for this purpose and recourse may be had against the surety on the performance bond if necessary. H. The Contractor will include the provisions of clauses 'a.", through "g." in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within jurisdictional local of the Project being contracted by the Owner. The Conlmctor will take such action In enforcing such provisions of such subcontract or purchase as Owner/Contracting Agency may direct, including sanctions or remedies for non-c~ompliance. If the contractor becomes involved In or is threatened with litigation with a sub-contractor or vendor as a result of such direction by the Conlmction Agency/Owner, Ihe Contractor shall promptly so notify the Owner's representatives/counsel, request him to intewene and protect the Interests of the Owner (Contracting Agency's jurlsdi'ctional area). F-2 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103~d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department' agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the ponalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organlzatlrm, under penalty of pedury, that to the bast of knowledge and belief: (1) The pdces in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any maffer relating to such prtces with any other bidder or any competitor, (2) Unless otherwise required by law, the pdces which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or Indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bldder to Induce any other person, partnership, or corporation to submit or not to submlt a bid for the purpose of restricting competition. B. The person signing this bid or pmpesal certifies that he has fully In~rmed himself regarding the accuracy of the statements contained In this certification, and under the statements contained In this certification, and under the penalties of perjury, affirms the truth thereof, such penaifies being applicable to the bidder, es well as lhe person signing in Ils behalf. C. That attached hereto (if a corporate bidder) is a certified copy of msctution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the. corpereta bidden RESOLUTION Resolved that J 0k~ T~t~ ~ l' of the S L.~-~.x~[~ ~ ~1.~. be (Name of signatory) (Name of Corporation) author[zed to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to Include In such bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such corporation and for any Inaccuracies or miss-statements n such certirmate this corporate bidder shall be liable under the penalties of perjury. The foregoing Is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Laws of New York, t965 ~ 161, 8e~ 10~, 1~ amended & efl~c~ ~ 8s~ t, 1~ dayof G-1 H E A M E R I C A N t N S T I T U T E A R C H { T ~ C T S AIA Document A20l General CondRions of fie Contract .for Construction'~ THIS DOCUMEN~ 1f.45 IMPORTAI~ L~GAL CONYg~lllllVC~,. CONS~TAFION WffH ~iN A~FOP~NEY I$ EN~O~ZelGED W[1Tar P~$PEC'~ ~0 ~ I~ODIFICATION 1987 EDITION TABLE OF ARTICLES 1. GENERAL PROVISIONS .. ZOWNER 3. CO~TKACTOR 5. SUBCO~C'TO~ (;. CON'b~I'RUCTION BY OWNER OR BY ~ 7. CHANGE$ I~ THE WORK 8. TIME 9. PAYMENTS AND COMPLETION 10. PROTECTION OF PERSONS AND PROPERTY 11. msu~cE. S~D BO~DS. '12. UNGOVER~G AND GORREGT~. ON OF WORK 13. IdlSGIiLLAI~OU$ PROVISIONS 14. TIL~MINA~oN OK SUSPBNSION OF Tile PROPOSALFORM RECEIVED OCT 2 3 2008 $outhold Town Clerk Date: Io/'~-~ I~' NAME of BIDDER: Telephone: (~,~ i ! I A?UAll I'~AILO'~ O ~'~nA%ICI IMf· id,J'~l I It"~JVl OJ"~il~ ~[ ~]l]J~l~-l~I li1¥, RO. Box 608 I conlo, IW 11958-0608 TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract document~ dated: September 9, 2008:, including bidding requirements, contract, general & special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Spedfications) and to perform all the work required to construct, D~,rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, R.A., Southold Town Engineering Department, Southold Town Hall. 53095 Main Road. Southold, New York, 11971, and shall comply with all the stipulations contained therein and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck, NY 11952 THE. ABOVE REFERENCED ACTIVmES WILL BE COMPLETED FOR THE. STIPULAI'ED -LUMP SUM" OF: (vA'Hten In number~) ,D-I PROPOSAL FORM Cont. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this. proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: of Bidder: ._... Address: / - Number: - LATHAM SAND & GRAVEL, INC. I conlc, W 11958-0608 Date: D-2 NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) Certifies that: It intends to use the following listed construction trades in the work under the contract A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: .; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Signature of Authorized Representative of Bidder) LATHAM SAND & GRAVEL, INC. E0..B0x608 Pec0nlc, 11958-0608 E-1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore disbict or any agency or official thereof for work or services pedormed or to be pedormed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification, A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or pmpesal ce~ifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ~-'o~,,,~"~.--~c~.t'~e¢ ofthe ~c~o.~ ~o_~_ ~l ~',:~.u,~ ,-.~¢~ be (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the / 0TM (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 75'1, Sec. 103.d, as emended & effective on Septemb~ 1, ¶965. Signature G-1 PROPOSALFORM Date: NAME of BIDDER: Telephone: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 RECDVED iow. MEMBERS OF THE BOARD: The undemigned as bidder, declares that the only pemons, company, or parties interested in this proposal as principals are named below; that this proposal Is made without any connection, directly or Indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and th.at no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, Including bidding requirements, contract, general & special conditions, specifications, contract drawings, ahd addenda,(Note: acknowledgement of addenda and their dates must be Included as indicated on bottom page); that he has satisfied himself by personal examihatlon of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, ~rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, MattitUck, New York 11952 and all other work in connedion therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, P.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all Ihe stipulations contained therein and lhat he will start the ~3rk as directed by the Town, he will accept, in full payment thereof as,listed below:. Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattttuck. NY 11952 ' THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. PUI..ATED -I. IIME SUI~ OF: .D-I INDEX TO SPECIFICATIONS Project Description BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Index to Specifications Proposal Fdrm N.Y.S. Affirmative Action Certification Non-Discrimination Clause Statement of Non-Collusion _GENERAL CONDITIONS A-1. through A-1 B-1 through B-2 C~1 through C-1 D-1 through D-2 E-1 through E-1 F-1 through F-2 G-1 through G-1 AIA General Conditions Supplementary General Conditions General Release Prevailing Wage Rates Payroll Certitication forms Compliance With the Labor Law & Other Dept. of Labor Regulations AIA Document # A201 H-1 through H -2 I - 1 through I - 1 J -1 through J -X K-1 . through K -2 L-1 PROJECT SPECIFICATIONS. GENERAL REQUIREMENTS through L -8 Summary of Work Construction Facilities & Temporary Controls Substitutions Disposal .CONSTRUCTION SPECIFICATIONS' Page 1 Page 2 Page 2 Page 2 Thermal & Moisture Pmte~on - General: Products Page 3 Page 3 thmugh Page 8 Indexto: DRAWINGS Laurel Lake Preserve-Demolition and Site Restoration Project Dawing#R-1 C-1 PROPORAL F~iRM Cr~nt. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fall to give the required secudty within the ten (10) days after notice of the acceptance of said proposal, Shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the Undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this. proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature Bidders ~c~."[-&.. of Bld~r:~ Address: ~ I ~ T~ephone NEW YORK .~TATE AFFIRMATIVE AC. TION OERTIFICATIOJ~I (TO BE COMPLETED BY EACH BIDDER) BiddP. r's Cedifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION -~Bidder) Certifies that: It intends to use the following listed construction trades in the work under the contract ~'~ '~ · ' ~-¢ .; and, A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: L~,-.,.~. ~.'~, ..,. LC~-~- ~."~{~, ;and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: It will' obtain from each.~.-~bcontmctors and submit to the contracting or administering ag..e~afj3r'to the award of any subcontractor under this contract the subcont cation required by these Bid Conditions. (Signature of Authorized Representative of Bidder) E-1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bldding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a Joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or egraement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted In this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or Indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to Induce any other person, partnership, or corporation to submit or not to submit a bid for the puqx)se of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under Ihe statements contained In this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in Its behalf. C. That attached hereto (if a coq3orate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the. corporate bidder. RESOLUTION Resolved that*'"~ ,~C~ (Name of slgltatoc'y) (Name of Corpora~tan) authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to Include In such bid or propOSal the certificate as to non-collusion required by section one-hundred- three-gl (103-d) of the General Municipal Law as the act and deed of such corporation, and for any Inaccuracies or miss-statements in such cerflrmate this corporate bidder shall be liable under the penalties of pedury. The foregoing Is true and conect copy of the resolution adopted by coq~oration at a meellng of the Board of Directors, held on the (SEAL OF THE CORPORATION) Lm~ of New York, t965 ~ 7St, 8e~ 103-cl, as 8m~cled & effective o~ 8sptamber t, t~s, //~ 81gnMum G-1 A M E R I C A N f N S T I T U T E 0 ARC HIT~C .414 Document .4201 General Conditions of the Contract for Construction' 1987 EDITION TABLE OF ARTICLES 1. GENERAL PROVISIONS 2..OWNBR 5. CONTRACTOR 4.. ADt~',USTt~'HON.OF THE. CONTRACT 5. SUBCON'I"I~ACTORS 6. OONS'I~UCTION BY O~q:BR OR BY ' "SBPARATB CO~CTOP, S 7. CHANO~ ~ THE ~ORK 8. TI~ 9. PAYtVfl~S AND COMPLETION i0. PROTECTION OF PERsoNs ,AND PROPERTY ~,. i~sur~c~. ,em ~o~r~s 42. ~co~o ~ CO~U~C'q. ON or wow 15. MISC~ ,{ .AI~BOUS PRO VISIONS 14. TBRIvflN&TION OR. SUSPENSION OF THE RECEIVED PROPOSALFORM BIDDER: Telephone: ¢31-~ ~-~--~OO TO: SOUTNOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection. directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it. or in any portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008;. including bidding requirements, contract. general & special conditions, specifications, contract drawings, and addenda.(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work. and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications). and to perform all the work required to construct. pgrform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and all other work in connection therewith, in accordance with the contract documents and addenda, If any, prepared James A. Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all the stipulations contained therein and that he will start the w~rk as directed by the Town, he will accept, in full payment thereof as listed below. Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck, NY 11952 ' THE. ABOVE REFERENCED ACTIVrrlES WILL BE COMPLETED FOR THE. STIPULATED 'LUMP 8UId" OF: card L qO.® .D-1 PROPOSAL FORM Cant. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be fo~eited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this-proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of Bidder: Telephone Number: Bidders Date: D-2 NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a pad of the resulting contract: BIDDER'S CERTIFICATION C. LR c- n9 (Bidder) 'J Certifies that: It intends to use the following listed construction trades in the work under the contract 0 ~J.~iff~'&']r'O'~'5; ![~r'.,P_r-qi JI'YL~Oc~ ~ ;and, A. As 1o those trades set fo~h in the preceding parag~ph one hereof for which ~ is eligible under Pad ~ of these Bid Conditions for pa~ioipation in the Nassau-Suffolk Oounty Plan It ~ill ~mply ~ith the said ~un~ area ~ithin the s~pe of ~verage of that Plan, lhose trades being: ~~ ~ ~~ (1~' t~{) ;and/or, B. ~ to those trades for which it is required by these Bid Conditions to ~mply with Pa~ II of these Bid Conditions, E adopts the minimum minority man- power utilization goals and ~e specific affirmative action steps ~ntained in said Pa~ II, for all ~nstmction wo~ (~th s~te and non-state) in the afore-mentioned ama subj~ to ~ese Bid ~ndEions, thee trades being: ~ ~ ~ ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Si nature of Auth ~ Representative of Bidder) E-I STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d Genera[ Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services pedormed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (t) 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 bldder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the. corporate bidder. RESOLUTION (Na~e of signatory) (Name of Corporatio~ authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103--d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Laws of ~ew York, t965 Ch. 751, Se, C. t03-d, aS amended & effective on Sep~mber '1,1965. G-1 PROPOSALFORM Date: Oct. 23, 2008 Telephone: NAME of BIDDER: (631) 744-0127 RECEIVED OCT 2 3 2008 ".ouU~old IOWn t~fk Carter-Melence, Inc. P.O. Box 907 Sound Beach, NY 11789 TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or padies interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in an,,' portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, including bidding requirements, contract, general & special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the COnditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications)- and to perform all the work required to construct, oe. rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, R.A., Southold Town Engineering Depar[ment, Southold Town Hall, 53095 Main Road, Southold, New York, 1'1971, and shall comply with alt the stipulations contained therein and that he will start the work as directed by the Town, he will accept, in full payment thereof asJisted below: Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck, NY 11952 THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. 8TIPULATEO "LUMP SUM" OF: Ninety Five Thousand Dollars $95,000.00 (Y,n~e~ ~ wocd~) (v~'l~ten Iff .umber~) .D-1 PROPOSAL FORM Cnrlf And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the Undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this. proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of Bidder: Telephone Number: Donald J.~O Hanlo~, President (631) 744-0127 Bidders Address: Carter-Melence, Inc. P.O. Box 907 Sound Beach, NY 11789 Date: October 23, 2008 D-2 NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) BiddP. r's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a pad of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION Carter-Melence, Inc. (Bidder) Certifies that: Itintends to use the following listed constmction trades in the wo~ underthecontract Equipment operators ;and, A. As to those trades set fodh in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: as required ; and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minodty man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: as required .; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency pdor to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Sighature of Aut'h?orized Representative of Bidder) Donald J. O'Hanlon, President E-1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed Or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto cedifles as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The pdces 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 pdces with any other bidder or any competitor, (2) Unless othen/,*ise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder pdor lo opening, directly or indbectiy, to any other bidder or to any competitor, (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the puq)ose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the acourao~ of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or pmpesal on behalf of the corporate bidder. RESOLUTION Resolved that Donald J. O'Hanlon of the Carter-Melence, Inc. be (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to include in such bid or proposal the (~rtificate as to non-collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of lhe resolution adopted by corporation at a meeting of the Board of Directors, held on the 23rd October day of ,20 08 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. t0:3KI, as amended & effective on September 4, t965. Don[ld J. ~"~algJl~toU~e, President G-1 PROPOSAL'FORM Date: NAME of BIDDER: Telephone: ~ ~l - c~,-/~ --~dodo 5 TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD. NEW YORK 11971 RECEIVED OCT 2 3 Sourno~a ~own Clu,~, :,, MEMBERS OF THE BOARD: The undemigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals am named below; that this pmpesal Is made without any connection, directly or indirectly with any ether bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested dimcUy Or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, including .bidding requirements, contract, general & special conditions, specifications, contract drawings, ahd addenda,(Note: acknowledgement of addenda and their dates must be included as Indicated on bottom page); that he has satisfied himself by personal examination of the proposed work. and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to fumlsh all materials not provided by lhe Town (See Specifications). and to perform all the work required to construct, oqrform and complete the work at: Laurel Lake Preserve, 5145 Route 25, MattitUck, New York 11952 and all other work in conne~on therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter. R.A, Southotd .Town Engineering Department, 8outhold Town Hall. 53095 Main Road, Southold, New York, 11971. and shall comply with all the stipulations contained therein and that he will start the work as directed by Ihe Town, he will accept, In furl payment thereof as,listed below:. Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck, NY 11952 THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. STIPULATED 'LUMP 8UM"3)F: .D-1 INDEX TO SPECIFICATIONS Project Description BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Index to Specifications Proposal Fdrm N.Y.S. Affirmative Action Certification Non-Discrimination Clause Statement of Non-Collusion GENERAL CONDITIONS A-1 through A-1 B-1 through B-2 C-1 through C-1 D - 1 through D - 2 E- 1 through E- 1 F-1 through F-2 G- 1 through G- 1 AIA General Conditions Supplementary General Conditions General Release Prevailing Wage Rates Payroll Certification forms Compliance With the Labor Law & Other Dept. of Labor Regulations AIA: Document # A201 H-1 through H -2 I - 1 through I - 1 J -1 through J -X K-1 . through K-2 L-1 PROJECT SPECIFICATIONS . GENERAL REQUIREMENTS through L -8 Summary of Work Construction Facilities & Temporary Controls Substitutions Disposal C__0_ONSTRUCTION SPECIFICATIONS Page 1 Page 2 Page2 Page 2 Thermal & Moisture Pmtec~on - General: Products Page 3 through Page 3 Page 8 Indexto: DRAWINGS Laurel Lake Preserve-Demolition and Site Restoration Project Dmwbg#R-I C-I PROPOfiAL FORM Cnnt. And he further agrees that If this proposal shall be accepted.by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fall to give the required secudty within the ten (10) days after notice of the acceptance of said proposal, Shall have been deposited' in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder'within forty-five (45) days after the date of receiving the bids. We the Undersigned, further agree that this proposal Is a formal bid and shall remain in effect for a period of forty-fhfe (45) days, the Town will accept or reject this. proposal or by mutual agreement may extend this time period. The undemlgned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of BIdder~ Telephone Number: Bidders Address.'~' '~ -~ D-2 NEW YORK RTATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a pad of its bid the following certification, which will be deemed a pad of the resulting contract: BIDDER'S CERTIFICATION Certifies that: (Bidder) 1, It intends to use the following listed construction trades in the work under the contract ; and, A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: .; and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: .; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency pdor to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. (Signature of Autl~orized Representative of Bidder) E-1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department agency, or offidal thereof'or to a fora distdct or any agency or offidal thereof for won~ or sewlcas performed or to be performed or goads sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non~olluslve bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto ce~fles as to its own organization, under penalty of pedury, that to the best of knowledge and belief.' (1) The prices in this bid have been arrived at Independentiy without collusion, COnsultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices ~ any other bidder or any competitor. (2) Unless othem~lse required by law, the prices whlch have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, dim(fly or Indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to Induce any other person, partnership, ~)r coqx)ration to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bld or proposal cedifies thai he has fully informed Mmself regarding the accuracy of the statements contained In this certification, and under Ihe statements contained in this certification, and under the penalties of pu~ju~y, affirms lhe truth thereof, such penalties being applicable to the bidder, as well as the person signing In Its behalf. C. That attached hereto (if a corporate bidder) Is a certified copy of resolution authedzing the execution of this certificate by the signature of this bid or proposal on behaEof the. corporate bidder. RESOLUTION Resolved that r'~-'l~ -~-~/f-~'~h,,/l~;;~-~-__ofthe /%CZ::'~---~-ZE; ~--~::~..r_~-~7-: _Z-/v~-. be (Name of signatory) (Name of Corporation) authorized to sign and submit lhe bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to Include In such bid or proposal the certificate as to non-collusion required by section one-hundred- thme-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for. any Inaccuracies or miss-s~atements In such certificate this corporate bidder shall be liable under the penalties of perjury. 'iTle foregoing Is flue and con'ect copy of the resolution adopted by coqxxation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Lav~ of New Yed~ t965 Cb. Ts'I, ~ t03-cl,. ~nended & ~/' G-1 A M E 1~ I ¢ A N ! ~ S T IT U T E 0 F A R C H t T ~ ~;T , AIADocumentA201 General Conditions of the Contract. for Construction' THIS DOCtJ~EIVT H~ IMPORf"AIvT I~GtJ. CO~SlV'C~. COIV~rJ. zl~ATiON t~trH mv Arro~r~¥ ts ~NCOrmaGao ~'~ ~sP~"r It) rfa i4ODWtcanro~v - 1-987' EDITION TABLE OF ARTICLES 1. GENERAL PROVISIONS 2..OWNER CONTRACTOR 4.: ADI%~NISTRATION.OF THE. CONTRACT 5. so-~co~c~o~s 6. CONSTRUCTION BY OWNBR OR BY ' ?. CHANGES IN THE WORK 8. T/ME 9. PAYMENTS AND COMPLETION 10. PROTECTION OF PERSONS .AND PROPERTY 11. INSURANCE AND BONDS · ~z t~c0v~,~$ ~ ¢ommc"o, o~ o~ WOR~ 1~. MISCELLANF. OUS PROVISIONS 14. TBRItONA,TIoN OR. SUSPBNSION OF THE CONTRACT ' PROPOSALFORM NAME of BIDDER: RECEIVED TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and th. at no person acting for or employed by the aforementioned owner is or will be interested directly Or indirectly, in the performance of the contract, or the supplies relating to it, or in an'/portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008;, including .bidding requirements, contract, general & special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of lhe work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications)- and to perform all the work required to construct, I~,rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and all other work in connection therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all Ihe stipulations contained therein and that he will start the work as directed by Ihe Town, he will accept, in full payment thereof as listed below. Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck, NY 11952 ' THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. 8TIPULAI'ED "LUMP SUM" OF: .D-1 PROPORAL FORM Cont. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required secudty within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this. proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of Bidder: c Telephone Number: Bidders Address: Date: D-2 NEW YORK RTATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: Certifies that: BIDDER'S CERTIFICATION (Bidder) It intends to use the following listed construction trades in the work under the contract ~ ~j~-/'~' g / ~ U;/1 ~t'~'~ ~0~1 /~rv~ ' ~' ,'and, A. As to those trades set fo~h in the preceding paragraph one hereof for which it is eligible under Pall 1 of these Bid Conditions for pa~icipation in the Nassau-Suffolk County Plan It will ~mply with the said Coun~ ama within the s~pe of ~vemge of that Plan, these trades being: L~r~ /O~u:t~ e~M ,v I]~c~ ,'and/or, B. As to those trades for ~ich it is required by these Bid Conditions to ~mply with Pad II of these Bid ~nditions, it adopts the minimum minodty man- power utilization goals and the specific a~rmative action steps ~ntained in said Pa~ II, for all ~nstmction wo~ (~th state and non-state) in the afore-mentioned area subje~ to ~ese Bid ~ndiaons, these trades being: ~~ /~i ~ 0~' /~ :and, It will obtain from each of ~s sub~ntra~o~ and submit to the ~ntm~ing or administering agenw prior to the awa~ of any sub~ntra~or under this ~ntra~ the sub~ntra~or ~fi~tion mquir~ by these Bid ~nditions. ~~J(S~ re of~presentative of Bidder) E-1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fern district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such pdces with any olher bidder or any competitor. (2) Unless otherwise required by law, the pdces which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder pdor to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing In its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that ~---,'~'~v,l,p ~/ ~.-. ~-:~Cr~'z~r. of the ~'1'~.~. I~{/ {~, ~/Cy'~' 3-et_ be - (Nam~ ~f signatory)/ , , nuthorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to include in such bid or proposal the certificate as to non*collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and con'ect copy of the resolution adopted by coq)oration at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) I"ws of New York, t965 Ch. 751, Sec. 109.d, as amended & ~ mi 8eptemb~' 1,1965. G-1 PROPOSAL FORM Date:Ocr .,)/ ,P~ ~' NAME of BIDDER: Telephone: 7/,g 33 ?,a 3=9 RECEIVED OCT 2 3 20C old Town Clerk TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undemigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal Is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly Or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined the contract documenfs dated: September 9, 2008:, including bidding requirements, contract, general & special conditions, specifications, contract drawings, ahd addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications). and to perform all the work required to construct, D~rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, MattitUck, New York 11952 8TIPULRI'EO 'LUMP SUM" OF: end all other work in connedion therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, P.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all Ute stipulations contained therein and that he will start the ~ as directed by the Town, he will accept, In full payment tfmreof as,listed 'l~low~, Demolition and removallof wooden and concrete block buildings, asphalt and concrete pads and mlnecllaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck. NY 11952 : THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. .D-1 INDEX TO SPECIFICATIONS Project Description _BIDDING. REQUIREMENTS Invitation to Bid Instructions to Bidders Index to Specifications Proposal Fdrm N.Y.S. Affirmative Action Certification Non-Discrimination Clause Statement of Non-Collusion _GENERAL CONDITIONS A- 1 through A- 1 B-1 through B-2 C-1 through C-1 D-1 through D-2 E-1 through E-1 F-1 through F-2 G-1 through G-1 AIA General Conditions Supplementary General Conditions General Release Prevailing Wage Rates Payroll Certitication forms Compliance With the Labor Law & Other Del~t. of Labor Regulations AIA Document # A201 H-1 through H -2 I - 1through I- 1 J -1 through J -X K-1 . through K-2 L-1 PROJECT SPECIFICATIONS - GENERAL REQUIREMENTS through L -8 Summary of Work Construction Facilities & Temporary Controls Substitutions Disposal .CONSTRUCTION SPECIFICATIONS' Page 1 Page 2 Page2 Page 2 Thermal & Moisture Protection - General: Products Page 3 Page 3 thmugh Page 8 Indexto: DRAWINGS Laurel Lake Preserve - Demolition and Site Restoration Project Dawing#R-1 C-1 PROPORA[ FCJRM Count. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shaft fall to give the required secudty within the ten (10) days after notice of the acceptance of said proposal, Shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain In effect for a period of forty-five (45) days, the Town will accept or reject thisproposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Telephone Number: Bidders Address: Date: ~2~---/ ,2/ ~.~,~, ~, D-2 NEW YORK RTATF AFFIRMATIVE ACTION ~IERTIFICATIOJ~J (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) / Certifies that: It intends to use the following listed construction trades in the work under the contract A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: B, As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts'the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: ; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcon~:d.7::: ~ :~ese Bid O°nditions' (SignatUCe of Authorized Representative of Bidder) E-1 .S_TATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of Perjury; non-collusive bldding cartitication. