Loading...
HomeMy WebLinkAboutNorth Fork Trail Scenic Byway Interp. Signage & Facilities ti ROYAL GUARD FENCE CO.,INC. CHAIN LINK FENCE, GUIDE RAIL, SIGNS, BRIDGE RAIL 550 MAIN STREET, WESTBURY, NY 11590 - Phone (516) 334-7544 - Fax (516) 997-3084 RECEIVED February 13, 2014 FES n X014 Mr. James Richter, RA -Town Engineer Southold Town Clerk Town of Southold 53095 Main Rd (Route 25) P.O. Box 1179 Southold, New York 11971 Re: PIN 0758.90 North Fork Trail Scenic Byway Interpretive Signage and Facilities Dear Mr. Richter: As you are aware, Royal Guard Fence Co., Inc. has submitted the low bid for the above referenced project. However, it is with deep regret, that we must inform you that Royal Guard Fence Co., Inc. will not be able to sign the contract with the Town of Southold due to personal reasons. We apologize and wish you all the best with the project. Ver r ly Yours, Ralph G rcia, President Royal Guard Fence Co., Inc. CERTIFIED U.S. Postal Service,., • • • ' p TC i `a E- ru 1 CO Postage i 171 r_ 1 Certified Fee ' C3 Return Receipt r ea Postmark C3 (Endorsement Required) t Here C3 Restricted Cellvery Fee C3 (Endorsement Required) ru 00 Total Postage a Fees C3 nr To kriei ~4 hd1 1 ~1r 1 p Street . .APr.N-._.---_hC.-----•--.--_: 7 0 or PO Box No. rv a N 119 PS Form 3800, Augnst 2006 n---- tjons 1 ¦ Complete items 1, 2, and 3. Also complete A, SI lure item 4 if Restricted Delivery Is desired. X ? Agent ¦ Print your name and address on the reverse ? Addressee so that we can return the card to you. Received by rrteU N ) C. e of Del ¦ Attach this card to the back of the mailpieee, i or on the front If space permits. ~2s I ti D. Is delivery address different from item 17 ? es 1 1. Article Addressed to: It YES, enter delN ery address below: ? No ~o~'ri c; ~ 17otnchD.k I ~~Sg `nd~-4'r ~ e 5 ~L{ CP11~e? lJriV{+ 3. Serve type 1<ivevhead N`1 11401 JWOwUW Mail ?etpress mail ? Registered ? Return Receipt for Merchandise ? Insured Mail ? C.O.D. 4. Restricted Delivery) (Extra Fee) ? Yes z. Article Number from servke /a6sl) 7009 0820 0001 7820 8051 (rransrer from PS Form 3811, February 2004 Donbeec Return Receipt 102595-02-W540 a~ j YY 3A U.S. Postal Service MAILTRECEIPT CERTIFIED 7 (oome tic Mail only; No insurance Coverage Provided) e I C3 a 10 V • p• ~ C3 P Postmark i Here celpt Fee Retum Re C3 (Endorsement Required) '111-d Fee E3 Restricted Delivery Fea (Endorsement Required) O CO Total Postage & Fees O of TO Street, ON No.; 0 orPO SOx No.115.) N, State. ZIRt O UQ t~ I I I SENDER: COMPLETE THI,~ ~,FCTION ¦ Complete Items 1, 2, and 3. Also complete A. S stoM Item 4 If ResMcted Delivery Is desired. X M Agent ¦ Print your name and address on the reverse Addresses so that we can return the card to you. g p Mr ( ) C. Dqte Delivery 1 ¦ Attach this card to the back of the r lpiece, or on the front if space permits. D. Is delivery address ditrertt fmm Item 1? 0 1. Article AddresseAto: S If YES, ender delivery address below: 0 No n - Cove.Z'Lihi NSPhGj+ ~r1C. x'62 C 3. SWAOe Type l tftCF~~t~ue I7J )90WypbMail oegxessMau + 0 Registered 0 Rctum Recelpt for Merchandise I+I 0 Insured Mall 0 C.O.D. i' 4. Restricted Delivery? Pft Fee) 0 Yes 2. Article Number 7009 0820 0001 7820 8044 (ra,isliarfromae,ike,. a PS Form 3811, February 2004 Domwflc Return Pam" lameso2-M-1540 I I i I 'I i i r it I Postal CERTIFIED MAIL,., RECEIPT r (Domestic M 0 O nJ a cc) Postage It r Certified Fee Postmark O Return Receipt Fee Here p (Endorsement Required) E3 Restricted Delivery Fee E3 (Endorsement Required) ru CIE Total Postage 8 Fees $ O S nt To D-' f ~1 1 C3 Z! -_S4r ...anC.*G..) N or Street, Ap No ' PO BOxt-NO. _S+Y.SC 1.4-............ Clry, State, ZIP+ It SENDER: COMPLETE THIS SECTION 111111111 ¦ Complete hems 1, 2, and 3. Also complete A. Sign@W Item 4 If Restricted Delivery is desired. Xigem ¦ Pdrh your name and address on the reverse ? Addressee so that we can return the card to you. B. Received by ( Name) ..pate f Delivery ¦ Attach this card to the back of the maiipiece, (_wl._ or on the front if space permits. D. tv delivery address different from rem 1 T ? Yes 1. Article Addressed to: If YES, enter delivery address below: .~No Lo&.vdo Ganerc-I 02644 4d 35 cyueent Syk-r-ee} 3~rUOk?yn Nil ? aC~a 3. Sol Type Q'Cettlfled Mail ? B Mail ? Registered ? Ratum Receipt for Merchandise 0 Insured Mail ? C.O.D. 'j 4. Restricted Delivery? Aft Fee) ? Yes 2. Article Number (fiansler from service lebe9 7009 0820 0001 7820 8037 PS Form 3811, February 2004 Domeetlc Return Rec•Ipt 102596-02-M-150 71 ,Og~?FFO(,~~, ELIZABETH A. NEVILLE, MMC ~~0 OGy Town Hall, 53095 Main Road TOWN CLERK p P.O. Box 1179 GO Z Southold, New York 11971 REGISTRAR OF VITAL STATISTICS O Fax (631) 765-6145 MARRIAGE OFFICER Telephone (631) 765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownnygov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 16, 2013 Patricia Panchak KJB Industries 14 Center Drive Riverhead, NY 11901 Dear Ms. Panchak: This office has been informed that the bid bond/check can be released that you supplied for the installing interpretative signage. Enclosed please find your bid bond dated May 7, 2013. Thank you for your bid. Very truly yours, 44& Lynda M Rudder Deputy Town Clerk Encs. o~~gUFFO[,(co ELIZABETH A. NEVILLE, MMC h~ Town Hall, 53095 Main Road TOWN CLERK P.O. Box 1179 W Z Southold, New York 11971 REGISTRAR OF VITAL STATISTICS 5 • .tt Fax (631) 765-6145 MARRIAGE OFFICER A Ot' Telephone (631) 765-1500 RECORDS MANAGEMENT OFFICER 0( `~a wwwsoutholdtownnygov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 16, 2013 Richard Corozzini, Jr. Corazzini Asphalt Inc PO Box 1281 Cutchogue, NY 11935 Dear Mr. Corazzini, Jr.: This office has been informed that the bid bond/check can be released that you supplied for the installing interpretative signage. Enclosed please find your bid bond dated May 2, 2013. Thank you for your bid. Very truly yours,11 -j kA~ Lynda M Rudder Deputy Town Clerk Encs. o~~g~?FFOL,~co ELIZABETH A. NEVILLE, MMC h~ ry Town Hall, 53095 Main Road TOWN CLERK p P.O. Box 1179 y Z Southold, New York 11971 REGISTRAR OF VITAL STATISTICS O Fax (631) 765-6145 MARRIAGE OFFICER Telephone (631) 765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 16, 2013 Lo Sardo General Contractors 35 Crescent Street Brooklyn, NY 11208 Dear Sirs: This office has been informed that the bid bond/check can be released that you supplied for the installing interpretative signage. Enclosed please find your bid bond dated May 3, 2013. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Encs. Rudder, Lynda From: Richter, Jamie Sent: Monday, September 16, 2013 10:08 AM To: Rudder, Lynda Cc: nrbl@optonline.net Subject: FW: Interpretive Signage Project Lynda The low bidder was: Royal Guard Fence James A. Richter Office of the Enoicer Town of Southold, New York ramie. richter(a)town.south old. ny.us Office: 631-765-1560 Cell: 631-926-9430 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s) Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Stephen Normandin [mailto:snormandinCalrbagroup.comj Sent: Monday, September 16, 2013 10:06 AM To: Richter, Jamie Cc: nrblClaootonline.net Subject: RE: Interpretive Signage Project Royal Guard Fence From: Richter, Jamie [mailto:Jamie.RichterCcbtown.southold.nv.usj Sent: Monday, September 16, 2013 9:59 AM To: snormandinOrbagroup.com Cc: nrbl(cboptonline.net Subject: Interpretive Signage Project Steve Can you tell me who the low bidder was? Thank you Jamie 1 James A. Richter Office of the Engineer Town of Southold, New York Lmie. richteratown.southold. ny. us Office: 631-765-1560 Cell: 631-926-9430 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. Scanned by Total Defense Email Cloud Security http://cloud.totaldefense.com Notice. The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document m error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). 2 o~,c,gUFF0Ljt4 , ELIZABETH A. NEVILLE, MMC Oy Town Hall, 53095 Main Road TOWN CLERK p P.O. Box 1179 N 2 Southold, New York 11971 REGISTRAR OF VITAL STATISTICS p • Fax (631) 765-6145 MARRIAGE OFFICER Telephone (631) 765-1500 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING NF Trail Scenic Byway Signage Bid Opening 5/7/2013 @ 11:00 AM 4 Bids were received Royal Guard Fence $120,005.00 550 Main Street Westbury, NY 11590 KJB Industries $122,911.00 14 Center Drive Riverhead, NY 11901 Corazzini Asphalt Inc $154,560.00 PO Box 1281 Cutchogue, NY 11935 Lo Sardo General Contractors $720,940.00 35 Crescent Street Brooklyn, NY 11208 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK REM NUMBER ESTIMATED QUANTITIES ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unit 0 Dollars Cents Dollars Cents //77 CLEARING AND GRUBBING JJ,, wd Q 201.06 LS NEC For J/L5.1 Drs / Cents SUBBASE COURSE, TYPE 2 304.12 CV 10 For Dollars r Cents / fAyl SA UTTINGPCC AND COMPOSITE PAVEMENT te r~ 0 520.05000010 LF 60 For A Dollars Cents SAWCUTTING EXISTING ASPHALT CONCRETE ,,7 ~e 520.09000010 LF 50 For Ai'b I Dol Cents CEMENT CONCRETE SIDEWALKS AND DRIVEWAYS 808.0105001 CY 45 For v Dollars Cents BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING ~BED)D,)~ 608.03 SY 25 Fo O Dollars Cents /f ),Q TURF ESTABLISHMENT-LAWNS 610.1602 SY 150 For Dollars Cents PLACING TOPSOIL - TYPE A 613.02 CY 50 For Dollars Cents ~O BS-1 DO NOT REMOVE THIS PAGE FROM BOOK - BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEWYORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES TLSNEC Dollars Cents Dollars Cents IOSK 815.300100SU ForDollars Cents BASIC WORK ZO E TRAFFIC CONTROL 819.010000 For& S?W-4 Doll- Ceit) / , INTERPRETIVE SIGN 845.100100SU EA 3 For C-5) K Dollars Cents MOBILMATION 899.04 LS NEC For d/~ ~ Dollars Cents ~J 400 /D TOTAL, C TOTAL BID (ADD ITEMS) For ~GfX`~ /G! ~ ~L~%~ e - Doha cents BS-2 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: ~mnrat ,JJ.,~ / ~y , " A Partnership or Entity FIRM NAME:Xxx d~( y4 An Individual PRINCIPAL O F1~ ) / " PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS L, PROFESSION/TRADE r' J q( Alp a'j-- err - 4 4 A 1. How many years has your organization been in business under its present business name? `9 r 2. You normally perform what percent of the work with your own forces? 7.f List trades that yorganization normally performs below: /n~_d"/"s"~~-j, 'i`~l ~~nv,,dl+" 3. Have you ever failed to complete any work awarded to you?A If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. A, ) QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts wit in the last five years? If yes, please provide details. b 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion --~/b'/ Vol Z~7 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work 12 "V27-~ ~~v~~Sai3 2043 ~/Z /odLv Sys d~~ dv D c"6 &0/ Q,O '0' ~ ~Ta~o (y 53 ~~d ; 310 a -Xd QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? y~s 10. Bank References: ,'P / Aa d6~a 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. 4/~ STATE OF COUNTY OF S r l being duly s orp deposes and says that he is contractor and that the ~ of S answe o the foregoing u tions and all statements therein contained are true and correct. gnature of person who signed bid) Sworn to before me this day of 20 L 3 Notary Public THERESA PSALTIS DANGELMAIER Commission Expiration Q O! LI Notary Public, State of New York J1 No.O1DA4968918 ttyy r t CommissionExpires July 30, A (~I QS-4 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIONAOE AND FACILITIES (PIN 0758.80) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED QUANTITIES ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unit D CLEARING AND GRUBBING Dollars Cents Dollars Cents (J,~~ -11 ,~1 ~~'sv~, 201.06 LS NEC For ~ L. 1 GV\`1~ ouS a, t~ ' nc) Cents e I I f -OLD 1 _ SUBBASE COURSE, TYPE 2 304.12 CY 10 For I V~~ V V V ~PQ 4- Dollars Cents 3oz SAW,ICUTTTING PCC AND COMPOSITE PAVEMENT Y Y w'CPN,,1A VI ~'Y 520.05000010 LF 60 For Se 0.9- ~ d f) U&-3 n ^ Dollars cents 1 L. rr!! SAWCUTTING EXISTING ASPHALT CONCRETE 520.09000010 LF 50 For I'~I r Pih d b (a ?S Y1O , 7SO Dollars Cents CEMENT CONCRETE SI KS AND DRIVEWAYS L 608.0105001 CY 45 For VY'~CT Y-,U c-elv,{ Dollars Cent BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING BED) n 608.03 BY 25 for vt d--' r70 cee* Dollars Cents Z j ~lleCJ - 1 TURF ESTABLISHMENT-LAWNS 610.1802 BY 150 Fore Q l] o Uj r } 'c no Qg'n.y - 1 s ~~0 Dollars Cents NI 1 PLACING TOPSOIL -/TYPE A 613.02 CY 50 For ~Q.`n44/ Skx a' Y 1o uy-N~ ~c.,,. Dollars Cents Yew BS-1 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEWYORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES Unit Q Dollars Cents Dollars Cents KIOSK 615.300100SU EA 4 For v Dollars ( C nts 'w 3 (9QV Cen BASIC WORK ZONE TRAFFIC CONTROL 819.010000 LS NEC For 1) S(I OA Q {')6 Qeifi Dollars Cents Q~~y-I NI I `o l~VV INTERPRETIVE SIGN 1 645.100100SU EA 3 For U v 1- Dollars GeAts G MOBILIZATION / / 'I 699.04 ~LS NEC For Self~r) 4hdysttV10A fl Y cjr-djPA >(`"~10 1 l II~ D are Cents e'en 1S / / t TOTAL 5z4 , 5(o o . U o TOTAL BID (ADD ITEMS) For one- kondred -(~''~fy -(i, (I? 1~/10l)C~rY~ 'h VC (Jnd(y/ 15z4 E 1'K'± / do lOLrs Cold Dollars Cents y)O Cam, rlt Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTEDB/Y~:: XI&W-P ratio FIRM NAME: AP ers al of Entity An Individual PRINCIPAL OFFICE: QD aQv I Ag I T ~(J/` c~ ~ y ~ i q3.s PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/IRADE OK~Sid r Spa /-fhaw, Pr RD cav' K 456ttz; y IIg35 Rt ?eDCoOzziNl 1. How many years has your organization been in business under its present business name? Zs 11-01VI: p 2. You normally perform what percent of the work with your own forces? 90 % List trades that you organization normally performs below: p GkAt" PAvinop ' Line s}--;PR- t cu~L?~ e ' ~`v' 3. Have you ever failed to complete any work awarded to you? No. If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. Irv QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. No 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion ti b \4 i 11ag5P- Ror` kk $ ovv -70), 6-131 i 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work QS-2 S. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci IC,V1Ctr~ OWn2r' ZG-+ cc l Ke~~ ~ (~ow~enW rCr~,vx ZO CI-tW 20+- C oor~l t ri StePhar lbe~hon ~wJ 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? \/~S 10. Bank References: 64 ~U E [a31 73~{ ~ba~, 11. Trade Association Membership: Local 1-2-q q) t (Oc)J l3 ~ 12. Has your firm ever been investigated by the New York State Department of Labor for pr i~igg tivaJ, date'. yyi?,Wions? If yes, when? What was the outcome of the investigation? !V6 y. _ QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF 099 ~K ) L J~ ) COUNTY OF tkFFO R 1 UWD J Q being du y sworn deposes and says that he is the of _ Al qA'GT IIJC contractor and that answers to the foregoing questions and all statements therein contained are true and correct. SUSAN PISANO Notary Public, State of Newyork (Si ature ofpe on who signed bid) No.01STS046833 I Oualified in Suffolk County ~ Commission Expires July 17, Sworn to before a this W day of -0t-' 20D Notary Public Commission Ex iration Date: (jD QS-4 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES Unit Q . Dollars Cents Dollars Cents CLEARING AND GRUBBING 201.08 LS NEC For Dollars Cents ~ aa / SUBBASE COURSE, TYPE 2 304.12 CY 10 For ®AJe J~b6/VD 4,0 Dollars Cents SAWCUTTING PCC AND COMPOSITE PAVEMENT 520.05000010 LF 60 For 7-1 O<j Dollars Cents ILBD SAWCUTTING EXISTING ASPHALT CONCRETE / 520.09000010 LF 50 For /L1f 0.-- 7Y ~`~U n l oo ollars Cents G O dG' CEMENT CONCRETE SIDEWALKS AND DRIVEWAYS 608.0106001 CY 45 For /`b. T m0 (Jp Dollars Cents g90 ~s ''BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING BED) ED~ 608.03 Sy 25 For__~ -LBU Dollars Cents TURF ESTABLISHMENT -LAWNS dU// 610.1602 SY 150 For f:ZaJ 6,, 7Y 40(7 j Cvc~ Dollars Cents G• q~ ,/J I 1Z ~~1/ PLACING TOPSOIL -TYPE A 613.02 CY 50 For dV(J, N-b -ZBU j`~ mfC7 Dollars Cents BS-1 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED QUANTITIES ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unit O Dollars Cents Dollars Cents LKIOSK 615.300100SU FA 4 For V,0 1D N/'O 0.4 UL Dollars Cents J BASIC WORK ZONE TRAFFIC CONTROL 619.010000 LS NEC For de /rbjj zljz h4 ;lay ~6B-J o-o Dollars Cents 12-36 ~30 L, INTERPRETIVE SIGN B-y- 645.100100SU EA 3 For ~~UUdA fr?d - 'AI U'-c / BU y~ Dollars Cents / ,,~~/I~~,,,, MOBILIZATION 699.04 LS NEC For`f 1/O I-ht ?.Si/+~'~ B~B- d" JbOV 0~ Dollars Cents ?d j fZ TOTAL W ~Z Q~ O P TOTAL BID (ADD ITEMS) For'dae /"(wo '/tia r-r %f~ Umy"D '01 Vx Dollars Cents BS-2 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all ans to interrogatories hereinafter made. SUBMITTED BItC.~\(r~A O _ ~W n2 A Corpora 4p cc A Partnership or Entity FIRM NAME : `4W~~49 C o An Individual PRINCIPAL OFFICE: ~5S O ~G.r ~ PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE VQCe4 . ~co~b. V a y~~ICASS . ~1a. \ ~~w~oCW~ 1. How many years has your organization been in business under its present business name? 55 ~QO.cS. t 2. You normally perform what percent of the work with your own forces? \ Rl % List trades that you organization normally performs below: S.c~wO~v„•ec5. 3. Have you ever failed to complete any work awarded to you? If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. nt \~s r 6. List the major construction projects your organization has underway at this date: Name of Engineer/ Project Owner Architect Contract Percent Scheduled on Name Telephone # Telephone # Amount Comte Completi 2(ea (o8b ~fS DoT' t t- 10L41,4G1-IV &A 2013 QQ~STl~3 ~o cwr 42, Iwo lady 2° 1`l ~Mr 424000 -zzz 00 /3 ~ ~ls ~o~ ~~Id ~~r' Z,o32, pot, ~w'' 2~r5! 1~2G 13 62 7. List five major projects you organization has completed in the past five years: Name of Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work fhtelb03 5(1- 336-G7z~ AS Dvi D3 T' 11 700 0ot3 12131112 A00 Anlzs 26,0,000 (13!hg LOol ~1~K l0 3z POA:00d*og; TY wo 6 o rZ 400 i ~21e~3~? ~~S Dfl1 ~.SUo.I~ Lz/31~1[ 2f~ 0 401 DD j ~ 3d8~ 0 00 l a f 3! ~ L~ ~S~ QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci J:~rGvQS~. C S~acU.~c 3~ ga.,s~.a3'~ or S c„~,,,` ~aL 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: G v~^Af- tlN1,0?15 g 2~2 73I Z9~§ 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? A10 QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in reject of the Bidder's Propo-d' STATE OF COUNTY OF \cs~G ~C~ _ V~Q,A2 being duly sworn deposes and says that he is the of v4cJ ~-zio.ra contractor and that answers to the foregoing questions and all statements therein contained are true and correct. Awn A*A (Signature of person who signed bid) 'Public /Vo S~~e FK GoMmlf n fisd it) 32 w yo,* 1~wlnz r~ count' Sworn to before me this day of UA 20 `nber23<& Notary Public Commission l~ iration Dqte 2D QS-4 L L l L L J L j L 1. L _i L J L i L l _I L DO NOT REMOVE THIS PAGE FROM BOOK BID NORTH FORK TRAIL SCENIC BYWAYSNTE PR 1lfERPRETIVE SIGNASGE AND FACILITIES (PIN 0758.80) SOUTHOLD, NEWYORK REM NUMBER ESTIMATED QUANTITIES ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unlt 0 . Dollars Cents Dollars Cents KIOSK 815.3001003U EA 4 FONE HUNDRED ONE THOUSAND SIX HUNDRED SIXTY THREE AND 0 CENT 25415 75 01663 00 Dollars Cents BASIC WORK ZONE TRAFFIC CONTROL 619.010000 LS NEC For FIFTY SEVEN THOUSAND EIGHT HUNDRED SIXTY NINE AND ZERO CEN 57869 00 Dollar Ce Ns INTERPRETIVE SIGN --1 5 545.100100SU EA 3 ForTHIRTY SIX THOUSAND TWENT EIGHT AND ZERO CENTS 1200 00 36028 00 Dollar, Cenm MOBILIZATION 680.04 LS NEC For TWO HUNDRED NINETY EIGHT THOUSAND TWO HUNDRED AND ZERO CE T 98200 00 Dollars Cents TOTAL 720940.90 TOTAL BID (ADD ITEMS) For SEVEN HUNDRED TWENTY THOUSAND NINE HUNDRED FORTY AND NINETY CENTS Dollars Cents BS•2 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ES D OUANTTIMATERI ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unit Div. Dollars Cents Dollars Cents CLEARING AND GRUBBING 201.08 LS NEC ForFORTY THREE THOUSAND EIGHT HUNDRED FORTY AND ZERO CENTS 43840 88 Dollars Cents SUBBASE COURSE, TYPE2 304.12 CY 10 For SIX THOUSAND THREE HUNDRED FIFTY THREE AND 96 CENTS 635 37 6353 96 Dollars Cents SAWCUTITNG PCC AND COMPOSITE PAVEMENT 520.05000010 LF 80 ,,SEVEN HUNDRED SEVENTY EIGHT AND TWO CENTS 12 97 778 2 Dollars Cents SAWCITTTING EXISTING ASPHALT CONCRETE 520.09000010 LF 50 For SEVEN HUNDRED SEVENTY EIGHT AND TWO CENTS 15 56 778 2 Dollars Cents CEMENT CONCRETE SIDEWALKS AND DRIVEWAYS 808.0105001 CY 45 For EIGHTY. FIVE THOUSAND THREE HUNDRED SIXTY SIX AND 29 CENTS 1897 03 85366 29 Dollars Cents BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING BED) 608.03 BY 25 For FIFTEEN THOUSAND FOUR HUNDRED SIX AND 11 CENTS 616 24 15406 24 Dollars Cents TURF LISHMENT -LAWNS 610.1602 BY 150 For FIFTY FIVE THOUSAND NINE HUNDRED NINETY THREE AND 12 CENTS 373 29 55993 12 Dollars Cents PLACING TOPSOIL -TYPE A 613.02 Cy 50 ForEIGHTEEN THOUSAND SIX HUNDRED SIXTY FOUR AND 37 CENTS 373 29 1866,37 Dollars Cents BS-1 Town of Southold BIDDER'S DUAL MCATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITI•ED BY: CORPORATION A Corporation A Partnership or Entity FIRM NAME: LO SARDO GENERAL CONTRACTORS INC An Individual PRINCIPAL OFFICE: 35 CRESCENT STREET BROOKLYN NY 11208 PRINCIPAL OFFICERS: BACKGROUND TTTLE NAME ADDRESS PROFESSIONlrtADE PRESIDENT SILVIO C LO SARDO OCEANSIDE NEW YORK CARPENTER/MASON SECRETARY ANTHONY LO SARDO OCEANSIDE NEW YORK MASON/SUPERVISOR TREASURER IMPERINO LO SARDO OCEANSIDE NEW YORK ELECTRICIAN/ SUPERVISOR 1. How many years has your organization been in business under its present business name? 41 YEARS 2. You normally perform what percent of the work with your own forces? 80 % List trades that you organization normally performs below: CARPENTRY MASONRY CONCRETE JOINT SEALERS SITE WORK METAL WORK STRUCTURAL STEEL ENGINEERING ROOFING DOORS HARDWARE FINISHES 3. Have you ever failed to complete any work awarded to you? NO . If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. NO QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. No r- r 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion SEE ATTACHED SHEET "A" r 7. List five major projects you organization has completed in the past five years: r' Name of: Engineer/ Work Done _ Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work r SEE ATTACHED SHEET "B" r r r i r QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci SEE ATTACHED SHEET "C" 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? LO SARDO HAS ALL THE REQUIRED EQUIPMENT REQUIRED TO COMMENCE AND COMPLETE THE WORK WITHIN THE CONTRACT TIME. WE ARE A UNION COMPANY AND HAVE THE ABILITY TO PULL THE REQUIRED WORKFORCE FROM THE UNION HALL OR OUR FORCES AS REQUIRED 10. Bank References: 11. Trade Association Membership: NOT APPLICABLE 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? NO QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. r SEE ATTACHED "D" r- STATE OF 111as? ~gn~4C ) COUNTY OF lG 1 nJ I;S ) ,f-IL-1,10 C, S~,C n -0 being,dmy sworn a ses d sa that he is the 04,651 or" t of 79 " tr rind that aomg questions and a statements therein contained are true and correct. an= of person who tgn i Sworn to before me this MA I 201 3 Si EvEN U '=ENSLAU Notary Public NOTARY PUBLIC State of New York Commission Xplratl Date: 01 FE6089348 Qualified in Kings County ° t ~ ~5 Commission Expires May 10.20 i QS-4 Colonial Surety Company Administrative Office 50 Chestnut Ridge Road Montvale, NJ 07645 201-573-8788 BID BOND KNOW ALL PERSONS BY THESE PRESENTS, that we, KJB INDUSTRIES INC., Riverhead, NY as Principal, and the COLONIAL SURETY COMPANY, a corporation under the laws of the Commonwealth of Pennsylvania, as Surety, are held and firmly bound unto Town of Southold, Southold, NY as Obligee, in the sum of 50/6 of amount bid not to exceed 47400 for the payment, whereof in lawful money of the United States, we bind ourselves, our heirs, administrators, executors or successors, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted the accompanying bid for Install Interprepetive Signage NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, then this obligation shall be void: otherwise to remain in full force and effect. Provided, however, that if said contract is not awarded within 60 days of the date of ' o ning, this bond shall be void and of no force and effect. Signed and sealed this 7 day May 2013. KJB INDUSTRIES INC. /7 Witne R rt P chak (Pdncipal/ritle) (Seal) COLONIAL SURETY COMPANY Witne R art Panchak Anthony J. Cim (Attomey-in-fact) (seal) COLONIAL SURETY COMPANY Duncannon, Pennsylvania - Inc 1930- FINANCIAL STATEMENT-DECEMBER 31, 2011 ASSETS LIABILITIES & SURPLUS `Stocks and Bonds $ 35,267,941 Reserve for Unearned Premiums. $ 5,891,892 Cash in Office & Banks 2,090,802 Claim Reserves.......................... 12,160,194 Accrued Interest & Dividends. . 299,345 Other Liabilities 1,935,646 Premiums & Agents Balances Receivable 116,962 Collateral Held 1,599,654 Other Assets 6,239,836 Capital Stock 3,000,000 Surplus 19,427,500 Total Admitted Assets 44,014,886 Total Liabilities & Surplus 44,014,886 'Bonds and stocks are valued on basis approved by National Association of Insurance Commissioners. STATE OF NEW JERSEY ss : COUNTY OF BERGEN I, Wayne Nunziata, President of COLONIAL SURETY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the Financial Statement of said Company, as of December 31, 2011. IN WITNESS WHEREOF, I have signed this statement at Montvale, New Jersey, this 30th day of April, 2012. I Surety Co 0 0~ Wayne Nunziata President O +ncorponted s 1930 A a 4 •~9 nsy14 Theresa Spinelli Notary Public I Theresa Spinelli A Notary Public of New Jersey My Commission Expires September 9, 2015 i i COLONIAL SURETY COMPANY Duncannon, Pennsylvania Administrative Orifice: 50 Chestnut Ridge Road, Montvale, New Jersey 07645 GENERAL POWER OF ATTORNEY Know afi Men by These Presents, That COLONIAL SURETY COMPANY, a corporation duty organized and existing under the laws of the Commonwealth of Pennsylvania and having an administrative office in Montvale, Bergen County, NJ does by these presents make, constitute and appoint Anthony J. Cimasko Riverhead Wayne Nunziata or Anthony J. Cimasko or Audie B. Murphy of Montvale and the State of New Jersey its true and lawful Attorthey(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver. Any and All Bonds and to bled the Company thereby as fury and to the same extent as if such bonds were signed by the President, sealed with the cor- porate seal of the Company and duty attested by its Secretary, hereby ratifying and confirming all that the said Attornwy(s)-in-Fact may do in the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of the Colonial Surety Company at a meetng held on the 25th day of July, 1950. "Be it RewhreQ that the President, any Vice-president, any Secretary or any Assistant Secretary shall be and Is hereby vested with full power and autluority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section L Attorney-ln-Fad Attomey-in-Fact may the given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, reaognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's lfability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be bindng upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "in yYrbness Wherva,, Colonial Surety Company has caused these presents to be signed by rls President and its corporate seal to be hereto affixed the 27th day of April . A.D., 2011. o3 COLONIAL SURETY COMPANY oC`Q\gIjrety 00 State of New Jersey p Ineoriwralsd By t 6421Y SS: V -a- Wayne Nunnata- Presidt County of Bergen a 1930 It A .`rp egnSy(Vao On this 27th day of April in the year 21111, beforeme Theresa Soineili a notary public, personally appeared Warne Nunziala personally known to me to be the person who executed the within instrument as President on behalf of the corporation therein named and acknowledged to me that the corporation executed iL ~°Sa SPi~e THERESA SPINELLI re PNOtBry ' A Notary Ppbrc of New Jersey MY CarmiNSOn Flies SeNebet 9, 2015 mew Jer~ Theresa Spinelli Notary Public 1, the undersigned Secretary of Colonial Surety Company, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force and effect And 1 do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Colonial Surety Company at a meeting duty called and hell on the 301h of January 1969, and that said resolution has not been amended or repealed: RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and that such printed facsimile sig- nature and seal shall be valid and binding upon this Corporation." GIVEN under my hand and the seal of said Company, at Montvale, New Jersey this 7th day of May 20 13 A Original gin[ed m Win Blue ant sack ink. Jl ,1 0ryj Fa erifmr of f the er this Power of shows you may call ) mat e]88 ant ask authem" of hot the owh at of a o " does.. aa ee refer 10 the d00v0 named ktdrvqualeal(s) ant details 01 the bond to which me power is atrachao Audie B. rph eaetary Form S-100-101 (Rev 1111) THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bond No.05072013 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Corazzini Asphalt, Inc. 6245 Cox Lane Cutchogue,NY 11935 as Principal, hereinafter called the Principal, and RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61612 A corporation duly organized under the laws of the State of Illinois as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53095 Main Road Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of the Total Amount of Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for NF Trail Scenic Byway- Interpretive Signage and Facilities- PIN: 0758.90 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms, of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 2 Day of May 2013 Corazzini Asphalt, Inc. 1 f (Pri ' ) (Seal) tness L (Title) Rt C~CW rr~ plP~(~g1~ zz:ri3"r RLI Insurance C n (Surety)%~ (Seal) ell Witness (Title) Matthew Wilkoff, Attorney-in-Fact Printed in cooperation with the American Institute of Architects (AIA). The language in this docmnent conforms exactly to the language used in AL4 docu A316, ment rebrnary 1970 ED.. MINIM Individual Acknowledgment State of County of On the day of 2o. before me personally appeared to me known and known to me to be the person described in and who executed the foregoing instrument and _he_ thereupon acknowledged to me that he executed the same. Notary Public Partnership/L.L.C. Acknowledgment State of County of On the day of 20. before me personally appeared to me known and known to me to be one of the firm of described in and who executed the foregoing instrument and he thereupon acknowledged to me that he_ executed the same as and for the act and deed of said firm. Notary Public q, Corporate Acknowledgment State of Q W t7~ lti County of -S vO+ L On the (12_-_ day of _(Qk' ~ 2013 before me personally appeared i r^ " a ?-d WY Cl 2.7A n', a- to me known, who being by me duly sworn, did depose and say that he is the \ S\Aent of the C Q V 0.'Z' n; A'sp r'd In--- the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation; and that he signed his/her name thereto by like order. SUSAN PISANO Nota Public Notary Public, State of New York No.01ST5046833 Qualified in Suffolk County / Commission Expire s July RL1RLI Surety .Box POWER OF ATTORNEY P.O. Box 3967 I Peoria, IL 61612-3967 wPhone. ..r(8.con-2402 Fax: (309)689-2036 RLI Insurance Company www.rlicorprp.com Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, a(n) Illinois corporation, does hereby make, constitute and appoint: e td Wilkoff. Matthew Wilkoff Diane R Alo N lc Croker jointly or severally in the City of _ Mineola , State of New York its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and aR bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasureq or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the , name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of i Attorney or other obligations o[ the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 14th day of March 2013 on CE nox ~0,4"v RLI Insurance Company .SEAL' ° State of Illinois ) ~iZZ Roy C. Die Vice President County of Peoria SS ,~(`SCu3l5 o` CERTIFICATE On this 14th day of March 2013 before me, a Notary Public, I, the undersigned officer of RLI Insurance Company, a stock personally appeared Roy C. Die who being by me duly sworn, corporation of the State of Illinois, do hereby certify that the attached acknowledged that he signed the above Power of Attorney as the aforesaid Power of Attorney is in full force and effect and is irrevocable; and officer of the RLI Insurance Company and acknowledged said instrument furthermore, that the Resolution of the Company as set forth in the to be the voluntary act and deed of said corporation. Power of Attorney, is now in force. In testimony whereof, I have h o set my hand and~~hq deal of e I Insurance Company this day of v_LIGC NT,~, Jacqu me M. kle~ RLI Insurance Company Notary Public Roy G Dle Vice Presdent =ACQUE1"NEKLE,1R aizose>cozrz A0059411 ACKNOWLEDGEMENT OF SURETY State of New York } } SS. County of Nassau } On this May 2 2013 before me, a Notary Public in and for said County, personally appeared Matthew Wilkoff personally known to me, who being by me duly sworn, did say that he/she is the aforesaid attorney-in-fact of the RLI INSURANCE COMPANY of Peoria, Illinois, a corporation duly organized and existing under the laws of the State of Illinois, that the ~,eai affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the execution thereof to be a voluntary act and deed of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed by official seal the day and year last above written. DIANE P. ALESCI NOTARY PUBLIC, State New York No. 01 AL618264 6 Certificate Filed in Suffolk County Commission Expires March 24, 2016 Notary Public RL1® Insurance Company Peoria I P.O.Box 3967 orialL61612- RLI Insurance Company 3 96 7 Phone: 309-692-1000 Fax: 309-683-1610 December 31, 2012 Admitted Assets Liabilities and Surplus Imestments: Liabilities: Fixed matun ies $ 357,980,948 Reserve for unpaid losses and loss Equity securities 912,184,028 adjustment expenses.................... $ 423,119,909 Short-term investmenls 23,235,318 Unearned premiums......... 183,123,513 Real estate 17.271.017 Accrued expenses 46.246.361 Properties held to produce income................... 0 Funds held 9,404.285 Cash on hand and on deposit 10,051.146 Advance premums 4,637,835 Other invested assets, . 1,115,700 Amounts withheld 46,553,072 Receivables for seo,dte...... 0 Ceded reinsumme premium payable 16,146,440 Agents' balances................................. 65,516,217 Payable for wo,ribes 0 Invesbaer t income due and accrued 4,022.247 Statutory penalties _ 1.244,600 Funds held 4,000 Current federal & foreign wwsme lazes _ 2,163,746 Reinsarsnce ne verabie on paid losses 10,137,514 Federal income tax payable 0 Federal income taxes receivable 0 BarTowed money and accrued interest 0 Net deferred tax asset 361,309 Dm&s outstanding................................ 0 Guarantee funds receivable or on depos9 179,484 Payable to affiliate 3,081,840 Electronic data process... equipment, Other liabilities 4,107,834 net of tlepretlatioq 227,680 Receivable from af0liates 0 Total Liabilities $ 739,829,235 Other admitted assets. .....1,594,808 Surplus: Total Adm4led Assets !_I 423,901,416 Commonstock............................ $ 10,000,375 Additional paid-in capital 242,451.084 Unassigned surplus 431.620.722 State Of Illinois Total Surplus $ 684,072,181 County of Peoha } Total Liabilities and Surplus $ 1,423.901 416 The undersigned, being duly swom, says: That he is the President of RLI Insurance Company; that said Company is a corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of New York and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws; that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.C sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2012. Attest cam? : Asa',. r °pePOg47E Michael J. Slone President Corporate 11 SEAL Affixed I k 6'Im 74 l InN p~sCynthia S. Dohm ry Assistant Secrets Sworn to before me this 4th day of Marc;'?, 2013. a„N ornaAt srnf- Notarial l 'w..rssewe.:m:~: Seal } Affixed JaCqu line M. Bockl Notary Public, State of Illinois M0058313 t ar.iAlA Document A310T' -1970 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Lo Sardo General Contractors, Inc. of 35 Crescent Street (Here insert full name and address or legal title of Contractor) , Brooklyn, NY 11208 as Principal, hereinafter called the Principal, and Berkley Regional Insurance Co. of 60 E. 42nd St., New (Here insert fill name and address or legal title of Surety) York, NY 10165 a corporation duly organized under the laws of the State of Delaware as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold of 53095 Route 25, !Here imsert full name and address or legal title of Owner) Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars 5% Amt Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for North Fork Trail Scenic Byway Interpretive Signage and (Here insert full name, address and description of project) Facilities - PIN#0758.90 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligcc the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of May, 2013 Lo Sardo an ral Co ac s In _ (Print. 1) (-Seal) (Witness) r ` Berkle R ional Insurance C . (Surety) (Witness) Ile) Susan P. Hammel (Seal) Attorney-in-Fact AIA Document A310^ - 1970. Copyright @ 1963 and 1970 by The American Institute of Architects. ACICNOWLEGEIVIENT OF PRINCIPAL, OF A CORPORATION STATE OF e W ~9y IL COUNTY OF I h1 G ss: On this day ppf M lY j before me personally came Fj J LJ 4'~ C. Lv ~rtl~ to me known, who, bens by me duly sworn did depose and say that lie resides at 0 ~ k~ fJ) (:7 / that he is the of ho q~. P„~Pi Y the corporation described in and which executed the foregoing instrument; that he knows the seal of said corporation; that one of the seals affixed to the foregoing instrument is such seal; that it was an affixed by order of the board of d'ir'ectors of said corporation; and that he signed his name thereto by like order. Si EVEN D FENStRr NOTARY PLI of New ro. -ouaWi@dInKMP0ow* Notary Public -misSlon Expft may 10,20''s _ ACKNOWLEGEMENT OF SURETY STATE OF New York COUNTY Or ss: Nassau On this 3rd clay of May 2013 Personally came Susan P. Hammel before me to me lonowi: sworn, did depose and say that he is an Attorney-In-Fact of Berkleo Regional g by duly Company y Insurance the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he signed and said instrument and affixed the said seal as Attorney-In-Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. LYNN ANN INFANTI Notary Public State of New York No, 0I1N5004351 Qualified In Sutfoiic County 01 commission Expires march 23, My commission expires Notary Public No. 183d POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, has made, constituted and appointed, and does by these presents make, constitute and appoint: Joseph Sforzo, Robert W. O'Kane, Robert M. Kempner, Susan A Hammel or Matthew J. Kelly of Vanguard Coverage Corp. of Plainview, NY its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty ro Million and 00/100 U.S. Dollars (U.S.S50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, 3 .5 without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following S n resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: T r "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and ^m qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations o ~ on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; P and further w g RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, 3 c or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the °n manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and F further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any p O power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or o other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have 3 ceased to be such at the time when such instruments shall be issued." E .a p IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its v° . corporate seal hereunto affixed this L15day of 2013. tib o Attest: Berkley Regional Insurance Company o o (Seal) By By ZZ a Ira S. Lederman 1. Half & Senior Vice President & Secretary J r ce Presi ent c 6 WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. STATE OF CONNECTICUT) o v ) ss: f COUNTY OF FAIRFIELD ) o Sworn to before me, a Notary Public in the State of Connecticut, this f 5 day of 2013, by Jeffrey M. Hafter and N Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of y Berkley Regional- Insurance Company. EILEEN KILLEEN Nora2y rust re srarcoF co ne rear Notary Public, State of Connecticut MY CONnAISSION EXPIRES JUN: 30, 2017 G CERTIFICATE 2 1, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the z foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked z or rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. 3 Given under my hand and seal of the Company, this 3,c3 day of M 203 (Seal) An a BERKLEY REGIONAL INSURANCE COMPANY STATUTORY BALANCE SHEET DECEMBER 31, 2012 j (AMOUNTS IN THOUSANDS) Admitted Assets Bonds $ 1,422,891 Common & Preferred Stocks 408,971 Cash & Short Term Investments 120,417 Premiums Receivable 289,243 Other Assets 464,772 Total Admitted Assets $ 2.706.294 i Liabilities & Surplus Loss & LAE Reserves $ 1,385,769 Unearned Premium Reserves 547,414 j Other Liabilities 50,299 Total Liabilities $ 1,983,482 Capital Stock $ 4,000 Additional Paid In Capital 347,938 Unassigned Surplus 365.376 Total Policyholders' Surplus $ 717,313 Total Liabilities & Surplus $ 2,700,795 I Officers: Directors: President: William Robert Berkley, Jr. Eugene George Ballard Secretary: Ira Seth Lederman William Robert Berkley Treasurer: Ann Marie Collins William Robert Berkley, Jr. Sr. Vice President & CFO: Eugene George Ballard Paul James Hancock Sr. Vice President: William Mims Rohde, Jr. Robert Carruthers Hewitt Vice President: Clement Patrick Patafo Ira Seth Lederman Clement Patrick Patafio William Mims Rohde, Jr. James Gerald Shiel i IA Document A310TM -2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place ROYAL GUARD FENCE CO., INC of business) 550 Main Street Westbury, NY 11590 4WE TCHE STER FIRINSURANCE COMPANY This document has important legal Philadelphia, PA 19106 consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) reaped to its completion or TOWN OF SOUTH HOLD modification. 53095 Main Road, South Hold, NY 11971 Any singular reference to Contractor, Surety, Owner or BOND AMOUNT: Five percent of amount bid. other party shall be considered (5% of Amount Bid) Plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Pin 0758.90 - North Fork Trail Scenic Byway Interpretative Signage and Facilities. Project Number, if any: Pin 0758.90 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein- The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof-, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the tent Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Proiect, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 1st day of May, 2013 YAL GUARD FENCE CO., INC 04 r ci al) (Seal) (Witness) Mn' (Title) WESTCH FIRE INSU C COMPANY ~ (Seal) (Witnes) (Su (Title Beverly Ann W rd, Attorney in Fact AIA DocumeM A310° - 2010. Copyright 0 1963, 1970 and 2010 by The American Institute of Architects All rights reserved. ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF N w York,) COUNTY OF THE DAY OF May 2013, BEFORE ME PERSONALLY CAME o~.c, a~1Q1~2 TO ME KN WN, WHO, B NG BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT W~o .cam S \\y. THAT (S)HE IS THE c~. ca, ~r OF Royal Guard Fence Co.. Inc THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION. ANNA MARIA JUPI€K Notary Public, State of New York Notary Pub No.01JU6085232 Qualified In Nassau County Commission Expires Deoember23,'r2Q/z/ ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK,) COUNTY OF NASSAU,) ON THE 1st DAY OF May 2013, BEFORE ME PERSONALLY CAME Beverly Ann Woolford TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT Queens County, New York THAT (S)HE IS THE ATTORNEY-IN-FACT OF Westchester Fire Insurance Comoanv THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO B Y LIKE ORDER. 4 ay&~~ Notary Public ANDM E. CAME" N" P"e, Shte ofNew York No. 01GO6170063 . Qv"ied in Suffolk Conoty Coorauaioo Expires July 02, 2015 Power of WESTCHESTER FIRE INSURANCE COMPANY Adtarn~ ' Klbyall p1Ygly ' ptsee~ut Chet)YESGC11E9T6R YIRi INiilR~1. J'~GK GOM)ANY, a eorybntion order Commmm~alth nrPone¢YI»nte vutwene to the felfjtYln !~hAUdbF*04090bratare 17enYanDesunAr11,20't?Wit ~~a e ~ eMrewYw,{aergdp:stestteebdEa~a,+a. nf6ondr,pl++wp~war,naeu.r+~?wo~es~enHe.eaweai{. r " t+3 p'hiddea ~?fi?ipwl!piPrbaa!+raw~+ti`t+!'e+es+awe4sshtn~f~Taew.e~ww:wrerytLaw.Le.wera (t) Vhel~}ur~nY•hogetdMC` 4 ~I,Aep4beYDrtIM~:A'a@a~b~nMM ?044WtaPdbCaeYMV,MiwlWwlai9bCeegMy arNMwbwb YrRabIM6 ;ii ~~'hf*p~g3et YK 4~1k~"C?K'WeiEFe±~'"M4 01, .,a...x ¢I!MIIR N' N'Pd4?; Me./ 119WlEeMlq'xA m nit 4,t'M;oaaijwa~.ewrlrmtlya.ai~4a,Mew..r.s~w+x row w.trreel.atalwa F' a«:e."s"«.eaaaK.ew~r~wnsMaa.Mwrxms k, s pte¢Atwt? A temaehlP+1t l ! tMPS~ iif ie $wtmeaf lp ~~y.y~~. ~y.~..j~ Q,+,~dlt .y{, .j~~'~ry~a ~.Tu?~r. li'aaePAt 1"11006{>~rlppd y . d e t R. P1k rp B ?t i ~rp# 41 9 , e[ wA shrtpety a'h0 pegrolptd 4 -M I `2ptW E~¢ ~1 `fnY'hgdwfhr~tl rih~`fit5?s~n? dd;atlllced dic GarpdMOs sal4 oftheaeid N`t'TCfjWzR ICgt'Fl4C v&UNiU cxCOMPA14Y J~ b 3W 5 N, 1 y y',g~a WY "!ld`.MMwT+. v 4.M } ' r f r; f- x a d!Y ~ ~~Aaatdmrdu uelo4 z ~ ukAtl4n~ tM C9il~AN a dm pgreofgEjtkr!ostli io be mrt'~a ~~+rha . ' ; etld?t$'+ekn tW Ne s(R1P F Qdto tnNtumaatlathee®t,oreu ofWd Gatoj y dMSpil= kdpnbtuli{~d e$h& Wepd)ioror9le!pt enepoegtmRUK{slNlItMolatloA.W bythe@oetdQf bltfM4i A0( ~tdiRt tllR pterialh~tn~pple>R, gsbWle ci RJ TESTIktONI' WHEREOF,-1 ltpve hmonlo Mt my hand prd't0lrciC mY opfeiet sop!'p4 the Giky oLAhlladetphle the day end year Feet above written. 1, the undetsipKdAselstmt 5941tary of thg *,X9FCHE9TER I"WILWANCE COMPANY, do hereby certify that the original POWER OF ATTD&NEY, of which the t'aagoing N a subxe sally trap m¢ Cptbctoop" ie Sri NB roreeend e[teot. - fL - In wnnau "I, have hemordcaebscribed MY nems ep Ai h0mot badIory. and affixed the corporate seat of ft Corporation. thisM " ALY&9 2113 r" t WRaielt ly,Aq Itegaly i THIS POWER OF ATTORNEY MAY NOT BE USED TO E%ECUTE ANY BOND WITH AN INCEPTION DATE AFTER Februpry 27,201 S i i i THE BACK OF THIS DOCUMENT LISTS VARIOUS SECURITY FEATURES THAT WILL PROTECT AGAINST COPY COUNTERFEIT AND ALTERATION. WESTCHESTER FIRE INSURANCE COMPANY - NAIC$10030 FINANCIAL STATEMENT DECEMBER 31, 2012 ADMITTED ASSETS BONDS $1,915,932,115 SHORT-TERM INVESTMENTS 22,465,390 STOCKS 0 REAL ESTATE 0 CASH ON HAND AND IN BANK (41,292,474) PREMIUM IN COURSE OF COLLECTION` 56,678,650 INTEREST ACCRUED 17,136,830 OTHER ASSETS 148,350,304 TOTAL ASSETS $2,119,270,815 LIABILITIES RESERVE FOR UNEARNED PREMIUMS $215,324,197 RESERVE FOR LOSSES 1,103,762,744 RESERVE FOR TAXES 3,515,562 FUNDS HELD UNDER REINSURANCE TREATIES 4,484,136 OTHER LIABILITIES (21,519,017) TOTAL LIABILITIES 1,305,567,622 CAPITAL: 70,000 SHARES, $71.43 PAR VALUE 5,000,100 CAPITAL: PAID IN 292,187,374 AGGREGATE WRITE-WS FOR SPECIAL SURPLUS FUNDS 111,710,473 SURPLUS (UNASSIGNED) 404,805,246 SURPLUS TO POLICYHOLDERS 813,703,193 - TOTAL $2,119,270,815 (-EXCLUDES PREMIUM MORE THAN 90 DAYS DUE.) STATE Of PENNSYLVANIA COUNTY OF PHILADELPHIA John P. Taylor, being duly swum, says that he is Vice President of - Westchester Fire Insurance Company and that to the best of his knowledge and belief the foregoing Is a true and correct statement of the said Company's financial condition as of the 31 at day of December, 2012. Sworn before this y Y~ (L a c~Lti { 5 t 3 Vi President nn Notary Public My cwm ission expires COMP. ONWFA TH OF pe&S LVAMIA tbr5ttel Seal ri9ti4 Notary Public U,a%B%iE lptaa, pUpaOelpMa County 2015 Baw enwM ISSOUA7 wN0RR' Town of Southold NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES PROPOSAL PACKAGE BID OPENS: May 7, 2013 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package I of 8 r , BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ? Notarized Affidavit of Non-Collusion as required by NYS Law. ? A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ? As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. ? Vendor Information Sheet and Address Record Form. ? Assumed Name Certification. ? Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. - Proposal Package 2 of 8 VENDOR NAME: LO SARDO GENERAL CONTRACTORS INC VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. XX PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID II-2250515 OR SOCIAL SECURITY DATE OF ORGANIZATION: 4-10-1972 IF APPLICABLE: DATE FILED: STATE FILED: NEW YORK If a non-publicly owned Corporation: CORPORATION NAME: LO SARDO GENERAL CONTRACTORS INC LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) SILVIO C LO SARDO IMPERINO LO SARDO ANTHONY LO SARDO LIST OFFICERS AND DIRECTORS: NAME TITLE SILVIO C LO SARDO PRESIDENT IMPERINO LO SARDO TREASURER ANTHONY LO SARDO SECRETARY .........u Now 0.........................i If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 8 ' ADDRESS RECORD FORM MAIL BID TO: VENDORNAME: LO SARDO GENERAL CONTRACTORS INC ADDRESS: 35 CRESCENT STREET BROOKLYN NY 11208 CONTACT: STEVEN FENSLAU TELEPHONE: 917-295-6947 FAX: 718-647-7528 E-MAIL[ SFENSLAU@LOSARDO.NET ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: - ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 8 VENDOR NAME: LO SARDO GENERAL CONTRACTORS INC. ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: NOT APPLICABLE If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE DISQU I BID R- AUTHORIZED ATURE Proposal Package 5 of 8 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. jThe pers s' g this bid, yn4gthep allies of perjury, affirms the truth thereof. 4 SWORN TO BEFORE ME THIS & Company Po ' on LVIO C LO S DO PRESIDENT NOTARY:03 DAY OF MAY 20 13 Type Name & Company Position / LO SARDO GENERAL CONTRACTORS INC Company Name NOTARY PUBLIC 5-03-2013 Date Signed STEVEN D FENSLAU NOTARY PUBLIC. state of New Vora 11-2250515 0? FE6089348 Federal I.D. Number Qja'tfied in Kings County Commission Exoras May 10 20 I.~ Proposal Package 6 of 8 PROPOSALFORM NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES VENDOR NAME: Lo SARDO GENERAL CONTRACTORS INC VENDOR ADDRESS: 15 CRESCENT STREET BROOKLYN NY 11208 TELEPHONE NUMBER: 718-647-4924 FAX: 718-647-7528 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated N/A Proposal Package 7 of 8 ~ l AUTHORIZED SI(3NATURF~ PRINT NAME s1LV C Lo SARDO TITLE eRESZDe DATE s-03-13 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF xINOS ) ss.: On the 3 day of MAY in the year 2013 before me, the undersigned, personally appeared, SILVIO C LO SARDO personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. • saw NOTARY PUBLIC STEVEN D FENSLW NOTARY PUBLIC, State of New York OIFE6089348 Qualified in Kings CW* Commission Expires May 10.20 Proposal Package 8 of 8 DO NOT REMOVE THIS PAGE FROM BOOK , BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0768.90) SOUTHOLD, NEW YORK rTEM NUMBER ESTFAATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES Unit Qtv' Dollars Cents Dollars Cents CLEARING AND GRUBBING 201.06 IS NEC FOrFORTY THREE THOUSAND EIGHT HUNDRED FORTY AND ZERO CENTS 43840 88 Dollars Cents SUBBASE COURSE. TYPE 2 304.12 CY 10 FM SIX THOUSAND THREE HUNDRED FIFTY THREE AND 96 CENTS 635 37 6353 96 Dollars Cents SAWCUTTING PCC AND COMPOSITE PAVEMENT 520.05000010 LF 80 For SEVEN HUNDRED SEVENTY EIGHT AND TWO CENTS 12 97 778 2 Dollars Cents SAWCUTTING EXISTING ASPHALT CONCRETE 520.09000010 LF 50 For SEVEN HUNDRED SEVENTY EIGHT AND TWO CENTS 15 56 778 2 Dollars Cents CEMENT CONCRETE SIDEWALKS AND DRIVEWAYS 608.0105001 CY 45 For EIGHTY FIVE THOUSAND THREE HUNDRED SIXTY SIX AND 29 CENTS 1897 03 85366 29 Dollars Cents BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING BED) 608.03 BY 25 For FIFTEEN THOUSAND FOUR HUNDRED SIX AND 11 CENTS 616 24 15406 24 Dollars Cents TURF ESTABLISHMENT-LAWNS 610.1602 BY 160 For FIFTY FIVE THOUSAND NINE HUNDRED NINETY THREE AND 12 CENTS 373 29 55993 12 Dollars Cents PLACING TOPSOIL -TYPE A 613.02 CY 50 For EIGHTEEN THOUSAND SIX HUNDRED SIXTY FOUR AND 37 CENTS 373 29 1866, 37 Dollars Cents BS-1 ~i DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 076&90) SOUTHOLD, NEWYORK ITEM NUMBER Q UANTRIE ESTIMATEDS ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unit D . Dollars Cents Dollars Cents KIOSK HUNDRED ONE THOUSAND SIX HUNDRED SIXTY THREE AND O CENTJ 25415 75 01663 00 515.300100SU FA 4 LONE or Dollars Cents BASIC WORK ZONE TRAFFIC CONTROL 519.010000 LS NEC For FIFTY SEVEN THOUSAND EIGHT HUNDRED SIXTY NINE AND ZERO CEN 57869 00 Dollars Cents INTERPRETIVE SIGN 545.100100SU EA 3 For THIRTY SIX THOUSAND TWENT EIGHT AND ZERO CENTS 12009 00 36028 00 Dollars Cents MOBILIZATION 599.04 LS NEC [For TWO HUNDRED NINETY EIGHT THOUSAND TWO HUNDRED AND ZERO CE T 98200 00 Dollars Cents TOTAL 720940.90 TOTAL BID (ADD ITEMS) For SEVEN HUNDRED TWENTY THOUSAND NINE HUNDRED FORTY AND NINETY CENTS Dollars Cents BS-2 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: CORPORATION A Corporation A Partnership or Entity FIRM NAME: Lo SARDO GENERAL CONTRACTORS INC An Individual PRINCIPAL OFFICE: 35 CRESCENT STREET BROOKLYN NY 11208 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE PRESIDENT SILVIO C LO SARDO OCEANSIDE NEW YORK CARPENTER/MASON SECRETARY ANTHONY LO SARDO OCEANSIDE NEW YORK MASON/SUPERVISOR TREASURER IMPERINO LO SARDO OCEANSIDE NEW YORK ELECTRICIAN/ SUPERVISOR 1. How many years has your organization been in business under its present business name? 41 YEARS 2. You normally perform what percent of the work with your own forces? 80 % List trades that you organization normally performs below: CARPENTRY MASONRY CONCRETE JOINT SEALERS SITE WORK METAL WORK STRUCTURAL STEEL ENGINEERING ROOFING DOORS HARDWARE FINISHES 3. Have you ever failed to complete any work awarded to you? NO . If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. NO QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. NO 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion SEE ATTACHED SHEET "A" - 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work SEE ATTACHED SHEET "B" QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci SEE ATTACHED SHEET "C" 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? LO SARDO HAS ALL THE REQUIRED EQUIPMENT REQUIRED TO COMMENCE AND COMPLETE THE WORK WITHIN THE CONTRACT TIME. WE ARE A UNION COMPANY AND HAVE THE ABILITY TO PULL THE REQUIRED WORKFORCE FROM THE UNION HALL OR OUR FORCES AS REQUIRED 10. Bank References: 11. Trade Association Membership: NOT APPLICABLE 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? NO QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the - part of the Bidder and may result in rejection of the Bidder's Proposal. SEE ATTACHED "D" STATE OF /t/6i.,/ ~rYL l~ ) COUNTY OF k=1 A) C ) } % L ? 1 J . (o S W J beinPy my sworn ep ses d sa that he is the ~Q ES I D(~ t of L'o ~wLGit c rand that answers e f oing questions and a statements therein contained are true and correct. gnature of person who igned i 201 3 - Sworn to before me this~ All , I- - Notary Public ~ NOTARY PUBLIC State of New York Commission xpiratiopDate: OIFF(308934 Ojalified in Kings county t Cnmmission F-xDires Mav 10.20 j 5 QS-4 AC 7294-5 (4/12) NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A - COMPLETED CONSTRUCTION CONTRACTS Vendor Name: Lo Sardo General Contractors Inc. NYSVendor ID: Question 3.0: I.Ist the ten most recent construction contracts the Business Entity has completed. If less than ten, include most recent subcontracts on projects up to that number: 1. Agency/Owner Award Date Amount Date Completed PS 11 Q 54-25 Skillman Ave. Queens NY 11377 1-12-09 $3,097,000 2-10-10 Contact Person Telephone No. Designer Architect and /or Design Engineer Artt~~iaa~~fttal Gaffar 7111-472-8528 School Construction Authority Co OOUllo227 Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Prime 2. Agency/Owner Award Date Amount Date Completed PS 70 X 1691 Weeks Ave Bronx, NY 10406 2-16-10 $2,957,000 7-10-11 Contact Person Telephone No. Designer Architect and /or Design Engineer Joseph Kushnirsky 347-386-0568 Macrae-Gibson Architects Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 0000011735 Prime 3. Agency/Owner Award Date Amount Date Completed PS 245 K 249 East 17th Street 3-9-09 $2,558,000 Contact Person Telephone No. Designer Architect and /or Design Engineer Orlando De Jesus 917-939-129 SBLM Architects Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 0000011762 Prime 4• Agency/Owner Award Date Amount Date Completed Hunter College Facade Restoration 10-04-04 $1,200,000 12-4-05 Contact Person Telephone No. Designer Architect and /or Design Engineer Andre Parnther 212-505-1133 Super Structures Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 1296309999 Prime 5• Agency/Owner Award Date Amount Date Completed New School University Roof and Chimney Replacement 5-19-10 $1,289,000 4-13-11 Contact Person Telephone No. Designer Architect and /or Design Engineer Silviu Hercher 347-419-3003 Ohlhousen Dubois Architects Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Prime Page 1 of 2 AC 3294-S (4/12) NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A - COMPLETED CONSTRUCTION CONTRACTS Vendor Name: NYS Vendor ID: Question 3.0: List the ten most recent construction contracts the Business Entity has completed. If less than ten, include most recent subcontracts on projects up to that number: 6• Agency/Owner Award Date Amount Date Completed Sovereign Mercedes 3-18-10 $2,622,000 2-8-11 tact P s Tele hone No. Designer Architect and /or Design Engineer "~ane~dman 91' 364-3311 David Bucov Architect Contract No. I Primp Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 7. Agency/Owner Award Date Amount Date Completed Nassau Community College 1 Education Drive Garden City, NY 11530 4-08-OS $4, 057, 000 2-11-09 Contact Person Telephone No. Designer Architect and /or Design Engineer Anthony Delgado 917-373-2794 Stantec/Jacobs Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable B70065G Prime S. Agency/Owner Award Date Amount Date Completed PS 185K 86-01 Ridge Blvd. Brooklyn, NY 11209 2-15-07 $2,349,000 12-11-07 Contact Person Telephone No. Designer Architect and /or Design Engineer Igor Novak 917-440-2119 Di Domenico + Partners LLP Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 0000010167 Prime 9• Agency/Owner Award Date Amount Date Completed PS 152 BRONX 1007 EVERGREEN AVENUE BRONX, NY 10472 12-04-07 $1,277,000 12-05-OS Contact Person Telephone No. Designer Architect and /or DesiIt Engineer Richard Moses 212-505-1133 SUPER STRUCTURES & E GINEER ARCHITECT Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of IV, if applicable 0000008992 Prime 10. Agency/Owner Award Date Amount Date Completed GM Building Main Roof and Masonry 50th F1 Setbacks 10-10-06 $1,099,000 05-07-07 Contact Person Telephone No. TDesigner Architect and /or Design Engineer Rand Meckel 212-554-5866 Gilsanz, Murray, Steficek Contract No. 1Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Prime Page 2 of 2 AC 3295-S (4/12) NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT B - UNCOMPLETED CONSTRUCTION CONTRACTS Vendor Name: NYS Vendor ID: Question 3.1: List all current uncompleted construction contracts: 1 Agency/Owner Award Dale Completion Date Wave Hill House 675 West 252nd St. Bronx NY 10471 05-19-11 4-30-13 Contact Person Telephone No. Designer Architect and /or Design Engineer George Tomosoiu 718-391-2363 Dattner Architects Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 20111441631 Prime Total Contract Amount Amount Sublet to others Uncompleted Amount $7,000,000.0 0 $1,400,000. $800,000. Z Agency/Owner Award Date Completion Date Homecrest Health Center 1601 Ave S, Brooklyn NY 11229 6-2-11 5-30-13 Contact Person Telephone No. Designer Architect and /or Design Engineer Alex Kharnak 718-391-174 Super Structures Contract No. Prime or Sub Joint Venture (JV) Name, if applicable E[N of IV, if applicable 20111442511 Prime Total Contract Amount Amount Sublet to others Unco leted Amount $2,272,285.20 $450,000. $ 20,000. 3. Agency/Owner Award Date Completion Date 1400 Williams Bridge Road, Bronx NY 10461 Contact Person Telephone No. Designer Architect and /or Design Engineer Frederick Douglass 718-391-1195 Nelli an White Architects Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of IV, if applicable HWXF20000A Prime I Total Contract Amount Amount Sublet to others Uncompleted Amount $1,948,615 $0 $950,000. y Agency/Owner Award Date Completion Date Contact Person Telephone No. I Designer Architect and /or Design Engineer Contract No. Prime or Sub Joint Venture (1 V) Name, if applicable ElN of 1V, if applicable Total Contract Amount Amount Sublet to others Uncompleted Amount Page 1 of 3 r ERNEST MARTINEZ OBJECTIVE Senior Project Manager looking to offer my background of 20 years of vast construction experience with a company seeking young, aggressive self motivated individual. Eight years of which have been spent working in the field of Construction Management and the last twelve years spent in the field of HVAC and heavy construction. EXPERIENCE 2005 - 2011 WDF, Incorporated Westchester, NY Senior Project Manager WDF Incorporated is a diversified company with 80 years of construction experience currently leading the construction industry in heavy mechanical, plumbing and HVAC projects as well as specializing in heavy general contracting. As a Senior Manager, I am responsible for overseeing such projects as World Trade Center Tower 4, Renovation of Art Leather HS, John Jay College of Criminal Justice, and Renovation of various public schools. In addition I also assist the Sr. Vice President of the HVAC Division with specific duties upon request in oversight of mechanical staff. The dollar value of these projects range from $16,000,000.00 to $90,000,000.00. Some of the work includes installation of all core and shell mechanical work and equipment, renovation of existing facilities and equipment such as boiler and chiller plants. My responsibilities include: • Oversee and manage project staff s day to day functions. Implement company policy and procedure. • Interface with home office estimators and purchasers to secure all material and equipment for projects. • Generate all contract requisition schedule of values, breakdowns and coordinate with home office to submit all monthly requisitions with the client in a timely manner. • Attend project meetings and coordinate with construction manager and design team. • Coordinate with drafting division to develop all shop and coordination drawings for construction. • Participate in the buyout of all project equipment and material. • Coordinate with home office for cost analysis and review of project cost to complete. • Prepare, negotiate and process all subcontractor/ vendor change orders. • Coordinate with home office in preparing all change order estimates. 2005-2005 AWL Industries, Inc. Brooklyn, NY Project Manager AWL Industries is a mechanical contractor serving the matter New York and Long Island areas. As Project Manager, I am responsible for overseeing some of the company's major mechanical renovation work in the Long Island and Brooklyn areas. The dollar value of these projects range from $500,000.00 to $5,000,000.00. Some of the work includes upgrades of boiler and refrigeration plants for existing facilities. New mechanical work for the Long Island Air Force Base, Hospital Renovations and Pool Renovations. My Responsibilities include: • Interface on a daily basis with the various work trades to coordinate all work throughout the facility. • Coordinate with home office for daily work activities to ensure the project schedule. • Assisted in the buyout and procurement of material on a daily basis. • Supervised daily work activity of mechanical tradesmen to ensure proper layout of all work and cost control of the project. • Coordinated with drafting team to ensure proper installation of all mechanical equipment. • Coordinate with multiple vendors and subcontractors to ensure timely delivery and scheduling of all material and equipment. 2003.2005 Kafka Construction, Inc. Long Island City, NY Senior Project Manager Kafka Construction is a General Construction company serving the tri-state area. As a senior staff member, I was responsible for the operations of various projects and personnel for the company. The dollar value of these projects ranged from $1,000,000.00 to $18,000,000.00. The scope of work for these projects included exterior restoration, removal and replacement of roofing systems, asbestos abatement projects, etc. I spearheaded Kafka's historical restoration of the Grand Central Terminal's Exterior Restoration Project, phases 1, 2 and 3 as well as the restoration of the Graybar Building's exterior door project. My responsibilities included: • Interfacing on a daily basis with the client and construction manager to ensure the project schedule. • Attend bi-weekly meetings with Conservationist, Client and Project Architect to discuss and plan the overall project. • Coordinate with project design team to ensure proper construction of specified building materials. • Assist in the development of the overall project schedule. • Assist and coordinate with multiple vendors in the buyout of material and equipment for the project. • Coordinate with multiple subcontractors for the installation of new building materials. • Ensure the safety of the general public throughout Grand Central Terminal. • Prepare and submit monthly progress reports and schedules. • Prepare and submit project requisitions. 