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