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto cedlties as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at Independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prE:es with any other bidder or any competitor. (2) Unless othew¢lse required by law, the pdces which have been quoted In this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any corepetitor, (3) No attempt has been made or will be made by the bidder to Induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal cerlffias that he has fully Informed himself regarding the accuracy of the statements contained tn this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the troth thereof, such penalties being applicable to the bidder, as well as the person signing In Its behalf. C, That attached hereto (if a corporate bidder) is a ceditied copy of resolution authorizing the execration of this certificate by the signature of this bid or proposal on behalf of the. corporate bidder, RESOLUTION (flame of =lgnatory) (Name of Co{potation) be authorized to sign and subrelt the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such corporation and for any inaccuracies or miss-statements in such certificate this corporate b alder shall be liable under the ponalti~s of perjury. The foregoing is line and correct copy of the resolution adopted by coqxmation at a meeting oflhe Board of Directors, held on the (SEAL OF THE CORPORATION) L.aw~ of New York, t965 Ch. ltl1, 8er.. t03.d, as emended & eff~ve on Septembe~ t, 'l~;S. G-I A M E R I C A N I N S T I T U T E O F H t T ~ 'C T S" AIA Docurnent A201 General Conditions of the Contract for Construction" THIS DOCUMENT HAS IMPORTAI~ LEGAL CONS~UI?NC~S/ ~ONS~TATION WITH ~ ATTORNEY IS ENCOD~4GED WITH P, ESPECT 2'0 ~ ~'IODIP£CdTIOH 1987 EDITION TABLE OF ARTICLES 1. GENERAL PROVISIONS ~. CONTRACTOR 6. ~N~U~ON BY O~R Og sY ~ 8. TIME 9. e~,'rs ~ co~t~rto~ ~0. e~o~cno, o~ e~mo~s ~ e~oe~ · ~2. ~co~o ~ co~o~ o~ wo~ 13. mS--US PRO~SIONS 14. ~ON OR. SUSP~SION OF ~ CO~' 1620 East 3~ Street Brooklyn, N.'~ 11234 Tel 718-339-2532 Fax 718-645-4016 Global Safety Specialty Conkac 'ng Gentlemen: I would like to take this opportunity to introduce our firm G SC, LLC and outline the type of services we provide. GSC provides the following, Concrete Demolition, Dismantling, Structural Removal, Interior Demolition, Industrial Plant Dismantling, Dismantling Electrical Power Plants, Fire Damaged removal, Disaster Response, Building removal, Excavating and land clearing, Water Tower Demolition and Safety Consulting Services. Our quality management approach has made us one of the best in the construction industry in the tri- state area. Each project is engineered for safety and coordinated so that project runs smoothly and with our highly trained staff we can achieve this, and we hope that we can assist you in this shared objective. If there is anything you may have in the future that may require our services please feel free to call us any time. Sincerely, Eugene Stevin President GSC, LLC Serving the Construction, Insurance and Real Estate Industries Safety is our # i GOAL RECEIVED PROPOSALFORM OCT 2 3 2008 /c~ /0 Southold Town Clerk / / BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects falr and without collusion or fraud, and th. at no person acting for or employed by the aforementioned owner is or will be interested directly Or indirectly, in the performance of the contract, or the supplies relating to it, or in an'/portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, inciuding bidding requirements, contract, general & special conditions, specifications, contract drawings, and addenda,(Note: acknowledgement of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications~ and to perform all the work required to construct, De, rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and all other work in connection therewith, in accordance with the contract documents and addenda, If any, prepared James A. Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all the stipulations contained therein and that he will start the work as directed by the Town, he will accept, in full payment thereof asJisted below. Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck, NY 11952 ' THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. 8TIPULAI'EO 'LUMP SUM" OF: .D-I PROPOSAL FORM Cont. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited in the mall addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Number: . Bidders D-2 NEW YORK STATE AFFIRMATIVE ACTION CERTIFICATION (TO BE COMPLETED BY EACH BIDDER) A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a pad of the resulting contract: BIDDER'S CERTIFICATION (Bidder) Certifies that: 1. It intends to use the following listed construction trades in the work under the contract and, A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: ; and, administering agency prior to the award of any subcontractor under this contract the subcontractor certification required by these Bid Conditions. · '~'"- ' - (Signat~re~f AuthoriZed Representative of Bidder) It will obtain from each of its subcontractom and submit to the contracting or E-1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fora district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the puq~ose of restricting competition. B. The person signing this bid or proposal certEies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behaff. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this cortiticate by the signature of this bid or proposal on behaff of the.corporate bidder. RESOLUTION Resolved that ~'~c~0~ 00~'tc~'~ ofthe T,~, }. ~-*C~I~'h ~1~. be (Name of slgnat°q/) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and fo~: any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Dlrectom, held on the (SEAL OF THE CORPORATION) I. awe of New York, t965 Ch. 751, Sec. 103-d, as amended & effective on eep{emb~ 1, '1965. Signature G-1 I~CEIVED PROPOSAL~FORM NAME of BIDDER: Sout,hol~ To~','n tl~,k Brett Landscaping P.O. Box 156 ! ti H~wthorne Ave. East Islip, NY 11730 TO: $OUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD $OUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties Interested in this proposal as principals are named below; that this proposal Is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner Is or will be interested directly Or indirectly, in the performance of the contract, or the supplies relating to it, or in any posen of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, including bidding requirements, centrect, general & special ~onditions, specifications, contract drawings, ahd addenda,(Note: acknowledgement of addenda and their dates must be included as Indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by rite Town (See Specifications)and to perform all the work required to construct, I~rform and complete the work at: Laurel Lake Preserve, 5145 Route 25, Mattituck, New York 11952 and ell other work In connection therewith, in accordance with the contract documents and addenda, if any, prepared James A. Richter, R.A., $outhold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all the stipulations contained therein and that he will start the ~n~rk as directed by the Town, he will accept, In full payment thereof as,listed 'below. Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and miscellaneous debris at the Laure Lake Preserve, 5145 Route 25, Mattituck. NY 11952 ! THE, ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. ~TIPULAI'ED "LUMP SUM" OF: INDEX TO SPECIFICATIONS Project Description BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Index to Specifications Proposal Fdrm N.Y.S. Affirmative Action Certification Non-Discrimination Clause Statement of Non-Collusion _GENERAL CONDITIONS A-1 through A-1 B-1 through B-2 C- 1 through C- 1 D*I through D-2 E-1 through E-1 F - 1 through F- 2 G-1 through G-1 AIA General Conditions Supplementary General Conditions General Release Prevailing Wage Rates Payroll Certification forms Compliance With the Labor Law & Other De~t. of Labor Regulations AIA Document # A201 H-1 through H -2 I - 1 through I - 1 J -1 through J -X K-1 . through K -2 L-1 through L -8 P.~ROJECT SPECIFICATIONS. GENERAL REQUIREMENTS Summary of Work construction Facilities & Temporary controls Substitutions Disposal ~CONSTRUCTION SPECIFICATIONS' Page 1 Page 2 Page 2 Page 2 Thermal & Moisture Protection - General: Products Page 3 Page 3 through Page 8 Indexto: DRAWINGS Laurel Lake Preserve- Demolition and Site Restoration Project Drawing#R-1 C-1 PROPOSAL FORM Cent. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fall to give the required security within the ten (10) days after notice of the acceptance of said proposal, shall have been deposited In the mall addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain In effect for a period of forty-five (45) days, the Town will accept or reject this.proposal or by mutual agreement may extend this time period. The undersigned hereby acknowledges receipt of the following addenda: Addendum Number: ~'"'~'1 ~ Dated: Telephone Number: ~ \ - ~) ~'~ Bidders Address: I~ratt Land$capip_~ P.O. Box 156 10 Hawthorne Arc. East Islip, NY 11730 Date: NEW YORK RTATE AFFIRMATIVE ACTION OERTIFICATIOI~| (TO BE COMPLETED BY EACH BIDDER) Bidder's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a pad of the resulting contract: BIDDER'S CERTIFICATION Certifies that: It intends to use the following listed construction trades in the work under the contract A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Pad 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said County area within the scope of coverage of that Plan, those trades being: ; and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part I1, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification requ~ired by these Bid Conditions. ~"(Slgnature of Authorized Representative of Bidder) E-I STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hareafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed Or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding cortlflcatlon, A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a Joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The pdcas in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and wi not knowingly be disclosed by the bidder pdor to opening, directly or indirectly, to any other bidder or to any competitor, (3) No affempt has been made or will be made by the bidder to induce any other pemon, partnership, or corporation to submit or not to submit a bid for the purpose of testrfcting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained In this certification, and under the statements contained in this certification, and under the penalties of perju~, affirms the truth thereof, such penalties being applicable to the bidder, as well as the pemon signing In Ils behaff. C. That attached hereto (~f a colT)orate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the. corporate bidder. RESOLUTION Resolved that [~-~..~J~..i~:¥(~-/[~ L~F ~ ' of the "~:~l~[-~L:l~tl,~t,'¥-~ J::~,'~--T-.~ be (Name of slgnat<~/~ ' (Name o~f C-orporaflon) authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to Include In such bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103-<:1) of the General Municipal Law as the act and deed of such corporaton, and for any Inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and con-ect copy of the resolution adopted by coq)oration at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 761, ~ 103,d, as emended & effective en 8ep~emb~' t, 1965, G-I 'r H 1~ A M I1R I C A ff [ N S T [ T U T E O F A P, (: AIA Document A201 General Conditions of the Contract for Construction THIS DOCUMENT ~ IMFORTA~ LEGAL C01VE. E~UI~VCI~,. .C~.NEU. ZTAT. rON Wl2Zt' ~ ATTORNEY IS ENCOUP~4GED WITH REEpEc~ ~0 FI~ MODIPICATION ' 1987 EDITION TABLE OF ARTICLES 1. GENERAL PROVISIONS .. 3. CONTRACTOR 4. ~DmXUsmAuor~.o~ T~ CO~ ~. s~~o~ ~. ~NS~U~ON BY O~R OR BY ' · '$BP~ cO~O~ 7. ~GBS ~ ~ WO~ 8. TIME 9. PA~ AND COMPLETION 10. PROTECTIOI~ OF PERSONS AND PROPERTY ~ L I~SUP~C~ ~'D BmtDS · 12. U~c0V~o ~mD coP~cr{o~ o~ WOR~ 13. IVLISCRLIAI~U$ PROVISIONS 14, TER~TIoN OR SUSPBNSION OF THE CON'IIL~CT ' jOAUTIOfl: You should; an odglntl AIA doogn#qlt ihloh hae fids eaulfofl I)flnled h red. vice area Is provided l~or ~our internal u~e ~l~ ~ce must be marke~ on airbill ice: ~9 2371 9293 ZM WSHA ',~:~, THU - 23 OCT AM PRIORITY OVERNIGHT -) I'll II ~ t)n~raited, Inc. P.o. ~ox577S~racuse, HQr13206 Certified woman Owned Business and Disadvantage Business Enterprise gVholesale ~Building Supplies Date: 11/11/08 Number of pages including cover sheet: From the desk ofMichelle L To; Town of Southhold Attn: Town Clerk Phone: Fax: 631-765-6145 CC: From: Email: map/bethi~msunlim.com Phone: 315.437-t291 Fax phone: 315-437,6086 REMARKS: [] For your review [] Please comment [] T&gem [] Reply ASAP I'M LOOKING FOR AN APPARENT LOW BIDDER ON THE Laurel Lake Preserve Demolition At 5145 Rte 25 Mattituck, NY RECEIVED Bid Date: October 23, 2008 ~2 Awarded to: %u~hold Iown Cler~ Please include this fax sheet when responding, so project folder can be located properly. Thanks, Michelle L. Laurel Lake Preserve Demolition & Site Restoration Project Invitation to Bid Laurel Lake Preserve DEMOLITION & SITE RESTORATION PROJECT 5145 Route 25 Mattituck, NY 11952 Dated: September 9, 2008 Sou'~'a, OLD TOWN RESOLUTION 2008-84~ ADOPTED DOC ID: 4210 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-845 WAS A~D~ OPTED AT TItE'~EGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON SEPTgMBERg, 2008f RESOLVED that the Town Board of the Town of Southold hereby .authorizes and directs the .Town Clerk to advertise for bids for the demolition, removal of concrete block buildings~ .Wooden frame buildings, old tanks, concrete and asphalt pads and miscellaneous debris, o. the Laurel Lake Preserve in accordance with the lans & s ecifications re areal b James .Richter~ RA~ Office of the Town Engineer. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Vincent Orlando, Councilman SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell INVITATION TO BID Project: Demolition and removal of wooden buildings, concrete block buildings, asphalt and concrete pads, and miscellaneous debris, at the Laurel Lake Preserve, 5145 Route 25, Mattituck, NY 11952. The Town Board of the Town of Southold will receive bids at the Office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, NY 11971, until 10:00 a.m., Thursday, October 23, 2008. This invitation to bid is not an offer and shall in no way bind the town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informality and reject any or all bids and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Please advise if you intend to bid or not. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk A-1 PROJECT DESCRIPTION Laurel Lake Preserve - Demolition and Site Restoration Project Demolition and removal of wooden, concrete block buildings, asphalt and concrete pads and other miscellaneous debris, at the laurel Lake Preserve, as outlined in the Plans & Specifications prepared by James Richter, RA, Office of the Town Engineer. Project Location: 5145 Route 25, Mattituck, New York 11952 The contractor shall be responsible for all demolition work and the disposal of aH debris generated by the project. The contractor, its employees shall have the required access to the job location and work site in order for the herein described work to be accomplished. The Town of Southold will obtain all the required permits and approvals having authority, control or jurisdiction over the herein described work. REQUESTS FOR FURTHER INFORMATION & ALL. INQUIRIES SHOULD BE ADDRESSED TO THE ARCHITECT @ THE SOUTHOLD TOWN ENGINEERING DEPARTMENT: Affentlon: James A. Richter, RA (631) 765- 1560 $outhold Town Hall 53095 Main Road Southold, NewYork 11971 ~e re~'m the full 8 tlon8 and Co ' ---- -'- ""~""" peeiflca ntrac~ Drawings ~n~talned herein, INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The bidders shall write In ink, both in words' & numerals, the price for which he proposed: to I'urnlah all materials, plant, equipment, tools~ shoring or bracing, scaffolds, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and speclfleatrons, and subject at all times to Ihs approval of the Architect, Each proposal must be signed In writing with the full name and address of bidder. Proposals shell be addressed as indicated on Invitation for Bids and shall be delivered enclosed In an opaque sealed envelope marked "Proposal" bearing Uae of work, and Bidders Name. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will.not be accepted or co~lered un~ss accompanied by a guaranty In the form of a bid bond or eartifled check In the amount (2f 5~H[Of the Jl;~{il bid, for each item bid, and made'payable to the Town of As soon as the proposal pr .Ic~la~Ve~en compared, the Owner shall return the bidder's bond or the certified checks accompan~s~c~.j~oposals as, In his judgment, would not Iike¥ be Involved In making the m?'. All other pro~s¥~o~,~ntltles ~1 be held until the contract and contract bend have been exeoute(~ ,an,er which lhey~lfl~l~ released or ratumed to the respedlve bidders whose proposals they aocompanleo. ~ C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the drawings and spodflcetions, visit the sits of work, and fully inform themselves of all conditions and maffers which san In any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the drawings, specifications, or other documents or should he be In doubt as to their meaning, he should at once nctify the Architect who may Issue a written Inslmotion to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at Ihe time and place indicated in the Invitation for Bids. Bidders, their authorized agents, and other Interested parties are invited to be present. E. AWARD OF CONTRACT · Award of contract wilt be made as soon as practical. A contract may be awarded to a responsible bidder other than the lowest money bidder, If It is In the best Interest of the Town. No bid may be withdrawn after . e~eduled dosing time for recalpt of bids for a pedod of 45 days pending exe~ ~ a conlract by successful biddar. The competenoy and responsibility of the bidder and his eub-oonltestora will be coosidared in maldng the award. The Town reserves the right to wake any ted~nleal error, to aocept any The Town ~dll either award the projes~ or reject all proposals received within forty-five (45) days alter the formal opening of propeaals. The aceeptanos of a proposal will be a notice In writing signed bythe Town Clak and no alt~r act shall constitute Its aeosplanoe of a prolxr,~, B-1 F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the dgM to waive any teshnlcal error and tu reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplate, obscure, or irregular may be rejected; any proposal acoompanled by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having Interlineations, erasure or corrections may be rejected. H. PLANT'& EQUIPMENT The blddor shall state In his bid that be has avaitable or under his control, plant and equipment of lhe character and In the amount required to complete the proposed work within the speolfc time. I, TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town In person; or if a firm or coq~oraflon, a duly aulhorized representative shall so appear, and execute slx (6) copies of the Contract and fumlsh sctlsfado~y Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to hlrn. Failure to execute Conlmc~ shall constitute a breach of lhe agreement effected by the acceptance of the Proposal. ~ damages to the Town for such breach will include loss from Interr~erenos with his constructlen program and other Items, Ihe accurate amount of which it will be d~cult or Impossible to compute. The amount of the cerafied check or bidder's bond accompanying Ihs Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose profx~al shall be accepted shall fall or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such 'bidder has abandoned the Contract, and Ihereupon, his proposal and acceptance thereof shall be null and void, and Ihs Town shall be entlaed to liquidated damages as above provided. J. TIME LIMIT TO COMMENCE AND COMPLETE WORK The contractor shall commence work within ton (t0) calendar days after the date stipulated in the notice to proceed which was given to him by the Town of Southoid and shall complete the work within the calendar day limit as set fo{lh by him in his Proposal, but not more Ihan sixty (60) working days. END OF 8ECTION INDEX TO SPECIFICATIONS Project Description BIDDING REQUIREMENTS Invitation to Bid Instructions to Bidders Index to Specifications · Proposal Fdrm N.Y.S. Affirmative Action Certification Non-Discrimination Clause Statement of Non-Collusion GENERAL CONDITIONS A-1 through A-1 B-1 through B-2 C-1 through C-1 D - 1 through D- 2 E-1 through E-1 F - 1 through F- 2 G - 1 through G - 1 AIA General Conditions Supplementary General Conditions General Release Prevailing Wage Rates Payroll Certification forms Compliance With the Labor Law & Other Dept. of Labor Regulations PROJECT SPECIFICATIONS. GENERAL REQUIREMENTS AIA Document # A201 H-1 through H -2 I - 1 through I - 1 J -1 through J -X K-1 through K-2 L-1 through L -8 Summary of Work Construction Facilities & Temporary Controls SubsUtutions Disposal .CONSTRUCTION SPECIFICATIONS Page 1 Page 2 Page 2 Page 2 Thermal & Moisture Protection - General: Products Page 3 Page 3 through Page 8 Indexto: DRAWINGS Laurel Lake Preserve-Demolition and Site Restoration Project Drawing#R-1 C-! PROPOSAL FORM Date: NAME of BIDDER: Telephone: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 1t971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal Is made without any connection, directly or indirectly with any other bidder for the same work; that it is In all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the pedorrnance of the contract, or the supplies relating to it, or In any portion of the profit thereof; that he has carefully examined the contract documents dated: September 9, 2008:, Including .bidding requirements, contract, general & special conditions, specifications, contract drawings, ahd addenda,(Note: acknowledgement of addenda and their dates must be Included as indicated on bottom page); that he has satisfied himself by personal examihation of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications~ and to perform all the work required to construct, I~rfon'a and complete the work at: Laurel Lake Preserve, 5145 Route 25, MattitUck, New York 11952 and all other work in co~neclion therewith, in accordance wilh the contract documents and addenda, If any, prepared James A. Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New York, 11971, and shall comply with all the stipulations conlained therein and Ihat he will start the work as directed by lhe Town, he will Demolition and removal of wooden and concrete block buildings, asphalt and concrete pads and misceilaneoas debris at the Laure Lake Preserve, 5145 Route 25, Mattituck~ NY 11952 ~ THE. ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE. 8'riPULATEO 'LUMP SUM" OF: PROPOSAL FORM C~nt. And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town and shall fail to give the required security within the ten (10) days after notice of the acceptance of said proposal, Shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract and the sum represented by the certified check accompanying this proposal shall be forfeited to the Town as Liquidated damages; otherwise the certified check shall be returned to the bidder within forty-five (45) days after the date of receiving the bids. We the undersigned, further agree that this proposal is a formal bid and shall remain In effect for a period of forty-five (45) days, the Town will accept or reject thispropceal or by mutual agreement may extend this time period. The undemlgned hereby acknowledges receipt of the following addenda: Addendum Number: Dated: Signature of Bidden Bidders Address: Telephone Number: Date: D-2 NEW YORK RTATI~ AFFIRMATIVE ACTION CERTIFICATI~.~, (TO BE COMPLETED BY EACH BIDDER) BiddP. r's Certifications: A bidder will not be eligible for award of a contract under this Invitation for Bids unless such bidder has submitted as a part of its bid the following certification, which will be deemed a part of the resulting contract: BIDDER'S CERTIFICATION (Bidder) Certifies that: 1. It intends to use the following listed construction trades in the work under the contract ; and, A. As to those trades set forth in the preceding paragraph one hereof for which it is eligible under Part 1 of these Bid Conditions for participation in the Nassau-Suffolk County Plan It will comply with the said county area within the scope of coverage of that Plan, those trades being: ; and/or, B. As to those trades for which it is required by these Bid Conditions to comply with Part II of these Bid Conditions, it adopts the minimum minority man- power utilization goals and the specific affirmative action steps contained in said Part II, for all construction work (both state and non-state) in the afore-mentioned area subject to these Bid Conditions, these trades being: .; and, It will obtain from each of its subcontractors and submit to the contracting or administering agency prior to the award of any subcontractor under this contract the subcontractor certification requlred by these Bid Conditions. (Signature of Authorized Representative of Bidder) E-1 NON-DISCRIMINATION CLAUSE During the performance of this contract, the contractor agrees as follows: A. The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin, and will rake affirmative action to insure that they are afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay or other forms of compensation, and selection for training or retralnlng, including apprenticeship and on-the-job training. b, The contractor will send to each labor union or representative of workers with which he has or is bound by a collective bargaining or other agreement Or understanding, a notice, to be provided by the Commission of Human Rights, advising such labor union or representative of the Contractor's agreement under ctauses aa." through "h." hereinafter called "non-discrimination clauses", and requesting such labor union or representative to agree in writing, whether in such collective bargaining or. other agreement or understanding or otherwise, that such labor union or representative will not discriminate against any member or applicant for membership because of race, creed, color, or national odgin, and will rake affirmative action to insure that they are afforded equal membership opportunities without discrimination because of race, creed, color, or national origin. Such action shall be taken with reference, but not be limited to: recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of pay, or other forms of compensation, and selection for training or retraining including apprenticeship and on-the-job training. Such notice shall be given by the Contractor, and such written agreement shall be made by such labor union or representative, prior to the 'commencement of performances of this contract. If such a labor union or union representative fails or refuses, so to agree In writing, the Contractor shall promptly notify the Commission for Human Rights of such failure or refusal. C. The Contractor will post and keep posted in conspicuous places, available to employee and applicants for employment, notices to bo provided by the Commission for Human Rights seffing forth the substance of the provision of clauses 'a.' and 'b." and such provisions of the State's Laws against discrimination as the Commission for Human Rights shall determine. D. The Contractor will state, in all solicitations or advertisements for employees placed by or on behalf of the Contra(~or, that all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, or national origin. F-I The Contractor will comply with the prevision of Sections 291-229 of the Executive Law and the Civil Rights Law, will furnish all information and reports deemed necessary by the Commission for Human Rights under these non-discrimination clauses as such sections of the Executive Law and will, permit access to his books, records, and accounts by the Commission for Human Rights and Owner representatives counsel for the purposes of investigation to ascertain compliance with these non-discrimination clauses and such sections of the Executive Law and Civil Rights Law. This Contract may be forthwith canceled, terminated, or suspended In whole or in part, by the contracting agency upon the basis of a finding made by the Commission of Human Rights that the Contractor has not complied with these non-discrimination clauses, and the Contractor may be declared ineligible for future contracts made by or on behalf of the Owner/Contracting Agency until he satisfied the Commission for Human Rights that he has established and is carrying out a program in conformity with the provisions of these non-discrimination clauses. Such finding shall be made by the Commission for Human Rights after conciliation efforts by the Commission have failed to achieve compliance with these non-discrtmlnation clauses and after a verified complaint has been filed with the Commission, notice thereof has been given to the Contractor and an opportunity has been afforded him to be heard publicly before three members on the Commission. Such sanctions may be imposed and remedies otherwise provided by law. If this Contract Is canceled or terminated under blause "f.", in addition to other rights of the Owner provided in this contract upon its breach by the Contractor, the Contractor will hold the Owner Harmless against any additional expenses or costs incurred by lhe Owner In completing the work or In purchasing the services, matedal equipment, or supplies contemplated by this contract, and the Owner may withhold payments from the contractor In an amount sufficient for this purpose and recourse may be had against the surety on the performance bond If necessary. The Contractor will include the provisions of clauses 'a.", through 'g." in eve~/ subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within jurisdictional local of the Project being contracted by the Owner. The Conba~or will take such action In enforcing such provisions of such subcontract or purchase as Owner/Contracting Agency may direct, Including sanctions or remedies for non. O3mpliance. If the Contractor becomes involved in or is threatened with litigation with a sub-oontrac~or or vendor as a result of such direction by the Conlreclton Agency/Owner, ihe Contractor shall promplty so notify the Owner's representatives/counsel, request him to Intervene and protect the Interests of the Owner (Contra~ng Agenc*/s jurlsdlctiorlal area). F-2 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official theresf or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that 1o the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otbem4se required by law, the prices which have been quoted In this bid have not been knowingly disclosed by the bidder end will not knowingly be disclosed by the bidder prior to opening, directly or Indirectly, to any other bidder or to any competitor. (3) No affempt has been made or will be made by the bldder to Induce any other person, partnership, or corporation to submit or not to submit a bid for the puq~oce of restricting competition. B. The person signing this bid or proposal certifies that he has fully Informed himself regarding the accuracy of the statements contained In this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the pemon signing In Its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of Ibis certificate by the signature of this bid or pmpesal on behalf of the. coq~orete bidder, RESOLUTION Resolved that of the be (Name of signatory) (Name of Corporation) authorized to sign and submit the bid or proposal of this corporation for the following Project: Laurel Lake Preserve, Demolition & Site Restoration Project, 5145 Route 25, Mattituck, NY 11952 and to Include In such bid or proposal the certificate as to non-collusion required by section one-hundred- three-d (103-d) of the General Municipal Law as the act and deed of such cerporaflen, and for any Inaccuracies or miss-statements in such cerflficata this corporate bidder shall be liable under the penalties of p~dur~. The foregoing is true and correct (~py of the resolution adopted by coq3oration at a meeting of the Board of Directors, held en the day of ,20 . (SEAL OF THE CORPORATION) Laws of New York, t965 ~ ?Sl, ~0.10~-C1,'~ amemled & ~ on hptemb~ t, 1~. 