1999-2003 WDF, Incorporated Westchester, NY Mechanical Superintendent-Flushing Bay Water Retention Facility I was assigned to the company's Mechanical Division for this Department of Environmental Protection Agency project. The project was in excess of $15,000,000.00. The contract called for the installation of a new heating plant throughout the facility and new cooling and heating requirements throughout the associated Parks Department's recreations buildings, also part of the project. My responsibilities included: • Coordinate on a daily basis with various work trades to coordinate all work throughout the facility. • Coordinate all work activities with the home office to ensure the project schedule. • Assisted in the buy-out and procurement of material on a daily basis. • Supervised daily work activity of mechanical tradesmen to ensure proper installation of contract work. • Coordinate with drafting division and project foreman to ensure installation and fitment of all materials. • Coordinate with multiple vendors and subcontractors to ensure timely delivery and scheduling of all material and equipment Project Manager PS-58Q I was assigned to the company's mechanical and plumbing divisions for the construction of this new facility. I supervised the completion of all mechanical, plumbing, and controls work for this project. Who value of this project was in excess of $16,000,000.00. The work included the installation of a new heating and chiller plant with all associated supporting control systems. All new plumbing work included storm drainage, Inn water systems, new gas services, and the installation of new kitchen ansul and fire suppression systems. The facility also included the installation of a new automatic sprinkler system. My responsibilities included: • Interface on a daily basis with various work trades and General Contractor. • Attend biweekly construction meeting with the General Contractor and the NYC School Construction Authority to resolve technical and scheduling issues for the project. • Interface with home office to ensure budget costs and timely project completion. • Set-up and coordinate all field inspections with the General Contractor and governing authorities (i.e.: SCA FID, Department of Buildings, DEP) • Interface with all vendors and subcontractors to schedule start-up and commissioning of all newly installed systems. • Provide value engineering services for specialized projects. • Prepare, submit, and negotiate contractor change orders. • Process contractor monthly payment requisitions. • Prepare and submit contractor monthly utilization programs to ensure M/W/LBE Requirements. Multiple Boiler Conversion Projects - City Wide I was assigned to the company's specialty construction division to demolish, and remove / replace existing heating plants within various Public Schools within the City of New York. I was responsible for overseeing six projects in excess of Si 8,000,000.00. These projects included the demolition and removal of existing heating plants, provisions for temporary heat, general construction work and the installation of new heating plants, fuel oil storage and associated mechanical equipment. My responsibilities included: • Interface on a bi-weekly basis with the client, School Facilities, and Construction Manager. • Ensure the safety of all students and facility on a daily basis. • Supervise multiple Site Superintendents and coordinate daily work efforts • Prepare work scopes and subcontracts for in-house bidding, purposes • Prepare and submit change order estimates. Negotiate change order estimates with owner's representatives and in-house subcontractors. • Resolve complex contractual issues in cooperation with Owner's Representative and Construction Manager to reduce project cost. • Applied communication skills as liaison among in-house divisional administrative staff. • Assist in the preparation and submission of CPM project schedules for multiple projects, EDUCATION 1987-1989 Pennsylvania State University Altoona, PA • Associate of Applied Science Program INTERESTS Actively participate in Scuba Diving, Running, Biking, Weightlifting, Ironman and Marathon Events TRAINING Received Certification by ASHAE on SCA Boiler Systems Proficient with various types of computer software (i.e. Excel, Word, Outlook, Power Point, Project) Received Certification for Primavera P-3 CPM Scheduling OSHA Trained - 30 Hour/ 10 Hour R ICAR DO A. LEWA 573 Hillcrest St. • Teaneck, NJ 07666 (11) 201.836.8496 • (C) 646.258.7317 • ricolmejor@hotmaii.com OBJECTIVE To obtain a position that will allow me to utilize my strong organizational skills, knowledge in construction, and interpersonal skills. WORK FXPLIUENCE: 1999-2010 ABAX Inc., Long Island City, NY Construction Supervisor • Coordinated work schedules • Managed workers and subcontractors • Prepared field reports • Interacted with SCA and city safety officers • Ensured all work was completed in accordance with all applicable codes and contract documents • Completed numerous SCA projects Asbestos Removal Foreman • Managed workers • ordered materials to remove asbestos Lead Removal Foreman • Managed workers 1992-1999 Kings Borough Auto Repair Auto Mechanic Manager • Supervised workers • ordered auto parts • Provided friendly customer service • Coordinated work schedules • Performed repairs on cars SKILLSQUALIFICATIONS: Boom lift operator Window installation • Window guard installation • Scissor lift operator Asbestos handler • Fork lift operator Lead handler • Mini-excavator operator • Mechanical operator • Scaffold erector A/C bracket mechanic • Plaster, primer, painting knowledge CERTIFICATIONS: • OSHA 30 Boom Operator License • NYS Asbestos License • Scissor Lift License • NYS Lead License • 4 hours Pipe Scaffold User License • Fire Wash License EDUCATION: Institut6 Marco Aurelio Zoto, San Pedro Sula, Honduras, C.A. Major: Mechanical Engineering Graduation: November 1986 LANGUAGES: • Spanish & English 35 Crescent Street Brooklyn, NY 11208 ai a(I t. 718.647.4924 f. 718.647.7528 Lo 0 A[- CONTRACTORS INC. RESUME NAME: ANTHONY LO SARDO HOME PHONE: (516) 764-1940 HOME ADDRESS: 3428 FAIRWAY ROAD, OCEANSIDE NY 11572 PERSONAL DATA: Date of Birth: 04/19/69 Social Security 060-68-0860 EDUCATION: Did you graduate high school? X Yes - No College: 1988 to 1990 Name of School: STATE OF NEW YORK AT FARMINGDALE Courses studied: CONSTRUCTION ENGINEERING Special education relating to current business activity or employment: CONSTRUCTION ENGINEERING. ARCHITECTURE BUSINESS & PROFESSIONAL EXPERIENCE: NO. OF YEARS WITH CURRENT EMPLOYER: 19 NO. OF YEARS IN THIS INDUSTRY: 23 EMPLOYMENT HISTORY: (BEGINNING WITH CURRENT JOB) Company: LO SARDO GENERAL CONTRACTORS. INC. From: 1990 to Present Position: PROJECT MANAGER and SECRETARY From: 1987 to 199 Position: PROJECT MANAGER Responsibilities: OVERSEES WORK, DIRECT ALL FOREMAN, FIELD MEETING, TRADE COORDINATION Company: LO SARDO GENERAL CONTRACTORS, INC. From: 1996 to Present Position: Corporate Secretary Responsibilties: Project Manager Experience: 23 years experience in all phases of construction including concrete, carpentry, HVAC, plumbing, fire suppression, structured steel and masonry. Lo Sardo General Contractors Inc. 1 35 Crescent Street I Brooklyn, NY 11208 1 T. 718.647.4924 1 F. 718.647.7528 35 Crescent Street Brooklyn, NY 11208 t. 718.647.4924 f. 718.647.7528 Co NTRACIORS -16 ENER A[ RESUME NAME: SILVIO C. LO SARDO HOME PHONE: (516) 594-6666 HOME ADDRESS: 254 LINKS DRIVE WEST. OCEANSIDE, NY 11572 PERSONAL DATA: Date of Birth: 04/20/67 Social Security 060-68-1275 EDUCATION: Did you graduate high school? X Yes - No College: 1984 to 1989 Name of School: NORTHEASTERN UNIVERSITY BOSTON / NYU. NY Courses studied: COMMUNICATIONS / CONSTRUCTION MANAGEMENT Special education relating to current business activity or employment: CONSTRUCTION MANAGEMENT CURRICULUM BUSINESS & PROFESSIONAL EXPERIENCE: NO. OF YEARS WITH CURRENT EMPLOYER: 23 NO. OF YEARS IN THIS INDUSTRY: 26 EMPLOYMENT HISTORY: (BEGINNING WITH CURRENT JOB) Company: LO SARDO GENERAL CONTRACTORS INC. From: 12/04 to Present Position: PRESIDENT From: 2186 to 12/04 Position: PRESIDENT Responsibilities: MASTERED SEVERAL TRADES, ESTIMATOR, SALESMAN, CEO Company: LEVIATHAN MECHANICAL CORP. From: 1996 to Present Position: President Responsibilities: Executive Officer Experience: 25 years experience in all phases of construction including concrete, carpentry, HVAC, plumbing, fire suppression, structured steel and masonry. Lo Sardo General Contractors Inc. I 35 Crescent Street I Brooklyn, NY 11208 1 T. 718.647.4924 1 F. 718.647.7528 4 35 Crescent Street Brooklyn, NY 11208 t. 718.647.4924 8.647.7528 can f. 71 RESUME NAME: IMPERINO LO SARDO, JR. HOME PHONE: (516-632-5628) HOME ADDRESS: 366 DIVOT RD. OCEANSIDE, NY 11572 PERSONAL DATA: Date of Birth: 05/1411975 Social Security 060-68-2155 EDUCATION: Did you graduate high school? _X_ Yes No College: to Name of School: Courses studied: Special education relating to current business activity or employment: CONSTRUCTION, ELECTRICITY BUSINESS & PROFESSIONAL EXPERIENCE: NO. OF YEARS WITH CURRENT EMPLOYER: 15 YEARS NO. OF YEARS IN THIS INDUSTRY: 21 YEARS EMPLOYMENT HISTORY: (BEGINNING WITH CURRENT JOB) FROM 1011996 TO PRESENT COMPANY: LO SARDO GENERAL CONTRACTORS INC. POSITION: PROJECT MANAGER, TREASURER RESPONSIBILITIES: OVERSEES WORK ON PROJECTS AND DIRECTS ALL FOREMEN FIELD MEETINGS FROM: 611995 TO 1011996 COMPANY: ATLAS ELECTRIC CORP. POSITION: ELECTRICIAN, FOREMAN RESPONSIBILITIES: ALL TYPES OF ELECTRICAL CONSTRUCTION, ELECTRICIAN, FORMAN FROM: 211995 TO 611995 COMPANY: WARREN ELECTRIC POSITION: ELECTRICIAN RESPONSIBILITIES: ALL TYPES OF ELECTRICAL CONSTRUCTION, ELECTRICIAN, FORMAN FROM: 711994 TO 211995 COMPANY: BBC ELECTRIC POSITION: JUNIOR ELECTRICIAN RESPONSIBILITIES: ALL TYPES OF ELECTRICAL CONSTRUCTION, ELECTRICIAN, FORMAN Lo Sardo General Contractors Inc. I 35 Crescent Street I Brooklyn, NY 11208 1 T.718,647,4924 I F. 718.647.7528 I ' mw~ EXPERIENCE: 21 YEARS EXPERIENCE IN ALL PHASES OF CONSTRUCTION INCLUDING CONCRETE, CARPENTRY, HVAC, PLUMBING, FIRE SUPPRESSION, STRUCTURED STEEL AND MASONRY. RELEVANT PROJECTS COMPLETED: PS 185K: EXTERIOR MASONRY, ROOF REPLACEMENT, PARAPETS REPLACEMENT, LINTEL REPLACEMENT. PS 70X: MAIN ROOF REPLACEMENT, MASONRY PAVERS, MASONRY RESTORATION, CAULKING. THE NEW SCHOOL UNIVERSITY: ROOF REPLACEMENT, MASONRY REPOINTING, MASONRY RESTORATION, CAULKING, LINTEL REPLACEMENT. Lo Santo General Contractors Inc. 1 35 Crescent Street I Brooklyn, NY 11208 1 T. 718.647.4924 1 F. 718.6477528 LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) FINANCIAL STATEMENTS DECEMBER 319 2011 I LO SARDO GENERAL CONTRACTORS INC. (AN S CORPORATION) CONTENTS Page Report of Certified Public Accountants 1 Financial Statements Balance Sheet at December 31, 2011 2.3 Statement of Income and Retained Earnings for the Year Ended December 31, 2011 4 Statement of Cash Flows for the Year Ended December 31, 2011 5-6 Notes to Financial Statements 7-16 Supplementary Information Accountants' Report on Supplementary Information 17 Schedule of Contract Receivables at December 31, 2011 18 Schedule of Earnings From Contracts for the Year Ended December 31, 2011 19 Schedule of Contracts Completed During the Year Ended December 31, 2011 20 Schedule of Contracts in Process at December 31, 2011 21 Schedule of Contract Costs for the Year Ended December 31, 2011 22 Schedule of General and Administrative Expenses for the Year Ended December 31, 2011 23 W4~~k Castellano, Korenberg & Co Certified Public Accountants, VC- 313 W. Old Country Road Hickwillc, NY 11801 516-937-9500 FAX 516-932-0485 To The Stockholders Lo Sardo General Contractors, Inc. (An S Corporation) Brooklyn, New York We have reviewed the accompanying balance sheet of Lo Sardo General Contractors, Inc. at December 31, 2011 and the related statements of income and retained earnings and cash flows for the year then ended. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States of America and for designing, implementing, and maintaining internal control relevant to the preparation and fair presentation of the financial statements. Our responsibility is to conduct the review in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. Those standards require us to perform procedures to obtain limited assurance that there are no material modifications that should be made to the financial statements. We believe that the results of our procedures provide a reasonable basis for our report. Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in conformity with accounting principles generally accepted in the United States of America. CASTELLANO, KORE G & CO., CPAs, P.C. Hicksville, New York April 26, 2012 -1- i LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) BALANCESHEET DECEMBER 31, 2011 ASSETS CURRENT ASSETS: Cash $ 699,670 Contract receivables 3,920,765 Inventory 453,155 Costs in excess of billings and estimated earnings on uncompleted contracts 984,824 Deferred contract costs 225,609 Advances to employees 35,473 Prepaid expenses and other current assets 254,331 Total Current Assets 6 73 827 PROPERTY AND EQUIPMENT 397.476 OTHER ASSETS: Due from affiliates 1,051,884 Security deposits 8.913 1.060.797 58.032.100 See accountants' review report and notes to financial statements. -2- LIABILITIES AND STOCKHOLDERS' EQUITY CURRENT LIABILITIES: Notes payable - banks $2,106,718 Current portion of long-term debt 44,263 Accounts payable 282,584 Income taxes payable - current 71,891 - deferred 255,000 Accrued expenses and other current liabilities 86.574 Total Current Liabilities 2,847.0 30 LONG-TERM LIABILITIES: Advances from affiliates 12,469 Advances from stockholders 194.246 Total Long-Term Liabilities 206.715 STOCKHOLDERS' EQUITY: Common stock - no par value; 200 shares authorized, issued and outstanding 6,000 Retained earnings 4,972,355 Total Stockholders' Equity 4,978,355 -3- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED DECEMBER 31, 2011 CONTRACT REVENUES EARNED $8,704,138 CONTRACT COSTS 6,863,958 GROSS PROFIT ON CONSTRUCTION 1,840,180 GENERAL AND ADMINISTRATIVE EXPENSES 1,665,032 INCOME FROM OPERATIONS 175,148 OTHER (EXPENSE) INCOME: Interest income 4 Interest expense (103,338) Total Other Expense (103,334 INCOME BEFORE PROVISION FOR INCOME TAXES 71,814 PROVISION FOR INCOME TAXES 6.391 NET INCOME 65,423 RETAINED EARNINGS, BEGINNING OF YEAR 4,906.932 RETAINED EARNINGS, END OF YEAR 4.972.355 See accountants' review report and notes to financial statements. -4- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2011 CASH FLOWS FROM OPERATING ACTIVITIES: Cash received from construction contracts $10,223,050 Interest received 4 Cash Provided By Operating Activities 10,223,054 Cash paid for contract costs (7,553,080) Cash paid for general and administrative costs (1,230,792) Interest paid (103,338) Income taxes paid (29,000) Cash Disbursed For Operating Activities (8,916,210) NET CASH PROVIDED BY OPERATING ACTIVITIES 1,3W,844 CASH FLOWS FROM FINANCING ACTIVITIES: Repayment of advances to employees 7,065 Cash Provided By Financing Activities 7,065 Net advances to affiliates (520,000) Net repayment of notes payable - banks (65,163) Repayment of advances from affiliates (20,000) Repayment of advances from stockholders (74,701) Cash Disbursed For Financing Activities (679,864) NET CASH USED IN FINANCING ACTIVITIES (672,799) NET INCREASE IN CASH 634,045 CASH, BEGINNING OF YEAR 65.625 CASH, END OF YEAR $ See accountants' review report and notes to financial statements. -5- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2011 RECONCILIATION OF NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES: NET INCOME 65,423 ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES: Bad debt expense 303,128 Depreciation 21,138 Insurance premiums financed 44,263 Changes in assets (increase) decrease: Contract receivables 1,905,090 Inventory 44,250 Costs in excess of billings and estimated earnings on uncompleted contracts (408,125) Deferred contract costs (185,609) Prepaid expenses and other current assets (16,818) Security deposits 1,500 Marketable securities 57,478 Changes in liabilities increase (decrease): Accounts payable (553,307) Billings in excess of costs and estimated earnings on uncompleted contracts (35,531) Income taxes payable - current (4,110) - deferred (18,500) Accrued expenses and other current liabilities 86,574 Total Adjustments 1,241.421 NET CASH PROVIDED BY OPERATING ACTIVITIES $1.3066844 SCHEDULE OF NON-CASH INVESTING AND FINANCIN G ACTIVITIES: Insurance premiums financed 44 6 See accountants' review report and notes to financial statements. -6- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 1 - Summarv of Significant Accounting Policies Business Activity Lo Sardo General Contractors, Inc. ("the Company") serves as a general contractor primarily to governmental agencies, institutions and commercial businesses. Revenues are derived primarily from fixed-price contracts. The length of the Company's contracts vary, but typically range from three months to two years. Adoption of New Accounting Standards In June, 2009, the Financial Accounting Standards Board ("FASB") identified the FASB Accounting Standards Codification ("FASB ASC") as the authoritative source of Generally Accepted Accounting Principles ("GAAP") other than guidance put forth by the U.S. Securities and Exchange Commission. All other accounting literature not included in the FASB ASC will be considered non-authoritative. The Company adopted this standard and revised its disclosures accordingly for references to GAAP. Cash Eguivalents The Company considers securities with maturities of three months or less, when purchased, to be cash equivalents. Revenue and Cost Recognition Revenues from fixed-priced contracts are recognized under the percentage of completion method. Under this method, progress towards completion is recognized according to the ratio of incurred costs to estimated total costs. This method is used because management considers the "cost to cost" method the most appropriate in the circumstances. -7. LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 1- S_ummarv of Sienificaut Accounting Policies (cont'd). Revenue and Cost Recognition (cont'd). Contract costs include all direct material and labor costs and all other direct and indirect costs related to contract performance. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. Changes in job performance, job conditions and estimated profitability, including those arising from settlements, may result in revisions to costs and income and are recognized in the period in which the revisions are determined. Profit incentives are included in revenues when their realization is reasonably assured. An amount equal to contract costs attributable to claims is included in revenues when realization is probable and the amount can be reliably estimated. The asset, "Costs and estimated earnings in excess of billings on uncompleted contracts," represents revenues recognized in excess of amounts billed. In accordance with normal construction industry practice, the Company includes in current assets and current liabilities amounts relating to construction contracts realizable and payable over a period in excess of one year. Pervasiveness of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect reported amounts of assets and liabilities, disclosure of contingent assets and liabilities at the date of the financial statements, and revenues and expenses during the reporting period. In these financial statements, assets, liabilities, and earnings from contracts involve extensive reliance on management's estimates. Actual results could differ from those estimates. Inventory Inventory, which consists of materials and supplies, is valued at the lower of cost or market, with cost determined using the average cost method and with market defined as the lower of replacement cost or realizable value. -8- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note I - Summary of Significant Accounting Policies (cont'd). Credit Risk The Company extends credit to customers which includes various levels of government and their agencies, certain institutions and privately owned entities. This results in contract receivables arising from its normal business activities. The Company does not require collateral from its customers but assesses the financial strength of its customers. Based on such assessment, the Company has provided an allowance for doubtful accounts in the amount of $250,000. The Company believes that its credit risk exposure based upon the financial strength of its customers, other than disclosed above, is limited. Such estimates may change in the near future. Under the Uniform Commercial Code, the Company's contract receivables may be collateralized by the placing of mechanics' liens on the projects. The Company, at times, maintains deposits in interest bearing accounts with financial institutions in excess of amounts insured by the FDIC. Property and Equipment Property and equipment is stated at cost. The costs of additions and betterments are capitalized and expenditures for repairs and maintenance are expensed in the period incurred. When items of property and equipment are sold or retired, the related costs and accumulated depreciation are removed from the accounts and any gain or loss is included in income. Depreciation of property and equipment is provided utilizing both the straight- tine and accelerated methods over the estimated useful lives of the respective assets as follows: Transportation equipment 5 years Machinery and equipment 5 to 7 years Furniture and fixtures 5 years Leasehold improvements 30 years -9- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 1- Summary of Sianificant Accountine Policies (cont'd). Variable Interest Entities The Company accounts for the consolidation of variable interest entities ("VIE"), in accordance with the FASB ASC No. 810-10 "Consolidations". A variable interest entity is a legal entity other than an individual used for business purposes that either (a) has equity investors that do not provide sufficient financial resources for the entity to support its activities, or (b) has equity investors that lack certain characteristics of controlling interest. Prior to FASB ASC No. 810-10 consolidation was generally only required for companies holding a majority voting interest. FASB ASC No. 810-10 changes that by requiring a variable interest entity be consolidated by a company if that company is subject to a majority of the risk of loss from the variable interest entity's activities or is entitled to receive a majority of the entity's residual returns or both. FASB ASC No. 810-10 also requires disclosures about variable interest entities that a company is not required to consolidate but in which it has a significant variable interest. Management has tested for potential variable interest entities and has determined that none of its related or non-related entities qualify as requiring consolidation or additional disclosure. Impairment of Lone-Lived Assets The Company reviews long-lived assets held and used for possible impairment whenever events or changes in circumstances indicate that the carrying amount of an asset may not be recoverable. Income Taxes Generally, income taxes have not been provided because the stockholders have elected to have the Company treated as an S Corporation for income tax purposes as provided in Section 1362(a) of the Internal Revenue Code. As such, the Company's income or loss and credits are passed through to the stockholders and reported on their respective income tax returns. New York State and New York City income taxes are provided for the tax effects of transactions reported in the financial statements and consist of taxes currently due plus deferred taxes related primarily to differences between the financial and tax basis of long-term construction contracts. -10- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note I - Summary of Significant Accounting Policies (cont'd). Income Taxes (cont'd) The Company accounts for income taxes utilizing FASB ASC No. 740-10 "Income Taxes" which requires that the Company follow the liability method of accounting for income taxes. The liability method provides that deferred tax assets and liabilities are recorded based on the difference between the tax basis of assets and liabilities and their carrying amounts for financial reporting purposes, referred to as "temporary differences." Construction contracts are reported for both income tax and financial statement purposes on the percentage of completion method. The financial reporting basis of long-term construction contracts exceeds their tax basis by the amount of gross profit to date on contracts in process which are less than 10% complete. The excess will be taxable when the percentage completed on those contracts exceeds 10%. The basis of contract receivables for financial reporting differs from their tax basis by the amount of the allowance for doubtful accounts. The difference will be deductible when the receivables are deemed uncollectible. The Company accounts for uncertainties in income taxes under the provisions of FASB ASC No. 740-10. Among other things, FASB ASC No. 740-10 provides guidance to address uncertainty in tax positions and clarifies the accounting for income taxes by prescribing a minimum threshold which income tax positions must achieve before being recognized in the financial statements. FASB ASC No. 740-10 requires that the tax effect of a position be recognized only if it is "more likely than not" to be sustained based solely on its technical merits as of the reporting date. Pension Plan Union employees are covered by industry pension plans under which the Company makes contributions on a weekly basis based upon hours worked. -11- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 2 - Contract Receivables Contract receivables are summarized as follows: BILLED: Completed contracts $1,903,835 Contracts in process 721,428 Retainage 627,682 UNBILLED 917.820 4,170,765 Less: Allowance for doubtful accounts 250.000 3.920.76 Note 3 - Costs and Estimated Earnines on Uncompleted Contracts Contract costs incurred $2,595,564 Estimated earnings 575.962 3,171,526 Less: Billings to date 2.186.702 984.82 Included in the accompanying balance sheet under the following caption: Costs and estimated earnings in excess of billings on uncompleted contracts 984.824 Note 4 - Deferred Contract Costs The Company has capitalized certain costs incurred related to change order work for which formal approval has not yet been obtained. The Company anticipates approval to bill amounts in excess of the change order costs incurred. At December 31, 2011, these costs aggregated $225,609. -12- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 5 - Property and Eauioment Property and equipment is summarized as follows: Transportation equipment $ 134,444 Machinery and equipment 542,899 Furniture and fixtures 23,151 Leasehold improvements 479.629 1,180,123 Less: Accumulated depreciation and amortization 782.647 397.476 Depreciation and amortization expense related to property and equipment amounted to $21,138 for the year ended December 31, 2011, of which $5,544 is included in contract costs. Note 6 - Related Partv Transactions At December 31, 2011, the Company has advanced funds totaling $831,884 to a company affiliated by virtue of common ownership to purchase and renovate property. The advances are non-interest bearing and are not expected to be repaid within the next twelve months. At December 31, 2011, the Company advanced funds aggregating $220,000 by a company related by virtue of common ownership and to whom the Company subcontracts out certain work. These advances are non-interest bearing and are not expected to be repaid within the next twelve months. Also, at December 31, 2011, the Company was advanced $12,469 by another affiliate. The advances are non-interest bearing and are not expected to be repaid within the next twelve months. At December 31, 2011, the Company has been advanced $194,246 by the stockholders. The advances are non-interest bearing and are not expected to be repaid within the next twelve months. The Company leases its office, warehouse and yard facilities from a company related by virtue of common ownership. Rent expense for the year ended December 31, 2011 aggregated $104,773. -13- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 7 - Notes Payable -Banks The Company has available a $2,000,000 line of credit facility with its primary bank. Interest on outstanding drawings is payable monthly at the bank's prime rate plus 13/4%. The facility is secured by substantially all assets of the Company and the personal guarantees of the stockholders. At December 31, 2011, the Company had drawn down $1,975,000 on the facility. The Company has available a $100,000 line of credit facility from a second bank. Payments of principal and interest, calculated at the bank's prime rate plus 3/%, are due monthly. At December 31, 2011, the Company had drawn down $44,359 on the facility. The Company has available a $105,000 line of credit facility from a third bank. Interest on the facility is payable monthly at the bank's prime rate plus 2 At December 31, 2011, the Company had drawn down $87,359 on the facility. Note 8 - Lon¢-Term Debt Insurance financing payable - in equal monthly installments of $7,501 including principal and interest at 5.75% per annum through June, 2012. $ 45,006 Less: Unamortized discount 743 Long-Term Debt S 44,263 Aggregate maturities of long-term debt are as follows: Year Endin¢ December 31: 2012 $ 44,743 -14- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 9 - Contingencies Contingencies include the usual obligation of contractors for performance and completion of construction contracts. The Company is contingently liable under a general indemnity agreement. The Company agrees to indemnify the sureties for any payments made on contracts of suretyship, guaranty or indemnity. The Company believes that all contingent liabilities will be satisfied by their performance on the specific bonded construction contracts involved. The Company had participated in a welfare benefit plan covered under Internal Revenue Code Section 419. The Internal Revenue Service ("IRS") has been challenging the deductibility of contributions made to similar type plans. The Company has not been notified of the IRS' intention to question the validity of its plan. The plan was terminated in 2010. Note 10 - Provision For Income Taxes The provision for (benefit from) income taxes is summarized as follows: Current: State Local $ 3,000 21.891 Deferred 24.891 Local (185001 -15- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) NOTES TO FINANCIAL STATEMENTS (SEE ACCOUNTANTS' REVIEW REPORT) Note 11 - Backlog The following schedule shows a reconciliation of backlog representing signed contracts at December 31, 2011: Backlog, December 31, 2010 $ 3,936,482 New contracts and contract adjustments - year ended December 31, 2011 14,147,093 18,083,575 Less: Contract revenues earned 8,704,138 Balance, December 31, 2011 2,322,437 Note 12 - Subsequent Events The Company has evaluated subsequent events through April 26, 2012 and determined that there were no events which have occurred that would require disclosure or adjustments to the financial statements. -16. SUPPLEMENTARY INFORMATION Castellano, Korenberg & Co Certified Public Accountants, P.C. 313 W. Old Country Road Hicksville, my 11801 516-937-9500 FAX. 516-932-0485 To The Stockholders Lo Sardo General Contractors, Inc. (An S Corporation) Brooklyn, New York The accompanying supplementary information for the year ended December 31, 2011 is presented for analysis purposes only and has been subjected to the inquiry and analytical procedures applied in the review of the basic financial statements. All information included in these schedules is the representation of the mnagement of Lo Sardo General Contractors, Inc We did not become aware of any materiaal modifications that should be made to this supplementary information. CASTELLAN0, KOBE G & CO., CPAs, P.C. Hicksville, New York April 26, 2012 -17- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) SUPPLEMENTARY INFORMATION SCHEDULE OF CONTRACT RECEIVABLES AT DECEMBER 31, 2011 R E G U L A R Subaequem Cone M Unbillcd Reminage Total C.16aions ~9Q1Plr Cmmm 31-60 61-90 91. TOW Redivabk R=ivabk Rx mbks TO 4/12/12 C Mad' Comlewd PS 245 E 81,013 S -0- $ -0. $ -0- $ 81,013 $ 97,115 S 49,071 $ 227,199 $ 81,013 PS 70X 27,293 -0- -0- -0- 27,293 120,832 29,733 177,858 27,293 PS 130K 4,656 -0. -0- -0. 4,656 123,373 37,967 165,996 4,656 HIS 10 31,046 .0. -0- -0- 31,046 80,500 111,546 31,046 BROOKLYN TECH HS 17,389 -O O -0- 17,389 28,085 11,162 56,636 17,389 SOVEREIGN MOTORS -0- -0- -0- 122,570 122,570 190,650 O 1329 ROCKAWAY PKWY .p ,a 313,220 -0- -0- 34,000 34,000 -0- -0. 34,000 4} SUFFOLK COUNTY TREE REMOVAL(T&M) 122,913 -0- 41 162,736 285,649 40- -0. 285,649 99,012 794-796 BROADWAY 4Y 4l- -0- k -0- 81,450 O SMALL& PREVIOUSLY CLOSED .p. -081,050 -0. 4 1,300,219 1,300,219 195,915 404,413 1,900,447 16,743 284,310 -0- 1,619,525 1,903,835 917,820 532,346 3354,001 425,152 Cooo-a_' P« FORCE TUBE -PHASE I 105,000 75.000 -p. WAVEHILL HOUSE 272.356 ¢ .p 172' -0' 380,000 -0. -0. -0- 272,356 -0. 68,5441 1 340,897 272,356 HOMECREST HEALTH CENTER 126,365 -0- -0. -0- 126,365 O 24,547 150,912 126,365 NASSAU 2 FULTON CROSSROADS 12,898 29,809 -0. b 42,707 O 2,248 44,955 29.809 ASTORIA ENERGY 100,000 -0. 40- -0. 100,000 -0. 100,000 100,000 616,619 104,809 41 -0- 721,428 -0- 95,336 816.764 528.530 900,929 104,809 -0. 1,619,525 2,625,263 917,820 627,682 4,170,765 953,682 less: Albwaore for COUbtful accounes -0- -0- -0. 250,000 250,000 -0. A 250,000 .0- $ 900,929 $ 104,809 E -0-$ 1,369,525 $ 2,375,263 $ 917,820 $ 627,682 $ 3,920,765 $ 953,682 See a MW=4 Mport on Supplememazy information. -I& LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) SUPPLEMENTARY INFORMATION SCHEDULE OF EARNINGS FROM CONTRACTS FOR THE YEAR ENDED DECEMBER 31, 2011 Contract Gross Profit Revenues Contract on Earned Costs Construction CONTRACTS COMPLETED DURING THE YEAR $5,532,612 $4,268,394 $1,264,218 CONTRACTS IN PROCESS 31. 71526 2,595,564 575,962 8. R4,13 $6,863,958 $1,640,180 See accountants' report on supplementary information. -19- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) ' SUPPLEMENTARY INFORMATION SCHEDULE OF CONTRACTS COMPLETED DURING THE YEAR ENDED DECEMBER 31, 2011 Contras Totals Prior To January 12011 During The Year Ended De ba 31, 2011 Contact Description Revenues Contract Gross Revenues Conma Gross Revenues Contraa Gross Earned Costs Profit Earned Costs Profit Famed Costs Ptofst PS 245 S 2.550,640 S 2,119,324 S 431,316 $ 1,713,411 S 1,442,515 $ 270,896 $ 837,229 $ 674809 S 160,420 PS 70X 3,094,119 2,406,749 687,370 1,658,286 1,324,057 334,229 1,435,833 1,082,692 PS 130K 1,388,923 1.062.560 326,363 773,271 674,670 353,14! INS 10 98,601 615,652 387,890 227,762 995,630 793,313 202,317 376,951 300,083 76,868 618,679 493,230 125,449 BROOKLYN TECH HS 772,218 616,000 156,218 276,774 211,418 67,356 493,444 40404.582 ,582 SOVEREIGN MOTORS 1,833,220 1,504,596 328,624 1.123,725 877,517 246,208 709,495 627,079 88,862 1329 ROCKAWAY PKWY 145.000 107,881 37,119 82,416 -0' -0- -0- 145,000 107,881 37,119 SUFT+DIX COUNTY TREE REMOVAL (T&M) 285.649 271,228 54,421 -0- O -0- 285,649 231,228 54,421 794-796 BROADWAY 81,450 48,879 32,571 0- -0- O 81.450 48,879 32,571 SMALL&PREVIOUSLYCLOSFD 310,181 208.124 102,057 -0- 40- 4} 310,181 208,124 102,057 S 11,457,030 $ 9,098,654 $ 2,358,376 $ 5,924,418 $ 4,830,260 S 1,094,158 S 5,532,612 $ 4,268,394 $ 1,264,218 See 2cenunnnc4 mPm on supplementary information. -20- e LO SAROO GEXERAL CUXTRACI'ORi. INC. CAp INM ORO I, I \CHEOUSUPPLEMENTARY IJL OF M MCM TS IN IN P PROC CESS Al OF COM Al'BECEMBEB ]I. 3011 Ew TM Year PndO TOUT C. Fmmlnrmim T.O nnn.r 11. 3011 Al OeamMr 11. 3011 C -I-3I.NIII Manav.......... CO.C, Oevenpn4 C-ncr ERImnttO Rer C.. OmU Pa[ Cwt-4 ('m6 MJ Bllllny In New- Con 6m[ Wnnk Lnn,l C. I. F.,. p... GOra EuneJ I..-d Proln C,lne 11.11 pa EamnemJ ec[."Of F.rrmJ C. Pro0 Rem[inmp COmdele Omu Pm0 T. OaIe T. On. Funmps C-. AM Pmfil In Fn[au FaI.-t. O mn oann9. FORCE PHASEI f I'... S 151021 S 211.565 5 1]1919 J 37596 29.pWe S 190,000 S IISeS S 5 11,565 f 173,9]9 S 1],536 S 6)9,4)5 S 535,W0 5 II),a)5 WAWMLL HOUSE 6,0]52[9 9]0,)x6 1459982 1}25,501 211579 2i 011 1570,115 3900] 8 1459.932 1221.1. 2)4,1]9 4,615,10 111%. )40,16) HORR'FRF3i 1ff.A1.TH CENTER 3.272285 145,]31 )0).199 596,x. J]WS 1.. 4W,912 213501 10 45'.,401 107,095 1,56.,]34 1 2)9,]30 NASSAU) MM. [ROSSROAUS 401,W0 IW527 119,191 I.AII 134,730 14.1 44955 WA1n O 119193 104,613 19,]110 26=54] .....0 05.541 A ORIA ENERGY I,W].9)0 31]0)0 1.1141 249,1. IWI, 16.21.. IN,gp 263,141 161,141 2499. 11),11) 19,]]1 600,001 199])] 1400 WILLIAMSBNUGE ROAD I,WR615 121554 M4,.6 2x5,261 U.185 150955 0. 1.. 4 1.,.6 245,261 48185 1,614.511 1510 W0 V4,1. S 1:550,96) S Z]OB IW S ),)]1,526 S 2595,XA S 5)5,96$ S '!196,)03 1 Y3a,924 f b S ).1)1536 5 3}95564 5 5)5,962 S 9,)]9,x)] 5 l)41 W0 S 1613,41) &e 9uJlmunls m,Il 011 xupi116mc1nary 1n4mmeROn. LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) SUPPLEMENTARY INFORMATION SCHEDULE OF CONTRACT COSTS FOR THE YEAR ENDED DECEMBER 31, 2011 DEPRECIATION $ 5,544 DIRECT LABOR ENGINEERING EXPENSE 1,808,984 EQUIPMENT COSTS 46,300 FUEL COSTS 112,288 INSURANCE 65,166 MATERIALS 262'348 OTHER JOB COSTS 916,420 PAYROLL TAXES 83,900 PERMITS 193, 621 PROFESSIONAL FEES 190,621 RECYCLING COSTS 31,259 SUBCONTRACTORS 33,123 TRUCK EXPENSE 1,980,533 UNION BENEFITS 103,198 USE TAX 994,291 36.206 $6,863,258 See accountants' report on supplementary information. -22- LO SARDO GENERAL CONTRACTORS, INC. (AN S CORPORATION) SUPPLEMENTARY INFORMATION SCHEDULE OF GENERAL AND ADMINISTRATIVE EXPENSES FOR THE YEAR ENDED DECEMBER 31, 2011 ADVERTISING $ 1,745 BAD DEBT EXPENSE 303,128 BANK CHARGES 16,948 CONTRIBUTIONS 3,342 DEPRECIATION 15,594 DUES AND SUBSCRIPTIONS 3,965 INSURANCE MEALS AND ENTERTAINMENT 77,123 MEDICAL EXPENSE 36,57 MISCELLANEOUS EXPENSE 1 6,1150 OFFICE EXPENSE 1'277 OFFICE SALARIES 113,406 OFFICERS' SALARIES 312,044 PAYROLL TAXES 52'~ PENALTIES 57,432 POSTAGE 3,730 PROFESSIONAL FEES 4,567 RENT 70,021 TELEPHONE 104,773 TRAVEL 30,393 UTILITIES 108,384 31.253 1.6F .0 See accountants' report on supplementary information. -23- ' Town of Southold ' NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES 1 ' PROPOSAL PACKAGE BID OPENS: May 7, 2013 REMINDER NOTE!!!: ' VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the ' Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after ' award of contract.) A All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package!!! ' Thank you! Proposal Package I of 8 BIDDER'S CHECK LIST ' Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ? Notarized Affidavit of Non-Collusion as required by NYS Law. ? A Bid Deposit in the amount of Five Percent of Bid Price as required in the , Invitation to Bid. ' ? As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional ' insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. ' ? Vendor Information Sheet and Address Record Form. ? Assumed Name Certification. ? Bidder's Qualification Statement. ' NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. r 1 1 1 1 Proposal Package 2 of 8 ' ' VENDOR NAME: ~p a~Gyoc~,~~Cg c~ 1 VENDOR INFORMATION SHEET ' TYPE OF ENTITY:CORP."" PARTNERSHIP INDIVIDUAL ' FEDERAL EMPLOYEE ID \~`~'a~~o 6 OR SOCIAL SECURITY DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: ' STATE FILED: If a non-publicly owned Corporation: ' CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLEo ' If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: 1 ' Proposal Package 3 of 8 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: 55O ~O.\n J~C oe CONTACT: TELEPHONE: FAX: ~j\~ • ~Cl~~ ' E-MAIL: ONLY if different - ' MAIL PURCHASE ORDER TO: ADDRESS: ' TELEPHONE: FAX: ' CONTACT: E-MAIL: ONLY if different - t MAIL PAYMENT TO: ' ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ' 1 t 1 1 1 Proposal Package 4 of 8 1 ' VENDOR NAME~y~.QVOC~.~@n<gCo~ _ ' ASSUMED NAME CERTIFICATION ' "If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, t by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid ' or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. ' (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) 1 1 ' INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: 1 Insurance Certificate as requested is attached ' I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on t DATE ' FAILURE TO PROVIDE SPECIFIED I SU NCE SHALL DISQ\~U~~ALIFY BIDDER. GOO\\\V~ _ ' AUTHORIZED SIGNATU 1 ' Proposal Package 5 of 8 AFFIDAVIT OF NON-COLLUSION ' I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) ' and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that ' person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: ' 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. ' 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. ' 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. ' 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of ' materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to ' submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of ' value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with , responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the , statements and representations made in this affidavit. he person signing this bid, under the penalties of perjury, affirms the truth thereof. ' SWORN TO BEFORE ME THIS ' Signature & Company Posit`io`n` \ _ QC .e v. ~1 ~ NOTARY: y DAY OFF 20~~ Type Name & Company Position ' Company Name OT ,Y BLIC ANNA MARIA JUREK ' Date Signed Notary Public, State of New York No.01JU6085232 Federal I.D. Number Qualified in Nassau County 1 Commission Expires December 23, 1 Proposal Package 6 of 8 t t PROPOSALFORM NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES VENDOR NAME~.~~\lO C~D~~~Cs CJ1 L VENDOR ADDRESS: GJcJO TELEPHONE NUMBER: 5\~33~'1Sy4 FAX: S`b ~q1 JQ p~ _ The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid t Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a ' writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest ' therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be ' revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were ' issued please write N/A below): ' Addendum No. Dated t Proposal Package 7 of 8 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OFss.: On the day of in the year 20\Sbefore me, the undersigned, personally ' appearedcJ'NC\%,: a personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within ' instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. ' TARP BLI ANNA MARIA JUREK ' Notary Public, State of New York No.01JUW85232 Quallfied i i Nassau County Commission Expires December 23, o Y 1 1 Proposal Package 8 of 8 ' DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES Unit Qty. Dollars Cents Dollars Cents CLEARING AND GRUBBING 201.06 LS NEC For gp le -I ~/ffx~C.e+•D L<uHa Lq (7Y t> u Dollars Cents ?3<jo p~' aa SUBBASE COURSE, TYPE2 304.12 CY 10 For C/"j, //`-IV AZ • 61SJ ` PO Dollars Cents ~~pc, SAWCUTTING PCC AND COMPOSITE PAVEMENT 520.05000010 LF 60 For LLI' N 7 ~.L & oV Dollars Cents SAWCUTTING EXISTING ASPHALT CONCRETE 520.09000010 LF 50 For Ljl- ?7y ~U~'o'y o I~Q O-p ollars Cents 2 L' CEMENT CONCRETE SIDEWALKS AND DRIVEWAYS 608.0105001 CY 45 For /c,jo , /tj"ar Dollars Cents 'BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING BED) 608.03 SV 25 FarO K'U/(/D `y -!BU BX) <D'" Dollars Cents Gam' TURF ESTABLISHMENT -LAWNS dvc 610.1602 SV 150 For UJ e.- 7- GIU ZV '00 doilf) a 4AC.o Dollars Cents PLACING T~OPSS~OIL - TYPEA 613.02 CY 50 For Dollars Cents BS-1 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0756.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES TEA4 Dollars Cents Dollars Cents KIOSK 615.300100SU For fit'' Dollars Cents BASIC WORK ZONE TRAFFFIC CONTROL 619.010000 yy~~~~ d-U Dollars Cents 123c) dOk) 1230 INTERPRETIVE SIGN 645.100100SU EA 3 For Y/r'L~ ~7VU,(,I/r?/f L~C~~J"jl/(~'.{ alb BV Dollars Cents L'.7 G7 MOBILIZATION ~n 699.04 LS NEC For fl ?~?s B~m-- 5V0~ C.. ,/-CJ Dollars Cents TOTAL S3~Z da,r d P TOTAL BID (ADD ITEMS) For ~~y //fb V'wr z) rl ~D/~NJ Dollars Cents BS-2 1. 1 Town of Southold BIDDER'S QUALIFICATION STATEMENT 1 The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all ans to interrogatories hereinafter made. 1 SUBMITTED BItG.~\(~~ _ \tW n2 A Corpora 44 C A Partnership or Entity FIRM NAME: ~c>a~~1Cr[ a. ~O~\~s C o An Individual 1 PRINCIPAL OFFICE: 1 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE Smx`~t\,a .Qo3..C~~„~\lz~~\z, ~~.wo`S\.~ti '\S> ~b~ v~coc5 C3SS~Oy>\~Ac, , 1 1. How many years has your organization been in business under its present business name? 1 SSy~.C~. 1 2. You normally perform what percent of the work with your own forces? List trades that you organization normally performs below: 1 S.Crn~wO~i,'ec5. 3. Have you ever failed to complete any work awarded to you? \ If so, note where and why. 1 1 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. 1 1 1 QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction ' contracts within the last five years? If yes, please provide details. ' \v 6. List the major construction projects your organization has underway at this date: Name of Engineer/ ' Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion ' 2(001V 8~ ~S ©oT- tG faL 4r</ r757 t~°?o 20/3 ~((Q~"il5TI~39~ 11 (to l~2ro 13n2 ~~S dot ~Ig4OJIF Z632,Poo 4ow 2~c~ ' 7. List five major projects you organization has completed in the past five years: ' Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work ' rI7- to 1603 510. 3X-67t0 S bd ITT' 4 A70000 !oo 41 1 !23 26,100 ~Mo Z ' r &10 3Z o ~nfa>2 ' 0 600 61412- /to D t2 Doi' fit. syo.QV'0 [2/31/1! 2/n 0 40 I ~ 34000 12 If' 1 1 Qs-2 1 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): 1 Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 1 ~'~-c~~VQS~.C Sv~iSU.SAC ~s~clv~d~Otr SGMa_ y FlS. C.~.. 1 1 1 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 1 10. Bank References: 1 1 11. Trade Association Membership: o tl~~o.?s 3g 2~2 A~7~~ z 9B 1 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the 1 investigation? ,Jp 1 1 1 1 QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in reject" of the Bidder's PropoH ' ~ J510 ~0 t~ ~f~ece-0 ~ STATE OF ) t COUNTY OF Q e G .c .~NQn2 being duly sworn deposes and says that he is ' the of c~ ~o.A r~ contractor and that answers to the foregoing questions and all statements therein contained are true and correct. JuReK (Signature of person who signed~ Nan NO 1J, te Of Carom. oan red' -oi 1 w yo* ' Sworn to before me this day of'`""' ti 20\'-- Notary 2 Public~ ' Commissionl iration D~ v+Y ~i3 1 QS-4 1 1 Town of Southold NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES 1 PROPOSAL PACKAGE BID OPENS: May 7, 2013 ' REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the ' Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after ' award of contract.) ' All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package!!! Thank you! ' Proposal Package I of 8 BIDDER'S CHECK LIST ' Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ' ? Notarized Affidavit of Non-Collusion as required by NYS Law. ? A Bid Deposit in the amount of Five Percent of Bid Price as required in the , Invitation to Bid. ? As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional , insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. ' ? Vendor Information Sheet and Address Record Form. ? Assumed Name Certification. , ? Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of , the contract. 1 Proposal Package 2 of 8 ' ' VENDOR NAME: CaK47MI II I+SP 4A -F INN . ' VENDOR INFORMATION SHEET ' TYPE OF ENTITY:CORP.ARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID ~'~3l~31a OR SOCIAL SECURITY ' DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: ' STATE FILED: N1 If a non-publicly owned Corporation: qq ' CORPORATION NAME: ~V tr ZI M I 45 K*t-;:1- LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) ' k1 PjWb 0A9A24,7trJ1 0 goo , ' LIST OFFICERS AND DIRECTORS: NAME TITLE ' 1Q b L' aZZIM J9- P~s? C>gFa-i If a partnership: PARTNERSHIP NAME: ' LIST PARTNERS NAMES: Proposal Package 3 of 8 ADDRESS RECORD FORM ' MAIL BID TO: /y Y~JFfffT l~l N~i VENDOR NAME: ~Jl //gy~m 01 ' ADDRESS: Y r~ 60( 15m ~~a.t,r,~u~ CONTACT: lam' ~ V L- ^ u~ TELEPHONE: 10AI -7?74- 6W O FAX: 6:~) I3(6&P & E-MAIL: QSI CE D RAzzl I ~fl~ i~T C~~l ONLY if different - ' MAIL PURCHASE ORDER TO: ADDRESS: ' TELEPHONE: FAX: ' CONTACT: E-MAIL: ONLY if different - ' MAIL PAYMENT TO: ' ADDRESS: TELEPHONE: FAX: ' CONTACT: E-MAIL: ' Proposal Package 4 of 8 ' VENDOR NAME: I eAzz4 o A-5' //Jd' ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the Ne Yrk general business law must be attached. ' ASSUMED NAME: ~ T-'A-* ' If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or ' other municipality bid on contracts only that such interest be revealed when they do bid.) ' INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: ' Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid t Insurance Certificate filed on DATE ' FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQU/A/LIFY BIDDER. 1j/ ?I/ AUTHORIZED S NATURE fovw-' rR} w V"o t Proposal Package 5 of 8 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that ' person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: ' 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. ' 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. ' 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any ' intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. , 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in ' consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of ' materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. , 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, ' consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. ;'he person signing this bid, under the penalties of perjury, affirms the truth thereof. ' / ure & CComol/~r' SWORN TO BEFORE ME THIS ' Si7gn^afrenp.~a.{nJyy~P ssi1tion ,J~p_. /~~1~ • ~1 I~I1~1'Irll~j/ U11~IfFLt~~~P'R~JN~N' NOTARY: `x'DA OF 20x3 ' Type Name & Company Position C~Rpz2~~l q-5P~ Company Nam NOTARY PUBLIC , 5~ l~~ 13 SUSAN PISANI) Date Signed Not" Public, State of NewYOA No.Ot Suffolk co Co ommissi in Suffolk i I ~ ' Federal I.D. Number Commission Expires July i , 9 Proposal Package 6 of 8 ' ' PROPOSALFORM NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES 1 ' VENDOR NAME: Ot ex-z4Aj 1 A"5 P*LL-r Nei VENDOR ADDRESS: PC 66X 1O3 CtrreAt6a ' TELEPHONE NUMBER: 10) -734-6166 FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all ' necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid ' Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a ' writing signed by at least one general partner and subrrijt Ifni ebM'Oocgents. Snot The submission of this constitutes a certification that,tti4;.To*QLfic$i~ is any interest ' therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) 06 ne, t ' The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): ' Addendum No. Dated 1 1 ' Proposal Package 7 of 8 AUTHORIZED SIGNATURE ~I (~,l Rb ~ZZ~~I J R ' PRINT NAME TITLE DATE S~m'13 ' ACKNOWLEDGMENT ' STATE OF NEW YORK, COUNTY OF Su ) ss.: ' On the l~ day of M 41 Y_ in the year 200before me, the undersigned, personally ' appeaze Q/ personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within ' instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. ' at>Mw PISANO Nblerypublic, State of tiewYOAI No.OIST5046833 / Cuslified in Suffolk County rV J NO ARY PUBLIC ' Commisskm Expiwe July If. 1 Proposal Package 8 of 8 ' DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES Unit Q N. Dollars Cents Dollars Cents 1 _ CLEARING AND GRUBBING 201.06 LS NEC For I P_\0 I I I ~irirn, ~ Ilars Cents 8 bbd SUBBASE COURSE, TYPE 2 _1 J 304.12 CV 10 For mnY`2. P V V ? 1 nb C ee 30o Dollars Cents SAWCUTTI11NG11 PCC AND COMPOSITE PAVEMENT 520.05000010 LF 60 For d.n VIUt,`3 V w cPv* '7 ' q 2 o n Dollars Cents 1 nn SAWCUTTI/NGI FROSTING ASPHALT CONCRETE 520.09000010 LF 50 For ~G/~I ~b L`Q?S n0 (e _ 7So - Dollars Cents CEMENT CONCRETE SI KS AND DRIVEWAYS L 608.0105001 CY 45 For V Y'~~ U C Q?S7J Cents 71 Dollars BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING BED) ~ 608.03 SY 25 For-Ruo L) y)layt' 4 ,rygywc C, -~VL `f- no C-ee* Dollars Cents TURF ESTABLISHMENT-LAWNS ry~ 610.1602 Sy 150 For ?~'Q lLV ~I\r IrS h0 ciZy)ts ~~0 Dollars Cents PLACING TOPSOIL - TYPE A ~'s~r2nom/ <~X 610 Ur%t' ~n GY 813.02 CY 50 For Dollars Cents `C 3 ~N BS-1 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES KIOSK TLSNEC Dollars Cents Dollars Cents 615.300100SU For L ~ ~I~ Dollars C nts Cen BASIC WORK ZONE TRAFFIC CONTROL 619.010000 For &)AP 4100 R0014 U 6 Dollars Cents W lC~`V INTERPRETIVE SIGN 645.100100SU EA 3 For i-hooc,~amA nine U Cen '.,120 MW Dollars Ce is (s( 00 .xW IJ MOBILIZATION 699.04 '.LS NEC For rQrLj Severn -H1dySav)o( 41'e he r-dird LMryl 1)7 Dollars Cents Cen l$ / ''-j( y~~nn In rr.. OO ( }/..1, TOTAL 5(0 U 0 TOTAL BID (ADD ITEMS) For OnC. kvnd„d L 1 ~ Jrn0oar( ~ _u-e- I^undre1 Sl\K do ka :s OLhj Dollars Cents yl0 Ce nt3 BS-2 ' Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. ' SUBMITTED BY: XI p CWZZ/cll JP- oration pA Partners ip or Entity t FIRM NAME: W~i/T~2IA)I RSP~A-(,-tINL An Individual PRINCIPAL OFFICE: i G I a ' I ,(cam,/` , mt /~j y I X9.3.5 ' PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE P~ 51D~i~T 8 14k'L a Pr RD cUV y 1193 RI~MRDCn,~q-zzr~i ~K ' 1. How many years has your organization been in business under its present business name? Zs IAAVI~ ' 2. You normally perform what percent of the work with your own forces? p % List trades that you organization normally performs below: p S1~ f (akj k o3 ' r~i i CGc (~L?t 2Q~¢x~ r cr~ ' 3. Have you elver failed to complete any work awarded to you? No. If so, note where and why. 1 ' 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. t I_v ' QS-1 . 1 1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 1 N° 1 6. List the major construction projects your organization has underway at this date: 1 Name of: Engineer/ Project Owner Architect Contract Percent Scheduled 1 Name Telephone # Telephone # Amount Comte Completion \}!N6 Vil\aq'~g Ror\ ":~k st I '.,0U0 5/ 31~i 1 1 7. List five major projects you organization has completed in the past five years: 1 Name of Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces 1 Name Telephone # Telephone# Amount Completion % of Work 4S 1 1 1 1 1 1 QS-2 1 1 ' 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): ' Present Type of Work Position Years of For Which In What ' Individual's Name Of Office Experience Responsible Ca aci i~C,~ar~l Owner ZS+ t Y.L'v~?~ (2or~~nWitlc ~Urcr~civ~ 2-0 4- J CW 20+- S{~~r ~-~~12~s0~ }~wCc W~IAh4- 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? \ eS r 10. Bank References: 1n31 73~f -JrbO~, ' 64- a roc a e 11. Trade Association Membership: LO ea. l l 24 6 ~ (ova l l3 ~ 12. Has your firm ever been investigated by the New York State Department of Labor for ny + rate,, rxjpJtions? If yes, when? What was the outcome of the investigation? ~y A/6 gerr. 11 - ' g6lo4r4~ ' QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the ' part of the Bidder and may result in rejection of the Bidder's Proposal. 1 t STATE OF 06W ~D K ) t COUNTY OF u11~~FF''UUL K ) R WD U RA2V 1_? l 'R being duly sworn deposes and says that he is the b of U1?9 i contractor and that ' answers to the foregoing questions and all statements therein contained are true and correct. SUSAN PISANO ' No" Public, State of NewV01111 (Si ature of pe on who signed bid) No. OISTS046833 Ouslifted in Suffolk County Commission Expires Jury 17, Sworn to beforFiation is W40 daffy of 20D , Notary Public Commission EDate: {(y~l t QS-4 ' Corazzinl Asphalt Inc. CAC Contracting Corp. is a signatory member of Local 138 Engineers Union Qualifications: /Local 1298 Labor Union OSHA Certified Corazzini Asphalt Inc. is located at 6245 Cox Lane, Cutchogue NY 11935 Westhampton Beach Marina 169,000 70% complete Dunn Engineenng 288-2480 electrical, and decking Safe Route Project 538,000 98% complete Village of Southampton Curbs, Sidewalks, paving and electrical Completed Projects: 2012 Road Improvements - Village of Great Neck 870,131 H2M group - Matt Mohlin 756-8000 curbs, sidewalk, milling and paving Georgica Road Improvement $599,157 Project Manager: Richard Corazzini Jr. Village of Easthampton Curbs, drainage, mill and pave North Haven Road Improvements $63,730 Project Manager: Richard Corazzini Jr. Village of North Haven Mill and pave Laurel Hollow $257,187.50 Project Manager. Richard Corazvni Jr. James Antonelli, Sidney Bowne Engineers 516 746-2350 Repave of a section of Laurel Lane Stone curbs, Mill and pave - Finishing punchlist in Spring Village of Lloyd Harbor 2011/2012 $371,000 Project Manager: Richard Coramm Jr. H2M group - Matt Mohlin/Joe Balbi 756-8000 Mill and resuface various roadways Flower Hill $240,000 Project Manager: Richard Corazzini Jr. install curbs, resurface of roads Curbs, drainage, mill and pave Sachem Central School District $854,000 Project Manager: Richard Corazzini Jr. John A. Grillo Architects, Robert Cascone Paving and drainage of parking lot Resurface running track and install sport field equipment Mill and pave,dminage, curbs, install track Leisure Village, Ridge $100,000+ Project Manager: Richard Corazzini Jr. Repave of roads in homeowner's assocalion 744-0473 (Tom Mielnicki) Mill and pave Project Manager: Richard Corazzini Jr. Cutchogue Fire District 734£907 Glen Heidtmann & Sons, construction manager Improvement to parking lot $160,000. curbs, mill and paving, line stripe Project Manager: Richard Corazzini Jr. Leisure Knolls, Ridge $500,000+ Fred Falco: 744-6000 Repave of roads in homeowners assocation Vincent Gaudiello, PE The Raynor Group 726-7600 Mill and pave Project Manager: Richard Coramini Jr. TFCU, Hicksville Bank, and Southampton School District WJ Northridge (General Contractor) - paved parking lot / installed tennis court/ parking lot Project Manager: Richard Corazzini Jr. Laurel Hollow - Moore's Hill Road James Antonelli, Sidney Bowne Engineers 516 746-2350 $ 191,000 to perform milling, asphalt paving, seed area Project Manager: Richard Corazzini Jr. Shelter Island - Ram Head Causeway Rehabilitation Mark Ketchum - Highway Superintendent 749-1090 Finished June 2010 $350,000- Project Manager: Richard Corazzini Jr. Gabreski Airport 106th National Air Guard Classic Environmental Steve Bradt 518 591-0234 / John Azar - at gabmski $265,000 and $105,000 Concrete work, milling, overlay of parking area Project Manager: Richard Corazzini Jr. Laurel Hollow - Rehabilitation of White Oak Tree Road Project Manager'. Kevin Romanowski Centereach Fire District (Parking Lot) Matt Mohlin, PE H2M Group, Melville 756-8000 $ 216,000 to perform drainage and asphalt paving Project Manager: Richard Coramni Jr. Sevenson Environmental S $220,000 May 2009 Mark Schmidt - (716) 284-0431 ext 259 Asphalt milling, full depth, overlay- Sag Harbor"Keyspan" Site Sacred Heart Of Jesus and Mary (Dioceses of Rockville Centre) Project Manager: Steve Albertson Holy Sepulchre Cemetery, Diocese of Rockville Centre Dirk Wojtczack - 516 678-5800 ext 220 $54,000 and $342,000 performing concrete curbs, foundations, stone /paver work and paving Project Manager: Richard Coramni Jr. Village of Quogue "Reconstruction of Quogue Street" Vincent Gaudiello, PE The Raynor Group 726-7600 approximately $484,000 performing removal of concrete roadway, installation of concrete curbs, milling and paving Project Manager: Richard Coraaini Jr. Village of Lloyd Harbor 2008 West Neck Rd & 2008 Asphalt Program Matt Mohlin, PE Hi Group, Melville 756-8000 Fall 2008 $ 426,000 performing milling shoulder replacement and paving Project Manager: Steve Albertson Remsenburg-Speonk USED Alex Gimpelman, PE Dunn Engineering Associates, PC 288-2480 7/07/08-12/31/08 $ 600,000 performed drainage, electrical, concrete, landscaping and paving NVS Dept of Parks Project Manager: Steve Albertson Kevin Mee, Engineer for Parks 321-3775 1/1/08-6/27/ Bicycle Path Extension - 4000 tons of z Project Manager: Kevin Romarwwski Heckscher State Park $725,000 Project Manager: Richard Coraaini Jr Montauk Downs Stale Parks Fall 2006 - Golf Cart Paths $70,000 Project Manager: Richard Coraaini Jr Wildwood State Park 5/07 $72,100 Resurface roadway and topsoil/seed Project Manager: Richard Coraaini Jr Town of Southampton Highway Annual Asphalt Contract Alex McGregor, Superintendent of Highways 728-3600 approx $250,000 to $1,000,000 annually various town projects "Middle Line Highway'P'Deerfield Road Calming Project" annual requirements contract over last 10 years roadwork for Southampton township - asphalt paving Bands I Insurance: Bond - RLI Surety - been bonded with them since year 2000 / Insurance with General Casualty Key Employee Stephen Albertson - worked 12 years - supervisor, Local 138 operator, licensed electrician/carpentry - managed projects Richard Coraaini Jr- owner - Local 138 operator, coordinates municipalities, Suffolk County Water Authority - various projects Paul Coraaini paving and asphalt construction over 35 years of experience Kevin Romanowski - worked 15 years - supervisor-managed projects / Local 138 operator carpentry /landscaping/excavation/paving/line stripe ex References: Town of Southampton - Alex Mc Gregor 728-3600 Owns all equipment (3 pavers, a road grader, backhoes, skid steers, track machine, milling equipment excavator, 2 rollers, 8 dump trucks, 3 flowboys) CORAZZINI ASPHALT, INC. FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION FOR THE NINE MONTHS ENDED SEPTEMBER 30, 2012 Blanchfield, Meyer, Kober & Rizzo, LLP Certified Public Accountants Blanchfield, Meyer, Kober & Rizzo, LLP Certified Public Accountants T 631 293-5000 1 1200 Veterans Memorial Hwy., Suite 350 F631 234-4272 / 6~ 1 Hauppauge. New York 11788 www.bmkr.com L Bruce A. Meyer, CPA/PFS Charles W. Blanchfield, CPA (Retired) Thomas G. Kober, CPA Alfred M. Rizzo, CPA Joseph Mortimer, CPA ACCOUNTANT'S COMPILATION REPORT To the Shareholders of Corazzini Asphalt, Inc. We have compiled the accompanying balance sheet of Corazzini Asphalt, Inc. as of September A 2012 and the related statements of income, retained earnings and cash flows for the nine months then ended. We have not audited or reviewed the accompanying financial statements and, accordingly, do not express an opinion or provide any assurance about whether these financial statements are in accordance with accounting principles generally accepted in the United States of America. Management is responsible for the preparation and fair presentation of the financial statements in accordance with accounting principles generally accepted in the United States and for designing, implementing and maintaining internal control relevant to the preparation and fair presentation of the financial statements. Our responsibility is to conduct the compilation in accordance with Statements on Standards for Accounting and Review Services issued by the American Institute of Certified Public Accountants. The objective of a compilation is to assist management in presenting financial information in the form of financial statements without undertaking to obtain or provide an assurance that there is no material modifications that should be made to the financial statements. C- C- Hauppauge, New York November 12, 2012 Member American Institute of Certified Public Accounts Member Public Company Accounting Oversight Board CORAZZINI ASPHALT, INC. BALANCESHEET SEPTEMBER 30, 2012 ASSETS CURRENT ASSETS: Cash $ 310,039 Contracts receivable 2,016,139 Securities available for sale 344,691 Inventory 131,764 Prepaid expenses 66,684 Employee advance 500 TOTAL CURRENT ASSETS 2,869,817 PROPERTY AND EQUIPMENT: Costs 2,239,739 Less: accumulated depreciation (1,537,629) TOTAL PROPERTY AND EQUIPMENT 702,110 OTHER ASSETS: Deposits 200 TOTAL OTHER ASSETS 200 TOTAL ASSETS $ 3,572,127 Page 2 Blanchfield, Meyer, Kober & Rizzo, LLP Certified Public Accountants LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES: Accounts payable $ 1,273,967 Payroll tax payable 18,012 Sales tax payable 311 Accrued expenses 38,248 Current portion of long-term debt 98,889 Due to affiliate 414,369 Billings in excess of costs and estimated earnings on incomplete contracts 20,062 TOTAL CURRENT LIABILITIES 1,863,858 OTHER LIABILITIES: Long-tern debt 164,849 TOTAL LIABILITIES 2,028,707 STOCKHOLDER'S EQUITY: Common stock no par value: 200 shares authorized: 100 shares issued and outstanding 5,000 Treasury Stock: 50 shares at cost (400,000) Accumulated other comprehensive gain 23,752 Retained earnings 1,914,668 TOTAL STOCKHOLDER'S EQUITY 1,543,420 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $ 3,572,127 See accountant's compilation report and notes to financial statements. Page 3 Blanchfield, Meyer, Kober & Rizzo, LLP Certified Public Accountants CORAZZINI ASPHALT, INC. STATEMENT OF INCOME AND COMPREHENSIVE INCOME FOR THE NINE MONTHS ENDED SEPTEMBER 30, 2012 EARNED REVENUES $ 5,398,179 COSTS OF REVENUES EARNED 4,921,597 GROSS PROFIT 476,582 GENERAL AND ADMINISTRATIVE EXPENSES 444,172 INCOME FROM OPERATIONS 32,410 OTHER INCOME AND (EXPENSE): Interest income 1,632 Dividend income 7,292 Interest expense (10,652) Gain on sale of securities 1,502 TOTAL OTHER INCOME (EXPENSE) (226) NET INCOME BEFORE INCOME TAXES 32,184 PROVISION FOR INCOME TAXES State 5,250 NET INCOME 26,934 OTHER COMPREHENSIVE INCOME: Unrealized gain on securities 22,417 TOTAL OTHER COMPREHENSIVE INCOME $ 49,351 See accountant's compilation report and notes to financial statements. Page 4 Blanchfield, Meyer, Kober & Rizzo, LLP Certified Public Accountants ' Town of Southold ' NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES 1 PROPOSAL PACKAGE BID OPENS: May 7, 2013 ' REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after r award of contract.) ' All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package!!! ' Thank you! 1 Proposal Package 1 of 8 1 BIDDER'S CHECK LIST ' Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ' Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the ' Invitation to Bid. ' LrYJ~f/ As per specifications, the TOWN OF SOUTHOLD requires a current insurance certificate, with the TOWN OF SOUTHOLD listed as additional ' insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be / rescinded. , V Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. 