81gflature G-I T H l~ A M E R I C A N I i~ $ O F A R C H 1 T ~ C T ~ T I T U T E AIA Document A201 General Conditions of the Contract · for Construction' 1987 EDITION TABLE OF ARTICI.F.S 1. GENIIRAL PROVISIONS 2..OWHER 3. COI~IT~CTOR 4. ADMINISTRATION OF THE CONTraCT 5. susco~cro~s 6. CONSTRUCTION BY O~i~P, OR BY ' · 'gEPARRrE CONTI~CTOiG 7, CEA~G~ ~ ~ WO~,K 8. T~'vZE 9. ~,mr, m, rrs ~ COMPLeTiON 10. PROTECTION OF PERSONS AND PROPERTY ~ L msum~c~ a,~ ~o~s .12. ~~ ~ combos ~ wo~ ~ ~. ~ s ~us ~O~ONS 14. ~ON OR ~$P~ION OF ~ INDEX AoCeptanoe of Honconfomllng Work ......... '%6,6, 9.93,12.3 Acceptance of Work ........... 9.6.6,9,8.2,9,93,9.10,1,9.103 Acorns to Work ........................... 8,16,6.2,1, 12,1 Accldem Prtvcn~lon .............................. ,1.2.3,10 ActsandOmbsloris ... 3.2.1,322,3.3"2,3.12,8,3,18,42,3,4.32, Aiidenda ........ 43.9, 8.3,1, 10.1.4, 10.2.5, 13.4.2, 15,7, 14.1 ............................. 1.1.1,3.11 Addttlotlai Cost, Clalfll$ fo£ . .; ...... 43.6, 4'3.7, 43.9, 6.1.1, 10`3 AddLUoxl~ htspcclions snd Testing ........ · 42 6, 902, 12.2.1, 1~) 5 Aclditl0ml Time, .Clalm~' for...: ......... 43.6, 43~, 4&9, 83..Z, AI)~INISTRATIO~ OF TltE OONTRACT ....... 533, 4,9.4,9,5 ~ffa, erltSeila~li or Invitation to Bid ............. : ...... .., AcsthetleEffect .......................... ~ :... 4.2.13,43.1 /.Il-risk lm~mnce ................................. 11.3.1.1 Appll0~lons fo~ P aymeni .. 9.8.3, 9.10.1, 9.10.3, 9,10`4' Il.13, 14.2.4 Approvals .... 2.4' 3.3,3, 3.5, 3.10.2, 3.12.4 ~hrough 3.12.8, 3.183, 4.2.7, 9.32, 11.3.L4' 15.4.2, Arblt~lon ..................... 4.1.4, 4.3.2, 4.3.4' 4.4.4, 4 J;, 8.3.1, 10.1.2, i13.9, ll3.10 ~ .......................................... 4.1 Arddtect, Deltnltlon of ............................... 4. LI Archite~ Extent o f Authodt7 ........ Z.4' 3.12.6, 42; 43.2, 43.6,' 4.4, 5.2, 4.3, 7.122., 72.1, 7.3.6, 7.4, 9.2, 93.1, 9.4, 9.5, 9.6.3, 9,8.2, 9.8.3, 9.10.1, 9,103, 12.2,122,1, 13.5.1, 15.5"2, 142.2~ 14.2.4 ~ltec~ LlmRatlofls o f Authority and l~J~pomibtllty. 333, 5.12.8, 3.12.1 i, 4.1.2, 4.2.1, 42.2, 4.Z.3, 42.6, 4"2.7, 4.2.10, 42.12. 42.13, 4.32, 52.1, 7.4, 9.4.2, 9.6.4~ 9.6.6 ~'ChltCcf S Aclcilxloflal Sexvlocs and ~ .......... 2.4,9.82, 113.1.1, 12.2.1, 12"2.4' 13.52, 13.5.3, 14.2.4'. Archlilor a &dmlnlslm$o~ of lhe OonirKt .......... 4.1~ 4.3.6, 43.7, 4.4, 9.4, 9.5 i~ch~t's Appends 2,4, ~.5.1, 3.10-2~ 3.12.6, 5.11~, 3.183, 4.2,7 /-rddtect'$ Autho~lt7 to Re~e(:t Work .... 3.5.1, 42.6, 12.1"2, 12.2.1 Archtt~t's ~ ................................. 1.3 ,~d'Atect'$ De~l.~on$ .......... 42.6, 42.?, 4.2.11, 4.Z.12, 4"2.15, 4&2, 4.~.6, 4.4.1, 4,4.4, 4.5, (~& 73.6, 7&8, 0`1& 03,1, 9..2, 9,4, 9.3.1, 9..8.2, 9.9.1, 10.1.2, 13.52, 14.2.2,, 14.2,4 AL'tidied'ir .i~:)e(:dom ........... 41.2, 4*2*9, 43~,9.4.2,9.S.2, 9*9.2, 9.10,1, 13,5 &rdd~x's ~m:nK:dops... 4.2.6, 4.2.7, 4.2.8, 43.7, 7.4.1,12,1,15.~.2 /d<ld~eCt'l lilt eq~k~ ......... 4"2.11,4.~.1Z, 4..q 7 9.~.1, 9.10,1~ l~.~ Ardda:ct's I~o~t Raprasmml~ '. ................. '... 4.2.10 A~Mtect's ~ wtth Commct~ ....... $35, ~.5.1, ~.7.~, ~.I1, $.11.B, 5.12.11, ~.16, ~.15~ 4~,% 4.2.4, 4&6, 4~.12, 5~, 622, 7&4' 9~.2, il&7, I~.1, 1~.5 Arddtccfl Pl's~l~ vdth 8u~t~,~,o .... ,L2~, 9.6.3, 9.6.4. ILS.? &L*(:t~X~I Ilgp((~SdOm ................. 9.42~9.S.1~9A0,1 ddddw:s'l~.Yidts ........ 4.Z.2,42~4,2.9,43.6,9,4.~9.5A, Bulldl~,g Permlt .................................... 3.7.1 OKdtMIzatlon ....................................... 1,4 Ceflffieate of Submn~l Completion ............... 9 Oe~f]~a~ for Plylt~ ....... 4.2,5, 4.2,9, 9.3.3, g.4 9.3', 9.~, 9.6.6, 9,7,1, 9.8,3, 9.10.1, 9,10.3, 13,7, 14,1,1.3, 14,2,4 Cexttficate~ o f ha~oc0on, Testhlg or Apptox, al ..... 3.12,11, 13,5.4 C~tlfieate$ o f Insuranc~ .................. 93"2, 9.10.Z~ 11.1,3 Ohl~0e 0r(Mr~ ...... l,l.I, 2.4.1, 5.82.4' 3.11, 4.2.0, 4.~.3, 5"2,3, · ' · 7.1, ?,2, 7,3.2, 83,1, 9.3.1.1, 9,103, 113.1.2, 11.3,4' 11.3.9, 12,1,2 ClianSc Orders Definltto~.bf .................. 7,2.1 ':' e.,ltAIIRIE$1fllHEWORK .. :. 3,11,42.8,?f83.1,9.3.1.1, 10.1.3 (3z~n, Defln~do~ of ................................. 4J.1 O~lms ~nd INsputes ................ .' 93.12, 9,3.3, 9.10.4, 10. lA Ctalam .nd 11~ Mser0on of Ctalms ................ 4.6,6 Cldms for Addl~ C~4t ....... '. 4.3,6, 4.~.?, 4&9, 6.1.1,103 OLMOS ffgr A~klRIo~ Time ............ 43,6,4.$.$, 43.9, 83"2 Chdms for Con.tied or Unknown Gondltiop~ ........... 4.~,6 Cblm~< ~)r I~ 5.18, 43.9, 6.1.1, 62.5, 832, 9.5.1"2, 10.1.4 ~ _ . .~ct Alt:dlra~on ................. 4.32.4.4.4,4.5.1 ~eenm~ up ................................... 8.15, 63 ' ~ of ~°W UmRation Pe~od · ......... 13.~ Commencement of the Work, CondMom l~M~,n~ to ....... 2.1"2, 22.1, 32.1, 3.2"2, 3.7.1, 5.10.1, 3.12.4, 43.7, 5.2J, 6.22, 8.12, 8.2.2, 92, i1.1.3, li3.fi, !1.4,1 ' Commencement of th~ Woi~ Dt~thton o f ............... 8.1.2 Communlcatiom P4d0talt~ Contract Admlnl*it~i~n ........................ Completloo~ CondSl0m Rdatlng to ....... 3.11,3.15,4.22;4"2.9, 4~"2~ 9.4..2, 9,~, 9.9.1, 9.10, 113,3, 122.2, 157 l com~. PAYMi~A,tO ........................ : Coa~ Submmbl ......... 9.8, 9.9.1, 12.2.Z, 13.7 Compllaace with La~s ...... 1.3, 5 6, 3.7, 3,15~ 4,1.1,10.2.2, I 113, 13.1, 13.5.1, 13.52, 13.6, 14.1,1, 14.~.1.3 Co~:alcd or ~t-n,,~m Conditiom .............. 4.3.6 Co~itk~ ofthe Colmct .................. IA.I, i.1.7,6.1.1 . C~mm, Wdttea .................. 1.3.1, 5.12.~, 5.14.1, 4.1.7., 43.4, .4.5.$, 9.3.2, 9.~.2, 9.9.1; 9.10.Z, 9.103,10.1..~, i0.1 ..S., . . 11..~.1, 11,.~.1.4' 113.11, ISgr., 15.4"2 COf4SlI~0flOY OWNGR O~q BY 8~'A~ATE cotmlAOTORS ............................. comucaoa amee_ ..r~=a~_ ~ o~ .............. 7~.1 G°asm~dalt ~"~"t~-.G~i ............... 1.10, ll.~ ~A.~sam~~ ................ ~.4 (~atm~ l)a~iti0a of ........ ; ...................... 1.1,2 0~]~ .... ............. 4&7, ~A.I.I, 14 CoYa(~ ..................... Goaasct &wud mi Bamudoe, Omdltlom Idl~lo ...... $,7.1, 9.10, ~J, 9.2, ILl& 11~,6, !!~!,-. Attomey~ Iq~s ........................ ~.18.1,9,10J, 10.1.4 G0a(mct DocmIcQ~ C~pi~ ~ md Ibc a(... · _v~ot _ _s~.oamm ...........................6.1.1 GoamDoc~ Ddid~m' ..................... t.1.1 Award dSdm md Ome.(~ ~ (~t~Dad~ad~ ............ ImloDdnllom .................................... 1.1 .S, 7~, 7& Lt, 9.?, Il&l, ma,4. Iz~, 14z4 _kliffmdlimllmqlmmmme ..................... 11,~ Omm'lkK ................. OONTRACTOR ............... ..................... Contractor, Definition o~ ........... .. ~ ............ Cont~tctot'$ Bid .................................... 1.1.1 4.2.6, 8,1.2, 10,2, lO~, ll,l.1, 14.2:1.1 ~ ~ ~ ~te ~n~o~ ~dO~s ~o~ ...... 2~, ~,12.5, ~,14.2, 4.2:4, 6,12.2,5 ~n~o~s ~o~ ~ S~n~ *, ...... -.12.i, ~ 3.2, 5.18,1, ~.181, 5~, 5.~, 5,4, 9.6.2, 113,7, 113~,. ~r's ~ ~ ~e M~t~ .... 1.1 ~, ~,!,~,2.2, 4~.1~, 5.2, 6,2,2, 7,~.4, 9.8.2, 113,7, 12.1, 1~.5 P~g ~e W~ ................. ~.~.2, ~,18, 4~.~, 10 ~s ~wof~ ~ ...... 1.2.2, ~.2, ~.7.3 ~o~s ~t to S~ ~c Wo~ ....................... 9.7 ~s ~t ~Te~ ~ ~n~ .............. 1~,1 73~, 9~, 93.1, 9.81, 9.9.1, 9.10~, ~o~sS~t ...................... ~.9, i02.6 ~t's ~on md ~ P~ ...... 1~,4, 53, ~-( 423, 8~.2, 8~3, IO ~1 ~ ~ ................. ll.l.l.7,112.1 ~ ~d ~n ............... I~, 1~.4, 5.~.1, 5,10, 5.12.7, 6.1.1, 6.13, 63, 7.~3.~, 73.6, 73.7, 9.7, 9~.2, 9.10~, ~ g P~ ........................... 1.14,{2.6 ~.~ 9,5,13, IOl.l~ loll, 103, Il.I, I1~, ~~t~~ ......... e.la ~~~~ .............. 8.1~ ~,~ ................................... ~1~ ~~ ...... ~7,4a.H, 4a.~ ~.~, 9.4, 9~.1, 9~, 9~.1, 1~1~ l~J, 14~, 1~.4 ~~~ .......... ~,~.?, ~o.~a Emergenobs ................................. 43.?,10.a Employce~, Contrtctor's .'. ........ ~.18.2~ 4.2,~ 4,2,6, 8.1,2, 10,2, 10.~, II.l,l, ll. LI.1 Eq~pmcnt, ~bor, Mat~ ~d .......... 1,1.~, 3,8,2, 5,12.5, 5.12.7, ~,12,1l, ~.1~, ~.15.1, 6.2.1, 7.~.6, 9.~.2, 9.5.~,'11.~, 12.2,1, 14 5.5,1, 42~, 4.23, 4,5,4, 4.3.8, 6,22, 1,1.~, 7.3.9, 8.Z, 83, 9.5, 9.9.1, 10.2, 142, 14.3 ~n, ~ ~ ~t of ~c ~ofT~e .... . .....~... F~ of~t ~ ............. ';., 4.5.7, 9.7,14.1.~ ~1~0~ m~ R~ Pa~ ........ 42,1, 42,9,43.2, · 43.~, 0,~0~ 11.12, 11.1.$, 11.5.5, 12.~.1, 1~.7 ~ ~d E~d~ ~v~ ~m~ ................... 11.5 ~w .................................... ~.1 ~~ ........... ~ ............... 16.1, I0~.4 l~of~ ~u .................... 1.2.1 l~e~ofS~o~ md ~ ............. 5~.1 ~ ....... ~.17,1.~1~ 9.102, 10.1.4, I I,~.12, 113.7 3., .1 ~, 6.1.~ 62.6, 9~.~, 9.6.1, 9.6.4, 9.10.$, 10.1.4, 112, 113, 1~.5.1, 1~.~ ~D~P~~ ................ ~.6, ~.9, 4~, 9.42, 9.82, 9.9~, 9.10.1, ~n~ ............... ~.L~ ~m m ~ .... ~.1~ 4~.8, 5~.1,.7,12.1, ...................... ~~ ..................... 8~,11.1~ o~ 4~.7, 4a.12, ~B, 7.4. lm~W~ .................. ~11,4~.~4.$.7 "t~l'~ 'rG'l 'rI 'i'g 'lTl ' ',-,., ":','-- ....... m~m{~ E,q~m4 'dw~m{] deq~ ~ &~u~m ~'1.1. .......................... eammmUl flllqmrl e, mam~) ~'~'~ ~ 'lTt'6.{3, 'LTJ, ~'l'rH'lTl ................... Qom 6'F01'6'~ 6'6 ~'r6"~'6'1'~'6 ............... om ~ %:'r~ '{~'~'r I~'1'1'~ .......................... 2.~ ~t'~ "~ ...................... oi'~ .- ............................ ~'~1 '~'QI '~01'6 '~6 'g'S '~'6 ~'~ ............................ ~d~d Ol ............ ~ M~O~OBd '~Bd ~ S~d : z'~OI '~'9'~'Z '~1'~ *L'e'~'Z'Z ..... : ' ~ ~ ~ *~d 'f'l'~'6 '~}'~ .................... ~ o) 9~}1 '9'~1 'f'or6 'f'9'6 ' 9'Z'9'~'~ .......................... ~ ~ ~d ~'tl ............ ...... .' ",~o~ aW p~s ~ ~ ~,~0 R~le~ ~md Notl~ for A~ltr~on. ..................... 4.6.2 Safety of Per, one and Proper~ ...... ................. 10.2 GafMy Pre~uUons e~[ Programs ........... 4.2.L 4.2.7,10,1 S~npl~, Dell~tion of .............................. ~.nlpli~,0hopDrawlnos, ProduotDalaand ... 5.11,$.12, 4,2.7 Saltt~ ~t tt'~ ~[te~ Dooumettts and ................... 3.11 80hedule of Yelue~ .... : ........................ 0.i, 93.1 Sd~des, Cons.ruction .............................. 3.10 $c~u~t~ Contt~ts and Contracto~ ..........1.1.4' 5.14.2, 4.2.4, 4.5.5, 6, 113.7, 12.1.2, 12.2.5 ~Shop Drawings, De~nltlon of..' ........... , ........... 5,12,1 hop DrawMgs, Produot Oata aflcl Samp4es .... 5.11,$.12, 4.2.7 81to Io~'pcctlOns ... 1.2.2, 3,3.4, 4.2 '2, 4,2.9, 4.5,6, 9.8'2, 9.10.1, 13,5 8itc YLd. m, Architcct*s ................. 4,2.2,4.2.5,4.2,9,4.3.6, 9.4.2,'9.5.1, 9,8.2, 9.9,2* 9.10:1, 13.5 8pc~tal*I~ns and Testing .............. 4.2.6, 12.2.1, 13.5 ~)eclflo~ D~h~ltioG o f (he ....................... 1.1.6 pe<~k~S, The .......... lA.l, 1.1.6, 1.I.7, 1'2.4, 1.3,3.11 S~tut~ ot'Ltml~tl, ons .................... 4,5.4.2, 12.2,6, 13.7 8~opplngth¢ Wo~ ............. 2.3, 43.7, 9.7, 10.1.2, 10.3, 14.1 ~ot'e~M~e-~ls ........... 6'2.1,93'2, 10.2.1.2,113.1.4, 12.2.4 ~bo:m~,or. Dead, on o f ........................... 5.1.1 Subcont~actom, Work by .................. 1'2.4, 33'2, 5.12.1, ,L23, 53, 5.4 ~ Jb~4rJK~w~ Relatlor~ .............. 6.3, 5.4, 93.1.2, 9.6.2, 9.6`5, 9.6.4, 10.2A, 11`5,7, 113.8, 14.1.1, 14.2.1,2, 14.3.2 SubmRtals ......... 13, 3.23, 5,10, 5.11, 3.12, 4.2.7, 5.2.1, 5.23, 7.5.6, 9'2, 9.3.1, 9.8.2, 9.9.1, 9.10.2, 9.103, 10.1.2, ILl3 ~0g~tlo~ Widv~ of ................. 6.1.1,113.5,11.3.7 6.23, SA, 9.9.1, 12.2.1, IZ.2.2, 15.7 :~bslnn~l (io~ Dcfud~lon of .................... 9.8,1 ~bs~mlion o~ Subcomr~mrs .................... 5.23, 32.4 ~a~lt utlo~ o[ ~',t~cl~Rect ........................... 4.1.5 ~ll~tltu~sls of Id~*~als ............................. 3.5.1 Sub..~bo~tract~, De~nltion ot ....................... 5.1.2 Submda~ ~ ............................... 43.6 ~.'. ............................. U, 10.2.6 Ired Cemts~km Proc~k~ ...... 12.4'8J, 3.4,. 43.4, 6.13, 62,4, 7.13, 7~.4, 8*2, 8.3.1, 10, 12, 14 ............... 4.4.1, 4.4.4' 5.4.12,9.102,9.103, 14/.2 ~ety, C0t~e~t O~ ....................... 9,9.1~9~!0.2~ 9A0.5 ..................................... 22..2,5.183 Suspension by the Owner for Co~venle~toe ............. 14,3 8uspc~lon of thcWork ............. 4.3.7, 5.4.2, 14.1.1.4,14.5 Suspetulon or Tcrmirm~ion of thc Contact.. ..... 4.3.7,5.4.1.1, 14 Tax~ ...................................... 8.0, 7.3.6.4 Ten~hmtlon by 0m'Oonb'a~t~ ........................ TemlhIMIon b~c the Owner for C~use ............. 5.4.1.1,14.2 Tcrm~qonotth~A~ciiilcct ...' ................... · ....1.1.5 Tcimlmdon o~ die Contt-actor ..... ' ................... 11.2.2 TERMINATIO~ OR 6U~PEH$1ON OF THE OoI~rRACT ...... '14 Tests 191d Ifl~peotlofls ..... 333, 4.2.6, 4.2.9, 9.4.2, 12.2.1,15.6 Time, Delays a~l Extenslo ns of .~ ............ 43.6, 7'2.1,8.$ 'timelY, $1~ctflc ......... 2.1'2~ 2.2.1, 2.4' 3.10, 5.11, ~.15.1, 4.2.1, 4.2.11, 43, 4.4, 4.5, 5.3, 5.4, 73.5, 73.9, 8.2, 9.2, 9.3.1, 93.3, ?,4.1, 9,6A, 9.?, 9.8'2~ 9A0.2, 11.13, II.5.6, 11,5.10, 11.3.11, 12.2.2, 12.2.4' 12.2.6, 1~.7, 14 Tkne Lkh[ts on Claims ......... 4.3*2,4.3.:9, 4.3.6,43.9,4.4,4.5 Tltic to Work .,..,........- ..... - ................. 93.2,~3.5 UNCOYERR4Q AHD CORRECTION OF WORK ............. '12 Unoovedng of Work ................................ 12.1 Unforeseen Conditions ..................... 43.6, 83.1,10.1 Unlt Pti~cs .................................. 7.1.4' 7~,~ `2 U~ of Documcats ................. 1.1.1,13, 2.2.5, 3.12.7, ~.3 USE O~ ..... ; ........................ $.13,6.1.1,~.2.1 Vakles, gchedv~ of ......... : .................. 0.~9.5.t WJlv~' of Olgms: FlnM Peyment ........... 4.3.6, 4.3.1, 9.10.5 W~avef of r~m~ b~ the Krct~ect ...................... 13.4.2 Wa~er of t-~lms by thc Co--or ......... 9.10.4, 113.7, i~.4.2 Wal~er of C~kns by the Owner .............. , 9,103, 11.3.3, 1133, 11.5.7, 13.4.2 Watvct of [Jcl~ .................................... 9.10.2 Waivers of Subro~n ................... 6.1.1,113.5, 11.5.7 W~tranW and Wavamtl~ ......................... · 43.53, 933, 9.8.2, 9.9.1, 12.2.2, 13.7.1.3 ~'c~h~Dd3~ ................................... 43.8.2 Whe~ Adgimtton May Be Omma~ded .................. 4.5.4 Wot~ Definition of ........ 1-. ....................... i.1.5 Wdttcn Coo~cnt... ............ 13.1,3.12.8, 3.14'2, 4.1.Z,4~.4, 4.5.5, 93.2, 9.82, 9.9.1, 9.10.2, 9.103, 10.1.2, 10.1.~, 11.3,1, ll3.1A, 11.~.!1, 1~.2, ~'~ _~nt~ ................... 4.2.11, 4.2.12. 4-.%7 Wdttml NOtl~ ...... - ..... 2.$~ ~.4' ~.9, 5.12.8, 5.12.9, 4.3, 4.4.4, .4.5, 5.2.1, 53, ~.4.1.1, 8.2.2, 9.4.1, 9~.l, 9.7, 9.10, 10.1.2, 10.2.6, Il. Id, 113, 12'~.2, 121.4, lit.3, I}.32, 14 ~'d~t~t Ord~ .............................. 23, B.9,4~.7, 7, 8.2.2, 113.9, 12.1, 12.2, 1~.5.2, 14.~,.1 GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION ARTICLE 1 GENERAL PROVISIONS 1.1 liAglC DEFINITIONS 1.1.1 THE CONTRACT DOOtJMEJ, n'$ 'ilt¢ Contract Doomm~ts constst of thc Agreement Own~ and Conuactor (herdml~r ~he Agl~ment), Conditions of the Contract (G~eral, Suppl~car~ and oth~ Conditions), Drawings, Specifications, addenda issued prior to execution of the Contract, other documents listed in the Agreement and Modifications issued after execution of the Contract. K biodlfi- cation is (1) a written ame~me~t to the Contract ~ by both pmles, (2) a CI~ng¢ Ord., {3) a Construction Change Directive or (4) a writte~ order for a minor change in the Work issued by the Axchitect. unle$ specifically enumerated in the Agreement. the Contract Documem~ do not include othe~ docum~ts auch as bidding requirements (advertisement or invitation to bid, Instructions to Bidders, sample forms, the ~ontractot's bid or portions of addenda I~hting to biddin4~ 1.1.2 1HE CONTRACT Wh¢ Ccmtraet repzeseat$'the entire md Intimated agreement between the parties hereto and supe~edes prior negotiations, l~esentatloz~ o1: agreements, etth¢~ wxttteal or oral. ~ Con- tract ma5, be amended or modified only by a Modfficatlom The tual ,datiomblp of ~ny Und (I) betw~n the .~dflt~ a~d Con-, Ir-~'_ _,>-0 (2) b~vc~ the Ovn~ and a Subcontractor o~ Sub- the Conttact intended to facilitate per~rmanc~' of the Azdfltecrs dutl~. 1.11 THE WOiW The term "Work" means ~c enmtmcfloo ~u3d sc~ice~ 1.1.4 THEIq~:)aEcT forn~4 ur~'r Iht C~xtma Do4am~t~ ma? bt the 'who~ o~ a ~panltt ---=a.-~'~,~ 1.1.5 ment, cor~tmetlon systems, standards and workmanship for the Work, and pegformance of related services. 1.1.7 'I}IE PROJECT MANUAL . The Project Manual ts the volume usually assembled for thc Work which may Include the bidding rcquirement~, $ample foxms, CondlUons of the Contraet and Spccfficatlons. 1.2.1 The Con.ct Documam ~ be signed by the Owner ;md Contractor a~ provided In the ,~'eem~, ff eithe; ~h~ Own~ or Contractor. or bo~ do not sign all the Contzaa · Docummt*, t~ Archltea ~ ldenUfy such unstgned l&.l ltxt~ufion of the Contract by the Contractor Is. a ,e~ation that the Contractor has visited the ~lte, become fonmxl and correlated PetS0nal ob,~.rvatlom with requke- ment~ of the Co,react Docuraeat& 1~..8 The iment of the Contract Documen~ is to Include all Items nece~aT ~or the proper ex~cutto~ and completion of the Work by the Comtactor. The Contract Document* ~ue eompl¢- menta'y, and ~hat IS ~aflmd by ooe ~ha~l be as bindtng m If required only ~o the exit combxent with the C(mtract Docu- ment~ and rea~oabl¥ Inf~able fwm them a~ being aece~ary · to produce frae Intended 1.12.40rgam~aon of the 8peclflcatlom Into dlvldom, and :cntde~, *nd anan~ane~t of Drawings d~l not enotrnl the Contrac~e In .c~ the Wock among Stdxxmu,actc~ or In establtsldng the extent of Wofi: to be performed br any teade~ 1,.2~ Units othr. twist ~,a'._ed In the Conw~:i Work without the specific written consent of the Owner and A~chit~. The Contractor, Subcontractor& Sub4ubconttactors and material or equipment suppliers are granted a Umlted licrnse to use and ~produce applicable pomlom of the Draw- Ings, $~Atlotl0ns and other docur0ent~ prepared by the Mchltect appropriate to and for use in the execution of th& Work under the Contract Documents, AILcoples made under th~ license shall bear the statutory co'pydght notloe, if any, shown on the Drawings, Specifications and other documents prepared by the Architect. Submktal or distribution to meet official regulatory m$qulrements or for othes purposes in con- nectlon with this ?~o~ect b not to be construed ~ publication in derogation of the Archltees's copyright or. other reserved lA OA~TAI~.A?~ 1.4.1 Tea-ms capitalized in these General Condldom Ihclude those va'flch are (1) spec~mlly defined, (Z) the ~tle~ of num- bered articles and Identified r~mmcts to Pax~gff~ph~, Subpa~- graphs m~l Clauses In the document or 0) the rifles of other documents published by the Amerlca~ Institute of Atchlte~t~. 1 .$ ~AllON ~.$.1 la thc lntesest of brevity the Contract Documems fre* quenfly oink modifying word~ mw& as "~" and "any" and ~ ~uc~ as "the" and "am/' but the fact tlmt a. ~K,d~fies or an mtkle ~ absent from one statement and appeam ~n another not int~a~led to affect the Interpretation of dthe~ statement. OWNER 2,1 DEFINITION ~'1.1 The O4vmx Is the pemon or en~v/ldentifml as such ~n the Ag~ml,~t and ts g~em~d to fl~o~ghout the Contract -the Ova~x or the Owmx'~ anthorl~d mpre~autive. 2.1.2 'Ihe Own~ upon ee:asor~ble ~,dt~ rcqu~t ~ ~umish telermt ~or the Contractor to eralua~ 8k~e no~en of or enforce medu~c*s ~ea fl~hu. Suc~ inf~ ~all Include a 6~ O~ne~ inter~st ~l~'e~ nt the ~ne of ex~utinn of 6~e of Such clun~e in ~e, receded o~ unre~-ded. ments and charges required for construction, use or of permanent struetur~ or for permanefit changes in e~tl~g 2~2.4 Inforimtlon or serolcea Under the Owner's control ahall be fum~hed by the Owner With reasonable promptne~, to avoid c~elay in orderly progress of the Work, 2.2,5 Unleas otherwise provided in the Contract Docufi~16s, the Contractor will be fumLsh4~:t, fr~ of cha~e,.~uch cop!e~ of Drawings and' ProJec~ Manua~ as are reasonably necessary for execution of the Work. 9.2.6 The foregoing are in addition to other duties and respon- sibilities of the Owner enumerated herein and especially ~oSe in respect to Mdc 6 (Conatrueflon by Ownel' or by $epanate Conteactor$), Article 9 (Payments and Completion) and .~Mcle 11 0nauran~e sad Bonds). ~.$ ~ HIOFff TO STOP 1H£ WOflK 2.$.1 If the C6ntraetor falls to coneCt Woflc which aenordan~ with the t~lulrements of the Contract Docume~t~ as requl~ed.br l'an~raph IZ.Z or persiaentl¥ faits to c~v/' out Wo~ in aen0rdmce with the Contract Documents, the Owner, bY written or(k~ r,$gned Personally or by an agent q3x~lcall empowered by Ibc Owner in Writing, ma), order the Contrac- tor to stop tile Work, or any portiotl thegen f, tultll the cause for such ordes has been dimitmed; howev~, the fight of the Owner to Stop the Wod~ shall not glare rise to a duty on the pax-t of the Owne~ to exelx:ise this tight for the benefit of the COn. tractor or ahy othes Pea:son or entity, eatcept to the extent m:lulred by Subparagnph 6.1 ~'.4.1 If the Contractor defaults or neglects to ean-y out the Wo~ in aeenrdmee with the Ctmtract Douumen~ and fails within a seven4ar peflod aeter reedpt of wfltten nome from the Own~ to commence and centinue eon~i:tinn of such may suen semen-day period give thc C0ntractor a second wflttm notice to cofiect suc~ ~ witidn, l second day peflod ~tef rec~ of SUCh seoond notien falls to eom- ~ ~o~7=~t Such d~::ien~,ie~_, iix ~ case Im appropr~tc CIm~ Or~ ,t~u be h~:d ~ ~ p~/ments e~n or 3,2 REVIEW OF COI~I~CT DOCUMEHT$ ,MID FIELD CONOITION9 BY COf~RACTOR 3,2,1 Thc Comractot sh,~ c~c~A17 study and comp~c, thc Contract Documents with each other and with information furo!shed by the Owner pursumt io Subparagraph 2.2.2 shall at once r~port to the Ax~Afltcct errors, Incon~lstendes on. Ions discovered, The Contractor shall aot be liable to the Owner or Arohltect for damage re~ulting from e~rors, inconsl~- tencie$ or omissions In thc Contract Dgcume0ts unle~ the Cbfitractor recognized such error, incondstency ot otntsslon and knowingly failed to report it to the A.w. hRect, If the Con* tractor perfom~ any constsuctlon activity knowing It lnvnlve~ a recognized error, Inconsistency or omission in the Contract Doc~nents wtthout such notice to the Architect, the Contrac- tor ~ asstmae appropriate ~eaponstblllty for Soch peter. nmnee and shall bear an aOpropflate amount of the attributable eosts for eea't'~om 8.~,~ ~ Contractor shall take field measurements and veery field condltlom and shall easy compare such fldd me&- aure:nent$ and conditions and other Information known to the Cont~ctor Wi. th the Conu-~ct Doce~mts bebre commencing ~ctlvttiea. l~rrora, ln~ or omlssfons discovered shall be reported to thc Architect mt once.. $.2.$ The Contractor ~ perform the Work in accordance with thc Contract Doenmesu~ and submittals approved pur- suant to ~ 5.12. 8.8.1 The Conlractor ~ supervise and direct the Wodc, nslng the Contractor's be~t aklll and attention. ~ Contractor ~ be solely ~e~t~onstble fo~ and have conuol over construe- tfon means, met~, techniques, ~:quence$ and procedures and for coorfllnating :!Il potions of the Wo~ under the Con* ,~act, unleas Ctmtract Documents give other specific Imtruc- tlom conc~ the~e maUe~, 8.~.~ 'l~ne Contractor ~udl be te~,.,:,omtble to the Owner for acts and onfls.~lons o[ thc Contractor's employeea, $obconffactor$ ~ the~' agents and emlx~arce*, and other petsum performing pea~om of the Work on.er a contsact with the Contractor. 8.8 .$ .The ConUactot ~ not be relieved of obligations to per- c-;,p,~bvala roqulr~d or i~,'fotmed by pe~on$ othet than the 3.6 W,~RANTY 3.$.1 The Cot~tractor warrants to the Owner and Architect {hat materials and equipment famished under the Contract will be of good quality and new unlec~ otherwise required or permit- ted by the Contract Documents, that the Work wtll be free from defects not Inherent In the quality required or permkted, and that the Work will conform with the requirements of t~e Comract Documents. Work not conforming to these require- merits, Including substitutions not properly approved and authorized, may be considered defective, The Contmct0t's warranty exclude~ remedy' for damage or degect caused by abuse, modifications n~t executed by the Contractor, improper or insufficient maintenance, lmprol~r operation, or rmnml wear and tear under normal usage. If required by the Aw_lfltett, the Contractor.shall furnish aatlsfactoty evidence as to thc l~d and t~uality of materials and equipment. $.$.1 The (~ontractor &hall pay aale$, consumer, use and similar taxes for the Work or portfons thereof provided b'y the Con- tractor which hrc legally enacted when bids are received or negotiations concluded, whoher or not yet effective or merdr scheduled to go'into effect. 3.?.1 Unless othetwise provided in the Contract Documents, the Contractor shall secure and pay for the bnllcling perxnlt and other [ierm~ and governmental feea, lic~x~a and inspectinns ne~ssary for proper execution and oampletfon of the Wo~ yah!ch ate cnstomarlly secured ~ execution of the Contract and which are legally required when bids are received or nego- $.?.2 The Contractor ahall comply with aqd give notic~ required by lava, ordtvance$, r. fle~, regul~uns and lawful orders of public authofltie~ bearing on peffotsuance of the Work. $.7.$ It Is not the Contractor's reapg, mib~ity to ascertain that da~ll prompdy no~, ~c .,~chR~t and Owr~ In w~lng, and · 1 m~m~ds md ~qulpmm~ mdgr m sllowm~ ~l.ll ~ .~ Comractor's cost~ for unloading' and handling at the sit% labor, installation costs, overhead, profit and other expenses contcraphted for stated allowmce amounts shall be included in the Contract Sum and not In the allowances; .4 whoever costs ai'e more than or less than allowan'ces, the Contract Sum shall I:~ adjusted accordingi~ by Change Order. The amount of the Change Order shall reflect (1) the difference between actual costs and the allowance~ under C~use 3,8,2,2 and (2) changes in .Contractor's costa under Clause 3,8.2,3, $.0 ~nltmmt~.NT " $,9A' The Contractor shall employ a competent Supednten- dent and neom~a-ry assistants who shall be in attendance at the P~ect ~lte during-performance of the Work. The Supe~ten- dent shall represent the Contractor, and. communlea~om given to the Supct~tealdeslt shall be as binding as If given to the Con- lng. Other onmmuntcation~ shall be slmihdr confumed on 8.10 CONI~A~'OR'$ OONSTROOTION ~ 8.10.1 The ¢.ogtractor, prompd¥ ~es being awarded ate Con- tnct, *lull prepare and submit for the Ownegs and Arohttect's information a Contractor's constro~on r<fiedule for the Work. requital by thc conditions of the Work and Project, shall be t~4~t _,_'d_ to the erRlre Pl'oJeet to the e~ent requlced by the COn- tract Documents, and ~ provide for eaqaeditious and practi- ~ execution of lhe Wotic 8.102 The Contractor shall prepare nnd keep current, for the s~el~Iteet's nOpt'ov~, a sehedul~ of submittals which ~ coo£di- ~he fi.rdRtect teaaomble time to torlew Submitt~. $.]0.$ The Colltractor shall oanfoun to thd most recent 8.11' DO~ElfTG AI~ GAAqPtEG AT 'Tfl~ GffE · 12 ~lOP I~AY~e~ I~0~d~T DATA ~D ~UA~L~ · 8ubc~;/~tor, 8ub-sub<amtrac~, mmV_ _,ret, supplier or wMch subraitta/s are requ~ed the way the Contractor proposes to conforin to the inforraation given and the design c0~cept expressed in the Contract Documents, Review by the Architect is subject to the limitations of Subparagraph 4.2.7. $.12.$ The Contractor shall review, approve and subrait to the Archlte~t Shop Drawings, Product Data, '~Samples and submittals required by the Contract Documents with tea~on- able proraptness and in such sequence aa to cause no the Work or in the activities of the Owner or of sep.. arae eon- troctors, Submlttal~ made by the Contractor which a~ not requited by the Contract Documents may' be returned withoui ' $.12,$ The C6ntractor shall perform no portl0n of the Work sequirin~g submi.ttal and review of Shop Drawings, Product Data, Samples or similar submittals until the reapective ul has been approved by the Architect, Such Work shall b~ in accordance With approved'submittals. 8.12.,7 By approvlng and submitting Shop Drawings, Product Data, Samples and similar submittals, the Contractor that the Contractor' has determined and verified mates:Ms, [eld measurements and field consttuqdon cdtesh related thereto, or will do so, and has ch~:ked and coordinated the information contained wtth~ such Submitta~ with the requireanents office Work and of the Contract Docuraents. ~.125 The Cont~ctor shall no~ be relieved of re~pon~lllty for devhtloes from requkements of the Contract Docuroent~ by the A.,x~ltea's approval of ShOp Drawing, Product Data, spedfleall¥ informed thc Aschltect in writing of Such deviation at the ~k~ac of ~oralttal and the Amhlrect has given vMtten :approval to the spedf~ deviation. Th~ Contractor ~ not b~ relieved pf respoo$1bllity for errors or om~lon$ in Shop Drav~- hgs, Product Dara, ,Samples or sLmllar Submitla/s by !l~e Archi. tect's appror~l therenf, or on resubmit~d Shop Drawings, Produa Data, samp~ or $1m~a~ subraltrals, to R~,l$inn$ o{hes than those textue~ed by $.12,10 Infornmloml ~ upon which the Ar~hl~xt Is 8.12,11 ~ pt'of{~k~l.oat~attonof~ 8.t3 I~E OF 8rTE 8.15.1 TI~, Omuaetor shall co~ OP~ at tbe sl~ to 8,14 ~UT'lgffi ~ PAT~ ... Owner or a separate contractor except with written consent of the Owner and of such separate contractor; such consent shall not bc unrcasonably withhdd, The Contractor shall not unrea- sonsbl¥ withhold from tile Owner or a separate contractor the Contractor's consent to cutting or othet~,cise altering the Work. 8.15 CLEA~IN~I UP 3.15.1 *T~c Contractor shall keep thc premises'and surround- l~g area free from accumulation of wastc mate:l~ or rubbish canscd b~'operation$ under thc Contract. At completion of the Work the Contractor shall remove from and about the Project waste materials, rubbish, thc Contractor's tools, cons~uction 8.15,2 If thc Contractor fails to dean up as provided in the Coat.et Doenmunts, the Owner may rio so and thc cost thereof shall be chargcd to thc Contractor. 8.16 AO(:l~8 TO WOnK 8.16.1 Thc Contractor shall provide the Owner and Architect acx:e~ to the Work in' preparation and progress wherever loc~t~th $.17,1 The Contractor shall [~y' all ~oyalttes and license fees, The Corm-~or shall defeod suI~ or dalim for Infitngem~nt of p~tent gt~h~ and shall hold thc Owner and .~chttect harmless from ~ on account the~of, but shall not be ta~pongble for sud~'~ or foas when a partkular deggn,, process or prod- · uct of s particular mamffactuter or mam~eturers ts ~quh~d by infe~,emem ora patent, the Conua<:tor shall be responsible for such lo~ unless sust~ infommtion is promptly fwnishot to the $,18 ~I~'~,ATIO~ 3.15.1 To the fulleat extent permitted by hw, Oae Contract~i' te~:t's ~oosultant$, and agents and employees of any of them f'~rom and %Z-.~xst dainu, damages, fosses and expen_~ea, i-tdud- lng hot not limited to ~tt0mer~' ~, arising o~t of or teml~ing f~om Performance of the Wotk,'lXOVlded that such claim, dam- ne~t nets o¢ oral.om o{ the Contractor, a $~ot, und~ this l'mBn(~ 5.re by an en~ of d~ Ooetnctm, a tea'! consultants, and agents and employees of any of thun rasing out of(l) the preparation or approval of maps, drawls, opiniom, l~oom, surveys, Change Order, designs or specl~- tinns, or, (2) the giving of or the failure to give directions or Instructions by the Architect, the Arehitea's consultant~, ~cl agents and er0ployeca of any of them provld~xi such givin$ 0r failure to give is the primary cause of the Injury or damage, ARTIOLE 4 ADMINISTRA11ON OF TNE ,CONTRACT 4.1 4.1.1 The ~ is.thc pe.t.