1 r Proposal Package 2 of 8 , 1 VENDOR NAME: 1 VENDO FORMATION SHEET 1 TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL ' FEDERAL EMPLOYEE ID ZZ 3o?cg s- 0-3l OR SOCIAL SECURITY 1 DATE OF ORGANIZATION: q - / 41 IF APPLICABLE: DATE FILED: ' STATE FILED: /ti / If a non-publicly owned Corporation: 1 CORPORATION NAME: Xli~s S T~IrS NG ,-h19T3JtINCIPAL S K OLD RS: (5% of outstanding shares) 1 LIST OFFICERS AND DIRECTORS: NAME TITjtW 1 1 Ifap PARTNERSHIP NA 1 LIST PARTNERS NAMES: 1 1 1 1 1 Proposal Package 3 of 8 ADDRESS RECORD FORM ' MAIL BID TO: , ' VENDOR NAME: 21 '1 ADDRESS: CONTACT: TELEPHONE: 7 Sby0 FAX: 7v~7~ DS77 ' E-MAIL: - i ~tys'Ps 0, $DL . co.H ONLY if different - ' MAIL PURCHASE ORDER TO: ADDRESS: ' TELEPHONE: FAX: ' CONTACT: E-MAIL: ONLY if different - , MAIL PAYMENT TO: ' ADDRESS: TELEPHONE: FAX: ' CONTACT: E-MAIL: ' 1 Proposal Package 4 of 8 ' VENDOR NAME: /y) ~j ~G ASSUMED NAME CERTIFICATION ' `If the business is conducted under an assumed name, a copy of the certificate required to be filed under/ nNew York general business law must be attached. ' ASSUMED NAME: /u/" If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid ' or previously filed with the Town Clerk. ' The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or ' other municipality bid on contracts only that such interest be revealed when they do bid.) 1 ' INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: ' Insurance Certificate as requested is attached ' I certify that I can supply insurance as specified if awarded the bid ' Insurance Certificate filed on DATE ' FAILURE TO PROVIDE SPECIFIED INSURA E DI AL IDDER. ' AUTHO ZED SIGNATURE 1 ' Proposal Package 5 of 8 AFFIDAVIT OF NON-COLLUSION ' I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) ' and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that ' person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: ' 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. ' 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. ' 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of , materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to ' submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of ' value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with ' responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the , statements and represen ion made in this affidavit. The person signing thi id, de t penalties of perjury, affirms the truth thereof. ' SWORN TO BEFORE ME THIS ' Si ae & Company4(4k Position ~iC NOTARY: (y DAY OF 201~) Type Name & Company Pos [ion t Company Name NOTARY LIC 5- Date Signed THERESA PSALTIS DANGELMAIER / Notary Public, State of New York ' I( ~ 5 ' Ouaf ed m Suffolk Co8unN I (I Federal I.D. Number D1]I Commission Expires July 30, 2 Proposal Package 6 of 8 PROPOSALFORM NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE ' SIGNAGE AND FACILITIES VENDOR NAME: 41 ' VENDOR ADDRESS: z/e-, /J~ ' TELEPHONE NUMBER: 7d'2- C6-1)0 FAX: 727- 0s-77 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a ' corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a ' writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN ' OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) ' The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated 1 Proposal Package 7 of 8 AUTHORIZED SIGNATURE PRINT NAME iG TITLE DATE ACKNOWLEDGMENT ' STATE OF NEW YORK, COUNTY OF ' On the -teay of ,e / in the year 20LAefore me, the undersigned, personally , appeared, ~xtT X 4w personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. ' V."~~ " 1 NOTARY PUBL THERESA PSALTIS DANGELMAIER Notary Public, State of New York No.01DA4968918 Qualified in Suffolk County Commission Expires July 30, 1 1 1 Proposal Package 8 of 8 , DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES Unlt Q . Dollars Cents Dollars Cents CLEARING AND GRUBBING J' 201.08 LS NEC For IGC * I_ J d ~ Dollars Cents L/ SUBBASE COURSE, TYPE 2 X / All 304.12 CY 10 For Dollars Cents .~j SA UTTING PCC AND COMPOSITE PAVEMENT RA/ 520.05000010 LF 60 For ~C rO-f -V 0 Dollars Cents SAWCUTTING EXISTING ASPHALT CONCRETE n 520.09000010 LF 50 For ~fiT / Doll Cents Z-l CEMENT CONCRETE SIDEWALKS AND DRIVEWAYS 608.0105001 CY 45 For ItZIA IiL.Cn / Dollars Cents ZT,0q) BRICK PAVED SIDEWALK AND DRIVEWAYS (SAND SETTING BED) 608.03 SY 25 Fo / ~.(.Rl Dollars Cents Z20 TURF ESTABLISHMENT -LAWNS 610.1802 SY 150 For / Ce ~O I j /Y'l Dollars Cents PLACING TOPSOIL - TYPE A 613.02 CY 50 For ~A 0 Dollars Cents BS-1 DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED QUANTITIES ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unit O . Dollars Cents Dollars Cents KIOSK 615.300100SU EA 4 For p'Jars Cents BASIC WORK ZO E TRAFFIC CONTROL 619.010000 LS NEC F04 fZP f.>G _ DO-I.- Cents INTERPRETIVE SIGN 645.100100SU EA 3 For - Dollars Cents MOBILIZATION 699.04 LS NEC For A" I Dollars ts Cents / , //wv d TOTAL_ 7 TOTAL BID (ADD ITEMS) For /Dollars Cents r BS-2 ' Town of Southold BIDDER'S QUALIFICATION STATEMENT ' The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. ' SUBMITTED BY: ra ® / A Partnership or Entity FIRM NAME:/Z&/ ~ lam( Z9~e_ An Individual PRINCIPAL O FWE: ' PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? ' !9 ' 2. You normally perform what percent of the work with your own forces? 7r% List trades that you organization normally performs below: `Sl Z' 4"% 3. Have you ever failed to complete any work awarded to you?A If so, note where and why. 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. A ' QS-1 . 1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction 1 contracts wit in the last five years? If yes, please provide details. 1 b i 6. List the major construction projects your organization has underway at this date: Name of Engineer/ 1 Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion 6>~ aa"~3 cg14- 1 7. List five major projects you organization has completed in the past five years: 1 Name of Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telohhone# Amount Com lletion % of Work pw xiv~r~ .00 1 r ~Go 1 aF'4 3 f/.f/~-zj~Ezi+~ /?duo v 1 1A Ilia zo~r-'~V ~Fys op~~ ~ ~ 1 7d Do 4 1 QS-2 1 1 . 1 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): 1 Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 1 1 1 1 1 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 1 y~s 10. Bank References: 7d 1 11. Trade Association Membership: 1 G 1 12. Has your firm ever been investigated by the New York State Department of Labor for 1 prevailing wage rate violations? If yes, when? What was the outcome of the investigation? i ~ 1 1 1 QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. 1 Failure to attach the required documentation may be considered non-responsive on the 1 part of the Bidder and may result in rejection of the Bidder's Proposal. 1 1 1 i 1 1 STATE OF COUNTY OF O being duly s orp deposes and says that he is 1 the J of contractor and that answer o the foregoing u tions and all statements therein contained are true and correct. 1 gnature of person who signed bid) 1 Sworn to before me this day of 20 3 i Notary Public THERESA PSALTIS DANGELMAIER 1 Commission Expiration Date: 0 O1 t Notary Public, State of New York `71 Na.O1 Suffolk Co r t Commission mxpires es July o 30, unttyy LJI , E Jul 2D QS-4 ' e Patricia A. Panchak 14 CENTER DRIVE RIVERHEAD, NY 11901 Phone: (631) 727-5600 Email: KJBINDUSTRIES@AOL.COM EDUCATION 1966 St. Edmund High School 1966-1969 Merrimack College EMPLOYMENT 1994-Present President & Owner, KJ13 Industries, Inc. Responsible for all aspects of running business. 1989- 1998 Suffolk County National Bank. Teller, Platform, and Sr. Trainer in training department. MICHAEL V. PANCHAK 18 CENTER DRIVE RIVERHEAD, NY 11901 Phone: (631) 727-5600 Email: KJBINDUSTRIES@AOL.COM EDUCATION 1992 Riverhead High School EMPLOYMENT 2004-Present Vice President - KJB Industries Inc. Vice President and working foreman of KJB Industries Inc. Responsible for field work, running crews, equipment and time Management. 1994-Present Vice-President Foreman KJB Industries, Inc. Responsible for all field work running crews, equipment and time management. Responsible for all hiring and firing of employees. 1992- 1994 Laborer-Newborn Construction Inc. Union Laborer - workng on trench restoration for LILCO and other heavy highway contracts !990 - 1992 Laborer, D & F Masons Doing Belgian Block curbs and brick pavers for two summers. i Robert M. Panchak, P.E. 14 Center Drive Riverhead, NY 11901 (631) 7274243 Experience April 2004 - Present - Estimator KJB Industries Inc. April 2005 to December 2009 - Town of Southampton - Public Works Engineer - Design and inspect Stormwater Abatement Program. March 1997 to March 2005 - Town of Southampton - Public Works Engineer - Supervise the operation of four Transfer Stations. Coordinate the transportation of materials to various recycling centers. Supervise staff of fifteen. Design and inspect Stormwater Abatement Program. January 1994 to March 1997 - Newborn Construction, Center Moriches, New York - Coordinate, plan and run reconstruction of Route 135, Seaford Oyster Bay Expressway. Responsible for meeting with State Inspectors and overseeing resolutions to any problems that may have occurred. May 1981 to December 1992 - South Fork Asphalt Corporation, Easthampton, New York - Vice President and General Manager. September 1978 - May 1981- I.iaa Industries, Roslyn, N.Y. - Technical Engineer for Midhampton Asphalt Corporation. May 1977 - September 1978 - Harlan Engineering, Fort Meyers, Florida - Branch Manager - supervised staff or eight. June 1%9 - May 1977 - New York State Department of Transportation - Engineer Materials Section - Design Section. Capabilities: Ability to analyze and synthesize input from various sources. Broad internal focus of attention in conceptualizing relationships among events, able to plan (business projections), develop strategies, and anticipate consequences of action. Adjust quickly to changes in priorities and generate creative approaches to problems. Edueglion: Licensed Professional Engineer - New York and Florida. S.U.N.Y. Farmingdale - Workshops in Project Management Planning, Scheduling and Control. Construction Cost Estimating by University Seminars, New York City, New York. B.S.C.E. - Merrimack College, North Andover Massachusetts - Civil Engineering May 1969 Ac6i e b Long island chapter society of Asphalt Technologists - Board of Airectors,1985 to 1988 Loyal Order of Moose - member Amerip;an Society of Civil Engineers l y~FOix` : NOTES at~u~T~tao~+soFnasroe~nwM~wwwroroc a STAIROPMTMMSlOFMVWQRU14KWHpIAISMONG"T1EVANOF S AM1lM WFgtMKf#LLOEOMEp YQMMWM &FAMEAS ,YMWMMSOMTMMMTIE0Ml11AtTAIMAHfM MMItMMR AM I * ' WOM 9 M MMfiMIOrl*=RMOFM0MR111CTOlOLLK*AMa TOAEAMIIGEE liTA1MiMN OIIOT ~g4NMM0WEIONNEOFmown* OMSTRICOTOOOMIORS. CMlMMSYWMS AEtMFW3M(SRATEOaMltff OFflYYMr01tiATJON ff0MAM M~"` M=MT0M[C M TOWN OF SOUTHOLD, OTAIMIO ¦RDrfi'a4TMMi COIIMJrSCMOSIAIMIMWHIISS (ILL pISF01pRY SUFFOLK COUNTY, N.Y. OMAMOTF'1"KMWEOilOMM1~MA0001MFiMOINpMJIgbOf FOLIpH NORTH FORK TRAIL SCENIC BYWAY m%WX WvMrr"Av NOR , Tm OMMW6fFAUMMMO MMM DM01B MMUMtMMPE MM* M= OFASSC FRMMMMIKM$MF^MM MpM INTERPRETIVE SIGNAGE & FACILITIES MMM,IM MWWMMMAI OMRIMASMM ftUlW LEGEND nEeeaRaRtAiotwm+MTrERCMtnMyATartrrFarate®wnls~ PIN: 0758.90 TIEUMOFmc"K'a"tF KNOA'FSaneNMCMFOFTE ALMINK WAIT 0 FUMOOFTAEHM AYWILLMIM/RMEOAS=Ul M"TMETMIEOF WARN MAM OMAK DRAWING UST i.IMT11MpI tic a TOWN OF SOUTHOLD am w« OMMRALMOSOiAIMTMtSOFIMA9{tANFftEt 4.WAMrW x"'"01 vs" WOM(MttIt11MOMMRM.SMM aw OBSMM01~0MFWI.MIr/~IRMONt CPO OpM 11FUM•Mt1M1 RMM! cNM OdIMHNM.MM/RMMMS omormovom p NANO= aw OMMvmmMKAM.MMMt COUNTRY ROAD cp* OANMIYmfw-M l 1.tAMMIUIE 48 CFO OM0MMQMN"-mm3 2MINVAM EFgMFtMMITIE Orw OOMMITMMKAM•MMMI IOAMFOSMFtMm k" MMOwAUMMOewsl mm MMMAAESV MS s reoa.c VTW OF80" OEM aaapa~ u NM 0MM71ET CUFAMEMOOTTMS.ANbMGTMM AINKTOIRM TABLE OF MWENANCE ACTION NY STATE ROUTE 25 T GRIM Fe" t NM - - of . NNEW O y uuin , t 5 c0 t R * ATM= sTrwv~r?i.~eMwar G- z 1 InrsrmMwonw r i~u' MME! \ _ J k"ft u f.]g A LT1MFd~TSNEOIMLLMEMAMFMEOwAEOOMRISOmoM J~ CJJpNP LOCATION PLAN Lwo~wwnE oRMOraaAEOoMwE,t ••n~~oxarcru . eaaMmcn • ru~asro .T.S. N alMtf wMN[atlfwLM~ew 1C Mi1.N.Y1 Ml W..ILM GENERAL NOTES'. 1. ALL WORK INCLUDED IN THIS CONTRACT SHALL BE IN ACCORDANCE WITH THE 20. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE VEHICLE AND TRAFFIC LAW OF 33. DESIGN CRITERIA CONSTRUCTION OPERATIONS SHOULD BE SCHEDULED TO MINIMIZE r FOLLOWING, AS MODIFIED AND AMENDED IN THE CONTRACT SPECIFICATIONS AND THE STATE Of NEW YORK IN REGARD TO THE SIZE AND WEIGHT OF VEHICLES, THE THE AMOUNT OF AREA DISTURBED AT ONE TIME. BUFFER AREAS OF VEGETATION DRAWINGS: NEW YORK STATE DEPARTMENT OF TRANSPORTATION STANDARD CONTRACTOR IS HEREBY NOTIFIED THAT NO VEHICLE IN EXCESS OF THE LIMITS SET BY SHOULD BE LEFT WHERE PRACTICAL. TEMPORARY OR PERMANENT STABILIZATION SPECIFICATION CONSTRUCTION AND MATERIALS, MAY 1.2008. THE VEHICLE AND TRAFFIC LAW WILL BE ALLOWED ON ANY PUBLIC ROAD. MEASURES SHOULD BE INSTALLEO.NO SPECIFIC DESIGN CRITERIA IS GIVEN SEE 000 rr CONSTRUCTION SPECIFICATIONS BELOW FOR COMMON METHODS OF DUST CONTROL.. 2. SUCH REFERENCED PORTIONS OF THE NEW YORK STATE STANDARD SPECIFICATIONS 21. WHERE PROPOSED CURB MEETS EXISTING CURB, THE CONTRACTOR SHALL REPLACE rr~~~r CONSTRUCTION AND MATERIALS ARE HEREBY INCORPORATED INTO THIS CONTRACT TO THE EXISTING CURB TO THE NEAREST JOINT BEYOND THE LIMIT SHOWN ON THE PLANS. • SPRINKLING THE SITE MAY BE SPRAYED UNTIL THE SURFACE IS WET THIS IS THE SAME EXTENT AS THOUGH WRITTEN OUT IN FULL. THE CONTRACTOR SHALL HAVE A ESPECIALLY EFFECTIVE ON HAUL ROADS AND ACCESS ROUTES. COPY OF THE NEW YORK STATE SPECIFICATIONS AVAILABLE AT ALL TIMES ON THE 22. THE CONTRACTOR SHALL PERFORM ALL WORK WITH CARE SO THAT ANY MATERIALS . STONE USED FOR CONSTRUCTION ROADS IS ALSO EFFECTIVE FOR DUST PROJECT SITE WHICH ARE TO REMAIN IN PLACE, OR WHICH ARE TO REMAIN THE PROPERTY OF THE CONTROL COUNTY, WILL NOT BE DAMAGED. IF THE CONTRACTOR DAMAGES ANY MATERIALS • BARRIERS - A FENCE OR SIMILAR BARRIER CAN CONTROL AIR CURRENTS AT 3. THE CONTRACTOR IS ADVISED THAT THE PLANS AND OTHER CONTRACT DOCUMENTS WHICH ARE TO REMAIN IN PLACE, OR WHICH ARE TO REMAIN THE PROPERTY OF THE INTERVALS EQUAL TO FIFTEEN TIMES THE BARRIER HEIGHT. PRESERVE EXISTING HAVE BEEN PREPARED ON AERIALS AND BASED ON THE BEST CURRENTLY AVAILABLE COUNTY, THE DAMAGED MATERIALS SHALL BE REPLACED OR REPAIRED IN A MANNER WINO BARRIER VEGETATION AS MUCH AS PRACTICAL. FIELD DATA HOWEVER, ACTUAL FIELD CONDITIONS MAY VARY REQUIRING SATISFACTORY TO THE ENGINEER AT THE EXPENSE OF THE CONTRACTOR. MAINTENANCE- MAINTAIN DUST CONTROL MEASURES THROUGH DRY WEATHER MODIFICATIONS TO THE CONSTRUCTION DETAILS AND WORK QUANTITIES, THE PERIODS UNTIL ALL DISTURBED AREAS ARE STABILIZED. 'Y CONTRACTOR SHALL ADVISE THE ENGINEER OF VARIATKKJS IN FIELD CONDITIONS, AND 21 ANY LANDSCAPED AREA DAMAGED BY THE CONTRACTOR SHALL BE RESTORED BY THE ~H MODIFY HIS WORK TO CONFORM TO THESE CONDITIONS, AS ORDERED BY THE CONTRACTOR, AS ORDERED BY THE ENGINEER, AT THE EXPENSE Of THE 34. THE CONTRACTOR SHALL STAKE OUT I LAYOUT I SPACE 1 MARK-OUT ALL PROPOSED - ENGINEER. CONTRACTOR. WORK FOR ENGINEER AND TOWN APPROVAL PRIOR TO CONSTRUCTION. 4. PRIOR TO THE START OF WORK AT ANY ONE LOCATION, THE CONTRACTOR SHALL GET 24. WATCHMAN SERVICE- THE CONTRACTOR SHALL NOT BE REQUIRED TO PROVIDE A DRAINAGE NOTES' APPROVAL FROM THE TOWN ENGINEER ON EACH SIGN AND KIOSK LOCATION. NO WATCHMAN FOR THIS PROJECT, HOWEVER , THIS DOES NOT RELIEVE THE CONTRACTOR 1. THE CONTRACTOR SHALL TAKE THE NECESSARY PRECAUTIONS TO AVgDFILLING" COMPENSATION WILL BE ALLOWED TO THE CONTRACTOR FOR ANY WORK BEING DONE OF THE RESPONSIBILTYY OF INSURING THAT THE PROJECT AREA IS IN ASAFE CATCH BASINS WITHIN THE CONTRACT LIMITS WITH DEBRIS RESULTING FROM THE WITHOUT PRIOR APPROVAL By THE TOWN. CONDITION ALL TIMES DURING THE COURSE OF THIS PROJECT. CONTRACT OPERATION. IN THE EVENT THE CONTRACTOR'S OPERATION DAMAGES 5. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE GOLDEN NEMATODE QUARANTINE 25. TYPES AND KIND OF MATERIAL TO BE USED IN CONCRETE ITEMS: OR BLOCKS THE DRAINAGE SYSTEM, THE CONTRACTOR SHALL AT HISHER OWN OF THE NEW YORK STATE DEPARTMENT OF AGRICULTURE AND MARKETS REGULATING EXPENSE IMMEDIATELY REPAIR OR RESTORE THE DRAINAGE SYSTEM AS DIRECTED THE MOVEMENTS OF TOP SOIL, MACHINERY AND EQUIPMENT IN NASSAU AND SUFFOLK PORTLAND CEMENT. TYPE II, WITH AN APPROVED AIR-ENTRAINING AGENT SHALL BE BY THE ENGINEER. COUNTIES, AND CONCERNING THE EUROPEAN CHAFER REGULATING THE MOVEMENT OF USED FOR ALL CONCRETE ITEMS. CEMENT SHALL BE NEW YORK STATE APPROVED. UTILITY NOTES: MATERIALS AND EQUIPMENT IN OR FROM KINGS COUNTY. DETAILED INSTRUCTION AND FINEAGGREGATE'. TYPE A ORB SHALL BE USED IN CONCRETE ITEMS. ASSISTANCE IN THE NECESSARY STEAM CLEANING MAY BE OBTAINED FROM THE FIELD COARSEAGGREGATE: CRUSHED STONE OR CRUSHED GRAVEL TYPE A ORB SHALL BE AGENT. TELEPHONE (631)268-1751 OR WRITE THE DEPT. OF AGRICULTURE &MARKETS ,4 USED IN ALL CONCRETE ITEMS. 1. THE CONTRACTOR'S ATTENTION IS DIRECTED TO UTILITIES IN THE AREA THE STEWART AVE. WESTHAMPTON BEACH, NEW YORK 11978. ADMDQURES: AN APPROVED RETARDING ADMIXTURE AND DENSIFIER SHALL BE USED CONTRACTOR SHALL SATISFY THEMSELVES AS TO THE EXACT LOCATION OF ALL IN ALL CONCRETE ITEMS. UTILITIES AND WILL TAKE EVERY PRECAUTION NOT TO DISTURB THEM. 6. ALL BIDDERS SHALL INSPECT THE PROJECT SITE PRIOR TO SUBMITTING BIDS TO VERIFY 2. THE CONTRACTOR SHALL NOTIFY AND COORDINATE WITH AFFECTED UTILITIES TO THE FIELD CONDITIONS WHICH MAY BE ENCOUNTERED AND THE NATURE OF THE WORK 26. ALL WORK IS TO BE DONE WITHIN THE RIGHT OF WAY OR ON PROPERTY OWNED BY THE AVOID DAMAGE TO EXISTING CABLE WIRING, CONDUIT,TRANSMISION AND SERVICE TO BE DONE UNDER THIS CONTRACT. NO COMPENSATION WILL BE ALLOWED TO THE TOWN OF SOUTHOLD. THE CONTRACTOR SHALL ENSURE THAT NO WORKER MAINS, ETC. ANY DAMAGED MATERIALS SHALL BE REMOVED AS ORDERED BY THE Prwd T& BIDDER FOR FAILURE TO INCLUDE ALL LABOR, MATERIALS, AND EQUIPMENT COST ENCROACHES ON TO PRIVATE PROPERTY. MINOR DRIVEWAY ENGINEER AND REPLACED AT THE CONTRACTOR'S EXPENSE. NECESSARY TO COMPLETE THE WORK RESTORATIOWPERPENDICUWH WALKWAY RECONNECTIOQURF RESTORATIONMINOR PLANTING RESTORATION OUTSIDE THE HIGHWAY BOUNDARY IS ONLY PERMITTED 3 THE CONTRACTOR I SHALL SERVICES BIBLE FOR LOCATING AND MMARKING TALL NORTH FORK TRAIL 7. CLEAR AND GRUB AS SHOWN ON PLANS OR AS DIRECTED BY THE ENGINEER. AFTERA SIGNED RELEASE FROM THE PROPERTY OWNER HAS BEEN SECURED. UNDERGROUND AND DRAINAGE LINES RIPRIO TO START OF RELEASES SHOULD BE OBTAINED FROM THE PROPERTY OWNER WITH THE OVERSIGHT EXCAVATION AWORK IN IN 2 FEET O T HAND METHODS AS APPROVED BY THE SCENIC BYWAY B. USE OF BREAKER BALL WILL NOT BE PERMITTED. AND APPROVAL OF NYSDOT REAL ESTATE. ABOVE, EXCAVATION IS TO ARE BE A W ES PERFORMED ENGINEER. 27. HIGH-VISIBILITY SAFETY APPAREL SHALL BE WORN BY ALL FOOT TRAFFIC WORKERS TO 9. WHENEVER ITEMS IN THE CONTRACT REQUIRE MATERIAL TO BE REMOVED AND PROVIDE CONSPICUITY DURING BOTH DAYTIME AND NIGHTTIME USAGE, THIS SAFETY 4. THE CONTRACTOR SHALL BE AWARE THAT UTLTY RELOCATIONS OR HIGHWAY DISPOSED OF, THE COST OF SUPPLYING A DISPOSAL AREA AND TRANSPORTATION TO APPAREL SHALL MEET PERFORMANCE CLASS 2OR 3 REQUIREMENTS OF THE ANSYISEA PERMIT CONSTRUCTION MAY PROGRESS WITHIN THE LIMITS OF THIS PROJECT DURING THAT AREA SHALL BE INCLUDED IN THE UNIT PRICE BID FOR THOSE ITEMS. 107-2014 PUBUCATION ENTITLED'AMERICAN NATIONAL STANDARD FOR HIGH-VISIBILITY THIS CONTRACT. THE CONTRACTOR SHALL COORDINATE WITH EACH UTILITY OR Key Plan SAFETY APPAREL AND HARDWARE.' PERMITEE RESPONSIBLE FOR THE ALTERATION OR ADJUSTMENT OF FACILITIES 10. RIGHT-OF-WAYIPROPERTY LINE INFORMATION SHOWN ON THE DRAWINGS IS FROM WITHIN THE TOWN RIGHT OF WAY, UNLESS OTHERWISE STATED IN THE PLANS AND INTERPRETATION OF VARIOUS PUBLIC RECORDS AND IS NOT GUARANTEED, 28. IT SHALL BE THE RESPONSIBILITY OF THE GENERAL CONTRACTOR TO COORDINATE SPECIFICATIONS. IN SUCH CASE THAT LACK OF RESPONSE FROM SUCH, MAY CAUSEA THE ACTIVITIES OF ANY SUBCONTRACTOR, CONTRACTOR, OWNER CONTRACTED DELAY WITH RESPECT TO THE COMPLETION DATE, THE CONTRACTOR MUST NOTIFY 11. THE CONTRACTOR MAY NOT ENTER PRIVATELY OWNED PROPERTY WITHOUT A TRADESMEN, MUNICIPAL EMPLOYEES, UTILITIES, ETC., INVOLVED IN THE OVERALL THE ENGINEER IN WRITING SO THAT APPROPRIATE STEPS CAN BE TAKEN. CORRESPONDING PROPERTY ACQUISITION, TEMPORARY OR OTHERWISE. IF NECESSARY, SCOPE OF THE PROJECT AT NO EXTRA COST TO THE OWNER. 5. NO UTILITY ADJUSTMENTS ARE ANTICIPATED FOR THIS PROJECT. REFER TO THE THE TOWN SHALL CONTACT NYSDOT REAL ESTATE AT (631) 952-6087 PRIOR TO INITIATING UTILITY SCHEDULE IN THE PROPOSAL MATERIAL IF IT IS DETERMINED DURING ANY PROPERTY ACQUISITIONS. 29. IF A CONTRACTOR STAGING AREA IS TO BE UTILIZED, THE STAGING AREA LOCATION CONSTRUCTION THAT UTILITY ADJUSTMENTS ARE REQUIRED FOR GUIDANCE ON TIME SHALL BE APPROVED BY THE TOWN PRIOR TO THE COMMENCEMENT OF WORK THE FRAMES AND GENERAL PROVISIONS. 12. AT THE COMPLETION OF WORK COVERED BY THE CONTRACT, THE CONTRACTOR SHALL CONTRACTOR SHALL SUBMIT A STAGING AREA WORK PLAN TO THE ENGINEER FOR CLEAR ALL AREAS WITHIN THE ROW. OF CONSTRUCTION DEBRIS TO THE SATISFACTION APPROVAL PRIOR TO THE START OF WORK THESE APPROVALS WILL NOT RELIEVE THE NORTH FORK TRAIL OF THE ENGINEERAND LEAVE THE AREA IN A NEAT, ORDERLY CONDITION. CONTRACTOR OF HIS RESPONSIBILITIES TO ADEQUATELY SAFEGUARD THE LOCATION SCENIC BYWAY AND PUBLIC FROM HARM. THE CONTRACTOR SHALL BEAR ALL RESPONSIBILITY FOR 13. GRADE, PLACE SELECT MATERIAL, SEED AND MULCH AS SHOWN ON PLANS OR AS HARM TO THE PUBLIC AND DAMAGE TO HIS TOOLS, EQUIPMENT AND MATERIALS. DIRECTED. USE MATERIAL AVAILABLE ON SITE UNLESS OTHERWISE STATED IN THE PLAN. TABLE OF ITEM QUANTITIES 30. ALL CONTRACTORS, GENERAL CONTRACTORS, SUBCONTRACTORS, ETC., ARE 14. ALL SLOPES ARE TO BE TRIMMED AND GRADED TO MEET EXISTING GROUND CONDITIONS REWIRED TO OBTAIN AND MAINTAIN THE NECESSARY INSURANCE CERTIFICATES AS ITEMN DESCRIPTION UNIT QUANTITY AS DIRECTED BY THE ENGINEER ALL AREAS DISTURBED BY THE CONSTRUCTION SHALL REQUIRED OF THE CONTRACTOR UNDER THE CONTRACT WITH THE TOWN AS STATED IN BE GRADED AND FINISHED AS DIRECTED BY THE ENGINEER THE CONTRACT DOCUMENTS, APPROVAL OF ALL INSURANCE CERTIFICATES IS 201.09 CLEARING AND GRUBBING LS 1 REQUIRED PRIOR TO THE COMMENCEMENT OF ANY WORK. 304.12 SUBBASE COURSE TYPE 2 CY 10 No. Dale Revision 15. SAW CUTTING PAVEMENT AND SIDEWALK ITEM WILL BE PAID ONLY AT THE LOCATIONS 520.05000010 SAWCUTTING EXISTING SIDEWALK LF 60 Drawing Title: INDICATEDONTHE PLANS DRAB ORDERED BY THE ENGINEER 31. THE CONTRACTOR SHALL OBTAIN ALL PERMITS, APPROVALS, AND LICENSES ASPHALT CONCRETE LF 5o NECESSARY OR REWIRED FOR THE PERFORMANCE OF THE WORK THE COST OF 520.09000010 SAWCEMENTCIRTING TING EXIEVTESTINSG ASPPHALT HALT CO 16. THE CONTRACTOR'S ATTENTION IS ALSO DIRECTED TO THE POSSIBILITY OF THESE PERMITS, APPROVALS, AND LICENSES SHALL BE PAID FOR BY THE CONTRACTOR. 600,OiC60010 CY 45 ENCOUNTERING GROUNDWATER DURING EXCAVATION AND WILL PROCEED WITH THEIR DRIVEWAYS WORK HAVING FULL KNOWLEDGE OF THIS FACT. 32. WHENEVER ANY ITEMS WHICH HAVE HISTORICAL VALUE ARE ENCOUNTERED DURING BRICK PAVED SIDEWALKS AND DRIVEWAYS GENERAL NOTES AND TABLE THE COURSE OF EXCAVATION WORK SUCH OBJECTS WILL NOT BE DESTROYED OR 608,03 (SAND SETTING BED) SY 25 OF ITEM QUANTITIES 17. ANY PRIVATE SIGNS, FENCES ETC. WHICH REMAIN WITHIN THE ROW AT THE TIME OF MOVED. WORK WILL BE RESCHEDULED TO AVOID DISTURBING SUCH AREAS AND THE 610..1602 TURF ESTABLISHMENT -LAWN SY 150 CONSTRUCTION SHALL BE REMOVED BY THE CONTRACTOR AND PLACED ONTO PRIVATE ENGINEER WILL BE NOTIFIED IMMEDIATELY. THE ENGINEER WILL EITHER ORDER WORK 613.02 PLACING TOPSOIL -TYPEA CY 50 PROPERTY. THE COST SHALL BE INCLUDED IN THE PRICE BID FOR ITEM 201,06. TO PROCEED OR INSTRUCT THAT THE WORK HALT UNTIL THE TOWN ARCHAEOLOGIST CONTRACTOR IS NOTIFIED THAT UNDERGROUND IRRIGATION MAY BE ENCOUNTERED CAN BE CONSULTED, AND PROPER STEPS CAN BE EMPLOYED TO PROTECT AND 615.300100SU KIOSK EA 4 AND SHALL BE PROTECTED BY THE CONTRACTOR UNDER ITEM 201.06. EXTRACT THE SPECIMENS. THE CONTRACTOR SHALL HAVE NO CLAIM TO THE 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS 1 O,N, yNUABr mta OWNERSHIP OF ANY SUCH ITEM, NOR TO EXTRA PAYMENT FOR DELAY WHICH MAY 645.100101SU INTERPRETIVE SIGN EA 3 ; 18. THE CONTRACTOR SHALL EXERCISE EXTREME CARE TO AVOID DAMAGE TO ADJACENT RESULT. 699.040001 MOBILIZATION LS 1 PRIVATE PROPERTY. ANY SUCH DAMAGE TO ADJACENT PRIVATE PROPERTY SHALL BE peen: EF RESTORED TO ITS ORIGINAL CONDITION AT THE CONTRACTOR'S EXPENSE. CIII60 SAUSB. 19. MAINTENANCE OF TRAFFIC AND THE ASSOCIATE WARNING DEVICES SHALL BE INSTALLED AUTO: Y4059.W BY THE CONTRACTOR IN ACCORDANCE WITH THE LATEST EDITION OF THE NATIONAL MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES AND NEW YORK STATE SUPPLEMENT. GN-01 tl T I P.' NGP.'86PS . Axcemscls . RdnNEPs SI, kIn Tup<< oNS-i..` aw. me LEGEND rrvm. r..t nx+ WORK AREA Imp ew-aa m(esl mm,. ew ---FLASHING WARNING WORKVEHICLE -ARROW PANEL sNOUmere B~I-------------- FLAG TREE - - - - - - - - - - - - FTAGGER - - DRUM worex .-------------CONE L - ----SIGN os ^----------SIGNAL FACE VERTICAL PANEL g L =APPROXIMATE TRANSITION LENGTH, SEE SECT. 262.22 N.Y.S. M.U T.C.D. > m (LATEST EDITION). ttf7f Hear 1 b30lOON5~Si sIOEWRLN y cLDSCD 36 MIN. NOTES ~ 1. TRAFFIC CONTROL DEVICES SHALL BE AVAILABLE PRIOR TO THE BEGINNING OFS sA.M= MAINTENANCE OR CONSTRUCTION OPERATIONS AND SHALL BE PROPERLY f rL INSTALLED AND MAINTAINED DURING THE TIME THEY ARE REQUIRED, THEY SHALL REMAIN IN PLACE ONLY AS LONG AS THEY ARE NEEDED AND SHALL BE REMOVED 9wi14a Taw IMMEDIATELY THEREAFTER. WHERE OPERATIONS ARE PERFORMED IN STAGES Snore. iepe' THERE SHALL BE IN PLACE ONLY THOSE DEVICES THAT APPLY TO THE CONDITIONS PRESENT DURING THE STAGE IN PROGRESS. gDAD 2. ALL SIGNS. DELINEATIONS AND GUIDING DEVICES USED TO MAINTAIN, PROTECT ROAD AND CONTROL TRAFFIC SHALL COMPLY WITH THE NEW YORK STATE MANUAL OF AORK b axs~x 1 s µEAD AHEAD UNIFORM TRAFFIC CONTROL DEVICES (LATEST EDITION). r °LKS" 3. TRAFFIC CONTROL MAINTENANCE AND DEVICES SHALL INCLUDE BUT NOT BE LIMITED TO THOSE SHOWN HEREON. THE SHALL BE SUPPLEMENTED AS REQUIRED OR AS ORDERED BY THE ENGINEER. ~ f 1 L_ rew0wq" SIDEWALK DETOUR OR DIVERSION xElr. Fr FIG. 6H-26 WORK ON SHOULDERS (TA 28) Epee T& FIG. 6H-3 (TA-3) NORTH FORK TRAIL TABLE 6H-3 TABLE 6114 SCENIC BYWAY ROAD TYPE' DISTANCE BETWEEN SIGNNS' SPEED TAPER LENGTH (L) URBAN (LOW SPEED) 100 100 100 40 MPH OR LESS L= a Key Plan URBAN (HIGH SPEED) 350 350 350 45 MPH OR MORE L=WS TAPER FEET ITN MERE MH OF LENGTH IN wel" f 'CATEGORY TO BE DETERMINED BY TOWN OF SOUTHOLD w= W -DISTANCES ARE SHOWN IN FEET. THE COLUMN HEADINGS A, B, AND - PE SET IN w FEET 5=ro5TE0SPEEDLIMIT OR OFF IM PEjRK THTHFECE CARE THE DIMENSIONS SHOWN FIGURES THROUGH 6H-46. SPEED PRICE TOWORK .EER MweD BY ar S cOaw THE A DIMENSION IS THE DISTANCE FROM THE TRANSITION OR POINT OPERATING SPEED IN IN FEET EEET OR Oq AS as DETERMINED OF RESTRICTION TO THE FIRST SIGN. THE B DIMENSION IS THE DISTANCE BETWEEN THE FIRST AND SECOND SIGN. THE C DIMENSION IS THE DISTANCE BETWEEN THE SECOND AND THIRD SIGN. (THE THIRD SIGN IS THE FIRST ONE IN A THREE-SIGN SERIES NORTH FORKTRAIL ENCOUNTERED BY A DRIVER APPROACHING A WORK ZONE.) SCENIC BYWAY ® NOTES: • • 1. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL WORK ZONE TRAFFIC CONTROL (WZTC). WZFC SCHEMES SHALL BE . • IN ACCORDANCE WITH THESE SHEETS, THE LATEST NATIONAL MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (ML(TCD) AND NEW YORK STATE SUPPLEMENT AS APPROVED OR DIRECTED By THE ENGINEER. WZTC SCHEMES SHOWN ON THE PLANS OR IN THE NATIONAL MUTCO, NYS SUPPLEMENT AND THESE SHEETS ARE TO BE CONSIDERED MINIMUM No. Date Revision REQUIREMENTS. THE ENGINEER MAY ORDER ADDITIONAL WZTC DEVICES SUCH AS SIGNS, CONES. DRUMS, FLAGGERS, sxouEOeq REFLECTORIZATION, SHADOW VEHICLES, FLASHING AND STEADY BURN LIGHTS, TEMPORARY CONCRETE BARRIER, Drawing Title: rAglt LIGHTS FOR NIGHTTIME OPERATIONS, ETC., IF HE DEEMS IT NECESSARY AT NO ADDITIONAL COST TO THE TOM. PAYMENT FOR ALL SUCH WORK SHALL BE INCLUDED IN ITEM 619.01. hurt-elwmee 2. THE CONTRACTOR SHALL UTILIZE TYPICAL APPLICATION FIGURES AS SHOWN ON THESE SHEETS AND IN PART 6, WORK ZONE TRAFFIC Me^1o1vr TEMPORARY TRAFFIC CONTROL, CHAPTER 6H, TYPICAL APPLICATIONS (FIGURES 61--1 THROUGH 6HI NATIONAL CONTROL SCHEMES MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES AND THE NEW YORK STATE SUPPLEMENT, OR AS DIRECTED BY THE ENGINEER. SEE THE MUTCD FOR NOTES SPECIFIC TO EACH TYPICAL APPLICATION. 3. THE CONTRACTORS ATTENTION IS DIRECTED TO TABLES 614-3 AND 6H4 FOR DETERMINING 'DISTANCE BETWEEN SIGNS" AND'FORMULAS FOR DETERMINING TAPER LENGTHS", RESPECTIVELY. THE TOWN OF SOUTHOLD SHALL DETERMINE THE ROAD TYPE AND SPEED THAT WALL BE USED FOR SIGN SPACING AND TAPER LENGTHS ALL COST SHALL BE Oafs. ,NNUSRYX13 ROAD gl! INCLUDED IN THE PRICE BID FOR ITEM 619.01 WORK ZONE TRAFFIC CONTROL. 5rak; f wv 4. CONTRACTOR SHALL SUBMIT IN WHITING A WORK ZONE TRAFFIC CONTROL PLAN CONFORMING TO THE GUIDELINES DOSS, Ef SPECIFIED HEREINTOTHE ENGINEER FORAPPROVAL PRIORTO STARTING CONSTRUCTION. geok SBISB. 5. THE CONTRACTOR SHALL PERFORM HIS WORK IN SUCH A MANNER AND SEQUENCE AS TO MAINTAIN TWO-WAY TRAFFIC Soo No. Yd DX SHORT- DURATION OR MOBILE ON SHOULDERS ON EXISTING ROADS WHILE MAINTAINING FULL ACCESS TO ADJACENT PRIVATE PROPERTY. Drannp NO: FIG. 6114 (TA4-0) ) WZTC-01 :0819 + w r... ~ rrr r rot a.~ ma X fr1 wrr wa ~~q ~wrK LAUREL LAKE PRESERVE INTERPRETIVE SIGN TEMPORARY ~~y~FFO(FcoGy, CONSTRUCTION , 101-01, _ I FENCE - PAID i UNDER ITEM ?a°` x X ' 619.01 X... PROPOSED k , ? I INTERPRETIVE SIGN kw- - ITEM 645.100100SU Proled ldc-. t- +'y NORTH FORK TRAIL .37 RESTORE EXISTING GRASS AREA SCENIC BYWAY WITHIN CONTRACT LIMITS ITEMS 610,1602, 613.02 Key Plan ' DETAIL A a~ ~F;\ x ~ ~ / I ~ NOTE: 1. FOR TEMPORARY CONSTRUCTION FENCE, WORK SHALL CONSIST OF FURNISHING, INSTALLING, MOVING, MAINTAINING, AND REMOVING F`?> f ,v TEMPORARY FENCE, AS SHOWN IN THE CONTRACT DOCUMENTS OR A.O.B.E. 2. REFER TO NOTES ON GN-01 AND WZTC-01 NORTH FORK TRAIL i SCENIC BYWAY ! 3. FINAL SIGN & KIOSK LOCATIONS ARE APPROXIMATE AND MAY BE r ADJUSTED BY THE TOWN ENGINEER PRIOR TO INSTALLATION. SHOULD a / 4 THE CONTRACTOR INSTALL A DEVICE PRIOR TO APPROVAL BY THE TOWN'S ENGINEER, THE CONTRACTOR IS WORKING AT HIS OWN RISK. As- No. Date Revision d Drawing Tide LEGEND: ` r~ P fi r ' CONSTRUCTION PLAN - LAWN RESTORATION INTERPRETIVE SIGN 1 sc LOCATION: HAMLET OF LAUREL, OFF MAIN ROAD (ROUTE 25) AND LAUREL -X-X- CONTRACT LIMIT LINE l LAKE ROAD, NEXT TO THE TOWN OF SOUTHOLD VISITORS CENTER SCALE CONSTRUCTION FENCE bale JANUARY 203 PROPERTY LINES Scale ASSHMN Drawn EF INTERPRETIVE SIGN LOCATION EyedSNJSa. Job No Y4059 00 - STATE RIGHT-OF-WAY LINE Drawing No - - - TOWN RIGHT-OF-WAY LINE CP-01 j0138 ar...~rrM Irr•, A. ma mr ARSHAMOMAQUE POND PRESERVE INTERPRETIVE SIGN a~•"`m Irq ~1 0 r. (gyp wrwr TEMPORARY ~FFOCx 1 of- Off CONSTRUCTION FENCE - PAID ly 6 9DO R ITEM PROPOSED X :k~ h r.~p 4M` x•. „ o X X INTERPRETIVE SIGN ITEM 645,100100SU o X Projed Me R! l 'NORTH FORK TRAIL SCENIC BYWAY R 1VW ' ,a RESTORE EXISTING GRASS AREA r ' F~ WITHIN CONTRACT LIMITS M - - Key Plan a ~ ~ .fir ~ - t ITEMS 610,1602, 613.02 46 MIN DETAIL A • NOTE: 1. FOR TEMPORARY CONSTRUCTION FENCE, WORK SHALL CONSIST OF FURNISHING, INSTALLING, MOVING, MAINTAINING, AND REMOVING TEMPORARY FENCE, AS SHOWN IN THE CONTRACT DOCUMENTS OR A.O.B.E. NORTH FORK TRAIL 2. REFER TO NOTES ON GN 01 AND WZTC 01 SCENIC BYWAY 3. FINAL SIGN & KIOSK LOCATIONS ARE APPROXIMATE AND MAY BE y J 1 1 ADJUSTED BY THE TOWN ENGINEER PRIOR TO INSTALLATION. SHOULD 1 ' { THE CONTRACTOR INSTALL A DEVICE PRIOR TO APPROVAL BY THE TOWN'S ENGINEER, THE CONTRACTOR IS WORKING AT HIS OWN RISK. d No. Date Revision LEGEND; Drawing Title: :N . LAWN RESTORATION PLAN - ' r CONTRACT LIMIT LINE/ CONSTRUCTION 2 INTERPRETIVE SIGN 2 SIGN X X CONSTRUCTION FENCE LOCATION; HAMLET OF SOUTHOLD, OFF MAIN ROAD (ROUTE 25) AND HASHAMOMUCK POND, APPROX. 1.5 MILES EAST OF DOWNTOWN SOUTHOLD SCALE '°,DU. PROPERTY LINES Dale JANUARY 1013 INTERPRETIVE SIGN LOCATION Scale AS SHOWN Drawn E F - STATE RIGHT-OF-WAY LINE Ceedced S.NJSB. Job No Y4059,00 PRESERVE LIMIT LINE DrawrgNo PRESERVE TRAIL CP-02 :0138. b m.. on.ww ~ r. r~t>im DAM POND RESERVE INTERPRETIVE SIGN &~°ft (OW war ~ rrwr f- ff TEMPORARY s - CONSTRUCTION 10 0 FENCE - PAID 8 UNDER ITEM o~ F 619:01 4 4; _ q 11~ t X PROPOSED E LTC. INTERPRETIVE SIGN ITEM 645,100100SU K 7hL e.r r s3'a/~'~ . . . . t . . . . . Projea Tile RESTORE EXISTING GRASS AREA NORTH FORK TRAIL SCENIC BYWAY WITHIN CONTRACT LIMITS ITEMS 610.1602, 613.02 Key Plan DETAIL A NOTE: 1. FOR TEMPORARY CONSTRUCTION FENCE WORK SHALL CONSIST OF FURNISHING, INSTALLING, MOVING, MAINTAINING, AND REMOVING 1 TEMPORARY FENCE, AS SHOWN IN THE CONTRACT DOCUMENTS OR A.O.B.E. 2. REFER TO NOTES ON GN-01 AND WZTC-01 NORTH FORK TRAIL 3. FINAL SIGN & KIOSK LOCATIONS ARE APPROXIMATE AND MAY BE SCENIC BYWAY ADJUSTED BY THE TOWN ENGINEER PRIOR TO INSTALLATION. SHOULD THE CONTRACTOR INSTALL A DEVICE PRIOR TO APPROVAL BY THE . + L _'_r rY~ TOWN'S ENGINEER, THE CONTRACTOR IS WORKING AT HIS OWN RISK. s .'rte d . a No. Date Revision LEGEND: DrawingTltle: LAWN RESTORATION AN . - ~ r - CONTRACT LIMIT LINE/ INTERRPR PRSETIVEIVE SISI GN 3 W • X X NT LOCATION: HAMLET OF EAST MARION, OFF COVE BEACH ROAD JUST NORTH OF CONSTRUCTION FENCE MAIN ROAD (ROUTE 25), APPROX. 0.5 MILES EAST OF CENTER OF EAST MARION SCALE1"=*Y-C~ PROPERTY LINES Data JANUARY 2013 INTERPRETIVE SIGN LOCATION Salo AS SHOWN Drawn E.F. - STATE RIGHT-OF-WAY LINE DNake SNS.B. Job No Y4059.00 PRESERVE LIMIT LINE DrawlryNo PRESERVE TRAIL CP-03 SOUTHOLD K10SK *:.R813 LOCATION PLAN CONSTRUCTION PLAN \ i, r VA1~ MEET EXISTING. 1j / \ SIDEWALK FLUSH ti KIOSK LOCATION EXISTING BENCHES TO REMAIN ~f A' S TURF ESTABLISHMENT- ITEM 610.1602 PLACING TOPSOIL- ITEM 613.12 1 EXISTING CONCRETE ~1 ~~\Z\\ \ - l?~ G jPO~-c 1` \ 2~ c 1. - - ; SIDEWALK TO REMAIN O \GAV 0. P WTk: " x~<~ NORTH FORK TRAIL SCENIC BYWAY v Pq V ~ QPS Key Plan TEMPORARY CONSTRUCTION i~ FyG AdA FENCE- PAID UNDER ITEM 619.01 ~F.. F R , 8•-6' v\ NORTH FORK TRAIL CLEAR AND GRUB EXISTING SCENIC BYWAY Sj~EEt LANDSCAPED AREA, ITEM 201.06 PROPOSED KIOSK -ITEM 615.300100SU LOCATION: HAMLET OF SOUTHOLD, 4" CEMENT CONCRETE SIDEWALK- ITEM INTERSECTION OF YOUNGS LANE AND MAIN 608.01050010 No. Date Revision ROAD (ROUTE 25), DOWNTOWN SOUTHOLD scue. D 1a Drawing Title: SWE: 1'=100 1. FOR TEMPORARY CONSTRUCTION FENCE, WORK SHALL CONSIST OF TABLE OF ITEM QUANTITIES CONSTRUCTION PLAN - FURNISHING, INSTALLING, MOVING, MAINTAINING, AND REMOVING KIOSK 1 TEMPORARY FENCE, AS SHOWN IN THE CONTRACT DOCUMENTS ITEM # DESCRIPTION UNIT QUANTITY LEGEND & NOTES: ORA.Q'B.E' 201.06 CLEARING AND GRUBBING LS NEC 2. REFER TO NOTES ON GN-01 AND WZTC-01. 608.01050010 CEMENT CONCRETE SIDEWALKS AND CY 10 DRIVEWAYS Date: d4 WY 2013 3. GRADING AND EXCAVATION INCLUDED IN ITEM 608.0105001. LAWN RESTORATION 610.1602 TURF ESTABLISHMENT SY 35 sae' AS sxowx 4. FINAL LAYOUT PLACEMENT OF KIOSK, CONCRETE PAD, AND WALKWAY SHALL Dann: cr. STATE RIGHT-OF-WAY LINE BE COORDINATED WITH & APPROVED BY THE TOWN ENGINEER PRIOR TO 613.02 PLACING TOPSOIL - TYPEA CY 30 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS NEC aznea: sws.e. - TOWN RIGHT-OF-WAY LINE INSTALLATION. SHOULD THE KIOSK BE INSTALLED PRIOR SIGN-OFF BY THE ,ioe N. raass.ao - TOWN ENGINEER, THE CONTRACTOR IS WORKING AT HIS OWN N RISK. 699.040001 MOBILIZATION LS NEC paany ea -X--- CONTRACT LIMIT LINE/ 615.300100SU KIOSK EA 1 CONSTRUCTION FENCE CP-04 CUTCHOGUE K10SK!~~3Q r,r r w urw LOCATION PLAN CONSTRUCTION PLAN 40 -3 C £ ¦ IE it 8 7f ~ e EXISTING LANDSCAPING AND BRICK WALKWAY TO REMAIN P.,dT* 1/j/~ ~ NORTH FORK TRAIL SCENIC BYWAY TEMPORARY CONSTRUCTION FENCE- PAID UNDER ITEM 619.01 KIOSK LOCATION Key Plan X 1 oPy.% o0 4 - CLOCK / EXISTING BENCH TO REMAIN R = 26-0" X NORTH FORK TRAIL ~ ~ SCENIC / GRIFFING STREET ~~=p+ PROPOSED KIOSK - ITEM 615.300100SU BYWAY LOCATION: HAMLET OF CUTCHOGUE, CORNER 0 1W M' MATCH EXISTING BRICK PAVERS, ITEM 608.03, 304.12 OF MAIN ROAD (ROUTE 25) AND GRIFFING CLEAR AND GRUB EXISTING LANDSCAPING TO STREET, DOWNTOWN CUTCHOGUE scue"0B° ACCOMMODATE NEW WALKWAY, 201.06 No. Date Revision Drawing Title: a is m' S E1`17a CONSTRUCTIONPLAN - TABLE OF ITEM QUANTITIES KIOSK 2 LEGEND & NOTES. 1. FOR TEMPORARY CONSTRUCTION FENCE, WORK SHALL CONSIST OF FURNISHING, INSTALLING, MOVING, MAINTAINING, AND REMOVING ITEM # DESCRIPTION UNIT QUANTITY TEMPORARY FENCE, AS SHOWN IN THE CONTRACT DOCUMENTS 201.06 CLEARING AND GRUBBING LS NEC OR A.O.B.E. Dm. .wuwsY pia LAWN RESTORATION 304.12 SUBBASE COURSE, TYPE 2 CY 10 _ ASB N 2. REFER TO NOTES ON GN-01 AND WZTC-01. 520.05000010 SAWCUTTING EXISTING SIDEWALK LF 25 D,a„1„ E.E, - - - STATE RIGHT-OF-WAY LINE 3. REFER TO SHEET MD-02 FOR BRICK PAVER DETAIL AND LAYOUT PLAN. 608.03 BRICK PAVED SIDEWALKS AND DRIVEWAYS SY 25 Cnax" S.Nis,B. 4. FINAL LAYOUT PLACEMENT OF KIOSK, CONCRETE PAD, AND WALKWAY SHALL (SAND SETTING BED) J~ w Yw o) TOWN RIGHT-OF-WAY LINE BE COORDINATED WITH 8 APPROVED BY THE TOWN ENGINEER PRIOR TO 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS NEC Dmn,g NO: X X( X- CONTRACT LIMIT LINE/ INSTALLATION. SHOULD THE KIOSK BE INSTALLED PRIOR TO SIGN-OFF BY THE 699.040001 MOBILIZATION LS NEC CP-05 CONSTRUCTION FENCE TOWN ENGINEER, THE CONTRACTOR IS WORKING AT HIS OWN RISK. 615.300100SU KIOSK EA 1 MATTITUCK K10SK CONSTRUCTION PLAN LOCATION PLAN ¦ E FCq MONOLITHIC CURB, PAID 1 ~F UNDER ITEM 608,01050010 ya EXISTING SIDEWALK ISLAND 'b•~jE.i` ~ yP TO REMAIN KIOSK LOCATION PROPOSED KIOSK- ITEM 615.300100SU 'f kT s ~s '9 vg, o. ~ a 1 PIKE~TREET pMESTfZEET -1 _ ll / F~ R°ren,nle. j • NORTH FORK TRAIL - _ - o TEMPORARY CONSTRUCTION SCENIC BYWAY I~ - FENCE- PAID UNDER ITEM 619.01 -f '11~m11 I 4"CEMENT CONCRETE SIDEWALK SOUNDgUE~ ITEM 808.01050010 Key Plan L R = 6'-0^ LOCATION: HAMLET OF MATTITUCK, LIRR PARKING 0 im, SAWCUTTING EXISTING ASPHALT XISTING ASPHALT LOT OFF LOVE LANE, DOWNTOWN MATTITUCK scull. c=zars CONCRETE- ITEM E520.09000010 097 QP TABLE OF ITEM QUANTITIES A~5 / NORTH FORK TRAIL D 0, p, SCENIC BYWAY ITEMq DESCRIPTION UNIT QUANTITY 520.09000010 SAWCUTTING EXISTING ASPHALT CONCRETE LF 40 s E l" 10's 608.01050010 CEMENT CONCRETE SIDEWALKS AND CY 5 SCORE FOR MONOLITHIC CURB DRIVEWAYS 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS NEC 0.5% MIN CROSS SLOPE No. Dale Revision 699.040001 MOBILIZATION LS NEC 615.300100SU KIOSK EA 1 • j'••' ` EXISTING SIDEWALK- Drawing Title: EXISTING PAVEMENT • CONSTRUCTION PLAN - 9. KIOSK 1. FOR TEMPORARY CONSTRUCTION FENCE, WORK SHALL CONSIST OF SAWCUTTING EXISTING ASPHALT SIDEWALK LEGEND p ° NOTES: FURNISHING, INSTALLING, MOVING, MAINTAINING, AND REMOVING CONCRETE- ITEM 520.09000010 4'CEMENT CONCRETE 2^-p^ TEMPORARY FENCE, AS SHOWN IN THE CONTRACT DOCUMENTS ITEM 608.0105001 OR A.O.B.E. Dare: MARY M13 STATE RIGHT-OF-WAY LINE 2. REFER TO NOTES ON GN-01 AND WZTC-01. ns"N MONOLITHIC CURB D. ER - TOWN RIGHT-OF-WAY LINE 3. REFER TO SHEET MD-02 FOR BRICK PAVER DETAIL AND LAYOUT PLAN. PAID UNDER ITEM 608.0105001 CWtd'. SNIB.B. CONTRACT LIMIT LINH 4. FINAL LAYOUT PLACEMENT OF KIOSK, CONCRETE PAD, AND WALKWAY SHALL AW, x4M W X X X- CONSTRUCTION FENCE BE COORDINATED WITH & APPROVED BY THE TOWN ENGINEER PRIOR TO o~.;°e N4. INSTALLATION. SHOULD THE KIOSK BE INSTALLED PRIOR TO SIGN-OFF BY THE SECTION A-A: TOWN ENGINEER, THE CONTRACTOR IS WORKING AT HIS OWN RISK. C P-06 GREENPORT KIOSK Rr3B- ~\wYNY M 141 Mi~ LOCATION PLAN CONSTRUCTION PLAN EXISTING SIDEWALK TO i fF ` BE REMOVED WITHIN ~y4` CONTRACT LIMITS f-F~i"' CEMENT CONCRETE I~ SIDEWALK \ ITEM 608.0105001 KIOSK LOCATION PROPOSED KIOSK- ITEM 615.300100SU / TEMPORARY CONSTRUCTION FENCE ~pV~~ PAID UNDER ITEM 619.01 \ V % T EXISTING CURB TO REMAIN ~,~\S\NG i R"recrma- V - EO - - GRASS EXISTING EXISTING BENCHES SO i V V GAZEBO NORTH FORK TRAIL ODZNSSRE . TO REMAIN .,L SCENIC BYWAY a - ii ES EXISTING TREE TO Key Plan \\f `$SjR - \ REMAIN & PROTECTx PDP`M + \ N~.,.. IN PLACE j. a i-12 AWCUT EXISTING SIDEWALK, ITEM 520.0500010 A\ ' ONj SSj CLEAR AND GRUB EXISTING LANDSCAPED AREA, ITEM 201.06 NORTH FORK TRAIL TRANSPLANT SALVAGEABLE SCENIC BYWAY G~ MATERIAL WITH MEMORIAL GARDEN REez~ 0 ~ Sol No. Date Revision Drawing Tille: LOCATION: HAMLET OF GREENPORT, PARKING LOT 0 1W ° 10 x OFF ADAMS STREET, DOWNTOWN GREENPORT SME. 1'=200v $ME T= 10U TABLE OF ITEM QUANTITIES CONSTRUCTION PLAN - KIOSK 4 r 1. FOR TEMPORARY CONSTRUCTION FENCE, WORK SHALL CONSIST OF ITEM # DESCRIPTION UNIT QUANTITY LEGEND p ° NOTES. FURNISHING, INSTALLING, MOVING, MAINTAINING, AND REMOVING TEMPORARY FENCE, AS SHOWN IN THE CONTRACT DOCUMENTS 201.06 CLEARING AND GRUBBING LS NEC OR A.O.B.E. 520.05000010 SAWCUTTING EXISTING SIDEWALK LF 10 N•. NNWY 2013 - - - - - - - STATE RIGHT-OF-WAY LINE CEMENT CONCRETE SIDEWALKS AND S` ASS N 2. REFER TO NOTES ON GN-01 AND WZTC-01. 608.01050010 CY 15 DRIVEWAYS Oran" E.F. - - - - - - TOWN RIGHT-OF-WAY LINE 3. GRADING AND EXCAVATION INCLUDED IN ITEM 608.0105001. 619.01 BASIC WORK ZONE TRAFFIC CONTROL LS NEC Cnnaad. 5aiae. X X X- CONTRACT LIMIT LINE! 4. FINAL LAYOUT PLACEMENT OF KIOSK, CONCRETE PAD, AND WALKWAY SHALL 699.040001 MOBILIZATION LS NEC x W YMN • CONSTRUCTION FENCE BE COORDINATED WITH & APPROVED BY THE TOWN ENGINEER PRIOR TO oraMre ao. INSTALLATION. SHOULD THE KIOSK BE INSTALLED PRIOR TO SIGN-OFF BY THE 615.300100SU KIOSK EA 1 TOWN ENGINEER, THE CONTRACTOR IS WORKING AT HIS OWN RISK. C -0 i 118" THICK PHENOLIC RESIN 24'x 36" MOUNTING, SEE ' DETAIL4 M rr a5" B~ . A®s • A~wr Opp 2"x2"x.375"STAINLESS I ' ' r~rau~rw~ ALUMINUM CORE STEEL POST I AND NUTS STEEL WASHERS am ~a BASE PLATE BOLTED TO j EACH PER BOLT CONCRETE FOOTING, SEE DETAIL 3 I 13 DIAMETER STAINLESS STEEL 75" STAINLESS STEEL I ANCHOR BOLTS, e" STEEL CAP SPACER j EMBEDMENT (M IN.) 4 REQUIRED 36"WIDE PER MARKER ~ FINISHED GRADE 0 .I CLEAR, MIN e~ I 93 HORIZONTAL REBAR J4 15'0.C, C ' CONCRETE FOOTING T~ I~rT O l 'l FRONT VIEW . (4) #3 VERTICAL REBAR RAIL 6'O.C. If CLEAR, MIN MOLDED PLUG STAINLESS STEEL POST NOTE. ED 0 COMPACTED SUBGRADE UNLESS OTHERWISE SPECIFIED, ALL MATERIAL MEET THE REQUIREMENTS OF THE NEW YORK STATE COASTAL RESOURCES AND INTERPRETIVE SIGN PROGRAM DIA. (NYSCRIP) - SIGNAGE GUIDELINES FROM 1972, AS SIDE VIEW AMENDED - FOR LOW PROFILE WAYSIDE SIGNS, 1 AXONOMETRIC VIEW - ITEM 615.300100SU 2 SIGNPOST AND FOOTING -ITEM 615.300100SU NORTH FORK TRAIL SCALE: N.T.S. SCALE: N.T.S. SCENIC BYWAY Key Plan 12" DLAMETER CONCRETE FOUNDATION 114-200.00" STAINLESS STEEL SOCKET MACHINED ALUMINUM HEAD CAP SCREW WITH SS HI-COLLAR CAP HELICAL SPRING LOCK WASHER C BLACK CAST POLYETHYLENE ACE DIMENSI N PHENOLIC RESIN ovv CAP WITH U.V. INHIBITORS (VARIES) PANEL 6 FITS 0, 625' DIA. HOLE VARIES '#~PiFs I B 2"x 2' STEEL POST 1024 x 318' STEEL LOW E~, mm-1 HEAD SOCKET CAP SCREW NORTH FORK TRAIL 0.625 ;BYWAY 114-ALUMINUM TYP 3U IN. PLATE O O EXTENDED ALUMINUM No. Date Revision O EXTRUSION Drawing Title: 3.01N. 5.5' x 5.5'x 318' STEEL PLATE I MISCELLANEOUS DETAILS 1 0.28125' 025' HOLE TYPE 518' P. Lam. B EVERSE ANGLE FRONT NW NMM N13 REVERSE ANGLE SIDE ELEVATION Swk: B-B ELEVATION Dmwn EF. ChmkeP. S.NIS.B. 3 BASE DETAIL- ITEM 615.300100SU 4 MOUNTING DETAIL - ITEM 615.300100SU ~bW YW D,anxp NO: SCALE: N.T.S. SCALE: N.T.S. MD-01 60 DEGREE ANGLE BRICK PAVERS ITEM 608,03 STAINLESS STEEL POST STONE SCREENINGS BED ~~~~~-/`I~¦ ALUMINUM RAIL S# GRAPHIC PANEL PAID UNDER ITEM 609.03 00 3' 0 HAND-TIGHT SWEPT JOINTS 16 112 PHENOLIC RESIN WITH STONE SCREENINGS a r.~ w W r SELF-BACKING, STAINLESS STEEL PAID UNDER ITEM 608,03 (no kr#r-aw 3'-0'x6'-0" POST ALUMINUM CORE POST COVER COMPACTED CRUSHED SUBBASE, ITEM 304,12IIxY°ry, COMPACTED SUBGRADE PAID UNDER ITEM 60803 ^'n EXISTING CONCRETE CURB i ~i 'o l y W HERRING BONE PATTERN arc. w w° w 2,~sy,yS mp f Z FINISHED GRADE FINISHED GRADE NOTE BRICK PAVERS TO MATCH ADJOINING EXISTING PAVERS INSTALLED PlId TAk: ON THE CORNER OF MAIN STREET AND GRIFFING STREET IN THE TOWN OF SOUTHOLD NORTH FORK TRAIL SCENIC BYWAY MULTIPLE POST ASSEMBLY AXONOMETRIC VIEW (STEEL) -ITEM 645.100100SU BRICK PAVER DETAIL & LAYOUT PLAN SCALE: AT S . SCALE: NT S Key Plan TS 6'x 2' 118' WITH BRAKE FROM ON CENTER FOR 45 CONNECTION 60 DEGREE ANGLE 2 1024 x 0.75' COUPLING NIJr TACK STAINLESS STEEL POST 115 WELDED TO INSIDE OF POST BASE PLATE BOLTED CONCRETE 1' .75' STAINLESS FOOTING, SEE ADJOINING DETAIL 1024 x 1-112' BUI HEAD SOCKET CAP SCREW WITH STEEL SPACER 4 STAINLESS STEEL WASHERS l5" #12 SS WASHER DRILL HOLE Sib' FOR 10.24 SCREW. AND NUTS PER MARKER, ONE .063' 1.5' 3' SCREWS TO BE PLACED 18' O.C. WITH TOPHOLE PLACED WIDTH VARIES EACH PER BOLT 3' DOWN FROM TOP OF POST. SEE PLAN F. 13 DIAMETER STAINLESS STEEL ANCHOR STEEL 28125' 118" BRAKE FORMED COVER PLATE PREMOLDED ANCHOR BOLTS 8' EMBEDMENT (MIN) NORTH FORK TRAIL SCENIC BYWAY 10 GAUGE STEEL; BRAKE FORMED 1.0' x 125' WITH 0.1875- JOINT FILLER 4 REQUIRED PER MARKER INSIDE RADIUS POP RIVETED TO INSIDE OF POST FULL LENGTH ADJOINING PAVEMENT SEE CONSTRUCTION PLAN FOR LOCATION POP RIVET. 0.1875' DIAMETER x 0.630- LONG (316) STAINLESS STEEL BODY: 1841 STAINLESS STEEL MANDREL COMPACTED SUBGRADE ••1 ' 4 0.0625' x 1" DA., O.T I.D. #3 HORIZONTAL HEW 15' O.C. No. Dale Revision BLACK NYLON FLAT WASHER (4) #3 VERTICAL REBAR 5' O.C. 12' DIAMETER CONCRETE FOUNDATION Drawing Title: 114-20 x 1.25' STAINLESS STEEL SOCKET CONCRETE FOOTING HEAD CAP SCREW WITH SS FLAT WASHER L POST, ALUMINUM RAIL KSTEE IL3 MISCELLANEOUS DETAILS 2 3'CLEAR.Mw. E° ° DETA 1-0" 114-2D x 1.W' STAINLESS STEEL T-D"WIDE °M' 0 0 SOCKET HEAD CAP SCREW WITH SIDE VIEW SS HkCOLLAR HELICAL SPRING N LDCK WASHER -OV 3'-0'WIDE NOTE: 0 Dz2'. YuVWRYIDI3 Sink: UNLESS OTHERWISE SPECIFIED, ALL MATERIALS SHALL MEET THE NOTES. REQUIREMENTS OF THE NEW YORK STATE COASTAL RESOURCE HOLE TYPE 518" pdh0. EF. MACE 0.1875' HOLES IN POST AND CUP ANGLE T-O"WIDE INTERPRETIVE PROGRAM (NYSCRIP)- SIGNAGE GUIDELINES FROM 5.5'x 5S'x 3'8' OKx1m: SNJSB. 1B'O.C. WITH TOP HOLE PLACED 3' FROM TOP OF POST 1972, AS AMENDED-F0R THE 3-SIDED KIOSK. STEEL PLATE kb NO: Y4059.W n TRIANGULAR WAYSIDE PLAN VIEW -ITEM 645.100100SU POST, FOOTING, & BASE PLATE DETAIL- ITEM 645.100100SU D..HPW. J SCALE: N.T.S. SCALE: N.T.S. MD-02 44 Elf ENGINEERS • ARCHITECTS • PLANNERS LETTER OF TRANSMITTAL 00 One Huntington Quadrangle, Suite 4020 (631) 694-3131 • (631) 694-3864 8wur Melville, New York 11747 OR 00 TO: James Richter, R.A. RE: North Fork Trail Scenic Byway Town of Southhold 53095 Main Road Construction Specifications and Construction Plans - Southold, New York 11971 Final Bid Documents WE ARE SENDING YOU ® Attached ? Under separate cover via the following items: ? Shop drawings ? Prints ® Plans ? Samples ? Specifications ? Copy of letter ? Change order ? 15 04-1-13 Construction Specifications Book 15 04-1-13 Construction Plans THESE ARE TRANSMITTED as checked below: ? For approval ? Approved as submitted ? Resubmit copies for approval ® For your use ? Approved as noted ? Submit copies for distribution ? As requested ? Retumed for corrections ? Return copies for distribution ? For review and comment ? ® FORBIDS DUE May 7 , 2013 ? PRINTS RETURNED AFTER LOAN TO US RECEIVED REMARKS: APR 1 z013 Southold Town Clerk COPY TO: File 4059 SIGNED: IL-0-1 Stephen Normandin, P.E. Project Manager L 90/4f 1 1 TOWN OF SOUTHOLD 1 NORTH FORK TRAIL SCENIC BYWAY INTERPRETIVE SIGNAGE AND FACILITIES i PIN: 0758.90 1 CONSTRUCTION SPECIFICATIONS 1 SOUTHOLD, SUFFOLK COUNTY, NEW YORK 1 d~ 1 1 ~ 1 ~ol i 1 113 Prepared For S tt A. Russell, Town Supervisor ate TOWN OF SOUTHOLD 1 Town of Southold 53095 Main Road Southold, New York 11971 1 Preaared Bv: OF NEW Yn THE RBA GROUP. LAW. NC1y,~ Engineers - Architects - Planners Irr 920 * 40 Marcus Drive 1 Stephen Normandin, P.E, The RBA Group e4~, rw ' 4 . z a Melville, New York 11747 NYS P.E. License No. 077934 ;rt t f v (631) 694-3131 March 2013 wtONP 1 1 ' TABLE OF CONTENTS ' SOUTHOLD TOWN NORTH FORK TRAIL SCENIC BYWAY ' INTEPRETIVE SIGNAGE AND FACILITIES PIN: 0758.90 ' Title Page Invitation to Bid Table of Contents Instructions to Bidders I13-1 thru I13-6 NYS Prevailing Wage Rates & Davis-Bacon Rates Standard Insurance Requirements SIR-1 thru SIR-2 ' General Conditions GC-1 thru GC-10 ' Conditions of Contract CC-1 thru CC-18 Proposal Form Package Proposal Form Package 1-8 ' Bid Sheets BS-1 thru BS-2 ' Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 Questions Page Q-1 Utility Schedule Appendix A-1: Supplemental Title VI Provisions NYSDOT LAFAP Appendix 12 Uniform Contractor's Questionnaire Sign Layout Sheets Technical Specifications TS-1 thru TS-11 ' General Construction Drawings (Separate) 1 THRU 12 ' TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1800 / FAX: 631-765-6145 ' INVITATION TO BID ' NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: ' BID NAME: NORTH FORK TRAIL SCENIC BYWAY INTERPRETIVE SIGNAGE AND FACILITIES ' PIN: 0758.90 Definite specifications may be obtained at the Southold Town Clerk's Office beginning April 2, 2013. ' PLACE OF OPENING: DATE OF OPENING: TIME OF OPENING: ' TOWN OF SOUTHOLD May 7, 2013 11:00AM TOWN CLERKS OFFICE 53095 MAIN ROAD ' SOUTHOLD, NY 11971 CONTACT PERSON: James Richter, Town Engineer. Town of Southold, 631-734-6235 VENDORS MUST SUBMIT BID IN SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. ' It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. ' Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. ' The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. ' A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). ' The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. 1 ' INSTRUCTIONS TO BIDDERS ' INDEX 1 ' 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Bid Security ' 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility ' 7. Construction Terms and Conditions 8. Security for Faithful Performance 9. Bid Reservations 10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award ' 13. Single Price Bid Analysis 14. Municipal Exempt Status 15. Labor Law ' 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities 1 IB-1 INSTRUCTIONS TO BIDDERS ' 1. RECEIPT AND OPENING OF BIDS ' The Town of Southold invites bids on the forms herein provided for the Town of Southold North ' Fork Trail Scenic Byway: Construction of Interpretive Signage and Kiosk Facilities in various locations, Town of Southold, New York. Scaled bids shall be received by the Town Clerk of the , Town of Southold at 53095 Main Road, Southold, New York no later than 11:00 AM (local time) on Tuesday May 7, 2013 at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be ' considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by ' means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM, PREPARATION AND PRESENTATION OF PROPOSAL ' The Proposal Form as issued by the Town Clerk shall be completely filled in, in black ink or ' typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No ' Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left , empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed ' in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: ' a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit (as required). ' It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY ' (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with ' its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified ' checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained until filing and approval of the Performance Bond and until completion of , five percent (5%) of the work under the Contract. 113 -2 INSTRUCTIONS TO BIDDERS ' (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and ' bonds required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. ' 4. QUALIFICATIONS OF BIDDERS ' (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid ' submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. ' (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to ' reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. ' 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the ' qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be ' rejected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to ' waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. ' 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which ' debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this ' Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in ' any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. 1 1B-3 INSTRUCTIONS TO BIDDERS ' (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the t extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses , incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgement as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume ' all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever ' material and under whatever conditions he may encounter or create, without extra cost to the , Town. (f) No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, , or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a ' basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS ' The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and ' instructions of the Engineer or his duly authorized representative will be rigidly enforced. 8. SECURITY FOR FAITHFUL PERFORMANCE ' The successful bidder shall be required to execute a Performance Bond equal to one hundred percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance , carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force for a period of not less than one (1) year after t the date of final acceptance of the work. The successful bidder, upon failure to execute and deliver the bonds required within ten (10) ' days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such ' contract shall subsequently be relet including the cost of such reletting less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by ' documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work t has been completed, the bid security accompanying the bid will be returned. 1B-4 ' ' INSTRUCTIONS TO BIDDERS ' 9. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This ' period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Town Clerk. ' 10. NON-COLLUSIVE STATEMENT ' The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, ' consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Clerk Town of Southold 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract ' Documents. 12. METHOD OF AWARD ' The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, ' equipment, or supplies to be furnished, and conformity with the specifications. ' 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 14. MUNICIPAL EXEMPT STATUS ' The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. ' 15. LABOR LAW ' The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. 1 1B_5 INSTRUCTIONS TO BIDDERS ' Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES ' The rates of wages determined by the New York State Industrial Commissioner pursuant to the ' Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after ' issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. Wage rate interviews ' should be performed periodically and included with the rest of the project records. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD ' The successful bidder will be required to procure and pay for the following types of insurance, as ' set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy ' (b)Comprehensive General Liability (c)Excess/Umbrella Insurance (d)Workmen's Compensation Insurance ' (e)Disability Insurance and Unemployment Insurance 18. QUANTITIES , Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual ' work done at the unit prices quoted. III -6 ' NYS STATE PREVAILING WAGE RATES AND ' FEDERAL DAVIS-BACON RATES ' (The higher of the two rates shall be paid for this project) I I THIS PAGE LEFT BLANK INTENTIONALLY Andrew M. Cuomo, Governor ,p, Peter M. Rivera, Commissioner TOWN OF SOUTHOLD Schedule Year 2012 through 2013 Ben amin Vanager, Project Engineer Date Requested 01/29/2013 ' RB Group PRC# 2013000900 40 Marcus Drive Melville NY 11747 Location Mattituck, Cutchogue, Southold 1 Project 1D# 0758.90 Project Type Installation of interpretive signs and kiosks at various locations along the North Fork Trail Scenic Byway ' 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 2012 through June 2013. All updates, corrections, posted on the 1 st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on ' the website. It is the responsibility of the contracting agency or its agent to annex and make part, the ' attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. ' Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. ' Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT ' Date Completed: Date Cancelled: ' Name & Title of Representative: ' Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 ' www.labor.state.ny.us. PW 200 PWAsk@labor.state.ny.us General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed in the performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in the locality where the work is performed. ' Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county, city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire, ' improvement and other district corporation; a public benefit corporation; and a public authority awarding a public work contract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing Rate ' Schedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project. This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW 39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract to be awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish the following information to the Bureau: the name and address of the contractor, the date the contract was let and the approximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of the ' Department's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation of any public work project. The Department's PW 200 form is provided for that purpose. ' Both the PW 16 and PW 200 forms are available for completion online. 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. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day / ' 10 Hour Work Schedule" form (PW 30R). Wages and Supplements ' The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public work project shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work is performed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, the contractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original Prevailing ' Rate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work, State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; or electronically at the NYSDOL website www.labor.state.ny.us. ' Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to provide complete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules to each subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the original schedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL website ' www.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect from July 1st through June 30th of the following year. The annual determination is available on the NYSDOL website ' www.labor.state.ny.us. Payrolls and Payroll Records ' Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true under penalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At a minimum, payrolls must show the following information for each person employed on a public work project: Name, Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed. Hourly wage rate(s) ' paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification. Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30) ' days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribed and affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, review for facial validity, and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll records ' sworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to time cards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure to provide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of the contract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New York t State and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the project worksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. ' All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedule specified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedules by a contractor or subcontractor is a violation of 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 1 st whether or not the new ' determination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Any corrections should be brought to the Department's attention immediately. It is the responsibility of the public work contractor to use the proper rates. If there is a question on the proper classification to be used, please call the district ' office located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOL website on the first business day of each month. Contractors are responsible for paying these updated rates as well, retroactive to July 1 st. 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 1 st 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 1 st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay or ' provide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages or supplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficient amount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a final ' determination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or provide the requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law to ' so notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract. Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of such contract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interest and any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a final ' determination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding is instituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of the ' court with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailinq Rate Schedule must be posted in a prominent and accessible place on the site of the public work i project. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverse weather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2) t inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, on each job site. t ' Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage in the format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. ' Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, or employment training centers, notices furnished by the State Division of Human Rights. ' Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite notices furnished by the NYS Department of Labor. Apprentices ' Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYS Commissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greater than the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing Rate ' Schedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outside the classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate for the classification of work the employee is actually performing. ' NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYS Department of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency of office registers apprentices in New York State. ' Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office of Employability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Fax to NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and social security number of the person for whom the information is requested. ' The only conclusive proof of individual apprentice registration is written verification from the NYSDOL Apprenticeship Training Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provide conclusive registration information. ' It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person is registered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies of state forms is not conclusive proof of the registration of any person as an apprentice. ' Interest and Penalties In the event that an underpayment of wages and/or supplements is found: ' - Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant to section 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made. - A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due. ' Debarment ' Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public work contract or subcontract with any state, municipal corporation or public body for a period of five (5) years when: - Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successor within any consecutive six (6) year period. - There is any willful determination that involves the falsification of payroll records or the kickback of wages or supplements. ' Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine or imprisonment of up to 15 years, or both. t Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, national ' origin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work ' to which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidate any employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220- e(b) The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for each ' calendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereunder ' may be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections of the contract (NYS Labor Law, Article 8, Section 220-e(d) Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places of ' employment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation ' In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of the contract for the benefit of such employees as required by the provisions of the New York State Workers' Compensation , Law. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to being allowed to begin work. ' The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New York State. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name this agency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a company ' authorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of the information page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained a t 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. 1 1 1 ~tioF ~w Andrew M. Cuomo, Governor Peter M. Rivera, Commissioner TOWN OF SOUTHOLD Schedule Year 2012 through 2013 Ben1'amin Vanager, Project Engineer Date Requested 01/29/2013 ' Group PRC# 2013000900 40 Marcus Drive Melville NY 11747 Location Mattituck, Cutchogue, Southold ' Project to# 0758.90 Project Type Installation of interpretive signs and kiosks at various locations along the North Fork Trail Scenic Byway ' 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 mall 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: State: Zip: Amount of Contract: $ Contract Type: ' [ ] (01) General Construction Approximate Starting Date: / / [ ] (02) Heating/Ventilation (03) Approximate Completion Date: / / [ 1 Electrical ' [ ] (04) Plumbing [ ] (05) Other Phone: (518) 457-5589 Fax: (518) 485-1870 ' W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 ' www.labor.state.ny.us. PW 16 PWAsk@labor.state.ny.us 1 1 1 IMPORTANT NOTICE 1 1 FOR 1 CONTRACTORS & 1 CONTRACTING AGENCIES 1 1 1 Social Security Numbers on Certified Payrolls 1 The Department of Labor is cognizant of the concerns of the potential for misuse or inadvertent disclosure of social security numbers. Identity theft is a growing problem 1 and we are sympathetic to contractors' concerns with regard to inclusion of this information on payrolls if another identifier will suffice. 1 For these reasons, the substitution of the use of the last four digits of the social security number on certified payrolls submitted to contracting agencies on public work projects is now acceptable to the Department of Labor. 1 NOTE: This change does not affect the Department's 1 ability to request and receive the entire social security number from employers during the course 1 of its public work / prevailing wage investigations. 