~n lawfully accused to prance architecture or an entit7 lawfully practicing architeeturc lden- tliicd as tach In the Agreement sod is refcrr~ to throughout the Contract l:)ecufnenLs as if singular In number. The t~nn 'Architect' means'the Architect or the Arehltect's.authori~l 4.1~. Duties, respoekslbllitie~ and llmitagons of authorit7 ofihe Arohttect as $ct fotth in the Contract Documents shall not be t~alcted, mpdtic~ or extended without wtittea consent of Owner, Contizctor. and Architect. Consent shall not be un~_ sonably withheld. 4.1~ In case of te~nln~tion of employment of the Architect, the Own~ ,dun appoint an archin~:t again.st whom ~he Con- tractor makes no reasonable objection and whose status trader the Conu3a Doc~nents sfiall be that of the form~ archkcct. 4.1.4 Disputes ati$ing under ~ubpaeagr$~ 4.1.2 :and 4.1.3 4.2 N~HITEOT'S OF 1tie C0NTRACT 4.2,1 The Ata::lda:ct will provide adminlst~tlon of the Con~ as descrilx~d ~. the Contract Docoments, and will be the Ownees ~ .(1) d,,,~ comm.,cuon, (z) unto payment is due and O) with the Owner's concun, ence, _ . _ '~e.,4stkm~dlmlm, ea:emo~rerdau~ tractor, Subcontractors, or their agents or employees, or of any other persons performing portions of the Work. 4.~,4 Communl(~ttons .FaoilMtlng Contract Admlnlstr~ tlon, l]xccpt as otherwise provided in the Contract Documents or when direct cormnunlcatiom have been ~lally autho- rized, the Owner and Contractor shall endeavor to communi- cate through the Arcilltect. Commonlcatlons bi' md with the AmMtect's comuhants shall be through the Architect. Commu- nicallons by and with Subcontractors and material ~uppliera ~hall be through the Contractor. Gommunlcatlons by and with separate contractors shall b¢ through the Owner. 4a!.$ Based on the Architect's obsen, ations $nd evaluations of review and ~ thc amounts duc the Contractor and will 4.~,~ Thc Arcl~tect v~l have authority te reject ~'ork which does not conform to thc Contract Documems. Whenever thc Anidtect constde~ it nece~ or advisable for Implemeraa~ tlon of thc intent of thc Contract Docum~ts, the Architect will lnve authority to require ~ddl~ional ~spectinn or t~ting of the Wo~ in accordance with $ubl~u'agraphs 1~.5.2 md ~tlethet .or not such Wo& Is fabricated, installed or completed. Howeret, neither ~ls authortt7 of the Architect nor a decision made in good faith either to exercise or not to er,.erctse such · uthorlW shall give ~s¢ to a duty or respomlbiinr of the Archi- tect to the Continent, Subcontra. cto$, materlal md equipment lng portfon~ of the Work. 42.? The Archito:t will review and ~oprove or take other appropriate action uport ~ Gontractot~s ~bmittals such as 8hop Drawings, Product Data and Samples, but only for the limited purpose of chettdog for eorfformaflee with infocmation :t.ibAiiea of the Owner, Contractor or separate eomractora, wial¢ allowing $uft~ent time in the A~hlttct'$ profersinnal and completeness of other deta~ such as dimttatom and qumtttle~ o¢ for ~ Instmch~om for ~ or out the Architect's responsibltlties at the site. The responstbllkies and tirnitatinna of authoritr of such project representatlve~ shall be as set forth in an exhibit to be rated in thc Contract I)ocNunents. 4.2,11 The Architect will fotcfpret and decide matters eonctrn- lng pefforman~ under and tequirtmont$ of the Conm. ct Documents on w~ttten request of either the Owner or Contrac- tor. The Architect's 'response to auch ~'quest~. will be raade with reasonable proraptneas and within any time limRa ag~ed upon. If no agreeratnt is made concerning the time wtthdn which interpretatfom t~luir~ of the Architect $1mll be fur- nished in compliance with this Pa/'agraph 4.2, then de~ sh.~l~ not be recognized on aceoont of failure by thc Architoct to fur. made for them. ' 4.2.12 Inteap~tatigm and decisions of the Amhisect ~ be consistent with the IOt~.t of and reasomblr inferable from the Contra~ Documents and will be in wrltlog or in the fo~ of arawtngs. Whea making ~eh mteq~rctatfom md dectsin~s, thc Architect w~ endeavor to secure faithful performance by both Owner and Contractor, w~l not show partiality ~o either ~rad will not be liable for ~eaults of intespretatinns or d~tsiom so rendered in g6o~ faith, 4a!.'l $ The Archito:t's decisions on mattess relaling to ae~hetic effect wIR be final If enn.sistent with the intent expre:lsed in the 4.3.1 Delln{~n. A (latin Is a demand or assertion by one of tbe ~ l~-Mng, ~s a mattel of right, adjustmcm or Intapre- t~infl of Cotltract temls, imynlent o f nloney, eaXen.~on of gm.e ot other edief with m~peer to the terms of the Commct. The t~n "c~" also inctt~le$ other disputes and matt~s in ques. ing to ~ae Contrac~ Oatm$ must be made by written noble. Tbe reapon~allity m sub~tat~:ite Claims thall lest with thc of (1) Nq~her such snnt(~ tdate ~o ~¥'o- - -m"~n and pmgn:~ of th~ event (1) tht p~itim ~,~ehit~t ia Taemt, (Z} tht Arddteet 4.8A Oontinulng Oontraot Per/~rman~. Pending final reso- lution of a Claim including arbitration, unles~ otherwise agreed in writing the Contractor shall ptxx~d diligently with pcffof mance of the Contract and the Owner shall continue to make payments in accordance with thc Contract Documents. 4,8.5 Wal~er o[ O~alms: FInM Payment. The making of payment shall constitute a waiver of Claims by the Owner except those arisin, from: .I Bens, Claims, secutity interests or encumbrances aris- lng out of the Contract and unsettled; .9 fallu~ of the Work to comply with the require~men~s of the Contract Documents; or .$ torres of special warranties req~ed by the Contract 4.$.6 Claims for Oon~al~l or Unknown Oondltlom. If con- dltlons are eileountored at the site which are (1) subsurface or othorwise concealed physical conditions which differ materi- ally' f~om those indicated in the Contract Docoments or (2) unknown physical conditions of an unusual mtur¢, which dif- fer m:tcr~lr from mo~ oreiaadir fouati to ~dst ~1 generally recognized as inherent in eonstmctinn activities of the character provided for in the Contract Documents, then notice br the obsersdng party, shall be given to exe oth~ party prompliy, before conditions ~ distuibed and in un eveaH inte~ than 21 days afte~ fu'st observ-ance of the conditions. Thc Aix:hl- tect v~ll prompdy, lnveCdo_o~ su~ condittom md, If they dfffe~ matetially, and c:v~e an increase or decease in the Contractor's cost o~, or time required for, l:erformance of ~ paiX of the Wodt, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect Oaennlnes that the omditlo~ at tt~ site at~ not materially' dlffei~t fiom Ihose iacik:~zd in the Contract Doauacats m'~:~ that no ch~ge in the must bc ~ wi~n 21 d~s ~ ~c Arch~cct h~ gi~m notice of the dec.on. If the Own~ m~d CoaUthor cmnot ~ on an s~ustm~xt in the Contract Sum or Contract Time, minatloo, subject to fur the~ pt~xeedings porsuant to Parasraph 4.4. stop the Wodt whese tl~ Conua:~ w~ not st fruit, O) a wttt- substantiating that weather contiltions were abnormal for the period of time and could not have been reasonably, anticipated, and that weather conditions had an ,adver~ effect on scheduled constmction~ ' 4.~,9 In{~y or Damage. in Pormon or Pro{~rty. ffelther pa~ to the Contract suffers injury or damage to person or prell-ay because of an act or omission of thc othor patty, of an), of other party's e~oyees.or agents, or of others for whose acts such party is legally liable, wtitten lloti~e of such injury or damage, whether or'not insured, shall be given to' the other party within a reasonable time not eicecding 21 days aftex first observance. The notice shall provide sufficient d~tail to enable the othex pace/to invesltgate the matter, ff a Claim at ackll- tional enst or time related to this Claim is to be assorted, It shall be filed as plovlded in Subparagraphs 4.3.7 or 4.3.8. 4.4 flF..SOI.InlO~ O~ ~ ANO 4.4.1 The Architect will revl~e Claims and take one or more of the following pldtminasy actions within ten Oays o f r~ceipt of a Claim: (1) l~ZlUeSt additional supporting Oats from the (2) submit a sebeoale to the parties lndic:Ulng when the ~- tect extza~ to take action, (3) r~Jo:t ~l~ Oalm in whole or in part, stating reasons for re~-ction, (4) recommend approval of the Claim by the othor pui~.y or (5) suggest a compromise. The Architect may also, but is not obligated to, notify the surety, ff any, of the nature and mount of the Claim. 4.4~. ff a Claim has been resolved, ~he Architcet will prepare or obtain :,ppmp~._te documentation. 4.4.$ If a Claim has not been t~$olved, the patty makin~ the Oaim shall, valiign ten days afte~ the/axahl~ct's prelimtmrf respon~ uke oae or more of the following :~ns: O) submit additional mpponing dita requested by the Arddtect, (2) wxxiify the lnitisi Clain~ 6£ (3) notify the ArehRect that thc Initial 4,4.4 fit Claim has not been resolved alter considemtinn of the foregoing and of further evidence presented by the ll~utI~ ot in wdilag lira the Atddr~ct's ti&isinn w01 be r,,~,t- wititn und there nppests to be a po$c~rufiltr of a c~pr.~t _~-'s defiu[t, 4.$ 4JLI ~ ~ Cb~ I~bJ~ ~o $~d:~lo~ ~r 4.5.6 C~im; and TIm~/As~,,rtlon of Cl~ln~, A ~ who ~ a no~ of ~d for ~i~on m~t ~n ~ ~e ~d~ ~ ~ ~ to ~t ~ on ~on ~ ~R~ ~ bc ~d~. ~en a ~ ~ to a C~ ~ro~ ov~t. m~ or ~le n~~, or ~ a ~ ~ ~ or ~ ~ subsidy, · e ~bl~r or ~bl~t6~ ~y ~t ~en~t. ~.7 da~ ~ ~l A~M. ~e a~d r~~ by ~e a~ltmtor or ~ttm~ ~ ~ ~, md Ju~t ~r ~ ~t~ u~n it ~ a~r~ ~ ~p~ble ~w M ~y ~uff ARTICLE 6 SUBCONTRACTORS 5.1 OEFIFIIllON/~ 5.1.1 A Subcontractor is a PerSon or entity who has a dire~t contract with tile Contraeto£ to peffol711 a porflofl of the Wo~rk at the site. The ta~m "$ubconttaet~r' is refen'ed to throughout the Contr~t Documents as ff alagular In number and means a Subaontractor or an authorlzgd representative of the Subcon- tractor. The term "SubContractor" does not Include a ,sepaxate conh-actor or subcontractors of ~ separate contractor. $.1.2 A Sub-subcontractor b at pe~on or etml~ who ha~ a dkect or Indirect eontntet w/th a Subc~ntmaor to perform a portion of ~he Wo~ ~t the ~ The tetm"Sub~ubeontractot,, In number and mean~ a Sub-~'ubeontractor or an authorized represeataea, c of fiae $ub-subeonttactor. 5.2 AWAR0 OF $ImCONTRACT8 AND 01HER $.2.1 Unless odtcrw~ stated ~ thc Contract Documents or tlcablc after aararcl of thc Coaaact, dudl fum~ tn wring to thc Owner through ~c Arcbltcct thc mmcs of pc~om or cnti. fabflcated to a special dcdgn} p('opo~d for each pflm:lpal por- ~ of thc Work. The AnahRect.wlll pt'ompd¥ reply to the Con_ 5,3 SUBCOHTRACTUAL RELATIOI,~ 5.$,1 By approptiate agtccmen~ written whct~ legally requited for valldlty, the C6atr~ctor shall require each Sub(ontract6r, to the extent of the Work to be performed by the Sub(ontractor, to. be bound to the Contractor by torr~ of the Contract Docu- ments, ~md to isaume toward the ContractOr all the obligations nnd reqx)nsfoltltiea which the Contractor, by the~c Docu- taunts, a~umc$ toward the O~'ter and Architect Each mb(on- tract agreement shall prcseree and protect the dghts of the Owrter and Architect under the Contract Documents with respect to the Work to be performed by the subcontractor so that subcontracting thereof will not prejudice such tights, and shall ~ow to the Subcontractor, unless ~z<tllc~y provided otherwise in the $ub(oatmct. agreement, the ben, fit of rights, Kmcdlea and redress against the Contractor that the Contractor, by the Contract Doom~ents, h,~ ~,Z':lnst the Subcontractor to enter Into similar agreements with Sub.ob-' contractors. The Contntctor ~ make a~l~=h~ to each po~ed Subcontractor, print to the c:~ecution.of ~ $ubomtr, tct sgreement, coplea of the Omtr~t Docements.to which the subcontnc~r will be bound, and, uprm wrlt~n request of the Suboanttactor, identify to the Subcontractor tom~ and condi- t~m of the proposed sub(ontr;.ct agreement ~zich may be at variance with the Contract Documents. Subcontractors shall Sim~rlr make copiea of ippllcable po~ons of such documents a~dlable to their reapcctl~ proposed Sub~ub(ont~actors. 6.4.¶ F. ach subeomract agreement for a porUon of the Work is :a.~lgned by the Cc~tnctor to the Owe~ provided that: .1 ~t la e~ecth, e only after tennlrtatlon of the Contract bY the Owner for eause pursuant to Para- graph 14.2 and only for those suboanttact agreements which the Owner aceepts by t~otifying the Sub<on- ~. asal~macn.t ~ $ub~x:t to the prtor t~hts of the su~cty, If any, obligated under bon(l feinting to the Contract. 6.4.~ If the Wor'k Ea$ been su~f~mded for more thru 50 daT$, the Subeontractor's compm.~an shall be equitably adjusted. CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACq'ORS TO AWARD 6~PAf~ATE $,1,$ The Owner ~ provide for eoor~tion of the acavi- ties of the Owner's own. foeces and of each separate contr~tor with the Work 6f the Contractor, who shall COOl~..eate ,~lth them. The Contractor shall participate with other separate on tractors and thc Owner in reviewing their (on~tructlon ules when directed to do ~o. The Contractor shall.make:ny rerl$1ons to thc (onstnlction schedule and Contract Sam d~ed nscer~aty after a joint rex~w md mutoal Thc (omtruction schedules shaU then (onstimts the to be used by the Contractor, aeparat~ contractors and the Owner until' aub$¢5tuentiy regised. 6.1.4 Unless otherwise pro¥1ded in the Contract-Do(omits, when thc Ow~r performa conca~lon or operations · to thc Project with the Owner's. own forces) thc Owner shall deemed to be subject to the same obliga~lons and to h~'~ the asmc rights ~hlch apply to thc C;ontmeter under' the C0edl~ tions of the Contract, thcluding, without excluding other, those stated In Article 3, this Mdc {; and A~dde~ 10, 11 and 12. $.2 MOTUAL I~.$PON$1nlLrrY 6.2.1 The Contractor shall afford thc Owner and ~k~rate con-. tractors reasonable opportoOlty :for Introduction and storage of their matedala and equipment and'performance of their aetiri- ties alld shall (ollrleCt and coo£ditmte the Cofttractor'$ stt'uctioa and operatiom with theirs as requ{red by the Contract Doo, unents. 6.~ If ~t of the C~ntractor'$ Work depends for proper execution or reaults upon ~ or operations b7 the Own~ or a separate ~ontntctot, the Contractor shall, Prio~ to pro~MIng wl~ {hat pottinn of the Wock, prontptly tepo{t to the Al~hltect appare~.t d~ or d~ffects In such other ~n that would fender it un.~llable f~ tach Proper execution and tx~ultsi Failure of the Contractor su to t~ort shall (ons~,utc m nelmowledgment that the Owner's or Sepa- rate ~tr~tors' o~aplered or partially completed ~n I$ fit and pcoper to teceh, c the Contractor's Work, except as to defects not th~ mtsonably dbeover~blc. ~.2.$ Ccets c3used by dela~ or by bnpropcd7 timed :ctivitics or de{ecth'e (onstnlcUon shall' be borne by the patty teapon$1- bl¢ the~zfoc · picted omstmc~ or to ~ of d~e O~ner or sea,ate cunf~act~s ss I~mfded Jn ~ 10.25, ~ to the l~o¢.~ms of ~,~ 4.5 I)to~led ~he se~atc ARTICLE 7 ~J~NGE~ IN THE WORK 7.1 CHANGES 7.1,1 Changes in dlc Work may be accomplished after execu* tlon of.th6 Contract, and without invalidating thc Contract, by Ch,*m~c Order. Construction Change Directive or order.for a Rflnor cha_~e in thc Work, aubJcct to the UmRations stated in ~ Article 7 and elsewhere In the Contract Doenments. · ?.'{.2 A Change Order shall be based upon agreement among tl)e Owner, Contractor and Architect; a Construction Change Dlrccttvc rO:lUlres agreement by the Owner and*Architect ahd may ormay not be agrc~ to by the Contractor; an olxler for roinor change in the Work may be issued by the Architect alone. ?.1.$ Char~4ges in the Work shall be performed under appli- cable provisions of the Contract Documents, and the tot'. shall proceed promptly, unless otherwise provided in the Ch~4~c Order, Constmctfon Change Directive or or~er for minor change in thc Worlc }'.1.4 If unit prices are statcM in thc Contract Documents or subsequently' agreed upon, and if quamitles originally con* temphted ~se r,o changed in a pmpoc~d ~ Order or Con- $tnR2tlon.C~nge DisecUv¢ that application of such unit to quantities of Work proposed will cause $ubsta~tial inequity to thc Owtacr or Contractor, the applicable trait priors shall be equitably adjusted, 7.2.1 A Ch,~gc Ot.der is a wrkten Imttument prepared by' the Arcfilteet and signed by the Owner, Contractor and Architect, stating thek agreement upon all of the following: .2 the amount of the adjustment in the Contract Sum, if · 8 the extent of the adjustment in the Contract Time, if 7.2.2 ~cthods nscd in _,_-~. _~,_~-~ ~ljnsm~-~ ro tbe O:mt~ct Sum may kidult these listed hi $ub~ _t~ah 7,,~.i A C.,onstnsc~on O~e ~,~ lsa wrkten otda' pre. d~eCtl~ a change In the Work and ~ a [woposed ~ for ~jusum~g, Emy, h the O:ama Sum ~ Contnct Tbnc, or ?,~1 if Ibc O~mmclkm ~ I~1~ lm~,id~ for ~m .8 cost to be determined in a manner agreed upon by the parties and a mutually acceptable fixed or lz~ent- age fee; or .4 as provided in Subparagraph 7.3.6. 7.8.4 Upon receipt of a Construction Change Directive, the Contt,actor shall prompdy proceed with the change ~ the Work involved md advise the Amhltect of the Contactor's agnmnent or disagre~nent with the method, If anY, pr0~icied in the Construction Change Directive for determining the pro- posed ~dJustment in the Contmct'$um or Contract Time, ?.$.$ A Construction.Change Directive slgned by' the C0~trac. tot indicates the agreement of the Contractor therewith, I~dud- hag adjustment in Contract Sum and Contract 'l~ne or the me, hod for determining them. Such agreement shall be effec- tive immediately and shall be re~orded as a Change Ordet~ 7.8.6 If the Contractor d6es not respond promptly or ~ with the method for' adjustment in the Contract Sum, the tect on the basis of reasonable expenditures and sav~gs of those performing the Work attributable to the cfiange, Includ- ing, in case of an ino0ease in the Contract Sum, a reasonable allowanoe for o~,'ethcad and profit, In such case, and also under Clause 7.3.3.3, the Contmcior shall keep and pre. mt, in such form ~s the Arcintect ma}. prescribe, an Itemized acoounting together with appropriate suppom-g da~ Unle~ othemrise provided in tbe Contract Doomaems, ctms for the puqx~ses of th~ SuCh 7.3·~ ma~ be amited to the to,owing: .1 co~s of labor, including ~ security, old ~ and unempinyment tnsutam~ frin~ beneats required by agtesment or custom, and woflter$' or wert~roe, n'$ .2 costs of materials, Suppli~ and equipment, includ- Ing cost of ~ ~er incorporated or · $ reat~co~s ofm:~MnexTand equipment, exdu~v¢ of hand tools, wimher rented from the Contnaor or o~e~; .4 costs of ptemturm for all bond~ and lmutance, permit fees, and sales, use or stmllar tax~ related to the Wotlq and to~ to ~e Owner f~ a dde~ o~ chmge ~ re~ks la a ne~ 7.4 MINOR OHANOf!8 IN THE WORK 7.4.1 The Ia'chit oct will have authority to order minor changes in the Work not involving adjustment in the Contract Sum or extec~inn of the .Contract Time and not Incond~tent with the inteat of the Contract Doeumenu. Such changes shall be effected by written oi'der and shall be binding on the Owner and Contractor. The Contractor shall carry out such written oral,ts promptly, ARTIOLE 8 TIME 8.1 OBFINITiON$ 8.1.1 Unless othetw~e provided, Contract Time is the period of time, including authorized adjustments, allotted in the Con- tract Documents for Substantial Completion of the Work. 6.1.~ The date of commeac~hent of the Work b the date established In the Agreement. The date ~ not be postponed by the failure to act of the Contractor or of persons or entities for ~.gm the Contractor is responsible. 8.'1.3 The date of Substan. tlal Completion I~ the date certified by the Architect in accordance with Paragraph 9.8, mcnn cnlcr~lac day un~,s otha-w~ spcclfi<:~y defined. 8.2.~ Tune limits ~ate~ in the Con.aa Documents are of thc e~sence of foe Contract. ~¥ executing the Agreement thc Con- for perfom0,ng thc Wod<. mere or in.~'uction of thc Owae~ in wdtlng, p~ern~usdy com. me-ce Ol~'atinm on the dte ot eiscwbere pdor to the effective d~t¢ofinsuran~ required by ArRcic 11 to be fumis/~tesl by. thc O:mtt~oc 'me date of commenccraent of d~e Work d~ll not be d'anged by the effect~e date of such L, tsucaa~ Unk~ thc date of enmmencement b ~.,Rsbed by a no~c w pmo~ given by ~he Ow~es, the Cent~or shal~ no~ thc Owner in A~TI(X.E g PAYMP. HT8 AND GOMPLETION g.1 (XINTRAOT SUM g.1.t The Contract ~um/~ stated in the Agreement and, includ- Lng authorized adjustme~nt$, is thc total amount payable b~' tile Owner to th~ Contractor for performance of the Work under the Contract Documents. ~.2 SCHEDULE OF VALUES 9.2.1 I~o~ th~ ~t Applicatlo~ for PaTient, the Comract0~ ~h~ ~ubmit to the ~chltcct a s~bed~¢ &[ valu~ ~"ocated to vat, us po~s of tho Work,.prepased in mob form and ~ shall be used as a basis for z~vtowing the Contractor's Appllca- Uoes for Payment. 9.$.1 At least ten days before the date e~ablished for each progre~ payment, the Contractor shall aubmk to the Architect an itemized Application fo~ l~aTment for operations completed In accordance with the schedule of values. Such application shall be notsmed,:if ~lulr~d, and supported by ~ch data substanmting the ContraCtor's right to payment as the Owner or 3xchttect may requ~, auch as copies of requb'Mona fwm Subcontracton and matedal supplies, and reaect~g mtalnag~ ff provided for eisewhel'e in the Conl~tct Doo,m~us. 9.$.1.1 Such aPPliCcatinm may In~ude reques~ for payment on account of c~ in the Work which haw been properlF authorized I~y Construction Change Directives but not 7~et incinded ~ Qtmge Ordan. ~.$.12 r, uch appltcatlom mar not indede ~equem for pay- ment of amotmts ~ Contractor does not ~ntend to pay to a Subeontmcto¢ or matedal Supplier because of a ~ or oth~ 9.$2 Unle~ otherwise pmvldecl in the Contract Documa~, paymenta $itall be Imd~e oa aceouflt of matedal~ and ealtdpment dcl~vc~d and kuit~y stated at thc ~ite for ~a~,ent ~.~or- potation in thc Wod~ lf~0pm~d in ~ by thc Owns, ~'~-~ ~me~d off the ~tc ~t a iocatlo~ agn~ qx~ in wd~g. Pt~:~dm'cS ~ M h~ C~I~T to ~;d2~sh ~bc O~l~s 0.$.$ The ~ wamma ~at title to MI Wodt omn:t, ed by Owner a Certificate for Payment, with a copy to the Contrac- tor, for such amount as the Architect determinez is properly flue, or notify the Contractor and Owner In writing of the Architect's reasons for withholding c¢ttlflcation In whole or In pm as provided in S'ubpamgraph 9.5.1. $.4.~ The issuance of a C~eate for Payment will constitute a O { i'cpre~ntatl n by the Architect to tl~ Owner, based on the grchltect'8 observations at the slte and the data comprising the ~ppllcation for Payment, that the Work has prol~ to the point Indicated and that, to the best of the A~chltect's knowl- edge, information and be. lief, quality of the Work is in aceof ~ ate subject to an evaluation of {he Work fiat conformance with the Contract Document; upon Substanaal Completion, to results of sube, equent tests and In--ns, to minor deviations fix~m the Contract Documents {x)trectable pilot to completion md to r4nx:ifl¢ qualifications expte~M by the Alx~ltect. The issuance of a Certificate for Payment will further constitute a repteaeatatinfl that the Cont/actot is entitiad to payment In the amount ex.tiffed. However, th~ issuance of a Ceit{fleat¢ ilar Pay- meat will not be a tept'~zatation that the Architect has (1) made eahanstiv¢ or continuous o~stce inap~ctions to cbec~k the quality or quantity of ~he Work, (2) reviewed construction means, methods, technlq0m, sequences or procedu,e$, (3) reviewed copies of requisiaons nx~ived from Subcomraetors and maten~l suppliers and oth~ data requested by the Owner to sub~mtiate ~ ConitactoVs Iffght to payment o~ (4) made tot has used money previously paid on account of the Contract Sum. 9.~.1 The Ard~te~ may de,de ~ct to certif~ payment md may nvid~hold a Oantnea~e fiat Payment In whole or In part, to ~ ~t ~r ~to~ ~ ~, ~ ~e by ~ 9.42 ~ '~ ~. ~ ~ ~ b ~ ~ ~t ~ ~t of~ ~n, ~e $~ 9.4.1. ff ~ ~or md ~ ~ 9.$,2 When the above r~asons for withholding certiftcad0n :are removed, certification will be made for amounts pred0Usly withheld. 9.6,1 After the Atrl,Atect has Issued a C2.rtlflcate for Pay~aent, the Owner shall make payment in {he manner and wl{hla the time provided In the Contract Documents, and $ha~l so noilly the Architect. 9.$,2 The Contr4ctor sha{l promptly pay each Subcontaetor, upon receipt of payment from the Owner, out of the amount paid to the Contractor on account of such Subcontractoff{ tion of'the Work, the amount to which said Subcontractor is to the Contraetor on acx:ount of such Subcontractor's portion of the Work. The Contrac~.r sh~, by appmpflatc with each Subcontractor, require each Subconuactor to make payments ~o Sub-subeon~ctor$ In $trallar manner. 9.$~ The Architect will, on ~equ~t, furnish to a $ube0atrac* tot, if practicable, information tegacding pereen~ges of eom- pledon or amounts applied for by the Contractor and action men thercon by the Ardat~ct and Ovn~ on account of por- tions of the Work done by such Subcontractor. 9.$.4 I~Idther the Owner nor Alchltect shall have an obligation to pay or to see to the payment of money to a Subcoauactor 9.9.~ Payment to material suppliee~ tha{l be treated In a manner s{mllar to tha! provided In Su~hs 9.6.2 9.6.3andg.6.4. 9.$.$ A Ceatncate ilar Payment, a. progrc~ payment, or partial or entire use or oeenpancy of the Project by the Owac~ shall not constitute ac~ptanee of Work not In accordance vdth the 9.? FAILURE O~ PAYMEHT roeelpt ~ the Contractoe$ Application fi~ F. qment, o¢ if the Owner does not pay the ~or wkhin seve~ dar$ after the hated potion thereof is substantially complete, If the A/cllltect's. hlspeetton discloses any item, whether or not lnduded on the Contractor's list, which ts not in accordance with the requirements of the Con .t~ct Docoments, th~ ConU~.c- tot shall, before issuance of the Corflflcate of ~ubstsnt~l Com- pletion, complete or correct such item upon noffilcation by the Archlt~. The Contractor shall then submit a ro:luest for another inspection by the Architect to determine Sub~antial Completion. When the Work or designated portion thereof ts substantially complete, the Architect will prq~u'e a Certificate of Substantial Completion which shall establish the date of Sub- $tanttal Completion, shall e~tablish responsibilities of the Owner and Contrac.~r for security, maintenance, heat, utilities, dama~ to the Work and Insmanen, and shall fix tha time within which the Contractor shall ~ all items on the list ~,ccowi:~mying the Ceigflcate. Warranties rcquised by the Con- tract Documents shall commence on the date of Substantial Completion of the Work or designated ponfon thereof unless otherwise provided In the ~cat¢ of ~tial Comple- tion. The Ceitlficate of Substantial Completion shall be mltted to the Owner and Conlrar~r for their wdtten acoep- .tance of responflbtiltle$ assigned'to them in such Cellfficate. ~,$,$ Upon Substantial Completion of the Work or designated portion thereof and upon .aoplkation bi' the Contractor and certlficagon by' the Architect, the Owner shall make payment, ~ aCIJlCtR ~ g if an~, fOr i Work Or pOI' tion thereof as provided in the Contract Documents. Lg P.,~ O~AK~ OR U~ ~J.l The Owner n~y occupy or ~r~e ~¥ comp~ed or p~- flalt¥ enmplet~d pcetfon of the Work at any stage when such ' portion IS designated by ~ep~wate ngrcen~mt vdth the Contrac- tor, ptovtded tach occupancy or rue Is ~ to by,he by p~olic ~ l~vtng lutisdidtoa over the Wod= Such ~ have nceep~ed in ~ the assigned ~ ench of th~n for payments, ~ If any, se~:u- ~ of the Work and .t of warranties ~9~of~m~-' such inspection and, when the Architect finds the Work accept- able under the Contract Documents and the Contract fully per. formed, the Architect will promptly Issue a.tinal Cecdflcate for Payment stating that to the best ofth~ Al~ialtect'a l~lowledg¢, information and b~lef, md on the basis of thc Architect's. observations and lnspectiofls, the WOrk has been completed in accordance with reims and conditions of the Contract Docu. menu and that the enti~e balance found to be due the Contrac- tor and noted in ~iid final Certificate Is due and payable. The Architeces final Ceitiflcate for Payment will constitute a furthe~ representation that conditions listed in Subparagraph 9.10.2 as precedent to the ConWac/ofs being entitled to final payment have been fultilled. 9.10.2N~ther fin~ payment nor any remaining retained percemagc shall become due unUl the Contractor ~ubmlts to the Architect (1) an affidavit that payrolls, bills for matedais and equipment, and other indebtedness connected with the Work for which the Or)net or thc Owner's ptopen'y might be :' respondbie or enc~abered 0ess amounts withheld by Owner) have been paid or othelwtse aa~fled, ~) a ceffificate e~Idenc- lng that tvuran~ ~ bythe Contract Docun~ents to remain in force after final payment IS correnfly in effect and wilt not be canc~ed or allowed to exp~ un01 at least 30 days' prior wrlt~n notic~ has be¢fi given to the Owner, O) a written statement that the Contn~,.or knoWs of no substantial nmson required by the Coatract Documems, (4) cons~t of surety, ff anY, to fia:l PaYment md 0), g requl:~:d br ~ Owns, oth~ data cmbltshlng parmeat oi sa~sfaction of ublig~om, such as recdp~, ~ and waivers of liras, claims, s~urltr Intere~ or enctwabranc~ afl$1ng out of the Contraet, to.th~ erreqt and la. sudl forln as ma~ be deslgtlated by th~ Ovaler. if a Suboan. tGg:tor r~ffuses to furnish a release or waiver requffed by .the Owns, the Contractor may fonal~ a bond saff~actor~ to the mm~in~ unsatisfied ~ p~,ment$ m'¢ made, thc Contractor ~11 t~ffund in fl~ Owner nil money that ~ Owner n~y b~ L1U if, ~er Sulm:mtial Compledon of thc Wod~ final com- OAO RNN. O(XdPlJTJ(~ ANO FI(AL PA~dENT ~ ~ numM sq:#~, gMI eotmSme a vM~r of AFIT~.E 10 PROTECTION'OF PERSONS AND PROPERTY' 10.1 SAr=l¥ PRECAUTION9 AHD PROGRAMS 10.1.1 Thc Contraao; sh~ll I~ respon~bl¢, for t.~t~In8 and supervlsL~ ~ saf~y precautions and pro;roms connection with the performance of ~he Conw~a. 10,1,2 In the ¢¥.ent the Con~c~or e~cotmters on Ibc site materb] ~ason~bl¥ believed ~o I~ asbestos or polychlodnated btphe~¥1 (PCB) which has not been t~dered I~mless, [he Conkmctor ,shall lmm~ll~te# ~op.Work in ~he ama al~cted atd mi)on the condition to thc Owae~ and ,L~:hltect In The Work L~ Ihe affected ~ ~ not lhe~'.be e~e~t by ~tte~ asreeme~t of ~he Ow~e~ and ·nd l~s not been r~dceed barrels. The Work in the affected ar¢~ ~ be o=mmed in lt~e absence of asbestm or pol¥chlod- rated b[phen~! (PCB), or 'wh~ it l~s ~ t~dexed by written a~ement of ~e Owner and' Contractor, or in a~ordmce ~lth ~ dete~rdn~floe'by lhe.~'cflltect o~ which a~otw~tlon has not been d~'tanded, or by ~ltm~on under 10A .3 Thc Contractor sh~ll not be rcqu~ed p~t to ,~dde 7 m pe~orm without 'coase~t an}, Wo& ~ to ~sbesms or 10,1.4 To the fullest extent permitted by law, ~he Owner shall ~ and hold hannleas the ConUactor, A..<hitect0 Archi- teet'a comultant$ :md $~mts and emplore~ of anr of them lng but no{ limited to attomeyf f~, ads/ng out of or reaulthg f~0m perfommaee of the Work h d~ :a~eted :~ea if in fact the 10~ or expeme b atmbu~ to bo~lr h/uq,, ~.¢~, d/$ease ~ but on17 to the,-rr~'U caused in whole orlnpa~t by nevi/gem acta or omim~am o{ the Owns,/nrone directly or 10,2.2 The Contractor sh~ll give notices :md Con,ply appllc~lc hws, ordinance, rules, regUhtlons and lawful orders of public authorities bering on s'~ety of persons or pmpe~7 Or their protection fi'om dam~e, injury or loss. 10.2.$ The Contractor shall cma and maintain, as cxisti~43 cond/Uons a~d pedon'~nce of lhe Commct, able ~ ~or sar-ay and protecflo~ ~dud/~ d~nser signs and other ~ a/~lnst h~z~ds, promu~/r~g safety re~thtiom a~d noUfTIn~ owne~ md users of adj~cc.~t sites md ul/llfles. 10.2.4 ~Vhm us~ or stoe~e of exploslv~ or mher h,~z~dous m~ .ed~ or ~qutpma~t. or u~u.~l m~.hod~ ~ execudoa of ~he Wodg the CoB~ctor ~ exembe utmost care md cmlT on such activities under supen, tSion of qa~ed 10.i.