1 1 1 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, maintenance and repair, and announces the recently-enacted increase to the percentage of the dollar value of such contracts that must be deposited into the Fund. This item also describes the roles of the following entities with respect to the ' Fund: - New York State Department of Labor (DOL), ' - The Office of the State of Comptroller (OSC), and - State agencies and public benefit corporations. 2. Background and Statutory References: ' DOL uses the Fund to enforce the State's Labor Law as it relates to contracts for construction or reconstruction, maintenance and repair, 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, maintenance and repair, as defined in subdivision two of Section 220 of the Labor Law, into which all State agencies and public benefit corporations , enter. Chapter 407 of the Laws of 2005 increased the amount required to be provided to this fund to .10 of one-percent of the total cost of each such contract, to be calculated at the time agencies or public benefit corporations enter into a new contract or if a contract is amended. The provisions of this bill became effective August 2, 2005. ' To all State Departments, Agency Heads and Public Benefit Corporations ' IMPORTANT NOTICE REGARDING PUBLIC WORK ENFORCEMENT FUND OSC will report to DOL on all construction-related ("D") contracts approved during the month, including contract amendments, and then DOL will bill agencies the appropriate assessment monthly. An agency may then make a determination if any of the billed contracts are exempt and so note on the bill submitted back to DOL. For any instance ' where an agency is unsure if a contract is or is not exempt, they can call the Bureau of Public Work at the number noted below for a determination. Payment by check or journal voucher is due to DOL within thirty days from the date of the billing. DOL will verify the amounts and forward them to OSC for processing. For those contracts which are not approved or administered by the Comptroller, monthly reports and payments for deposit into the Public Work Enforcement Fund must be provided ' to the Administrative Finance Bureau at the DOL within 30 days of the end of each month or on a payment schedule mutually agreed upon with DOL. ' Reports should contain the following information: - Name and billing address of State agency or public benefit corporation; ' - State agency or public benefit corporation contact and phone number; - Name and address of contractor receiving the award; ' - Contract number and effective dates; Contract amount and PWEF assessment charge (if contract amount has been amended, reflect increase or decrease to original contract and the adjustment in the PWEF charge); and - Brief description of the work to be performed under each contract. Checks and Journal Vouchers, payable to the "New York State Department of Labor" should be sent to: ' Department of Labor Administrative Finance Bureau-PWEF Unit Building 12, Room 464 State Office Campus Albany, NY 12240 ' Any questions regarding billing should be directed to NYSDOL's Administrative Finance Bureau-PWEF Unit at (518) 457-3624 and any questions regarding Public Work Contracts should be directed to the Bureau of Public Work at (518) 457-5589. t 1 Construction Industry 1 Fair Play Act i 1 Required Posting For Labor Law 1 Article 25-B § 861-d 1 1 Construction industry employers must post the 1 "Construction Industry Fair Play Act" notice in a prominent and accessible place on the job site. 1 Failure to post the notice can result in penalties of 1 tip to $1,500 for a first offense and up to $5,000 for a second offense. 1 The posting is included as part of this wage 1 Schedule. Additional copies may be obtained from the NYS DOL website, www.labor.ny.g_ov.. 1 1 If you have any questions concerning 1 the Fair Play Act, please call the State Labor Department toll-free at 1-866-435-1499 or email us 1 r% cfµ„ y J µ . A l m;on~oem aL. fial'ln~abl~l' etate ilV 11C 1 1 ' "ew New York State Department of Labor yP~~~r f Required Notice under Article 25-B of the Labor Law ' M ATTENTION ALL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: YOU ARE COVERED BY THE 1 CONSTRUCTION INDUSTRY FAIR PLAY ACT The law says that you are an employee unless: ' • You are free from direction and control in performing your job AND • You perform work that is not part of the usual work done by the business that hired you AND • You have an independently established business ' Your employer cannot consider you to be an independent contractor unless all three of these facts apply to your work. ' IT IS AGAINST THE LAW FOR AN EMPLOYER TO MISCLASSIFY EMPLOYEES AS INDEPENDENT CONTRACTORS OR PAY EMPLOYEES OFF-THE-BOOKS. ' Employee rights. If you are an employee: • You are entitled to state and federal worker protections such as o unemployment benefits, if unemployed through no fault of your own, able to work, and ' otherwise qualified o workers' compensation benefits for on-the-job injuries o payment for wages earned, minimum wage, and overtime (under certain conditions) ' o prevailing wages on public work projects o the provisions of the National Labor Relations Act and o a safe work environment • It is a violation of this law for employers to retaliate against anyone who asserts their rights under the law. Retaliation subjects an employer to civil penalties, a private lawsuit or both. Independent Contractors: If you are an independent contractor: • You must pay all taxes required by New York State and Federal Law. ' Penalties for paying off-the-books or improperly treating employees as independent contractors: • Civil Penalty First Offense: up to $2,500 per employee. Subsequent Offense(s): up to $5,000 per employee. ' • Criminal Penalty First Offense: Misdemeanor - up to 30 days in jail, up to a $25,000 fine and debarment from performing Public Work for up to one year. Subsequent Offense(s): Misdemeanor - up to 60 days in jail, up to a ' $50,000 fine and debarment from performing Public Work for up to 5 years. ' If you have questions about your employment status or believe that your employer may have violated your rights and you want to file a complaint, call the Department of Labor at 1(866)435-1499 or send an email to dol.misclassified(&Iabor.state.nv.us. All complaints of ' fraud and violations are taken seriously and you can remain anonymous. Employer Name: ' IA 999 (09/10) t WORKER NOTIFICATION (Labor Law §220, paragraph a of subdivision 3-a) ' Effective February 24, 2008 , 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 1 laborers, workers or mechanics of the prevailing wage rate for ' their particular job classification on each pay stub*. It also requires contractors and subcontractors to post a notice at the beginning of ' the performance of every public work contract on each job site that ' includes the telephone number and address for the Department of Labor and a statement informing laborers, workers or mechanics of , their right to contact the Department of Labor if he/she is not ' receiving the proper prevailing rate of wages and/or supplements ' for his/her particular job classification. The required notification will be provided with each wage schedule, may be downloaded , from our website www.labor.state.ny.us or made available upon request by contacting the Bureau of Public Work at 518-457-5589. 1 * In the event that the required information will not fit on the pay stub, an accompanying sheet or attachment of the information will suffice. , pt.tt) , ' Department New York State Labor Bureau of Public Work Attention Employees ' THIS IS A: PUBLIC WORK PROJECT If you are employed on this project as a ' worker, laborer, or mechanic you are entitled to receive the prevailing wage and supplements rate ' for the classification at which you are working. ' Chapter 629 of These wages are set by law and must be posted the Labor Laws at the work site. They can also be found at: of 2007: www.labor.ny.aov If you feel that you have not received proper wages or benefits, ' please call our nearest office.* ' Albany (518) 457-2744 Patchogue (631) 687-4882 Binghamton (607) 721-8005 Rochester (585) 258-4505 Buffalo (716) 847-7159 Syracuse (315) 428-4056 Garden City (516) 228-3915 Utica (315) 793-2314 New York City (212) 775-3568 White Plains (914) 997-9507 Newburgh (845) 568-5287 * For New York City government agency construction projects, please ' contact the Office of the NYC Comptroller at (212) 669-4443, or www.comptroller.nyc.gov - click on Bureau of Labor Law. ' Contractor Name: Project Location: ' PW 101 (10.12) 1 1 OSHA 10-hour Construction 1 1 Safety and Health Course - 51537-A 1 Effective July 18, 2008 1 1 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 1 completed the OSHA 10-hour construction safety and health course. 1 It further requires that the advertised bids and contracts for every public work contract of at least $250,000.00, contain a provision of 1 this requirement. i 1 NOTE: The OSHA 10 Legislation only applies to workers 1 on a public work project that are required, under 1 Article 8, to receive the prevailing wage. 1 1 (03.12) Page 1 of 2 Where to find OSHA 10-hour Construction Course 1. NYS Department of Labor website for scheduled outreach training at: ' www.labor.state.ny.us/workerprotection/safetvhealth/DOSH ONSITE CONSULTATION.shtm 2. OSHA Training Institute Education Centers: ' Rochester Institute of Technology OSHA Education Center ' Rochester, NY Donna Winter Fax (585) 475-6292 , t.edu e-mail: dlwtpon ri (866) 385-7470 Ext. 2919 www rit edu/-outreach/course.phn3?CourselD=54 ' Atlantic OSHA Training Center UMDNJ - School of Public Health ' Piscataway, NJ Janet Crooks Fax (732) 235-9460 ' e-mail: crooksie(a)umdni.edu (732) 235-9455 httns //onhn umdni edu/wconnect/ShowSchedule awo?GROUP~AOTCON~10~ ' Atlantic OSHA Training Center University at Buffalo ' Buffalo, New York Joe Syracuse Fax (716) 829-2806 ' e-mail:mailto•iaapsnn buffalo.edu (716) 829-2125 http://www.smbs.buffato.edu/CENTERS/tre/schedule OSHA.nhv ' Keene State College Manchester, NH t Leslie Singleton e-mail: lsingletina,keene.edu (800) 449-6742 ' www keen edu/courses/print/courses osha.cfm 3. List of trainers and training schedules for OSHA outreach training at: ' www.OutreachTrainers.or¢ (03.12) Page 2 of 2 , 1 Requirements for OSHA 10 Compliance 1 ' Chapter 282 of the Laws of 2007, codified as Labor Law 220-h took 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, required to be paid prevailing rates, 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 first 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 (Note: Completion cards do not have ' an expiration date.) • 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 a course is not sufficient proof that the course has been completed. Any questions regarding this statute may be directed to the New York State t Department of Labor, Bureau of Public Work at 518-485-5696. ' Page 1 of 1 WICKS Reform 2008 (For all contracts advertised or solicited for bid on or after 7r'1: 03) • Raises the threshold for public work projects subject to the Wicks Law requiring separate specifications and bidding for the plumbing, heating and electrical work. The total project's threshold would increase from $50,000 to: $3 million in Bronx, Kings, New York, Queens and Richmond counties; $1.5 million in Nassau, Suffolk and Westchester counties; and $500,000 in all other counties. • For projects below the monetary threshold, bidders must submit a sealed list ' naming each subcontractor for the plumbing, HVAC and electrical work and the ' amount to be paid to each. The list may not be changed unless the public owner finds a legitimate construction need, including a change in specifications or costs or use of a Project Labor Agreement (PLA), and must be open to public , inspection. • Allows the state and local agencies and authorities to waive the Wicks Law and , use a PLA if it will provide the best work at the lowest possible price. If a PLA is used, all contractors shall participate in apprentice training programs in the trades of work it employs that have been approved by the Department of labor ' (DOL) for not less than three years. They shall also have at least one graduate in the last three years and use affirmative efforts to retain minority apprentices. PLA's would be exempt from Wicks, but deemed to be public work subject to ' prevailing wage enforcement. • The Commissioner of Labor shall have the power to enforce separate ' specification requirements on projects. and may issue stop-bid orders against public owners for non-compliance. • Other new monetary thresholds, and similar sealed bidding for non-Wicks ' projects, would apply to certain public authorities including municipal housing authorities, NYC Construction Fund, Yonkers Educational Construction Fund, ' NYC Municipal Water Finance Authority, Buffalo Municipal Water Finance Authority, Westchester County Health Care Association, Nassau County Health Care Corp., Clifton-Fine Health Care Corp., Erie County Medical Center Corp., ' NYC Solid Waste Management Facilities, and the Dormitory Authority. • Reduces from 15 to 7 days the period in which contractors must pay , subcontractors. t 1 IMPORTANT INFORMATION Regarding Use of Form PW30R ' "Employer Registration for Use of 4 Day / 10 Hour Work Schedule" 1 ' To use the '4 Day / 10 Hour Work Schedule': There MUST be a Dispensation of Hours (PW30) in place on the ' project ' AND ' You MUST register your intent to work 4 / 10 hour days, by completing the PW30R Form. REMEMBER.. ' The '4 Day / 10 Hour Work Schedule' applies ONLY to Job Classifications and Counties listed on the PW30R Form. ' Do not write in any additional Classifications or Counties. (Please note : For each Job Classification check the individual wage schedule for specific details regarding their 4/10 hour day posting.) PW30R-Notice (03.11) NYSDOL Bureau of Public Work 1 of 1 Instructions for Completing Form PW30R "Employer Registration for Use of 4 Day/ 10 Hour Work Schedule" ' Before completing Form PW30R check to be sure • There is a Dispensation of Hours in place on the project. • The 4 Day/ 10 Hour Work Schedule applies to the Job Classifications you will be using. ' • The 4 Day/ 10 Hour Work Schedule applies to the County/ Counties where the work will take place. t Instructions (Type or Print legibly): Contractor Information: ' • Enter the Legal Name of the business, FEIN, Street Address, City, State, Zip Code; the Company's Phone and Fax numbers; and the Company's email address (if applicable) , • Enter the Name of a Contact Person for the Company along with their Phone and Fax numbers, and the personal email address (if applicable) , Project Information: • Enter the Prevailing Rate Case number (PRC#) assigned to this project ' • Enter the Project Name /Type (i.e. Smithtown CSD - Replacement of HS Roof) • Enter the Exact Location of Project (i.e. Smithtown HS, 143 County Route #2, Smithtown,NY; ' Bldgs. 1 & 2) • If you are a Subcontractor, enter the name of the Prime Contractor for which you work ' • On the Checklist of Job Classifications - , o Go to pages 2 and 3 of the form o Place a checkmark in the box to the right of the Job Classification you are choosing o Mark all Job Classifications that apply ' ***Do not write in any additional Classifications or Counties.*** ReguestorInformation: , • Enter the name of the person submitting the registration, their title with the company, and the date the registration is filled out Return Completed Form: • Mail the completed PW30R form (3 pages) to: NYSDOL Bureau of Public Work, SOBC-Bldg. 12 - ' Rm.130, Albany, NY 12240 -OR- • Fax the completed Pvv30R form (3 pages) to: NYSDOL "Bureau of Public Work at (518)485-18:0 PW30R-Instructions (03.11) NYSDOL Bureau of Public Work l of 1 ' c NER - New York State Department of Labor Bureau of Public Work W. Averell Harriman State Office Campus ..'r f Building 12 - Room 130 :0 ~ Q- Albany, New York 12240 'ATy X f Phone - (518) 457-5589 Fax - (518) 485-1870 f Employer Registration for Use of 4 Day 110 Hour Work Schedule ' Before completing Form PW30R check to be sure There is a Dispensation of Hours in place on the project. The 4 Day / 10 Hour Work Schedule applies to the Job Classifications you will be using. ' The 4 Day / 10 Hour Work Schedule applies to the County / Counties where the work will take place. Please Type or Print the Requested Information When completed Mail to NYSDOL Bureau of Public Work, SOBC, Bldg. 12, Rm.130, Albany, NY 12240 -or- Fax to NYSDOL Bureau of Public Work at (518) 485-1870 Contractor information ' Company Name: FEIN: Address: City: State: Zip Code: Phone Number Fax Number: Email Address: ' Contact Person: Phone No: Fax No: Email: Project Information ' Project PRC#: Project Name/Type: Exact Location ' of Project: County: (If you are Subcontractor) Prime Contractor Name: ' Job Classification(s)to Work 4/10Schedule: (Choose all that awlvonJobClassificationChecklist -Pages 2&3) Do not write in any additional Classifications or Counties*** ' IRequestor Information Name: 1 Title: Date ' PW-30R (08 -12) 1 of 4 Job Classification Checklist ' (Place a checkmark by all classifications that will be using the 4/10 schedule) ' Do not write in any additional Classifications or Counties*** Job Classification Tag # Applicable Counties Chheck ' Carpenter - Building 1042 Clinton, Essex, Franklin ' Albany, Fulton, Greene, Montgomery, Rensselaer, Schenectady, ? Carpenter - Building 370 Schoharie Carpenter- Building 370Z2 Hamilton, Warren, Washington ' Carpenter - Building 370Z3 Saratoga Carpenter- Heavy&Highway 370Saratoga Saratoga , Carpenter - Heavy&Highway 370/1042H/H Clinton, Essex, Franklin, Hamilton Albany, Fulton, Montgomery, Rensselaer, Schenectady, Schoharie, ? ' Carpenter - Heavy&Highway 370H/H Warren, Washington Carpenter- Building 85 Livingston, Monroe, Ontario, Wayne, Wyoming Carpenter - Building 2818 Cayuga, Seneca, Yates ' Carpenter - Heavy/Highway 281HH Cayuga, Seneca, Yates Carpenter - Building/Heavy&Highway 280 Genesee, Niagara, Orleans, Wyoming , Carpenter - Building/Heavy&Highway 9 Erie, Cattaraugus Carpenter - Heavy&Highway 66h Allegany, Chautauqua, Cattaraugus Carpenter - Building 66 Allegany, Chautauqua, Cattaraugus Carpenter - Building 277 CST Cortland, Schuyler, Tompkins Carpenter - Building 277JLS Jefferson, Lewis, St. Lawrence ' Carpenter - Building 277omh Herkimer, Madison, Oneida Carpenter - Building 277 On Onondaga ' Carpenter - Building 2770s Oswego Carpenter - Heavy/Highway 277h CST Cortland, Schuyler, Tompkins ' Carpenter - Heavy/Highway 277h.lLS Jefferson, Lewis, St. Lawrence Carpenter - Heavy/Highway 277h On Onondaga ' Carpenter - Building/Heavy&Highway 277CDO Chenango, Delaware, Otsego E Carpenter - Heavy/Highway 277oneidah Herkimer, Madison, Oneida E ' Carpenter - Heavy/Highway 277h Os Oswego Electrician 25m Nassau, Suffolk E ' Cayuga, Chenango, Cortland, Herkimer, Madison, Oneida, ? Electrician 43 Onondaga, Oswego, Otsego, Tompkins, Wayne 840Teledata ? ' I cle and 840 Z! Cayuga, Onondaga, Ontarin Seneca Wayne Yata 1 PW-30R (08-12) NYSDOL Bureau of Public Work 2 of 4 , ' Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ***Do not write in onyadditional Classifications or Counties*** t Job Classification Tag # Applicable Counties Check Box ' Electrician 86 Genesee, Livingston, Monroe, Ontario, Orleans, Wayne, Wyoming Electrician 910 Clinton, Essex, Franklin, Jefferson, Lewis, St. Lawrence F] ' Electrician Lineman 1049Line/Gas Nassau, Suffolk Albany, Allegany, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, ' Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Lewis, Livingston, Madison, Monroe, ? Montgomery, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, ' Oswego, Otsego, Putnam, Rensselaer, Rockland, Saratoga, Schenectady, 5choharie, Schuyler, Seneca, St. Lawrence, Steuben, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Electrician Lineman 1249a Wyoming,Yates ' Columbia, Delaware, Dutchess, Greene, Orange, Putnam, Rockland, ? Elevator Constructor 138 Sullivan, Ulster, Westchester ' Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Niagara, Orleans, ? Elevator Constructor 14 Wyoming Chemung, Livingston, Monroe, Ontario, Schuyler, Seneca, Steuben, ? Elevator Constructor 27 Wayne, Yates ' Albany, Clinton, Columbia, Essex, Franklin, Fulton, Greene, Hamiliton, ? Herkimer, Montgomery, Oneida, Otsego, Rensselaer, Saratoga, Elevator Constructor 35 Schenectady, 5choharie, Warren, Washington ' Broome, Cayuga, Chenango, Cortland, Delaware, Jefferson, Lewis, Elevator Constructor 62.1 Madison, Oneida, Onondaga, Oswego, St. Lawrence, Tioga, Tompkins ' Allegany, Cattaraugus, Chautaugua, Erie, Genesee, Niagara, ? Glazier 660 Orleans, Wyoming Allegany. Cattaraugus. Chautauqua. Erie Genesee Niagara ? Glazier 660r Orleans Wyoming Jefferson, Lewis, Livingston, Monroe, Ontario, Seneca, St. Lawrence, ? Glazier 677.1 Wayne, Yates Glazier 6672-2 Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego El Broome, Chemung, Chenango, Delaware, Otsego, Schuyler, Steuben, ? Glazier 677z3 Tioga,Tompkins Glazier 667r.2 Cayuga, Cortland, Herkimer, Madison, Oneida, Onondaga, Oswego ' Broome, Cayuga, Chemung, Chenango, Cortland, Herkimer, ? Jefferson, Lewis, Madison, Oneida, Onondaga, Oswego, Otsego, Insulator - Heat & Frost 30-Syracuse Schuyler, Seneca, St. Lawrence, Tioga, Tompkins 1 t PW-30R (08 -12) NYSDOL Bureau of Public Work 3 of 4 Job Classification Checklist (Place a checkmark by all classifications that will be using the 4/10 schedule) ' Do not write in any additional Classifications or Counties*** Job Classification Tag # Applicable Counties Box`k Allegany, Broome, Cattaraugus, Cayuga, Chautauqua,Chemung, ' Chenango, Clinton, Cortland, Delaware, Essex, Franklin, Genesee, ? Jefferson, Lewis, Livingston, Monroe, Onondaga, Ontario, Orleans, ' Laborers - Residential Oswego, Schuyler, Seneca, St.Lawrence, Steuben,Tioga,Tompkins, Deconstruction, Demolition 601 Warren, Wayne, Wyoming, Yates Laborer - Building 621b Allegany, Cattaraugus, Chautauqua ' Laborer - Residential 621r Allegany, Cattaraugus, Chautauqua Mason - Building/Heavy&Highway 780 Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ' Operating Engineer - Allegany, Chemung, Genesee, Livingston, Monroe, Ontario, ? Heavy&Highway 832H Schuyler, Steuben, Wayne, Yates Operating Engineer- ? ' Heavy/Highway 1371-1/1-1 Putnam, Westchester Painter 1788 Broome, Chenango,Tioga ' Painter 178 E Chemung, Schuyler, Steuben Painter 1780 Delaware, Otsego ' Cayuga, Herkimer, Lewis, Madison, Oneida, Onondaga, Ontario, ? Painter 31 Oswego, Seneca Painter 38.0 Oswego , Allegany, Cattaraugus, Chautauqua, Erie, Genesee, Livingston, ? Painter 4-Buf,Nia,Olean Niagara, Orleans, Steuben, Wyoming ' Painter 4-Jamestown Cattaraugus, Chautauqua Painter 150 Livingston, Monroe, Ontario, Wayne, Yates ' Sheetmetal Worker 46 Livingston, Monroe, Ontario, Seneca, Wayne, Yates Albany, Columbia, Fulton, Greene, Montgomery, Rensselaer, ? , Teamster - Heavy&Highway 294h/h Saratoga, Schenectady, Schoharie, Warren, Washington Allegany, Cayuga, Cortland, Seneca, Steuben, Tompkins, Wayne, ? ' Teamster -Heavy&Highway 317a.hh Yates Teamster - Heavy&Highway 693.1-1/1-1 Broome, Chenango, Delaware, Otsego, Tioga Teamster - Building/Heavy&Highway 456 Putnam, Westchester t PW-30R (08 -12) NYSDOL Bureau of Public Work 4 of 4 ' ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 ' Introduction to the Prevailing Rate Schedule Information About Prevailing Rate Schedule ' This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in the attached Schedule of Prevailing Rates. Classification ' It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy and highway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid or provided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to be used, please call the district office located nearest the project. District office locations and phone numbers are listed below. ' Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county- by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. ' Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, row housing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates for ' occupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Please contact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria. Paid Holidays ' Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. Overtime ' At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek is overtime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtime 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 work on such holidays. The apppplicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the ' OVERTIME PAY section listings for each classification. Supplemental Benefits ' Particular attention should be given to the supplemental benefit requirements. Although in most cases the payment or provision of supplements is for each hour worked, some classifications require the payment or provision of supplements for each hour paid (including paid 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 When you review the schedule for a f occupation, your attention should be directed to the dates above the column of rates. These are the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annual determination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing rates ' of wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department of Labor website (www.labor.state.ny.us) for current wage rate information. Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be in place on the project before an Apprentice is allowed. Then three additions Journeyworkers are needed before a second Apprentice is allowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired, ' and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions. ' Title (Trade) Ratio Boilermaker (Construction) 1:1,1:4 ' Boilermaker (Shop) 1:1,1:3 Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4 Carpenter (Residential) 1:1,1:3 Electrical (Outside) Lineman 1:1,1:2 Page 27 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Electrician (Inside) Elevator/Escalator Construction & Modernizer 1:1,1:2 Glazier 1:1,1:3 Insulation & Asbestos Worker 1:1,1:3 , Iron Worker 1:1,1:4 Laborer 1:1,1:3 Mason 1;1,1;4 ' Millwright 1:1,1:4 Op Engineer 1:1,1:5 Painter 1:1,1:3 ' Plumber & Steamfitter 1:1,1:3 Roofer 1:1,12 Sheet Metal Worker 1:1,1:3 ' Sprinkler Fitter 1:1,12 If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU of ' PUBLIC WORK District Office or write to: New York State Department of Labor ' Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240 , District Office Locations: Telephone # FAX # Bureau of Public Work - Albany 518-457-2744 518-485-0240 ' Bureau of Public Work - Binghamton 607-721-8005 607-721-8004 Bureau of Public Work - Buffalo 716-847-7159 716-847-7650 ' Bureau of Public Work - Garden City 516-228-3915 516-794-3518 Bureau of Public Work - Newburgh 845-568-5287 845-568-5332 ' Bureau of Public Work - New York City 212-775-3568 212-775-3579 Bureau of Public Work - Patchogue 631-687-4882 631-687-4904 , Bureau of Public Work - Rochester 585-258-4505 585-258-4708 Bureau of Public Work - Syracuse 315-428-4056 315-428-4671 , Bureau of Public Work - Utica 315-793-2314 315-793-2514 Bureau of Public Work - White Plains 914-997-9507 914-997-9523 , Bureau of Public Work - Central Office 518-457-5589 518-485-1870 1 Page 28 ' ' Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Nassau County General Construction ' Asbestos Worker 01/01/2013 JOB DESCRIPTION Asbestos Worker DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2012 Abestos Worker $40.95 ' Removal & Abatement Only' ' NOTE: 'On Mechanical Systems that are NOT to be SCRAPPED. SUPPLEMENTAL BENEFITS Per Hour: ' Abestos Worker $8.25 Removal & Abatement Only OVERTIME PAY ' See (B, B2,'E, J) on OVERTIME PAGE Hours worked on Saturdays are paid at time and one half only if forty hours have been worked during the week. HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6,8) on HOLIDAY PAGE REGISTERED APPRENTICES Apprentice Removal & Abatement Only: ' 1000 hour terms at the following percentage of Journeyman's rates. tat 2nd 3rd 4th 78% 80% 83% 89% SUPPLEMENTAL BENEFIT Per Hour: ' Apprentice Removal & Abatement $8.25 4-12a -Removal Only ' Boilermaker 01101/2013 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: ' 07/01/2012 Boilermaker $ 47.98 ' Repairs & Renovations $ 47.98 SUPPLEMENTAL BENEFITS Per Hour: ' 07101/2012 Boilermaker 33% of hourly ' Repairs & Renovations Wage Paid +$22.25 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. Page 29 Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Repairs & Renovation Includes replacement of parts and repairs & renovation of existing unit. OVERTIME PAY ' OVERTIME PAY See (D, O) on OVERTIME PAGE ' HOLIDAY Paid: See (8, 16, 23, 24) on HOLIDAY PAGE Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE NOTE: 'Employee must work in pay week to receive Holiday Pay. "Boilermarker gets 4 times the hourly wage rate for working on Labor Day. 'Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE HOLIDAY ' REGISTERED APPRENTICES 'REGISTERED APPRENTICES (1/2) Year Terms at the following pecentage of Boilermaker's Wage ' 1st 2nd 3rd 4th 5th 6th 7th 8th 65% 65% 70% 75% 80% 85% 90% 95% Supplemental Benefits Per Hour. ' 07/01/2012 Apprentice(s) 33% of Hourly ' Wage Paid plus amount below 1st 2nd 3rd 4th 5th 6th 7th 8th 1 $17.41 $18.10 $18.79 $19.48 $20.17 $20.86 $21.55 $22.25 NOTE: "Hourly Wage Paid" shall includ any and all premium(s) ' 4-5 Carpenter 01101/2013 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, Waterloo Mills, SlateHill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the Hudson River. Putnam: South of but including the following, Cold Spring, TompkinsCorner, Mahopac, Croton Falls, east to Connecticut border. Suffolk: West of Port Jefferson and Patchoque Road to Route 112 tothe Atlantic Ocean. ' WAGES Perhour: 07/01/2012 Core Drilling: t Driller $ 35.46 Assistant Driller $ 28.89 ' Note: Hazardous Waste Pay Differential: For Level C, an additional 10% above wage rate per hour For Level B, an additional 10% above wage rate per hour ' For Level A, an additional 10% above wage rate per hour Note: When required to work on water: an additional $ 0.50 per hour. ' May be allocated between wages and benefits. , SUPPLEMENTAL BENEFITS Per hour paid: Driller $ 17.52 , Asst. driller 17.52 OVERTIME PAY OVERTIME: See (B,E,K',P,R") on OVERTIME PAGE. t Page 30 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County HOLIDAY ' 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. 1 1st Year 2nd Year 3rd Year 4th Year 70% 80% 90% 100% 9-1536-CoreDriller ' Carpenter 01/0112013 JOB DESCRIPTION Carpenter DISTRICT 9 1 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES ' Per Hour: 07/01/2012 Timberman $ 44.03 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 $ 40.62 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for let & 2nd yr. ' Apprentices See (5,6,11,13,16,18,19,25) Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. ' REGISTERED APPRENTICES Wages per hour is Pecentage of Journeymans Wage. ( 1 ) year terms: t 1st 2nd 3rd 4th 40% 50% 65% 80% Supplemental benefits per hour: Apprentices $ 25.14 9-1536 ' Carpenter 01/0112013 JOB DESCRIPTION Carpenter DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES ' Per hour: 07/01/2012 Building Millwright $ 47.86 ' SUPPLEMENTAL BENEFITS Per hour paid: ' Page 31 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Millwright $ 44.75 OVERTIME PAY ' See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. ' Paid: for list & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) Overtime See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per hour is Pecentage of Joumeyworkers wage (1) year terms: ' 1st. 2nd. 3rd. 4th. ' 55% 65% 75% 95% Supplemental benefits per hour: , (1) year terms: 1st. 2nd. 3rd. 4th. $28.19 $31.29 $35.51 $40.62 , 9-740.1 Carpenter 01/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 ' ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per Hour: 07/01/2012 Marine Construction: , Marine Diver $ 58.95 M.D.Tender 42.10 SUPPLEMENTAL BENEFITS ' Per Hour Paid: Journeyman $ 42.37 OVERTIME PAY ' See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18, 19) on HOLIDAY PAGE ' Overtime: See (5, 6, 10, 11, 13, 16, 18, 19) on HOLIDAY PAGE 9-1456MC Carpenter 01/01/2013 ' JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES ' Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour. 07/01/2012 Carpet/Resilient Floor Coverer $ 49 3d INCLUDES HANDLING & INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORS/OUTDOORS. t SUPPLEMENTAL BENEFITS Per hour paid: Page 32 , ' Prevailing Wage Rates for 07/01/2012 - 06/3012013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Floor Coverer $ 38.58 ' OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY ' Paid: See (18, 19)on HOLIDAY PAGE. Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) ' Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES ' Wage per hour is Pecentage of Journeyworkers Wage (1) year terms: ' 1st. 2nd. 3rd. 4th. 40% 50% 65% 80% ' Supplemental benefits per hour: Apprentices $ 25.83 9-2287 Carpenter 0110112013 JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES ' Per hour: 07/01/2012 Piledriver $ 46.74 ' Dockbuilder $ 46.74 SUPPLEMENTAL BENEFITS Per hour paid: Journeyworker $ 42.45 ' OVERTIME PAY See (B, E2, O) on OVERTIME PAGE HOLIDAY Paid: See (18,19)on HOLIDAY PAGE. ' Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) ' Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per houris Pecentage of Journeyworkers Wage ' (1)yearterms: 1st. 2nd. 3rd. 4th. 40% 50% 65% 80% ' Supplemental benefits per hour: Apprentices $ 27.77 ' 9-1456 Carpenter 01/01/2013 ' JOB DESCRIPTION Carpenter DISTRICT 9 Page 33 Prevailing Wage Rates for 07/01/2012 - 0613012013 Published by the New York State Department of Labor , Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County ENTIRE COUNTIES ' Bronx, Kings, New York, Putnam, Queens, Richmond PARTIAL COUNTIES Nassau: That portion of the county that lies west of Seaford Creekand south of the Southern State Parkway. WAGES ' Perhour. 07/01/2012 Show Exibit/ Carpenter $ 46.15 ' SUPPLEMENTAL BENEFITS Per hour paid: , Show Exibitt Carpenter $ 38.58 OVERTIME PAY ' See (B, E, Q) on OVERTIME PAGE HOLIDAY t Paid: See (18,19) on HOLIDAY PAGE. Paid:for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) ' Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per hour is Pecentage of Journeyworkers Wage ' (1) year terms: 1st. 2nd. 3rd. 4th. 40% 50% 65% 80% ' Supplemental benefits per hour: Apprentices $ 25.83 , 9-EXHIB Carpenter - Building / Heavy&Highway 01101/2013 ' JOB DESCRIPTION Carpenter- Building / Heavy&Highway DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, New York, Queens, Richmond ' PARTIAL COUNTIES Nassau: Work preformed south of the Southern State Parkway and west of the Seaford Creek. WAGES ' Per hour: 07/01/2012 Building: Carpenter $46.15 , Heavy&Highway: Carpenter $54.12• 'Premium pay calculated on hourly wage of $46.74; the balance ($7.38) paid at straight time. ' SUPPLEMENTAL BENEFITS Per hour paid: Building: 1 Carpenter $ 38.50 Heavy&Highway: ' Carpenter $ 34.99 OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE Page 34 ' ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) ' Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES ' Wage per hour: (1) year terms: 1st 2nd 3rd 4th ' Building 40% 50% 65% 80% Heavy&Highway* 40% 50% 65% 80% *Wage calculations to be based off an hourly wage of $46.74 ' Supplemental benefits per hour for all Apprentices: Building $ 25.75 Heavy & Highway 27.69 ' 9-NYC Carpenter - Building / Heavy&Highway 01/01/2013 ' JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Suffolk PARTIAL COUNTIES Nassau: Work performed "North of Southern State Parkway and East of Seaford Creek" WAGES Per Hour: 07/01/2012 07101/2013 Carpenter *Additional ' (Building) $45.21 $1.66/Hr Carpenter (Heavy Highway) $45.21 ' * To be allocated to Wages or Benifits (ALL Carpenters) ' SUPPLEMENTAL BENEFITS Per Hour: Both Carpenter ' Categories $28.51 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ' One(1) Year Terms at the following: Per Hour: ' 1st 2n1 3rd 4th $15.17 $20.86 $24.65 $28.45 ' Supplemental Benefits Per Hour: All Terms $17.45 ' 4-Reg.Council Nass/Suff Page 35 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Electrician 01/01/2013 JOB DESCRIPTION Electrician DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/01/2012 Electrician ' Pump & Tank $40.05 SUPPLEMENTAL BENEFITS Per Hour: Electrician ' Pump & Tank 65.75% of *Wage Paid ' `Wage Paid includes any and all Premiums , OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1 Year Terms at the Following: ' Per Hour: 1st Term $14.02 ' 2nd Term $16.02 3rd Term $18.02 4th Term $20.03 5th Term $26.03 t 6th Term $30.04 SUPPLEMENTAL BENEFITS Per Hour: ' All Terms 65.75% of *Wage Paid ' 'Wage Paid includes any and all Premiums 4-25 Pump & Tank Electrician 01101/2013 , JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES , Nassau, Suffolk WAGES Per Hour: ' 07/01/2012 Electrician/Wireman $47.95 HVAC Controls $47.95 ' Fire Alarms $47.95 SUPPLEMENTAL BENEFITS Per Hour: , Eledreian/Wireman 16.0% of Hourly (all catagories) Wage Paid + $23.90 Page 36 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County NOTE: "Hourly Wage Paid" shall include any and all premium[s] OVERTIME PAY See (B, E, E2, O, V) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following Percetage of Journeyman(s) Wage: ' Apprentices with start dates PRIOR TO 10/02/2010: 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 50% 60% 70% Apprentices with start dates AFTER 10/02/2010: 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 55% 65% 75% ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 Start Date Prior to 10102/2010 Start Date After 10/02/2010 ' 1st Term 3% of Hourly 3% of Hourly Wage Paid + Wage Paid + $4.73 $3.01 2nd Term 3% of Hourly 8% of Hourly Wage Paid + Wage Paid + $7.00 $4.42 3rd Term 16% of Hourly 9% of Hourly Wage Paid + Wage Paid + $10.77 $5.47 4th Term 16% of Hourly 10% of Hourly Wage Paid + Wage Paid + ' $11.96 $7.61 5th Term 16% of Hourly 13% of Hourly Wage Paid + Wage Paid + $14.34 $11.30 6th Term 16% of Hourly 14% of Hourly Wage Paid + Wage Paid + ' $16.73 $17.73 "Hourly Wage Paid Shall Include Any and All Premiums" 4-25 Electrician 01101/2013 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/0112012 Telephone & Intergrated Tele- $ 35.45 ' Data Sytems Electrician ' This rate classification applies to ALL Voice, Data & Video work.: Excluding Fire Alarm Systems and Energy Managment Systems (HVAC Controls), in those cases the regular Electrician rate applies. To ensure proper use of this rate please call Nassau Offices at (516)228-3915 or Suffolk Offices at (631)6874882. SUPPLEMENTAL BENEFITS Page 37 Prevailing Wage Rates for 07/0112012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Per Hour: Tela-data ' Electrician 16% of Hourly Wage Paid + $15.93 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay ' OVERTIME PAY OVERTIME PAY ' See (B, E, E2, Q) on OVERTIME PAGE OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE ' HOLIDAY Paid: See 1) on HOLIDAY PAGE Overtime: See 2, 17, 20, 21) on HOLIDAY PAGE 4-25tela , Electrician 01/01/2013 JOB DESCRIPTION Electrician DISTRICT 4 , ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/01/2012 Tree Trimmer/ Line Clearance Specialist $28.63 ' NOTE: This Rate Applys For Electrical Line Clearance and Long Island Rail Road Right of Way(s) ONLY. SUPPLEMENTAL BENEFITS ' SUPPLEMENTAL BENEFITS Per Hour: Tree Trimmer/ , Line Clearance Specialist $13.00 OVERTIME PAY ' See (B, E, *K, P) on OVERTIME PAGE *K: Plus the Holiday Pay HOLIDAY ' Paid: See (5, 6, 8, 16, 23, 24, 2526) on HOLIDAY PAGE Overtime: See (5,6,8,16,23,24,25:26 on HOLIDAY PAGE 4-1049/Tree Electrician 01/01/2013 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per Hour: 07/01/2012 Electrcian ' Electrical Maintenance $39.20 "PLEASE NOTE" Applicable to "EXISTING ELECTRICAL SYSTEMS" including, but not limited to TRAFFIC SIGNALS & STREET LIGHTING. Not used for addons. IMPORTANT NOTICE - EFFECTIVE 04101/2009 Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, with one-half (1/2) hour allowed for a lunch period. Page 38 , ' Prevailing Wage Rates for 07/0112012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County NOTE - In order to use the'4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work ' Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: Electrcian 12%ofHourly Wage Paid + $15.52 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay ' OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Term(s) at the following Percentage ' of Journeyman(s) Wage: 1st 2nd 3rd 4th 5th 40% 50% 60% 70% 80% Supplemental Benefits Per Hour: ' 07/01/2012 tat Term 12% of Hourly Wage + $ 9.65 ' 2nd Term 12% of Hourly Wage + $10.54 3rd Term 12% of Hourly Wage + $11.45 4th Term 12% of Hourly ' Wage + $12.34 5th Term 12% of Hourly Wage + 13.23 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay 4-25m ' Electrician Lineman 01/01/2013 JOB DESCRIPTION Electrician Lineman DISTRICT 4 ' ENTIRE COUNTIES Nassau, Queens, Suffolk WAGES For Utility Distribution & Transmission Line Construction: ' Per Hour: 07/01/2012 Lineman/Splicer $ 47.13 Material Man $ 41.00 Heavy Equip. Operator $ 37.70 Groundman $ 28.28 Flagman $ 2121 For Natural Gasline Construction: Per Hour: ' Journeyman U.G.Mech. $ 39.45 ' Page 39 Prevailing Wage Rates for 07/0112012 - 06/3012013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County IMPORTANT NOTICE - EFFECTIVE 04/01/2009 Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. ' NOTE - in order to use the'4 Day/10 Hour Work Schedule,' you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule; form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS ' Per Hour. Utility Distribution & Transmission Line Construction: All Classifications 22.5% of Hourly ' Wage Paid + $13.04 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay ' Natural Gasline Construction: Per Hour: ' Journeyman U.G.Mech. $ 18.71 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE , OVERTIME for Natural Gas Mechanic:(B,G,P) HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 16, 23, 25, 26) on HOLIDAY PAGE Same as Above for natural Gas Mechanic. REGISTERED APPRENTICES ' 1000 hour Terms at the following Percentage of Journeyman's Wage. 1st 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% ' SUPPLEMENTAL BENEFIT: All Terms 22.5% of Hourly ' Wage Paid + $13.04 Natural Gas Mechanic: ' $18.71 4-1049 Line/Gas Elevator Constructor 01/01/2013 ' JOB DESCRIPTION Elevator Constructor DISTRICT 4 ENTIRE COUNTIES , Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk PARTIAL COUNTIES Rockland: Entire County except for the Township of Stony Point ' Westchester: Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and Yorktown. WAGES Per hour: ' 07/01/2012 03/17/2013 Elevator Constructor $55.20 $57.01 Modernization & $43.79 $45.14 ' Service/Repair SUPPLEMENTAL BENEFITS , Per Hour: **PECTENTAGES BASED ON YEARS OF EMPLOYMENT AS FOLLOWS BELOW: 4%-Up to 5 years , Page 40 ' Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County 6%-6th year to 15 years 8%-15 years or more 07101/2012 03/17/2013 ' Elevator Constructor $26.54 $28.04 plus**% plus**% of wage of wage ' per Hour per Hour Modernization & $26.39 $27.89 Service/Repair plus**% plus**% ' of Wage of Wage per Hour per Hour OVERTIME PAY Constructor. See ( D, O ) on OVERTIME PAGE. ' Modern./Service See ( B, H) on OVERTIME PAGE. HOLIDAY Paid: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES PER HOUR: ' BASED ON PERCENTAGE OF JOURNEYMANS WAGE IN THE CLASSIFICATION WORKED EITHER ELEVATOR CONSTRUCTOR OR MODERNIZATION,SERVICR/REPAIR ' 1 YEAR TERMS list Term 2nd Term 3rd Term 4th Term 50% 55% 65% 75% SUPPLEMENTAL BENEFITS 07/01/2012 03/17/2013 ' Elevator Constructor 1st Term $24.00 $25.41 2nd Term $24.50 $25.92 3rd Term $25.51 $26.97 4th Term $26.53 $28.01 Modernization & ' Service/Repair list Term $23.69 $25.10 2nd Term $24.17 $25.58 3rd Term $25.12 $26.56 ' 4th Term $26.06 $27.54 4-1 Glazier 01/01/2013 ' 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: 07/01/2012 11101/2012 05/01/2013 Additional ' Glazier $47.75 $ 48.60 $ 1.50* Scaffolding $ 48.75 $ 49.60 $ 1.50* Repair & Maintenance: ' Page 41 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor t Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Glazier $ 26.50 $ 26.50 $ 1.50* * To be allocated at a future date ' Repair & Maintenance- All repair & maintenance work on a particular building, whenever performed, where the total cumulative contract value is under , $100,000.00. SUPPLEMENTAL BENEFITS ' Per hour paid: 07101/2012 11/0112012 05/01/2013 Journeyworker... $ 25.34 $ 25.34 $ 26.60 Repair & Maintenance: ' Glazier $ 15.14 $ 15.14 $ 15.64 OVERTIME PAY OVERTIME: See (C*,D* E2, O) on OVERTIME PAGE. , * If an optional 8th hour is required to complete the entire project, the same shall be paid at the regular rate of pay. If a 9th hour is worked, then both hours or more (8th & 9th or mare) will be paid at double time rate of pay. ' For Repair & Maintenance see ( B,F, P) on overtime page. HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (4, 6, 16, 25) on HOLIDAY PAGE The Following are paid holidays for the Repair & Maintenance Class: New Years day, Presidents day, Memorial day, Independents day, Labor day, Thanksgiving day, Day after Thanksgiving, and Christmas day. REGISTERED APPRENTICES ' Wage per hour: (1) year terms at the following wage rates: 07/0112012 11/01/2012 05/01/2013 Additional ' lstterm $ 16.00 $ 16.35 $ .60* 2nd term $ 23.81 $ 24.24 $ .75* ' 3rd term $ 28.59 $ 29.10 $ .90* 4th term $ 38.17 $ 38.85 $ 1.20* * To be allocated at a future date ' Supplemental Benefits: (Per hour worked) ' 1st term $12.07 2nd term $ 17.28 3rd term $ 18.54 , 4th term $18.89 9-1281 (DC9 NYC) Insulator - Heat & Frost 0110112013 ' JOB DESCRIPTION Insulator- Heat & Frost DISTRICT 4 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2012 12/31/2012 ' cc, no *A.,,,ui,. na! insuiatGrb .vv ,.vo Heat & Frost $1.75/Hr~ *Additional may be allocated , between Wages & Supplements SUPPLEMENTAL BENEFITS Page 42 , ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Per Hour: ' Insulators $26.59 Heat & Frost t OVERTIME PAY See (A, D, O, V) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: ' Apprentice Insulator(s) 1 year terms at the following wage rate. ' 1st 2nd 3rd 4th $24.43 $36.65 $42.76 $48.86 Supplemental Benefits per hour: ' Apprentice Insulator(s) 1st 2nd 3rd 4th ' $10.64 $15.95 $18.62 $21.27 4-12 Ironworker 01/01/2013 ' JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' PARTIAL COUNTIES Rockland: Southern section - south of Convent Road and east of Blue Hills Road. WAGES ' Per hour: 07/01/2012 07/01/2013 Reinforcing & Additional Metal Lathing $ 49.73 $ 2.00' ' -To be allocated at a future date SUPPLEMENTAL BENEFITS Per hour paid: ' Reinforcing & $ 29.98 Metal Lathing ' OVERTIME PAY See (B, B1, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See 5, 6, 8, 11, 13, 18, 19, 25) on HOLIDAY PAGE REGISTERED APPRENTICES (1) year terms at the following wage rates: ' Wages Per Hour: Apprentices Registered BEFORE 6/29/2011 1st term 2nd term 3rd term $ 28.20 $ 32.80 $ 37.86 Apprentices Registered ON or AFTER 6/29/2011 $ 17.71 $ 22.71 $ 27.71 Page 43 Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County SUPPLEMENTAL BENIFITS Per Hour: ' Apprentices Registered BEFORE 6/29/2011 1stterm 2nd term 3rd term , $ 23.17 $ 24.67 $ 25.82 Apprentices Registered On or AFTER 6/29/2011 , $ 23.17 $ 24.67 $ 25.82 4-46Reinf t Ironworker 01/01/2013 JOB DESCRIPTION Ironworker DISTRICT 4 , ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2012 Ornamental $ 41.00 ' Chain Link Fence $ 41.00 Guide Rail Installation $ 41.00 SUPPLEMENTAL BENEFITS ' Per hour paid: 07/01/2012 Joumeyworker: $40.07 ' OVERTIME PAY OVERTIME: See (A',D1,E'',Q,V) on OVERTIME PAGE. ' 'Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two (2) hours on any regular work da (8th & 9th hours of work) and double time shall be paid for all work thereafter. "Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. , HOLIDAY Paid: See 1) on HOLIDAY PAGE Overtime: See 5, 6,25) on HOLIDAY PAGE REGISTERED APPRENTICES , 1st term represents first 1-4 months, thereafter (1/2) year terms at the following percentage of Journeyman's wage. APPRENTICES:Employed Prior to 8/01/2008 1st 2nd 3rd 4th 5th 6th , 60% 65% 70% 80% 85% 95% APPRENTICES:Employed After 8/01/2008 1st 2nd 3rd 4th 5th 6th 50% 50% 55% 60% 70% 80% ' Supplemental Benefits per hour paid: ' APPRENTICES: 07/01/2012 let Tenn $ 31.75 2nd Term 31.75 ' 3rd Term 32.58 4th Term 33 41 5th Term 35.08 6th Term 36.74 ' 4-580-Or Ironworker 01101/2013 Page 44 , ' Prevailing Wage Rates for 07/01/2012 - 0613012013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County JOB DESCRIPTION Ironworker DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per Hour: 07/01/2012 01/01/2013 07/01/2013 ' Additional Additional IRONWORKER: ' Ironworker Rigger $ 49.50 $ 1.50* $ 1.50* Ironworker Stone ' Derrickman $ 49.50 $ 1.50* $ 1.50* * To be allocated at a future date ' SUPPLEMENTAL BENEFITS Ironworker: $ 36.53 OVERTIME PAY ' See (A, D1, **E, Q, V) on OVERTIME PAGE *Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two hours on any regular work day (the eighth (8th) and ninth (9) hours of work) and double time ' shall be paid for all work thereafter. **Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. HOLIDAY ' Paid: See 1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10, *24,25) on HOLIDAY PAGE *Work stops at schedule lunch break with full day's pay. t REGISTERED APPRENTICES Wage per hour: (1/2) year terms at the following hourly wage rate: ' tat 2nd 3rd 4th 5th 6th $23.75 23.75 34.35 38.40 42.45 42.45 01/01/2013 An additional $0.75* $0.75* $1.05* $1.20* $1.35* $1.358 ' 07/01/2013 An additional $0.75* $0.75* $1.05* $1.20* $1.35* $1.35* ' * To be allocated at a future date Supplemental benefits ' Per hour paid: Registered Apprentice 1st term $ 19.27 2nd term $ 19.27 ' All others $ 28.15 9-197D/R Ironworker 01101/2013 ' JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES PER HOUR: 07101/2012 01/01/2013 07/01/2013 ' Ironworker: Structural $45.05 *additional *additional Bridges + *$2.00 $2.45/Hr $2.00/Hr ' Page 45 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Machinery *To be allocated to Wages or Benifits. , SUPPLEMENTAL BENEFITS PER HOUR: Journeyman $58.50 , 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 (9th) and tenth (10th) hours of work)and double time shall be paid for all work thereafter. Time and one-half shall be paid for all work on Saturday up to eight (8) hours and double time shall be paid for all work thereafter. , HOLIDAY Paid: See 1) on HOLIDAY PAGE Overtime: See 5, 6, 18, 19) on HOLIDAY PAGE ' REGISTERED APPRENTICES WAGES PER HOUR: 6 month terms at the following rate: ' 1stTerm $23.62 additional *additional +*$2.00/Hr $2.45/Hr $2.00/Hr ' for all for all 2nd Term $24.22 Terms Terms +*$2.00/Hr 3rd - 6th t Term $24.82 +*$2.00/Hr *To be allocated to Wages or Benifits ' Supplemental Benefits PER HOUR: ' ALL TERMS $41.86 4-401361-Str Laborer - Building 01101/2013 ' JOB DESCRIPTION Laborer-Building DISTRICT 4 ENTIRE COUNTIES t Nassau, Suffolk WAGES WAGES Per Hour: 07/01/2012 07/01/2013 Building Laborer $35.35 Additional $0.71/hour , to be added. Asbestos Abatement Workers $35.10 Additional , (Re-Roofing Removal see Roofer) NOT APPLIED SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 ' Building Laborer $25.75 Asbestoes Abatment Worker $15.10 ' OVERTIME PAY See (B, E, Q) on OVERTIME PAGE See also(H)for Fire Watch on OVERTIME PAGE ' Page 46 ' Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Asbestos Worker See (B, H) ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6,25) on HOLIDAY PAGE Asbestos Worker see (5,6,8 &28) ' REGISTERED APPRENTICES Regular Hours Work Terms TERM #1 1 hr to 1000hrs ' TERM #2 1001hrs to 2000hrs TERM #3 2001 hrs to 3000hrs TERM #4 3001 hrs to 4000hrs ' Wages per hour: APPRENTICES Building Laborer 1 st Term $16.60 ' 2nd Term $19.40 3rd Term $22.80 4th Term $26.89 ' Benifits per hour Building Laborer 1st Term $16.34 2nd Term $18.39 ' 3rd Term $19.12 4th Term $19.23 4-66 ' Laborer - Heavy&Hiahway 01/01/2013 JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES Laborer(Heavy/Highway): ' GROUP # 1: Asphalt Rakers, Concrete Curb Formsetters. GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool(Jackhammer), Landscape Construction, Traffic Control Personnel(fiaggers) t WAGES PER HOUR: 07/01/2012 GROUP # 1 Base Wage $37.42 ' Additional per hour 4.82 GROUP#2 ' Base Wage $36.34 Additional per hour 4.82 GROUP#3 ' Base Wage $33.05 additional per hour 4.82 SUPPLEMENTAL BENEFITS Per Hour: t ALL GROUPS $ 24.73 After Forty (40)paid Hours in a work Week 1 OVERTIME PAY $ 14.92 OVERTIME PAY OVERTIME PAY ' See (B, E2, F) on OVERTIME PAGE NOTES: Premium Pay to be calculated on "base wage" only. Premium Pay of 30% of base wage for all Straight time hours on all New York State, D.O.T. and other Goverment Mandated Off-Shift Work. Hazardous Material Work add an Additional 10% of base wage ' Page 47 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County HOLIDAY HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (1) on HOLIDAY PAGE REGISTERED APPRENTICES ' 2000 hour(s) Terms at the following Pecentage of the Journeyman's Wage: 1st0-1999/Hrs 80% ' 2nd 2000-3999/Hrs 90% Supplemental Benefits per hour: ' All APPRENTICES $24.73 After Forty(40) paid hours ' in a work Week $14.92 4-1298 Mason 01/01/2013 t JOB DESCRIPTION Mason DISTRICT 4 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2012 07101/2013 ' Brick/Blocklayer $51.97 'Additional $1.97/Hr 'Additional to be allocated between Wages and or Benifits ' SUPPLEMENTAL BENEFITS Per Hour: ' Brick/Block Layer $24.06 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 ' (800 hour) Terms at the following Percentage of Journeyworkers Wage: 1st 2nd 3rd 4th 5th ' 50% 60% 70% 80% 90% Supplemental Benefits per hour: All Apprentices $ 13.88 ' 4-1 Brk Mason - Bufldina 01/01/2013 ' JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2012 12/03/2012 Addtional ' Building: Tile Finisher $ 39.29 $1.18' plus $1.18` Page 48 ' ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County * To be allocated at a future date SUPPLEMENTAL BENEFITS Per Hour: Journeyworker $ 24.52 ' Overtime` 33.02` Overtime** 41.52** ' Applies to weekdays & Saturdays ' Applies to overtime hours on Sunday & Holidays, and work on Saturdays over 10 hours. OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE 9-7/88-ff ' Mason - Building 01101/2013 ' JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' WAGES Per hour: 07/01/2012 01/01/2013 Additional Building-Marble Restoration: Marble, Stone & $ 37.28 + $ 0.75* $ 0.75* Polisher, etc To be allocated at a future date SUPPLEMENTAL BENEFITS Per Hour: ' Journeyworker: Building-Marble Restoration: Marble, Stone & ' Polisher $ 21.30 OVERTIME PAY See (A, E, Q. V) on OVERTIME PAGE ON SATURDAYS, 8TH HOUR AND SUCCESSIVE HOURS PAID AT DOUBLE HOURLY RATE. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15, 25) on HOLIDAY PAGE ' 1ST TERM APPRENTICE GETS PAID FOR ALL OBSERVED HOLIDAYS. REGISTERED APPRENTICES WAGES per hour: ' (900 hour)terms at the following wages: 1st 2nd 3rd 4th 0-900 901-1800 1801-2700 over2700 ' 07/01/2012 $ 25.50 $ 30.25 $34.00 $ 37.28 + $.53* + $.60* + 68* + $ .75` ' 01/01/2013 Additional Additional Additional Additional ' $ 0.53* $ 0.60* $ 0.68` $ 0.75* To be allocated at a future date ' Page 49 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Supplemental Benefits Per Hour: $19.45 $ 20.06 $ 20.69 $ 21.30 ' 9-7/24-MP Mason - Building 0110112013 ' JOB DESCRIPTION Mason - Building DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES ' Per hour: 07/01/2012 12/03/2012 Additional Building: Tile Setters $ 49.64 plus $ 1.43* $ 1.43* , *to be allocated at a future date SUPPLEMENTAL BENEFITS Joumeyworker: t Per Hour: Tile Setters $ 27.56 ' Overtime * 37.56* Overtime** 47.56** *Applies to overtime on weekdays & Saturdays ' "Applies to Sundays & Holidays, & over 10 hours on Saturdays OVERTIME PAY ' See (A, *E, **Q) on OVERTIME PAGE * Work beyond 10 hours on Saturday shall be paid at double the hourly wage rate. HOLIDAY Paid: See (1) on HOLIDAY PAGE t Overtime: See (5, 6, 8, 15, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour: Tile Setters: ' (750 hr)terms at the following wage rate: Term: ' list 2nd 3rd 4th 5th 6th 7th 8th 9th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 750 1500 2250 3000 3750 4500 5250 6000 6750 ' $25.45 $28.29 $32.15 $33.79 $36.49 $37.81 $43.32 $48.57 $49.64 07/01/2012 - Apprentices receive an additional amount* based on term. , list 2nd 3rd 4th 5th 6th 7th 8th $0.65 $0.72 $0.78 $0.85 $0.91 $0.98 $1.11 $1.24 12/03/2012 - Apprentices receive an additional amount* based on term. , 1st 2nd 3rd 4th 5th 6th 7th 8th $0.65 $0.72 $0.78 $0.85 $0.91 $0.98 $1.11 $1.24 *To be allocated at a future date , Supplemental Benefits per hour paid: Term: , 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 750 1500 2250 3000 3750 4500 5250 6000 6750 Page 50 , ' Prevailing Wage Rates for 0710112012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County $13.15 $14.17 $14.17 $16.39 $17.55 $20.09 $22.30 $24.79 $27.56 ' 9-7/52 Mason - Building 01/01/2013 ' JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' WAGES Building: Per Hour: 07/01/2012 07/01/2013 Additional Mosaic & Terrazzo Mechanic $ 45.93 plus $ 1.25" $ 1.25' Mosaic & Terrazzo Finisher $ 44.36 plus $ 1.22' $ 1.23' To be allocated at a future date ' SUPPLEMENTAL BENEFITS Journeyworker: ' Mechanic $ 29.75 Overtime' $ 38.45 Overtime" $ 47.15 Finisher $ 29.75 Overtime' $ 38.45 Overtime" $ 47.15 ' Applies to overtime on weekdays & Saturdays Apl ies to overtime hours on Sundays & Holidays & work on Saurdays over 10 hours ' OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour: (750 Hour) terms at the following amount of the Terrazzo Mechanic's wage. ' 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1500- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 $22.97 $25.26 $27.56 $29.85 $32.15 $34.45 $39.04 $43.63 ' Supplemental benefits per hour paid: (750 hour) terms at the following percentage of Terrazzo Mechanic's benefit. ' 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 50% 55% 65% 70% 75% 85% 90% 95% 9-7/3 ' Mason - Building 01/01/2013 JOB DESCRIPTION Mason - Building DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/0112012 01/01/2013 ' Page 51 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Additional Marble, Stone,etc. Finishers $ 20.15 plus $.50* $.50* ' * To be allocated at a future date SUPPLEMENTAL BENEFITS ' Journeyworker: Per Hour: Marble, Stone, etc , Finisher $10.86 OVERTIME PAY See (A, E, Q, V) on OVERTIME PAGE Double hourly rate after 7 hours on Saturday ' HOLIDAY Paid: See (*5,6,11,15) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15) on HOLIDAY PAGE ' REGISTERED APPRENTICES WAGES per hour: (750 hour)terms at the following wages: 07/01/2012 ' lstterm 0-750 $ 14.32 2nd term 750-1500 15.14 3rdtrem 1501-2250 15.94 ' 4th term 2251-3000 16.77 5th term 3001-3750 17.99 6th term 3751-4500 19.62 07/0112012 - Apprentices receive an additional amount*: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th ' $0.25 $0.28 $0.30 $0.33 $0.35 $0.38 $0.43 $0.48 $0.50 01/01/2013 - Apprentices receive an additional amount*: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th ' $0.25 $0.28 $0.30 $0.33 $0.35 $0.38 $0.43 $0.48 $0.50 • To be allocated at a future date , Supplemental Benefits: (Per Hour) 1st term $ 10.79 ' 2nd term 10.80 3rd term 10.81 4th term 10.82 , 5th term 10.83 6th term 10.86 9-7/24M-MF Mason - Building / Heavy&Highwav 0110112013 ' JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 9 ENTIRE COUNTIES t Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2012 01/01/2013 Additional Marble-Finisher $ 43.15 plus $ 1.00* $ 0.90* * To be allocated at a future date ' SUPPLEMENTAL BENEFITS Page 52 ' ' Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Journeyworker: $ 26.48 ' OVERTIME PAY See (A, *E, Q, V) on OVERTIME PAGE HOLIDAY Overtime: See (5, 6, 15, 25) on HOLIDAY PAGE Work beyond 7 hours on a Saturday shall be paid at double the rate. When an observed holiday falls on a Sunday, it will be observed the next day. REGISTERED APPRENTICES ' Wages: 750 hour terms at the following percentage of Journeyworkers wage: 1st 2nd Ind 4th 5th 6th 7th 8th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 ' 509/6 55% 60% 659/6 70% 75% 85% 959/o Supplemental Benefits: 07/01/2012 ' 1st-6th terms $14.50+term wage % of $9.83 7th and 8th terms $ 24.33 t 9-7/20-MF Mason - Building / Heavy&Highway 01/01/2013 ' JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ' WAGES Per Hour: 07/01/2012 07/01/2013 Additional Cement Mason $ 44.63 $1.00* * To be allocated at a future date. IMPORTANT NOTICE ' Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday. Any make-up day must be paid at the premium rate. NOTE - In order to use the'4 Day/10 Hour Work Schedule; you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work ' Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: 1 Cement Mason $ 32.37 OVERTIME PAY See (*B1, E2, **Q, ***V) on OVERTIME PAGE Applies to 9th and 10th hours on Saturday "Holidays" only for Building Construction Additional $10.18 to be added to all Time and a Half hours paid ' HOLIDAY Building Construction - See (5, 6 & 25) on HOLIDAY PAGE Heavy Highway Construction - See (1) on HOLIDAY PAGE REGISTERED APPRENTICES 1 ) year terms at the following Percentage of Journeyworkers Wage. 1stTerm 50% 2nd Term 60% ' 3rd Term 70% Supplement Benefits per hour paid: ' Apprentices: Page 53 Prevailing Wage Rates for 07101/2012 - 06/3012013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County 1stterm $ 22.11 2nd term 24.16 ' 3rd term 26.21 4-780 Mason - Building / Heavy&Highway 01/0112013 ' JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ' WAGES WAGES NOTE: Shall include but not limited to Precast concrete slabs (London Walks) ' Marble and Granite pavers 2'x 2' or larger. Per Hour: 07/01/2012 ' Stone Setter $ 57.61 Stone Tender $ 39.28 SUPPLEMENTAL BENEFITS ' Per Hour: Stone Setter $ 24.96 Stone Tender $ 16.01 ' OVERTIME PAY See ('C, "'E, Q) on OVERTIME PAGE * On weekdays the eighth (8th) and ninth (91h) hours are time and one-half all work thereafter is paid at double the hourly rate. ' " The first nine (9) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate. HOLIDAY Paid: See ('18) on HOLIDAY PAGE Overtime: See (5, 6, 10) on HOLIDAY PAGE , Paid: *Must work First 1/2. REGISTERED APPRENTICES Per Hour: Stone Setter(800 hour) terms at the following wage rate per hour: ' 1st 2nd 3rd 4th 5th 6th $28.81 $34.57 $40.32 $46.09 $51.85 $57.61 t Supplemental Benefits: , All Apprentices $15.53 4-1 Stn Mason - Heavy&Highway 01/0112013 t JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk 1 WAGES Per Hour: 07/01/2012 Pointer, Cleaner& ' Caulkers $ 44.56 SUPPLEMENTAL BENEFITS Per Hour: , Pointer, Cleaners & $ 20.81 Caulkers OVERTIME PAY , See (B, E2, H) on OVERTIME PAGE HOLIDAY Page 54 ' ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25, 26) on HOLIDAY PAGE ' REGISTERED APPRENTICES Wages per hour: ' One (1) year terms at the following wage rates. 07/01/2012 1st 2nd 3rd 4th ' $25.40 $28.76 $33.43 $39.92 Apprentices Supplemental Benefits: (per hour paid) ' $3.05 $7.00 $10.00 $10.00 4-1 PCC Operating Engineer - Building 01101/2013 ' JOB DESCRIPTION Operating Engineer - Building DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES BUILDING CATEGORIES: ' CLASS" AA "CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 upto & over 150,000[bs),Boiler, Boring Machine, Cherry Picker(over 70 tons), Concrete Pump, Gradall, Grader, Hoist, Loading Machine(10 yds. or more), Milling Machine, Power Winch-Stone Setting/Structural Steel & Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scraper in Tandem, Steam Shovel, Sideboom Tractor, Stone ' Spreader(selfpropelled), Tank Work, Tower Crane Engineer. CLASS "B": ' Backhoe(otherthan 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 Tons), Conveyor-Multi, Dinkey Locomotive, Fork Lift, Hoist(2 Drum), Loading Machine & Front Loader, Mulch Machine(Machine Fed), Power Winches(Not Included in Class "A"), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall/Scaper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane,Trenching Machine, Vermeer Cutter, Work Boat. ' CLASS "C": Curb Machine(asphalt & Concrete), Maintenance Engineer(Small Equip. & Well Point), Field Mechanic, Milling Machine(Small), Pulvi Mixer, Pumps(all), Roller(dirt), Ridge Cutter, Vac-All, Jet Pump, Shotblaster, Interior Hoist, Concrete Finish Machine, ConcreteSpreader, Conveyer, ' Curing Machine, Hoist(one drum). CLASS "D": Concrete Breaker, Concrete Saw/Cutter, Fork Life or Walk Behind (power operated), Generator, Hydra Hammer, Compa tors(mechanical or ' hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump(double action diaphragm). CLASS "E": Belching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump(gypsum), Pump(single action diaphragm), Stump Chipper, Track ' Tamper, Tractor(caterpiller or wheel), Vibrator, Deckhand on Workboat. 07/01/2012 ' Class "AA" $ 63.69 Cranes: Boom length over 100 feet add $ 1.00 per hour 150""$ 1.50"" t .."250""$2.00"" 350""$3.00". Class "A" $ 53.31" ' 'Add $3.50 for Hazardous Waste Work Class "B" $ 50.63' ' Page 55 Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County 'Add $2.50 for Hazardous Waste Work Class "C" $ 48.84' ' "Add $1.50 for Hazardous Waste Work Class "D" $ 45.23' ' 'Add $1.00 for Hazardous Waste Work Class "E" $ 43.42 ' SUPPLEMENTAL BENEFITS ' Per Hour: 07/01/2012 ALL CLASSES $ 29.94 , NOTE: Overtime Rate $ 22.85 OVERTIME PAY See (D, O) on OVERTIME PAGE t HOLIDAY Paid: See (5, 6, 25) on HOLIDAY PAGE Overtime: See (5, 6,25) on HOLIDAY PAGE "NOTE" Employee must be Employed day before ' and day after Holiday to recieve Holiday Pay. REGISTERED APPRENTICES One(1) Year Terms at the following Rate: ' 1st Term $ 20.84 2nd Term 21.67 3rd Term 22.33 ' Supplemental Benefits per hour: APPRENTICES $15.89 ' Note: OVERTIME AMOUNT $ 5.85 4-138 Operating Engineer - Building / Heavy&Highway 0110112013 ' JOB DESCRIPTION Operating Engineer- Building / Heavy&Highway DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2012 ' Well Driller $ 33.40 Well Driller ' Helper $ 29.31 Hazardous Waste Differential Added to Hourly Wage: , Level A $ 3.00 Level B 2.00 Level C 1.00 ' Monitoring Well Work Add to Hourly Wage: Level A $ 3.00 t Level B 2.00 SUPPLEMENTAL BENEFITS Per Hour: Page 56 ' Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County 07/01/2012 ' Well Driller $ 10% of straight & Helper time rate plus $ 10.20 (NOTE) Additional $3.13 for ' Premium Time OVERTIME PAY See (B, E, G, P) on OVERTIME PAGE ' HOLIDAY Paid: See (5, 6, 16, 23) on HOLIDAY PAGE Overtime: See (5, 6, 16, 23) on HOLIDAY PAGE REGISTERED APPRENTICES ' Apprentices at 12 Month Terms Wages Per Hour: 07/01/2012 ' 1 st Term $20.84 2nd Term $21.67 3rd Term $22.33 ' SUPPLEMENTAL BENIFITS Per Hour: ' 1st Term 10% of Wage +$5.10 2nd Term 10% Of Wage +$5.60 ' 3rd Term 10% Of Wage +$6.60 BENEFITS AT PREMIUM TIME ' Per Hour: 1st Term 10% of Wage +$5.85 ' 2nd Term 10% of Wage +$6.60 3rd Term 10% of Wage +$8.10 4-138we11 Operating Engineer - Heavy&Highwav 01/0112013 ' JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 up to & over 150,000lbs), Barrier Machine, Cherrypicker(over 70 tons), ' Concrete Pump, Grader, Gradall, Hoist, Loading Machine(bucket 10 yds. or more), Laser Screed, Milling Machine(Large), Power Winch- Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scaper in Tandem, Side Boom Tractor, Stone Spreader(self propelled), Striping Machine(long line/truck mounted), Tree Graple, Tank Work, Track Alignment Machine. CLASS "B": Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 tons), Conveyor-Multi, Post Hole-Auger, Fork Lift, Hoist(2 drum), Loading Machine & Front Loader, Mulch Machine(machine fed), Power Winches(all others not included in class A), ' Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall/Scraper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. CLASS "C": t Page 57 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Boiler(Thermoplastic), Curb Machine(Asphalt & Concrete), Maintenance Engineer(Small Equip. & Well Point), Field Mechanic, Milling Machine(Small), Pulvi-Mixer, Pumps(Hydralic & 41n or over), Roller(Dirt), Vac-All, Jet Pump, Compressor(Structural Steel & 2 or more Batteries), Concrete Finish Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (One Drum), Ridge Cutter, Shot ' Blaster, Welding Machine(Structural Steel & Pile Work). CLASS "D": Compressor(Pile,Crane,Stone Setting), Concrete Saw Cutter/ Breaker, Work Lift(Walk Behind,Power Operated), Generator(Pile Work),Hydra ' Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump(Single Action-1 to 3 Inches/Gypsum/Double Action Diaphragm), Welding Machine, Robotic Units, Hand Line Striper. CLASS "E": , Batching Plant(On Job Site), Compressor, Generator, Grinder, Mixer, Mulching Machine(Hand Feed), Oiler, Pumps(Single action up to 3 In.), Root Cutter, Stump Chipper, Oiler on Tower Crane, Trenching Machine(Hand,walk behind), Track Tamper, Tractor, Vibrator, Deckhand on Work Boat. ' 07/01/2012 Class "AA" $63.31 ' Cranes: Boom Length over 100 feet add $ 1.00 per hour 150""$1.50"" 250""$2.00"" ' 350""$3.00"" Class "A" $56.13* *Add $3.50 for Hazardous Waste Work. ' Class "B" $52.50* *Add $2.50 for Hazardous Waste Work. Class "C" $50.67* ' *Add $1.50 for Hazardous Waste Work Class "D" $46.96' ' *Add $1.00 for Hazardous Waste Work Class "E" $45.15 ' "NOTE": ADD 30% to straight time hrly wage for NEW YORK STATE D.O.T. and other GOVERNMENTAL MANDATED off-shift work. SUPPLEMENTAL BENEFITS ' Per Hour: ALL CLASSES $29.94 Note: OVERTIME AMOUNT $22.85 , OVERTIME PAY See (D, O) on OVERTIME PAGE ' HOLIDAY Paid: See (5, 678) on HOLIDAY PAGE Overtime: See (5,6:7:8 on HOLIDAY PAGE "Note" Employee must be employed day before and day after ' a holiday to receive holiday pay. REGISTERED APPRENTICES REGISTERED APPRENTICES One(1) Year Terms at the following Rate: , list Term $20.84 2nd Term 21.67 3rd Term 22.33 ' SUPPLEMENTAL: APPRENTICES $15.89 ' Note: OVERTIME AMOUNT $ 5.85 4-138 Page 58 , ' Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Operating Engineer - Heavy&Highway 01/01/2013 ' JOB DESCRIPTION Operating Engineer- Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Party Chief - One who directs a survey party Instrument Man - One who runs the instrument and assists Party Chief Rodman - One who holds the rod and in general, assists the survey party ' Categories cover GPS & Under Ground Surveying Per Hour: 07/01/2012 ' Heavy Highway/Building Party Chief $ 58.15 ' Instrument Man 44.30 Rodman 34.84 Steel Erection ' Party Chief $ 55.74 Instrument Man 43.49 Rodman 29.25 ' SUPPLEMENTAL BENEFITS Per Hour: Heavy Highway/Building $ 24.95 Steel Erection $ 24.95 OVERTIME PAY See (B, *E, Q) on OVERTIME PAGE ' * Doubletime paid on the 9th hour on Saturday. HOLIDAY Paid: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 12, 15, 25) on HOLIDAY PAGE ' 4-15D-N/S co. Operating Engineer - Marine Construction 01/01/2013 ' JOB DESCRIPTION Operating Engineer- Marine Construction DISTRICT 4 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, ' Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES ' Per Hour: DREDGING OPERATIONS 07101/2012 CLASS A ' Operator, Leverman, $ 32.89 Lead Dredgeman CLASS Al To conform to Operating Engineer ' Dozer, Front Loader Prevailing Wage in locality where work Operator is being performed including benefits. CLASS B ' Spider/Spill Barge Operator, $ 28.49 Tug Operator(over1000hp), Operatorll, Fill Placer, Derrick Operator, Engineer, ' Chief Mate, Electrician, Chief Welder, Maintenance Engineer ' Page 59 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Certified Welder, $ 26.84 Boat Operator(licensed) ' CLASS C Drag Barge Operator, $ 26.14 Steward, Mate, ' Assistant Fill Placer, Welder (please add)$ 0.06 Boat Operator $ 25.29 , CLASS D Shoreman, Deckhand, $ 21.09 ' Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add)$ 0.09 ' SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES 07/01/2012 All Classes A & B $ 8.45 plus 7% of straight time wage overtime hours add $ 0.63 All Class C $ 8.10 plus 8% ' of straight time wage overtime hours add $ 0.48 All Class D $ 7.85 plus 8% ' of straight time wage overtime hours ' OVERTIME PAY add $ 0.33 See (B, F, R) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst Operating Engineer - Trenchless Pipe Rehab 01/01/2013 ' JOB DESCRIPTION Operating Engineer - Trenchless Pipe Rehab DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES IMPORTANT NOTE: This Category & Classifications are now located in ' Operating Engineers/Heavy Highway & Laborers/ Heavy Highway. Per Hour: , 07/01/2012 (SEE) ' Robotic Unit Operator Operator(class D) Technician/Boiler, Generator Operator(classes C&D) ' AM Liner/Hydra Seal Laborer(Grp#3) Page 60 , ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Hobas Pipe, Polyethyene Pipe or Pull and Inflate Liner Laborer(Grp#3) OVERTIME PAY ' HOLIDAY 4-138TrchPReh Painter 01/01/2013 ' JOB DESCRIPTION Painter DISTRICT 9 ENTIRE COUNTIES Putnam, Suffolk, Westchester t PARTIAL COUNTIES Nassau: All of Nassau except the areas described below: Atlantic Beach, Ceaderhurst, East Rockaway, Gibson, Hewlett, Hewlett Bay, Hewlett Neck, Hewlett Park, Inwood, Lawrence, Lido Beach, Long Beach, parts of Lynbrook, parts of Oceanside, parts of Valley Stream, and Woodmere. Starting on the South side of Sunrise Hwy in Valley Stream running east to Windsor and Rockaway Ave., Rockville Centre is the ' boundary line up to Lawson Blvd. turn right going west all the above territory. Starting at Union Turnpike and Lakeville Rd. going north to Northern Blvd. the west side of Lakeville road to Northern blvd. At Northern blvd. going east the district north of Northern blvd. to Port Washington Blvd. West of Port Washington blvd.to St.Francis Hospital then north of first traffic light to Port Washington and Sands Point, Manor HAven, Harbour Acres. ' WAGES Per hour: 07/01/2012 11/01/2012 05/01/2013 Drywall Taper $ 39.85 $ 40.35 $ 41.85 ' SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2012-06130/2013 ' Journeyman $ 20.93 ' OVERTIME PAY See (A, H) on OVERTIME PAGE For Journeyman: Deduct $4.35 from wage rate BEFORE calculating overtime pay. For Apprentices: Deduct $0.10 from 1st term wage rate, $ 2.54 from 2nd term wage rate, and $ 3.35 from 3rd term wage rate BEFORE ' calculating overtime pay. HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 5, 6, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wages(per Hour) 07/01/2012 12/26/2012 06/26/2013 1500 hour terms at the following wage rate: I st term $ 17.43 $ 17.63 $ 17.83 ' 2nd term $ 28.53 $ 28.83 $ 29.13 3rd term $ 38.01 $ 38.41 $ 38.81 ' Suppemental Benefits per hour: 1st year $ 10.35 $ 10.45 $ 10.45 ' 2nd Year $ 14.17 $ 14.17 $ 14.17 3rd year $ 16.20 $ 16.20 $ 16.20 9-NYDCT9-DWT Painter 01/01/2013 JOB DESCRIPTION Painter DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2012 11/0112012 05/01/2013 ' Page 61 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Brush $ 39.85 $ 40.35 $ 41.85 Abatement/Removal of lead based $ 39.85 $ 40.35 $ 41.85 or lead containing paint on materials to be repainted. Spray & Scaffold $ 42.85 $ 43.35 $ 44.85 Fire Escape $ 42.85 $ 43.35 $ 44.85 ' Decorator $ 42.85 $ 43.35 $ 44.85 Paperhanger/Wall Coverer $ 37.44 $ 37.44 $ 39.00 'Before calculating premium pay, deduct $0.10 from hourly wage rate. ' Does not apply to paperhanger. SUPPLEMENTAL BENEFITS ' Per hour worked: 07/01/2012 11/01/2012 05/01/2013 Paperhanger $ 29.71 $ 29.72 $ 29.73 All others $ 20.97 $ 20.97 $ 20.97 , Premium $ 23.09' $ 23.47' $ 23.47' " Applies only to " All others" catergory, not paperhanger journeyman. OVERTIME PAY ' See (A, H) on OVERTIME PAGE HOLIDAY Paid: See 1) on HOLIDAY PAGE ' Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Indentured after 5/31/93 ( 1) year terms at the following wage rate. (per hour) ' 07/01/2012 11/01/2012 05/01/2013 Appr 1 st term... $15.05 $15.25 $ 15.85 Appr 2nd term... $19.76 $19.91 $ 20.76 Appr 3rd term... $ 23.94 $ 24.24 $ 25.14 t Appr 4th term... $ 31.92 $ 32.32 $ 33.52 Spplemental benefis: ' (per Hour worked) Appr 1st term... $ 10.23 $ 10.23 $ 10.23 Appr 2nd term... $ 12.92 $ 12.92 $ 12.92 Appr 3rd term... $ 15.20 $ 15.20 $ 15.20 ' Appr 4th term... $ 19.70 $ 19.70 $ 19.70 9-NYDC9-B/S Painter 0110112013 ' JOB DESCRIPTION Painter DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, New York, Queens, Richmond ' PARTIAL COUNTIES Nassau: Atlantic Beach, Ceaderhurst, East Rockaway, Hewlett, Hewlett Bay, Hewlett Neck, Hewlett Park, Inwood, Lawrence, Lido Beach, Long Beach, parts of Lynbrook, parts of Oceanside, parts of Valley Stream, and Woodmere. Starting on South side of Sunrise Hwy in Valley Stream running east to Windsor and Rockaway Ave, Rockville is the boundary line up to Lawson Blvd, turning right going west all the above ' territory. Starting at Union Turnpike &Lakeville Rd going north to northern Blvd. the west side of Lakeville Rd to Northern Blvd. At Northern Blvd doing east the district north of Northern blvd to Port Washington blvd. West of Port Washington blvd to St.Francis Hospital then north of first traffic light to Port Washington & Sands Point, Manor Haven, & Harbour Acres. WAGES , Per hour: 07/0112012 12/26/2012 06/2612013 01101/2014 Drywall Taper $ 47.48 $ 47.98 $ 48.48 $ 48.98 SUPPLEMENTAL BENEFITS Per Hour: Journeyworker: $18.22 , OVERTIME PAY See (A, H) on OVERTIME PAGE Before calculating premium pay subtract $ 4.16 from hourly wage rate t Page 62 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 6, 8, 11, 18, 19, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES ' Wage per hour: One (1) year terms at the following percentages of journeyworker rate (year consists of 1500 hours). ' 07/01/2012 12/26/2012 06/2612013 01/01/2014 1st term $ 17.43 $ 17.63 $ 17.83 $ 48.98 2nd term $ 28.53 $ 28.83 $ 29.13 $ 29.43 ' 3rd term $ 38.01 $ 38.41 $ 38.81 $ 39.21 Note: Before calculating premium pay, deduct the amount shown below from Apprentice hourly wage. ' 1st term $ .10 from hourly wage rate 2nd term $ 2.54 from hourly wage rate 3rd term $ 3.35 from hourly wage rate Supplemental Benefits per hour worked: One (1) year term at the following dollar amount: ' 1st term $ 10.35 2nd term $ 14.17 3rd term $ 16.20 ' 9-NYC9-1974-DWT Painter - Bridge & Structural Steel 01101/2013 ' JOB DESCRIPTION Painter - Bridge & Structural Steel DISTRICT 9 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, ' Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester WAGES Per Hour Worked: 07/0112012 101112012 ' STEEL: Bridge Painting $ 51.23 $ 52.23 ' Power Tool/Spray Additional $6.00 per hour above hourly rate, whether straight time or overtime Note: Generally, for Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. ' SUPPLEMENTAL BENEFITS Per Hour Worked: 07/01/2012 10/1/2012 ' Journeyworker $ 26.80* $ 27.05 $ 31.04** ' Hourly Rate after 40 hours from May tat to Nov. 15th $ 6.75 only Hourly Rate after 50 hours ' from Nov. 16th to April 30th $ 6.75 only *For the period of May 1 st to November 15th: This rate shall be paid up to maximum of forty (40) hours worked per week. For all hours exceeding 40, the hourly rate shall drop to the ' hourly rate shown above by date. EXCEPT for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. Page 63 Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County **For the period of November 16th to April 30th: This rate shall be paid up to a maximum of fifty (50) hours worked per week. For all hours exceeding 50, the hourly rate shall drop to the ' hourly rate shown above by date. OVERTIME PAY See (A, F, R) on OVERTIME PAGE NOTE: Calculate overtime rate as follows: Bridge Painting and Power Tool/Spray titles subtract $4.98 from the hourly rate. ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 6) on HOLIDAY PAGE REGISTERED APPRENTICES ' (Wage per hour Worked): Apprentices: (1) year terms ' 1st 2nd 3rd 07/01/2012 $ 20.55 $ 30.78 $ 41.00 10/01/2012 $ 20.95 $ 31.38 $ 41.80 ' Supplemental Benefits per hour worked: 07/01/2012 $ 8.35 $ 19.00 $ 22.90 ' 10/01/2012 $ 8.70 $ 19.15 $ 23.10 9-DC-91806/155-BrSS Painter - Line Striping 01/0112013 ' JOB DESCRIPTION Painter - Line Striping DISTRICT 9 ' ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, Ulster, Warren, Washington, Westchester ' WAGES Per hour: Painter (Striping-Highway): 07/01/2012 , Striping-Machine Operator* $26.61 plus an additional $0.50** Linerman Thermoplastic $31.87 plus an additional $0.50** To be allocated at a future date ' Note: * Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of ' equipment used in the maintenance and protection of traffic safety SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2012 Journeyworker: ' Striping-Machine operator $ 14.18 Linerman Thermoplastic $ 14.55 OVERTIME PAY , See (*B, **132, E, E2, 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-SA/28A-LS Painter - Metal Polisher 01/01/2013 , JOB DESCRIPTION Painter - Metal Polisher DISTRICT 9 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, ' Dutchess, Ede, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates Page 64 ' t Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County WAGES ' 07/01/2012 Metal Polisher $ 26.11 Metal Polisher" $ 27.02 ' Metal Poiisher..« $ 29.61 "Note: Applies on New Construction & complete renovation ' Note: Applies when working on scaffolds over 34 feet. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 Journeyworker: All classification $ 12.92 OVERTIME PAY See (B, E, Q, T) on OVERTIME PAGE ' HOLIDAY Paid: See (5, 6, 11, 15, 16, 25,26) on HOLIDAY PAGE Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE ' REGISTERED APPRENTICES Wages per hour: One (1) year term at the following wage rates: ' 1st 2nd 3rd $13.50 $15.00 $18.00 Supplentals benefits: ' Per hour paid: 1st 2nd 3rd $10.27 $10.39 $10.63 9-8A/28A-MP ' Plasterer 01/01/2013 ' JOB DESCRIPTION Plasterer DISTRICT 9 ENTIRE COUNTIES Kings, Nassau, Queens, Suffolk PARTIAL COUNTIES ' New York: Includes work in all Islands in New York City, except Manhattan. WAGES Per hour: t 07/01/2012 Building: Plasterer/Traditional $ 35.53 SUPPLEMENTAL BENEFITS ' Per hour worked: Joumeyworker $ 21.80 t OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 11, 13, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: (per hour) 1 ) year terms at the following % Journeyworkers wage rate. ' First year: flat 6 months 2nd 6 months 40% 45% Second year: 1st 6 months 2nd 6 months 55% 60% Page 65 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Third year: 1st 6 months 2nd 6 months 70% 75% ' Supplemental Benefits: (per hour paid): (1) year term broken down into six month periods: ' 1 at year: 1 st six months $ 8.37 2nd six months 9.35 ' 3rd six months 11.35 4th six months 12.33 5th six months 14.33 6th six months 15.33 ' 9-530-Z1 Plumber 01/0112013 JOB DESCRIPTION Plumber DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk ' WAGES Per Hour: 07/01/2012 Plumber ' MAINTENANCE ONLY $ 29.46 (NOTE) Maintenance: Correction of problem(s)with the existing fixture or group of fixtures, preventive repairs or servicing of said fixtures ' SUPPLEMENTAL BENEFITS SUPPLEMENTAL BENEFITS Per Hour: ' Plumber MAINTENANCE ONLY $11.25 OVERTIME PAY ' OVERTIME PAY See (B, J) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE HOLIDAY 4-200 Maintance ' Plumber 01101/2013 JOB DESCRIPTION Plumber DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES t Per Hour: 07/01/2012 Plumber/ PUMP &TANK $43.24 ' SUPPLEMENTAL BENEFITS Per Hour: Plumber $ 23.06 OVERTIME PAY See (B, Q, V) on OVERTIME PAGE (V) Sunday & Holidays Only ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE Page 66 t ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County REGISTERED APPRENTICES ' One(1) Year Terms at the Following Percentage of Journeymans wage: 1stTerm 30% ' 2nd Term 40% 3rd Term 50% 4th Term 60% ' 5th Term 70% 6th Term 85% Supplemental Benifits Per Hour: ' 1st Term $11.38 2nd Term $12.01 3rd Term $12.79 ' 4th Term $13.16 5th Term $16.36 6th Term $19.65 4-200 Pump 8 Tank Plumber 01101/2013 JOB DESCRIPTION Plumber DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/01/2012 11/01/2012 05/0112013 Plumber $48.48 $48.48 $48.48 ' SUPPLEMENTAL BENEFITS Per Hour: Plumber $30.90 $31.40 $31.90 ' OVERTIME PAY See (A, E, Q) on OVERTIME PAGE CODE "V" is only for SUNDAYS and HOLIDAYS WORKED HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ' One(1) Year Terms at the following percentage of Plumbers Rate: 1 at Term 2nd Term 3rd Term 4th Term 5th Term 30% 40% 50% 60% 70% ' Supplemental Benefits per hour: 1stTerm $17.19 $17.69 $18.19 ' 2nd Term $19.57 $20.07 $20.57 3rd Term $20.94 $21.44 $21.94 4th Term $22.46 $22.96 $23.46 5th Term $24.06 $24.56 $25.06 4-200 Roofer 01101/2013 ' JOB DESCRIPTION Roofer DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Rate Per Hour 07/01/2012 10/01/2012 ROOFER/Waterproofer $ 38.50' $ 38.50` Page 67 Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor t Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County "Plus $4.00 per hour SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 10/01/2012 ROOFERIWaterproofer $ 23.39 $ 24.69 ' OVERTIME PAY Per Hour: NEW ROOF SEE (B,E,Q) ' RE-ROOF SEE (B,E,E2,Q) NOTE:Premium time to be calculated on "BASE WAGE" then add the $ 4.00. HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 13, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES (1) Year terms at the following pecentage of Roofers/Waterproofers BASE Wage ' let 2nd 3rd 4th 40% 50% 70% 80% Plus $3.20 per hour ' Supplemental Benefits per hour: 07/01/2012 10/01/2012 1stTerm $ 6.67 $ 6.92 ' 2nd Term $ 8.44 $ 8.65 3rd Term $ 16.02 $ 17.00 4th Term $ 18.31 $ 19.43 ' 4-154 Sheetmetal Worker 01/01/2013 JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk , WAGES Per Hour: 07/01/2012 Sheetmetal ' Worker $48.90 Temporary Operation or Maintenace of Fans $39.77 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 Sheetmetal Worker $39.16 ' Maintenance Worker $39.16 OVERTIME PAY ' See (A, E, E2, Q) on OVERTIME PAGE For Maintenance See Codes B,E & Q HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour: ' 6 Month Terms as Follows: 1stTerm $16.41 2nd Term $18.80 ' 3rd Term $21.35 4th Term $24.04 5th Term $25.30 6th Term $27.43 ' Page 68 ' Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County 7th Term $33.35 8th Term $35.95 9th Term $38.98 Supplemental Benifits as Follows: ' tat Term $18.01 2nd Term $19.76 3rd Term $21.47 ' 4th Term $23.21 5th Term $24.77 6th Term $26.81 7th Term $30.23 ' 8th Term $31.34 9th Term $32.45 4-28 ' Sheetmetal Worker 01/0112013 JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per Hour: 07/01/2012 ' Sign Erector $43.30 'NOTE: Overhead Highway Signs and Structurally Supported Signs (See IRON WORKER CLASS) SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 ' Sign Erector $41.44 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 Per Hour: 6 month Terms at the following percentage of Sign Erectors wage rate: ' 1st Term 35% 2nd Term 40% 3rd Term 45% 4th Term 50% 5th Term 55% 6th Term 60% ' 7th Term 65% 8th Term 70% 9th Term 75% 10th Term 80% SUPPLEMENTAL BENIFITS Per Hour: 1atTerm $13.20 2nd Term $14.69 ' 3rd Term 16.19 4th Term 17.69 5th Term 23.27 6th Term 24.89 7th Term 27.17 8th Term 28.80 9th Term 30.47 10th Term 30.47 ' 4-137-SE Steamfitter 01/01/2013 ' JOB DESCRIPTION Steamfitter DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ' WAGES Page 69 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Per Hour: 07/01/2012 12/26/2012 Steam/Sprinkler $56.81 *Additional ' Fitter $0.75/Hr Temporary $43.19 *Additional ' Heat & AC $0.75/Hr *Additional to be allocated to either Wages or benefits. ' NOTE: Add 30% to Hourly Wage for "Contracting Agency" Mandated Off Shift Work. SUPPLEMENTAL BENEFITS ' Per Hour. Steam/Sprinkler $44.96 ' Fitter Temporary $36.24 Heat & AC ' 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 1 year Terms at the Following: ' WAGES per hour: 1st Term 2nd Term 3rd Term 4th Term 5th Term ' $22.76 $28.44 $36.95 $45.46 $48.30 SUPPLEMENTAL BENEFIT Per Hour: , 1st Term 2nd Term 3rd Term 4th Term 5th Term $18.83 $23.20 $29.72 $36.35 $38.43 ' 4-638A-StmSpFtr Steamfitter 01/01/2013 JOB DESCRIPTION Steamfitter DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES ' Per Hour: 07/01/2012 Steamfitter/Maintenance & $36.55 ' AC Service Work Refrigeration, A/C, Oil Burner and Stoker Service and Repair. Refrigeration Compressor installation up to 5hp (combined). t Air Condition / Heating Compressor installation up to 10hp (combined). SUPPLEMENTAL BENEFITS Per Hour Steamfitter/Maintenance & $ 9.35 ' AC Service Work OVERTIME PAY ' Page 70 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County OVERTIME:.... See (B, E, Q', S" ) on OVERTIME PAGE. ' HOLIDAY HOLIDAY: Paid:........ See ( 2, 6, 9, 10, 11, 15, 17, 26,Memorial Day) on HOLIDAY PAGE. Overtime:.... ' ( 2, 6, 9, 15, 17 ) 10, 11, 26, Memorial Day) 4-6388-StmFtrRef Survey Crew Consulting 01/01/2013 ' 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. t Categories cover GPS & underground surveying. WAGES: (per hour) 07/01/2012 Survey Rates: Party Chief..... $ 33.70 ' Instrument Man.. $ 28.38 Rodman.......... $ 25.02 SUPPLEMENTAL BENEFITS Per Hour: ' All Crew Members: $11.70 OVERTIME PAY ' OVERTIME:.... See (B, E', Q, V) ON OVERTIME PAGE. 'Doubletime paid on the 9th hour on Saturday. HOLIDAY Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE ' Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE 9-15dconsult Teamster -Asphalt Delivery 01/01/2013 ' JOB DESCRIPTION Teamster - Asphalt Delivery DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per Hour: 07/01/2012 07/01/2013 Heavy Construction Work: Shall include the supply of Asphalt for construction, improvement and modification of all or any part of Streets, Highways, Bridges, Tunnels,Railroads, Canals, Dams, Airports, Schools, Power Generation Plants. "TRUCK DRIVER" Asphalt Delivery $34.375 $34.765 ' Light Construction Work: Shall include the supply of Asphalt for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots, Office Buildings. "TRUCK DRIVER" Asphalt Delivery $27.15 $28.02 ' Page 71 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 07/01/2013 ' "Heavy Construction Work" "TRUCK DRIVER" ' Asphalt Delivery $37.6525 $38.9425 "Light Construction Work" ' "TRUCK DRIVER" Asphalt Delivery $11.65 $11.65 ' OVERTIME PAY See (B, *B2, E, **I, P, ***R, ****U) 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. ' NOTE: (B,E,P,T&*U) Apply to Heavy Construction. NOTE: (B2,I,T&*U) Apply to Light Construction. NOTE: (*U) Only applies after 8 hours worked on holiday. HOLIDAY , Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. 4-282 ' Teamster - Building 01/01/2013 JOB DESCRIPTION Teamster-Building DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/01/2012 7/01/2013 Truck Driver (Building Demolition & Debris) Trailers $28.93 $29.37 t Straight Jobs $28.63 $29.07 SUPPLEMENTAL BENEFITS ' Per Hour: All Classifications $29.54 $30.44 ' OVERTIME PAY See (B, E, S, St) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 7, 8, 11, 12, 26) on HOLIDAY PAGE 4-282 Teamster - Delivery of Concrete 01/01/2013 ' JOB DESCRIPTION Teamster - Delivery of Concrete DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per Hour: 07/01/2012 07/01/2013 Heavy Construction Work: Shall Include the supply of Ready-Mix Concrete for construction, improvment and modification of all or any part of Streets, Highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools & Power Generation Plants "TRUCK DRIVER" Concrete Delivery $35.69 $36.415 t Page 72 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Light Construction Work: Shall include the supply of Ready-Mix Concrete for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. t "TRUCK DRIVER" Concrete Delivery $31.83 $32.785 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 07/01/2013 "Heavy Construction Work" ' Concrete Delivery $35.83 $36.225 "Light Construction Work" ' Concrete Delivery $11.60 $11.625 OVERTIME PAY NOTE: Heavy Construction:B2,1 ' Light Construction:B,E,P HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. 4-282ns ' Teamster-Heavy8,Highway 0110112013 JOB DESCRIPTION Teamster - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per Hour: 07/01/2012 07/01/2013 ' Heavy Construction Work: Shall include the construction, improvement or modification of all or any part of streets, highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools, Power Generation Plants. Site Excavating (Chauffeurs) $34.375 $34.765 ' Light Construction Work: Shall include the construction, improvment and modification of Single & Multi Family Homes, Town Houses, Apartment Buildings, including driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. Site Excavating (Chauffeurs) $27.15 $28.02 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 07/01/2013 ' Heavy Construction Work ' Chauffeurs $37.6525 $38.9425 Light Construction Work Chauffers $11.65 $11.65 ' OVERTIME PAY See (B, *B2, E, **I, P, ***R, ****U) on OVERTIME PAGE (NOTE) PREMIUM PAY of 25% on straight time hours for NEW YORK STATE D.O.T. and or other GOVERMENTAL MANDATED off shift work. ' NOTE: (B,E,P,T & *U) Apply to Heavy Construction. NOTE: (B2,I,T & *U) Apply to Light Construction. NOTE: (*U) Only applies after 8 hours work on holiday ' HOLIDAY Page 73 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Nassau County Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6,'16, "25) on HOLIDAY PAGE ' NOTE:('16) Paid at Double if Worked. ("25) Paid at Double if Worked. 4-282 Welder 0110112013 ' JOB DESCRIPTION Welder DISTRICT 1 ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, ' Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates , WAGES Perhour 07101/2012 Welder (To be paid the same rate of the mechanic performing the work) ' OVERTIME PAY HOLIDAY 1-As Per Trade , t 1 Page 74 , ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Suffolk County General Construction ' Asbestos Worker 01/01/2013 JOB DESCRIPTION Asbestos Worker DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES ' Per Hour: 07/01/2012 Abestos Worker $40.95 ' Removal & Abatement Only* ' NOTE: *On Mechanical Systems that are NOT to be SCRAPPED. SUPPLEMENTAL BENEFITS Per Hour: ' Abestos Worker $8.25 Removal & Abatement Only OVERTIME PAY See (B, B2, *E, J) on OVERTIME PAGE Hours worked on Saturdays are paid at time and one half only if forty hours have been worked during the week. HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 8) on HOLIDAY PAGE REGISTERED APPRENTICES Apprentice Removal & Abatement Only: ' 1000 hour terms at the following percentage of Journeyman's rates. 1st 2nd 3rd 4th 78% 80% 83% 89% ' SUPPLEMENTAL BENEFIT Per Hour: ' Apprentice Removal & Abatement $8.25 4-12a -Removal Only ' Boilermaker 01/0112013 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: 07/01/2012 Boilermaker $ 47.98 Repairs & Renovations $ 47.98 SUPPLEMENTAL BENEFITS Per Hour: ' 07/01/2012 Boilermaker 33% of hourly ' Repairs & Renovations Wage Paid +$22.25 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay. ' Page 75 Prevailing Wage Rates for 07/0112012 - 06130/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Repairs & Renovation Includes replacement of parts and repairs & renovation of existing unit. OVERTIME PAY ' OVERTIME PAY See (D, O) on OVERTIME PAGE ' HOLIDAY Paid: See (8, 16, 23, 24) on HOLIDAY PAGE Overtime: See (5, 6, 11, 12, 15, 25) on HOLIDAY PAGE NOTE: *Employee must work in pay week to receive Holiday Pay. , **Boilermarker gets 4 times the hourly wage rate for working on Labor Day. ***Repairs & Renovation see (B,E,Q) on HOLIDAY PAGE HOLIDAY REGISTERED APPRENTICES t *REGISTERED APPRENTICES (1/2) Year Terms at the following pecentage of Boilermaker's Wage ' list 2nd 3rd 4th 5th 6th 7th 8th 65% 65% 70% 75% 80% 85% 90% 95% Supplemental Benefits Per Hour: 07/01/2012 Apprentice(s) 33% of Hourly ' Wage Paid plus amount below list 2nd 3rd 4th 5th 6th 7th 8th ' $17.41 $18.10 $18.79 $19.48 $20.17 $20.86 $21.55 $22.25 NOTE: "Hourly Wage Paid" shall includ any and all premium(s) 4-5 ' Carpenter 01/0112013 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, Waterloo Mills, SlateHill, New Hampton, Goshen, Blooming Grove, Mountainville, east to the Hudson River. Putnam: South of but including the following, Cold Spring, TompkinsCorner, Mahopac, Croton Falls, east to Connecticut border. Suffolk: West of Port Jefferson and Patchoque Road to Route 112 tothe Atlantic Ocean. , WAGES Per hour: 07/01/2012 Core Drilling: , Driller $ 35.46 Assistant Driller $ 28.89 Note: Hazardous Waste Pay Differential: ' For Level C, an additional 10% above wage rate per hour For Level B, an additional 10% above wage rate per hour For Level A, an additional 10% above wage rate per hour ' Note: When required to work on water: an additional $ 0.50 per hour. * May be allocated between wages and benefits. 1 SUPPLEMENTAL BENEFITS Per hour paid: Driller $ 17.52 ' Asst. driller 17.52 OVERTIME PAY OVERTIME: See (B,E,K*,P,R**) on OVERTIME PAGE. ' Page 76 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County HOLIDAY ' 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 ' Carpenter 01/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per Hour: ' 07/01/2012 Timberman $ 44.03 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 ' OVERTIME PAY $40.62 See (B, E, E2, Q) on OVERTIME PAGE ' HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1 st & 2nd yr. ' Apprentices See (5,6,11,13,16,18,19,25) Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES ' Wages per hour is Pecentage of Journeymans Wage. (1 ) year terms: 1st 2nd 3rd 4th ' 40% 50% 65% 80% ' Supplemental benefits per hour: Apprentices $ 25.14 9-1536 Carpenter 01/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES ' Per hour: 07/01/2012 Building Millwright $ 47.86 ' SUPPLEMENTAL BENEFITS Per hour paid: ' Page 77 Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Millwright $ 44.75 OVERTIME PAY , See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE. Paid: for 1 st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) Overtime See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. t REGISTERED APPRENTICES Wages per hour is Pecentage of Journeyworkers wage (1) year terms: ' 1st. 2nd. 3rd. 4th. 55% 65% 75% 95% ' Supplemental benefits per hour: (1) year terms: 1st. 2nd. 3rd. 4th. $28.19 $31.29 $35.51 $40.62 ' 9-740.1 Carpenter 01/01/2013 JOB DESCRIPTION Carpenter DISTRICT 9 ' ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES t Per Hour: 07/01/2012 Marine Construction: Marine Diver $ 58.95 M.D.Tender 42.10 SUPPLEMENTAL BENEFITS ' Per Hour Paid: Joumeyman $ 42.37 OVERTIME PAY , See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (18,19) on HOLIDAY PAGE ' Overtime: See (5, 6, 10, 11, 13, 16, 18, 19) on HOLIDAY PAGE 9-1456MC Carpenter 01/0112013 , JOB DESCRIPTION Carpenter DISTRICT 9 ENTIRE COUNTIES Bronx, Dutchess, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester , WAGES Per hour: 07101/2012 CarpeUResilient Floor Coverer $ 45 3a INCLUDES HANDLING & INSTALLATION OF ARTIFICIAL TURF AND SIMILAR TURF INDOORS/OUTDOORS. ' SUPPLEMENTAL BENEFITS Per hour paid: Page 78 ' ' Prevailing Wage Rates for 07/0112012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Floor Coverer $ 38.58 ' OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY ' Paid: See (18, 19)on HOLIDAY PAGE. Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) ' Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES ' Wage per hour is Pecentage of Journeyworkers Wage (1) year terms: ' 1st. 2nd. 3rd. 4th. 40% 50% 65% 80% ' Supplemental benefits per hour: Apprentices $ 25.83 9-2287 ' Carpenter 01/0112013 JOB DESCRIPTION Carpenter DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2012 Piledriver $ 46.74 ' Dockbuilder $ 46.74 SUPPLEMENTAL BENEFITS Per hour paid: ' Journeyworker $ 42.45 OVERTIME PAY See (B, E2, O) on OVERTIME PAGE HOLIDAY Paid: See (18,19)on HOLIDAY PAGE. ' Paid: for 1st & 2nd yr. Apprentices See (5,6,11,13,16,18,19,25) ' Overtime: See (5,6,11,13,16,18,19,25) on HOLIDAY PAGE. REGISTERED APPRENTICES Wages per houris Pecentage of Journeyworkers Wage ' (1)yearterms: 1st. 2nd. 3rd. 4th. 40% 50% 65% 80% ' Supplemental benefits per hour: Apprentices $ 27.77 9-1456 Carpenter - Buildinq / Heavy&Highway 01/0112013 ' JOB DESCRIPTION Carpenter - Building / Heavy&Highway DISTRICT 4 Page 79 Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County ENTIRE COUNTIES Suffolk ' PARTIAL COUNTIES Nassau: Work performed "North of Southern State Parkway and East of Seaford Creek" WAGES ' Per Hour: 07/01/2012 07/01/2013 Carpenter *Additional (Building) $45.21 $1.66/Hr ' Carpenter (Heavy Highway) $45.21 ' * To be allocated to Wages or Benifits (ALL Carpenters) ' SUPPLEMENTAL BENEFITS Per Hour: Both Carpenter ' Categories $28.51 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE ' HOLIDAY Paid: See 1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ' One(1) Year Terms at the following: Per Hour: 1st 2nd 3rd 4th t $15.17 $20.86 $24.65 $28.45 Supplemental Benefits , Per Hour: All Terms $17.45 ' 4-Reg.Council Nass/Suff Electrician 01/0112013 JOB DESCRIPTION Electrician DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES , Per Hour: 07/01/2012 Electrician Pump & Tank $40.05 , SUPPLEMENTAL BENEFITS Per Hour: Electrician ' Pump & Tank 65.75% of *Wage Paid , *Wage Paid includes any and all Premiums ' OVERTIME PAY See (B, E, Q) on OVERTIME PAGE HOLIDAY Page 80 ' Prevailing Wage Rates for 07/01/2012 - 06/3012013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES 1 Year Terms at the Following: ' Per Hour: 1stTerm $14.02 2nd Term $16.02 ' 3rd Term $18.02 4th Term $20.03 5th Term $26.03 6th Term $30.04 ' SUPPLEMENTAL BENEFITS Per Hour: ' All Terms 65.75% of *Wage Paid 'Wage Paid includes any and all Premiums 4-25 Pump & Tank ' Electrician 01/0112013 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: ' 07/01/2012 Electrician/Wireman $47.95 HVAC Controls $47.95 ' Fire Alarms $47.95 SUPPLEMENTAL BENEFITS Per Hour: ' ElectrcianANireman 16.0% of Hourly (all categories) Wage Paid + $23.90 NOTE: "Hourly Wage Paid" shall include any and all premium[s] ' OVERTIME PAY See (B, E, E2, Q, V) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following Percetage of Journeyman(s) Wage: ' Apprentices with start dates PRIOR TO 10/0212010: 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 50% 60% 70% ' Apprentices with start dates AFTER 10102/2010: 1st 2nd 3rd 4th 5th 6th 35% 40% 45% 55% 65% 75% SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 Start Date Prior to 10/02/2010 Start Date After 10/02/2010 1st Term 3% of Hourly 3% of Hourly Wage Paid + Wage Paid + t $4.73 $3.01 Page 81 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 2nd Term 3% of Hourly 8% of Hourly ' Wage Paid + Wage Paid + $7.00 $4.42 3rd Term 16% of Hourly 9% of Hourly , Wage Paid + Wage Paid + $10.77 $5.47 4th Term 16% of Hourly 10% of Hourly ' Wage Paid + Wage Paid + $11.96 $7.61 5th Term 16% of Hourly 13% of Hourly , Wage Paid + Wage Paid + $14.34 $11.30 6th Term 16% of Hourly 14% of Hourly , Wage Paid + Wage Paid + $16.73 $17.73 "Hourly Wage Paid Shall Include Any and All Premiums" ' 4-25 Electrician 01/01/2013 ' JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk , WAGES Per Hour: 07/01/2012 Telephone & , Intergrated Tele- $ 35.45 Data Sytems Electrician This rate classification applies to ALL Voice, Data & Video work.: Excluding Fire Alarm Systems and Energy Managment Systems (HVAC Controls), in those cases the regular Electrician rate applies. To ensure proper use of this rate please call Nassau Offices at (516)228-3915 ' or Suffolk Offices at (631)687-4882. SUPPLEMENTAL BENEFITS Per Hour: Tela-data ' Electrician 16%ofHourly Wage Paid + $15.93 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay ' OVERTIME PAY , OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE OVERTIME PAY See (B, E, E2, Q) on OVERTIME PAGE , HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (2, 17, 20, 21) on HOLIDAY PAGE 4-25tela , Electrician- 01101/2013 JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' Page 82 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Per Hour: 07/01/2012 Tree Trimmer/ Line Clearance Specialist $28.63 NOTE: This Rate Applys For Electrical Line Clearance and Long Island Rail Road Right of Way(s) ONLY. SUPPLEMENTAL BENEFITS ' SUPPLEMENTAL BENEFITS Per Hour: ' Tree Trimmer/ Line Clearance Specialist $13.00 OVERTIME PAY See (B, E, *K, P) on OVERTIME PAGE ' *K: Plus the Holiday Pay HOLIDAY Paid: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE Overtime: See (5, 6, 8, 16, 23, 24, 25, 26) on HOLIDAY PAGE ' 4-1049(rree Electrician 01/01/2013 ' JOB DESCRIPTION Electrician DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES Per Hour: 07/01/2012 Electrcian ' Electrical Maintenance $39.20 "PLEASE NOTE" Applicable to "EXISTING ELECTRICAL SYSTEMS" including, but not limited to TRAFFIC SIGNALS 11 STREET LIGHTING. Not used for ' addons. IMPORTANT NOTICE - EFFECTIVE 04/0112009 ' Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday, with one-half (1/2) hour allowed for a lunch period. NOTE - In order to use the'4 Day/10 Hour Work Schedule; you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule,' form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: ' Electrcian 12% of Hourly Wage Paid + $15.52 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay OVERTIME PAY See (B, E2, H) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Term(s) at the following Percentage ' of Journeyman(s) Wage: 1st 2nd 3rd 4th 5th 40% 50% 60% 70% 80% Supplemental Benefits Per Hour: ' 07/01/2012 Page 83 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 1 st Term 12% of Hourly ' Wage + $ 9.65 2nd Term 12% of Hourly Wage + $10.54 , 3rd Term 12% of Hourly Wage + $11.45 4th Term 12% of Hourly , Wage + $12.34 5th Term 12% of Hourly Wage + 13.23 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay ' 4-25m Electrician Lineman 01/01/2013 JOB DESCRIPTION Electrician Lineman DISTRICT 4 ' ENTIRE COUNTIES Nassau, Queens, Suffolk WAGES , For Utility Distribution & Transmission Line Construction: Per Hour. 07/01/2012 , Lineman/Splicer $ 47.13 Material Man $ 41.00 Heavy Equip. Operator $ 37.70 ' Groundman $ 28.28 Flagman $ 21.21 For Natural Gasline Construction: ' Per Hour: Journeyman U.G.Mech. $ 39.45 , " IMPORTANT NOTICE - EFFECTIVE 04/01/2009'" Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Thursday. ' NOTE - In order to use the'4 Day/10 Hour Work Schedule,' you must submit an'Employer Registration for Use of 4 Day/10 Hour Work Schedule; form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS ' Per Hour: Utility Distribution & Transmission Line Construction: All Classifications 22.5% of Hourly ' Wage Paid + $13.04 NOTE: "Hourly Wage Paid" shall include any and all premium(s) pay ' Natural Gasline Construction: Per Hour: ' Joui .eyma it Ll. G.ivie C 11. $ 16.7 1 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE , OVERTIME for Natural Gas Mechanic:(B,G,P) HOLIDAY Page 84 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 16, 23, 25, 26) on HOLIDAY PAGE Same as Above for natural Gas Mechanic. REGISTERED APPRENTICES 1000 hour Terms at the following Percentage of Journeyman's Wage. ' tat 2nd 3rd 4th 5th 6th 7th 60% 65% 70% 75% 80% 85% 90% ' SUPPLEMENTAL BENEFIT: All Terms 22.5% of Hourly Wage Paid + ' $13.04 Natural Gas Mechanic: ' $18.71 4-1049 Line/Gas Elevator Constructor 0110112013 ' JOB DESCRIPTION Elevator Constructor DISTRICT 4 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk PARTIAL COUNTIES Rockland: Entire County except for the Township of Stony Point Westchester: Entire County except for the Townships of Bedford, Lewisboro, Cortland, Mt. Kisco, North Salem, Pound Ridge, Somers and ' Yorktown. WAGES Per hour: 07/01/2012 03/17/2013 ' Elevator Constructor $55.20 $57.01 Modernization & $43.79 $45.14 ' Service/Repair SUPPLEMENTAL BENEFITS Per Hour: **PECTENTAGES BASED ON YEARS OF EMPLOYMENT AS FOLLOWS BELOW: 4%-Up to 5 years 6%-6th year to 15 years 8%-15 years or more 07/01/2012 03/17/2013 ' Elevator Constructor $26.54 $28.04 plus**% plus**% of wage of wage ' per Hour per Hour Modernization & $26.39 $27.89 Service/Repair plus**% plus**% ' of Wage of Wage per Hour per Hour OVERTIME PAY Constructor. See ( D, O ) on OVERTIME PAGE. ' Modern./Service See (B, H) on OVERTIME PAGE. HOLIDAY Paid: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES PER HOUR: ' Page 85 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County BASED ON PERCENTAGE OF JOURNEYMANS WAGE IN THE CLASSIFICATION WORKED EITHER ELEVATOR CONSTRUCTOR OR MODERN IZATION,SERVICR/REPAIR ' 1 YEAR TERMS 1st Term 2nd Term 3rd Term 4th Term ' 50% 55% 65% 75% SUPPLEMENTAL BENEFITS 07/01/2012 03/17/2013 , Elevator Constructor tat Term $24.00 $25.41 2nd Term $24.50 $25.92 ' 3rd Term $25.51 $26.97 4th Term $26.53 $28.01 Modernization & ' Service/Repair 1stTerm $23.69 $25.10 2nd Term $24.17 $25.58 3rd Term $25.12 $26.56 ' 4th Term $26.06 $27.54 4-1 Glazier 01/01/2013 , 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: 07/01/2012 11/01/2012 0510112013 Additional ' Glazier $ 47.75 $ 48.60 $ 1.50* Scaffolding $ 48.75 $ 49.60 $ 1.50* ' Repair & Maintenance: ' Glazier $ 26.50 $ 26.50 $ 1.50* * To be allocated at a future date ' Repair & Maintenance-All repair & maintenance work on a particular building, whenever performed, where the total cumulative contract value is under , $100,000.00. SUPPLEMENTAL BENEFITS ' Per hour paid: 07/01/2012 11/01/2012 05/01/2013 Joumeyworker... $ 25.34 $ 25.34 $ 26.60 Repair & Maintenance: , Glazier $ 15.14 $ 15.14 $ 15.64 OVERTIME PAY OVERTIME: See (C*,D* E2, O) on OVERTIME PAGE. , * If an optional 8th hour is required to complete the entire project, the same shall be paid at the regular rate of pay. If a 9th hour is worked, then both hours or more (8th & 9th or more) will be paid at double time rate of pay. For Repair & Maintenance see ( B,F, P) on overtime page. , HOLIDAY Paid: See (1) on HOLIDAY PAGE Page 86 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Overtime: See (4, 6, 16, 25) on HOLIDAY PAGE ' The Following are paid holidays for the Repair & Maintenance Class: New Years day, Presidents day, Memorial day, Independents day, Labor day, Thanksgiving day, Day after Thanksgiving, and Christmas day. REGISTERED APPRENTICES ' Wage per hour: (1) year terms at the following wage rates: 07/01/2012 11101/2012 05/01/2013 Additional fat term $ 16.00 $ 16.35 $ .60* 2nd term $ 23.81 $ 24.24 $ .75* 3rd term $ 28.59 $ 29.10 $ .90* ' 4th term $ 38.17 $ 38.85 $ 1.20* * To be allocated at a future date ' Supplemental Benefits: (Per hour worked) 1stterm $ 12.07 2nd term $ 17.28 3rd term $ 18.54 4th term $ 18.89 ' 9-1281 (DC9 NYC) Insulator • Heat & Frost 01/01/2013 JOB DESCRIPTION Insulator - Heat & Frost DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2012 12131/2012 ' Insulators $61.08 *Additional Heat & Frost $1.75/Hr *Additional may be allocated ' between Wages & Supplements SUPPLEMENTAL BENEFITS Per Hour: ' Insulators $26.59 Heat & Frost ' OVERTIME PAY See (A, D, O, V) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Wages: Apprentice Insulator(s) 1 year terms at the following wage rate. ' 1st 2nd 3rd 4th $24.43 $36.65 $42.76 $48.86 Supplemental Benefits per hour: ' Apprentice Insulator(s) 1st 2nd 3rd 4th $10.64 $15.95 $18.62 $21.27 ' -12 Page 87 4 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Ironworker 01/01/2013 JOB DESCRIPTION Ironworker DISTRICT 4 , ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' PARTIAL COUNTIES Rockland: Southern section - south of Convent Road and east of Blue Hills Road. WAGES Per hour: 07/01/2012 07/01/2013 ' Reinforcing & Additional Metal Lathing $ 49.73 $ 2.0W ' 'To be allocated at a future date SUPPLEMENTAL BENEFITS Per hour paid: , Reinforcing & $ 29.98 Metal Lathing OVERTIME PAY ' See (B, B1, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE , Overtime: See (5, 6, 8, 11, 13, 18, 19, 25) on HOLIDAY PAGE REGISTERED APPRENTICES (1) year terms at the following wage rates: Wages Per Hour: ' Apprentices Registered BEFORE 6129/2011 Isttenn 2nd term 3rd term ' $ 28.20 $ 32.80 $ 37.86 Apprentices Registered ON or AFTER 6/29/2011 ' $17.71 $22.71 $27.71 SUPPLEMENTAL BENIFITS Per Hour: , Apprentices Registered BEFORE 612912011 1st tern 2nd term 3rd term ' $ 23.17 $ 24.67 $ 25.82 Apprentices Registered On or AFTER 6/2912011 $ 23.17 $ 24.67 $ 25.82 , 4-46Reinf Ironworker 0110112013 ' JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2012 ' Ornamental $ 41.00 Chain Link Fence $ 41.00 , Page 88 ' Prevailing Wage Rates for 07/0112012 - 06/3012013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Guide Rail Installation $ 41.00 ' SUPPLEMENTAL BENEFITS Per hour paid: 07/01/2012 ' Journeyworker: $40.07 OVERTIME PAY ' OVERTIME: See (A*,D1,E**,Q,V) on OVERTIME PAGE. *Time and one-half shall be paid for all work in excess of seven (7) hours at the end of a work day to a maximum of two (2) hours on any regular work da (8th & 9th hours of work) and double time shall be paid for all work thereafter. ' **Time and one-half shall be paid for all work on Saturday up to seven (7) hours and double time shall be paid for all work thereafter. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE ' REGISTERED APPRENTICES 1st term represents first 1-4 months, thereafter (1/2) year terms at the following percentage of Journeyman's wage. ' APPRENTICES:Employed Prior to 8/01/2008 1st 2nd 3rd 4th 5th 6th 60% 65% 70% 80% 85% 95% APPRENTICES:Employed After 8/01/2008 ' 1st 2nd 3rd 4th 5th 6th 50% 50% 55% 60% 70% 80% Supplemental Benefits per hour paid: ' APPRENTICES: 07/0112012 1 st Term $ 31.75 2nd Term 31.75 3rd Term 32.58 4th Term 33.41 5th Term 35.08 ' 6th Term 36.74 4-580-Or Ironworker 01/01/2013 ' JOB DESCRIPTION Ironworker DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per Hour: 07/01/2012 01/01/2013 07/01/2013 Additional Additional ' IRONWORKER: Ironworker Rigger $ 49.50 $ 1.50* $ 1.50* ' Ironworker Stone Derrickman $ 49.50 $ 1.50* $ 1.50* ' * To be allocated at a future date SUPPLEMENTAL BENEFITS ' Ironworker: $ 36.53 OVERTIME PAY See (*A, D1, **E, Q, V) on OVERTIME PAGE *Time and one-half shall be paid for all work in excess of seven (7) ' hours at the end of a work day to a maximum of two hours on any regular work day (the eighth (8th) and ninth (9) hours of work) and double time shall be paid for all work thereafter. **Time and one-half shall be paid for all work on Saturday up to seven Page 89 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County (7) hours and double time shall be paid for all work thereafter. HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 10, *24,25) on HOLIDAY PAGE *Work stops at schedule lunch break with full day's pay. REGISTERED APPRENTICES ' Wage per hour: (1/2) year terms at the following hourly wage rate: 1st 2nd 3rd 4th 5th 6th t $23.75 23.75 34.35 38.40 42.45 42.45 01/01/2013 An additional $0.75* $0.75* $1.05* $1.20* $1.35* $1.358 ' 07/01/2013 An additional $0.75* $0.75* $1.05* $1.20* $1.35* $1.35* * To be allocated at a future date ' Supplemental benefits Per hour paid: ' Registered Apprentice 1stterm $ 19.27 2nd term $ 19.27 All others $ 28,15 ' 9-197D/R Ironworker 01101/2013 t JOB DESCRIPTION Ironworker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' WAGES PER HOUR: 07/01/2012 01/01/2013 07/01/2013 ' Ironworker: Structural $45.05 *additional *additional Bridges +*$2.00 $2.45/Hr $2.00/Hr , Machinery *To be allocated to Wages or Benifits. SUPPLEMENTAL BENEFITS , PER HOUR: Journeyman $58.50 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 (9th) and tenth (10th) hours of work)and double time shall be paid for all work thereafter. Time and one-half shall be paid for all work on Saturday up to eight (8) hours and double time shall be paid for all work thereafter. HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See 5, 6, 18, 19) on HOLIDAY PAGE REGISTERED APPRENTICES , WAGES PER HOUR: 6 month terms at the following rate: 1st Term $23.62 additional *additional ' +*$2.00/Hr $2.45/Hr $2.00/Hr for all for all Page 90 , Prevailing Wage Rates for 07/0112012 - 06/3012013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 2nd Term $24.22 Terms Terms ' +*$2.00/Hr 3rd - 6th Term $24.82 ' +*$2.00/Hr -To be allocated to Wages or Benifts ' Supplemental Benefits PER HOUR: ALL TERMS $41.86 ' 4-40/361-Str Laborer - Building 0110112013 ' JOB DESCRIPTION Laborer -Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES WAGES Per Hour: 07/01/2012 07/01/2013 ' Building Laborer $35.35 Additional $0.71/hour to be added. ' Asbestos Abatement Workers $35.10 Additional (Re-Roofing Removal see Roofer) NOT APPLIED SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 Building Laborer $25.75 ' Asbestoes Abetment Worker $15.10 OVERTIME PAY See (B, E, Q) on OVERTIME PAGE ' See also(H)for Fire Watch on OVERTIME PAGE Asbestos Worker See (B, H) HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25) on HOLIDAY PAGE Asbestos Worker see (5,6,8 &28) REGISTERED APPRENTICES ' Regular Hours Work Terms TERM #1 1 hr to 1000hrs TERM #2 1001hrs to 2000hrs TERM #3 2001 hrs to 3000hrs TERM #4 3001 bra to 4000hrs Wages per hour: APPRENTICES Building Laborer 1st Term $16.60 2nd Term $19.40 ' 3rd Term $22.80 4th Term $26.89 Benifits per hour Building Laborer 1st Term $16.34 2nd Term $18.39 3rd Term $19.12 4th Term $19.23 Page 91 Prevailing Wage Rates for 07/01/2012 - 06/3012013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 4-66 Laborer - Heavy&Hiahway 01/01/2013 , JOB DESCRIPTION Laborer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Laborer (Heavy/Highway): ' GROUP # 1: Asphalt Rakers, Concrete Curb Formsetters. GROUP # 2: Asphalt Shovelers, Roller Boys and Tampers. GROUP # 3: Basic Laborer, Power Tool(Jackhammer), Landscape Construction, Traffic Control Personnel(flaggers) WAGES PER HOUR: 07/01/2012 GROUP#1 Base Wage $37.42 ' Additional per hour 4.82 GROUP#2 Base Wage $36.34 ' Additional per hour 4.82 GROUP#3 Base Wage $33.05 ' additional per hour 4.82 SUPPLEMENTAL BENEFITS Per Hour: ALL GROUPS $ 24.73 t After Forty (40)paid Hours in a work Week , OVERTIME PAY $ 14.92 OVERTIME PAY OVERTIME PAY See (B, E2, F) on OVERTIME PAGE , NOTES: Premium Pay to be calculated on "base wage" only. Premium Pay of 30% of base wage for all Straight time hours on all New York State, D.O.T. and other Goverment Mandated Off-Shift Work. Hazardous Material Work add an Additional 10% of base wage HOLIDAY ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (1) on HOLIDAY PAGE ' REGISTERED APPRENTICES 2000 hour(s) Terms at the following Pecentage of the Journeyman's Wage: 1 at 0-1999/Hrs ' 80% 2nd 2000-3999/Hrs 90% ' Supplemental Benefits per hour: All APPRENTICES $24.73 ' After Forty(40) paid hours in a work Week $14.92 4-1298 ' Mason 01101/2013 JOB DESCRIPTION Mason DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk Page 92 t ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County WAGES ' Per Hour: 07/01/2012 07/01/2013 Brick/Blocklayer $51.97 'Additional $1.97/Hr ' -Additional to be allocated between Wages and or Benifits SUPPLEMENTAL BENEFITS ' Per Hour: Brick/Block Layer $24.06 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 (800 hour) Terms at the following Percentage of Journeyworkers Wage: ' 1st 2nd 3rd 4th 5th 50% 60% 70% 80% 90% Supplemental Benefits per hour: ' All Apprentices $ 13.88 4-1 Brk J OB son-Building 01/01/2013 JDESCRIPTION Mason - Building DISTRICT 9 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester WAGES Per hour: 07/01/2012 12103/2012 ' Addtional Building: Tile Finisher $ 39.28 $ 1.18` plus $1.18" To be allocated at a future date SUPPLEMENTAL BENEFITS Per Hour: ' Joumeyworker $ 24.52 Overtime' 33.02` Overtime" 41.52" Applies to weekdays & Saturdays " Applies to overtime hours on Sunday & Holidays, and work on Saturdays over 10 hours. ' OVERTIME PAY See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE t Overtime: See (5, 6, 11, 15, 16, 25) on HOLIDAY PAGE 9-7/88-ff Mason - Building 01/01/2013 ' JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07/01/2012 01/01/2013 Additional t Page 93 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Building-Marble Restoration: Marble, Stone & $ 37.28 Polisher, etc + $ 0.75* $ 0.75* ' To be allocated at a future date ' SUPPLEMENTAL BENEFITS Per Hour: Journeyworker. ' Building-Marble Restoration: Marble, Stone & ' Polisher $ 21.30 OVERTIME PAY See (A, E, Q, V) on OVERTIME PAGE ON SATURDAYS, 8TH HOUR AND SUCCESSIVE HOURS PAID AT DOUBLE HOURLY RATE. ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 15,25) on HOLIDAY PAGE 1ST TERM APPRENTICE GETS PAID FOR ALL OBSERVED HOLIDAYS. ' REGISTERED APPRENTICES WAGES per hour: (900 hour)terms at the fallowing wages: , 1st 2nd 3rd 4th 0-900 901-1800 1801-2700 over2700 07/01/20112 ' $ 25.50 $ 30.25 $34.00 $ 37.28 + $,53* + $.60* + 68* + $.75* 01/01/2013 Additional Additional Additional Additional $ 0.53* $ 0.60* $ 0.68* $ 0.75' ' To be allocated at a future date Supplemental Benefits Per Hour. ' $19.45 $ 20.06 $ 20.69 $ 21.30 9-7/24-MP ' Mason - Building 01101/2013 JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Orange, Putnam, Queens, Richmond, Rockland, Suffolk, Westchester ' WAGES Per hour: 07/01/2012 12/03/2012 Additional Building: t Tile Setters $ 49.64 plus $ 1.43* $ 1.43* 'to be allocated at a future date SUPPLEMENTAL BENEFITS ' Joumeyworker: Per Hour: , Tile Setters $ 27.56 Overtime' 37.56* Page 94 ' Prevailing Wage Rates for 07/0112012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Overtime- 47.56** ' 'Applies to overtime on weekdays & Saturdays Applies to Sundays & Holidays, & over 10 hours on Saturdays ' OVERTIME PAY See (A, *E, **Q) on OVERTIME PAGE * Work beyond 10 hours on Saturday shall be paid at double the hourly wage rate. ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ' Wage per hour: Tile Setters: (750 hr)terms at the following wage rate: ' Term: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 750 1500 2250 3000 3750 4500 5250 6000 6750 $25.45 $28.29 $32.15 $33.79 $36.49 $37.81 $43.32 $48.57 $49.64 07/01/2012 - Apprentices receive an additional amount" based on term. 1st 2nd 3rd 4th 5th 6th 7th 8th $0.65 $0.72 $0.78 $0.85 $0.91 $0.98 $1.11 $1.24 ' 12/03/2012 - Apprentices receive an additional amount* based on term. 1st 2nd 3rd 4th 5th 6th 7th 8th $0.65 $0.72 $0.78 $0.85 $0.91 $0.98 $1.11 $1.24 ' *To be allocated at a future date ' Supplemental Benefits per hour paid: Term: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 6001- 750 1500 2250 3000 3750 4500 5250 6000 6750 $13.15 $14.17 $14.17 $16.39 $17.55 $20.09 $22.30 $24.79 $27.56 9-7/52 ' Mason - Building 01101/2013 JOB DESCRIPTION Mason -Building DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES ' Building: Per Hour: 07/01/2012 07/01/2013 Additional Mosaic & Terrazzo Mechanic $ 45.93 plus $ 1.25* $ 1.25* Mosaic & Terrazzo Finisher $ 44.36 plus $ 1.22* $ 1.23* * To be allocated at a future date SUPPLEMENTAL BENEFITS Journeyworker: Mechanic $ 29.75 ' Overtime* $ 38.45 Overtime" $ 47.15 Finisher $ 2975 t Overtime* $ 38.45 Page 95 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Overtime** $ 47.15 * Applies to overtime on weekdays 8, saturdays ' Apllies to overtime hours on Sundays 8, Holidays & work on Saurdays over 10 hours OVERTIME PAY ' See (A, E, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 8, 11, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Wage per hour: (750 Hour) terms at the following amount of the Terrazzo Mechanic's wage. ' 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1500- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 ' $22.97 $25.26 $27.56 $29.85 $32.15 $34.45 $39.04 $43.63 Supplemental benefits per hour paid: ' (750 hour) terms at the following percentage of Terrazzo Mechanic's benefit. 1st 2nd 3rd 4th 5th 6th 7th 8th ' 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 50% 55% 65% 70% 75% 85% 90% 95% ' 9-7/3 Mason - Building 01/01/2013 ' JOB DESCRIPTION Mason - Building DISTRICT 9 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester WAGES Per hour: 07101/2012 01/0112013 ' Marble, Stone,etc. Additional Finishers $ 20.15 plus $.50* $.50* * To be allocated at a future date ' SUPPLEMENTAL BENEFITS Joumeyworker: Per Hour: ' Marble, Stone, etc Finisher $ 10.86 OVERTIME PAY ' See (A, E, Q, V) on OVERTIME PAGE Double hourly rate after 7 hours on Saturday HOLIDAY ' Paid: See (*5, 6, 11, 15) on HOLIDAY PAGE Overtime: See (5, 6, 11, 15) on HOLIDAY PAGE REGISTERED APPRENTICES WAGES per hour: ' (750 hour)terms at the following wages: 07101/2012 lstterm 0-750 $ 14.32 ' 2nd term 750-1500 15.14 3rd trem 1501-2250 15.94 4th term 2251-3000 16.77 Page 96 ' ' Prevailing Wage Rates for 07101/2012 - 06130/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 5th term 3001-3750 17.99 6th term 3751-4500 19.62 07/01/2012 - Apprentices receive an additional amount*: ' 1st 2nd 3rd 4th 5th 6th 7th 8th 9th $0.25 $0.28 $0.30 $0.33 $0.35 $0.38 $0.43 $0.48 $0.50 ' 0110112013 - Apprentices receive an additional amount*: 1st 2nd 3rd 4th 5th 6th 7th 8th 9th $0.25 $0.28 $0.30 $0.33 $0.35 $0.38 $0.43 $0.48 $0.50 ' To be allocated at a future date Supplemental Benefits: ' (Per Hour) lstterm $ 10.79 2nd term 10.80 ' 3rd term 10.81 4th term 10.82 5th term 10.83 6th term 10.86 ' 9-7/24M-MF Mason - Building / Heavy&Highway 01/01/2013 ' JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 9 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk, Westchester ' WAGES Per hour: 07/01/2012 01/01/2013 Additional Marble-Finisher $ 43.15 plus $ 1.00* $ 0.90* * To be allocated at a future date ' SUPPLEMENTAL BENEFITS Journeyworker: $ 26.48 OVERTIME PAY See (A, *E, Q, V) on OVERTIME PAGE HOLIDAY Overtime: See (5, 6, 15, 25) on HOLIDAY PAGE Work beyond 7 hours on a Saturday shall be paid at double the rate. When an observed holiday falls on a Sunday, it will be observed the next day. REGISTERED APPRENTICES Wages: ' 750 hour terms at the following percentage of Journeyworkers wage: 1st 2nd 3rd 4th 5th 6th 7th 8th 1- 751- 1501- 2251- 3001- 3751- 4501- 5251- 750 1500 2250 3000 3750 4500 5250 6000 50% 55% 60% 65% 70% 75% 85% 95% ' Supplemental Benefits: 07/01/2012 1st-6th terms $ 14.50 + term wage % of $9.83 ' 7th and 8th terms $ 24.33 9-7/20-MF Mason - Building / Heavy&Highway 0110112013 JOB DESCRIPTION Mason - Building / Heavy&Highway Page 97 DISTRICT 4 Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor , Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07101/2012 07101/2013 Additional Cement Mason ' $ 44.63 $1.00' ' To be allocated at a future date. IMPORTANT NOTICE " Four (4), ten (10) hour days may be worked at straight time during a week, Monday thru Friday. Any make-up day must be paid at the premium rate. NOTE - In order to use the'4 Day/10 Hour Work Schedule,' you must submit an 'Employer Registration for Use of 4 Day/10 Hour Work ' Schedule; form PW30R; additionally, there must be a dispensation of hours in place on the project. SUPPLEMENTAL BENEFITS Per Hour: ' Cement Mason $ 32.37 OVERTIME PAY , See ('B1, E2, **Q, ***V) on OVERTIME PAGE Applies to 9th and 10th hours on Saturday "Holidays" only for Building Construction Additional $10.18 to be added to all Time and a Half hours paid ' HOLIDAY Building Construction - See (5, 6 & 25) on HOLIDAY PAGE Heavy Highway Construction - See (1) on HOLIDAY PAGE REGISTERED APPRENTICES ' ( 1 ) year terms at the following Percentage of Joumeyworkers Wage. 1st Term 50% ' 2nd Term 60% 3rd Term 70% Supplement Benefits per hour paid: ' Apprentices: 1st term $ 22.11 2nd term 24.16 3rd term 26.21 t 4-780 Mason - Building / Heavy&Highway 01/01/2013 JOB DESCRIPTION Mason - Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ' WAGES WAGES NOTE: Shall include but not limited to Precast concrete slabs (London Walks) ' Marble and Granite pavers 2'x 2' or larger. Per Hour: 07/01/2012 Stone Setter $ 57.61 ' Stone Tender $ 39.28 SUPPLEMENTAL BENEFITS , Per Hour: Stone Setter $ 24.96 Stone Tender $ 16.01 ' OVERTIME PAY See (*C, **E, Q) on OVERTIME PAGE ' On weekdays the eighth (81h) and ninth (9th) hours are time and one-half all work thereafter is paid at double the hourly rate. ' Page 98 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County The first nine (9) hours on Saturday is paid at time and one-half all work thereafter is paid at double the hourly rate. ' HOLIDAY Paid: See (*18) on HOLIDAY PAGE Overtime: See (5, 6, 10) on HOLIDAY PAGE Paid: *Must work First 1/2. ' REGISTERED APPRENTICES Per Hour: ' Stone Setter(800 hour) terms at the following wage rate per hour: 1st 2nd 3rd 4th 5th 6th ' $28.61 $34.57 $40.32 $46.09 $51.85 $57.61 Supplemental Benefits: All Apprentices $15.53 ' 4-1 Stn Mason - Heavy&Highway 01/0112013 ' JOB DESCRIPTION Mason - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk ' WAGES Per Hour: 07/0112012 Pointer, Cleaner & ' Caulkers $ 44.56 SUPPLEMENTAL BENEFITS Per Hour: ' Pointer, Cleaners & $ 20.81 Caulkers OVERTIME PAY ' See (B, E2, H) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 25, 26) on HOLIDAY PAGE ' REGISTERED APPRENTICES Wages per hour: ' One (1) year terms at the following wage rates. 07/01/2012 1st 2nd 3rd 4th ' $25.40 $28.76 $33.43 $39.92 Apprentices Supplemental Benefits: (per hour paid) ' $3.05 $7.00 $10.00 $10.00 4-1 PCC Operating Engineer - Building 01/0112013 ' JOB DESCRIPTION Operating Engineer-Building DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES BUILDING CATEGORIES: CLASS"AA"CRANES: Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane & Pile Driver. CLASS "A": Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 upto & over 150,000[bs),Boiler, Boring Machine, Cherry Picker(over 70 tons), Page 99 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Concrete Pump, Gradall, Grader, Hoist, Loading Machine(10 yds. or more), Milling Machine, Power Winch-Stone Setting/Structural Steel & Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scraper in Tandem, Steam Shovel, Sideboom Tractor, Stone , Spreader(selfpropelled), Tank Work, Tower Crane Engineer. CLASS "B": ' Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 Tons), Conveyor-Multi, Dinkey Locomotive, Fork Lift, Hoist(2 Drum), Loading Machine & Front Loader, Mulch Machine(Machine Fed), Power Winches(Not Included in Class "A"), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall/Scaper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane,Trenching Machine, Vermeer Cutter, Work Boat. ' CLASS "C": Curb Machine(asphalt & Concrete), Maintenance Engineer(Small Equip. & Well Point), Field Mechanic, Milling Machine(Small), Pulvi Mixer, Pumps(all), Roller(dirt), Ridge Cutter, Vac-All, Jet Pump, Shotblaster, Interior Hoist, Concrete Finish Machine, ConcreteSpreader, Conveyer, Curing Machine, Hoist(one drum). CLASS "D": Concrete Breaker, Concrete Saw/Cutter, Fork Life or Walk Behind (power operated), Generator, Hydra Hammer, Compactors(mechanical or ' hand operated), Pin Puller, Portable Heaters, Power Booms, Power Buggies, Pump(double action diaphragm). CLASS "E": ' Belching Plant, Generator, Grinder, Mixer, Mulching Machine, Oiler, Pump(gypsum), Pump(single action diaphragm), Stump Chipper, Track Tamper, Tractor(caterpiller or wheel), Vibrator, Deckhand on Workboat. 07101/2012 ' Class "AA" $ 63.69 Cranes: Boom length over 100 feet add $ 1.00 per hour 150""$ 1.50"" ' 250""$2.00"" """350""$3.00"" Class "A" $ 53.31' , *Add $3.50 for Hazardous Waste Work Class"B" $ 50.63' ' *Add $2.50 for Hazardous Waste Work Class "C" $ 48.84* ' 'Add $1.50 for Hazardous Waste Work Class "D" $ 45.23* , *Add $1.00 for Hazardous Waste Work Class "E" $ 43.42 ' SUPPLEMENTAL BENEFITS Per Hour: ' 07/01/2012 ALL CLASSES $ 29.94 NOTE: Overtime Rate $ 22.85 ' OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY ' Paid: Sew (5. 