$ Th¢.Cont~actor shall prompU¥ remedy dm~g¢ and loss (othe~ th~ dam~ge.'or loss Insured und~ property L~sumce rotutred by ~h¢ Contract Documents) to prop~W refer'red to ha Clauses 10.2.1.2 and 10.2.1.3 caused in whole or in part by the Contractor, a Subcontractor. a Sub~ulx~ontr~ct~r, or any0tl~ dlrectty or iadtvectly en~oyexi by any of Ihem, of by for who,sc act~ ~ may be liable md for whl/:h thc Contmctor is responsfl~le under Clauses ~0.2,L2 and 10.2.1,3, except,' ~ or 10ss attributable to ac'v,s or omissions of the: Owner or ~rchltect or anyone directly or indltect¥ emploFcd by' etthe~ of Ihem, of by any~c for whosc acts clthe~ of ~ may' · be liable, md no~ attr~uUble to the fault of aegl~encc of the ~r, Thc forcgoing ob~l~tl0ns of t~ Contractor .a~tloa to the Comractods obUga~ons unde~ ~ 102.$ The Contractor shall cleslgnate a ~ meml~ of supegntendent.uale~s o~he~ntse desl~ated by thc Co~h~ctor 10,2,7 .Thc ~tncto~ ~dinot Io~1 or pem~my p:~ comtmc~on o~ sO, e to be'knded so ~s to md~ge~ ~ s~fety. 10..1 10,,~.1 In m eme~e~--7 ~EcU~8 s~utet7 of Ix~oas o~ pwpa. t y' · ¢ Congoctor ~ ~ at lhc Contractor's discretion, to pre- don or extension of Ume dalmed by t~e Cotarac~ oa scoount ' or m emergency thaa be ddamhed ts pmvkled h l~-.4~raph 43 and Article 7, ' ARTK~ 11 11.1 .2 claims for damage~ because of bodily ln}urT, occupa- tiOllal $1Ckl~es$ or disease, or death of the Contractor's employees; .8 clalrn~ for damages became of bedlly injury, sickness or ~lsenr, e, or death of any person other than the Con- tra0cor's e~lplo~/ees; .4 ~ for damages Insured by usual personal injury liability coverage which are $ustallleti (1) by a pel~,on as a result of an offense directly or indirectly related to employment of such person by the Contractor, or (2) by another pe~on; ,8 ~ for damagea, other than to the Work itself, because of injury to Or dest/uctlon of tangible prop- e~y, including loss of use resulting therefrom; .6 daL~ for damag~ beeanse of bedll¥ inlgry, dcarh of a peason or property damage atialng out of owner- ship, mainteraLr~e or use ora motor vehicle; and .? ehtms involving contractual liability Instu~cc appli- cable to the Contractor's obligatiom trader Paragraph 3.18. 11.1.~ ~'he Insurance required by $ubparagraph 11.1.I r, hall be wrltt~ for not less than limits of liability sperLf~'d M the Con- tract Documc:at$ or required by law, greater. Coverages, whether written on an occurr~ce or e.lalnasmadc basis, shall be malnu[ned without lnteazuptlon from date of co~t of the Work until date of linal pa~nent and termll~flon of ally coverage ~cequlred to be maln- 1¶.'1.8 ~tes of In~rance acceptable to the Own<x shall b¢ file{f with the Owne~ prior to commencemcnt of the Work. 'l'hesc Cettl~casea and the Insurance policies required by ~is P~ 11.1 shall contain affot'~d uncles the policies w~l not be cancelled or allowed to eatpLn: until at least 30 da~' pilot- ~vfltten notice lm~ been gh,~n to the Owns: If any of the ~ in~aanoe coverages a~e- of such coverage shall be sulmu~ed wt~ the fu~l Application for Payment as fequked by Subparagraph 9.10.2. infommion concerning ~uctlou of coverage ~ be lumped by the ~$ infommion md bclkff. 1t.6 other tlmn the Owner has an insurable interest in the properly required by this Paragraph ll.3'to be covered, whichever L~ earlier. This 10$uraacc shall Include intcre~t~ of the Owner, the Contractor, Subeo~tra.ctota and Sub-~ubcontractors in the Work. 11.3.1.1 Ptope~y lt~tltance shall be on an all-risk p~licy and ~hall Insure against the perils of fire and extended covcra~ and physical loss <zr damagc including without duplication of work, temporary buildings and debris removal indudl~ demolition oceasl0ncd by enforcement of any at~licable lel~l requirements,' and shall cover reaSOnable compensation for Axchltert's $¢tvleea and ~ required as a result of Imured loss. Coverage for oth~ ~ r, hall not be required unless othczwlse provided in the Contract Document. 11.$.12 if thc Owne~ does not intend to purcha~ *uch prop cety Inauas~ ~ulred bY ti~ Conteact and with all of co~'crages In the amount d~a. tbed above, the Ownc~ ~ inform the ContractOr in w~th~ prior to commencement of the Work. The Contractor may then e. ffert.in.suranee which pwtect the int~xc~ of thc Contractor, Subcomracto~ and Sub- subeenu'aetots in ~ Woea, md by appropriate Cha~e Ordee the cost the:eof shall be charged to the Owner. If the Couuac- tot is damaged by thc fall~:e or ne~ect of the Owner to pur- Cha~ or maintain Insui-ance as dec~tbcd abovc, without notifying the Contractor, then the Owner shall bear all reason- abte eom lxope~ att~butsble the~to. 11~,~,I$ ~' ~ ~ L~ t~q~Lr~$ mln~nlO~.I m~L"nGrn d<xiuct/bles above the amoum~ so identified or If thc ~b~¢ amounts, ~ Ov/~r ~ be ~,~thle for p~nm~ of ~c ~ldin~l en~ n~ covered becz~e o~ such hacz.~/o~ I1J,1.4 Unless otha-~/,~ provided in thc Cent~act D<xu- mmv, thl~ propen7 in.<urance shall cover pottinE~ of the Wo~ stored off thc alto :~ter wd~en appwval of thc Owner at thc in t~m~t., sdxx)m~ao~ in ~be Wod(, m<l d~e O~m~ and conttac~r 11JJ LOM MUM W. Thc Owner, ~t thc Own~$ 11,8.5 If during ~¢ Project construction period thc Owner ~ propcme~, r~l or persoml o~ t~th, ~ol~ng or aais- cent ~o the st~ ..b¥.propmT insurance, under policies separate from thuse Insuring the Project, or if after final payment prop- et~ insurance ia to be provided on the completed ProjeCt through a policy ot policies other than those II~uring the Proj- ect during the construction period, the Owner shall w~dve all rl~ht~ Itl accordance with the term~ 6f Subparagraph 11.3,7 for ~ caused by tire or other peflb cov~ by th~ separate property insurance, All separate pulleie$ shall pwvtd¢ this wa{vet of aubrogation by endorsement or otherwise. 11,8,6 Belong un exposure to loss mar o&'ur, the Owner shall file ~ the Cont~ctor a copy of each policy that In~lude; tmemnce coveta~ requ~ br th~ ~raph H3. ~ch po~ey, thali contain all generally applicable enndlilom, deKnl- tlo~, exd~siom and endorsemem~ tdated to th~ PwJect Each polio/~ comain a pwvislon tim the policy will not be cancelled or allow~l to expire until at least 30 dayg prior ~tit- 11.,8.7 W~l~ers of Subtoga~m. Th~ Owner and Contractor waive all t~hts %oa;n.~t (1) eadl othet and an./of their aubeon- tr.:tots, attb4ubconfi'a.ctors, agema .m_~d, emplo~e~, each of the otlm', and (2) the Archliect, Architect ~ comul~mts, $epmue eonUactot~ dec, ct'~aed In Article 6, If my, and any of th~ sub- comraetor$, $ub.~ubcomrasto~ agent$ and emplo,/o~, for ~ eanscd by lire or othet pefll~ to the extent corex'ed by l~ lt~tWance obtained pursuant to iffls .P'~h 11.3 or o~het property ~-urmee appll~ble to the Wodq except Such~ (~rner as fld~. The Owner or Contractor, as appropriate, $1mli zequke of the Ar~ Archli~t'a ~. ~, sePantte to~, aub-$ub<xmtmctora, agenu and employees of my of them, ~lldlty, dm~f w~lve~ each in laver of ~het pmlet enum- co~m-~:tml or ~ did no~ 1~/the Imm'race pl~nlum 11~1.~ Al~s ~.mxl andet Owner's property Insurance d~ll. 11.3~10 The Owner as fiduciary shall have power to adjust md setth a loas with lnsuee~ unless' one of the parties In bit. est ~ object Itl ~flting Wifliin five day~ al~er occun'ence ofloss to the Owner's exercise of this power;, if Such objection, be made, arbitrators shall be chosen as provtded in P~h 4.~ The Owner a~ fiduciary shall, in.that case, malie settlement with Iflaurers Ill accordance with cllr~o~ of such arbitrator;. If ~ttibutiot) of Imusanee procee~ by arbitration .iS required, the arbitrators Will direct such dimibution. 11 .$.11 Partial occupancy or use In accordance with Par~raph 9.9 shall not commence until thc insurance eo .mpany ot com- partlal,o ~cc~..,~ or use by indorsement or otherwise. The Own~ and flte Contractor shall take reasonable steps to ob~tin ~0ment of the In~urmce company or ~otnl~mie$ and ffmll, without mutual written enment, take no action With reapect to pacdal occupancy or me that would c~tse caneeliatton, ~ of reduction of Insurance. .. 11.4,1 l~e Owner shaif have the tight to requLre the Contrac- tor to furrY, ah b~nda ~ovel~g faRhful peffonnahce of the uact and payment of obUgatinns rasing tbeteundet as ~tpu- hted In bidding vr. qultemem~ or spedlicalir required In the Contrac~ Doentnent$ on 0ac'date of execution of the Contract. 11.4.~ Upon th~ ,xl~ of:ny pea, on or entity app~vt~ to be a potential benefldarf of bonds enveting payment of ob~- tions axtslng under the Comtaet Jhe Contractor dtali i~amptly fumiah a copy of the bonds o~ shall permit a copy to.be made. ~qTl~t.E 12 UNCOVERING AND .CORRECTION OF WORK 12.1 tmcovt~:ut~ 6~Wo~ 12.1,1 E n potion of the Work ia coveted contraq, to the the Commet Documentg it mu~ If required in wrking by the Atddtect, be uncovered for the Atddtea'a obs~v,ation and bc rcplat~d at the Contractor's ~apense wlfl~out chin8e In th~ C~tra~t Thn¢. 1~.1.R If a po~k~'t of ~e Wodc has bern eoveted wisk:h the lU · imm~ mmm ~m mm mm~ mm mmmml~ ~.~. mr am~ mm~ for comlxtertcemea~t of warranties establl$hed uitder Sub- pangra~h 9,9.1, or by terms of an applicable special wammty required by the Contract Documlmt$, any of the Work is found to be not in accordance with the requtreanents of the Contract Documenta, the C.6ntnetor ~ correct it promptly afte? receipt of ~'ttten notice from the Owner to do ~o unle~ the Ortner Im~ prevlonsly given the Contractor a written aecep- tame of anch condition. ~ pe~d or one year ~ b¢ extended with respect to portions of Work first performed after $ubstamlal Compledon by the period of tlm~ between $ubstan~ rial CompleUon and the aetdal pefformanc~ of the Work. This obli~tlon under this Subparagraph 12.2.2 shall aurvlve accep- tance of the Work under the Contract and termination of the Contract. The Own~ ahall give such notic~ promptly after covery of'the condition. ¶~'.l.$ The Contractor ahall remove from the ere portions of the Wo~ which are not in ~<coraanee with the requkements of the Contract Doenments and a~e neither conected by the Cotmantor nbr acx:~ted by the Owner. 12,1.4 If the Contractor fa~ to conect nonconforming Work wttl~n a reasonable time, the Owner mar correct It in accor- da~e with l'an~graoh Z.4. If the Contractor does not proceed with cortectinn of auch nonconfotmt~4g Work within a reason- able dine fixed by' written notice from the Axchltect, the Owner Sua¥ remove it and store the ~alvable ~ Or equipment at of ~uch t~moval and $toc~,e within ten days after wduen ft(:X~k:e se~l Sudl rmltechl~ and equipment at auction or at private sale and ~all acoount for the proceeds thercof, at~er deducting ~ and a~-n~es that should have been borne br the Con- e~apenses made necemuT therd~y..if tach pn:~eed$ of aale do aox ~over en~s wialch the Contrantns at<~ld havre borne, the auch amount, the Cottt~actor ahall pay the difference to the Owner. 12.2.6 The Contractor shall bear the ~est of eon'ecting des~o,/ed or damaged comtmctfo~ ~ completed or i~'mlly complea=d, o{' ~e Owner or separate enmt~ctor~ caused by Ihe Conttactoe$ c~,xiectlon ns temoral of Work .ARTICLE 13 MISCELLANEOUS PROVISIONS 18.1 aOVERMNO LAW 13.1.1 The Contract ~hall be governed by the law of the place where the Project is located/ 15.2 SUOOF.~R8 15,2.1 The Owner and Contractor respectively bind selves, their parmer~, succe~ors, a~lgns and legar representa- tives to the other patty hereto and to partner, Succe~0ta, assigns and legal representatives of such other parw'in to covenants, agreement:; and obllgatlo~ coni~ulned Lfi the Con- tract Documents. Nelthe/partr to the Contract shall assign Contract as a wh01e'wlthout written enment of the other. IF either patty attempts to make such an as,~lg~nent without such consent, that 13an3- shall n~vertheless remain legally respomlble for all obllgstinns under the Contract. 15.8 WRffTE~ 15.8.1. Writ~n notice shall be' deemed to have been duly c, er~ed if dd{vered in persun to the individual or a member of the firm or entity or to an 6fflcer of fl~e corlx~mtion for which it was Mtended, or if delivered at or stat by registered or cectlfled mail to the ~ businesa address known to the part~, giving notice. 15.4 nlOflT$ ~ 15.4.1 Dutlea and obligations ~ lay the Contract Docu- addition to and not a Iknltation of duties, obliga~ons, rights and remedies othen~e lmpnsed o~ available by law. 15;4.~ Ho action or falinre ~ act by the Owner, &tc~t~ct or Contractor ~,h:Q omstltute a waiver of a fl~ht or duO/afforded them under the Contract, nor ~,hall Suc~ ace~n or fallt~e to act constknte ~ of or aerlUlescence in a breach therean4er, The Owner shall bear such costs except as provided in Sub~- pat~Jgraph 13.5.3. t8.5.$ If such procedut~ for'testing, Jnspe~on or..approval unficr $ubparagraphs 13.5.1 and 13.5.2 r~eal failure of the pomon$ of thc Work to comply with ~ulr .e~.¢~. ~ eatablJshed by the Contract Documents, the Contractor shall b~r all costs rnadc neeessa~ by such failure including those of repeated l~r0eecltwea and compensation for the 3xchltect'$ ~erviee$ and' expenses. 18.5.4 Required certificates of re*ting, inspection or approval ,hall, unless otherwise required by the Contract Docu~ent~, be r,4~aJt~l by the Contractor and promptly delivered to the 15.$J~ If the /~chitect is to observe t~ts, lnspecdons or approvals t~:lulred by the Contract Documents, the Architect will do so promptly md, where practleable, at the norm:l place 13,6.6 T~m or lnspcctlom conduct~l putauant ~ the Con- tract Doenmeat$ ~ be made promptly to avoid unmnsenable delay in the Wo~. 13.6 IHTEREST 13.~.1 Payments due and unpaid under the Contract Docu- ments shall bear intereat from the date payment is due at such thereof, at the legal rate peen'ailing from time to time at flae place n~aere the Project J~ loeate(L 13."/ (X~A~ OF $TA'TUTOFW' UMITATION PI~tiOO 13.7.1 ~s between thc Owo,~ and Contractor: sh~U be deemed to have aecmecl la my and all events that eommen~ to mn and ant dlq~d ca~ of .ARTICLE 14 TEP~II~,TION OR · OF ~E 14,1 ~INA~N BY ~E ~OR 14,1.1 '~e ~n~ctor ~y ~te ~e ~n~ct ff ~e work B s~ ~r a ~ of 30 ~ ~no ~ or ~t of~e ~n~r or a 8u~n~r, ~n~r or of ~e Wo~ ~d~ ~B~ wl~ ~e ~n~c~r, for ~y of ~e f~o~ ~m: .t ~ of m o~ of a ~ of o~ pubic .~ ~ ~ ofgg~t, ~ ~ a ~n of ~d0~ .3 ~ ~ ~ ~ not ~ a ~te Pa~t ~ ~ not no~ ~ ~n ~ ~oldtn~ ~ S~ 9.4.1, 6r ~ ~e ~ ~ not ~ ~ ~ a ~ for ~t ~~P~ 14.3 · e ~ mo~ ~ l~t of ~ to~ n~- ~ of~ ~ ~r ~ or 120 ~ m ~ by ~p~h 2.2.1. 14.1 & ~ one of ~ ~ ~m ~, ~ ~t~ W~ mt~ ~ ~ ~o~ ~ ~d ~, ~ ~ ~, p~t ~d 14~ tify such actbn, m~¥ without prejudice ~o any othe~ rights or ~emedles of the Owner and alter glving~the Contractor and the Contractor's suretY,' if'any, severt daTs writte~ fiottce, terml- t~at¢ emplo~nnent of thc Contractor and may, subject to any prior rights of the surety: .1 take P°SSe~lo~. bf the site md'of'all materials, eq~l~ meat, tools, and comtmction equlpmeat and machln- · . ~ thereon owned by the ContractorI .2 ac~pt a*slgnmem of.subcontracts pursuant, to Para- . graph 5.4; and .3' finish.thc Worl~ by wh~teve~ re~oaable method thc Owaer may deem expedient. ¶ 4.~,~ ~hea thc Owner tem~k~es the Con~zct for one of the feasoas ~tated ta Subpamgr~h 14.2.1, the Co~tractor shall not be ~atled to receive futthe~ payment until the Woxk is 14,2.4' If thc unlmld b~e of ~he'Conu'act Sum exceeds costs of f~lsl~g' ~e ~'ork, laclud~ compea~on ~ot the tecCs se~'vioes arid expenses made aecessar7 thet'~by, such exc~s shall be p~ld to the Cont~ctor, If such co, ts e~ceed the ~,paid I~ance, the Coqtmctor stall pay the dilfe~eace to the 0 wne~, 'Fb.e amount to be paid [co the ContraCtor ~r Owrlet, the case mai' be, shall be cerdfled by the Arcldt~t, upon appll. cation, and this obligation for payment sha~l survive termlna. tlon ot:l~ Congmct, 14.a,1 The Owau may, without muse, qrde~ the Cont~act~H,. v~lting to suspead, delay or lntemupt the Wodc ia whole o~i~ pat for such pedod of tLme ~s the Owne~ may detenniae, 14.31 Aa adj~stmettt s[~l] be made'for iacceases ia the cost of. performance of the Contract~ iadudiag profit on the lnctea~d' cost of paformmce, cafisEd by $~spension, delay dr tton. No adjustment shall be made to the extent'., .~ ~t petf~r~u~e ~, w~s or wo~ld h~ve been ~o ~s- pe~ded, del~ed or ~nte~upted by ~the~ c~use which, the Cont~c~or ~s,~e~ponflble~ or mothe~ pwvislon of ~ Contr~a. 142.$ Xd]ustm~ts made ia the ~ost a mutually ~[greed fixed dr percentage fee. S.,UPPLEMENTARY GENERAL C0~IDITiONS The following supplements modify, change, delete from or add to the "General Conditions of the Contract for Construction", A.I.A. Document A 201-1987 Edition. Where any Article of the General Conditions is modified or any paragraph, subparagraph or clause thereof is modified or deleted by these supplements, the unaltered provisions of that Article, paragraph, subparagraph, or clause shall remain in effect. ARTICLE t through ARTICLE 10 No Change ARTICLE tl - INSURANCE AND BONDS 11.1 Contractor's Liability Insurance. 11.1.1 In the first line following the "maintain", insert the words, "in a company or companies licensed to do business in the state in which the project is located." 11.1.1 ADD: .7 Liability insurance shall include all major divisions coverage and be on a comprehensive basis including: of (1) Premises - Operations (2) Independent Contractors Protective. (3) Products and Completed Operations. (4) Contractual-including specified provision for the Contractor's obligations, under Paragraph 4.18. (5) Owned, non-owned, and hired motor vehicles. (6) Broad form coverage for property damage. 11.1.2 ADD: ... The Contractor shall furnish Insurance with the following minimum limits: .1 Workers' Compensation State and Federal: Statutory Employer's Liability $100,000. H-I .2 .3 Comprehensive General Liability (Including Premises - Operations; Independent Contractor's Protective; Products and Completed Operations; Broad form Property Damage): Bodily Injury: $1,000,000 Each. Occurrence $ 1,000,000 Aggregate, Products and Completed Operations. Property Damage: $ 250,000 Each Occurrence $ 250,000 Aggregate Products and Completed OperatiOns Insurance shall be maintained for a minimum period of one year after final payment and contractor shall continue to provide evidence of such coverage to the Town on an annual basis dudng the Aforementioned period. Property Damage Liability Insurance shall include Coverage for the following hazards: C (collapse), U (underground). Contractual Liability (Hold Harmless Coverage): Personal Injury, with Employment Exclusion deleted: $1,000,000 Aggregate. Comprehensive Automobile Liability (owned, nbn-owned, hired): Bodily. Injury: $1,000,000 Each Person $1,000,000 Each Accident b. Property Damage: $ 250,000Each Occurrence ARTICLE 12 through ARTICLE No Changes END OF SECTION: H-2 GENERAL RELEASE (To be submitted with requlsltlen for Final Payment) KNOWN ALL MEN BY THESE PRESENTS that for (Contractor) and in consideration of the sum of lawful money of the United States of America, to it in hand paid by: (dollars) (Ownen'Contracllng Agen,~y) and its successors and assigns and administrators, of and from any and all manner of action and actions, causeand causes of action, suits, debts, dues, sum and sums of money, accounts, reckonings, bonds, bills, specialties, covenants, contracts, controverales, agreements, promises, variances, trespasses, damages, judgments, patents, extents, executions, claims and demands whatsoever'in law and equity, which against the said (Ownen'~ommc~ng Agency) ~ , and JAMES A. RICHTER, R..~, now have or which heirs, executors, or administrators hereafter can, shall, or may have, for upon or by reason of any matter, 'cause or thing whatsoever, fi'om the beginning of the world to the day of the date of these presents rising out of the construction, in accordance with the contract entered into between parties hereto, dated: or supplements thereto. ,20 and anyadmiffance IN WITNESS WHEREOF, the undersigned corporation has caused this agreement to be signed by its. hereto afro(ed and duly attested by and .Its corporate seal to be Its this day of. ,2O Attest: Pdnclpah I-t PREVAILING WAGE RATES ATTACHMENT WAGE DETERMINATION ~or Laurel Lake Preserve 5145 Route 25 Mattituck, NY 11952 (Annex Dept. of Labor Wage Rate Information Here) J-1 NYSDOL - Prevailing Wages (View PRC) Page 1 of 1 Unemployment Career Business Benefits Services Services Workforce NY Workforce & Worker Forms and Partners Industry Data Protection Publication,, OriQinal W~ge Schedul~ · ~lzbmit No igj~ Of Award . :~t~mit Notice Of PrOj( PRC#: 2008007811 Type of Contracting Agency: Town Acceptance Status: Accepted Article 8 Contracting Agency Send Reply To Town of Southold James McMahon Director, DPW PO Box 1179 Southold NY 11971 (631) 765-1283 (631) 765- 9015 Fax ames. McMah0n@town. Southold. NY. US Project Project Title Laurel Lake Preserve Description of Work Demolition and removal of wooden buildings, cencrete block buildings, asphalt & esncrete pa~ debris Contract Id No. Project Locations(s) Laurel Lake Preserve Route No I Street Address 5145 Route 25 Village I City Mattituck Town State/Zip NY tt952 Nature of Project Demolltion Approximate Bid Date 09/25/2008 Checked Occupation(s) Construction (Building, Heavy & Highway, Sawer, Water, Tunnel) ~,ppllceble Counties Suffolk David A. Paterson. Governor M. Patricia Smith, Commissioner Town of Southold James McMahon, Director, DPW PO Box 1179 Southold NY 11971 Schedule Year 2008 through 2009 Date Requested 09/22/2008 PRC# 2008007811 Location Project ID# Project Type Laurel Lake Preserve Demolition and removal of wooden buildings, concrete block buildings, asphalt & concrete pads, misc. debds 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 2008 through June 2009. 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 respons b ty of the contracting agency or its agent to annex and make part, the attached schedu e to the spec fications for thisproject when it is advertised for bids and/or to forward said schedules to the successfu bidder(s), immed ate y 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 comp eton or cancellation of this. pr.o. ject, e.n. ter th.e. requ_ir_ed.[.n, for.m..ation, an.d mail OR fax this form to the office shown at the bottom of mis not ce, Ul~ rill OUt the etectromc 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. Avemll Harflman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 whY.labor.state.ny.us. PW 200 F~NAsk~abor.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 hourfy rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwardlng 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 nofify the Department of Jurisdiction (Contracting Agency) who in turn.must request an origin~ Prev.ailin ,g Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of ~ublic wor~, State Office BIdg. Campus, Bldg. 12, Pm. 130, Albany, NY 12240; Fax to Bureau of Public Work (5t8) 485-1870; or electronically at the NYSDOL webstte www.labor.stata.ny.us, Upon receiving the original schedule, the Department of Jurisdiction (Contractin.g Ag?ncy) is REQUIRED to provide complete copies to all prime contractors who In rum MUST, bylaw, provide copies o; all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received, If the original schedulo expired, the contractor may obtain e 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 webslte www.labor.stateony,us. Payrolls and Payroll Records c~fntmctor and subcontractor MUST keep original payrolls or .transat[0ts subsmtbed and affirmed as true under perjury. Payrolls must be maintained for at least three (3) years ~'om the project's date of completton. At a m, payrolls must shew the following information for each pemon employed on a public work project: Name, Social · ecurlty number, Classlflcatton(s) in which the worker was employed, Heacy wege rata(s) paid, Supplements paid or provicle, and Dally and weakly number of houm worked In each clasaiflea~on. Every coofra~tor and subconfractor shall submit to the Department of Ju~cllc~on (Contracting Agency), within thirty (30) ~ alter issuance of Its flint payrail and every thirty (30) days thereafter, a tmnsatpt of the o~ginai payralls, subs~bed and affin'ned as tree under penalty of I)erJ~. The Department of Juan (Co~ra~lng Agancy) shall receive and 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 inblude, by are not limited to tinge 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 certificafions must be kept on the project worksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of 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 annual determination become effective July 1st whether or not the new determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the distdct office located nearest the project. Any errem 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 pdme 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 pub c work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau Is authorized by Sect ons 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 unpa d 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 undeqoayment 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 consthJcted of, materials capable of withstanding adverse ~n~i~r conditions and be lifted "PREVAILING RATE OF WAGES" In letters no smaller than two (2) Inches by two (2) t~e~ employer p..rov!d, ing wo..~.e .m. compensation Insurance and disability benefits must post notices of such coverage In rmat prescnoea Dy me won(em, compensation Board In a consplcaous p ace on the Jobslte. Every employer subject to the NY8 Human Rights Law muat conspicuously post at Its offices, p aces of employment, or employment traIning centers, notices furnished by the State Division of Human Rights, ,~,,~,,=u )~ ~E'~I°~-Y~' b-iable for contrlbu~ms under the Unemployment Insurance Law must conspicuously post on the Jobsite notices , the NYS Department of Labor, Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the N¥S Commissioner of Labor. The allowable rat o of apprentices to joumeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor a ' · fShC~h~ld~U~A~.n.._e_mp~loye.e I. isted..on a payroll as an apprentice who is not re,~ister~,* n..d~ i..n,.cl_.u.d_ed ,with the Prevailing Rats ........... uuun cT work for wnich the apprentice is indentured ,~--* -^ '--%-= .L~-'= '=° ,=~.uvu.or ~s performing work outside the classification of work the employee is actually performing ..... o, ,:~ ~,,~u ~.~ prevailing Journeyworker% wage rate for 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 apprenfice registration of any person must do so in writing by mail, to the NYSDOL Office of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification taus ' secudty number of the person for whom the information is requested t ~nclude the name and social The only conclusive proof of individual apprentice registrat~on is written verification from the NYSDOL Apprenticeship Training Albany Central office Ne ther Federal nor State Apprenticeship Training offices outside of Albany can pravide 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/ur 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 determ nations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six (6) year pedod. There Is any willful determ nabon that involves the falsification of payroll records or the k ckback of wages or supplements. Criminal Sanctions VVlllful violations of the Prevailing Wage Law (Art/de 8 and Article 9 of the Labor Law) constitute a misdemeanor punishable by fine or Imprisonment, or both. Discrimination No employee or applicant for amp oyment may be discriminated against on account of age, race, creed, color, national origin, sex, disablllty or marital status. No contractor, subcontractor nor any person a~ng on ~ behalf, shall by reason of race, creed, color, disability, sex or nabonal °rlgin dlscrlmlnata against any citizan °f the Stats of New York Who Is uallfle to which the employment relates (NYS Labor Law, Article 8, Sect on 220-e(a)). q d and available to perform the work No contractor, subcontractor, nor any person acting on Its behalf, shall In any manner, discriminate a alnst or ntlmldate ea~ ~.mployee on account of race, creed, color, disability, sex, or national odgn (NYS Labor Law, ,~lgc~e 8, Se~on 220. The Human Rights Law also prohibits discrimination In employment because of age, marital status, or religion. (NY8 Labor Law~ 8, 8~O-e(c) ).,.~ .,,,.u~ agama[ or mom~oatecl In wola~on of the pmv~slon of lhe contract 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 certificataholder. 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 M. Patricia Smith, Commissioner Town of Southold James McMahon, Director, DPW PO Box 1179 Southold NY 11971 Schedule Year 2008 through 2009 Date Requested 09/22/2008 PRC# 2008007811 Loc~8on Project ID~ Project Type Laurel Lake Preserve Demolition and removal of wooden buildings, concrete block buildings, asphalt & concrete pads, misc. debds 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 Constrocfion (02) Heating/Ventilation (03) Electrical (04) Plumbing (05) Other: · Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Hamman State Office Campus, Bklg. 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 reconsb'uction 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.lO.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 O8C for processing. For those contracts which are not approved or administered by the Comptroller, monthly repmts 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 mount 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 auestious reoard~n,, ~,a,n,, should be directed to the Bureau of Public W~rk'ai (518) 4~'~5'~f-''''~ Work Contracts 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 j ob 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, n¥.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 accompanyln~ sheet or attachment of ~he information will suffice. 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) 775-3566 Utica White Plains (845) 568-5398 (631) 687-4886 (585) 258-4505 (316) 426-4056 (315) 793-2314 (914) 997-95O7 * For New York City government agency construction projects, ' please contact the Office of the NYC Comptroller at (212) 669-4443, www. comptroller, nyc.gov, click on Bureau of Labor Law. Project Location: STATE OF NEW YORK David A. Paterson, Governor DEPARTMENT OF LABOR M. Patrfcla 8milfl, Commissioner 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. NOTE: The OSHA 10 Legislation does not apply to projects advertised for bid prior to July 18, 2008 AND only applies to workers on a public work project that are required under Article 8 to receive the prevailing wage. Rules and regulations will be promulgated and posted on the NYSDOL website www.labor.state.ny.us when finalized. Page I of I Where to find OSHA 10-hour Construction Course 1. OSHA Training Institute Education Centers: Rochester Institute of Technology OSHA Education Center Rochester, NY Donna Winter Fax (585) 475-6292 E-mail: ~ (866) 385-7470 Ext, 2919 www.rit.edu/'-outreach/course.php3 ?CourselD--54 Atlantic OSHA Training Center UMDNI- School of Public Health Piscataway, NJ Janet Crooks Fax (732) 235-9460 E-mail: crooksie~_,mndni.edu (732) 235-9455 https://opho.umdni.edu/wconneet/ShowSchedule.awo?~-GROUP_AOTCON_l 0. Keene State College Manchester, Nit Leslie Singleton E-mail: ~ (800) 449-6742 www.keene.edu/course~vrint/courses osha.cfm 2. List of trainers and training schedules for OSHA outreach training at: www. OutreaehTrainers.or _r 3. NYS Depa_qment of Labor website for seh~uled otm'eaoh training at: www.labor.state.nv.us/workemrotection/safetvhealflffl)OSH ONSIT~ CONSULTATiON..~h[,,, Page 2 of 2 Requirements for OSHA 10 Compliance Chapter 282 of the Laws of 2007, codified as Labor Law 220-h will take effect on July 18, 2008. The statute provides as follows: The advertised specifications for every contract for public work of $250,000.00 or more must contain a provision requiring that every worker employed in the performance of a public work contract shall be certified as having completed an OSHA 10 safety training course. The clear intent of this provision is to require that all employees of public work contractors receive such training "prior to the performing any work on the project." The Bureau will enforce the statute as follows: All contractors and sub contractors must attach a copy of proof of completion of the OSHA 10 course to the fncst certified payroll submitted to the contracting agency and on each succeeding payroll where any new or additional employee is first listed. Proof of completion may include but is not limited to: · copies of bona fide course completion card; · training roster, attendance record of other documentation from the certified trainer pending the issuance of the card. · other valid proof **A certification by the employer attesting that all employees have completed such course is not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State Department of Labor, Bureau of Public Work at 518-485-5696. P~e I of I Prevailing Wage Rates for 07/01/2008 - 06/3012009 Published by the New York State Depadment of Labor Last Published on Sep 01 2008 PRC Number 2008007811 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 classiflcetion 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, tunne work. or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsib[lityof the pub c 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 office locations and phone numbers are listed below. ~revailin. g .Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county- y-coumy eas~s. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construct on, 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 regu ar day's pay, but is not required to perform work, If an employee works on a day listed as a paid hollday, this remuneration is in addibon to payment of the require~ prevailing rate for the work aoluolly pedormed. Overtime At a minimum, all work performed on a pubfic work project in excess of eight hours In any one day or more than five days in any workweek is overtime. However, the specitic overtime requirements for each trade or occupation on a public work project may differ. Specific overtime requirements 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 Wdrk on such holidays. The applicable holidays are listed under HOLIDAYS: OVERT ME The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification, Supplemental Benefits Parficular attention should be given to the supplemental benefit requirements. Although in most cases the payment or prevision of supplements ts for each hour worked, some classEfoat~ons requfre the payment or pro~ision of supplements f(~r each hour paid (inoluding pale holidays on which no work is performed) and/or may require supplements to be paid or provided at a premium rate for premium hours worked. Effective Dates iNhe~n y~ou.re .view ~..e .sche~. ole for. a partisular _occupation_, your attention should ~ directed to the dates above the c~umn of rates. These ~a_r? m e ?a.[,es [~..w~. i.ca. a given set ~ re. tea Is effective. I ne rate listed is valid ~ntil the next effective rate change or until the new annual Lalx~ webs Y q i~ c won( or visE the r~ew York State Department of Ee (w',wv.labor:~'f~.ny.us) for current wage rate Information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Joumey-workere. alnw=a "'--~'~- -, ., .~%~=. .... · _nmreeaonmonat,murneywerKerearaneededbeforaacecdnd,~)prentlcels e ~lWs~u~nI ne ~as~ raao rapea[s ~nnenenely. ~ neremre, mree more Joumeyworkere must be present before a third Apprenti~.~ can be h red, Please cell Apprentice Training Centtal Office at (518) 457-6820 ii' you have any questions. ~ ~rade) Boitem~r 1:1,1:3 Mason 1;1,1:4 Call~r 1:1,1:4 ~ (Outside) Lineman 1:1,1'~. Ele~tctan (Inside) 1:1,1:3 ~17 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 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 Spdnlder Fitter 1:1,1:2 If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of PUBLIC WORK Disbict Office or write to: New York State Department of Labor Bureau of Public Work State Office Campus, Bldg, 12 Albany, NY 12240 District Office Locations: Bureau of Public Work - Albany Bureau of Public Work - Binghamton Bureau of Public Work - Buffalo Bureau of Public Work - Garden City Bureau of Public Work- Newburgh Bureau of Public Work - New York City Bureau of Public Work - Patchogue Bureau of Public Work - Rochester Bureau of Public Work - Syracuse Bureau of Public Work- Utica Bureau of Public Work - White Plains Bureau of Public Work- Central Office Telephone # 518-457-2744 607-721-8005 716-847-7159 516-225-3915 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 315-793-2614 914-997-9523 518485-1870 Page 18 Prevailing Wage Rates for 07/01/2008 - 06130/2009 Published by the New York State Depadment of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County Suffolk County General Construction JOB DESCRIPTION Asbestos Worker ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per hour; 07/01/2008 Abestos Worker Removal & Abatement Only* $28.00 NOTE: *On Mechanical Systems that are NOT to be SCRAPPED. SUPPLEMENTAL BENEFITS Abestos Worker Removal & Abatement Only $'10.65 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 'rime and One-half IF worked REGISTERED APPRENTICES Apprentice Removal & Abatement Only: 1000 hour terms at the following percentage of Journeyman's rates. I st 2nd 3rd 4th 78% 80% 83% 89% DISTRICT 9 Supplemental Benefits: (per Hour worked) Apprentice Removal & Abatement Only $10.65 9-12a - Removal Only 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: 07/01/2008 01/01/2009 12/31/2008 O6/30/2009 Boilermaker $ 44.98 $ 45.89 Repalm & Renovation SUPPLEMENTAL BENEFITS Per Hour:. BoilerMaker Repairs & Renovation* $ 44.98 $ 45.89 07/01/2008 01/01/2009 12/31/2008 O6/3O/2O09 48% of Hourly 48% of Houdy Wa~]e Peld + Wage Peld + $ 8.0~ S 8.33 NOTE: "Hourly Wage Paid' shall Include any and ell premium(s) pay. *Same as Bolbrmaker (Includes replacement of parts and rspa~ & renovation of an existing unit). OVERTIME PAY Bee (D, O) on OVERTIME PAGE Page '19 Prevailing Wage Rates for 07/0112008 - 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Depadment of Labor PRC Number 2008007811 Suffolk County HOLIDAY Paid: See (8 16 23, 24) on HOLIDAY PAGE Overtime: See (5, 6, 11, 12, 15, 25 on HOL DAY PAGE NOTE: *Employee must work in pay week to receive Holiday Pay. "*Bollermarker 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 Bollermaker's Wage 1 st 2nd 3rd 4th 5th 6th 65% 65% 70% 75% 80% 85% 7th 90% 8th 95% Supplemental Benefits Per Hour: 07/01/2008 01/01/2009 12/31/2008 06/30/2009 Boilermaker 48% of Hourly 48% of Hourly Apprentice(s) Wage Paid + Wage Paid + $ 8.09 $ 8.33 Repairs & Renovation* Apprentice(s) $48% of Houdy Wage Paid + $ 8.09 NOTE: 'Houdy Wage Paid" shall include any and ell premium(s) pay. *includes replacement of parts and repairs & renovation of an existing unit. 4-5 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, SlateHi[I, New Hampton, Goshen, Blooming Grove, Mountainville, east to the Hudson River. P~tnam: South of but including the following, Cold Spring, TompkinsComer, Mahopac, Croton Falls, east to Connecticut border. Suffolk: West of Polt Jefferson and Patchoque Road to Route 1'12 tothe Atlantis Ocean. WAGES Per hour:. 07/01/2008 Core Drilling: Driller $ 29.56 Asalalant Dflller 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 watec an eddltional $ 0.50 per hour. SUPPLEMENTAL BENEFITS Per hour pelcl: D~aler $ t0.~6 A~btant 10.36 OVERTIME PAY OVERTIME: HOUDAY ,See (B,E,K*,P,R"')on OVERTIME PAGE. Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last.Published on Sep 01 2008 Published by the New York State Department of Labor PRC Number 2008007811 Suffolk County HOLIDAY: Paid: See (5,6) on HOLIDAY PAGE. Overtime: * See (5,6) on HOLIDAY PAGE. · * See (8,10,11,13) on HOLIDAY PAGE. Assistant: One (1) year increments at the following percentage of Assistant wages. This is not an apprenticeship for Driller. 1st Year 2nd Year 3rd Year 4th Year 70% 80% 90% 100% 9-1536-CoreDriller JOB DESCRIPTION Carpenter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester 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% WAGES Per Hour: 07/01/2008 Timberman $ 39.50 SUPPLEMENTAL BENEFITS Per hour paid: Timberman $ 38.14 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOEDAY Paid: Paid; for 1st & 2nd yr. Apprentices Overtime: REGISTERED APPRENTICES Wages per hour: (1) year terms: 1st 40% SUpplemental benefits per hour: Apprentices $ 25.14 ~1536 JOB DESCRIPTION Ca,enter ENTIRE COUNTIES Bronx, Kings, Nassau, New Yo~k, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour. Building Mik,~ght SUPPLEMENTAL BENEFITS Per hour paid: OVERTIME PAY ~e (B, E, E2, Q) on OVERTIME PAGE 07/01/2008 $ 43.89 $ 42.35 Page 21 DISTRICT 9 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Department of Labor PRC Number 2008007811 Suffolk County HOLIDAY Paid: Paid: for 1st & 2nd yr. Apprentices Overtime REGISTERED APPRENTICES Wages per hour: (1) year terms: 1st. $24.02 Supplemental benef[[s per hour: (1) year terms: 1st. $25.32 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. 2nd. 3rd. 4th. $28.39 $32.76 $41.50 2nd. 3rd. 4th. $28.07 $31.82 $36.36 9-740.1 JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx. Dutchess, Kings, Nassau, New York, Orange, Putnara, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2008 Marine Cons~uction: Maflne Diver $ 54.63 M.D.Tender 39.18 SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 38.14 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: Paid: for 1st & 2nd yr. Apprentices REGISTERED APPRENTICES Wager per ho~r:. (1) year terms: 15t $17.23 See (18,19) on HOLIDAY PAGE. See (5,6,10,11,13,16,18,19) See (5,6,10,11,13,16,18,19) on HOMDAY PAGE. 2nd 3rd 4th $21.54 $28.00 $34.46 Page 22 Prevailing Wage Rates for 07/01/2008 * 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Department of Labor PRC Number 2008007811 Suffolk County Apprentices $ 25.11 9-1456MC JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour. 07/01/2008 Carpet/Resilient Floor Coverer $ 43.02 sUPPLEMENTAL BENEFITS Per hour paid: Floor Coverer $ 36.04 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOUDAY Paid: Paid: for 1st & 2nd yr. Apprentices Overtime: 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. REGISTERED APPRENTICES Wage per hour: (1) year terms: 1st. 2nd. 3rd. 4th. $17.21 $21.51 $27.96 $34.42 Supplemental benefits per hour: APprentices $ 24.26 9-~87 JOB DESCRIPTION Caq~nter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rocldand, Suffolk, Westchester WAGES Per hour. 07A)1/2008 Pileddver $ 43.08 Doc~bullder $ 43.08 DISTRICT g SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Depadment of Labor Last Published on Sap 01 2008 PRC Number 2008007811 Suffolk County OVERTIME PAY See (B, E2, O) on OVERTIME PAGE HOLIDAY Paid: See (18,19)on HOLIDAY PAGE. Paid: for 1st & 2~d 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. $17.23 $21.54 $28.00 $34.46 Supplemental benefits per hour: Apprentices $ 23.10 9-1456 JOB DESCRIPTION Carpenter - Building / Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour:. 07/01/2008 DISTRICT 4 Building Carpenter Heavy Highway Carpenter SUPPLEMENTAL BENEFITS Per Hour:. $ 36,63 $ 36.63 07/01/2007 Both Carpenter Categories $ 30.62 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (18 19) on HOLIDAY PAGE Ore.me: See (5, 6, 16, 23, 24, 25) on HOL DAY PAGE REGISTERED APPRENTICES One(l) Year Terms at the following pecentage of Joumeymans Wage 1st 2nd 3rd 4th 40% 55% 65% 75% Supplemental Benefits Per Hour:. 07101/2008 All Apprentice Terms $ t7.07 4-Reg,Coundl Nass/Suff JOB DESCRIPTION Bectrldan ENTIRE COUNTIES Nassau, Surfak WAGES Page 24 DISTRICT 4 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Labor La._sst.published on Sap 01 2008 PRC Number 2008007811 Suffolk C0unt~ Per Hour: Tree Trimmed Line Clearance Specialist SUPPLEMENTAL BENEFITS Per Hour: Tree Trimmer/ Line Clearance Specialist 07/01/2008- 12/31/2008 $ 25.57 07/01/2008- 12/31/2008 19.0% of Houdy Wage Paid + $ 5.33 NOTE: "Houdy Wage Paid" shall include any and ali premium(s) pay OVERTIME PAY See (B, E, P)on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE NOTE: Time and One Half the Houdy Rate plus Holiday Pay if Worked 01/01/2009 $ 26.46 01/01/2009 20.5% of Hourly Wage Paid + $ 5.48 4-1049/Tree JOB DESCRIPTION Electrician ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour. Telephone & Intergrated Tele- Data Sytems Electrician 07/01/2008 $ 31.80 DISTRICT 4 "PLEASE NOTE" This rate classification applies to ALL Voice,Data & Video work.: Excluding Fire Alarm Systems and Energy Managrnent 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. 07/01/2008 Elec~dan 47.5% of Hourly Wage Paid + $ 3.90 NOTE: "HOUdy Wage Paid" shall Include any and all premium(s) pay OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOMDAY Paid: See (1) on HOLIDAY PAGE OvedJme: See (5, 6, 15, 16, 25) on HOLIDAY PAGE 4-25tala JOB DESCRIPTION Elec~dan ENTIRE COUNTIES WAGES 07101/2008 $ 34~0 Page 25 DISTRICT 4 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Lsbor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County "PLEASE NOTE" Applicable to "EXISTING ELECTRICAL SYSTEMS" including, but not limited to TRAFFIC SIGNALS & STREET LIGHTING. Not used for addons. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2008 Elec~cian 35.5% of Houdy Wage Paid + $ 5.28 NOTE: "Houdy Wage Paid" shah include any and all premium(s) pay OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overame: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(l) Year Term(s) at the following Percentage of Journeyman(s) Wage: 1st Yr 2nd Yr 3rd Yr 4th Yr 5th Yr 40% 50% 60% 70% 80% Supplemental Benefits per hour Apprentice(s) 35.5% of Houdy Wage Paid + $ 5.28 NOTE: "Houdy Wage Paid" shall include any and all premium(s) pay 4-25m JOB DESCRIPTION Electrician ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01~2008- 04/25/2009 04/24/2009 Electrician $ 44.75 $ 45.75 Fire Alarm $ 44.75 $ 45.75 HVAC Contmis $ 44.75 $ 45.75 DISTRICT 4 PUMP & TANK WORK Elec~:lan $ 35.20 SUPPLEMENTAL BENEFITS Per Hour: 07101/2008- 04/24/2009 04/25/2009 Elect'clan 28.0~ of Houdy 16.0% of Hourly Wage Paid + Wage Paid + $16.31 $ 22.69 NOTE: "HouHy Wage Paid" shall Indude any and all premium(s) OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOUDAY Paid: See (1) on HOLIDAY PAGE Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last,Published on Sep 01 2008 Overtime: See (5, 6, 15, 16, 25) oe 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 Apprentioe(s) 1st Term 2nd Term 3rd Term 4th Term 5th Term 6th Term 15% of Hourly 3% of Hourly Wage Paid + Wage Paid + $ 2,36 $ 4,54 15% of Houdy 3% of Houdy Wage Paid + Wage Paid + $ 4.30 $ 6.79 28.0% of Hourly 16.0% of Hourly Wage Paid + Wage Paid + $ 7.34 $10.21 28.0% of Hourly 16.0% of Hourly Wage Paid + Wage Paid + $ 8.t7 $11.35 28.0% of Hou~ty 16.0% of Hourly Wage Paid + Wage Paid + $ 9,78 $13.61 28.0% of Hourly 16.0% of Hourly Wage Paid + Wage Paid + $11.42 $15,88 NOTE: 'Hourly Wage Paid" shall include any and ail premium(s) pay · ,lOB DESCRIPTION Electrician Lineman ENTIRE COUNTIES Nassau, Suffolk WAGES For Utility Distribution & Transmission Une Construction Per Hour. 07101/2008 Uneman/Spticer $ 3g.50 Marerlal Man 34.37 Heaw Equip. Operator 31.60 Groundman 32.70 Flagman 17.78 Undeq;irond Natural Gasllne Mechanic (2" a- L~s) 07/01/2008 Joumeyma~ U.G.Mech. $ 31.81 SUPPLEMENTAL BENEFITS Per Hour:. Published by the New York State Department of Labor PRC Number 2008007811 Suffolk Cou~ 4-25 DISTRICT 4 Prevailing Wage Rates for 07101/2008 - 06/30/2009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County 07/01/2008 All Classifications 24% of Hourly Wage Paid + $ 6.40 Underground Natural Gas Mechanic 07/01/2008 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 JOB DESCRIPTION Elevator Constructor DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Seffolk PARTIAL COUNTIES Rockland: EnSra Coun[y except for the Township of Stony Point Westchester: Entire County except for the Townships of Bedford, Lewisboro, Corlland, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown. WAGES Per hour, 07/01/2008 Elevator Constructor $ 48.19 Elevator Constructor Modem. & Service $ 38.46 SUPPLEMENTAL BENEFITS Per hour, 07/01/2008 Elevator Constructor $ 21.82 $ 21 ModemJSen/ice OVERTIME PAY Constructor. See ( C, O ) on OVERTIME PAGE. Modem./Se~4ce See ( S, H ) on OVERTIME PAGE. When a ssn/Ice contract mqulras 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 hou~ at single rate. Any worker who works less than 48 houm shall have his premium prorated. HOMDAY Paid: See (5, 6, 9, 11, 15, 16, 25) on HOEDAY PAGE Overate: See (5, 6, 9, 11, 15, t6, 25) on HOEDAY PAGE REGISTERED APPRENTICE~ WAGES: Per Hour 07/01/2008 Page 28 Prevailing Wage Rates for 07/01/2008 - 06~30~2009 Published by the New York State Depadment of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County One (1) year terms at the following rate Elevator Constructor 1st Term $ 21.66 2nd Term $ 26.51 3rd Term $ 31.32 4th Term $ 36.14 Modem./Service 1st Term $ 21.15 2nd Term $ 21.66 3rd Term $ 25.00 4th Term $ 28,85 Supplemental Benefits per hour paid: One (1) year tern1 at the following dollar amount Elevator Constnlctor: 1st Term $18.18 2nd Term $18.55 3rd Term $19.28 4th Term $ 20.01 Modem/& Service: 1st Term $18.11 2nd Term $18.47 3rd Term $19.20 4th Term $19.91 9-1 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. 07/01/2008- 05/01/2009 04/30/2009 Glazier $ 45.05 Additional $ 3.40/hour Scaffolding $ 46.05 Repair & Maintenance: Glazier Additional $ 3.40/hour 28.85 Additional $1.25/hour Repair & Maintenance- ~1 repair & maintenance work on a pailfcular building, Whenever perforated, where the total cumulative contract value is under $100,000.00. SUPPLEMENTAL BENEFITS Per hour paid: Joum~/rnan .... $ 22.84 Glazier Repair & Maintenance**: $ t2.79 OVERTIME PAY OVERTIME: See (C*,D*O) on OVERTIME PAGE. * Dmmt~ If an optional 8Ih hour Is required same vail be at ihe Prevailing Wage Rates for 07/01/2008 - 06130/2009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk C0unty ** For Repair & Maintenance see ( B,F, P) on overtime page. HOLIDAY Paid: See (1 on HOLIDAY PAGE Over[line: See (5, 6, 16, 25 on HOLIDAY PAGE The Following are paid holidays for the Repair & Maintenance Class; New Years day, Presidents day, Memodal 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... $15.25 40% of Journeymans wage 2nd term... $ 22.55 50% ............... 3rd term... $ 28.25 60% 4th term... $ 36.05 80% ............... Supplemental Benefits: (Per hour worked) 1st term .... $10.57 2nd term .... $15.71 3rd term .... $17.13 4th term .... $19.99 9-1281 (DC9 NYC) JOB DESCRIPTION Insulator- Heat& Frost DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per hour:. · 07/01/2008 Heat, Frost & Asbestos Insulatoc[s) $ 46.86 SUPPLEMENTAL BENEFITS Per Hour: Insutetor(s) $ 27.11 OVERTIME PAY See (C, O, V) o~ OVERTIME PAGE HOLIDAY Paid: See(1) on HOMDAY PAGE See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: ,Apprentice Insulator(s) I year terms at the following pementage of Journeyman's rates. 1st 2nd 3rd 4th 40% 60% 70% 80% Supplemental Benefits per houc .~a~pren~ce lesulater(s) S~me % es for Wage of Page 3O Prevailing Wage Rates for 07/01/2008 - 06/3012009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County $ 27.11 9-12 JOB DESCRIPTION Ironworker ENTIRE COUNTIES BronX, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Wages: (Per Hour) 07/01/2008 Structurat ..... $ 38.65 Riggers ..... $ 38.65 Machinery Movers ..... $ 38.65 Machinery Erectors ..... $ 38.65 DISTRICT 9 SUPPLEMENTAL BENEFITS Per Hour: Journeyman.. $ 51.00 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 HOEDAY 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. 1 st 2nd 3rd 4th 5th 6th $20.42 21.02 21.02 21.62 21.62 21.62 Supplemental Benefits: (Per Hour) Applies to ali Apprentices. $36.00* 9-40/361--Str JOB DESCRIPTION Ironworker ENTIRE COUNTIES Bronx, Kings, Naeeau, New Yod(, Queens, Rbhmeed, Suffolk, Weetchester PARTIAL COUNTIES WAGE8 Relnfee~ & 07/01/2008 Page DISTRICT 9 Prevailing Wage Rates for 07/01/2006 - 06/30~2009 Published by the New York State Department of Labor Last Published on Sap 01 2008 PRC Number 2008007811 Suffolk C0u nty Metal Lathing.- $ 45,57 Shift Work: Off-hour shifts must begin alter 3:30pm, and end before 7:00am Wage: $ 57.57 SUPPLEMENTAL BENEFITS Per hour paid: Journeyman $ 30.96* * Only $19.50 of the total Supplemental Benefits Amount subject to time one half or double time as per overtime code "V"). 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 HOL DAY PAGE REGISTERED APPRENTICES Wage per hour: (1) year terms at the following wage rotes: 1st 2nd 3rd $ 26.90 $ 30.97 $ 35.50 Supplemental Benefits per hour paid: 1st 2nd 3rd $ 23.33 $ 24.88 $ 25.93 JOB DESCRIPTION Imnwon~er ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchestar WAGES Per hour. 07/01/2008 DISTRICT 9 9-46Reinf Ornamental $ 39.15 Chain Link Fence $ 39.15 Guide Ra# Installation $ 39.15 Shift Work: Minimum duration of 5 days. Monday thru Fdday: When t~o or three shifts are employed, each shift shoil v~rk 7 hour days and be paid for 10 1/2 hours. Shifts not completing the full 7 hours shall be paid I t/2 times the stmight~Jme rote for the houm worked. Satu~lay, Sunday, Holidays: When two or throe shifts are employed, each shift shall wod( 7 hour days and be paid for 15 3/4 hours. Shifts not completing the full 7 houm shall be paid 2 1/4 times the straight-time rata for the hours woW, ed. SUPPLEMENTAL BENEFITS Per hea~ paid: 07~1/2008 Page ~2 Prevailing Wage Rates for 07/01/2008 - 06130/2009 Published by the New York State Depadment of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County Journeyman: $ 38.32 OVERTIME PAY OVERTIME: See (A*,D1,E**,Q,V) on OVERTIME PAGE. T~m and oee-half shall be paid for all work n 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 ali 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 thereafer. HOUDAY Paid: See 1) on HOLIDAY PAGE Ovedlme: See 5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES I st term represents first 1-4 months, thereafter (1/2) year terms at the following pementage of Journeyman's wage. APPRENTICES: 1 st 2nd 3rd 4th 5th 6th 60% 65% 70% 80% 85% 98% Supplemental Benefits per hour paid: 07/01/2008 1 st Term $ 23.92 2nd Term $ 25,72 3rd Term $ 27.52 4th Term $ 31.12 5th Term $ 32.92 6th Term $ 36.52 g-580-Or JOB DESCRIPTION Ironworker ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour:. 07101~008 Derflckman/PJgger $ 48,00 SUPPLEMENTAL BENEFITS Journeyman $ 27,38 DISTRICT 9 OVERTIME PAY OVERTIME See (A*,DI,E**,Q,V) on OVERTIME PAGE. *Time and one-half shall be paid for all ~ 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) houm of work) and double time shall be paid for all wod( thereafter. **Time and one-half shall ha paid for all wod( on Saturday up to seven (7) houm and double time shall be paid for all wolk thereafter. HOEDAY Paid: See (1) on HOMDAY PAGE ~: ~ee ($, 6, 8, 10) on HOLIDAY PAGE HOMDAY: Pald:.....,.See (1) o~ HOLIDAY PAGE. Oveltlme:....See (5'*, 6', 8", 24*'*, 25*) on HOLIDAY PAGE. *No wolff ahall ha palfomled on this day, e~::ept Ia cason et' emergency. ~Jeh wo~ alm~ be done at doul3h time rate of pay. RE~t~ ~tF.D APPREITIlCE8 page 83 Prevailing Wage Rates for 07/01/2008 * 06/30/2009 Published by the New York State Department of Labor Last Pubtishedo~lSep01 2008 PRC Number2008007811 SuffolkC0unty Wage per hour: (1/2) year terms at the following percentage of journeyman's wage, 1 st 2nd 3rd 4th 5th 6th 50% 50% 70% 80% 90% 90% Supplemental benefits per hour paid: Registered Apprentice 1st year 50% of journeyman's rate All others 75% of journeyman's rate 9-197D/R JOB DESCRIPTION Laborer- Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2008 Building Laborer Asbestos Abatement Worker (Re-Roofing see Roofer) 28.75 29.00 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2008 Building Laborer $ 23.42 Asbestos Worker $11,10 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 1000hfs TERM #2 1001hfs to 2000hrs TERM #3 2001hfs to 300Ohm TERM #4 3001hrs to 4000hfs Wages per hour: APPRENTICES (Not Allowed on Abatment Work) TERM #1 $16.00 TERM #2 18.75 TERM #3 21.25 TERM #4 24.00 Supplemental Benefits per hour. APPRENTICES 11~RM#1 $11.83 TERM ~ 13.33 TERM #3 14.11 T~RM #4 14.61 Page 34 Prevailing Wage Rates for 07/01/2008 - 06/3012009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk C0unt~y WAGES PER HOUR: GROUP # 1 GROUP # 2 GROUP # 3 SUPPLEMENTAL BENEFITS Per Hour: ALL GROUPS Alter Fody (40)paid Houm In a work Week OVERTIME PAY See (B, E2, F) on OVERTIME PAGE NOTE: 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. 07/01/2008 $ 32.71 $ 31.80 $ 29.05 07/01/~008 $ 22.83 NOTE: HOLIDAY Paid: Ove~me: $14.62 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 Matedal 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 Joumeyman's Wage 1st 2nd 80% 90% Supplemental Benefits per hour:. APPRENTICES $ 22.83 After Forty (40)paid I-leum In · wo~ Week $14.62 4-1298 JOB DESCRIPTION Mason ENTIRE COUNTIES Bronx, I~lngs, Nassau, New York, Queens, Rlchmood, Suffolk WAGES P~r Hour. 07/01/2008 B~,~/Blod~yer $ 44.9 8UPPLEMENTAL BENEFITS Per Houc. 07/01/2008 DISTRICT 9 P~ge 38 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Depadment of Labor PRC Number 2008007811 Suffolk County Brick/Block Layer $ 20.61 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 Wage rate per hour 1 st 2nd 3rd 4th 51h 500hfs $21.76 $25.79 $29.82 $33.86 $37,89 6th 500hm $39.91 Supplemental Benefits per hour: All Apprentices $11.38 9-1Brk JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, KJngs, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour; 07/01/2008 17_/01/2008 Building: Tile Finisher $ 36.77 $ 37.68 SUPPLEMENTAL BENEFITS Journeyman $ 20.65 $ 21.40 OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOMDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, t0, 11, 15, 16) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (per hour paid) ( 750 hour) terms at the following percentages of joume~man's wage. 1 st 2nd 3rd 4tn 5th 6th 7th 50% 55% 65% 70% 75% 85% 90% 8th 95% Supplemental Benefits: (per hour paid) (750) hour ten'es at the following percentages of journeyman's wage: 1st 2nd 3n:l 4th 5th 6th 7th 50% 55% 65% 70% 75% 85% 90% 8th 95% 9-7/88-ff JOB DESCRIPTION Mason - ~ulldlng EHTIRE COUNTIES WAGES Per houc 07/01/2008 DISTRICT 9 01/01/2009 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department o[ Labor Last Publishad on Sap 01 2008 PRC Number 2008007811 Suffolk O0unty Building:Marble Restoration Marble, Stone, etc & Polisher $ 36.36 $ 36.26 Marble, Stone, etc Finlshers $18.91 $18.94 SUPPLEMENTAL BENEFITS Journeyman: 07/01/2008 01/01/2009 Polisher $19.20 $19.80 Finisher $ 9.50 $10.47 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 ( 1 ) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages: (per hour worked) Polisher: 900 hour terms at the following pementage of Journeyman's wage. Term: 1st 2nd 3rd 4th Hours: 1- 901- 1801- 2701- 900 1800 2700 3600 70% 80% 90% 100% Fthlsher: 750 hour terms at the following percentage of Joumeyman's wage. Term: I st 2nd 3rd 4th 5th 6th 7th Hours: 1- 751- 1501- 2251- 3001- 3751- 4501- 750 1500 2250 3000 3750 4500 5250 70% 74% 78% 82% 88% 96% 100% Supplemental Benefits: (per hour WOnted) Polisher:. 07/01/2008 01/~1/~009 Tam wage % of $6.50 plus $12.70 Term wage % of $6.50 plus $13.30 Flnlsher, $ 9.50 $10,47 9-7/24 JOB DESCEIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Na~au, New Ye~k, Orange, Puleem, Queens, Richmond, Roddand, Suffeik, Westche~er WAGES Per hour. 07/01/2008 12/01/2008 eulu.o: Tie ~ $ 45.32 $ 46.83 Page37 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last Published on Sop 01 2008 Published by the New York State Department of Labor PRC Number 2008007811 SuffolkCounty Shift Work: 12:Olam Monday- 12:00midnight Friday $ 56.85 12:01am Saturday- 12:mldnight Saturday $ 67.98 12:01am Sunday- 12:00midnight Sunday $ 90.64 SUPPLEMENTAL BENEFITS Journeyman: $ 24.15 OVERTIME PAY See (A, E, Q, *V) on OVERTIME PAGE *Applicable to Shift Work ONLY 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 wage rates. Term: 1 st 2nd 3rd 4th 5th Houm: 1- 751- 150% 2251- 3001- 750 1500 2250 3000 3750 $ 58.53 $ 70.24 $ 93.66 $ 24.65 6th 375% 4500 450% 5250 8th 5251- 6000 9th 6001- 6750 Wages: $22.73 25.18 29.93 32.26 34.72 39.47 41.82 44.10 45.32 Supplemental Beneffis per hour paid: Term: 1st 2nd 3rd 4th 5th Hours: 1- 751- 1501- 2251- 3001- 750 1500 2250 3000 3750 6th 375% 4500 7th 450% 5250 8th 5251 - 6000 9~ 6001- 6750 Supps. $12.00 13.03 15.23 16.37 17.38 19.58 20.70 21.90 24.15 JOB DESCRIPTION Mason- Building ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Rk;hmond, Suffolk, Westchester WAGES Building: 07/01/2008 Mosaic & Terrazzo Mechanic $41.72 Mosaic & Terrazzo Finisher $40.26 SUPPLEMENTAL BENEFITS DISTRICT 9 01/0t/2009 $ 42.14 $ 40.65 Journeyman: $28.26 $ 29.26 9-7/52 OVERTIME PAY See (A, E, O, V) on OVERTIME PAGE HOUDAY Paid: See (1)on HOMDAY PAGE Oveltlnle: See (5, 6, 8,11, 15, 16, 25) on HOI.IDAY PAGE REGISTERED APPRENTICES Wage per bout. (750 Hour) tonns at the ~lowlng percenthge of the Term~o Mechanic's wage. 1st 2mi 3~1 4lb 5th 6th 1- 75t- t50t- 2251- 3001- 3751- 750 1500 2250 30~0 3750 4500 Page 38 7th 4501- 5250 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last Pubflshed on Sep 01 2008 Published by the New York State Department of Labor PRC Number 2008007811 Suffolk County 50% 55% 65% 70% 75% 85% Supplemental benefits per hour paid: (750 hour) terms at the following percentage of Terrazzo Mechanic's benefit, 1st 2nd 3rd 4th 5th 6th 1- 751- 1501- 2251- 3001- 3751- 750 1500 2250 3000 3750 4500 50% 55% 65% 70% 75% 85% JOB DESCRIPTION Mason - Building / Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES NOTE: Shall include but not limited to Pracast concrete slabs (London Walks) Marble and Granite pavers 2'x 2' or larger. 