6, 25) nn HOI IDAY PArF Overtime: See (5, 6:26j on HOLIDAY PAGE "NOTE" Employee must be Employed day before ' and day after Holiday to recieve Holiday Pay. REGISTERED APPRENTICES One(1) Year Terms at the following Rate: Page 100 ' ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 1st Term $ 20.84 2nd Term 21.67 3rd Term 22.33 ' Supplemental Benefits per hour: APPRENTICES $ 15.89 Note: ' OVERTIMEAMOUNT $5.85 4-138 Operating Engineer - Building / Heavy&Highway 01101/2013 t JOB DESCRIPTION Operating Engineer- Building / Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk ' WAGES Per Hour: 07/01/2012 Well Driller $ 33.40 Well Driller Helper $ 29.31 ' Hazardous Waste Differential Added to Hourly Wage: Level A $ 3.00 ' LevelB 2.00 Level C 1.00 Monitoring Well Work Add to Hourly Wage: Level A $ 3.00 Level B 2.00 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 ' Well Driller $ 10% of straight & Helper time rate plus $ 10.20 (NOTE) Additional $3.13 for ' Premium Time OVERTIME PAY See (B, E, G, P) on OVERTIME PAGE ' HOLIDAY Paid: See (5, 6, 1623) on HOLIDAY PAGE Overtime: See (5,6,16: 23) on HOLIDAY PAGE REGISTERED APPRENTICES ' Apprentices at 12 Month Terms Wages Per Hour: 07/01/2012 ' 1st Term $20.84 2nd Term $21.67 3rd Term $22.33 ' SUPPLEMENTAL BENIFITS Per Hour: 1st Term 10%ofWage ' +$5.10 2nd Term 10% Of Wage +$5.60 3rd Term 10% Of Wage Page 101 Prevailing Wage Rates for 07/01/2012 - 06/3012013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County +$6.60 BENEFITS AT PREMIUM TIME ' Per Hour: 1stTerm 10% of Wage +$5.85 2nd Term 10% of Wage +$6.60 3rd Term 10% of Wage , +$8.10 4-138we11 Operating Engineer - Hea &Hi hwa 0110112013 ' JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES HEAVY/HIGHWAY CATEGORIES: CLASS "AA" CRANES: ' Crane, Truck Crane, Derrick, Dragline, Dredge, Crawler Crane, Tower Crane, Pile Driver. CLASS "A": ' Asphalt Spreader, Backhoe Crawler/Hydraulic Excavator(360 up to & over 150,000lbs), Barrier Machine, Cherrypicker(over 70 tons), Concrete Pump, Grader, Gradall, Hoist, Loading Machine(bucket 10 yds. or more), Laser Screed, Milling Machine(Large), Power Winch- Stone Setting/Structural Steel or Truck Mounted, Powerhouse, Road Paver, Scoop-Carryall-Scaper in Tandem, Side Boom Tractor, Stone t Spreader(self propelled), Striping Machine(long line/truck mounted), Tree Graple, Tank Work, Track Alignment Machine. CLASS "B": Backhoe(other than 360), Boom Truck, Bulldozer, Boring Machine/Auger, Cherry Picker(under 70 tons), Conveyor-Multi, Post Hole-Auger, ' Fork Lift, Hoist(2 drum), Loading Machine & Front Loader, Mulch Machine(machine fed), Power Winches(all others not included in class A), Asphalt Roller, Hydraulic Pump with Boring Machine, Scoop, Carryall/Scraper, Skid Loader/Skid Steer, Maintenance Man on Tower Crane, Trenching Machine, Vermeer Cutter, Work Boat. CLASS "C": ' Boiler(Thermoplastic), Curb Machine(Asphalt & Concrete), Maintenance Engineer(Small Equip. & Well Point), Field Mechanic, Milling Machine(Small), Pulvi-Mixer, Pumps(Hydralic & 4in or over), Roller(Dirt), Vac-All, Jet Pump, Compressor(Structural Steel & 2 or more Batteries), Concrete Finish Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (One Drum), Ridge Cutter, Shot ' Blaster, Welding Machine(Structural Steel & Pile Work). CLASS "D": Compressor(Pile,Crane,Stone Setting), Concrete Saw Cutter/ Breaker, Work Lift(Walk Behind,Power Operated), Generator(Pile Work),Hydra ' Hammer, Hand Operated Compactor, Pin Puller, Portable Heater, Powered Broom/Buggy/Grinder, Pump(Single Action-1 to 3 Inches/Gypsum/Double Action Diaphragm), Welding Machine, Robotic Units, Hand Line Striper. CLASS "E": ' Batching Plant(On Job Site), Compressor, Generator, Grinder, Mixer, Mulching Machine(Hand Feed), Oiler, Pumps(Single action up to 3 In.), Root Cutter, Stump Chipper, Oiler on Tower Crane, Trenching Machine(Hand,walk behind), Track Tamper, Tractor, Vibrator, Deckhand on Work Boat. 07/01/2012 t Class "AA" $63.31 Cranes: Boom Length over 100 feet add $ 1.00 per hour ' 150""$ 1.50" 250""$2.00"" ' 350""$3.00"" Class "A" $56.13` *Add $3.50 for Hazardous Waste Work. , Class "B" $52.50* *Add $2.50 for Hazardous Waste Work. Page 102 ' ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Class "C" $50.67' 'Add $1.50 for Hazardous Waste Work ' Class "D" $46.96' 'Add $1.00 for Hazardous Waste Work ' Class "E" $45.15 "NOTE": ADD 30% to straight time hrly wage for NEW YORK STATE D.O.T. and other GOVERNMENTAL MANDATED off-shift work. SUPPLEMENTAL BENEFITS Per Hour: ' ALL CLASSES $29.94 Note: OVERTIME AMOUNT $22.85 OVERTIME PAY See (D, O) on OVERTIME PAGE HOLIDAY Paid: See (5, 6, 7, 8) on HOLIDAY PAGE ' Overtime: See (5, 6, 7, 8) on HOLIDAY PAGE "Note" Employee must be employed day before and day after a holiday to receive holiday pay. REGISTERED APPRENTICES ' REGISTERED APPRENTICES One(1) Year Terms at the following Rate: tat Term $20.84 ' 2nd Term 21.67 3rd Term 22.33 ' SUPPLEMENTAL: APPRENTICES $15.89 Note: ' OVERTIME AMOUNT $ 5.85 4-138 Operating Engineer - Heavy&Highway 01/01/2013 JOB DESCRIPTION Operating Engineer - Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES Party Chief - One who directs a survey party Instrument Man - One who runs the instrument and assists Party Chief ' Rodman - One who holds the rod and in general, assists the survey party Categories cover GPS & Under Ground Surveying Per Hour: 07/01/2012 ' Heavy Highway/Building Party Chief $ 58.15 ' Instrument Man 44.30 Rodman 34.84 Steel Erection ' Party Chief $ 55.74 Instrument Man 43.49 Rodman 29.25 ' SUPPLEMENTAL BENEFITS Per Hour: ' Page 103 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor , Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Heavy Highway/Building $ 24.95 Steel Erection $ 24.95 ' OVERTIME PAY See (B, `E, Q) on OVERTIME PAGE Doubletime paid on the 9th hour on Saturday. HOLIDAY ' Paid: See (5, 6, 81111:12:15:25) 121525) on HOLIDAY PAGE Overtime: See (5,6,8: on HOLIDAY PAGE 4-15D-N/S co. Operating Engineer - Marine Construction 0110112013 ' JOB DESCRIPTION Operating Engineer - Marine Construction DISTRICT 4 ENTIRE COUNTIES ' Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Toga, Tompkins, ' Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES Per Hour: DREDGING OPERATIONS 07/01/2012 ' CLASS A Operator, Leverman, $ 32.89 Lead Dredgeman CLASS Al To conform to Operating Engineer ' Dozer,Front Loader Prevailing Wage in locality where work Operator is being performed including benefits. ' CLASS B Spider/Spill Barge Operator, $ 2849 Tug Operator(over1000hp), , Operatorll, Fill Placer, Derrick Operator, Engineer, Chief Mate, Electrician, Chief Welder, ' Maintenance Engineer Certified Welder, $ 26.84 Boat Operator(licensed) ' CLASS C Drag Barge Operator, $ 26.14 Steward, Mate, ' Assistant Fill Placer, Welder (please add)$ 0.06 Boat Operator $ 25.29 CLASS D Shoreman, Deckhand, $ 21.09 , Rodman, Scowman, Cook, Messman, Porter/Janitor Oiler(please add)$ 0.09 , SUPPLEMENTAL BENEFITS Per Hour: THE FOLLOWING SUPPLEMENTAL BENEFITS APPLY TO ALL CATEGORIES t 07/01/2012 All Classes A & B $ 8.45 plus 7% of straight time ' wage overtime hours add $ 0.63 Page 104 ' ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County All Class C $ 8.10 plus 8% ' of straight time wage overtime hours add $ 0.48 ' All Class D $ 7.85 plus 8% of straight time wage overtime hours add $ 0.33 ' OVERTIME PAY See (B, F, R) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 15, 26) on HOLIDAY PAGE 4-25a-MarConst ' Operating Engineer - Trenchless Pipe Rehab - 0110112013 JOB DESCRIPTION Operating Engineer - Trenchless Pipe Rehab DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' IMPORTANT NOTE: This Category & Classifications are now located in Operating Engineers/Heavy Highway & Laborers/ Heavy Highway. ' Per Hour: 07/01/2012 (SEE) ' Robotic Unit Operator Operator(class D) Technician/Boiler, Generator Operator(classes C&D) ' AM Liner/Hydra Seal Laborer(Grp#3) Holes Pipe, Polyethyene Pipe or ' Pull and Inflate Liner Laborer(Grp#3) OVERTIME PAY HOLIDAY 4-138TrchPReh Painter 01/01/2013 ' JOB DESCRIPTION Painter DISTRICT 9 ENTIRE COUNTIES ' Putnam, Suffolk, Westchester PARTIAL COUNTIES Nassau: All of Nassau except the areas described below: Atlantic Beach, Ceaderhurst, East Rockaway, Gibson, Hewlett, Hewlett Bay, Hewlett Neck, Hewlett Park, Inwood, Lawrence, Lido Beach, Long Beach, parts of Lynbrook, parts of Oceanside, parts of Valley Stream, and ' Woodmere. Starting on the South side of Sunrise Hwy in Valley Stream running east to Windsor and Rockaway Ave., Rockville Centre is the boundary line up to Lawson Blvd. turn right going west all the above territory. Starting at Union Turnpike and Lakeville Rd. going north to Northern Blvd. the west side of Lakeville road to Northern blvd. At Northern blvd. going east the district north of Northern blvd. to Port Washington Blvd. West of Port Washington blvd.to St.Francis Hospital then north of first traffic light to Port Washington and Sands Point, Manor HAven, Harbour Acres. ' WAGES Perhour: 07/01/2012 11/01/2012 05/01/2013 ' Drywall Taper $ 39.85 $ 40.35 $ 41.85 SUPPLEMENTAL BENEFITS Per hour worked: 07/01/2012-06/30/2013 Page 105 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Journeyman $ 20.93 ' OVERTIME PAY See (A, H) on OVERTIME PAGE For Journeyman: Deduct $4.35 from wage rate BEFORE calculating overtime pay. ' For Apprentices: Deduct $0.10 from 1st term wage rate, $ 2.54 from 2nd term wage rate, and $ 3.35 from 3rd term wage rate BEFORE calculating overtime pay. HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (4, 5, 6, 25) on HOLIDAY PAGE ' REGISTERED APPRENTICES Wages(per Hour) 07/01/2012 12126/2012 06/26/2013 1500 hour terms at the following wage rate: , 1st term $ 17.43 $ 17.63 $ 17.83 2nd term $ 28.53 $ 28.83 $ 29.13 3rd term $ 38.01 $ 38.41 $ 38.81 Suppemental Benefits per hour: 1st year $ 10.35 $10.45 $10.45 ' 2nd Year $14.17 $14.17 $14.17 3rd year $16.20 $16.20 $16.20 9-NYDCT9-DWT t Painter 01101/2013 JOB DESCRIPTION Painter DISTRICT 9 , ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Putnam, Queens, Richmond, Suffolk, Westchester WAGES , Per hour: 07/01/2012 11/01/2012 05/0112013 Brush $ 39.85 $ 40.35 $ 41.85 Abatement/Removal of lead based $ 39.85 $ 40.35 $ 41.85 ' or lead containing paint on materials to be repainted. Spray & Scaffold $ 42.85 $ 43.35 $ 44.85 ' Fire Escape $ 42.85 $ 43.35 $ 4485 Decorator $ 42.85 $ 43.35 $ 44.85 Paperhanger/Wall Coverer $ 37.44 $ 37.44 $ 39.00 'Before calculating premium pay, deduct $0.10 from hourly wage rate. , Does not apply to paperhanger. SUPPLEMENTAL BENEFITS ' Per hour worked: 07/01/2012 11/01/2012 05/01/2013 Paperhanger $ 29.71 $ 29.72 $ 29.73 All others $ 20.97 $ 20.97 $ 20.97 ' Premium $ 23.09' $ 23.47` $ 23.47` Applies only to "All others" catergory, not paperhanger journeyman. ' OVERTIME PAY Q.. In ui nn n\/FRTIMF PAr;F HOLIDAY Paid: See (1) on HOLIDAY PAGE , Overtime: See (5, 6, 16,25) on HOLIDAY PAGE REGISTERED APPRENTICES Indentured after 5/31/93 ( 1 ) year terms at the following wage rate. Page 106 , ' Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County (per hour) ' 07/01/2012 11/01/2012 05/01/2013 Appr 1st term... $ 15.05 $ 15.25 $ 15.85 Appr 2nd term... $ 19.76 $ 19.91 $ 20.76 Appr 3rd term... $ 23.94 $ 24.24 $ 25.14 ' Appr 4th term... $ 31.92 $ 32.32 $ 33.52 Spplemental benefis: (per Hour worked) ' Appr 1st term... $ 10.23 $ 10.23 $ 10.23 Appr 2nd term... $ 12.92 $ 12.92 $ 12.92 Appr 3rd term... $ 15.20 $ 15.20 $ 15.20 Appr 4th term... $ 19.70 $ 19.70 $ 19.70 ' 9-NYDC9-B/S Painter - Bridge & Structural Steel 01/01/2013 ' JOB DESCRIPTION Painter - Bridge & Structural Steel DISTRICT 9 ENTIRE COUNTIES Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery, Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schohade, Suffolk, Sullivan, Ulster, Warren, Washington, ' Westchester WAGES Per Hour Worked: 07/01/2012 10/1/2012 ' STEEL: Bridge Painting $ 51.23 $ 52.23 ' Power Tool/Spray Additional $6.00 per hour above hourly rate, whether straight time or overtime Note: Generally, for Bridge Painting Contracts, ALL WORKERS on and off the bridge (including Flagmen) are to be paid Painter's Rate; the contract must be ONLY for Bridge Painting. ' SUPPLEMENTAL BENEFITS Per Hour Worked: 07/01/2012 10/1/2012 ' Journeyworker $ 26.80` $ 27.05 $ 31.04" ' Hourly Rate after 40 hours from May 1st to Nov. 15th $ 6.75 only Hourly Rate after 50 hours ' from Nov. 16th to April 30th $ 6.75 only 'For the period of May 1 st to November 15th: This rate shall be paid up to maximum of forty (40) hours worked per week. For all hours exceeding 40, the hourly rate shall drop to the ' hourly rate shown above by date. EXCEPT for the first and last week of employment on the project, and for the weeks of Memorial Day, Independence Day and Labor Day, this rate shall be paid for the actual number of hours worked. For the period of November 16th to April 30th: This rate shall be paid up to a maximum of fifty (50) hours worked per week. For all hours exceeding 50, the hourly rate shall drop to the hourly rate shown above by date. ' OVERTIME PAY See (A, F, R) on OVERTIME PAGE NOTE: Calculate overtime rate as follows: Bridge Painting and Power Tool/Spray titles subtract $4.98 from the hourly rate. HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (4,6) on HOLIDAY PAGE REGISTERED APPRENTICES (Wage per hour Worked): ' Apprentices: (1) year terms 1st 2nd 3rd 07/01/2012 $ 20.55 $ 30.78 $ 41.00 ' Page 107 Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 10/0112012 $ 20.95 $ 31.38 $ 41.80 t Supplemental Benefits per hour worked: 07/01/2012 $ 8.35 $ 19.00 $ 22.90 ' 10/01/2012 $ 8.70 $ 19.15 $ 23.10 9_DC-9/806/155-BrSS ' Painter - LineStriin 01101/2013 JOB DESCRIPTION Painter- Line Striping DISTRICT 9 ENTIRE COUNTIES ' Albany, Bronx, Clinton, Columbia, Dutchess, Essex, Franklin, Fulton, Greene, Hamilton, Kings, Montgomery Nassau, New York, Orange, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Suffolk, Sullivan, UIIster, Warren, Washington, Westchester WAGES ' Per hour: Painter (Striping-Highway): 07/01/2012 ' Striping-Machine Operator* $26.61 plus an additional $0.50** Linerman Thermoplastic $31.87 plus an additional $0.50** To be allocated at a future date ' Note: * Includes but is not limited to: Positioning of cones and directing of traffic using hand held devices. Excludes the Driver/Operator of equipment used in the maintenance and protection of traffic safety ' SUPPLEMENTAL BENEFITS Per hour paid: 07/0112012 Joumeyworker: ' Striping-Machine operator $14.18 Linerman Thermoplastic $ 14.55 OVERTIME PAY ' See (*B, **B2, E, E2, 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/28A_LS ' Painter - Metal Polisher 01/01/2013 JOB DESCRIPTION Painter- Metal Polisher DISTRICT 9 ' ENTIRE COUNTIES Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, ' Dutchess, Ene, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schohare, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates WAGES ' 07101/2012 Metal Polisher $ 26.11 ' Metal Polisher** $ 27.02 Metal Polisher*** $ 29.61 "Note: Applies on New Construction & complete renovation , Note: Applies when working on scaffolds over 34 feet. SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 Journeyworker: ' All classification $ 12.92 OVERTIME PAY ' Page 108 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County See (B, E, Q, T) on OVERTIME PAGE ' HOLIDAY Paid: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE Overtime: See (5, 6, 9, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES ' Wages per hour: One (1) year term at the following wage rates: ' 1st 2nd 3rd $13.50 $15.00 $18.00 Supplentals benefits: ' Per hour paid: 1st 2nd 3rd $10.27 $10.39 $10.63 9-8A/28A-MP ' Plasterer 01101/2013 JOB DESCRIPTION Plasterer DISTRICT 9 ' ENTIRE COUNTIES Kings, Nassau, Queens, Suffolk PARTIAL COUNTIES ' New York: Includes work in all Islands in New York City, except Manhattan. WAGES Per hour: 07/01/2012 ' Building: Plastererlfraditional $ 35.53 SUPPLEMENTAL BENEFITS ' Per hour worked: Journeyworker $ 21.80 OVERTIME PAY ' See (B, E, E2, Q) on OVERTIME PAGE HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 8, 11, 13, 25, 26) on HOLIDAY PAGE ' REGISTERED APPRENTICES Wages: (per hour) 1 ) year terms at the following % Journeyworkers wage rate. ' First year: 1st 6 months 2nd 6 months 40% 45% Second year: 1st 6 months 2nd 6 months 55% 60% ' Third year: 1st 6 months 2nd 6 months 70% 75% Supplemental Benefits: ' (per hour paid): (1) year term broken down into six month periods: 1 st year: ' 1st six months $ 8.37 2nd six months 9.35 3rd six months 11.35 4th six months 12.33 ' 5th six months 14.33 6th six months 15.33 9-530-Z1 Page 109 Prevailing Wage Rates for 07/01/2012 - 06130/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Plumber 011/01112013 JOB DESCRIPTION Plumber DISTRICT 4 t ENTIRE COUNTIES Nassau, Suffolk ' WAGES Per Hour: 07/01/2012 Plumber ' MAINTENANCE ONLY $ 29.46 (NOTE) Maintenance: Correction of problem(s)with the existing fixture or group of fixtures, preventive repairs or servicing of said fixtures ' SUPPLEMENTAL BENEFITS SUPPLEMENTAL BENEFITS Per Hour: ' Plumber MAINTENANCE ONLY $11.25 OVERTIME PAY ' OVERTIME PAY See (B, J) on OVERTIME PAGE HOLIDAY ' Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 15, 16) on HOLIDAY PAGE HOLIDAY 4-200 Maintance ' Plumber 01/0112013 JOB DESCRIPTION Plumber DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2012 Plumber/ PUMP &TANK $43.24 ' SUPPLEMENTAL BENEFITS Per Hour: Plumber $ 23.06 ' OVERTIME PAY See (B, Q, V) on OVERTIME PAGE (V) Sunday & Holidays Only ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES ' One(1) Year Terms at the Following Percentage of Joumeymans wage: 1st Term 30% ' 2nd Term 40% 3rd Term 50% 4th Term 60% ' 5th Term 70% 6th / 11 1U1111 -1. Supplemental Benifts Per Hour: ' 1stTerm $11.38 2nd Term $12.01 3rd Term $12.79 ' Page 110 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 4th Term $13.16 ' 5th Term $16.36 6th Term $19.65 4-200 Pump & Tank Plumber 01/01/2013 JOB DESCRIPTION Plumber DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES Per Hour: 07/01/2012 11/01/2012 05/01/2013 ' Plumber $48.48 $48.48 $48.48 SUPPLEMENTAL BENEFITS Per Hour: ' Plumber $30.90 $31.40 $31.90 OVERTIME PAY ' See (A, E, Q) on OVERTIME PAGE CODE "V" is only for SUNDAYS and HOLIDAYS WORKED HOLIDAY Paid: See (1) on HOLIDAY PAGE ' Overtime: See (5, 6, 15, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES One(1) Year Terms at the following percentage of Plumbers Rate: ' 1st Term 2nd Term 3rd Term 4th Term 5th Term 30% 40% 50% 60% 70% ' Supplemental Benefits per hour: 1st Term $17.19 $17.69 $18.19 2nd Term $19.57 $20.07 $20.57 ' 3rd Term $20.94 $21.44 $21.94 4th Term $22.46 $22.96 $23.46 5th Term $24.06 $24.56 $25.06 4-200 ' Roofer 01/01/2013 JOB DESCRIPTION Roofer DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' Rate Per Hour 07/01/2012 10/01/2012 ROOFER/Waterproofer $ 38.50' $ 38.50' ' 'Plus $4.00 per hour SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 10/0112012 ' ROOFER/Waterproofer $ 23.39 $ 24.69 OVERTIME PAY Per Hour: NEW ROOF SEE (B,E,Q) RE-ROOF SEE (B,E,E2,Q) NOTE:Premium time to be calculated on "BASE WAGE" then add the $ 4.00. ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 13, 16, 25) on HOLIDAY PAGE REGISTERED APPRENTICES Page 111 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County (1) Year terms at the following pecentage of Roofers/Waterproofers BASE Wage 1st 2nd 3rd 4th ' 40% 50% 70% 80% Plus $3.20 perhour Supplemental Benefits per hour: ' 07/01/2012 10/0112012 1 at Term $ 6.67 $ 6.92 ' 2nd Term $ 8.44 $ 8.65 3rd Term $ 16.02 $17.00 4th Term $ 18.31 $ 19.43 4-154 ' Sheetmetal Worker 01/0112013 JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES ' Per Hour: 07/01/2012 Sheetmetal Worker $48.90 ' Temporary Operation or Maintenace of Fans $39.77 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 Sheetmetal Worker $39.16 ' Maintenance Worker $39.16 OVERTIME PAY ' See (A, E, E2, Q) on OVERTIME PAGE For Maintenance See Codes B,E & Q HOLIDAY Paid: See 1) on HOLIDAY PAGE ' Overtime: See (5, 6, 11, 15, 16, 25, 26) on HOLIDAY PAGE REGISTERED APPRENTICES Per Hour: 6 Month Terms as Follows: ' IatTerm $16.41 2nd Term $18.80 3rd Term $21.35 ' 4th Term $24.04 5th Tenn $25.30 6th Term $27.43 7th Term $33.35 , 8th Term $35.95 9th Term $38.98 Supplemental Benifits as Follows: ' list Term $18.01 2nd Term $19.76 ' 3rd Term $21.47 4th Term $23.21 5th Term $24.77 6th Term $26.81 , 7th Term $30.23 8th Term $31.34 9th Term $32.45 4-28 ' Page 112 ' Prevailing Wage Rates for 07101/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Sheetmetal Worker 01/01/2013 t JOB DESCRIPTION Sheetmetal Worker DISTRICT 4 ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Rockland, Suffolk, Westchester ' WAGES Per Hour: 07/01/2012 ' Sign Erector $43.30 'NOTE: Overhead Highway Signs and Structurally Supported Signs (See IRON WORKER CLASS) ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 ' Sign Erector $41.44 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 ' Per Hour: 6 month Terms at the following percentage of Sign Erectors wage rate: ' 1st Term 35% 2nd Term 40% 3rd Term 45% 4th Term 50% 5th Term 55% 6th Term 60% 7th Term 65% 8th Term 70% ' 9th Term 75% 10th Term 80% SUPPLEMENTAL BENIFITS Per Hour: ' 1st Term $13.20 2nd Term $14.69 3rd Term 16.19 4th Term 17.69 5th Term 23.27 6th Term 24.89 ' 7th Term 27.17 8th Term 28.80 9th Term 30.47 10th Term 30.47 4-137-SE ' Steamfitter 01/01/2013 JOB DESCRIPTION Steamfitter DISTRICT 4 ' ENTIRE COUNTIES Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2012 12/26/2012 ' Steam/Sprinkler $56.81 'Additional Fitter $0.75/Hr ' Temporary $43.19 "Additional Heat & AC $0.75/Hr 'Additional to be allocated to ' either Wages or benefits. NOTE: Add 30% to Hourly Wage for "Contracting Agency" Mandated Off Shift Work. ' SUPPLEMENTAL BENEFITS Per Hour: t Steam/Sprinkler $44.96 Page 113 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Fitter Temporary $36.24 ' Heat & AC 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 6, 11, 15, 16, 25) on HOLIDAY PAGE ' REGISTERED APPRENTICES 1 year Terms at the Following: WAGES per hour: , 1st Term 2nd Term 3rd Term 4th Term 5th Term $22.76 $28.44 $36.95 $45.46 $48.30 SUPPLEMENTAL BENEFIT Per Hour: 1st Term 2nd Term 3rd Term 4th Term 5th Term ' $18.83 $23.20 $29.72 $36.35 $38.43 4-638A-StmSpFtr Steamfitter 01101/2013 ' JOB DESCRIPTION Steamfitter DISTRICT 4 ENTIRE COUNTIES ' Bronx, Kings, Nassau, New York, Queens, Richmond, Suffolk WAGES Per Hour: 07/01/2012 Steamfitter/Maintenance & $36.55 t AC Service Work Refrigeration, A/C, Oil Burner and Stoker Service and Repair. ' Refrigeration Compressor installation up to 5hp (combined). Air Condition / Heating Compressor installation up to 10hp (combined). SUPPLEMENTAL BENEFITS ' Per Hour Steamfitter/Maintenance & $ 9.35 AC Service Work ' OVERTIME PAY OVERTIME:.... See (B, E, Q*, S**) on OVERTIME PAGE. HOLIDAY ' HOLIDAY: Paid:........ See (2, 6, 9, 10, 11, 15, 17, 26,Memorial Day) on HOLIDAY PAGE. Overtime:.... * (2, 6, 9, 15, 17 ) ( 10, 11, 26, Memorial Day) ' 4-6388-StmFtrRef Survey Crew Consulting 01/0112013 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 Page 114 ' ' Prevailing Wage Rates for 0710112012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County 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. t WAGES: (per hour) 07/01/2012 Survey Rates: ' Party Chief..... $ 33.70 Instrument Man.. $ 28.38 Rodman.......... $ 25.02 ' SUPPLEMENTAL BENEFITS Per Hour: ' All Crew Members: $ 11.70 OVERTIME PAY OVERTIME:.... See (B, E*, Q, V) ON OVERTIME PAGE. *Doubletime paid on the 9th hour on Saturday. ' HOLIDAY Paid: See (5, 6, 7, 11, 16) on HOLIDAY PAGE Overtime: See (5, 6, 7, 11, 16) on HOLIDAY PAGE 9-15dconsult ' Teamster -Asphalt Delivery 01/01/2013 ' JOB DESCRIPTION Teamster - Asphalt Delivery DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07101/2012 07/01/2013 Heavy Construction Work: ' Shall include the supply of Asphalt for construction, improvement and modification of all or any part of Streets, Highways, Bridges, Tunnels,Railroads, Canals, Dams, Airports, Schools, Power Generation Plants. "TRUCK DRIVER" ' Asphalt Delivery $34.375 $34.765 Light Construction Work: ' Shall include the supply of Asphalt for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots, Office Buildings. "TRUCK DRIVER" Asphalt Delivery $27.15 $28.02 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 07/01/2013 ' "Heavy Construction Work" ' "TRUCK DRIVER" Asphalt Delivery $37.6525 $38.9425 ' "Light Construction Work" "TRUCK DRIVER" ' Asphalt Delivery $11.65 $11.65 OVERTIME PAY See (B, *B2, E, **I, P, ***R, ****U) 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. ' Page 115 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County NOTE: (B,E,P,T&"U) Apply to Heavy Construction. NOTE: (B2,I,T&"U) Apply to Light Construction. , NOTE: ("U) Only applies after 8 hours worked on holiday. HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6,'16, ""25) on HOLIDAY PAGE ' NOTE:("16) Paid at Double if Worked. ("25) Paid at Double if Worked. 4282 Teamster - Buildin01/01/2013 ' JOB DESCRIPTION Teamster -Building DISTRICT 4 ENTIRE COUNTIES ' Nassau, Suffolk WAGES Per Hour: 07/01/2012 7/01/2013 Truck Driver (Building Demolition & Debris) ' Trailers $28.93 $2937 Straight Jobs $28.63 $29.07 , SUPPLEMENTAL BENEFITS Per Hour: ' All Classifications $29.54 $30.44 OVERTIME PAY See (B, E, S, S1) on OVERTIME PAGE ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, 7, B, 11, 12,26) on HOLIDAY PAGE 4282 Teamster - Deliveof Concrete 01/0112013 , JOB DESCRIPTION Teamster- Delivery of Concrete DISTRICT 4 ' ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/01/2012 07/01/2013 Heavy Construction Work: Shall Include the supply of Ready-Mix Concrete for construction, improvment and modification of all or any part of Streets, Highways, ' Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools & Power Generation Plants "TRUCK DRIVER" ' Concrete Delivery $35.69 $36.415 Light Construction Work: ' Shall include the supply of Ready-Mix Concrete for construction of Single & Multi Family Homes, Town Houses, Apartment Buildings, including Driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. "TRUCK DRIVER" ' Concrete Delivery $31.83 $32.785 SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 07/01/2013 ' "Heavy Construction Work" Concrete Delivery $35.83 $36.225 ' "Light Construction Work" Page 116 t ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County Concrete Delivery $11.60 $11.625 OVERTIME PAY NOTE: Heavy Construction: B2,1 Light Construction:B,E,P ' HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. 4-282ns ' Teamster - Heavy&Hiphway 01101/2013 ' JOB DESCRIPTION Teamster-Heavy&Highway DISTRICT 4 ENTIRE COUNTIES Nassau, Suffolk WAGES ' Per Hour: 07/01/2012 07/01/2013 Heavy Construction Work: Shall include the construction, improvement or modification of all or any part of streets, highways, Bridges, Tunnels, Railroads, Canals, Dams, Airports, Schools, Power Generation Plants. Site Excavating ' (Chauffeurs) $34.375 $34.765 Light Construction Work: Shall include the construction, improvment and modification of Single & Multi Family Homes, Town Houses, Apartment Buildings, including ' driveways, Streets and Curbs within those projects. Parking Lots and Office Buildings. Site Excavating (Chauffeurs) $27.15 $28.02 ' SUPPLEMENTAL BENEFITS Per Hour: 07/01/2012 07/01/2013 ' Heavy Construction Work Chauffeurs $37.6525 $38.9425 Light Construction Work ' Chauffers $11.65 $11.65 OVERTIME PAY See (B, *132, E, **I, P, ***R, ****U) on OVERTIME PAGE ' (NOTE) PREMIUM PAY of 25% on straight time hours for NEW YORK STATE D.O.T. and or other GOVERMENTAL MANDATED off shift work. NOTE: (B,E,P,T & *U) Apply to Heavy Construction. NOTE: (132,I,T & *U) Apply to Light Construction. ' NOTE: (*U) Only applies after 8 hours work on holiday HOLIDAY Paid: See (1) on HOLIDAY PAGE Overtime: See (5, 6, *16, **25) on HOLIDAY PAGE ' NOTE:(*16) Paid at Double if Worked. (**25) Paid at Double if Worked. 4-282 Welder 01/01/2013 ' JOB DESCRIPTION Welder DISTRICT 1 ENTIRE COUNTIES ' Albany, Allegany, Bronx, Broome, Cattaraugus, Cayuga, Chautauqua, Chemung, Chenango, Clinton, Columbia, Cortland, Delaware, Dutchess, Erie, Essex, Franklin, Fulton, Genesee, Greene, Hamilton, Herkimer, Jefferson, Kings, Lewis, Livingston, Madison, Monroe, Montgomery, Nassau, New York, Niagara, Oneida, Onondaga, Ontario, Orange, Orleans, Oswego, Otsego, Putnam, Queens, Rensselaer, Richmond, Rockland, Saratoga, Schenectady, Schoharie, Schuyler, Seneca, St. Lawrence, Steuben, Suffolk, Sullivan, Tioga, Tompkins, Ulster, Warren, Washington, Wayne, Westchester, Wyoming, Yates ' WAGES Perhour 07/01/2012 t Welder (To be paid the same rate of the mechanic performing the work) Page 117 Prevailing Wage Rates for 07/0112012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 Suffolk County OVERTIME PAY ' HOLIDAY 1-As Per Trade t 1 1 1 1 1 ' Page 118 Prevailing Wage Rates for 07101/2012 - 06/3012013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 Overtime Codes Following is an explanation of the code(s) listed in the OVERTIME section of each classification contained in the attached schedule. Additional requirements may also be listed in the HOLIDAY section. ' (A ) Time and one half of the hourly rate after 7 hours per day ( AA) Time and one half of the hourly rate after 7 and one half hours per day ' (B ) Time and one half of the hourly rate after 8 hours per day ( B1) Time and one half of the hourly rate for the 9th & 10th hours week days and the 1 st 8 hours on Saturday. ' Double the hourly rate for all additional hours (62) Time and one half of the hourly rate after 40 hours per week ' ( C ) Double the hourly rate after 7 hours per day (Cl ) Double the hourly rate after 7 and one half hours per day ' ( D ) Double the hourly rate after 8 hours per day ( of ) Double the hourly rate after 9 hours per day (E ) Time and one half of the hourly rate on Saturday ( Et ) Time and one half 1st 4 hours on Saturday Double the hourly rate all additional Saturday hours ( E3 ) Between November 1st and March 3rd Saturday may be used as a make-up day at straight time when a day is ' lost during that week due to inclement weather, provided a given employee has worked between 16 and 32 hours that week ( E2 ) Saturday may be used as a make-up day at straight time when a day is lost during that week due to inclement weather ( E4 ) Saturday and Sunday may be used as a make-up day at straight time when a day is lost during that week due ' to inclement weather IF ) Time and one half of the hourly rate on Saturday and Sunday ' (G ) Time and one half of the hourly rate on Saturday and Holidays (H ) Time and one half of the hourly rate on Saturday, Sunday, and Holidays (I) Time and one half of the hourly rate on Sunday ' ( J) Time and one half of the hourly rate on Sunday and Holidays ( K) Time and one half of the hourly rate on Holidays ' ( L) Double the hourly rate on Saturday (M) Double the hourly rate on Saturday and Sunday ' ( N) Double the hourly rate on Saturday and Holidays (O ) Double the hourly rate on Saturday, Sunday, and Holidays ( P ) Double the hourly rate on Sunday ( Q ) Double the hourly rate on Sunday and Holidays R ) Double the hourly rate on Holidays (s ) Two and one half times the hourly rate for Holidays, if worked (Si) Two and one half times the hourly rate the first 8 hours on Sunday or Holidays One and one half times the hourly rate all additional hours. (T) Triple the hourly rate for Holidays, if worked ' Page 119 Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor ' Last Published on Jan 01 2013 PRC Number 2013000900 (U) Four times the hourly rate for Holidays, if worked (V) Including benefits at SAME PREMIUM as shown for overtime ' (W) Time and one half for benefits on all overtime hours. NOTE:BENEFITS are PER HOUR WORKED,for each hour worked, unless otherwise noted ' 1 1 1 1 Page 120 ' Prevailing Wage Rates for 07/01/2012 - 06/30/2013 Published by the New York State Department of Labor Last Published on Jan 01 2013 PRC Number 2013000900 ' Holiday Codes PAID Holidays: Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employee ' works on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actually performed. OVERTIME Holiday Pay: Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employee actually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in the OVERTIME PAY section listings for each classification. Following is an explanation of the code(s) listed in the HOLIDAY section of each classification contained in the attached schedule. The Holidays as listed below are to be paid at the wage rates at which the employee is normally classified. ' ( 1 ) None (2) Labor Day ' (3) Memorial Day and Labor Day (4) Memorial Day and July 4th (5) Memorial Day, July 4th, and Labor Day ' (6) New Years, Thanksgiving, and Christmas (7) Lincoln's Birthday, Washington's Birthday, and Veterans Day ' (8) Good Friday (9) Lincoln's Birthday (10) Washington's Birthday ( 11 ) Columbus Day (12) Election Day (13) Presidential Election Day ' (14) 1/2 Day on Presidential Election Day (15) Veterans Day ' (16) Day after Thanksgiving (17) July 4th (18) 1/2 Day before Christmas (19) 1/2 Day before New Years (20) Thanksgiving (21 ) New Year's Day (22) Christmas ' (23) Day before Christmas (24) Day before New Year's ' (25) Presidents' Day (26) Martin Luther King, Jr. Day ' (27) Memorial Day ' Page 121 NEq New York State Department of Labor - Bureau of Public Work ~.Q r 1e, State Office Building Campus Building 12 - Room 130 3 Albany, New York 12240 REQUEST FOR WAGE AND SUPPLEMENT INFORMATION ' As Required by Articles 8 and 9 of the NYS Labor Law Fax (518) 485-1870 or mail this form for new schedules or for determination for additional occupations. This Form Must Be Typed ' Submitted By: (Check Only One) ? Contracting Agency ? Architect or Engineering Firm E] Public Work District Office Date: ' A. Public Work Contract to be let by: (Enter Data Pertaining to Contracting/Public Agency) 1. Name and complete address r (Check if new or change) 2. NY State Units (see Item 5) ? 07 City ' ? 01 DOT ? 08 Local School District ? 02 OGS ? 09 Special Local District, i.e., ? 03 Dormitory Authority Fire, Sewer, Water District ? 04 State University ? 10 Village ' Construction Fund ? 11 Town ? 05 Mental Hygiene ? 12 County Facilities Corp. ? 13 Other Non-N.Y. State Telephone: ( ) Fax: ( ) E -Mail: 06 OTHER N.Y. STATE UNIT (Describe) ' -Mail: 3. SEND REPLY TO i ? check if new or change) 4. SERVICE REQUIRED. Check appropriate box and provide project Name and complete address: information. ? New Schedule of Wages and Supplements. APPROXIMATE BID DATE : :71 ' ? Additional Occupation and/or Redetermination ( Fax: PRC NUMBER ISSUED PREVIOUSLY FOR OFFICE USE ONLY ' Telephone: ) ( ) THIS PROJECT: E-Mail: B. PROJECT PARTICULARS ' S. Project Title 6. LoLocation of cation on Site Description of Work Route No/Street Address ' Village or City Contract Identification Number Town Note: For NYS units, the OSC Contract No. County 7. Nature of Project - Check One: 8. OCCUPATION FOR PROJECT : ' ? 1. New Building ? Construction (Building, Heavy ? Guards, Watchmen ? 2. Addition to Existing Structure Highway/Sewer=ater) ? Janitors, Porters, Cleaners, ? 3. Heavy and Highway Construction (New and Repair) ? Tunnel Elevator Operators ? 4. New Sewer or Waterline ? Residential ? Moving furniture and ' ? 5. Other New Construction (Explain) ? Landscape Maintenance equipment ? 6. Other Reconstruction, Maintenance, Repair or Alteration ? Elevator maintenance ? Trash and refuse removal ? 7. Demolition ? Exterminators, Fumigators ? Window cleaners ' ? 8. Building Service Contract ? Fire Safety Director, NYC Only ? Other (Describe) 9. Has this project been reviewed for compliance with the Wicks Law involving separate bidding? YES ? NO ? ' 10. Name and Title of Requester I Signature ' Pw38(0411) SEE PAGE TWO FOR LAWS RELATING TO PUBLIC WORK CONTRACTS 1 Nfk!~, NEW YORK STATE DEPARTMENT OF LABOR ' Bureau of Public Work - Debarment List J LIST OF EMPLOYERS INELIGIBLE TO BID ON OR BE -1 AWARDED ANY PUBLIC WORK CONTRACT MsNT ~ Under Article 8 and Article 9 of the NYS Labor Law, a contractor, sub-contractor and/or , its successor shall be debarred and ineligible to submit a bid on or be awarded any public work or public building service contract/sub-contract with the state, any municipal t corporation or public body for a period of five (5) years from the date of debarment when: ' • Two (2) final determinations have been rendered within any consecutive six-year ' (6) period determining that such contractor, sub-contractor and/or its successor has WILLFULLY failed to pay the prevailing wage and/or supplements ' • One (1) final determination involves falsification of payroll records or the kickback of wages and/or supplements ' NOTE: The agency issuing the determination and providing the information, is denoted t under the heading 'Fiscal Officer'. DOL = NYS Dept. of Labor; NYC = New York City Comptroller's Office; AG = NYS Attorney General's Office; DA = County District ' Attorney's Office. A list of those barred from bidding, or being awarded, any public work contract or 1 subcontract with the State, under section 141-b of the Workers' Compensation Law, , may be obtained at the following link, on the NYS DOL Website: ht+Ns•!/rlhr lahnr eta+o nv nc/F r11 ict/cearrhPage,do NYSDOL Bureau of Public Work Debarment List 0111412013 Article 8 t AGENCY Fiscal Officer FEIN EMPLOYER NAME EMPLOYER ADDRESS DEBARMENT DEBARMENT START DATE END DATEDOL NYC A & T IRON WORKS INC NEW 5 CLIFF ST RE 10801 12/21/2009 12/2112014 ' ROCHELLE NY DOL DOL ""`0711 A ULIANO & SON LTD 22 GRIFFEN COURT NY iMI 1746 10/26/2010 10/28!2015 DOL DOL A ULIANO CONSTRUCTION MIL22 LER PLACE NOUR748 10126/2010 10/2612015 ' DOL NYC ""`5804 AAR/CO ELECTRIC INC BR5902 AVENUE 234 03/20/2009 03/2012014 DOL NYC "'4486 ABBEY PAINTING CORP 2110728TH AVENUE 07/0212012 07102/2017 BAYSIDE NY 11360 DOL DOL ""'9095 ABDO TILE CO 6179 EAST MOLLOY ROAD 06/25/2010 0710212017 EAST SYRACUSE NY 13057 DOL DOL '"°9095 ABDO TILE COMPANY 6179 EAST MOLLOY ROAD 06/2512010 07/02/2017 EAST SYRACUSE NY 13057 DOL DOL ""'0635 ABOVE ALL PUMP REPAIR 360 KNICKERBOCKER 1012012008 10/2012013 CORP AVENUE BATAVIA NY 11716 DOL NYC -5022 ACE DRYWALL SYSTEMS INC. 194 ASHLAND PLACE 03/0612008 03/06/2013 ' BROOKLYN NY 11217 DOL AG -8219 ACTIVE CABLING INC C7 FRAANK DE APITE 10/02/2008 10/01/2013 ROAD DRV40ODBURY NY 11797 DOL DOL ADAM A CEMERYS 2718 CURRY ROAD 07/08/2010 07108/2015 SCHENECTADY NY 12303 2718 CURRY ROA DOL DOL ""'7584 ADAM'S FLOOR COVERING LLC SCHEN CTADY NY 14303 0710812010 02115/2017 DOL DOL AFFORDABLE PAINTING PLUS 367 GREEVES ROAD 10101/2010 10/01/2015 ' NEW HAMPTON NY 10958 DOL DOL ALBERT CASEY 43-28 54TH STREET 0710112011 0710112016 WOODSIDE NY 11377 DOL DOL ALL TOWNS MECHANICAL BARRY 18 FAR SUNRI EHIGH AY 01121/2008 01/21/2013 MO FORT NY 11758 DOL DOL ""'8740 ALLSTATE ENVIRONMENTAL Y7 gUTOLER JOSE MONTAS PIACEYONKERS 03118/2011 03/15/2017 CORP , NY 10710 DOL DOL ""`8534 ALPHA INTERIORS INC 513 ACORN STREET/ SUITE C 05/27/2010 05/27/2015 , DEER PARK NY 11729 DOL DOL ""'8291 AMIR'S VISION INC B230 NY 4204 09/17/2008 09/1712013 DOL NYC ANDERSON LOPEZ 670RSOUTHERN BLVD 06/14/2011 06114/2016 DOL DOL ""`0860 ANDREA STEVENS STEVE NG 2458 EAST RIVER ROAD 01/23/2008 01123/2013 ' TRUCK CORTLAND NY 13045 DOL AG ANTHONY BRANCA 700 SUMMER STREET 11/2412009 1112412014 STAMFORD CT DOL DA ANTHONY CARDINALE 5848 59TH STREET 05/16/2012 05/16/2017 ' MASPETH NY 11378 DOL DOL ANTHONY POSELLA 30 GLEN HOLLOW 1011912009 10/19/2014 ROCHESTER NY 14622 DOL DOL ANTHONY TAORMINA 215 MCCORMICK DRIVE 0512012009 05/2012014 BOHEMIA NY 11716 DOL DOL ANTHONY ULIANO MIL22 GRIFFEN LER PLACE COY iR746 10/26/2010 10/26/2015 DOL DOL "'-3020 APCO CONTRACTING CORP 24 SOUTH MARYLAND AVENUE 09124/2012 09124/2017 PORT WASHINGTON NY 11050 DOL DOL 688 ARC MECHANICAL CORP 21 BOHEMIA NiY 1 DRIB E 05/20/2009 05/20/2014 DOL DOL -8482 ARGO CONTRACTING CORP 5752 WEST WEBB ROAD 05/21/2008 05/21/2013 ' YOUNGSTOWN OH 44515 DOL NYC ARIE BAR 5902 AVENUE N 0312012009 03/20/2014 BROOKLYN NY 11234 DOL DOL ARTHUR C OSUORAH PO BOX 1295 02/15/2008 02/15/2013 BUFFALO NY 14215 DOL DOL 802 ARTHUR DESIGN ENGINEERS P9 BOX 1295 0211512008 02/15/2013 & ASSOCIATES BUFFALO NY 14215 DOL DOL ""'9336 ARTIERI SPECIALTIES LLC SWITZER 107 STEVENS STREET 11/04/2009 11/0412014 ' SALES LOCKPORT NY 14094 STREET STE DOL DOL „'2993 AST DRYWALL ACOUSTICS 46 NJOHN EW YORK NY 1 038 11 12/1612008 12/16/2013 INC DOL DOL ""'2534 B&BCONCRETE 56 OLD TURNPIKE ROAD 02/04/2011 02/04/2018 CONTRACTORS INC SUITE 612NANUET NY 10954 AVENUE ' DOL NYC BASIL ROMEO R243 OS3137T NY 11422 03/25/2010 03/25/2015 ' NYSDOL Bureau of Public Work Debarment List 01/1412013 ' Article 8 DOL DOL BEATRICE ORTEGA 764 BRADY AVE-APT 631 05/21/2008 05/21/2013 BRONX NY 10462 DOL DOL ""2294 BEDELL CONTRACTING CORP 2 TINA LANE 01/06/2D12 01/06/2017 HOPEWELL JUNCTION NY 12533 ' DOL DOL BENNY VIGLIOTTI C/O LUVIN CONSTRUCTION 03/1512010 03/15/2015 CO P 0 BOX 357CARLE PLACE NY 11514 DOL NYC BERNARD COHNEN 193 HARWOOD PLACE 05/14/2008 05/14/2013 PARAMUS NJ 07652 ' DOL DOL "•"6999 BEST ROOFING OF NEW 30 MIDLAND AVENUE 11/05/2010 11/05/2015 JERSEY LLC WALLINGTON NJ 07057 DOL DOL •'••9890 BETTY JOE FRAZIER NOBLE 23960 WHITE ROAD 02/14/2008 02/14/2013 CONSTRUCTI WATERTOWN NY 13601 ' ON GROUP DOL DOL BIAGIOCANTISANI 200 FERRIS AVENUE 12/04/2009 05104/2017 WHITE PLAINS NY 10603 DOL DOL •'•"0818 BLASTEC INC MILLER 121 LINCOLN AVENUE 02121/2008 02/21/2013 SANDBLASTIN ROCHESTER NY 14611 ' G & PAINTING DOL DOL ""8501 BLOCKHEAD CONCRETE & P O BOX 71 0910312008 09/03/2013 PAVING INC CHEEKTOWAGA NY 14225 DOL NYC •"••8377 BOSPHORUS CONSTRUCTION 3817 KINGS HIGHWAY-STE ID 06/30/2010 06/30/2015 ' CORPORATION BROOKLYN NY 11234 DOL DOL BRIAN HOME 2219 VALLEY DRIVE 1210412009 12/04/2014 SYRACUSE NY 13207 DOL DOL "•"4311 C & F SHEET METAL CORP 201 RICHARDS STREET 02/25/2009 02/24/2014 BROOKLYN NY 11231 ' DOL DOL CANTISANI&ASSOCIATES 442 FERRIS AVENUE 1210412009 05/04/2017 LTD WHITE PLAINS NY 10603 DOL DOL CANTISANI HOLDING LLC 220 FERRIS AVENUE 05/04/2012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL `•"'1143 CARMODY BUILDING CORP 442 ARMONK ROAD 05/04/2012 05/04/2017 MOUNT KISCO NY 10549 DOL DOL ""3368 CARMODY CONCRETE CORP 442 ARMONK ROAD 12104/2009 05/04/2017 MOUNT KISCO NY 10549 DOL DOL CARMODY CONTRACTING 220 FERRIS AVENUE 05104/2012 05104/2017 ' CORP WHITE PLAINS NY 10603 DOL DOL ""6215 CARMODY CONTRACTING INC 220 FERRIS AVENUE 05/0412012 05/04/2017 WHITE PLAINS NY 10603 DOL DOL CARMODY ENTERPRISES LTD 220 FERRIS AVENUE 12/04/2009 05/0412017 WHITE PLAINS NY 10603 DOL DOL ''-3812 CARMODY INC 442 ARMONK ROAD 12/04/2009 05104/2017 MOUNT KISCO NY 10549 DOL DOL "•••3812 CARMODY INDUSTRIES INC 442 FERRIS AVENUE 05/04/2012 05/0412017 WHITE PLAINS NY 10603 ' DOL DOL CARMODY MAINTENANCE 105 KISCO AVENUE 05/0412012 05/04/2017 CORP MOUNT KISCO NY 10549 DOL DOL -0324 CARMODY MASONRY CORP 442 ARMONK ROAD 12/04/2009 05/0412017 MOUNT KISKO NY 10549 t DOL DOL :••"3812 CARMODY"2"INC 220 FERRISAVENUE 12104/2009 05/04/2017 WHITE PLAINS NY 10603 DOL DOL ""9721 CATENARY CONSTRUCTION 112 HUDSON AVENUE 02114/2006 10/20/2014 CORP ROCHESTER NY 14605 DOL DOL '**'*1683 CATONE CONSTRUCTION 294 ALPINE ROAD 03109/2012 03109/2017 ' COMPANY INC ROCHESTER NY 14423 DOL DOL CATONE ENTERPRISES INC 225 DAKOTA STREET 03109/2012 03/09/2017 ROCHESTER NY 14423 DOL DOL ""'7924 CBI CONTRACTING 2081 JACKSON AVENUE 06/03/2010 06/03/2015 ' INCORPORATED COPIAGUE NY 11726 DOL DOL CHARLES MURDOUGH 203 KELLY DRIVE 03/26/2008 03/2612013 EAST AURORA NY 14052 DOL DOL CHARLES OKRASKI 67 WARD ROAD 01/21/2011 01/2112016 SALT POINT NY 12578 t DOL DOL CHARLES RIBAUDO 513 ACORN ST - SUITEC 05/27/2010 05/2712015 DEER PARK NY 11729 DOL DOL •"'1416 CHEROMINO CONTROL 61 WILLET ST-SUITE 14 12103/2009 02/2312017 GROUP LLC PASSAIC NJ 07055 ' DOL DOL CHESTER A BEDELL 1233 WALT WHITMAN ROAD 0412912008 04/29/2013 MELVILLE NY 11747 DOL DOL CHRISSAVOURY 44 THIELLS-MT IVY ROAD 10/14/2011 10114/2016 POMONA NY 10970 DOL DOL CHRIST R PAPAS C/O TRAC CONSTRUCTION 02/03/2011 02/03/2016 ' NC 9091 ERIE ROADANGOLA NY 14006 NYSDOL Bureau of Public Work Debarment List 01/1412013 ' Article 8 DOL DOL CHRISTOF PREZBYL 2TINA LANE 01/08/2012 01106/2017 HOPEWELL JUNCTION NY ' 12533 DOL DOL CITY GENERAL BUILDERS INC 131 MELRYON NY 1820EET 8 0310212010 0310212015 DOL DOL ""'7088 CITY GENERAL IRON WORKS 131 MELROSE STREET 03/02/2010 03/0212015 ' INC BROOKLYN NY 11206 DOL DOL -5329 CNYMECHANICAL PO BOX 250 11106/2008 11/06/2013 ASSOCIATES INC EAST SYRACUSE NY 13057 DOL NYC """1768 COFIRE PAVING 120-3028TH AVENUE 01/14/2011 0111412016 CORPORATION FLUSHING NY 11354 ' DOL DOL 8342 CONKLIN PORTFOLIO LLC S60 COLONIAL NYOAD70 02/15/2011 02115/2016 DOL DOL ""'5740 CORTLAND GLASS COMPANY 336 TOM KI NY 3045T 10/21/2010 07/15/2016 INC CORTLAND DOL NYC ""'8777 CROSSLAND ELECTRICAL 846 EAST 52ND STREET 12/19/2008 12/2912013 ' SYSTEMSINC BROOKLYN NY 11203 DOL DOL ""'0115 CROWANDSUTTON 949 GROVESIDE ROAD 08/27/2008 08/2712013 ASSOCIATES INC BUSKIRK NY 12028 DOL DOL "'4266 CRYSTAL INTERIOR 922 CRESCENT STREET 05121/2008 0512112013 ' CONTRACTING INC BROOKLYN NY 11208 DOL DOL ""'1804 CUSTOM GARDEN 263 NORTH MIDDLETOWN 09/2812008 0912812014 I I LANDSCAPING INC ROAD PEARL RIVER NY 10965 DOL DOL ""'9453 D & D MASON CONTRACTORS 158-11 96TH STREET 06125/2009 06/25/2014 ' INC HOWARD BEACH NY 11414 DOL DOL 0810 D & G PAT TING & 63MONTGOMERY LITTLE COLL BNAYR Z OA9D 04119/2012 0411912017 DOL DOL D JAMES SUTTON 949 GROVESIDE ROAD 08127/2008 08/27/2013 ' BUSKIRK NY 12028 DOL DOL DANIEL CELLUCCI ELECTRIC 1 SALAFTON ISBURY STREET 0610212010 08/02/2015 DOL DOL ""'7129 DANIEL T CELLUCCI DANIEL 17 SALISBURY STREET 06102/2010 0610212015 ' CELLUCCI GRAFTON MA 01519 ELECTRIC E E 08/0712008 08107/2013 DOL DOL DARINANDERSON 134-25 166 PLACE DOL DOL DARREN MAYDWELL 115 LEWIS STREET 05112/2009 05/1212014 ' YONKERS NY 10703 DOL DOL DEANNAJ REED 590 MUD MILL D-BOX29949 09/02/2008 09/02/2013 DOL DOL °"'2311 DELCON CONSTRUCTION 220 WHITE PLAINS ROAD 08/27/2009 08127/2014 CORP TARRYTOWN NY 10591 MCCULLOCH ' DOL DOL ""8538 PANDELTA CONTRACTING TING AND DESIGN NC 7 D X HILLS NY 111 48E 10119/2010 10/1912015 DOL DOL DEMETRIOS KOUTSOURAS NEW 530 BEECH STREET HYDE PARK NY 11040• 07/02/2012 07/02/2017 DOL DOL DESMOND CHARLES 922 CRESCENT STREET 05121/2008 05/21/2013 ' BROOKLYN NY 11208 DOL DOL DIANE DEAVER 731 W WARWICK TURNPIKE 06125/2012 06125/2017 DOL DOL DIMITEIUS KASSIMIS 152fi511TH AVENUE 05/2212008 05/22/2013 ' WHITESTONE NY 11357 DOL DOL DONALD NOWAK CHEE10 GARY LANE 14227 10115/2009 10115/2014 DOL DOL DORIS SKODA C/O APCO CONTRACTING 09124/2012 09/24/2017 ' CORP 24 SOUTH MARYLAND AVENUEPORT WASHINGTON NY 11050 DOL DOL 148 DOT CONSTRUCTION OF NY 765 BRADY AVE-APT 631 05/2112008 05/21/2013 ' INC BRONX NY 10462 DOL DOL DOUGLAS MCEWEN R121 LINCOLN OCHESTER NYENUE 0212112008 02/21/2013 14811 DOL DOL DRAGOLJUB RADOJEVIC 61 WILLET ST 12/03/2009 07/09/2015 - SUITE 14 PASSAIC NJ 07055 ' DOL NYC ""'8176 E N E L ELECTRICAL CORP 1107 BROOKLYN MCDONALD NY 1VE30UE 07130/2010 07/30/2015 NY 0455 BLVD 06/1412011 0611412016 DOL NYC *""8074 ECONOMY IRON WORKS INC SORONXUTHERN REST MASONRY 10103/2012 10/03/2017 ' DOL DOL EDWARD L GAUTHIER C/O IMPERIAL 141ARGONNE DRIVEKENMORE NY 14217 DOL DOL EDWARDSUBEH ICHELSEA COURT 10/06/2008 1010812013 ' ATLANTIC CITY NJ 08401 18 10/12/2011 10/1212016 DOL NYC '""6260 EL TREBOLSPECIAL OZO95-26 76TH NE PARK STREET ' NYSDOL Bureau of Public Work Debarment List 01114/2013 ' Article 8 DOL DOL ""'3554 ELITE BUILDING 34-08 PARKWAY DRIVE 0710112008 07/21/2013 ' y ENTERPRISES INC BALDWIN NY 11510 DOL DOL ""'0780 EMES HEATING & PLUMBING 5 EMES LANE 01/20/2002 01/20/3002 CONTR MONSEY NY 10952 DOL DOL ,."'6101 ENHANCED DATA COM INC 75 SHERBROOK ROAD 07/01/2010 07/01/2015 NORTH BABYLON NY 11704 ' DOL DOL ERROL LALLEN 134-25166 PLACE #5E 08/07/2008 08/07/2013 JAMAICA NY 11434 DOL DOL ESCO INSTALLERS LLC 1 CHELSEA COURT 10/0612008 10/06/2013 ATLANTIC CITY NJ 08401 ' DOL DOL EVELIO ELLEDIAS 114 PEARL STREET 08/15/2012 08/1512017 PORT CHESTER NY 10573 DOL DOL "'-0329 FAULKS PLUMBING HEATING 3 UPTON STREET 06/10/2008 06/10/2013 & AIR CONDITIONING INC HILTON NY 14468 ' DOL DOL FERNANDO GOMEZ 201 RICHARDS STREET 02/25/2009 02/2512014 BROOKLYN NY 11231 DOL DOL ••"'0768 FISHER CONCRETE INC 741 WELSH ROAD 04/08/2009 04/08/2014 JAVA CENTER NY 14082 DOL DOL ""'5867 FJM-FERRO INC 682014TH AVENUE 10/27/2011 10/2712016 t BROOKLYN NY 11219 DOL DOL •"'8067 FORTH SPORT FLOORS INC P 0 BOX 74 02/2812012 10/01/2017 EAST GREENBUSH NY 12067 DOL DOL `••"0115 FOXCROFT NURSERIES INC 949 GROVESIDE ROAD 08/27/2008 08/27/2013 BUSKIRK NY 12028 DOL DOL FRANCIS (FRANK) OSCIER 3677 SENECA STREET 09/03/2008 09/03/2013 WEST SENECA NY 14224 DOL NYC FRANK (FRANCIS) OSCIER 3677 SENECA STREET 09/03/2008 09/0312013 WEST SENECA NY 14224 ' DOL NYC FRANKACOCELLA 68 GAYLORD ROAD 02/10/2011 02/1012016 SCARSDALE NY 10583 DOL NYC FRANK BAKER 24 EDNA DRIVE 05/1412008 05/14/2013 SYOSSET NY 11791 DOL DOL FRANKJ MERCANDO C/O 134 MURRAY AVENUE 11/22/2008 11/2212013 MERCANDO YONKERS NY 10704 CONTRACTIN G CO INC DOL DOL FRANKJ MERCANDO 134 MURRAY AVENUE 12/11/2009 12111/2014 ' YONKERS NY 10704 DOL DOL FRANK ORTIZ 75 SHERBROOK ROAD 07/01/2010 07/0112015 NORTH BABYLON NY 11704 DOL DOL FRED ABDO ABDO TILE 6179 EAST MOLLOY ROAD 06/25/2010 07/02/2017 COMPANY EAST SYRACUSE NY 13057 t AKAABDO TILE CO DOL DOL ""9202 G & M PAINTING 13915 VILLAGE LANE 02/05/2010 02/05/2015 ENTERPRISES INC RIVERVIEW MI 48192 DOL DOL --6826 GBE CONTRACTING 12-14 UTOPIA PARKWAY 02110/2010 02/10/2015 ' CORPORATION WHITESTONE NY 11357 DOL NYC GELSOMINA TASSONE 25 CLIFF STREET 06/15/2010 06/15/2015 NEW ROCHELLE NY 10801 DOL DOL GEORGE A PATTI III P 0 BOX 772 08/13/2010 08/13/2015 ' JAMESTOWN NY 14701 DOL NYC GEORGE LUCEY 150 KINGS STREET 01/19/1998 0111912998 BROOKLYN NY 11231 DOL DOL GEORGE SHINAS 12-14 UTOPIA PARKWAY 02110/2010 02110/2015 WHITESTONE NY 11357 DOL DOL GERALD A POLLOCK 336 TOMPKINS STREET 06/2912010 07/15/2016 CORTLAND NY 13045 DOL DOL GERALD F POLUCH JR 2085 BRIGHTON HENRIETTA 1110412010 11/04/2015 TOWN LINE ROADROCHESTER NY 14623 DOL AG GERARD IPPOLITO 563 MUNCEY ROAD 07/14/2008 07/14/2013 WEST ISLIP NY 11795 DOL DOL '"•••4013 GR GRATES CONSTRUCTION 63 IRONWOOD ROAD 06/14/2010 06/14/2015 CORPORATION UTICA NY 13520 ' DOL DOL GRATES MERCHANT NANNA 63 IRONWOOD ROAD 0611412010 06/1512015 INC UTICA NY 13520 DOL DOL GREGG G GRATES 63 IRONWOOD ROAD 06/14/2010 06/14/2015 UTICA NY 13520 ' DOL DOL GRETCHEN SULLIVAN PO BOX 130 11/10/2011 11/10/2016 CRETE IL 60417 DOL DOL ""9985 GROUND LEVEL 10 GABY LANE 10/15/2009 10/15/2014 CONSTRUCTION CHEEKTOWAGA NY 14227 DOL DOL •""'7135 GRYF CONSTRUCTION INC 394 SPOTSWOOD-ENGLISH 08/08/2011 08/0812016 ' RD MONROE NJ 08831 ' NYSDOL Bureau of Public Work Debarment List 0111412013 Article 8 ' DOL DOL GUS PAPASTEFANOU C/O D G PAINTING & DECO 04/1!!r! 9/2017 53 LITTLE COLLABAR ROADMONTGOMERY NY ' 12549 DOL DOL -8904 HALLOCKS CONSTRUCTION P 0 BOX 278 12/0112008 12/01/2013 CORP YORKTOWN HEIGHTS NY ' 10598 DOL DOL HARALAMBOS KARAS BEAST ASTORIA BELMHURSTO 1NY13770 11/2212008 10122/2013 DOL DOL ""`5405 HARD LINE CONTRACTING 89 IEDISON AVENUE 10/2812011 10128/2016 MOUNT VERNON NY 10550 INC DOL DOL °"`0080 HI-AMP ELECTRICAL 265-12 HILLSIDE AVENUE 02115/2008 0211512013 ' CONTRACTING CORP FLORAL PARK NY 11004 DOL DOL HI-TECH CONTRACTING CORP PORT 11 CH RTES R ET 08/15/2012 08/1512017 NY 10673 DOL DOL ""`4331 HIDDEN VALALEY 225 SEYMOUR STREET 02/08/2011 02/08/2018 ' EXCAVATING INC FREDONIA NY 14063 DOL DOL °"`9893 HOXIE'S PAINTING CO INC 2219 VALE NY RIVE 12/0412009 1210412014 SYRACUS DOL DOL -'-6429 IDM ENTERPRISES INC 60 OUTWATER LANE 05/09/2009 05/09/2014 ' GARFIELD NJ 07026 DOL DOL '-8426 IMPERIALMASONRY 141 ARGONNE DRIVE 10103/2012 10/03/2017 RESTORATION INC KENMORE NY 14217 DOL DOL -7561 INDUS GENERAL 33-0491ST STREET 04/2812010 0412812015 CONSTRUCTION JACKSON HEIGHTS NY 11372 ' DOL DOL ""`0488 INTERWORKS SYSTEMS, INC. 123 MAUL ITMAN4ROAD 04/2912008 04/29/2013 MELVILLE NY 117 NY 1 572 09130/2010 09130/2015 DOL DA ""`1958 IRON HORSE ONE INC 10 ROSWELL AVENUE OCEANSIDE DOL DOL ISRAEL MONTESINOS 517 MILES SQUARE ROAD 02115/2008 02115/2013 , YONKERS NY 10701 DOL DOL WAN D MARKOVSKI 60 OUTWATER LANE 05/09/2009 05/09/2014 GARFIELD NJ 07026 DOL DOL WAN TORRES 11 PLYMOUTH ROAD 02/15/2008 02/15/2013 ' DIX HILLS NY 11746 STRE DOL DOL ""`0579 J 81 CONSTRUCTION CORP NEW 110 FOURTH ROCHELLE NY ET 0211512008 02115/2013 10801 DOL DOL J 8 N LEASING AND BUILDING 154 EAST RO BOSTON POST 08/11/2009 0811112014 , MATERIALS MAMARONECK NY 10543 DOL DOL -1584 J M TRI STATE TRUCKING INC 14 ARMSTRONGA 09UE 1012112009 10121/2014 DOL DOL ""`9368 J TECH CONSTRUCTION PO BOX 64782 0912412012 09124/2017 , ROCHESTER NY 14624 DOL DOL J THE HANDYMAN 09/2412012 09/2412017 DOL DOL JAMES SICKAU 3090 SHIRLEY ROAD 0411912011 12/30/2016 NORTH COLLINS NY 14111 ' DOL DOL JAMES WALSH 89 EDISON AVENUE 1012812011 10128/2016 MOUNT VERNON NY 10550 DOL DOL JEFFREYA NANNA 502 WOODBURNECANY 3502 RIVE 06/1412010 06/1412015 DOL DOL JEFFREYARTIERI 107 STEVENS STREET 11104/2009 11104/2014 ' LOCKPORT NY 14094 - DOL DOL JOHN 8 DUGAN 121 LINCOLN AVENUE 02/21/2008 0212112013 ROCHESTER NY 14611 DOL DOL JOHN BUONADONNA 283 NORTH MIDDLETOWN 09/28/2009 09/28/2014 t ROA PEARL RIVER NY 10965 DOL DOL JOHN CATONE C/O CATO E CONSTRUCTION PINE 0310912017 ROADROCHESTER NY 14612 NALD AVE ' DOL NYC JOHN DITURI 1107 MCDOYN NY 11230E 07/30/2010 07/30/2015 DOL NYC JOHN FICARELLI F 120 U3028T NY AVENUE354 01114/2011 01114/2016 SHING DOL DOL JOHN JIULIANNI 2SGTAIINSBOR HARRISON VENUE E 05/10/2010 0511012015 , WE NY 10604 K N A 3NUE 04/06/2008 04/06/2013 DOL NYC JOHN MARI JR 278 ROBINSON DOL NYC JOHN O'SHEA 4350 BULL NYD 0466 UE 01128/2008 01/28/2013 ' BRONX DOL DOL -5970 JOHHND EVE RFRRAAMMI G PREVETE JOHN WEST0 R FODGE RDO 07480 03126/2008 03/26/2013 FRAMING INC ' DOL DOL ""`2701 JOHN SMYKLA AFFORDABLE 367 GREEVES ROAD 10/01/2010 10/01/2015 PAINTING NEW HAMPTON NY 10858 PLUS NYSDOL Bureau of Public Work Debarment List 01/1412013 Article 8 1 DOL DOL "'""9368 JORGE I DELEON J TECH PO BOX 64782 0912412012 09/24/2017 ' CONSTRUCTI ROCHESTER NY 14624 ON DOL DOL JORGE OUVINA 344 SOUNDVIEW LANE 11/22/2011 11/22/2016 COLLEGE POINT NY 11356 DOL DOL JOSE DOS SANTOS JR 85-0860TH AVENUE 11121/2008 11/21/2013 ' ELMHURST NY 11373 DOL DOL JOSE MONTAS 27 BUTLER PLACE 03/18/2011 03/15/2017 YONKERS NY 10710 DOL DOL JOSEPH CASUCCI 6820 14TH AVENUE 10/27/2011 10/27/2016 ' BROOKLYN NY 11219 DOL DOL JOSEPH MONETTE C/O JOHN MONETTE 10/21/2009 10/21/2014 140ARMSTRONG AVENUESYRACUSE NY 13209 DOL DOL ""'1763 JR RESTORATION & ROOFING 152-65 11TH AVENUE 05/2212008 05/2212013 ' INC WHITESTONE NY 11357 DOL DOL JULIUS AND GITA BEHREND 5 EMES LANE 11/2012002 11/20/3002 MONSEY NY 10952 DOL DOL K NELSON SACKOOR 16 JOY DRIVE 01/05/2010 01/05/2015 NEW HYDE PARK NY 11040 ' DOL NYC KAMIL OZTURK 3715 KINGS HWY - STE 1 D 06/30/2010 06/3012015 BROOKLYN NY 11234 DOL NYC KAZIMIERZ KONOPSKI 194 ASHLAND PLACE 03/0612008 03106/2013 BROOKLYN NY 11217 ' DOL NYC '""'4923 KELLY'S SHEET METAL, INC. 1426 ATLANTIC AVENUE 12/28/2007 01114/2013 BROOKLYN NY 11216 DOL DOL KEMPTON MCINTOSH 8531 AVENUE B 1211612008 12/1612013 BROOKLYN NY 11236 ' DOL DOL KEN DEAVER 731 WARWICK TURNPIKE 06/25/2012 06125/2017 HEWITT NJ 07421 DOL DOL '"'"'5941 KINGSVIEW ENTERPRISES 7 W FIRST STREET 01/14/2011 01/14/2016 INC P O BOX 2LAKEWOOD NY 14750 ' DOL DOL KRZYSZTOF PRXYBYL 2TINA LANE 01106/2012 0110612017 HOPEWELL JUNCTION NY 12533 DOL DOL """"6033 KUSNIR CONSTRUCTION 2677 ANAWALK ROAD 08/03/2012 0810312017 KATONAH NY 10536 ' DOL DOL ""'-0526 LAGUARDIA CONSTRUCTION 47-4048TH STREET 07/01/2011 07/0112016 CORP WOODSIDE NY 11377 DOL NYC 8816 LAKE CONSTRUCTION AND 150 KINGS STREET 08/19/1998 08119/2998 DEVELOPMENT BROOKLYN NY 11231 CORPORATION ' DOL DOL """'9628 LANCET ARCH INC 112 HUDSON AVENUE 02/14/2006 10/19/2014 ROCHESTER NY 14605 DOL DOL LANCET SPECIALTY C/O CATENARY 10/19/2009 10/19/2014 CONTRACTING CORP CONSTRUCTION ' 112 HUDSON AVENUEROCHESTER NY 14605 DOL DOL LARRY DOMINGUEZ 114 PEARL STREET 08/1512012 08/15/2017 PORT CHESTER NY 10573 ' DOL DOL LARRY FRANGOS 5752 WEST WEBB ROAD 05/2112008 05/21/2013 YOUNGSTOWN OH 44515 DOL DOL LAURA A. GAUTHIER C/O IMPERIAL MASONRY 10/03/2012 10/03/2017 REST 141ARGONNE ' DRIVEKENMORE NY 14217 DOL DOL """0597 LEED INDUSTRIES CORP HI-TECH 114 PEART STREET 08/1512012 08/1512017 CONTRACTIN PORT CHESTER NY 10573 G CORP DOL DOL "'-7907 LEEMA EXCAVATING INC 140 ARMSTRONG AVENUE 10/2112009 10/21/2014 ' SYRACUSE NY 13209 DOL AG "'"5102 LIBERTY TREE SERVICE, INC. 563 MUNCEY ROAD 07/14/2008 07/14/2013 WEST ISLIP NY 11795 DOL DOL "'"8453 LINPHILL ELECTRICAL 523 SOUTH LOTH AVENUE 01/07/2011 01/07/2016 CONTRACTORS INC MOUNT VERNON NY 10553 DOL DOL LINVAL BROWN 523 SOUTH 10TH AVENUE 01/0712011 01/07/2016 MOUNT VERNON NY 10553 DOL DOL """5171 LUVIN CONSTRUCTION CORP P O BOX 357 03115/2010 03/15/2015 CARLE PLACE NY 11514 ' DOL DOL MANUEL ESTEVES 55 OLD TURNPIKE ROAD 02/04/2011 02/04/2016 SUITE 612NANUET NY 10954 DOL NYC MANUELPT0810 150 KINGS STREET 08/1911998 08/19/2998 BROOKLYN NY 14444 ' DOL NYC MANUEL TOBIO 150 KINGS STREET 08/19/1998 08119/2998 BROOKLYN NY 11231 ' NYSDOL Bureau of Public Work Debarment List 01/1412013 Article 8 DOL DOL MAR CONTRACTING CORP 620 COMMERCE STREET 09124/2012 09/24/2017 THORNWOOD NY 10594 ' DOL DOL MARGARET FORTH P 0 BOX 74 02/2812012 10101/2017 EAST GREENBUSH NY 12061 DOL DOL MARIOLUIS 31DURANTAVENUE 07102/2012 07/02/2017 BETHEL CT 06801 DOL DOL MARIO R ECHEVERRIA JR 588 MEACHAM AVE-SUITE 103 08/24/2010 0812412015 ' ELMONT NY 11003 DOL DOL MARK LINDSLEY 355 COUNTY ROUTE 8 0810812009 08114/2014 FULTON NY 13069 DOL NYC ""'4314 MASCON RESTORATION INC 129-0618TH AVENUE 02/0912012 02/09/2017 ' COLLEGE POINT NY 11356 DOL NYC ""'4314 MASCON RESTORATION LLC 129-0618TH AVENUE 02/0912012 02/0912017 COLLEGE POINT NY 11356 DOL DOL '°°0845 MASONRY CONSTRUCTION 442ARMONKROAD 12/0412009 05104/2017 t INC MOUNT KISCO NY 10549 DOL DOL -3333 MASONRY INDUSTRIES INC 442 ARMONK ROAD 12/04/2009 05/0412017 MOUNT KISKO NY 10549 DOL DOL -6826 MATSOS CONTRACTING 12-14 UTOPIA PARKWAY 02/1012010 02/1012015 CORPORATION WHITESTONE NY 11357 ' DOL AG ""'9970 MAY CONSTRUCTION CO INC 700 SUMMER STREET 1112412009 11124/2014 STAMFORD CT DOL DOL "'-9857 MBLCONTRACTING 2620 ST RAYMOND AVENUE 0813012011 08/3012016 CORPORATION BRONX NY 10461 DOL DOL MCI CONSTRUCTION INC 976 OLD MEDFORD AVENUE 0812412009 0812412014 ' FARMINGDALE NY 11738 DOL DOL '""5938 MCSI ADVANCED AV 2085 BRIGHTON HENRIETTA 11/04/2010 11/04/2015 SOLUTIONS LLC TOWN LINE ROADROCHESTER NY 14623 ' DOL DOL '""4259 - MERCANDO CONTRACTING 134 MURRAY AVENUE 12/11/2009 12/11/2014 CO INC YONKERS NY 10704 DOL DOL '""0327 MERCANDO INDUSTRIES LUG 134 MURRAY AVENUE 1211112009 12111/2014 YONKERS NY 10704 DOL DOL ""'6033 MICHAEL KUSNIR KUSNIR 2677 ANAWALK ROAD 08/0312012 08/03/2017 ' CON ON STRUCTI KATONAH NY 10538 DOL DOL MICHAEL STEVENS STEVENS 2458 EAST RIVER ROAD 0112312008 01/23/2013 TRUCKING CORTLAND NY 13045 ' DOL DOL '""0860 MICHAEL STEVENS STEVENS 2458 EAST RIVER ROAD 0112312008 01/2312013 TRUCKING CORTLAND NY 13045 DOL DOL "'"2635 MIDLAND CONSTRUCTION OF 13216 CALUMET AVENUE 11/10/2011 11/10/2016 CEDAR LAKE INC CEDAR LAKE IL 46303 DOL DOL "'"5517 MILLENNIUM PAINTING INC 67 WARD ROAD 01/2112011 0112112016 ' SALT POINT NY 12578 DOL DOL "'"0818 MILLER SANDBLASTING AND 121 LINCOLN AVENUE 02121/2008 02121/2013 PAINTING ROCHESTER NY 14611 DOL NYC MOHAMMAD SELIM 73-1235TH AVE-APT F63 03104/2010 03/04/2015 ' JACKSON HEIGHTS NY 11372 DOL DA MOHAMMED SALEEM 768 LYDIG AVENUE 08/1812009 0512512015 BRONX NY 10462 DOL NYC "'"2690 MONDOL CONSTRUCTION INC 11-27 30TH DRIVE 05/25/2011 05125/2016 LONG ISLAND CITY NY 11102 ' DOL DOL MORTON LEVITIN 3506 BAYFIELD BOULEVARD 08/3012011 08/30/2016 OCEANSIDE NY 11572 DOL DOL "'"2737 MOUNTAIN'S AIR INC 2471 OCEAN AVENUE- STE 7A 09/2412012 0912412017 BROOKLYN NY 11229 t DOL NYC MUHAMMAD ZULFIOAR 129-06 18TH AVENUE 0210912012 0210912017 COLLEGE POINT NY 11356 DOL DOL ""`2357 MUNICIPAL MILLING & MIX-IN- 9091 ERIE ROAD 02/0312011 0210312016 PLACE ANGOLA NY 14006 DOL DOL ""`2251 MURDOUGH DEVELOPMENT 203 KELLY DRIVE 03/2612008 0312612013 ' CO., INC. EAST AURORA NY 14052 DOL DOL MURRAY FORTH P O BOX 74 02/2812012 1010112017 EAST GREENBUSH NY 12061 DOL DA ""'9642 MUTUAL OF AMERICAL 768 LYDIG AVENUE 08/1812009 05/25/2015 GENERAL CONSTRUCTION & BRONX NY 10462 MANAGEMENT CORP DOL DOL N PICCO AND SONS 154 EAST BOSTON POST 08/1112009 08/11/2014 CONTRACTING INC ROAD MAMARONECK NY 10643 ' DOL DOL """4133 NASDA ELECTRICAL 134-25166 PLACE-#5E 08/07/2008 08/0712013 ENTERPRISES INC JAMAICA NY 11434 DOL DOL '""9445 NASDA ENTERPRISES INC 134-25 166 PLACE #5E 0810712008 08/07/2013 JAMAICA NY 11434 DOL DOL NAT PICCO 154 EAST BOSTON POST 08/22/2009 08122/2014 ' ROAD MAMARONECK NY 10543 NYSDOL Bureau of Public Work Debarment List 01/14/2013 Article 8 DOL DA ""'6988 NEW YORK INSULATION INC 58-48 59TH STREET 05/16/2012 05116/2017 ' MASPETH NY 11378 DOL DOL NICOLE SPELLMAN 2081 JACKSON AVENUE 06103/2010 06103/2015 COPIAGUE NY 11726 DOL DOL NIKOLAS PSAREAS 656 N WELLWOOD AVE/STE C 09101/2011 09/01/2016 LINDENHURST NY 11757 DOL DOL e.'"9890 NOBLE CONSTRUCTION 23960 WHITE ROAD 0211412008 02/14/2013 WATERTOWN NY 13601 DOL DOL "'-7041 NYCOM SERVICES CORP 80-12 ASTORIA BOULEVARD 11/22/2008 11/22/2013 EAST ELMHURST NY 11370 ' DOL DOL 0797 O GLOBO CONSTRUCTION 85-0660TH AVENUE 11/21/2008 11/21/2013 CORP ELMHURST NY 11373 DOL DOL OKBY ELSAYED 1541 EAST 56TH STREET 05104/2012 05104/2017 BROOKLYN NY 11234 ' DOL NYC e OLIVER HOLGUIN 95-2676TH STREET 10112/2011 10/1212016 OZONE PARK NY 11416 DOL NYC ""3855 OTBTINC 36-2823RD STREET 01/15/2008 05/14/2013 LONG ISLAND CITY NY 11106 DOL DOL ""'5226 PASCARELLA 8 SONS 459 EVERDALE AVENUE 01/1012010 01/10/2015 ' WEST ISLIP NY 11759 DOL DOL PATRICK BURNS 19 E. CAYUGA STREET 05/15/2008 05/15/2013 OSWEGO NY 13126 DOL DOL PATRICK SHAUGHNESSY 88 REDWOOD DRIVE 05/16/2008 05/1612013 ROCHESTER NY 14617 ' DOL DOL PEDRO RINCON 131 MELROSE STREET 03/02/2010 03/02/2015 BROOKLYN NY 11206 DOL DOL ""-9569 PERFORM CONCRETE INC 31 DURANTAVENUE 07/0212012 07/02/2017 BETHEL CT 06801 ' DOL DOL PETER J LANDI 249 MAIN STREET 10105/2009 10/05/2014 EASTCHESTER NY 10709 DOL DOL ""`7229 PETER J LANDI INC 249 MAIN STREET 10/05/2009 10/05/2014 EASTCHESTER NY 10709 ' DOL DOL "'"1136 PHOENIX ELECTRICIANS 540 BROADWAY 0310912010 03/0912015 COMPANY INC P 0 BOX 22222ALBANY NY 12201 DOL DOL ""5419 PINE VALLEY LANDSCAPE RR 1, BOX 285-B 0812712008 08/27/2013 CORP BUSKIRK NY 12028 ' DOL DOL PRECISION DEVELOPMENT 115 LEWIS STREET 05/12/2009 05/1212014 CORP YONKERS NY 10703 DOL DOL "'7914 PRECISION SITE 89 EDISON AVENUE 10128/2011 10/2812016 DEVELOPMENTINC MOUNT VERNON NY 10550 DOL DOL "'"9359 PRECISION STEEL ERECTORS P O BOX 949 09/0212008 09102/2013 ' INC BREWERTON NY 13029 DOL DOL ""6895 PROLINE CONCRETE OF WNY 3090 SHIRLEY ROAD 04/19/2011 12/3012016 INC NORTH COLLINS NY 14111 DOL DOL ""'2326 PUTMAN CONSTRUCTION 29 PHYLLIS AVENUE 09/0312008 09/03/2013 ' COMPANY OF WESTERN NY BUFFALO NY 14215 DOL DOL RAMON BONILLA 938 E 232ND STREET #2 05/25/2010 05125/2015 BRONX NY 10466 DOL DOL ""'7294 REDWOOD FLOORING, INC. 88 REDWOOD DRIVE 05/16/2008 05/1612013 ROCHESTER NY 14617 ' DOL NYC `""6978 RISINGTECH INC 243-03137TH AVENUE 03/25/2010 03/2512015 ROSEDALE NY 11422 DOL DOL ROBBYE BISSESAR 89-51 SPRINGFIELD BLVD 01/11/2003 01/11/3003 QUEENS VILLAGE NY 11427 ' DOL DOL ROBERT DIMARSICO 1233 WALT WHITMAN ROAD 04129/2008 04/29/2013 MELVILLE NY 11747 DOL NYC ROBERT FICARELLI 120-3028TH AVENUE 01/14/2011 01/1412016 FLUSHING NY 11354 ' 1101 DOL ""'1721 ROBERTS CONSTRUCTION OF 5 SANGER AVENUE 0112812009 01/28/2014 UPSTATE NEW YORK INC NEW HARTFORD NY 13413 DOL DOL ROCCO ESPOSITO C/O ROCMAR CONTRACTING 09/2412012 09/24/2017 CO 620 COMMERCE STREETTHORNWOOD NY ' 10594 DOL DOL ROCNIAR CONSTRUCTION 620 COMMERCE STREET 09124/2012 09124/2017 CORP THORNWOOD NY 10594 DOL DOL ""`7083 ROCMAR CONTRACTING 620 COMMERCE STREET 09124/2012 09/24/2017 CORP THORNWOOD NY 10594 DOL DOL e""9025 ROJO MECHANICAL LLC 938E 232ND STREET #2 05125/2010 05/25/2015 BRONX NY 10466 DOL DOL RONALD R SAVOY C/O CNY P O BOX 250 11/06/2008 11/06/2013 MECHANICAL EAST SYRACUSE NY 13057 ASSOCIATES INC NYSDOL Bureau of Public Work Debarment List 01/1412013 Article 8 DOL DOL ""'5905 ROSE PAINTING CORP 222 GAINSBORG AVENUE 05110/2010 05/10/2015 EAST , WEST HAR S T NY 10604 DOL DOL ROSEANNE CANTISANI 11 TATAMUCK ROAD 05/04/2012 0510412017 POUND RIDGE NY 10576 DOL NYC ROSSJ HOLLAND 120-3028TH AVENUE 01/1412011 01114/2016 FLUSHING NY 11354 ' DOL DOL RUTH H SUTTON 939 GROVESIDE ROAD 0812712008 08/27/2013 BUSKIRK NY 12028 DOL DOL S & M CONTRACTING LLC 30 MIDLAND AVENUE 11105/2010 11105/2015 WALLINGTON NJ 07057 , DOL DOL ""'2585 S B WATERPROOFING INC SUITE #311 1110412009 11/04/2014 2167 CONEY ISLAND AVENUEBROOKLYN NY 11223 DOL DOL "°'9066 SAMAR PAINTING & 137 E MAIN STREET 1210112008 12/01/2013 DECORATING INC ELMSFORD NY 10523 ' DOL DOL -4923 SCHENLEY CONSTRUCTION 731 WARWICK TURNPIKE 0612512012 06/2512017 INC HEWITT NJ 07421 DOL NYC ""'4020 SERVI-TEK ELEVATOR CORP 2546 EAST TREMONT AVENUE 0610412009 0610412014 BRONX NY 10461 DOL NYC SHAFIQUL ISLAM 11-27 30TH DRIVE 0512512011 0512512016 ' LONG ISLAND CITY NY 11102 DOL NYC SHAHZAD ALAM 21107 28TH AVE 0710212012 07102/2017 BAYSIDE NY 11360 DOL DOL SHAIKF YOUSUF C/O INDUS GENERAL CONST 0412812010 04128/2015 ' 33-04 91ST STREEfJACKSON HEIGHTS NY 11372 DOL DOL -0256 SIERRA ERECTORS INC 79 MADISON AVE- FL 17 04116/2009 04116/2014 NEW YORK NY 10016 DOL DOL -0415 SIGNAL CONSTRUCTION LLC 199 GRIDER STREET 11114/2006 02/2512015 , BUFFALO NY 14215 DOL DOL -8469 SIGNATURE PAVING AND P O BOX 772 08/13/2010 08/13/2015 SEALCOATING JAMESTOWN NY 14701 DOL DOL ""'8469 SIGNATURE SEALCOATING 345 LIVINGSTON AVENUE 04/04/2007 08/13/2015 ' AND STRIPING SERVICE P O BOX 772JAMESTOWN NY 14702 DOL DOL '°"0687 SNEEM CONSTRUCTION INC 43-2242ND STREET 07/01/2011 07101/2016 SUNNYSIDE NY 11104 DOL DOL SPASOJE OOBRIC 61 WILLET STREET-SUITE 07109/2010 02/23/2017 , PASSAIC NJ 07055 DOL DOL --3539 SPOTLESS CONTRACTING IMPACT 44 THIELLS-MT IVY ROAD 10/14/2011 10114/2016 INDUSTRIAL POMONA NY 10970 SERVICES INC DOL DOL ""`3496 STAR INTERNATIONAL INC 89-51 SPRINGFIELD BLVD 0811112003 08/11/3003 ' QUEENS VILLAGE NY 11427 DOL NYC "°'6650 START ELEVATOR 4350 BULLARD AVENUE 0112812008 01/28/2013 CONSTRUCTION, INC. BRONX NY 10466 DOL NYC ""'3896 START ELEVATOR 4350 BULLARD AVENUE 01/2612008 01/28/2013 , MAINTENANCE, INC. BRONX NY 10466 DOL NYC '-1216 START ELEVATOR REPAIR, 4350 BULLARD AVENUE 01/28/2008 01128/2013 INC. BRONX NY 10466 DOL NYC '"*'2101 START ELEVATOR, INC. 4350 BULLARD AVENUE 01/28/2008 01128/2013 ' BRONX NY 10468 DOL DOL STEFANIE MCKENNA 30MIDLANDAVENUE 11/05/2010 11105/2015 WALLINGTON NJ 07057 DOL DOL STEPHEN BALZER 34-08 PARKWAY DRIVE 07/01/2008 07/0112013 BALDWIN NY 11510 , DOL DOL STEVEN CONKLIN 60 COLONIAL ROAD 02/15/2011 02/15/2016 STILLWATER NY 12170 DOL DOL °"'4081 STS CONSTRUCTION OF WNY 893 EAGLE STREET 06/09/2009 06/0912014 BUFFALO NY 14210 DOL DOL ""'4293 THE J OUVINA GROUP LLC 344 SOUNDVIEW LANE 11122/2011 11122/2016 , COLLEGE POINT NY 11356 DOL DOL THEODORE F FAULKS 18 FIREWEED TRAIL 0611012008 06/10/2013 HILTON NY 14468 DOL DOL THOMAS ASCHMONEIT 79 MADISON AVENUE - FL 17 0411612009 04116/2014 ' NEW YORK NY 10016 UUL UVL THOMAS DEMARIINO 156-1196TH STREET 66/25%2009 06125/2614 HOWARD BEACH NY 11414 DOL DOL THOMAS TERRANOVA 13 NEW ROAD/SUITE 1 11/1512010 11115/2015 ' NEWBURGH NY 12550 DOL NYC TIMOTHY O'SULLIVAN C/O SNEEM CONSTRUCTION 07101/2011 07/01/2016 4322 42ND STREETSUNNYSIDE NY 11104 DOL DOL TIMOTHY P SUCH 893 EAGLE STREET 06/09/2009 0610912014 ' BUFFALO NY 14210 ' NYSDOL Bureau of Public Work Debarment List 01/1412013 ' Article 8 DOL DOL TNT DEMOLITION AND 355 COUNTY ROUTE 8 0810812009 08/19/2014 ENVIRONMENTAL INC FULTON NY 13069 DOL DOL ""3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/0512010 01105/2015 INSTALLATION INC NEW HYDE PPARK NY 11040 DOL DOL """3315 TOTAL DOOR SUPPLY & 16 JOY DRIVE 01/05/2010 01/05/2015 INSTALLATION INC NEW HYDE PPARK NY 11040 DOL DOL "'8176 TOURO CONTRACTING CORP 1541 EAST 56TH STREET 05/04/2012 05/04/2017 BROOKLYN NY 11234 DOL DOL "'-2357 TRAC CONSTRUCTION INC MUNICIPAL 9091 ERIE ROAD 02/03/2011 02/03/2016 MILLING & MIX ANGOLA NY 14006 ' -IN- PLACE DOL DOL TRI STATE TRUCKING INC 140 ARMSTRONG AVENUE 10/21/2009 10/21/2014 SYRACUSE NY 13208 DOL DOL ""'5213 TRIAD PAINTING CO INC 656 N WELLWOOD AVE/STE C 09/01/2011 09101/2016 LINDENHURST NY 11757 ' DOL DOL ""'4294 TWr CONSTRUCTION 13 NEW ROAD/SUITE 1 11/1512010 11/1512015 COMPANY INC NEWBURGH NY 12550 DOL DOL ULIANO AND SONS INC 22 GRIFFEN COURT 10/26/2010 10/26/2015 MILLER PLACE NY 11746 ' DOL DOL `'-0854 VANESSA CONSTRUCTION 588 MEACHAM AVEISTE 103 08/24/2010 08/24/2015 INC ELMONT NY 11003 DOL DOL '-3270 VEZANDIO CONTRACTING 530 BEECH STREET 07/02/2012 07102/2017 CORP NEW HYDE PARK NY 11040 DOL DOL VIRGINIA L CAPONE 137 E MAIN STREET 12/01/2008 12101/2013 ELMSFORD NY 10523 DOL NYC y.9936 VISHAL CONSTRUCTION INC 73-12 35TH AVE - APT F63 03104/2010 03104/2015 JACKSON HEIGHTS NY 11272 DOL DOL "'"0329 WET PAINT CO. OF OSWEGO, 19 E. CAYUGA STREET 05/1512008 05/15/2013 ' INC OSWEGO NY 13126 DOL DOL ""7617 WHITE PLAINS CARPENTRY P 0 BOX 309 12/04/2009 05/04/2017 CORP WHITE PLAINS NY 10603 DOL DOL WILLIAM PUTNAM 50 RIDGE ROAD 09/0312008 09/03/2013 BUFFALO NY 14215 ' DOL DOL WILLIAM SCRNENS 30 MIDLAND AVENUE 11105/2010 11/05/2015 WALLINGTON NJ 07057 DOL DOL WILLIAM W FARMER JR 112 HUDSON AVENUE 10/19/2009 10/19/2014 ROCHESTER NY 14605 ' DOL NYC '""5498 XAVIER CONTRACTING LLC 68 GAYLORD ROAD 02/10/2011 02/10/2016 SCARSDALE NY 10583 DOL AG YULY ARONSON 700 SUMMER STREET 11/24/2009 11/24/2014 STAMFORD CT ' DOL DOL YURIYIVANIN C/O MOUNTAIN'S AIR INC 09/2412012 09/24/2017 2471 OCEAN AVENUE-STE 7ABROOKLYN NY 11229 1 1 1 ' General Decision Number: NY130012 01/25/2013 NY12 Superseded General Decision Number: NY20120012 ' State: New York ' Construction Types: Building, Heavy, Highway and Residential Counties: Nassau and Suffolk Counties in New York. ' BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS ' Modification Number Publication Date 0 01/04/2013 1 01/11/2013 ' 2 01/18/2013 3 01/25/2013 ASBE0012-001 01/02/2012 Rates Fringes Asbestos Workers/Insulator ' Includes application of all insulating materials, protective coverings, ' coatings and finishes to all types of mechanical systems $ 61.08 26.59 HAZARDOUS MATERIAL HANDLER $ 30.00 9.10 BOIL0005-001 01/01/2012 ' Rates Fringes BOILERMAKER $ 47.98 32$+21.75+a ' FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial ' Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Year's Eve BRNY0001-001 07/01/2012 ' Rates Fringes BRICKLAYER $ 49.09 22.93 ' MASON - STONE $ 25.65 ---15.43 CARP0290-001 07/01/2011 Rates Fringes ' Carpenters: Building $ 37.23 30.80 ' Heavy & Highway $ 37.23 30.80 Residential $ 33.48 30.80 CARP0740-001 07/01/2010 , Rates Fringes MILLWRIGHT $ 46.19 44.93 ' CARP1456-009 01/01/2011 Rates Fringes Carpenters: ' DIVERS TENDERS $ 41.16 38.46 DIVERS $ 58.01 38.46 DOCKBUILDERS $ 46.21 38.46 -----PILEDRIVERMAN $ 43.61 38.46 ' CARP1536-001 10/01/2010 Rates Fringes ' Carpenters: - ----TIMBERMEN-------------------$-42.63 ------------31-32 ELE00025-001 04/28/2012 Rates Fringes ' ELECTRICIAN $ 47.95 16$+16.67 ELECO025-002 06/30/2012 Rates Fringes ' Electricians: Maintenance Unit $ 39.20 128+$15.52 Telephone Unit $ 35.45 16%+$15.93 ' Wiring for single or multiple family dwellings and apartments up to and ' including 3 stories $ 26.10 - 13%+10.88 - * ELEC1049-002 04/01/2012 Rates Fringes ' Line Construction: Substation and Switching , structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems ' maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipment; Groundman $ 28.28 28.5%+9.75 Heavy Equipment Operator 37.70 28.5%+9.75 Lineman & Cable Splicer $ 47.13 28.5%+9.75 ' Material Man ...............$41.00 28.5$+9.75 - ELEV0001-002 03/17/2012 t Rates Fringes ELEVATOR MECHANIC ' Elevator Constructor $ 55.20 26.105+a+b Modernization and Repair $ 43.79 25.955+a+b FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Good Friday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus ' Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ' b. PAID VACATION: An employee who has worked less than 5 years shall recieve vacation pay credit on the basis of 4% of his hourly rate for all hours worked; an employee who has worked 5 to 15 years shall receive vacation pay credit on the basis of 6% of his hourly rate for all hours worked; an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 8% of his hourly rate for all hours worked. ENGI013B-001 06/01/2011 ' BUILDING CONSTRUCTION Rates Fringes ' Power equipment operators: GROUP I $ 50.78 28.84+a GROUP 2 $ 48.20 28.84+a ' GROUP 3 $ 46.48 28.84+a GROUP 4 $ 43.01 28.84+a GROUP 5 $ 41.27 28.84+a ' NOTES: Hazmat premiums: ' Level A 3.50 Level B 2.50 Level C 1.50 Level D 1.00 Oiler on truck cranes with boom length of 100 ft. or more ' .25 FOOTNOTE: , a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or President's Day (in lieu of ' Lincoln's or Washington's Birthday), Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. ' Any holiday that falls on a Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CASSIFICATIONS ' GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic), ' Cherry picker, over 50 tons, CMI or maxim spreader, concrete pump (with oiler), crane (crawler truck), crane (on barge), crane (stone setting), crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drum), loading machine (bucket) cap of 10 yds or over micro-trap, with compressor (negative air machine), milling machine, large pile driver, power winch, Stone setting/structural steel, power winch (truck ' mounted/stone steel) powerhouse, road paver scoop, carry-all, scraper in tandem shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self ' propelled tank work), zamboni (ice machine) GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi), dinky locomotive, forklift, hoist, 2 ' drum, loading machine, loading machine (front end) mechanicl compactors, (machine drawn), mulch machine (machine-fed), power winch, other than stone/structural ' steel, power winch (truck mounted other than stone steel) pump (hydraulic, with boring machine), roller, (asphalt), scoop (carry-all scraper), tower crane (maintenance man), trenching machine t GROUP 3: Comrpessor (structural steel), Compressor (2 or more in battery), concrete finishing mchine, concrete spreader, ' conveyor, curb machine (asphalt or concrete), curing machine, fireman, hoist (1 drum), micro-trap, (self contained, negative air machine), pump (4 inches or over), pump (hydraulic), pump (jet), pump (sumbersible), pump ' (well point), pulvi-mixer, ridge cutter, roller (dirt), striping machine, vac-all, welding and burning, welding machine (pile work), welding machine (structural steel) GROUP 4: Compre-0-- or, mp-rc.,c c.,.,_ nr (on crane) c_mp_res..s.,.,_ (pile .,or work), compressor (stone setting), concrete breaker, concrete saw or cutter, forklift (walk behind, power operated), generator-pile work, generator, hydra hammer, mechanical compactors (hand operated), oiler (truck crane), pin puller, portable heaters, powerbroom, power buggies, ' pump (double action diaphgrgm), pump (gypsum), trench machine (hand), welding machine ' GROUP 5: Batching plant (on site of job), generator (small), mixer (with skip), mixer (2 small with or without skip), mixer (2 bag or over, with or without skip), mulch machine, oiler, pump (centrifugal, up to 3 inches), root cutter, ' stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) ENGI0138-002 06/01/2011 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1 $ 53.48 29.09+a ' GROUP 2 $ 49.99 29.09+a GROUP 3 $ 48.23 29.09+a GROUP 4 $ 44.67 29.09+a ' GROUP 5 $ 42.93 29.09+a GROUP 6 $ 32.32 11.60+a NOTES: ' Hazmat premiums: Level A 3.50 Level B 2.50 ' Level C 1.50 Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft .50 ' boom lenghts (including jib) 150-249 ft .75 boom lenghts (including jib) 250-349 ft 1.00 boom lengths (including jib) 350 ft 1.50 Cranes using clamshell buckets .25 Front end loader 10 yds and above .25 Oiler on truck cranes with ' boom length of 100 ft. or more .25 FOOTNOTE: ' a. Paid Holidays: New Years Day, Lincoln's Birthday, Washington's Birthday or Presidents Day (in lieu of Lincoln's or Washington's Birthday, Good Friday, Memorial ' Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CLASSIFICATIONS ' GROUP 1: Asphalt spreader, backhoe crawler (capacity over caterpiller 225 and komatsu 300), boiler (thermoplastic), boring machine (post hole), cgherry picker (over 50 ton), CMI or maxim spreader, concrete pump, with oiler, crane (crawler truck), crane (on barge), crane (stone setting) ' crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drums), loading machine (bucket) capacity of 10 yards or over, micro-trap ' (with compressor-negative air machine), milling machine (large), piledriver, power winch (stone setting structural steel), power winch (truck mounted/stone steel), power-house, road paver, scoop, carry all (scraper in ' tandem), shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self-propelled), tank work, tower crane ' GROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypicker, Conveyor (multi), Dinky Locomotive, Forklift, Hoist (2 drum), Loading Machine, , Loading Machine (front end), Mechanical Compactor (machine drawn), Mulch Machine (machine- fed), Power Winch (other than stone/structural steel), Power Winch (truck mounted/other than stone steel), Pump Hydraulic (with ' boring machine), Roller (asphalt), Scoop (carry-all, scraper), Tower Crane (maintenance man), Trenching Machine, Vermeer Cutter, Work Boat ' GROUP 3: Curb Machine (asphalt or concrete), Maintenance Engineer (small equipment), Maintenance engineer (well-point) Mechanic (fieldman), Micro-Trap (self ' contained, negative air machine), Milling Machine (small), Pulvi-mixer, Pump (4 inches or over), Pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point), Roller Dirt, , Vac-All, Welding and burning, Compressor (structural steel), Compressor (2 or more battery), Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, ' Welding Machine (pile work), Welding Machine (structural Steel). GROUP 4: Compressor, Compressor on crane, Compressor (pile , work), Compressor (stone setting), Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated), Generator- Pile Work, Generator, Hydra Hammer, ' Mechanical Compoactors (hand operated), Oiler (truck crane), Pin Puller, Portable Heaters, Powerbroom, Power buggies, Power Grinders, Pump (double action diaphragm), , Pump gypsum, Pump (single action 1 to 3 inches), Trench Machine hand, Welding Machine GROUP 5: Hatching Plant (on site of job), Generator (small), ' Grinder, Mixer (with skip), Mixer (2 small with or without skip), Mixer (2 bag or over, with or without skip), Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches), Root Cutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2 , , each) Tractor (-.tcr..41 I- Wheel) INI-tor Work boat(deckhand), ' GROUP 6: Well drillers IRON0046-003 07/01/2011 ' Rates Fringes IRONWORKER METALLIC LATHERS AND REINFORCING IRONWORKERS $ 40.00 24.97 IRON0197-001 07/01/2012 Rates Fringes ' IRONWORKER STONE DERRICKMAN............ $ 40.50 35.93 IRON0361-001 07/01/2012 Rates Fringes ' IRONWORKER (STRUCTURAL).......... $ 45.55 - 49.15- IRON0580-001 07/01/2012 ' Rates Fringes IRONWORKER, ORNAMENTAL $ 41.50 40.62 LAB00066-001 07/01/2012 ' BUILDING Rates Fringes Laborers: Laborers $ 32.70 25.53 Plasterers Tenders $ 32.70 25.53 LAB00078-001 12/01/2011 Rates Fringes ' LABORERS BUILDING CONSTRUCTION ' ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos); LEAD; & ' HAZARDOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold ' Remediation, HVAC, Duct Cleaning, Re-spray Fireproofing, etc) $ 35.10 14.85 LABO1298-001 06/01/2012 HEAVY & HIGHWAY Rates Fringes ' Laborers: ' Asphalt Rakers; Formsetters.$ 37.42 24.48+a Asphalt Shovelers, Roller Boys & Tampers $ 36.34 24.48+a Regular Laborers $ 33.05 24.48+a ' A. FOOTNOTES: Laborers working in a hazardous material hot zone shall ' receive an additional 208 premium. Where the contract provides for night work outside the ' regular hours of work, the employees shall be paid at straight time plus a 258 night work premium for the 8 hours worked during the night. Firewatch work performed after regular hours shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 108 premium. ' Contractor requesting laborers certified for hazardous material work and/or employed on hazardous material shall be required to pay an additional 108 premium. ' PAIN0009-002 11/01/2012 Rates Fringes , Painters: GLAZIERS $ 40.00 32.89 ' Painters, Drywall Finishers.$ 36.00 20.87 Spray, Scaffold, Sandblasting $ 39.00 20.87 1 * PAIN0806-010 10/01/2012 Rates Fringes ' Painters: Stuctural Steel and-Bridge..$ 47.00 -----32_08 - - , PAIN1974-002 12/26/2012 Rates Fringes ' Painters: DRYWALL TAPERS/POINTERS $ 43.82 - - 22.01- Pr_A.Sn262-nn3 02/n1/2n12 Rates Fringes ' t PLASTERER $ 40.78 26.80 ' PLAS0780-001 07/01/2012 Rates Fringes ' CEMENT MASON/CONCRETE FINISHER 44.63 38.95 - PLUM0200-001 05/01/2012 t Rates Fringes ' PLUMBER BUILDING CONSTRUCTION: $ 50.48 29.8 RESIDENTIAL CONSTRUCTION: $ 29.46 10.36 ' PLUM0638-001 06/27/2012 Rates Fringes ' PLUMBER SERVICE FITTERS $ 26.30 2.55 SPRINKLER FITTERS, STEAMFITTERS $ 51.25 49.54 Service Fitter work shall consist of all repair, service and maintenance work on domestic, commercial and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc., including but not exclusively the charging, evacuation, leak testing ' and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing or replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air ' conditioning, air cooling, stoker and oil burner apparatus and heating apparatus regardless of size or type. ROOF0154-001 10/01/2012 ' Rates Fringes ' ROOFER* ..........................$-38.50------------28.59 SHEE0028-002 09/15/2011 ' Rates Fringes SHEET METAL WORKER BUILDING CONSTRUCTION $ 48.90 36.00 ' RESIDENTIAL CONSTRUCTION $ 27.22-- 16.48 TEAM0282-002 07/01/2012 Rates Fringes ' Truck drivers: Asphalt $ 37.47 38.5525+a ' Euclids & turnapulls........ $ 37.57 38.5525+a High Rise $ 42.00 36.9125+a FOOTNOTES: ' a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election ' Day, Veterans' Day (Armistice Day), Thanksgiving Day, Day after Thanksgiving and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape ' each remaining workday during such calendar week. WELDERS - Receive rate prescribed for craft performing ' operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification ' and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage ' determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with , characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first ' four letters , PLUM, indicate the international union and the four-digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., ' Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bars^a i..ing a y^r.....,...nt ::i Cti: -,-IA he .J,,l s. 1~ 2f111 the example. ' Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. ' 0000/9999: weighted union wage rates will be published annually each January. Non-Union Identifiers ' Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued ' as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. ' WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can ' be: * an existing published wage determination * a survey underlying a wage determination a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling ' On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted ' because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) ' and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ' Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an ' interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: ' Wage and Hour Administrator U.S. Department of Labor ' 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the ' interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: ' Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. ' Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ' END OF GENERAL DECISION ' r STANDARD INSURANCE REQUIREMENTS ' TOWN OF SOUTHOLD CONTRACT I NSURANCE REQUIREMENTS ' INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES ' INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, ' and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or ' retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained ' all insurance required under the following paragraphs, and the TOWN OF SOUTHOLD has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this ' contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such ' operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. ' GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect ' him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. ' Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $2,000,000 (Five million dollars) each occurrence and aggregate. OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: ' 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: ' SIR - 1 1 STANDARD INSURANCE REQUIREMENTS ' A. Contractual liability B. Independent contractors C. Products and completed operations ' AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit (CSL) ' of $1,000,000 (one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: ' 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage ' C. Statutory no-fault coverage ADDITIONAL CONDITIONS OF INSURANCE: ' 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. t 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. ' CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the TOWN OF SOUTHOLD prior to commencing work under this contract, a certificate of insurance. ' 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate ' C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. ' included on certificate Description of operations/locations/etc. Box must include the statement: ' "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" ' CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD ' 53095 MAIN ROAD PO BOX 1179 SOUTHOLD, NEW YORK 11971 ' 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire ' 'uuriIIb tiic iiic Gf uic contact, uic Towu Slhaii be pYv`v'lucu WI11 anew ~ciiiLICaw ulwi mUig the replacement policy information as requested above. Thirty days (30) prior written notice to the TOWN OF SOUTHOLD for cancellation is applicable. SIR-2 ' t GENERAL CONDITIONS INDEX ' 1. Defmitions of Terms ' 2. Standards of Workmanship 3. Samples 4. Manufactured Materials ' 5. Laboratory 6. Shop Drawings 7. Permits ' 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies t 11. Temporary Toilet 12. Proper Method of Work and Proper Materials 13. Inspection t 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment ' 17. Schedule of Operations 18. Right to Use Work 19. Notice of Warning ' 20. Warning Signs 21. Accident Prevention 22. Damages ' 23. Maintenance of Traffic 24. Final Site Cleaning ' 25. Protection of Land Markers, Trees, Shrubs, and Property 26. Protection of Utilities 27. No Damages for Delay ' 28. Record Keeping 29. Subcontractors and Suppliers 30. Penal Law 1 1 1 ' GC - I GENERAL CONDITIONS , 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the t Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any ' structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this ' document, together with all documents of any description and agreements made (or to be made) ' pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. , ENGINEER (ARCHITECT): The RBA Group as engaged by the Owner and duly authorized to , represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to ' Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all , supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or ' any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. t INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. ' MATERIALS: Any approved materials acceptable to the Engineer and conforming to the ' requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other ' work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall ' be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any ' detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be finished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and ' worlrmnmliip of _fimt quality is to be used in this connection and all intemretations of these Specifications shall be made upon this basis. 1 GC-2 ' ' GENERAL CONDITIONS ' 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall ' be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of ' materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary, to permit a resubmission of samples to the Engineer until approval is given. ' Work and material shall be fumished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate ' size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract, to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or ' trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. ' Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference ' is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. ' The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed ' as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first-class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. ' 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two ' certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. ' 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of ' approval evidencing that the drawings have been checked. The Contractor will make any ' GC-3 GENERAL CONDITIONS ' corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) ' deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: ' 7.1 Municipal: All work in connection with the installation of pipes or other underground ' structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law, Roads Opening, Section 149, and Section 198 Town Law, with all subsequent changes, additions or ' corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, ' whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a t revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s) pre-requisite ' thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building permit ' (2) Fire prevention permit (IF APPLICABLE) The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and , conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. , The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals. , 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One ' copy of Plans and Specifications famished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the ' Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be famished, performed and done as if the same were both mentioned in the Specifications and shown on the ' Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. , In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the t GC-4 , ' GENERAL CONDITIONS best type of construction, both as to materials and workmanship, which reasonably can be ' interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The 2008 NY State Standard Specifications will be utilized on this contract. The Plans show approximate size, arrangement and location of the proposed work. The Engineer ' will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the ' Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor ' at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the ' Contract Documents as may be required for their work. 9. CUTTING. PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or ' patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as ' Engineer may direct. Any cost caused by defective or ill-timed work shall be home by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or t alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS OMISSIONS AND DISCREPANCIES: ' a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or ' documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. ' b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should t discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to cant' out the work ' in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing ' conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing ' GC-5 GENERAL CONDITIONS ' the work, unless he shall have asked for and obtained a decision in writing from the Engineer, ' before the submission of bids, as to which method or material will produce the results to the best interest of the Town. ' 11. TEMPORARY TOILET: The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and ' kept in a sanitary condition at all times. Upon removal of the temporary outside toilet, the vault shall be disinfected, filled and all evidence of the toilet removed from the site. , 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit ' the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and ' appliances used or to be used appear to the Engineer as insufficient or improper for assuring the quality of the work required, or the required rate of progress, he may order the Contractor to , increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. ' During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done , in such a manner as will properly protect and support existing permanent structures, pipe lines, etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. ' Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials frnished or the manner of performing the work, the Inspector shall have the authority to ' reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue ' instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the ' latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding t the Engineer nor the Owner in any way nor releasing the Contractor from the fulfilhnent of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to ' guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, , maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. ' GC-6 ' ' GENERAL CONDITIONS The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under ' him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall ' continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor ' any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its ' employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract ' shall be construed as cumulative; that is in addition to each and every remedy herein provided. 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction ' purposes must be provided by the Contractor. The cost shall be home by the Contractor. 16. MACHINERY AND EOUIPMENT: All machinery, equipment, trucks and vehicles used in ' the prosecution of the work or in connection therewith, shall at all times be in proper working condition. ' The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. ' 17. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. ' This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 18. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. ' Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material famished or work performed under the Contract. ' 19. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized ' GC-7 GENERAL CONDITIONS ' extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the , Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof, the Owner shall have the right to terminate the Contract. 20. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and ' detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less , than two lights, which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. ' 21. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall ' exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions ' of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. ' If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any ' operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours' notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case ' to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full ' responsibility at all times for safe prosecution of the work. 22. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any ' cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the , Contract. 23. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the , time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary ' GC-8 , GENERAL CONDITIONS ' structures where necessary, prepare the roads so there will be minimum interference with traffic, set ' up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. Section 619 of the latest New York State ' Standard Specifications as well as the National NfUTCD with the New York State Supplement will serve as references regarding the maintenance of traffic for this project. ' 24. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as ' called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from ' excess dirt and materials. 25. PROTECTION OF LAND MARKERS. TREES. SHRUBS. AND PROPERTY: Wherever ' in the conduct of the work, a monument marking a, point of public or private survey is encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by ' the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of ' position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or ' curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. ' The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises ' restored to their original condition. 26. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence ' of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. ' The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned ' by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface ' or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible ' GC-9 GENERAL CONDITIONS for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. ' 27. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract t occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any ' of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 28. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate ' books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract , term and for six (6) years thereafter. 29. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer ' of notice to begin work, the Contractor will firnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the ' project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly ' notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 30. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: t Construction or blasting near pipes copey_mg combustible gas ' No person shall discharge explosives in the ground, nor shall any person other than a state or county ' employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution ' of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred ' feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however, that in any emergency involving danger to , life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if ' such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. , GC-10 ' ' CONDITIONS OF CONTRACT ' INDEX 1. Contract Documents and Definitions ' 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence ' 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays ' 8. Extension of Time. No Waiver 9. Weather 10. Contract Security ' 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release ' 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations ' 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor ' 23. Protection of Work, Persons and Property 24. Representations of Contractor 25. Patent Rights ' 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work ' 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract ' 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law ' 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades, Lines, Levels, and Surveys 41. Insurance Requirements ' 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity ' 45. Exemption from Sales and Use Tax ' CC-1 CONDITIONS OF CONTRACT ' 1. CONTRACT DOCUMENTS AND DEFINITIONS , The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General , Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, ' headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the ' interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, hnstructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction ' Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by ' the Owner, which in the judgement of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not , covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying , labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice ' shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed , to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed Required Approved Acceptable: Whenever they refer to the work or its performance, ' "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgement of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the Engineer. ' 2. SCOPE OF THE WORK ' The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities , and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed , on him by this Contract. CC-2 ' CONDITIONS OF CONTRACT ' 3. COMPENSATION TO BE PAID TO THE CONTRACTOR ' (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as ' determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. t (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find ' necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: ' 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or ' 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, ' rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional premiums upon the performance bond of the Contractor ' and the use of small tools. 4. TIME OF ESSENCE ' INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ' ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. ' 5. COMMENCEMENT OF WORK ' The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. ' 6. TIME OF COMPLETION The time of completion of the entire contract work shall be TWELVE (12) WEEKS from the ' date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. ' CC-3 CONDITIONS OF CONTRACT ' The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during ' which such suspension of work is in force are not chargeable against the specified completion date. , 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby ' agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One ' Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, ' for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 - Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. ' 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, , civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. The request for a time extension by the contractor shall be submitted to NYSDOT construction for their concurrence, , after the contractor's time extension request is submitted and approved by the sponsor. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER , During unsuitable weather, all work must stop when such work would be subject to injury and ' the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to , any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. ' 10. CONTRACTS CURITY (a) The Contractor shall famish a Performance Bond, or other acceptable security, equal to one , hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full ' CC-4 , 1 CONDITIONS OF CONTRACT force for a period of not less than one (1) year after the date of acceptance of the work by the ' Engineer. (b) Additional or Substitute Bond: If at any time the Owner shall be or become dissatisfied with ' any surety or sureties, or if for any other reason such bond shall cease to be adequate security to the Owner, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond in such form and sum and signed by such other surety as may be ' satisfactory to the Owner. The premiums on such bonds shall be made until the new surety shall have been qualified. ' 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county ' and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling and use of explosives and all other general ' ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. ' As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and ' Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and ' Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the ' contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the ' Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, ' flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or ' mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon ' CC-5 1 CONDITIONS OF CONTRACT the work shall be paid the wages herein provided; that employees engaged in the construction, ' maintenance, and repair of highways and in water works construction outside the limits of cities ' and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight (8) hour day. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that t before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it ' is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth . therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall ' have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract ' was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in ' such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or , subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath ' or verification. ' Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, ' county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or ' other person doing or contracting to do the whole or part of the work contemplated by the Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after , entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by ' fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or ' employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. , CC-6 ' ' CONDITIONS OF CONTRACT ' The minimum wage rates established by the Industrial Commissioner, State of New York, for ' this Contract are set forth herein above as part of "Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this ' Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate ' against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. ' 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the ' employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any ' employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, ' this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. ' 14. PAYMENT OF EMPLOYEES ' The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash (or any agreed upon method by the Employee) and not less often than once each week. 15. ESTIMATES & PAYMENTS ' (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set ' forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five (5) percent. ' The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee ' that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract ' CC-7 CONDITIONS OF CONTRACT ' and Specifications, and against any damages caused the Owner by reason of any failure on the ' part of the Contractor to fulfill all conditions and obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and ' contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the ' work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations , and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. ' (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts ' of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, remeasure or re-estimate any portion of the work, but , the expense of such remeasurement or re-estimating shall, unless material error be proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been ' incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after 1 issuance's of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. ' (f) Before any payment is made to the contractor, the Contractor must submit Materials certifications as per the contract items specifications, to the Sponsor/Sponsor's representative, ' along with the AAP-33d form, Employment Monthly Utilization form. After this information has been reviewed and found acceptable to the Sponsor/Sponsor's representative, payment procedures may begin. ' 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE ' The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished ' in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to 1 release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. ' 17. CONSTRUCTION REPORTS 1 CC-8 ' CONDITIONS OF CONTRACT ' The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor ' proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to ' coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. ' The Contractor shall furnish the Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer ' with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall ' famish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. ' The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 1 18. INSPECTION AND TESTS ' All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. ' Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the ' Specifications. ' If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor ' and materials for such examination. If such work is found to be defective in any material respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, ' the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. ' If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra ' work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory ' CC-9 CONDITIONS OF CONTRACT ' documentary evidence that the material has passed the required inspection and tests must be ' furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS ' The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed ' and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the ' Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. ' 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those , shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly ' investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such ' changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS , No materials or supplies for the work shall be purchased by the Contractor or any subcontractor , subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. ' 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or ' employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and ' shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. ' 23. PROTECTION OF WORK. PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and , work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, ' CC-10 ' ' CONDITIONS OF CONTRACT ' manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the ' extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. ' The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, ' unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage ' caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, ' letterboxes, traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR ' The Contractor represents and warrants: ' (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to famish the plant, materials, supplies ' and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations ' which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and ' (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and ' (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work, the ' character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or ' its performance. 25. PATENT RIGHTS 1 ' CC-11 CONDITIONS OF CONTRACT , As part of his obligation hereunder and without any additional compensation, the Contractor will ' pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent ' rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. ' 26. AUTHORITY OF THE ENGINEER ' In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such ' time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and ' shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, ' judgement, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception ' all the work shall be governed and so performed. 27. CHANGES AND ALTERATIONS ' The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or ' after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for ' according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. Section 104 of the New York State Standard Specifications - Scope of Work - will be used as a reference. ' 28. CORRECTION OF WORK ' All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the ' inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and , replaced and/or corrected as the case may be, by the Contractor, at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgement of the Engineer shall be ' CC-12 ' ' CONDITIONS OF CONTRACT equitable. ' The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final completion of the work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. ' 29. WEATHER CONDITIONS ' In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of ' the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. ' 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS ' The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgement of the Owner, be necessary: ' (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b) To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or ' any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. t 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or ' (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection ' therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or ' CC-13 CONDITIONS OF CONTRACT ' (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified (or any duly authorized ' extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials ' for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the ' Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days' notice to the Contractor, terminate the employment of the Contractor and , his rights to proceed either as to the entire work or (at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and ' complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the ' expense of so completing the work (including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his ' sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated, the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the ' work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ' If the work shall be stopped by order of the Court or other public authority for a period of three , (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the ' Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. ' 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its , completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect ' the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the ' Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the , CC-14 ' CONDITIONS OF CONTRACT ' work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, ' and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. ' 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: ' (a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his ' subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the 1 operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; ' (c) Before final payment hereunder to remove all surplus material, temporary structures, plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, ' demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action ' shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. ' 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the ' Contractor due to extra work made necessary because of his acts in such emergency shall be submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such ' action shall be determined in the manner provided herein for the payment of extra work. ' 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were ' CC - 15 CONDITIONS OF CONTRACT ' included herein, and if through mistake or otherwise, any such provision is not inserted, or is not 1 correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. ' 38. SUBLETTING. SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money ' due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective ' successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. ' 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the ' Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any ' political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning ' such transaction or contract, such person, and any firm, partnership, or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal ' corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, ' 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies ' owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 40. GRADES. LINES. LEVELS AND SURVEYS ' The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from , which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and ' it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor ' shall pay the cost of having the damaged controls verified, checked, corrected or replaced. 41. INSURANCE REQUIREMENTS ' The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, ' CC-16 , ' CONDITIONS OF CONTRACT the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind ' or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor, his agent or employees in the performance of the Contract. ' The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved ' by the Town. 42. FOREIGN CONTRACTORS ' Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the ' New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, ' Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY ' Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or ' submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods, work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without ' incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 1 ' CC - 17 CONDITIONS OF CONTRACT ' 45. EXEMPTION FROM SALES AND USE TAXES ' In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, ' amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision (a) paragraph (L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible ' personal property within the limitations specified in tax law 1115 (a) (15) and (16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in , erecting a structure or building of an organization described in subdivision (a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, ' however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. ' (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of ' section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. ' Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct , from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany, New York, 12227. CC - 18 ' 1 Town of Southold ' NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES 1 ' PROPOSAL PACKAGE BID OPENS: May 7, 2013 REMINDER NOTE!!!: ' VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) r All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package!!! ' Thank you! ' Proposal Package I of 8 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if ' the following forms are not included at the time of the bid opening. ' ? Notarized Affidavit of Non-Collusion as required by NYS Law. ? A Bid Deposit in the amount of Five Percent of Bid Price as required in the , Invitation to Bid. ? As per specifications, the TOWN OF SOUTHOLD requires a current ' insurance certificate, with the TOWN OF SOUTHOLD listed as additional ' insured, to be on file in the Town Clerk's Office. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. ' ? Vendor Information Sheet and Address Record Form. ? Assumed Name Certification. ' ? Bidder's Qualification Statement. ' NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of , the contract. Proposal Package 2 of 8 ' ' VENDOR NAME: ' VENDOR INFORMATION SHEET ' TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID ' OR SOCIAL SECURITY DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: ' STATE FILED: If a non-publicly owned Corporation: ' CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) ' LIST OFFICERS AND DIRECTORS: NAME TITLE ' If a partnership: PARTNERSHIP NAME: ' LIST PARTNERS NAMES: Proposal Package 3 of 8 ADDRESS RECORD FORM ' MAIL BID TO: ' VENDOR NAME: ADDRESS: ' CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - ' MAIL PURCHASE ORDER TO: ADDRESS: ' TELEPHONE: FAX: ' CONTACT: E-MAIL: ONLY if different - ' MAIL PAYMENT TO: ADDRESS: , TELEPHONE: FAX: ' CONTACT: E-MAIL: Proposal Package 4 of 8 VENDOR NAME: ' ASSUMED NAME CERTIFICATION ' *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ' ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Town Clerk. The submission of this constitutes a certification that no Town Officer has any interest therein. ' (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or other municipality bid on contracts only that such interest be revealed when they do bid.) ' INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: ' Insurance Certificate as requested is attached ? ' I certify that I can supply insurance as specified if awarded the bid ? Insurance Certificate filed on ' DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 8 AFFIDAVIT OF NON-COLLUSION ' I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) , and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. ' I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, , communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person ' who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain ' from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. ' 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of ' materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to ' submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of ' value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with ' responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the ' statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. , SWORN TO BEFORE ME THIS ' Signature & Company Position NOTARY: DAY OF 120 Type Name & Company Position , Company Name NOTARY PUBLIC Date Signed ' Fede uI LD. Ncmber ' Proposal Package 6 of 8 PROPOSALFORM 1 NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES 1 ' VENDOR NAME: VENDOR ADDRESS: ' TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all ' necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid ' Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a ' corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a ' writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the TOWN ' OF SOUTHOLD or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) ' The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): ' Addendum No. Dated Proposal Package 7 of 8 AUTHORIZED SIGNATURE , PRINT NAME TITLE ' DATE ' ACKNOWLEDGMENT , STATE OF NEW YORK, COUNTY OF ) ss.: ' On the day of in the year 20_ before me, the undersigned, personally i appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. , NOTARY PUBLIC 1 1 1 1 Proposal Package 8 of 8 ' DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEW YORK ITEM NUMBER ESTIMATED ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID QUANTITIES Unit Qty. Dollars Cents Dollars Cents CLEARING AND GRUBBING 201.06 LS NEC For Dollars Cents SUBBASE COURSE, TYPE 2 304.12 CY 10 For Dollars Cents SAWCUTTING PCC AND COMPOSITE PAVEMENT 520.05000010 LF 60 For Dollars Cents SAWCUTTING EXISTING ASPHALT CONCRETE 520.09000010 LF 50 For Dollars Cents CEMENT CONCRETE SIDEWALKS AND DRIVEWAYS 608.0105001 CY 45 For Dollars Cents BRICK PAVED SIDEWALKAND DRIVEWAYS (SAND SETTING BED) 608.03 SY 25 For Dollars Cents TURF ESTABLISHMENT -LAWNS 610.1602 SY 150 For Dollars Cents PLACING TOPSOIL - TYPE A 613.02 CY 50 For Dollars Cents BS-1 a a~ a~ a a a~~ a a~ a a a a a DO NOT REMOVE THIS PAGE FROM BOOK BID SCHEDULE OF PRICES NORTH FORK TRAIL SCENIC BYWAY: INTERPRETIVE SIGNAGE AND FACILITIES (PIN 0758.90) SOUTHOLD, NEWYORK ITEM NUMBER ESTIMATED QUANTITIES ITEMS OF WORK WITH UNIT PRICES WRITTEN IN WORDS UNIT BID PRICE AMOUNT BID Unit Oty. Dollars Cents Dollars Cents KIOSK 615.300100SU EA 4 For Dollars Cents BASIC WORK ZONE TRAFFIC CONTROL 619.010000 LS NEC For Dollars Cents INTERPRETIVE SIGN 645.100100SU EA 3 For Dollars Cents MOBILIZATION 699.04 LS NEC For Dollars Cents TOTAL TOTAL BID (ADD ITEMS) For Dollars Cents BS-2 1 ' Town of Southold BIDDER'S QUALIFICATION STATEMENT t The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. ' SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual t PRINCIPAL OFFICE: PRINCIPAL OFFICERS: ' BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? ' 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? If so, note where and why. ' 4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. 1 QS-1 1 5. Has your firm requested arbitration or Fled any lawsuits with regard to construction ' contracts within the last five years? If yes, please provide details. 1 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ ' Project Owner Architect Contract Percent Scheduled Name Telephone # Telephone # Amount Complete Completion ' 7. List five major projects you organization has completed in the past five years: ' Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone # Telephone# Amount Completion % of Work ' 1 QS-2 1 ' 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): ' Present Type of Work Position Years of For Which In What ' Individual's Name Of Office Experience Responsible Ca aci t t ' 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? ' 10. Bank References: 1 11. Trade Association Membership: t 12. Has your firm ever been investigated by the New York State Department of Labor for ' prevailing wage rate violations? If yes, when? What was the outcome of the investigation? t ' QS-3 1 13. Attach current state of financial conditions showing assets, liabilities and net worth. ' Failure to attach the required documentation may be considered non-responsive on the t part of the Bidder and may result in rejection of the Bidder's Proposal. 1 1 1 STATE OF COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) ' Sworn to before me this day of 20_ 1 Notary Public ' Commission Expiration Date: QS-4 , ' CONTRACT AGREEMENT ' THIS AGREEMENT made this day of AD Two Thousand and Thirteen by and between the Town of Southold, party of the first part (hereinafter called the Owner), and party ' of the second part (hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein ' contained, and the payments herein provided to be made, the parties hereto agree as follows: ' FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work of constructing the ' SOUTHOLD TOWN RECREATION CENTER IMPROVEMENTS ' AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and L.K. McLean Associates P.C. the project engineers, and as set forth in the Contractor's Bid dated TO BE DETERMINED, and in strict and entire conformity and in ' accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, ' Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". ' SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract ' Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the ' Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in ' said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more ' instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. 1 t A-1 1 Terms used in the Agreement which are defined in Article 1 of the General Conditions ' shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign ' or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the ' prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal ' representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. ' IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. ' Total Bid Dollars t Written in Words $ Written in Figures TOWN OF SOUTHOLD CONTRACTOR ' BY BY Scott A.Russell, Supervisor ' TITLE BY ' Town Attorney (CORPORATE SEAL) ' A-2 t ' ACKNOWLEDGMENT t STATE OF NEW YORK, COUNTY OF ) ss.: ' On the day of in the year 20_ before me, the undersigned, t personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they ' executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. 1 NOTARY PUBLIC 1 t STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 20_ before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they ' executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. 1 ' NOTARY PUBLIC 1 ' A-3 1 ALL QUESTIONS PERTAINING TO THIS SOLICITATION ' MUST BE SUBMITTED IN WRITING. (Please use this form and fax to 631-694-3864 to the attention of ' Stephen Normandin. We will respond as soon as possible.) Date: Company Name: ' Contact Name: Fax No.: Telephone No.: 1 ' Q1 m m m m = s m m m m m = m m m m m m I 1 1 UTILITY SCHEDULE 1 1 i 1 1 1. I 1 i i i I i i i i THIS PAGE LEFT BLANK ' i INTENTIONALLY _ I i C i i j COORDINATION WITH THE UTILITY SCHEDULE - NO ANTICIPATED INVOLVEMENT P.I.N. 0758.90 I Utility facility adjustments and/or relocations are not anticipated for this project. If the Department determines that utility facility adjustments and/or relocations will be necessary, the provisions of Section 102-09 Other Contracts, Coordination and Access will apply. ' Any such adjustments and/or relocations will be performed by the Utility owners and/or the state contractor upon direction by the Engineer-In-Charge. Suitable time frames for these additions shall be coordinated between the Town, the Contractor, and the affected Utility. The contractor is governed by and must adhere to the provisions of 16 NYCRR Part 753 (Protection of Underground Facilities). 1 1 I i1 i THIS PAGE LEFT BLANK , INTENTIONALLY ' i I 1 I i 1 1 APPENDIX A-1: SUPPLEMENTAL TITLE VI PROVISIONS (CIVIL RIGHTS ACT) To be included in all contracts ' During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: (1) Compliance with Regulations: The contractor shall comply with the Regulation relative to nondiscrimination ' in Federally-assisted programs of the Department of Transportation of the United States, Title 49, Code of Federal Regulations, Part 21, and the Federal Highway Administration (hereinafter "FHWA') Title 23, Code of Federal Regulations, Part 200 as they may be amended from time to time, (hereinafter referred to as the ' Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, sex, age, and disability/handicap in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the ' Regulations. (3) Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a ' subcontract, including procurements of materials or leases of equipment, each potiential subcontactor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin, sex, age, and disability/handicap. ' (4) Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by NYSDOT or the FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to NYSDOT's Office of Civil Rights or FHWA, as appropriate, and shall set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, NYSDOT shall impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (a.) withholding of payments to the contractor under the contract until the contractor complies, and/or ' (b.) cancellation, termination or suspension of the contract, in whole or in part. (6) Incorportation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the ' Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract.or procurement as NYSDOT or the FHWA ' may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request NYSDOT to enter into such litigation to protect the interests of NYSDOT, and, in addition, the contractor may request the United States to enter into such litigation to protect the ' interests of the United States. October 2010 1 THIS PAGE LEFT BLANK ' INTENTIONALLY 1 1 1 1 1 1 i 1 i APPENDICES 1 1 CHAPTER 12 1 i 1 1 1 1 1 1 1 1 i 1 1 1 APPENDICES 1 1 CHAPTER 12 1 1 1 1 1 PREPARED BY REVISED APRIL 2009 ' NYSDOT CHAPTER 12 - APPENDICES Construction Contract Requirements This page has been left blank intentionally. PREPARED BY REVISED APRIL 2009 NYSDOT ' CHAPTER 12 - APPENDICES Construction Contract Requirements CONTENTS ' Appendices Page Number Appendix 12-1 CONTRACT REQUIREMENTS FOR ALL LOCALLYADMINISTERED FEDERAL-AID CONSTRUCTION PROJECTS USING NYSDOT SPECIFICATIONS 12.A.2-12.A.49 ' Appendix 12-2 ADDITIONAL REQUIREMENTS FOR LOCALLYADMINISTERED FEDERAL AID CONSTRUCTION PROJECTS WHICH DO NOT USE NYSDOT STANDARD SPECIFICATIONS 12.A.50-12.A.95 ' Appendix 12-3 EXAMPLE CONSTRUCTION MANAGEMENT PLAN 12.A.96-12.A.104 ' Appendix 12-4 EXAMPLE PUBLIC INTEREST FINDING 12.A.105-12.A.110 1 PREPARED BY REVISED APRIL 2009 , NYSDOT CHAPTER 12 - APPENDICES ' Construction Contract Requirements 1 CHAPTER 12, APPENDIX 12-1 , CONTRACT REQUIREMENTS PREPARED BY REVISED APRIL 2009 NYSDOT ' CHAPTER 12 - APPENDICES Construction Contract Requirements This page has been left blank intentionally. ' Appendix 12 -12.A.1 ® 1 PREPARED BY REVISED APRIL 2009 ' NYSDOT CHAPTER 12 - APPENDICES , Construction Contract Requirements CONTENTS Appendix Page Number Appendix 12-1 CONTRACT REQUIREMENTS ' FOR ALL LOCALLYADMINISTERED FEDERAL AID CONSTRUCTION PROJECTS CHECKLIST. 12.A.3 ' Appendix 12-1 REQUIREMENTS REGARDING LOBBYING ACTIVITIES 12.A.4 Appendix 12-1 NON-COLLUSIVE BIDDING CERTIFICATIONS 12.A.9 ' Appendix 12-1 REPORTING VIOLATIONS OF NON-COLLUSIVE ' BIDDING PROCEDURES, MISCONDUCT, ETC. 12.A.16 Appendix 12-1 EQUAL OPPORTUNITY REQUIREMENTS 12.A.17 Appendix 12-1 REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID PROJECTS-FHWA 1273 12.A.29 Appendix 12 -12.A.2 1 ' If Sponsors use NYSDOT Standard Specifications for their construction projects, include ' the following Federal requirements in ALL contract bid proposals: ' ? Certification for Federal Aid Contracts. ? Disclosure of Lobbying Activities. ? Non-Collusive Bidding Certification, this format provides a single signature page for the bidder to sign with all requirements listed. ? U.S. Department of Transportation Hotline Information. ' ? Equal Opportunity Requirements. Refer to Chapter 13 of this manual for more information. ? FHWA-1273 Required Contract Provisions. ' Appendix 12 - 12.A.3 CERTIFICATION FOR FEDERAL AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best ' of his/her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the r undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an ' employee of a Member of Congress, in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification ' of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a ' Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress, in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report ' Lobbying", in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this ' transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000.00 for each such failure. The prospective participant also agrees by submitting his/her bid or proposal that he/she shall ' require that the language of this certification be included in all lower tier subcontracts which exceed $100,000.00 and that such subrecipients shall certify and disclose accordingly. THESE MUST BE INCLUDED IN ALL FEDERAL AID CONTRACTS, AND MUST BE ' INCLUDED IN EACH BID PROPOSAL WHETHER NYSDOT SPECIFICATIONS OR LOCAL SPECIFICATIONS ARE USED. Appendix 12 -12.A.4 1 ' INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or ' attempting to influence an officer or employee of any agency, Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change ' report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. ' 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the information previously reported, enter the year and quarter in which the ' change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. ' 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee of the prime is the 1st tier. Subawards include but are not limited to subcontracts, subgrants, and contract awards under grants. 