9O% 7th 4501 ~ 5250 90% 95% 8th 5251- 6000 95% DISTRICT 9 9-7/3 Per Hour: 07/01/2008 Stone Setter, $ 56.34 Stone Tender $ 35.63 SuppLEMENTAL BENEFITS Per Hour. 07/01/2008 Stone Seffer $ 22.03 Stone Tender $16.33 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 houdy 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. HOMDAY Paid: See (8, 25) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour: 07/01/2008 Stone Setter(750 hour) terms at the following wage rate per hour. 1st 2nd 3rd 4th 5~ 6th term term term term term term $28.34 $32.78 $37.33 $41.87 $46.42 $48.69 Supplemental Benefits for all terms 07101/2008 $13.86 9-1 Ste JOB DE$CRIPTION IVlaeon- Buidln~lHeev~ ENTIRE COUNTIES ~ K~, Nmmmu, Hew Y~k, (~'m, RIclmxmd, Suffolk WA~E8 DISTRICT 9 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Labor Last Published on Sap 01 2008 PRC Number 2008007811 SuffolkCounty Shall include but not limited to: fired clay brick pavers, pressed concrete pavers, cobble stone, asphalt pavers. "All Flagging, Granite, Marble and Conrete Slabs 2'x2'or larger see Stone Mason Classificafion," WAGES: (per hour) 0710112008 Journeyman $44.99 SUPPLEMENTAL BENEFITS Journeyman $20.61 OVERTIME PAY See {A, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See 1) an HOLIDAY PAGE Over[ime: See (5, 6, 25 on HOLIDAY PAGE REGISTERED APPRENTICES (750 Hour) Terms at the foliswing Wage Rate Per Hour: 1st 2nd 3rd 4th 5th 500hrs $ 21.76 $ 25.79 $ 29.8,2 $ 33,86 $ 37.89 6th 500hfs 39.91 Supplemental Benefit Per Hour: All Apprentice Terms $ 20.61 9-1 Paver JOB DESCRIPTION Mason - Building / Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per Imur. 07/01/2008 Marble-Finisher $ 40.75 SUPPLEMENTAL BENEFITS Journeyman $ 23.73 OVERTIME PAY ~ (C, O, V) on OVERTIME PAGE HOUDAY Paid: See (*2) on HOLIDAY PAGE Oveltlme: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE * 1/2 Day for Labor Day. REGISTERED APPRENTICES Wages: 750 hour terms ~ the following percentage of Journeyman's wage. 01101/2009 $ 41.30 $ 24.33 tst 2nd 3rd 4th 5t~ 6th 7th 8th 1- 751- 1501- ?.251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 50% 55% 65% 70% 75% 85% 90% 95% 07/O1/2008 Supplemental Benefits: 01/01/2009 lst-6th terms $13.90 + term $14.50 + te~n wage % of $9,83 wage % of $9.83 7th and 8th temls $23.73 $24.33 DISTRICT 9 9-7/20-MR P.ge 40 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk C0ur,[¥ JOB DESCRIPTION Mason- Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07101/2008 (MASON) Pointer, Cleaner & Caulkers $ 37.39 SUPPLEMENTAL BENEFITS Pointer, Cleaners & $ 20.11 Caulkers OVERTIME PAY See (6, E2, H) on OVERTIME PAGE HOEDAY Paid: See (1) on HOLIDAY PAGE Overllme: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (Per hour) One (1) year terms at the following wage rotes, 1st 07/01/2008 $19.61 Apprentices Supplemental Benef'~s: (per hour paid) 07/01/2008 1st $2.8O DISTRICT 9 2nd 3rd 4th $ 22.72 $ 27.95 $ 34.38 JOB DESCRIPTION Mason - Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour. Cement Mason SUPPLEMENTAL BENEFITS Per Hour. 07/01/2008 $47.50 07/01/2008 $ 26.8O Cement Mason OVERTIME PAY ~ee (C, O, V)on OVERTIME PAGE HOUDAY Paid: See (1) on HOLIDAY PAGE Overanle: See (5, 6, 8, 11, 13, 25) on HOLIDAY PAGE REGISTERED APPREI~ICES (1) year ten~s at the following wage mten, l~t Te~n $ 23.75 2nd Tram $28.50 3rd Term $33~5 $20,84 2nd 3rd 4th $ 7.00 $ 9.50 $ 9.50 9-1PCC Page 41 DISTRICT 9 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of I~bor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County 2nd term $ 23.44 8rd term $ 26.02 9-780 .lOB DI:$CRIPTION Operating Engineer - Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES BUILDING CATEGORIES: CLASS "AA "CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crone & Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler, Boiler, Bodng Machine, Cherry Picker (over 50 tons), Concrete Pump, Gradall, Grader, Heist,Loading Machine (10 yds. or more), Milling Machine, Power Winch - Stone Setting/Structurel Steel & Truck Mounted, Powerhouse, Road Paver, Scoop~Carryall-Scraper in Tandem, Shovel, Sideboom Tractor, Stone Spreader (self-propelled), Tank Work, Tower Crane Engineer. CLASS 'B": Backhoe, Boom Truck, Bulldozer, Bodng Machine/Auger, Cher~ Picker (under 50 Tons), Conveyor-Multi, Dinkey Locomotive, Fork Lift, Hoist (2 Drum), Loading Machine & Front Loader, Mulch Machine (Mash]ne Fed), Power ~Ninches (Not Included in Class 'A"), Asphalt Roller, Hydraugc Pump with Boring Machine, Scoop, Cam/all, 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 dram). CLASS 'D": Concrete Breaker, Concrete Saw/Cutter, 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. 07/01/2008 C~ass "AA" Cranes: Boom length over 100 feet add $1.00 per hour "150" · $1.50' · "250" '$2.00"" "350" · $3,00 · · *Add $3.50 for Hazardous Waste Work Ciasa *Add $2.50 for Hazardous Waste Wod; Class 'C' *Add $1.50 for Hazardous Waste Work C~ess "D" $ 5228 $ 46.04* $ 43.65* $ 42.06* $ 38.85 $37.24 SUPPLEMENTAL BENEFITS Pe~ Hour. ALL Ct. ASSES NOTE: Oveltlme Rate 07/01/2008 $28.29 $ 23.0~ Prevailing Wage Rates for 07/01/2008 - 06/3012009 Published by the New York State Department of Labor Last Published onSep 01 2008 PRC Number 2008007811 SuffolkC0unt7 OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE Over[ime: 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: 07~1~008 1st Term $ 20.84 2nd Term 21.67 3rd Term 22.33 Supplemental Benefits per hour: APPRENTICES Note: OVERTIME AMOUNT 15.89 5.85 ~138 JOB DESCRIPTION Operating Engineer-Building/Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour. 07/01/2008- 08/01/2008 07131/2008 Well Driller $ 29.00 $ 29.00 + $1.16 Well Ddller Helper 25.52 25.52 <- $1.03 Hazardous Waste Differential Added to Hourly Wage: Level A $ 3.00 $ 3.00 Level B 2.00 2.00 Level C 1.00 1.00 Monitoring Well Wo~ Add to Hourly Wage: Level A Level B BUPPLEMENTAL BENEFITS Per Hour. $ 3.00 $ 3.00 2.00 2.00 07101/2008- 07/31/2008 08/01/2008 Well Ddller Well Ddler Helper $10% of straight time rate plus $9.55 (NOTE) AddlOonal $2.25 for Premlure Time OVERTIME PAY ~ee (B, E, G, P) on OVERTiME PAGE HOMDAY See (5, 6, 16, 23) off HOLIDAY PAGE See (5, 6, 16, 23) oa HOMDAY PAGE 10% of s~atght time rate plus $ g.55 Additional $ 2,88 for Premium Time Prevailing Wage Rates for 07/0112008 - 06/30/2009 Published by the New York State Depadment of Labor Last Published on Sap 01 2008 PRC Number 2008007811 Suffolk County JOB DESCRIPTION Operating Engineer- Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Party Chief - One who directs a survey path/ Instrament Man - One who runs the instrument and assists Party Chief Rodman - One who holds the md and In general, assists the survey party Categories cover GPS & Under Ground Surveying Per Hour: 07/01/2008 Heavy Highway/Building Party Chief Instrument Man Rodman $ 49.11 + $3.41/Hr 37.01 + $2.83/Hr 32.63 + $2.62~Hr Steel Erection Party Chief $51.03 + $2.63 Instmment Man 40.30 + $2.25 Rodmsn 27.86 + $1.80 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2008 Heavy Highway/Building $ 21.64 Steel Erection $ 22.58 OVERTIME PAY See (B, *E, Q) on OVERTIME PAGE * Doubletime paid on the 9th hour on Saturday. HOMDAY Paid: See (5 6, 8, 11, t2, 15, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 12, 15, 25) on HOL DAY PAGE 4-15D-N/S co. JOB DESCRIPTION Operating Engineer- Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES HEAVY/HIGHWAY CA'I~GORIES: DISTRICT 4 CLASS 'AA" CRN~ES: Crone, Truck Crane, Derrick, Dragltne, Dredge, Crawler Crone, Tower Crane, Pile Ddver. Asphalt Spreader, Backhoe Crawler, Boiler Chenypicker (over 50 tons), Concrete Pump, Grader, Gradall, Hoist Loading Machine 10 yds. or more), Milling Machine, Power Winch-Stone Setting/Structural Steel or Track Mounted, Pov~rhouse, Road Paver, Scoop-CerryalI-Sca per In Tandem, Shovel, Sideboom Tractor, Stone Spreader (self propelled), Tank Wo~ Track Alignment Machine. Backhoe, Boom Truck. Bulldozer, Bodng Machine/Auger, Chem/Picker (under 50 tons), Conveyer-Multi, Dinky Lceomoave, Fod( Lift, Hoist (2 drum), Loading Machine & Front Loader, Mulch MaolgJ~ (machine fed), Power Winches (all olhem not inuluded in CLASS A), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Cenyall, 8ceper, Maintenance Man on Tower Crane, Trenching Machine, Vemleer Cutter, Well( Boat. Curb Mactdrm, Maintenance Engineer (Snmll Equip. & Well Point), Field blashanlo, Milling Machine (Small), PuM-Mlxer, Pump~, Roller Cmweyor, truing Maddne. Firemen. HoM (One Omm). Ridge Cueer. 81tlping Mastdne, Welding Maddne (SlmckJral 8tad & Pie Wmk), Page 44 Prevailing Wage Rates for 07/01/2008 - 06/3012009 Published by the New York State Depar(rnent of I~bor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County CLASS "D": Compressor (Pile,Crane,Stooe 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": Batchlng 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. 07/01/2008 Class "AA" Cranes: Boom Length over 100 feet add $1.00 per hour "150" "$1.50"" "250" "$2.00"" · 350" · $3.00"" $ 53.56 Class "A" *Add $3,50 for Hazardous Waste Work. 47.31' Class "B" *Add $2.50 for H~ardous Waste Work. 44.14' Class "C" *Add $1.50 for Hazardous Waste Work $42.54* Class "D" $ 39.33 Class "E" $ 37.74 "NOTE": PRF-NIUM PAY of 25% on straight time houra for NEW YORK STATE- D.O.T. and other GOVERNMENTAL MANDATED off-shift work. SUPPLEMENTAL BENEFITS Per Hour:. 07/01/2008 ALL CLASSES $ 27.39 Note: OVERTIME AMOUNT $ 23.05 OVERTIME PAY See (D, O) on OVERTIME PAGE HOEDAY Paid: See (5, 6, 8, 9, 15, 25) on HOUDAY PAGE Overtime: See (5, 6, 8, 9, 15) on HOEDAY PAGE "NOTE': Employee must be employed day before and day atter a holiday to receive hol!day pay. REGISTERED APPRENTICES One(1 ) Year Terms at the following Rate: l~t Temt $20.84 2nd Tena 21.67 3rd Tam 22.33 APPRENTICES $15.89 Note: OVERTIME AMOUNT 5.85 JOB DESCRIPTION Operaaog Engineer- NO~e ~ DISTRICT 4 ENTIRE COUNTE8 Prevailing Wage Rates for 07/01/2008 - 06130/2009 Published by the New York State Depadment of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County WAGES Per Hour: DIPPER, CLAMSHELL DREDGES & HYDRAULIC DREDGES CLASS A Operator, Levarman, Lead Drsdgeman 07/01/2008- 09/30/2008 32.09 10/01/2008 $ 32.89 CLASS B Spldsr/Splll Barge Operator, Tug Operator(overl000hp), Opemtorll, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, Chief Welder, Maintenance Engineer $27.94 CedEied Welder, Boat Operator(licensed) $ 26.29 CLASS C Drag Ba~ge Operator, Steward, Mate, A~ststant Fill Placer, Welder (please add) $ 25.49 $ o.51 $24.79 $ 20.64 $ 0,09 Boat Operator CLASS D Shoreman, Deckhand, Rodman, Scowman, Cook, Messman, Po~ter/Janitor Oiler(please add) SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES 07/01/2008- 09/30/2008 $ 28.49 26.84 26.14 $ 0.06 25,29 21.09 $ 0.09 10/01/2008 All Classes A & B $ 7,80 plus $ 8.05 plus 7% of straight 7% of straight time wage time wage (overtme hours add) $ 0,63 $ 0.63 Ail Class C $ 7.50 plus $ 7.75 plus 7% of straight 7% of straight time wage time wage (overtime hours add) $ 0.48 $ 0.48 All C~ss O (ove~lme hours add) O¥-m~TIME PAY See (B, F, R) on OVERTIME PAGE HOUDAY Paid: Ovetlme: $ 7.20 plus time wage $ 0.23 See (1)on HOUDAY PAGE ~ee (8, 6, 8,15, 26) ea I-IO~JDAY PAGE Page 46 7,45 plus 7% of ~a~ht 8me wage $ 0.23 Prevailing Wage Rates for 07/0t12008 - 06/30/2009 Published by the New York State Department of Labor JOB DESCRIPTION Operating Engineer- Trenchless Pipe Rehab DISTRICT 4 ENTIRE COUNTIES Albany, Allegany, Bronx, Breome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia Cortland, Delaware Dutchess, Ede, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herklmer, Jefferson, K ngs, Lew s, Liv ngston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontado, Orange, Odeans, Oswego, Otsego, Putnam, Queens, Rensselaer, Rlchmond,Rocldand, Saratoga, Schenectady, Schchade, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyom ng, Yates WAGES Per Hour: 07/01/2008 DSET/DSSET Operator $ 31.50 Robotic Unit Operator 31.50 DDCC Injection Operator 31.50 Technician/Equipment Operator 27.00 AM Liner/Hydra Seal Installer 27.00 Hobas Pipe, Poiyethyene Pipe or Pull and Inflate Liner Inst. 27.00 SUPPLEMENTAL BENEFITS Per Hour Worked All Clas~lfacatJons $11.34 OVERTIME PAY See (B, H) on OVERTIME PAGE HOEDAY Paid: See (5, 6, 8, 9, 15, 25) on HOLIDAY PAGE REGISTERED APPRENTICES At One Year Terms (Per Hour) First Year $16.00 Second Year 16.75 Third Year 17.25 Fourth Year 18.00 Supplemental Benifit Ail Tem~ $11.34 4-138TrchPP. eh JOB DESCRIPTION Painter ENTIRE COUNTIES WAGE8 Dfln~ll T~ SUPPLEMENTAL BENEFITS P~' hour v~d~l: 07/01/2008 $ 20~84 DISTRICT 9 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk County OVERTIME PAY See (A; H) on OVERTIME PAGE HOLIDAY Paid: See 1)on HOLIDAY PAGE Over[line: See 4, 5, 6, 25 on HOL DAY PAGE REGISTERED APPRENTICES Wages(per Hour) 07/01/2008 1st Year $13.25 2nd Year 17.50 3rd Year 21.00 4th Year 28.00 Suppemental Benefits: (per Hour) 1st year $ 9.82 2nd Year 12.32 3rd year 14~74 4th year 19,42 JOB DESCRIPTION Painter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queans, Richmond, Suffolk, Westchester WAGES (Per hour) 07/01/2008 Brush $ 35.00 Spray & Souffotd 38.00 Fire Escape 38.00 Decorator 38.00 Pape~tanger/Wall Coverer 36.83 SUPPLEMENTAL BENEFITS ( per hour worked ) 07/01/2008 Paperhanger $ 24.15 All ofhers 20.94 OVERTIME PAY See (A, H) on OVERTIME PAGE HOUDAY 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) .'Nppr 'l~t tsrm... $13,25 Appr 2nd term.., 17.50 Appr 3~1 term... 21,00 Al)pr 4~ term... 28.00 Spplementel benefla: (per Hour worked) .N)pr 1st term... $ 9.82 ~olx 2nd terra.,. 12.32 ~ 3~1 term... 14.74 Appr 4th temp... 19.42 DISTRICT 9 9-NYDCT9-DVV-r Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Labor Last Published on Sep 0t 2008 PRC Number 2008007811 Suffolk Coun_~ JOB DESCRIPTION Painter - Heavy&Highway ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2008- 09/30/2008 10/01/2008 DISTRICT 4 Structural Steel $ 44,00 $ 45.25 Bridge Painting 44.00 45.25 Power Tool/Compressor 50.00 51.25 "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 Bddge Painting. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2008- 10/01/08 09/30/2008 Palntare/ NI Classifications $ 27.66 $ 28.31 OVERTIME PAY See (A, F, R) on OVERTIME PAGE HOUDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per Imur: One(l) Year Terms atthe following Percentage of the Joumeyman(s) Wage: 1st Term 40% 2nd Term 60% 3rd Term 80% Supplemental Benefits per I~ur. Apprentice(s) 15t Term $ 27.66 $ 28.31 2nd Term 27.66 28.31 3rd Term 27.66 28.31 4*DCg/NS-BrSS JOB DESCRIPTION Painter - Une Slrlpthg DIS~'RICT 9 EN'nRE COUNTIES ~la~ _B~:)nx, Cti _nton, C~. utah_la., .Dutch._. _, Es. sex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New Yo~, Orange, ~$, I~enasemer, ~mona, I~OC~land, ~aratoga, Scfler~ctady, Schoharle, Suffolk, Sullivan, Ulster, Wamen, Washington, WAGES Per hour:. Painter SUPPLEMENTAL BENEFIT8 07/01/2008 $ 9.97 + 7%dw~e Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Department of Labor Last Pub[ishedonSep0t 2008 PRC Number2008007811 SuffolkC0unty OVERTIME PAY See (B, E, P, S) on OVERTIME PAGE HOLIDAY Paid: See (5, 20) on HOLIDAY PAGE Overtime; See (5, 8, 11, 12, 15, 16, 17, 20, 21, 22) on HOLIDAY PAGE 9-8A/28^-LS JOB DESCRIPTION Painter- Metal Polisher DISTRICT 9 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Rlchmond,Rocldand, Saratoga, Schenectady, Schohade Schuyler Seneca St. Lawrence, Steuben Suffolk, Su I van, Tioga, Tompkins, U star, Warren, Wash ngton, Wayne, Westchester, Wyom ng, Yates WAGES 07/01/2008 Metal Polisher $ 23.10' *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 mom than 34 feet off the ground. Such premium are to be paid on top of their straight tin~ or overtime, whichever is applicable. This also applies to employees erecting scaffolding. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2008 Journeyman: $11.02 OVERTIME PAY See (B, E, Q, T) on OVERTIME PAGE HOUDAY Paid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES 55% of Basic Polisher Rate 9-SN28A-MP JOB DESCRIPTION Plasterer ENTIRE COUNTIES K~ng$, Nassau, Queens, Suffolk PARTIAL COUNTIES New Yndc Includes t~,~rk In all Islands In New York City, except Manhattan. WAGES Per hour:. 07/01/2008 Building: Plasterer/Traditional $ 35.53 SUPPLEMENTAL BENEFITS Per hour va3rked: Joumeyman $ 21.80 OVERTIME PAY See (B, E, E2, Q) o~ OVERTIME PAGE HOUDAY Paid: ~ee (1)~ HOUDAY PAGE Ove~lae: See (5, 6, 8, 11,13, 25, 2~) oa HOLIDAY PAGE R~I~'ERED APPRENTICES Wagea: (p,r hour) DISTRICT 9 Prevailing Wage Rates for 07/01/2008 - 06130/2009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 2008007811 Suffolk CoUnty ( 1 ) year terms at the following % journeyman's wage rate. First year: 1 st 6 months 2nd 6 months 40% 45% Second year: 1 st 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 ab( month periods: 1st year. 1st slx months 2nd slx months 3rd six months 4th six months 5th slx months 6th slx months $ 8.37 9.35 11.35 12.33 14.33 15.33 JOB DESCRIPTION Plumber ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour. 07/01 F2008 Plumber/ PUMP & TANK $ 42.24 SUPPLEMENTAL BENEFITS Per Hour. 07/01/2008 Plumber $18.57 DISTRICT 4 OVERTIME PAY See (B, N, V) on OVERTIME PAGE (V) Sunday & Holidays Only HOEDAY Paid: See (1) on HOEDAY PAGE Ovedlme: See (5, 6, 16, 25) on HOLIDAY PAGE I~r:GISTERED APPRENTICES One(l ) Year Terms at the Followthg Wage Per Hour. 07/01/2008 1st Term $ 9.77 2nd Term 15.37 3rd Term 20.96 4Ih Ten~ 26.80 Supplemen~ Beneflt~ pe~ hour. 1MTmm $ 8.39 2mi Tem~ 8.89 3rd T~ 9.39 4lb Tam 9.64 9-530-Z1 4200 Pump & Tank P~ge 81 Prevailing Wage Rates for 07/01/2008 - 06/3012009 Last Published on Sep 01 2008 JOB DESCRIPTION Plumber ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2008- 05/01/2009 04/31/2009 Plumber MAINTENANCE ONLY $26.73 28.07 (NOTE) Maintenance: Correction of pmblem(s)wfih the existing fixture or group of fLxtures, pmven0ve repairs or servicing of said fixtures. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2008- 05101/2009 04/31/2009 Plumber $9.00 MAINTENANCE ONLY OVERTIME PAY See (B, J)on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE REGISTERED APPRENTICES One(l) Year Terms, WAGES Per Hour as Follows: 07/01/2008- 04/31/2009 $9.40 05/01/~009 1st term $13.61 $14.29 2nd term $14.65 $15,38 3rd term $15.74 $16.53 4th term $16.88 $17.72 5th term $18.06 $18.96 SUPPLEMENTS PER HOUR 1st term $7.55 $7.90 2ad term $7.55 $7.90 3rd term $7.55 $7.90 4th te~n $7.55 $7.90 Sill term $7.55 $7.90 JOB DESCRIPTION Plumber ENTIRE COUNTIES Nassau, 8uffotk WAGES Per Hour. 07/01/2008- 10/31/2008 Plumber $ 46,98 11/0t/2008 47.73 Published by the New York State Department of Labor PRC Number 2008007811 Suffolk C~unty DISTRICT 4 4-200 Malntence DISTRICT 4 SUPPLEMENTAL BENEFITS Per Hour. P~g. 62 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Depadment of Labor PRC Nurnber 2008007811 SuffolkC0urd¥ Plumber $ 24.68 $ 25.43 OVERTIME PAY See (A, O, V) on OVERTIME PAGE CODE 'V' is only for SUNDAYS and HOLIDAYS WORKED HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(l) Year Terms at the following percentage of Plumbers Rate: 1st Term 2nd Term 3rd Term 30% 40% 50% 4th Term 60% 5th Term 7O% Supplemental Benefits per hour, 07/01/2008~ 10/31/2008 11/01/2008 1st Term $12.89 $12.89 2nd Term 15.14 15.14 3rd Term 16.78 16.78 4th Term 17.78 17.78 5th Term 18.78 19.28 4-200 JOB DESCRIPTION Roofer ENTIRE COUNTIES Nassau, Suffolk WAGES Rate Per Hour Roofer/Wateq~roofer 07/01/2008- 09/30/2008 $ 37.75 10~1/2008 addl, $2.50 DISTRICT 4 SUPPLEMENTAL BENEFITS Per Hour. Roofer/Waterproofer 07/01/20O8- 09/3O/20O8 $ 22.62 10/01/2008 22.62 OVERTIME PAY Per I.Iouc NEW ROOF SEE (E,E,G) RE.ROOF SEE (e,P.,E2,G) HOUDAY Paid: See (t) on HOLIDAY PAGE Ove~lrm: See(5,6, 15, 16, 25) on HOLIOAY PAGE RB~ISTERED A~PRENTICE8 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Department of Labor PRC Number 2008007811 Suffolk County_ (1) Year terms at the following pecentage of Roofers/Waterproofers Wage 1 st 2nd 3rd 4th 40% 50% 70% 80% Supplemental Benefits per hour: lstTerm $ 2.00 2ndTerm 6,00 3rdTerm 12.35 4thTerm 17.31 4-1 54 JOB DESCRIPTION Sheetmetal Worker ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07101/2008- 07/31/26O8 Sheetmetal Worker $ 43.69 DISTRICT 4 08/01/2008- 02/01/2009 01/31/2009 Add $1.75/ Add $1.75/ Per Hour Per Hour For Temporap/Operation or Malntenaoce of Fans is 80% of Above Wage Rate SUPPLEMENTAL BENEFITS Per Hour:. 07/01/~008- 07/31/2008 08/0i/2008- 02/01/2008 01/31/2009 Sheetmetal Worker $ 35.26 $ 35.26 $ 35.26 OVERTIME PAY See (A, O) off OVERTIME PAGE For Fan Maintenance See Codes B & O HOUDAY 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 Ten'ns at the following percentage of Journeyman's houKy wage: 1st 2nd 3rd 30% 35% 40% 4th 45% 5th 61h 7th 8th 5O% 55% 6O% 70% SupHemental Benefits per ~ 1st Term $14.41 2nd Term t6.25 ~ Term 17.84 4~t Tem~ 19A4 Sth Te~m 21.01 · h Te~m 2248 7th Term 24.41 6th Tem~ 28,t9 Page 64 Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Department of Labor PRC Number 2008007811 SugolkC0unty 4-28 JOB DESCRIPTION SheetmetalWorker ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per Hour: 07/01/2008- 07/16/2008 07/15/2008 DISTRICT 9 SIGN ERECTOR $36.80 $38.25 *NOTE: Overhead Highway Signs and Structurally Supported Signs (See IRON WORKER CLASS) SUPPLEMENTAL BENEFITS PER HOUR 07/01/2008~ 07/16/2008 07/15/2008 $23.59 25.20 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:. 07/01/2008 Half (112) year terms at the fallowing rate(s): 1at 2nd 3rd 35% 40% 45% 4th 50% 5th 55% 6th 7th 8th 9th 10th 60% 65% 70% 75% 80% Supplemental Benefits per hour paid: Half (1/2) year terms at the following dollar amount 07/01/2008- 07/16/2008 07/15/2008 1st $6.77 $7.21 2nd $7.67 $8.17 3ed $8.58 $9.14 4th $9.47 $10.10 r~l $12.79 $13.58 6~1 $14.66 $15.41 7th $15.84 $16.65 8th $17.04 $17.92 9Ih $18.65 $19.59 10th $20.19 $21,19 9-137-SE JOB DESCRIPTION Steamfitter EHTIRE COUNTIES WAGE8 Per Hour 07/01/2008 $teem ;a~. $45.67 DISTRICT 9 Prevailing Wage Rates for 07101/2008 - 06~30~2009 Published by the New York State Department of Lsbor Lest Published on Ssp 01 2008 PRC Number 2008007811 Suffolk County Sprinkler Fitter 45.67 For Work on Temporary Heat & Air Conditioning 34.32 SUPPLEMENTAL BENEFITS Per Hour Steamfiffer $ 39.88 Sprinkler Fitter 39.88 (For Work on Temporary Heat & Air conditioning). $ 29.02 OVERTIME PAY See (C, *D, O, V) on OVERTIME PAGE (*D) ON ALL HVAC AND MECHANICAL CONTRACTS THAT DO NOT EXCEED $15,000,000.00 and ON ALL FIRE PROTECTION/SPRINKLER CONTRACTS THAT DO NOT EXCEED $1,500,00.00 HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages per hour worked: ( 1 ) year terms at the following percentage of Journeyman's wage, Apprentices: 1st 2nd 3rd 40% 50% 65% Suppelmental Benefits: (1) year term at the following do//ar amounts: Apprentices: 1st 2nd 3rd 07/O1/2007 $15.79 $19.53 $25.15 4th 80% 4th $30.75 5th 85% 5th $32.63 9-638A~StmSpFtr JOB DESCRIPTION Steamr~ter ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour. 07/01/2008 Stearr~ffer/Malntance $ 32.45 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) SUPPLEMENTAL BENEFITS Per Hour 07/01/2008 Steamfltter/Malntanco $ 7.71 OVERTIME PAY OVERTIME:.,..See ( B, E, Q*, 8** ) on OVERTIME PAGE. HOUDAY HOUDAY: Pald:.......See ( 2, 6, 9, 10, 11, 15, 17, 26,Memon~ Day) on HOLIDAY PAGE. Ove~n~:.... *(2,6,9,15,17) DISTRICT 9 Prevailing Wage Rotes for 07/01/2008 - 06/30/2009 Last Published on Sep 01 2008 ¥ Published by the New York State Depadment of Labor PRC Number 2008007811 Suffolk C0unty ** ( 10, 11, 26, Memorial Day ) 9-638B-StmFtrRef JOB DESCRIPTION Survey Crew Consulting DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester PARTIAL COUNTIES Dutchess: Only the portion south of the north city line in Poughkeepsie. WAGES Feasibility and preliminary design surveying, line and grade surveying for inspection or supervision of construction when performed under a Consulting Engineer agreement. Categories cover GPS & underground surveying. WAGES: (per houl~) 07/01/2007 Survey Rates: Party Chief. .... $ 29.82 Instrument Man.. $ 25,01 Rodman .......... $ 21.95 SUPPLEMENTAL BENEFITS (per hour paid) Joumeyman ...... $11.70 OVERTIME PAY OVERTIME:.... See ( B, E*, Q, V ) ON OVERTIME PAGE. *Doubletime paid on the 9th hour on Saturday. HOUDAY Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE Ovelllme: See (5, 6, 7, 11, 16) on HOLIDAY PAGE 9-15dcossult JOB DESCRIPTION Teamster- Building / Heavy&Highway ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, S~ffolk WAGES Per Hour: 07/01/2008 Truck Driver, Chauffeur Trailers $ 26.33 Slralght Jobs 26.03 SUPPLEMENTAL BENEFITS Per Hour. 07/01/2008 DISTRICT 4 NI Classhlcstlons $1920 OVERTIME PAY See (B, L, S, SI) on OVERTIME PAGE HOMDAY Pstd: See (5, 6, 7, 8, 11, t2, 26) on HOLIDAY PAGE Employee must work Two(2) Days la Holiday Week ,I-282.Demo JOB DESCRIP'rlON Teemst~- Deliver/st'Asphalt Nlmmu, Suffolk Page 5'7 DISTRICT 4 Prevailing Wage Rates for 07/0112008 - 06/30/2009 Last Published on Sep 01 2008 Published by the New York State Depadment of Labor PRC Number 2008007811 Suffolk County WAGES Per Hour: 07/01/2008 "TRUCK DRIVER" Asphalt Delivery $ 32,885 Concrete Delivery 32.885 ADDITIONS Per Day: Three(3) Axle Tractom and Trailem: $10.00 HeaVy Equipment and Tag-Along Trailers: 10.00 Boom Truck Drivem: 8.00 SUPPLEMENTAL BENEFITS Per Hour; 07/01/2008 "TRUCKDRIVER" 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. HOEDAY Paid: See (5 6, 11, 12, 15, 25) on HOLIDAY PAGE Overtime: See (11, 12, 15, 25 on HOL DAY PAGE Employee must Work TWO(2) Days in Holiday Week. 5,6,13 Paid at Tdple If Worked. 4-282ns JOB DESCRIPTION Welder DISTRICT t ENTIRE COUNTIES ,Nbany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jeffemon, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Odeans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond Rockland, Saratoga, Schenectady, Schoharle, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompklns, Ulster, Warren, Washington, Wayne, Westchester, Wyom ng, Yates WAGES Per hour 07/01/2008 Welder (To be paid the same rate of the mechanic performing the ~rk) OVERTIME PAY HOMDAY 1-As Per Trade Prevailing Wage Rates fdr 07/01/2008 - 06~30~2009 Published by the New York State Department of Labor La~s! Published on Sep 01 2008 PRC Number 200800781 I Overtime Codes Following is an exp anat on of the code(s) sted in the OVERTIME section of each classifica6on conteined in the attached schedule. Additional requirements may also be listed in the HOLIDAY section. (A) (AA) (B1) (S2) (C) (Cl) (D) (ol) (E) (El) (E3) (E2) (E4) (F) (H) (I) (J) (K) (L) (M) (N (o (P (Q (R (S (81 (T) Time and one half of the hourly 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 hourly rate after 8 hours per day Time and one half of the hourly rate for the 9th & 10th hours week days and the 1st 8 hours on Saturday. Double the 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 hourly 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 f~me when a day is lost dudng 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 lest during that week due to inelement weather Saturday and Sunday may be used as a make-up day at straight time when a day is lost dudng 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 ~ hourly rate on Saturday, Sunday, and Holidays Time and one half of the hourly rate on Sunday Time and one half of the hourly rate on Sunday and Holidays Time and one half of the hourly rote on Holidays Double the hourly rate on Saturday Double the hourly rate on Saturday and Sunday Double the hourly rate on Saturday and Holidays Double the hourly rate on Saturday, Sunday, and Holidays Double the houl~y rate on Sanday Double the houdy rat~ on Sunday and Holidays Double the houdy rate on Holidays Two and one heif times the hourly ate ~e first 8 houm on Sunday a- Holidays One and one half times the Prevailing Wage Rates for 07/01/2008 - 06/30/2009 Published by the New York State Depar[ment of Labor Last Published on Sep 01 2008 PRC Number 200800781 1 ( U ) Four times the houdy rate for Holidays, if worked ( V ) Including benefits at SAME PREMIUM es 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 Prevailing Wage Rates for 07/0112008 - 06/30/2009 Published by the New York State Department of Labor Last Published on Sep 01 2008 PRC Number 200800781 1 Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular dav's Day, but s not reuuired to ~erform wnrk f ~n ~mr~ c,~t~ rks Ii ............................ wo on a ~lay sted as a paid hohday, this remuneration is in addition to paymen[of the required prevailing rate for the work ac[~a]'ly performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is reguired for work performed on specified holidays, t s on y required where the employee actually performs work on such holidays. The apphcable holidays are isted under HOLIDAYS: OVERTIME. The required rate of pay f6r these covered ho days can be found in the OVERTIME PAY section listings for each c~assification. Following is an explanation of the code s) listed in the HOLIDAY section of each class fication contained in the attached schedule. The Holidays as listed below are to be paid atthe wage rates at wh ch the employee Is normally classified. (1) (2) (3) (4) (5) (6) (7) (8) (9) 10) 11) 12 13 14 15 (16 (17 (18 (19 (20) (21) (22) (23) (24) (25) None Labor Day Memorial Day and Labor Day Memodal Day and July 4th Memorial Day, July 4th, and Labor Day New Year's, Thanksgiving, and Christmas Lincoln's Birthday, Washington's Birthday, and Veterans Day Good Friday Lincoln's Birthday Washington's Birthday Columbus Day Election Day Presidential Etection Day 1/2 Day on Presidential Election Day Veterans Day Day alter ThanksgMng July 4th 1/2 Day before Christmas 1/2 Day before New Years Thanksgiving New Year's Day Christmas Day before Christmas Day before New Yea~s Presidents' Day Matin Luther I~ng, Jr. Day P~e 61 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 I~IUST BE TYPED SUBMITTED BY: [] CONTRACTING AGENCY [] PUBLIC WORK DISTRICT OFFICE DATE: (CHECK ONE) [] ARCHITECT OR ENGINEERING FIRM A. PUBLIC WORK CONTRACT TO BE LET BY: (Enter Data Pertaining to Contracting Agency) 1. Name end complete address ( [] check if new or change): Telephone: ( ) Fax: ( ) E-Mall: 2. NY State Units (see Item 5) [] 01 DOT ~ 02 OGS I~ 03 Dormitory Authority [] 04 State University Construction Fund E] 05 SUNY/Coiteges [] 06 Mental Hygiene Facilities Corp. [] 07 OTHER N,Y. STA3E UNIT [] 08 City [] 09 Loca~ School Distdct [] 10 Special Local District, Le., Fire, Sewer, Water District [] 11 Vitiage [] 12 Town [] 13 County [] 14 Other Non-N,Y. State (Des~be) 3. SEND REPLY TO { [] check if new or change) Name and complete address: Telephone: ( ) Fax:( ) E-Malt: B. PROJECT PARTICULARS 5. ,P roject 'rRle _Description of Work Contract Identification Number Note: For NYS units, the OSC Contract No. 7. Nature of Project - Check One: [] 1. New Building [] 2. Addition toExisting Structure [] 3. Hea~j_and Highway/Conslruclion (New and Repair) [] 4. New uewer or Waterline [] 5. OlherNew Cons~uciton.(.Explain} [] 6. Other Recenstru~0on, Maintenance, Repair or Alteration [] 7. Demolition C3 8, Building 8e~ce Contract 9. Narne and Title of Requester 4. SERVICE REQUIRED. Check appropriate box and provide project information. [] New Schedule of Wages and Supplements, [ APPROXIMATE BID DATE: I Additional Occupation and/or Redetermination 6. Location of Project: Location on Site Route No/Street Address Village or City Town County 8. OCCUPA'IION FORPROJECT: [] Cens',~on (Building, Heavy 0 Tunnel [] Residential Landscape Maintenance [] Bevator mainlenance [] Extem'~om, Fur~gatom Signature [] Guards. Watchmen [] Janitors; Porters, Cleaners [] Moving fumltum and equipment [] Trach and mfuce removal n W~ndow cleaners OFRCEUSEONLY SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACT8 PAYROL~ CERTIFICATION FORM do hereby state; on ~e ,; ~at dudng ~e pay~l{ ~dod ~mmenolng State ~pmaliceshlp ~ge~y recogab~ Ir/the HewYo~BeeeaYt~ .%wi~eflucesmp ama ~.--r-. ......... ,. k-1 · PAYROLL CERTiFicATiON FOR PUBLIC WORKS PROJECTS. (for Contractor and S~!b. Contractor's use for W- _-kJy ahd Final ~'elephone No. Week Ending or Final Certification Project Name & Location: Prevailing W~l~ t. 2. 3. m~ 4. DAYANDDATE ;. 6. ?. & Social Security Number Classification I.~ HOUP~. OF PA~ AMOUNT FICA HOLD~G STATE O $. O S O O $ O O O $ O $ O cOMPLIANCE WITH THE LABOR LAW AND OTHER DEPARTMENT OF LABOR REGULATIONS STATE REGULATIONS: '1. The Contractor shall comply with the applicable provisions of the "Labor Law" as amended~ of the State of New York. This Contract shall be void unless applicable sections of said Labor Law are complied with. 2. Each and every provision of law and clause required by law to be part of this Contra¢~ shall bi deemed to be Included herein and this Contract shall be read and enforced as though it were included herein, and, If through mere mistake or otherwise any such provision Is not Included, then upon the application of either party hereto, the Contract shall forthwith be physically amended to make such Inclusion. Specifically, Section 220-E, of the'Labor Law, as so amended, prohibits In contracts, discrimination on account of race, creed, color, or national origin In employment of citizens upon public works. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of five ($5.00) dollars for each person for each calendar day during which such person was discriminated against or Intimidated In violation of the provisions of said paragraph, this Contract may be canceled or terminated by the Owner'and all monies due or to become due hereunder may be forfeited. FEDERAL REGULATIONS: CERTIFICATION OF NC)NHE~Rr:GATED FACILITIES. By the submission of this bid, the bidder, offerer, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated faclllites at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He eetflfiee further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under' this control, where segregated facilities are maintslned. The bidder, offerer, applicant, or subcontractor agrees that a breach of this certification Is a violation of the Equal Opportunity clause in his contract. As used In this certification, the term "segregated facilities" means any waiting rooms, work areas, mst rooms and wash moms, restaurants and other eating areas, time docks, locker rooms and other storage or drsaslng areas, time clocks, locker rooms and other storage or draaslng areas, patidng lots, drlnidng fountains, recreation or entsrtainment areas, tranapoi'lation, and housing facititlas provided for employees which am segregated by explicit directive or are In fact segregated on the hasle of race, creed, ~olor, or national origin, because of habit, local ~lom, or otherwise. He further agrees that (except where he has obtained identical ceritficetlons from proposed subeontractom for specific time pe~ods) he will obtain Identical ~,'itficetions from proposed subcontractors prior to the award of subco.;~acts excaeding $ t0,000 which are not exempt from the provisions of the Equal Opportunlt~ clause; that he ~11 retain such sertificetions In his files; and that he ~11 fon, tard the following notice to such i~oposed subcontra~tom (except where the pml3esed subeontrseto~s lave submitted Identloal eedifl~len, for spedfic time I erlods): L-t 2. NOTICE TO PRC)SPECTIVE SURCONTRACTORR OF REQUI.RI=MENT FOR (~ERTIFICATIONS QF NON SEGRE(~ATED FACILITIE~ A certification of Non-segregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000 - which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontractor for all sdbcontracts during a period (i.e., quarterly, semiannually, or annually). NOTE: The penalty for making false statements In offers is prescribed In 18'U.S.C. 1001. "During the performance of this contract", the Contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. The contractor will tek0 affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall Include, but not be Ilmllad to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post In conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondtscrlminaflon Clause. (2) The contractor will, in all sollcltatlons or advertisements for employees placed by or on behalf of the contractor, state that all quallfled applicants will receive consideration for employment without regard to race, creed, color, or national origin. (3)' The contractor will send to each labor uclon or representative of workers with which he has a collective bargaining agreement or other contract'or understanding, a notice to be provlded by the agency contracting officer, advising the labor union or workers representative of the contractor's commitments under Section 202 of Executive Order No. 11245 of September 24, t965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor witi comply with all provisions of Executive Order No. 11246 of September 24, t965, and of the rules, and regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all Information and tepo~s required by Executive Order No. '11246 of September 24, '1965, and by the .rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to hla books, records, and accounts by the contracting agency and the Secretary of Labor for the purposes of Investigation to aecertaln cempllarme with such rules, regulations, and ordem. (6) In the event of the contractor's noncompliance with the nondlacrlminatinn clauses of thla contract or with any of suoh rules, regulations, or orders, this contract may be canceled, terminated, or suspended In whole or in part end the contrcotor may be de,flared Ineligible for further Government contracts In acoordanco with procedures authorized In Executive Order No. 11245 of September 24, 19~, and au~h other · an~tions ma3f be Imposed and remndlea Invoked se provided In Excoutlve Order No. 1124~ of september Z4, t~S, or by rtde, regula .lb. n., or order of the secretary of L,bor~ or as ofherwl# provldnd by law. L-2 (?) The contractor will include the provisions of Paragraphs (1) through (7) in eve~/ subcontract or purchase order unless exempted by rules, regulations, or orders of th~ Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vender. The contractor will take such action with respect to any subcontract er purchase order as the contracting agency may direct as a means of enforcing such provisions, Including sanctions for noncompliance: Prnviderl, J~Jg.~Z, that In the event the contractor becomes Involved In, or Is threatened with, Htlgatlon with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the United States to enter into such litigation to protect th; Interests of the United States." 3. FEDERAL PROCUREMENT REGULATIONS EQUAL OPPORTUNITY IN EMPLOY'dENT ~ Reports and Other Required Informaflnrl (a) Requirements for prime contractors and subcontractors. Each agency shall requlre each prime contractor and each prime contractor and subcontractor shall cause Its subcontractors to file annually, on or before March 31, complete and accurate reports on Standard Form 100 (EEO-t) promulgated jointly by the Office of Federal Contract Compliance, the Equal Employment Opportunity Commission, and Plans for Progress, or On such form as may hereafter be promulgated in Its place, If such prime contractor or subcal~tractor (i) Is not exempt from the provisions, of this Sub.part 1-12.8 In accordance with 1-12.804; (ii) has 50 or more employees; (ill)Is a prime contractor or first-tier subcontractor;, and (iv) has a contract, sub-contract, or purchase order amounting to $ 50,000 or more, or serves as a dagository of Government funds In any amount, or Is a financial Institution which Is an issuing and paying agent for U.S. savings bonds and savings notes: Prevlded, that any subcontractor below the first tier which performs construction work at the site of construction shall be required, to file such a report If It meets the requirements In subdivisions (i), (11), and (iv) of this paragraph (a} (1). (2) Each person required by subparagraph (1) of this paragraph to submit reports shall file such a report with the contracting or admthtstsring agency within 30 days after the award to him of a contract or subcontract, unless such person has submitted such a report within 12 months preceding the date of the award. Subsequent reports shall be submitted annually'in accordance with subparagraph (1) of this paragraph, or at such other Intervals as the agency or the Director may require. The agency, wflh the approval of the Director, may' extend the time for filing any mpo~ (3) Tho Dir~. r, the agenoy, or the applicant, on their own motions, may require a prime contractor to keep employment or other'records end to furnish in the form requested, within reasonable limits, suoh information as the Direotor, agsnoy, or the applicant deems neoessary for the admlntstretlon of the Order. (4) The failure to file timely, complete, and aoourate reports, as required, constitutes nonsompllan~e with th~ prima oontreotor'$ or subcontraotor's obliOMiona under the Equal Opportunl{y olause and Is a ground for the imposition by the spongy, the Direo~r, an appll~nt, prime contra,~or or ~d~oonlrantor, of any mmotion authorized I~y the Order and the regulations In this aub.pa~ Any ~uoh fMlure ~hall be reported In writing to the Direr. or by* the ap~n,:y as ~oon as praolieable Mter It o~ur~. L-3 1-1 2.805.4 R~pnrts nnd Oth~r R~n?ir~d Infnrm~tlnn (b) Requirements for bidders or prospective contractors. (1) Each agency shall require each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state In the bid or at the outset of negotiations for the contract whether It has participated in any previous contrsct or subcontrsct subject to the Equal Opportunity clause; and, if so, whether It ha~ filed with the Joint Reporting Commlttse, the Director, an agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. The' statement ~hall be In the form of ~ representation by the bidder or offerer substantially as follows: "The bidder (or offeror) represents that he ( ) has, ( ) has not, participated In e previous contract or subcontract subject to the Equal Opportunity clause herein, or the clause orlglnally contained In section 30t of Executive Order No. 10925, or the clause contained In section 20:1' of Executive Order No. 11114; that he ( ) has, ( ) has not, filed all required compliance reports; and that representations Indication submission of requlrad compltanco reports, signed by proposed subcontractors, will be obtained p. rlor to subcontract awards." (The above representation need not be submitted in connection with contractS · or subcontracts which are exempt from the clause.) When a bidder or offerer falls to execute the representation, the omission shall be considered s minor Intorma ity and the bidder or offeror shall be permitted. to satisfy the requirement prior to award. (2) In any case In which a bidder or prospective prime contractor or proposed subcontractor, which participated in a previous contract of subcontract subject to Executive Orders No. 10925, 11114, or 11246, has not filed a report due under the applicable tiling requirements, no contract or subcontract shall be awarded, unless such contractor submits a report covering the delinquent period or such other period specified by the agency or the Director. (3) A bidder or prospective prime contractor or proposed subcontractor shall be required to submit such Information as the agency or the Director requests prior to the award of the contract or subcontracL When a determination has been made to award the contract or subcontract to a specific contractor, such contractor shall be required, pdor to award, or after the award, or beth, to furnish such other Information as the agency, the applicant, erie Director requests. (c) Use of reports. Reports filed pursuant to this 1-12.805.4 shall be used only In connection with the adminis{,-ailon of the Order, the CMl Rights Act of t964, or in fun~llerance of the puq~oses of the Order m~l raid Ad. L-4 ( d ) Acquisition of Report Forms. Standard Form 100 Is available in all GSA supply depots. Copies of the form may be obtained from GSA through the contracting or administering agency. The stock number for the form Is as fellows: Standard Form No. too Stock Number 7540-926-2049 Title Equal employment opportunity employer Information report. 1-t2.805.4 PROCURI;MENT STANDARDS All contracts for ~ or repair shall Include a prevision for compliance with the Copeland "Anti-Kick Back" Act (18 U.S.C. 874) as supplemented In Department of Labor Regulations (29 CFR, Part 3). This Act provides that each Contractor shall be prohibited from Inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to wfllch he Is otherwise entiti~d. The Grantee shall report all suspected or reported violations to the Grantor Agency. Where applicable, all Contracts awarded In excess of $ 2,000 for ~ contracts and in excess of $ 2,500 for other contracts which Involve the employment of mechanics or laborers shall Include a provision for compliance with. Section t03 and 10'/ of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor Regulations (29 CFR, Part $). Under Section 103 of the Act, each Contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work day of ~ hours and a standard workweek of 40 hours. Work In excess of the standard work day or work week is permissible provided that the worker is compen.eeted at a rate of not isss than t-1/2 times the basic Rate of pay for all hours worked In exoess 8 hours In any calendar day or 40 hours in the work week. Section t07 of the act Is applicable to construVdon work and provides that no laborer or meshonlo shall be required to work in surroundings or under working conditions wfllch are unsanitary, hazardous, or dangerous to his health and safety as determined under conctmctlon, rmfety, and health standards promulgated by the Secretary of Labor. These requirements do not apply to lhe purchases of supplies or matadals or artioles ordinarily available on the open market, or contracts for transportation or transmission of Intelt~nco. L-$ Each contract of an amount In excess of $ 2,$00 awarded by a Grantee or Sub-grantee shall provide that the recipient will Comply ~llh. applicable regulations and standards of the Cost of Living Council in establishing wages and prices. The provision shall advise ~e recipient that submission of a Bid or offer or the submittal of an Invoice.or voucher for property, goods, or services furnished under a contract or agreement with the Grantee shall constitute a certlfloatl0n by him that amounts to be paid do not exceed maximum allowable levels authorized by the Cost of Living Council regulations or standards. Violations shall be reported to the Grantor Agency and the local Internal Revenue Service field office. Contracts and sub.grants of amounts in excess of $ 100,000 shall contain a provision which raqulrse the recipient to agree to comply' with afl applicable standards, orders, or regulations Issued pursuant to the Clean Air Act of 1970. Violations shall be reported to the Grantor Agency and the Regional Office of the Environmental Protection Agency. Contracts shall contain such contrabtual provisions or conditions which will allow for administrative, contractual, or legal remedies in Instances where contractors violate or breach contracts terms, and provide for such sanctions and penalties as may be appropriate. All contracts, amounts for which are in excess of $ 2,500, shall contaln suitable pr0vlslons for termlnafion by the grantee Including the manner by which It will be effected and the basis for settlement. In addition, such contracts shall describe conditions under which the contract may be terminated for default as well as conditions where the contract may be termlnatad because of ciroumstsnces beyond the control of the contractor. In all contracts for ~ or facility improvement awarded in excess of $100 000, grantees shall observe the bond ng requirements provided In Attachment B to this Circular. Ail contracts and sub.grants In excess .of $ 10,000 shall Include provisions for compliance with ExecUtive Order No. 11246, entitled, "Equal Employment Opportunity", as supplemented In Depai;,,ent of Labor Regulations (4t CFR, Pa~t 60). Each contractor or sub.grantee shall be required to have an affirmative action plan which dedara$ fltat It does ItOt dlaedmlnats on the basis of race, color, religion, creed, national odgln, sex, and age and which specifies goals and target dates to assure the Implamentatlon of that plan. The grantee shall estsbllal~ im)cedures to a~sure oempllanco with this requirement by contra~ors or sub-grantess and to assure that suspected or reported COMPLIANCF; WITH PROVIRIONR OF THE LAI~OR LAW Pursuant to Article 8 of the Labor Law, the contractor's attention is directed to the following requirements.: Section 220.2 which requires a stipulation that no laborer, workman or mechanic In the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall bepermltted or required to wod~ more than eight hours In any one calendar day or more than five days In any one week except in the emergencies set forth in the Labor Law. Section 220.3 which requires a provision that each laborer, wot'kman or mechanic employed by the contractor, subcontractor or other person about or upon such public work, shall be paid not less than the prevailing rate or wages and shall be provided supplements not less than {he prevalllng supplements as dctermlned by the fiscal officer. Section 220.3-a also requires that the contractor and every*subcontractor on public works contracts shall post In a prominent and aceesslble place on the site of the work a legible statement of all wage rates and supplements as specified in the contract to be paid or provided, as the case may be, for the various classes*of mechanics, workingmen, or laborers employed on the work. Section 220,3-e provides that apprentices will be permitted to wo~k as such only when they are registered, individually, under a bona fide program registered with the New York State Department of Labor. The allowable ratio of apprelttices to Journeymen In any craft classification shall not be greater than the ratio permitted to the contractor as to his work force on any job under the registered program. Any ~mployce listed on a payroll at an apprentice wage rate, who Is not reglstared as above, shall be paid the wage rate dctermlned by the New York State Department of Labor for. the classification of work he actually performed. The contractor or subcontractor will be required to furnish written evidence of the registration of his program and apprentices as well as of the appropriate rations and wage rates, for the area of construction prior.to using any apprentice on the contract work. Section 220-e, which requires provisions by which the col~tractor with the State or munlctpallty agrees: la) Tha( in the hiring of employees for the performance of work under this contract or any (b) subcontract hereunder, no contractor, subcontractor, nor any person acting on behalf of sUCh contractor or subcontractor, shall by reason of race, creed, color or national origin discrlmlnats against any cttizen of the 8tats of New York who Is qualified and available to perform the work to which the employment.relates; That no contractor, subcontractor, nor any person on hl.s behalf shall, In any manner, discrtmlnats agalnct or Intimidate any employee hired for the per[ormanca of work under this contract on ac, count of race, creed, color or national origin. (Your attention is directed to the provisions of the State law against Discrimination which also prohibits discrimination In employment because of age~; That there may be deduoted from the amount payable to the contractor by the 6tare or munldpallty under this contract a penalty of five dollars for each calaadar day dudn~l which such person was discriminated against or Intimidated In violation of the pmvlalans of~ contra~; L-7 (d) That this contract may be canceled or terminated by the State or municipality, and alt moneys due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the contract, The aforesaid provisions of Section 220-e which covers every contract for or on behalf of the State or municipality for the manufacture, sale or distribution of materials, equipment or supplies shall be limited to operations performed within the territorial limits of the State of New York. Section 222 which requires that preference In employment shall :be glven to citizens of the State of New York who have been residents for at least slx consecutive months Immedlatal}' prior to the commencement of their employment; that persons other than citizens of the State of New York may be employed when such citizens ara not available; and that If the requlrementa of Section 222 concerning preference In employment to citizens of the State of New York are not complied with, the contract shall be void. Section 222-a which requiras that If In the construction of the public work a harmful dust hazard is created for which appliances or.methods for the elimination of harmful dust have been approved by the Board of Standard Appeals, such applisl~ees or methods shall, be Installed and maintained and effectively operated by the contractor; and that If the provislons of Section 222-a concerning harmful dust hazards are not complied with, the contract shall be void. OTHER REQUIREMENTS Every State contracting agency, Including Public authorities, must Include in each contract paragraphs (c) through (g) of the Standard State Contract Clauses promulgated by the Governor on September t2, t963 and amended November t4, 1963. Labor classifications not appearing on the accompanying schedule of wages can be used only with the consent of the department of Jurisdiction and then the rate to be paid will be given by the department of Jurisdiction after being advised by the New York State Department of Labor. The contractor shall make such provision for disability benefits, workmen's compensation, unemployment Insurance, social security and safety code provisions as ara required by law. General Regulation No. 1, as Issued by the State Commission for Human Rights, requires that each contract contains s stipulation that: "It Is hereby agreed by and'between the pm'des hereto that every contractor and subcontractor engaged In the public work described In this contract shall post and maintain at each of bls establishments and st all places at which the pdblic work described hereunder Is being conducted, the Notice of the State Commission fo~ Human Righta Indicating the · ub~antive provisions of the Law Against Discrimination, whera ~omplalnts may be filed, and other' poflinent Information. Such Notice shall be posted In easily uceesst§le and well lighted place~ customarily frequented by employees and applicants for ernploymenL" The Notice may be obfalnecl front the department bering Jurisdiction, or from the office of the State ¢,ommissisn for Humam RigMs In the respective area. You ~re requested to refer to the Bureau of Publlo Work ~dl charges ef dbndmlnation In employment Including dl~almlnstlon la~au~ of age, rece, ,a~ed, color of n~tlon~l ol~ln. L-8 PROJECT SPECIFICATIONS . GENERAL REQUIREMENTS All work in this Division shall comply with all particulars of the General Conditions and the Supplementary General Conditions of these Specifications. Section 1010. SUMMARY OF WORK 1._0_1 WORK COVERED BY THE CONTRACT DOCUMENTS: A. It is the intent 'of these Specifications that the Contractor shall provide all ~ite preparation work as needed or required to accommodate the Demolition Work. Limits of work under this contract shall include the entire site. Any and all damage caused by Demolition activities to the existing read surfaceS beyond these limits will extend the construction limits listed herein. B. Streets, roads, trees, buildings, adjacent properly and other works to remain shall be protected throughout the contract in accordance with the New York State Building Code. C. Trees larger than 6" in diameter are not to be damaged or removed without written permission from the Department of Public Works (hereinafter - DPW). D. It is the intent of this specification that all footings foundations, mechanical equipment and related construction materials and debris fields shall be removed from the site in there entirety. E. All other construction related debris fields noted herein or encountered in the field shall be removed from the site in there entirety. F. The burying of debds and related materials shall not be approved. G. All excavations and/or open holes shall be filled in a uniform manner with an approved, dean, natural fill This approved fill matedal shall align with existing contours & the natural topography of the site. All backfilled areas shall be compacted to the satisfaction of the DPW. H. Ail debris generated from the demolition activities shall be disposed of by the Contractor at an approved upland site. Burning of matedal on the site will not be permitted. Material to be removed shall be removed from the site daily as it accumulates. I. Unauthorized excavation shall consist of the removal of materials beyond the limits of buildings and debris matedal Indicated in the plan. Unauthorized excavation, as well as remedial work directed by the DPW shall be at the Contractor's expense. J. If at any time the Contractor encounters any debds or objects not specifically Indicated or noted herein, it shall be the Contmctom responsibility to coordinate the removal of additional debds materials or demolition work with DPW. END OF SECTION Item # 1. 2. Laurel Lake Preserve Site Restoration/Clean Up Plan/Specification Description of Clean Up 21' x 50' One story concrete block building. Debris pile consisting of miscellaneous metal, wood, asphalt and other un-natural waste products. 3. Flagpole & surrounding asphalt pavement +/- 500 S.F. 4. Abandoned metal storage tanks (stockpiled above ground) masonry foundation (+/- 30' X 30') projecting between one & two feet above ground. 5. Dilapidated wood frame building on masonry piers. 50% collapsed. 6. 8' X 8' (+/-) masonry box with concrete slap for top cover, projecting about two feet above ground and appears to be approximately 6' deep. 7. Metal frame children's climbing apparatus and metal well casing immediately adjacent. 8. Several wood frame buildings, totally collapsed. 9. 20' X 30' one story concrete block building. I0. Small concrete block building. 11. 50' X 75' (+/-) Concrete slab, with protruding metal pipes. 12. 50" X 75' (+/-) Concrete slab, with Protruding metal pipes. 13. 50' X 75" (+/-) Asphalt slab. 14. Miscellaneous debris (wood, metal, concrete) 15. One story wood frame building (+/- 1,200 S. F.) 16. I ½ story wood frame building (+/- 2,600 S. F.) TO~V 0£ SITE / / / / / / ~Q //// / / / / / / \ /t lI / / / / PLAN / / / / BLOCK BUILDING TO REMAIN ~/o/~ SCALE: 1" : 150' Notice to Bidders: This project is in part funded by a grant from the New York State Office of Parks, Recreation and Historic Preservation through Title 9 of the Environmental Protection Act of 1993. It is the policy of the NYS to encourage the greatest possible participation of minority and women-owned business enterprises in State-funded projects. The General Contractor, by submitting a bid, acknowledges his/her understanding and support for this policy and pledges to fully cooperate with the Town of Southold in meeting NYS requirements. #9014 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 2nd day of October, 2008. Principal Clerk Sworn to before me this LEGAL NOTICE NOTIC~ TO BIDDERS PROJECT: Demeelfim md removal of wooden buildings, .ceaeeete block buildings, asphalt and con~'ete pads, and miscellaneous debris, ut the L~urel Lake Preserve, S145 Route 25, Mnffimck, NY 119~2 The Town Board of the Town of Southold ~ receive bids at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, E O. Box 1179, Southold, New York 11971, until Specifications are available at the Southold Town Clerk's Office, Southold Town Hall, 53095 Main Road, Southold, NY 11971. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for perfor- mance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest respon- sible bidder. The Town of Southold reserves the right to waive any informality, and to reject any or all bids~ and to retain bids for 45 days from the date of receipt. The draw his bid during this period. Bid Security in the form of a certified check or Bid Bond in the amount of 5% of the Base Bid will be required of each bidder. Please advise if you intend to bid or not. Dated: September 9, 2008 BY ORDER OF THE SOUTHOL/) TOWN BOARD By: Eliz~beth A. Neville Southold Town Clerk 9014-1T 10/2 CHRiSTiNA VouNSK NOTARY PUBLiC-STATS OF NEW yORK No. 01 .V06105050 Qualified in SutfOll[ Coul~t¥ My commission Expires Fe~tUot¥ 25, 2012 LEGAL NOTICE NOTICE TO BIDDERS PROJECT: Demolition and removal of wooden buildings, concrete block buildings, asphalt and concrete pads, and miscellaneous debris, at the Laurel Lake Preserve, 5145 Route 25, Mattituck, NY 11952 The Town Board of the Town of Southold will receive bids at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, P O Box 1179, Southold, New York 11971, until 10:00 AM, Thursday, 2~3, October 200._~8. Day Month Year Specifications are available at the Southold Town Clerk's Office, Southold Town Hall, 53095 Main Road, Southold, NY 11971 This invitation to bid is not an off'er and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informality, and to reject any or all bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Bid Security in the form of a certified check or Bid Bond in the amount of 5% of the Base Bid will be required of each bidder. Please advise if you intend to bid or not. Dated: September 9, 2008 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk PLEASE PUBLISH ON October 2, 2008 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members DPW Data Construction Brown's Letters Burrelle's Information Services Town Attorney Dodge Reports Town Clerk's Bulletin Board STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the ~'~ day of ..~.,_/-- , 2008, she affixed a notice of which the annexed printed notice is a true copy, ~n a proper and substantial manner, in a most public place n the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. Re: Bid - Laurel Lake Preserve Demol. & Removal Elizabeth A. Neville Southold Town Clerk Sworn before me this 02,9 day of ~ ,2008. ~No{~ry P~ablic LINDA J COOPER NOTARY PUBLIC, State of New York NO, 01CO4822563, Suffolk Cougt~` Term Expires December 31,20~ RESOLUTION 2008-845 ADOPTED DOC ID: 4210 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-845 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON SEPTEMBER 9, 2008: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the demolition, removal of concrete block buildings~ wooden frame buildings~ old tanks, concrete and asphalt pads and miscellaneous debris, on the Laurel Lake Preserve~ in accordance with the plans & specifications prepared by James Richter~ RAt Office of the Town Engineer. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Vincent Orlando, Councilman SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell INVITATION TO BID Project: Demolition and removal of wooden buildings, concrete block buildings, asphalt and concrete pads, and miscellaneous debris, at the Laurel Lake Preserve, 5145 Route 25, Mattituck, NY 11952. The Town Board of the Town of Southold will receive bids at the Office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, NY 11971, until 10:00 a.m., Thursday, October 23, 2008. This invitation to bid is not an offer and shall in no way bind the town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informality and reject any or all bids and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Please advise if you intend to bid or not. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk A-1 Southold Town Board - Letter Board Meeting of September 9, 2008 RESOLUTION 2008-845 ADOPTED Item # DOC ID: 4210 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2008-845 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON SEPTEMBER 9, 2008: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the demolition~ removal of concrete block buiidings~ wooden frame buildings~ old tanks~ concrete and asphalt pads and miscellaneous debris~ on the Laurel Lake Preserve~ in accordance with the plans & specifications prepared by James Richter~ RA~ Office of the Town Engineer. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Vincent Orlando, Councilman SECONDER: Albert Krupski Jr., Councilman AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell Generated September 12, 2008 Page 17