5. If the organization filing the report in item 4 checks "Subawardee", then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, ' cooperative agreements, loans, and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action ' identified in item 1 (e.g., Request for Proposal (RFP) number; Invitation for Bid (IFB) number; grant announcement number; the contract, grant, or loan award number; the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP-DE-90-001". Appendix 12 -12.A.5 9. For a covered Federal action where there has been an award or loan commitment by the , Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. ' 10. (a) Enter the full name, address, city, state and zip code for the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the Federal covered action. (b) Enter the full names of the individual(s) performing services, and include full address , if different from 10(a). Enter Last Name, First Name, and Middle Initial (MI). 11. The certifying official shall sign and date the form; print his/her name, title, and telephone number. ' According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB ' Control Number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data ' needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction , Project (0348-0046), Washington D.C. 20503. 1 Appendix 12 -12.A.6 1 1 DISCLOSURE OF LOBBYING ACTIVITIES Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 (See reverse for public burden disclosure. 1. Type of Federal Action: . Status of Federal Action: Report Type: ' a. contract bid/offerlapplication initial filing b. grant b. initial award b. material change c. cooperative agreement c. post-award For Material Change Only: can year nunirter e. loan guarantee date of last report f. loan insurance ' . Name and Address of Reporting Entity: . If Reporting Entity in No. 4 is a Subawardee, Enter Name 13 Prime ? Subawardee and Address of Prime: Tier if known: Congressional District, if known: Congressional District, if known: Federal Department/Agency: . Federal Program Name/Description: CFDA Number, ifapplicable: ' B. Federal Action Number, if known: . Award Amount, if known: $ ,10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, MI): different from No. 10a) (last name, first name, MI): 1 Information requested through this form is authorized by title 31 U.S.C. section nature: 11. 1352. This disclosure of lobbying activities is a material representation of fad upon which reliance was placed by the der above when this transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This Print Name: information willbeavailableforpublicinspedion. Any person who fails to file the ' required disclosure shall be subject to a civil penalty of not less then $10.000 and Title: not more than $100A00 for each such failure. Telephone No.: Date: uthodzed for Local Reproduction Federal Use Only: tandard Form LLL (Rev. 7-97) Appendix 12 -12.A.7 REQUIREMENTS REGARDING LOBBYING ACTIVITIES ON FEDERAL AID CONTRACTS DISCLOSURE OF LOBBYING ACTIVITIES Approved by OMB Continuation Sheet 0348-0046 Reporting Entity: Page Of , Authorized for Local Reproduction - Standard Form LLL Appendix 12 -12.A.8 1 1 ' NON-COLLUSIVE BIDDING CERTIFICATIONS REQUIRED BY SECTION 139-D, STATE FINANCE LAW and SECTION 103-D OF GENERAL ' MUNICIPAL LAW "Section 139-d, SFL and Section 103-d, GML, "Statement of non-collusion in bids to the state." 1. Every bid hereafter made to the state or any public department, agency, or official thereof, where competitive bidding is required by statute, rule, or regulation, for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed 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 his 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 with 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; and (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) A bid shall not be considered for award nor shall any award be made where (a)(1)(2) and (3) above have not been complied with; provided however, that if in any case the bidder cannot make the foregoing certification, the bidder shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons therefor. Where (a)(1)(2) and (3) above have not been complied with, the bid shall not be considered for award nor shall any award be made unless the head of the purchasing unit of the state, public department, or agency to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. ' The fact that the bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items or (c) has sold the same items to other customers at the same ' prices being bid, does not constitute, without more, a disclosure within the meaning of subparagraph one (a). ' 2. Any bid hereafter made to the state or any public department, agency, or official thereof Appendix 12 -12.A.9 1 by a corporate bidder for work or services performed or to be performed or goods sold or to be 1 sold, where competitive bidding is required by statute, rule, or regulation, and where such bid contains the certification referred to in subdivision one of this section, shall be deemed to have been authorized by the board of directors of the bidder and such authorization shall be deemed 1 to have included the signing and submission of the bid and the inclusion therein of the certificate as to non collusion as the act and deed of the corporation." REQUIRED BY TITLE 23, U. S. CODE, AND SECTION 112. A NON-COLLUSIVE BIDDING 1 CERTIFICATION MUST BE INCLUDED IN EVERY BID PROPOSAL REGARDLESS OF WHETHER NYSDOT SPECIFICATIONS OR LOCAL SPECIFICATIONS ARE USED. (A)2 i "By submission of this bid, the bidder does hereby tender to the Owner this sworn statement pursuant to Section 1128 of Title 23, U. S. Code-Highways and does hereby certify, in conformance with said Section 112 of Title 23, U. S. Code-Highways that the said Contractor has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the above 1 contract." 1 1 1 1 i i 1 Appendix 12 -12.A.10 i ' REQUIRED BY TITLE 49, CFR, VOLUME 1, SUBTITLE A, PART 29 "The signator to the proposal, being duly sworn, certifies that, EXCEPT AS NOTED BELOW, his/her company and any person associated therewith in the capacity of owner, partner, ' director, officer, or major stockholder (of five percent or more ownership): 1. Is not currently under suspension, debarment, voluntary exclusion, or determination of ' ineligibility by any Federal agency; 2. Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any Federal agency within the past three years; 3. Does not have a proposed debarment pending; and 4. Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three years. ' EXCEPTIONS: The Contractor should list any relevant information, attaching additional sheets to the proposal if necessary. (Exceptions will not necessarily result in disapproval, but will be ' considered in determining responsibility. For any exception noted, the Contractor should indicate to whom it applies, the initiating agency, and the dates of actions. Providing false information may result in criminal prosecution or administrative sanctions). THESE MUST BE INCLUDED IN ALL FEDERAL AID CONTRACTS. HOWEVER, THE NYS COLLUSIVE BIDDING CERTIFICATION AND MANY IN USE BY LOCAL GOVERNMENTS ARE ALMOST IDENTICAL AND ARE ACCEPTABLE. 1 Appendix 12 - 12.A.11 t THE FOLLOWING PAGES ARE THE REQUIRED CERTIFICATION REGARDING NOW , COLLUSIVE BIDDING PROCEDURES AND THE CONTRACTOR'S ELIGIBILITY TO SUBMIT A BID UNDER FEDERAL LAW. THE LAST PAGE IS A GENERAL BIDDER INFORMATION FORM. ALL SHOULD BE INCLUDED IN THE CONTRACT DOCUMENTS, IMMEDIATELY FOLLOWING THE PAGE(S) WHICH CONTAINS THE NON-COLLUSIVE BIDDING , REQUIREMENTS. BY SIGNING ONE OF THESE CERTIFICATIONS, THE CONTRACTOR CERTIFIES THAT HE UNDERSTANDS AND AGREES TO BE BOUND BY THE PROVISIONS OF THE FOLLOWING LAWS: , 1. NEW YORK STATE FINANCE LAW, ARTICLE 9, SECTION 139-d 2. TITLE 49, CFR, PART 29 ' 3. TITLE 23, U. S. CODE-HIGHWAYS, SECTION 112 ' THE CONTRACTOR SHOULD CHOOSE THE APPROPRIATE NOTARIZATION WHICH CORRESPONDS TO THE TYPE OF COMPANY (SOLE PROPRIETORSHIP, PARTNERSHIP, ' OR CORPORATION) THAT HE/SHE REPRESENTS OR IS AFFILIATED WITH. ALL BIDDERS SHOULD FILL OUT THE APPROPRIATE SECTION OF THE BIDDER INFORMATION SHEET. BY EXECUTING THIS DOCUMENT, THE CONTRACTOR AGREES TO: ' 1. Perform all work listed in accordance with the Contract Documents at the unit prices bid; ' subject to the provisions of Section 104 -04, Standard Specifications, Construction and Materials, published by the New York State Department of Transportation, and dated May 4, 2006, if applicable; , 2. All the terms and conditions of the non-collusive bidding certifications required by Section 139-d of the State Finance Law, and Section 112, Title 23, U.S. Code; ' 3. Certification of Specialty Items category selected, if contained in this proposal; 4. Certification of any other clauses required by this proposal and contained herein; 5. Certification, under penalty of perjury, as to the current history regarding suspensions, debarments, voluntary exclusions, determinations of ineligibility, indictments, convictions, or civil ' judgments required by 49 CFR Part 29. Appendix 12 -12.A.12 t 1 ' Date: (Legal Name of Person, Corporation, or Firm Which is Submitting Bid or Proposal) BY: (Signature of Person Representing Above) AS: (Official Title of Signator in Above Firm) ' (Acknowledgment by Individual Contractor, If a Corporation) ' STATE OF NEW YORK ) SS: ' COUNTY OF ) ' On this day of 20 before me personally came to me known and known to me to be ' the person who executed the above instrument, who being duly sworn by me, did depose and say that he/she ' resides at and that he/she is the ' of the corporation described in and which executed the above instrument, and that he/she signed t his/her name thereto on behalf of said Corporation by order of the Board of Directors of said Corporation. Appendix 12 -12.A.13 Notary Public ' (Acknowledgment by Co-Partnership Contractor) ' STATE OF NEW YORK SS: COUNTY OF On this day of 20 , before me ' personally came to me known and known to me to be the person described in and who executed the above instrument, who, being duly ' sworn by me, did for himself/herself depose and say that he/she is a member of the firm of consisting of himself/ herself and ' and that he/she executed the foregoing instrument in the firm name of and that he/she had authority to sign same, and did duly acknowledge to me that he/she executed same ' as the act and deed of said firm of for the uses and purposes mentioned herein. ' Notary Public , (Acknowledgment by Individual Contractor) STATE OF NEW YORK ) SS: COUNTY OF On this day of 20 , before me personally came to me known and , known to me to be described in and who executed the foregoing instrument, and that he/she acknowledged that he/she executed the same. Notary Public ' NON-COLLUSIVE BIDDING CERTIFICATION BIDDER INFORMATION Appendix 12 -12.A.14 t ' Bidder to provide information listed below: ' Bidder Address: Street or P. O. Box No. ' City State ZIP ' Federal Identification No.: Name of Contact Person: ' Phone # of Contact Person: ' If Bidder is a Corporation: President's Name & Address: ' Secretary's Name & Address: ' Treasurer's Name & Address: ' If Bidder is a Partnership: ' Partner's Name & Address: ' Partner's Name & Address: If Bidder is a Sole Proprietorship: Owner's Name & Address: Appendix 12 -12.A.15 1 REPORTING VIOLATIONS OF NON-COLLUSIVE BIDDING PROCEDURES, ' MISCONDUCT, OR OTHER PROHIBITED CONTRACT ACTIVITIES U. S. DEPARTMENT OF TRANSPORTATION HOTLINE. Persons with knowledge of bid ' collusion (i.e., contractors, suppliers, workers, etc.) or other questionable contract related practices (inadequate materials, poor workmanship, theft of materials, etc.) are encouraged to report such activities by calling the U. S. D. O. T. HOTLINE. The HOTLINE number is 1-800- ' 424-9071 and calls will be answered from 8:00 A.M. to 5:00 P.M. EST, Monday thru Friday. This HOTLINE is under the direction of the U.S.D.O.T.'s Inspector General. All information will be treated confidentially and the caller's anonymity will be respected. ' NEW YORK STATE INSPECTOR GENERAL HOTLINE. Reports of New York State Governmental Misconduct may be made in strict confidence to the New York State Inspector ' General on the Toll Free Statewide HOTLINE or by writing to the Office of the Inspector General. The Toll Free Statewide HOTLINE telephone number is 1-800-367-4448 and calls will be answered between 8:00 A.M. and 4:30 P.M., Monday through Friday. The address of the ' Office of the State Inspector General is the State Capitol, Executive Chamber, Albany, New York 12224. THIS IS REQUIRED IN ALL FEDERAL AID CONTRACTS. ' 1 t Appendix 12 -12.A.16 1 1 ' EQUAL OPPORTUNITY REQUIREMENTS FOR FEDERAL AID CONTRACTS ' GENERAL. Title 23 USC Section 140(a) requires the Secretary of Transportation to ensure non-discrimination in employment generated by Federally-aided construction by the inclusion of Equal Employment Opportunity provisions in the contract specifications. Those provisions are ' found in the Required Contract Provisions for Federal-Aid Construction Contracts (FHWA 1273), which is incorporated into this proposal. Those provisions require the Contractor to comply with 41 CFR 60, the applicable portions of which are included in this contract. The New York State Department of Transportation is required to enforce those provisions on its Federally-aided ' construction contracts by 23 CFR, Part 230, Subparts A and D. Such enforcement shall include efforts on the part of the Department of Transportation to ensure that these provisions are included in, and enforced as part of, all contracts let by other agencies, including municipal ' subdivisions of the State, which are funded with Federal monies administered by or through the Department of Transportation. Such enforcement includes, but is not limited to, monitoring the Contractor's and Subcontractor's employment practices, requiring employment related reports ' to be filed by the Contractor in a timely manner on forms acceptable to the Sponsor and the Department, determining the Contractor's compliance with these provisions and taking such actions as authorized by law, rule, or regulation to enforce compliance by the Contractor. In the ' enforcement of those rules by the Department, the term Director means the Director of the Department's Office of Civil Rights. ' Included in this contract are sections of 41 CFR 60 as required by regulation of the Office of Federal Contract Compliance Programs, and the US Department of Labor. The enforcement of those provisions is also the responsibility of the Office of Federal Contract Compliance ' Programs, separate and independent of the Department's enforcement responsibility. TRAINING SPECIAL PROVISION. If this contract proposal includes the Training Special Provisions, the Contractor is required to comply with that provision as part of the Equal ' Employment Opportunity Requirements. The Training Special Provisions requires the Contractor to provide training to at least one minority or woman indentured apprentice or trainee. If the Contractor fails to meet the employment goals for minorities or women specified in these requirements, additional training of minorities and women will be required to satisfy the employment goals. No payment will be made for the training required of the Contractor under the Training Special Provision. ' Appendix 12 -12.A.17 1 1 EQUAL EMPLOYMENT OPPORTUNITY OFFICER. The Contractor will designate and make ' known to the Sponsor and the Department an Equal Employment Opportunity Officer (EEO Officer) who will have the responsibility for, and must be capable of effectively administering and ' promoting, an active contractor program of Equal Employment Opportunity and who must be assigned adequate authority and responsibility to do so. COMPLAINTS OF ALLEGED DISCRIMINATION. The Contractor will promptly investigate all ' complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective ' action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of his or her avenues of appeal. ' ASSURANCE OF NON-DISCRIMINATION. The Sponsor, in accordance with Title VI of the Civil Rights Act of 1964, 78 Statute 252, 42 USC 2000d to 2000d-4, and Title 49, Code of , Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-Discrimination in Federally-Assisted Programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Bidders that it will affirmatively ensure that in any ' contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for award. , 1 1 1 Appendix 12 -12.A.18 1 1 1 1 ' "Code of Federal Regulations" Title 41 - Public Contracts, Property Management Chapter 60 - Office of Federal Contract Compliance Programs ' PART 60-1, OBLIGATIONS OF CONTRACTORS AND SUBCONTRACTORS Subpart A, Preliminary Matters; Equal Opportunity Clause; Compliance Reports ' Sec. 60-1.1 Equal opportunity clause. 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, color, religion, sex, or national origin. The Contractor will take affirmative action ' to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include but not be limited 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 setting forth ' the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246 of September Appendix 12 -12.A.19 1 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. ' 5. The Contractor will furnish all information and reports required by Executive Order 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 his books, records, and accounts by the , administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Contractor's non-compliance with the nondiscrimination clauses of ' this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with ' procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided for in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise ' provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraph (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor pursuant to Section ' 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing ' such provisions, including sanctions for non-compliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United ' States to enter into such litigation to protect the interests of the United States. PART 60-4, CONSTRUCTION CONTRACTORS, AFFIRMATIVE ACTION REQUIREMENTS ' Sec. 60-4.2, Solicitations NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL ' EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) (1) The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the ' "Standard Federal Equal Employment Specifications" set forth herein. (2) The goals and timetables for minority and female participation, expressed in percentage t terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as set forth in the solicitations from which this contract resulted. These goals are applicable to all the Contractor's construction work (whether or not it is federal ' or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals ' established for such geographical area where the work is actually performed. With regard to this second area, the Contractor is also subject to the goals for both its federally involved and nonfederally involved construction. , The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 604 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action ' Appendix 12 -12.A.20 1 ' obligations required by specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good ' faith effort to employ minorities and women on each of its projects. The transfer of minorities or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive ' Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. (3) The Contractor shall provide written notification to the Director of the Office of Federal ' Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000.00 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the ' Subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. ' (4) As used in this Notice, and in the contract resulting form this solicitation, the "covered area" is the county where the contract is to be performed. Sec. 60-4.3, Equal Opportunity Clauses t STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) ' 5. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; 1 c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941. ' d. "Minority" includes: ' (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); ' (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish Culture or origin, regardless of race); ' (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan native (all persons having origins in any of the original Appendix 12 -12.A.21 peoples of North America and maintaining identifiable tribal affiliations through membership and ' participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the , work involving any construction trade, it shall physically include in each subcontract in excess of $10,000.00 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which , this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan ' approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions , participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade ' in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to make good faith efforts to achieve the Plan goals and timetables. ' 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7(a) through (d) of these specifications. The goals set forth in the solicitations from ' which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction , contractors performing construction work in geographical areas where they do not have a federal or federally assisted construction contract shall apply the minority and female goals established for the geographic area where the work is being performed. Goals are published ' periodically in the FEDERAL REGISTER in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. ' 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or ' women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in ' meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the , apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. ' 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be Appendix 12 -12.A.22 based upon its efforts to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to ' work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at ' such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide ' written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. ' c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization, and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union, or, if referred, not employed by the Contractor, this shall be ' documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information ' that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and ' apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7(b) above. ' f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its ' EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and ' by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. ' g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with on-site supervisory personnel such as superintendents, general foremen, etc., prior to the Appendix 12 - 12.A.23 1 initiation of construction work at any job site. A written record shall be made and maintained ' identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in ' the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and ' Subcontractors with whom the Contractor does or anticipates doing business. I. Direct its recruitment efforts, both oral and written, to minority, female, and community ' organizations, to schools with minority and female students, and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of ' applications for apprenticeship or other training by any recruitment sources, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and ' women and, where reasonable, provide after-school, summer, and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. ' k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. ' 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or prepare for, ' through appropriate training, etc., such opportunities. M. Ensure that seniority practices, job classifications, work assignments, and other ' personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate t or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. ' o. Document and maintain a record of all solicitations of offers of subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations ' to minority and female contractor associations and other business associations. P. Conduct a review, at least annually, of all supervisors' adherence to and performance ' under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in , fulfillinq one or more of their affirmative action obligations (7 (a) through (p)). The efforts of a contractor association, joint contractor union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more ' Appendix 12 -12.A.24 1 of its obligations under sections 7(a) through 7(p) of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the ' concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on ' behalf of the Contractor. The obligation to comply, however, is the Contractor's, and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's non-compliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a ' particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goal for women generally, the Contractor may be in violation of the Executive Order if a specific group of minority women is underutilized). 10. The Contractor shall not use the goals and timetables of affirmative action standards to discriminate against any person because of race, color, religion, or national origin. ' 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and ' cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, an its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall t be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligation under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure ' equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.3. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to ' the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainer, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and location at which the work was performed. Records shall be maintained in an easily understandable and ' retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. ' 15. Nothing herein provided shall be construed as a limitation upon the application of other Appendix 12 -12.A.25 laws which establish different standards of compliance or upon the application of requirements ' for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Sec. 60-4.5, Hometown plans. a. A contractor participating, either individually or through an association, in an approved ' Hometown Plan (including heavy highway affirmative action plans) shall comply with its affirmative action obligations under Executive Order 11246 by complying with its obligations under the Plan: Provided, that each contractor or subcontractor participating in an approved ' plan is individually required to comply with the equal opportunity clause set forth in 41 CFR 60- 1.4; to make a good faith effort to achieve the goals for each trade participating in the plan in which it has employees; and that the overall good performance by other contractors or ' subcontractors toward a goal in an approved plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the plan's goals and timetables. If a contractor is not participating in an approved Hometown Plan it shall comply with the specifications set forth in ' 60-4.3 of this part, and with the goals and timetables for the ' appropriate area as listed in the notice required by 41 CFR 60-4.2 with regard to that trade. For the purposes of this part 60-4, a Contractor is not participating in a Hometown Plan for a particular trade if it: ' 1. Ceases to be signatory to a Hometown Plan covering that trade; 2. Is signatory to a Hometown Plan for that trade but is not party to a collective bargaining ' agreement for that trade; 3. Is signatory to a Hometown Plan for that trade but is party to a collective bargaining agreement with labor organizations which are not or cease to be signatories to the same ' Hometown Plan for that trade; 4. Is signatory to a Hometown Plan for that trade and is party to a collective bargaining agreement with a labor organization for that trade but the two have not jointly executed a ' specific commitment to minority and female goals and timetables and incorporated the commitment in the Hometown Plan for that trade; 5. Is participating in a Hometown Plan for that trade which is no longer acceptable to the ' Office of Federal Contract Compliance Programs; 6. Is signatory to a Hometown Plan for that trade but is party to a collective bargaining agreement with a labor organization for that trade and the labor organization and the contractor have failed to make a good faith effort to comply with their obligations under the Hometown Plan ' for that trade. b. Contractors participating in Hometown Plans must be able to demonstrate their ' participation and document their compliance with the provisions of the Hometown Plan. Sec. 60-4.6, Goals and timetables The Director, from time to time, shall issue goals and timetables for minority and female utilization which shall be based on appropriate workforce, demographic, or other relevant data , and which shall cover construction projects or construction contracts performed in specific geographical areas. The goals, which shall be applicable to each construction trade in a covered contractor's or subcontractor's entire workforce which is working in the area covered by ' Appendix 12 -12.A.26 1 i • n ' THIS PAGE LEFT BLANK INTENTIONALLY character of the work or by affecting other work cause such other work to become significantly ' different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable. , (iii) If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. ' (iv) The term significant change shall be construed to apply only to the following circumstances: (A) When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or t (B) When a major item of work, as defined elsewhere in the contract, is increased in excess of 125% or decreased below75% of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125% of the original contract ' item quantity, or in the case of a decrease, below 75%, to the actual amount of work performed. (b) The provisions of this section shall be governed by the following: , (1) Where State statute does not permit one or more of the contract clauses included in paragraph (a) of this section, the State statute shall prevail and such clause or clauses need not be made ' applicable to Federal-aid highway contracts. (2) Where the State highway agency has developed and implemented one or more of the contract clauses included in paragraph (a) of this section, such clause or clauses, as developed by the State highway agency may be included in Federal-aid highway contracts in lieu of the ' corresponding clause or clauses in paragraph (a) of this section. The State's action must be pursuant to a specific State statute requiring differing contract conditions clauses. Such State developed clause or clauses, however, must be in conformance with 23 U.S.C., 23 CFR and ' other applicable Federal statutes and regulations as appropriate and shall be subject to the Division Administrator's approval as part of the P, S, and E. [The use of these clauses ONLY is not recommended. A process must be developed around ' these required clauses which provides an administrative basis for the owner to manage the kind of disputes generated by changed conditions, differing site conditions, and work stoppages. ' Such a process must be pre-approved by the Division Administrator, as it must provide a basis for the clauses to function as intended. 1 Appendix 12 -12.A.97 (a) Except as provided in paragraph (b) of this section, the following changed conditions contract clauses shall be made part of, and incorporated in, each highway construction project approved under 23 USC 106: ' (1) Differing Site Conditions. (i) During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or ' if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the ' affected work is performed. (ii) Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time ' required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is ' warranted. (iii) No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice. t (iv) No contract adjustment will be allowed under this clause for any effects caused on unchanged work. (This provision may be omitted by the SHA=s at their option) (2) Suspensions of work ordered by the engineer. (i) If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor ' believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. (ii) Upon receipt, the engineer will evaluate the contractor--s request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not ' the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract accordingly. The contractor will be notified of the engineer=s determination whether or not an ' adjustment of the contract is warranted. (iii) No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed. ' (iv) No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract. ' 3) Significant changes in the character of work. (i) The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to ' perform the work as altered. (ii) If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the Appendix 12 -12.A.96 1. The major item of work requirement shall not apply. ' 2. Significant change shall be defined as an actual quantity in excess of 125 percent of the ' stated quantity, or less than 75 percent of the stated quantity. (v) The aforesaid significant change in character of work clause (Part (A)(3)) shall be governed by the notice, recordkeeping and other requirements of Dispute Resolution and ' Disputed Work Provisions, and additional compensation via order on contract(s) shall be made for time related costs, if any, pursuant to Extra Force Account Work, Dispute Compensation and Recordkeeping, Parts (D) and (E) and (F) and for increased costs, if any, pursuant to Part (B), ' New Item Charges, 1 (Agreed Price) or 2 (Force Account Charges) and E (2), Required Content of Dispute Submission and F, Required Certification of Dispute, but, the equipment compensation shall be governed and controlled by the provisions of Part (D) (2). , (vi) With respect to the aforesaid significant changes in the character of work clause (this specification, Part (A) (3)), the contractor or the sponsor, as the case may be, must make ' written notification to the other party of the existence of the'significant change'. This notice shall be given in a timely manner with respect to the date that either party had, or should have had, knowledge of an event, matter, occurrence of work order which results in a significant ' change in the work. If the affected work is in progress, notice shall be given within 3 days of knowledge of the change. If the affected work is not in progress, notice shall be given within 10 days of knowledge of the change. The timely issuance of a notice of 'significant change' shall ' be a necessary requirement for consideration of contract alterations as provided in this section. B. If the Sponsor determines that as a result of the aforesaid differing site condition, suspension of work clauses and significant change in the character of work clauses, that an adjustment in ' the contract price is warranted, the Sponsor shall first attempt to arrive at an agreed price with the contract. If unsuccessful, the Sponsor may make such adjustments to the contract as is determined to be fair and equitable utilizing Owner estimates. Commencing with the issuance of notice, and through the date of agreement between the Sponsor and the contractor, all work subject to these provisions shall be treated as Disputed Work, with daily recordkeeping in accordance with the provisions of Dispute Resolution and Disputed Work Provisions. ' C. If any of the notice or other provisions of this specification, Part (A) are in conflict with any other of the provisions of the Standard Specifications, then the provisions of this specification, ' Part (A) shall prevail and take precedence and be of force over and against any said conflicting provision of said contract. D. Solely for purposes of the aforesaid specification, Parts (A)(1),(2) and (3), and solely for ' purposes of disputes as to records pursuant to Dispute Resolution and Disputed Work Provisions, Part (A)(4), the Engineer shall be the Engineer-in-Charge. ' THE ABOVE CONTAINS NECESSARY CLAUSES REQUIRED IN ALL FEDERAL AID CONTRACTS. IF NYSDOT SPECIFICATIONS ARE USED, THIS SECTION IS REFERENCED IN 105-14, AND DOES NOT HAVE TO BE PUBLISHED IN THE BID PROPOSAL ' CLAUSES REQUIRED BY 23 CFR 635.109 Appendix 12 -12.A.95 ' would have been suspended or delayed by any other cause, or for which an adjustment is provided for or excluded under any other term or condition of this contract. (v) The aforesaid suspension of work clause (Part (A)(2)) shall be governed by the notice provisions set forth above, and the recordkeeping and other requirements of Dispute Resolution and Disputed Work Provisions, and additional compensation via order on contract(s), if any, ' shall be made pursuant to Extra Force Account Work, Dispute Compensation and Recordkeeping, Part (D), Time Related Dispute Compensation, E., Required Content of Dispute Submission and F, Required Certification of Dispute. ' (3) Significant changes in the character of work. (i) The Engineer reserves the right to make, in writing, at any time during the work, such ' changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the Contractor agrees to perform the work as altered. ' (ii) If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes ' to the character of the work, or by affecting other work, cause such other work to become significantly different in character, an adjustment excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the ' work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the Contractor in such amount as the Engineer may determine to be fair and equitable. ' (iii) If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract. (iv) The term <significant change= shall be construed to apply only to the following circumstances: (A) When the character of the work as altered differs materially in kind or nature from that ' involved or included in the original proposed construction; or (B) When a major item of work, as defined elsewhere in the contract, is increased in excess ' of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed. (C) The term "major item" of work shall mean any item for which the original bid price ' multiplied by the original contract quantity exceeds $50,000 or 2% of the total contract bid price, whichever is less. ' (D) Certain items of work may be <fixed quantity= items. That is, payment will be restricted to the quantity stated in the Estimate of Quantities. If, during the progress of the work the stated quantity is determined to be in error, the terms of Dispute Resolution and Disputed Work Provisions, Part (3)(iv) (B) shall apply with the following alterations: Appendix 12 -12.A.94 physical conditions of an unusual nature, differing materially from those ordinarily encountered ' and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is ' performed. (ii) Upon written notification, the Engineer will investigate the conditions and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The Engineer will notify the Contractor of the determination whether or not an adjustment of the contract is ' warranted. (iii) No contract adjustment which results in a benefit to the Contractor will be allowed unless ' the Contractor has provided the required written notice. (v) The aforesaid differing site condition clause (Part (A) (1)) shall be governed by the notice ' provisions set forth above, and the recordkeeping and other requirements of Dispute Resolution and Disputed Work Provisions, and additional compensation via order on contract(s), if any, shall be made pursuant to Extra Force Account Work, Dispute Compensation and ' Recordkeeping, Part (B), New Item Charges, 1 (Agreed Price) or 2 (Force Account Charges) and E. Required Content of Dispute Submission (2) and F, Required Certification of Dispute. However, the equipment compensation provisions shall be governed and controlled by the ' provisions of Part (D) (2). (2) Suspensions of work ordered by the Engineer. (1) If the performance of all or any portion of the work is suspended or delayed by the ' Engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the Contractor believes that additional compensation ' and/or contract time is due as a result of such suspension or delay, the Contractor shall submit to the Engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment. The ' record keeping requirements of Section 10.02 must be complied with in connection with any requests for reimbursement. (ii) Upon receipt, the Engineer will evaluate the Contractor's request. If the Engineer agrees ' that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the Contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the Engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The Contractor will be notified of the Engineer's determination whether or not an adjustment of the contract is warranted. (iii) No contract adjustment will be allowed unless the Contractor has submitted the request for adjustment within the time prescribed. ' (iv) No contract adjustment will be allowed under this clause to the extent that performance Appendix 12 -12.A.93 1 ' I. If an extension of time is also requested, the specific days for which it is sought and the basis for such request as determined by an analysis of the construction schedule. ' j. The amount of additional compensation sought and a breakdown of that amount shall conform to the requirements of this specification, Part (B) except for acceleration disputes which ' shall conform to the requirements and categories specified in Part (D) above. F. REQUIRED CERTIFICATION OF DISPUTES. When submitting any dispute over $50,000, ' the Contractor must certify in writing, under oath and in accordance with the formalities required by the contract, as to the following: ' 1. That supportive data is accurate and complete to the Contractor's best knowledge and belief; 2. That the amount of the dispute and the dispute itself accurately reflects what the Contractor ' in good faith believes to be the Sponsor's liability; 3. If the Contractor is an individual, the certification shall be executed by that individual. If the Contractor is not an individual, the certification shall be executed by: (1)Senior company official in charge at the Contractor's plant or location involved; or ' (2)An officer or general partner of the Contractor having overall responsibility for the conduct of the Contractor's affairs. ' CONTRACTOR'S COST RECORDS. The Contractor shall maintain records of all required payrolls, and of the details that comprise its total cost pursuant to any and all records maintained pursuant to Dispute Resolution and Disputed Work Provisions and Extra Force ' Account Work, Dispute Compensation and Recordkeeping, and it shall, at any time within six years following the date of final payment of the project, make such records available, upon request therefor, to the Sponsor for review and audit, if deemed necessary by the Sponsor. In case all or a part of such records are not made so available, the Contractor understands and agrees that any items not supported by reason of such unavailability of the records shall be disallowed, or if payment therefor has already been made, the Contractor shall, upon demand in writing by the Sponsor, refund to the Sponsor the amount so disallowed. DIFFERING SITE CONDITIONS, SUSPENSIONS OF WORK, SIGNIFICANT CHANGES IN THE CHARACTER OF THE WORK PROVISIONS. ' The following provisions shall apply to this contract: ' (1) Differing site conditions. (i) During the progress of the work, if subsurface or latent physical conditions are ' encountered at the site differing materially from those indicated in the contract or if unknown Appendix 12 -12.A.92 dispute became evident. ' d. A copy of the notice of dispute required as per Dispute Resolution and Disputed Work Provisions, Part (A)(3) for the specific dispute by the Contractor. , e. To the extent known, the name, function, and activity of each Sponsor official, or employee or agent, involved in, or knowledgeable about facts that gave rise to such dispute. ' f. The name, function, and activity of each Contractor or subcontractor official, or employee, involved in, or knowledgeable about facts that gave rise to such dispute. ' g. The identification of any pertinent documents, and the substance of any material oral communication relating to such dispute. ' h. A statement as to whether the additional compensation or extension of time if requested is based on the provisions of the contract or is an alleged breach of contract. 1. The amount of additional compensation sought and a breakdown of that amount into the ' categories specified as payable under this specification, Part (D) above. j. If an extension of time is also requested, the specific days for which it is sought and the basis ' for such request as determined by an analysis of the construction progress schedule. 2. FOR OTHER DISPUTES INCLUDING ACCELERATION DISPUTES. a. A detailed factual statement of the dispute providing all necessary dates, locations and items ' of work affected by the dispute. b. The date on which actions resulting in the dispute occurred or conditions resulting in the ' dispute became evident. c. A copy of the <notice of dispute= required for the specific dispute by the contract pursuant to ' Dispute Resolution and Disputed Work Provisions, Parts (B) or (C). d. The name, function, and activity of each Sponsor official or employee or agent involved in, or knowledgeable about facts that gave rise to such dispute. ' e. The name, function and activity of each Contractor or subcontractor official, employee or agent involved in or knowledgeable about facts that gave rise to such dispute. ' f. The specific provisions of the contract which support the dispute and a statement of the reasons why such provisions support the dispute. g. The identification of any pertinent documents and the substance of any material oral communications relating to such dispute. , h. A statement as to whether the additional compensation or extension of time requested Is based on the provisions of the contract or an alleged breach of contract. ' Appendix 12 -12.A.91 3. The parties agree that, in any dispute for time related damages, the Sponsor will have no liability for the following items and the Contractor further agrees it shall make no claim for the following items: ' a. Profit, in excess of that provided in this specification, Part (D) (1)(e) and (g); b. Loss of anticipated or unanticipated profit; c. Labor inefficiencies and loss of productivity; ' d. Home office overhead in excess of that provided in this specification, Part (D) (1)(e) and (g); e. Consequential damages, including but not limited to interest on monies in dispute, including interest which is paid on such monies, loss of bonding capacity, bidding opportunities, or interest on retainage or investment, or any resultant insolvency; t f. Indirect costs or expenses of any nature; ' g. Direct or indirect costs attributable to performance of work where the Contractor, because of situations or conditions within its control, has not progressed in a manner satisfactory to the Engineer. h. Attorneys fees, or claims preparation expenses. 4. REMEDIES EXCLUSIVE: With respect to time related dispute compensation provisions, the parties agree that the Sponsor shall have no liability to the Contractor for expenses, costs, or items of damage other than those which are specifically identified as payable under this specification, Part D. In the event any legal action is instituted against the Sponsor by the t Contractor on account of any such dispute for additional compensation, whether on account of time related dispute, delay, acceleration, breach of contract, or otherwise, the Contractor agrees that the Sponsor's liability will be limited to those items which are specifically identified as ' compensable under this specification, Part D. The Contractor further agrees to make no claim for expenses other than those which are specifically identified as compensable under this specification, Part (D). Nothing in this Section is intended to create any liability of the Sponsor ' not existing at common law or pursuant to the terms of this contract or to prevent the Contractor from filing a claim in a court of law. ' E. REQUIRED CONTENT OF DISPUTE SUBMISSION. All disputes must be submitted in writing to the Engineer, and must be in sufficient detail to enable the Engineer to ascertain the basis and the amount of each dispute. If requested and as a minimum, the following information must be provided when such information is ascertainable by the Contractor: 1.TIME RELATED DISPUTE SUBMISSIONS. a. A description of the operations that were delayed, the reasons for the delay, how they were delayed, including the report of all scheduling experts or other consultants, if any. ' b. An as-built chart, <Critical Path Method= scheme or other diagram or chart depicting in graphic form how the operations were or are presumed to be adversely affected. ' c. The date on which actions resulting in the dispute occurred or conditions resulting in the ' Appendix 12 -12.A.90 I incurred in the performance of the work, less any appropriate credit. The phrase <escalation expenses= shall include unanticipated higher or lower costs and expenses attributable, with appropriate credits, to the performance of work or portions of work in a different time period than that which was indicated on the Owner approved progress schedule. ' 2. Equipment, truck or plant rentals, other than small tools: a. Equipment used by the Contractor shall be specifically described by the manufacturer, model ' number and date of manufacture and be of suitable size and capacity required for the work to be performed. In the event the Contractor elects to use equipment of a higher cost than the equipment suitable for the work, payment will be made at the actual cost rate applicable to the suitable equipment unless otherwise provided for in this section. The Engineer shall determine the suitability of equipment. ' For purposes of computing Contractor's self-owned equipment, truck or plant costs, the rate used shall be based on the rate listed in the Rental Rate Blue Book published by Dataquest, Inc., with the appropriate adjustments noted in this specification, Part (B) (2). ' b. In the event that a rate is not established in the Rental Rate Blue Book for Construction Equipment for a particular piece of equipment, truck or plant, the Owner shall establish a rate for ' ownership costs and operating costs for that piece of equipment, truck or plant that is consistent with its cost and expected life. c. The Contractor shall be reimbursed for its operating costs for self-owned equipment based ' on actual cost data. Operating costs shall include fuel, lubricants, other operating expendables and preventive and field maintenance. Operating costs do not include the operator's wages. In ' the event, after documented and demonstrated due diligence, actual operating costs are not ascertainable, then the Contractor will be compensated utilizing not more than 50% of the operating costs set forth in the <Rental Rate Blue Book= and the Contractor shall be reimbursed ' the product of the number of hours of actual use multiplied by the operating cost per hour. d. The rate for idle equipment and stand-by equipment, shall be based upon the rate of ' depreciation specified in the Contractor's books and records, or 50% of the rate set forth in the <Rental Rate Blue Book,= published by Dataquest, Inc. with the appropriate adjustments noted in this specification, whichever is greater. In the event the equipment is fully depreciated, the Sponsor will pay the actual ownership costs based upon Sponsor audit of the Contractor's books and records. e. The maximum amount of reimbursement for the ownership costs of Contractor owned or the , rental cost of rented equipment, trucks or plant is limited to the original purchase price of the equipment, truck or plant as listed in the Green Guide for Construction Equipment published by the Dataquest, Inc. In the specific event when the ownership or rental reimbursement is limited ' by the original purchase price, the Contractor shall, nevertheless, be reimbursed for the operating cost per hour for each hour of actual use. f. For purposes of rented equipment, the provisions of this specification, Part (B), New Item Charges, are controlling. Appendix 12 - 12.A.89 1 days, deliver to the Engineer-in-Charge a Force Account Summation wherein all materials, equipment, and labor charges are shown and totaled together with such other expenditures as are concerned with the force account item. This summation shall be dated and signed by the ' Contractor's authorized representative and the Engineer-in-Charge. 4. In the event the contractor fails to deliver the required force account documentation to ' the EIC within the time period specified in subsection c, of these General specifications, and as a result the Order-on-Contract for the force account work is not fully approved at the date of final acceptance, the number of calendar days of the time period between final acceptance and the issuance of this force account Order-on-Contract, attributable to the Contractor's late force account submissions will extend the required payment data by an equal period of time. ' D. TIME RELATED DISPUTE COMPENSATION. 1. As limited by Differing Site Conditions, Suspensions of Work, Significant Changes in the ' Character of the Work Provisions, the following elements of damage, and only the following elements, will be recoverable by the Contractor as <time related dispute damages= provided that they are actual and reasonable: a. Documented additional or escalated job site labor expenses; b. Documented additional or escalated costs for materials; c. Documented additional or escalated equipment costs less appropriate credits, as such are determined in accordance with this Section; d. Documented costs of extended job-site overhead (field costs, including field supervision); job-site overhead would include job superintendent, office engineer and clerical staff, but would ' not include working foremen; e. An additional 10 percent of the total of items a, b, c and d for home office overhead and 10% ' for profit thereon except for the differing site conditions or significant change in character of the work clauses (Differing Site Conditions, Suspensions of Work, Significant Changes in the Character of the Work Provisions, Part (A) (1) and (3)) apply, no anticipated profits shall be ' allowed and where the suspension of work clause (Part (A) (2)) applies, no profit or anticipated profits shall be allowed; f. Documented additional or escalated insurance and bond costs; g. When the work is performed by a subcontractor, the Contractor shall be paid the actual and reasonable cost of such subcontracted work as outlined above in paragraphs 1(a) through 1(d) ' and the Contractor's main office overhead and profit shall be figured at 15% and 10% respectively, except for where the differing site conditions or significant change in character of the work clauses ('10.06 (A) (1) and (3)) apply, no anticipated profits shall be allowed and where t the suspension of work clause ('10.06 (A) (2)) applies, no profit or anticipated profits shall be allowed; ' h. The phrase <additional expenses= shall include expenses above or below those normally ' Appendix 12 - 12.A.88 (2) Subcontractor Charges. When the work is performed by a subcontractor, the Contractor shall be paid the actual and reasonable cost of such subcontracted work as outlined above in items (1) through (5) under a. Contractor Charges, but profit and overhead shall be figured at (25%) unless some other basis is approved by the Owner. (3) Service Charges. When work is performed by, or a fee is paid to, a service provider, the ' contractor shall be paid the actual cost of the service fee plus a maximum five percent (5%) for contract supervision, overhead and profit. This 5% shall be applied once to the service fee regardless of who makes direct payments to the service provider. ' H. FORCE ACCOUNT REPORT. Payment for force account work will be made on the basis of the following reports. ' 1. The Contractor will deliver to the Engineer-in-Charge a daily summary of FORCE ACCOUNT WORK done on the contract. This summary on 8 2" x 11" paper will be delivered to the Engineer-in-Charge not later than closing time on the day following that for which the work is ' reported. The summary shall contain: ' a. A list of materials used indicating the amount and nature of each material. The cost (if known) should also be included. This must be documented later by proper receipts. ' b. A list of equipment used indicating the number of hours used and the kind, type, and size of equipment. ' C. A list of personnel by name, including the hours worked, and labor classification at which they were used on the force account work and the location by station or station of the work proposed. d. A statement of the work accomplished by force account for that day. , e. This summary will be dated and signed by the Contractor's authorized representative and the Engineer-in-Charge. f. The contract number and other identification as well as the name of the Contractor shall , appear on the statement. g. The Engineer-in-Charge will make any notations, remarks or comments on this form that ' may assist in final payments. 2. Within 5 calendar days after the end of each pay period, the Contractor shall deliver to ' the Engineer-in-Charge a FORCE ACCOUNT SUMMARY OF LABOR used on the work which shall include the name, hourly rate of pay, hours worked, fringe benefits, and/or other items as shown on the actual payroll. 3. On completion of the specific force account work, the Contractor shall within 10 calendar ' Appendix 12 -12.A.87 t [2.0] The Contractor shall also be reimbursed for the operating cost of the equipment unless reflected in the rental price. Such operating cost shall be determined in the same manner as specified for Contractor Owned Equipment above. ' [3.0] In the event that area practice dictates the rental of fully manned or fueled and maintained equipment, truck or plants, payment will be made on the basis of an invoice for the rental of the ' fully manned, fueled and/or maintained equipment, trucks or plants including all costs incidental to its use, including costs of moving to and from the site, provided the rate is substantiated by area practice. 1 (c) Maximum Amount Payable The maximum amount of reimbursement for the ownership costs of Contractor owned or the rental cost of rented equipment, trucks or plant is limited to the ' original purchase price of the equipment, truck or plant for any force account work as listed in the Green Guide for Construction Equipment published by the Dataquest, Inc. In the specific event when the ownership or rental reimbursement is limited by the original purchase price, the t Contractor shall, nevertheless, be reimbursed for the Operating Cost/Hour for each hour of actual use. ' (6) Profit and Overhead. Profit and overhead cost shall be computed at 20 percent of the following: (a) Total Direct Labor Cost (actual hours worked multiplied by the basic hourly wage rate) plus supplemental benefits payments, payroll taxes, insurance payments and other labor related fringe benefits payments, payroll taxes, insurance payments and other related fringe benefit payments as defined in (2) and (3) above, but not including the overtime additive payments. Profit and overhead shall not be paid on the premium portion of overtime. (b) Total Cost of Materials as defined in (1) above including the cost of transportation to the project site. (7) Overhead shall be defined to include the following: ' (a) Premium on bond; ' (b) Premium on insurance required by the owner other than Workers Compensation Insurance, premium on public liability and property damage insurance, unemployment insurance, Federal old-age benefits, other payroll taxes and such reasonable charges that are paid by the Contractor pursuant to written agreement with its employee; (c) All salary and expenses of executive officers, supervising officers or supervising employees; (d) All clerical or stenographic employees; (e) All charges for minor equipment such as small tools, including shovels, picks, axes, saws, ' bars, sledges, lanterns, jacks, cables, pails, wrenches, etc, and other miscellaneous supplies and services; ' (f) All drafting room accessories such as paper, tracing cloth, reproduction costs, etc. ' Appendix 12 -12.A.86 I [1.0] Ownership Costs It is mutually understood that the rates for ownership costs reimburse the Contractor for all nonoperating costs of owning the equipment, truck or plant including depreciation on the original purchase, insurance, applicable taxes, interest on investment, ' storage, overhead, repairs, moving the equipment onto and away from the project or work site, and profit. Reimbursement will be made for the hours of actual use as described below: [1.1] Less than 8 hours of actual use, the product of the actual number of hours used or fraction ' thereof multiplied by the hourly rate, or the daily rate, whichever is less. [1.2] Between 8 hours and 40 hours of actual use, the product of the actual number of hours ' used divided by 8 multiplied by the daily rate, or the weekly rate, whichever is less. [1.3] Between 40 and 176 hours of actual use, the product of the actual number of hours used ' divided by 40 multiplied by the weekly rate, or the monthly rate, whichever is less. [1.4] Over 176 hours of actual use, the product of the actual number of hours used divided by 176 multiplied by the monthly rate. [2.0] Operating Costs the rate for operating costs includes fuel, lubricants, other operating ' expendables, and preventative and field maintenance. Operating cost does not include the operator's wages. The Contractor shall be reimbursed the product of the number of hours of ' actual use multiplied by the Estimated Operating Cost/Hour. [3.0] The rates used shall be those in effect at the time the force account work is done as ' reflected in the then current publication of the Rental Rate Blue Book. When force account type analysis are used to establish agreed prices in accordance with Section B.1 above, the rates used shall be those in effect when the agreed price is developed by the Contractor and ' submitted to the Engineer-in-Charge. [4.0] The geographic Area Adjustment Factor shown on the map at the beginning of each ' section of the Rental Rate Blue Book shall not be applied to the equipment rates subsequently listed in each section, and shall not be used as a basis for payment. [5.0] In the event that a rate is not established in the Rental Rate Blue Book for Construction , Equipment for a particular piece of equipment, truck or plant, the Owner shall establish rates for ownership costs and operating costs for that piece of equipment, truck or plant that is consistent with its cost and expected life. ' (b) Rented Equipment, Trucks and Plant [1.0] In the event that the Contractor does not own a specific type of equipment and must ' obtain it by rental, it shall be paid the actual rental rate for the equipment for the time that the equipment is used to accomplish the work or is required by the Engineer-in-Charge to be ' present, not to exceed the adjusted rental rate in the Rental Rate Blue Book, plus the reasonable cost of moving the equipment onto and away from the project site. 1 Appendix 12 -12.A.85 1 ' Sponsor. 2. Force Account Charges ' 3. Contractor Charges. Where there are no applicable unit prices for extra work ordered and agreed prices cannot be readily established or substantiated, the Contractor shall be paid ' the actual and reasonable cost of the following: (1) Necessary Materials (including transportation to the site.) Materials is defined to include all products incorporated in the temporary or permanent work. The following items consumed in progressing the work are also considered to be materials for which reimbursement with an allowance for profit and overhead will be made. These are oxygen, acetylene, propane, welding ' rods, grinding wheels, and saw blades. Separate reimbursement will not be made for all other products which may be consumed in progressing the work and reimbursement for these items is considered to be included in the reimbursement for overhead. Material used, if acquired by ' direct purchase, must be documented by bills or acceptable invoices. All prices on used material incorporated in either temporary or permanent work shall be billed at a fair value, less than the original cost when new. A reasonable salvage credit shall be given for substantial ' salvageable material recovered. Salvage value of substantial material recovered shall be determined by the Engineer-in-Charge in coordination with the Contractor. (2) Necessary labor costs including supplemental benefit payments. Each class of labor shall be billed separately at actual payroll rates. Average rates based on different classes of labor will not be accepted. (3) Necessary payroll taxes and insurance payments and other such reasonable charges that are paid by the Contractor pursuant to existing written agreements with its employees and/or labor organizations. ' (4) Sales taxes, if any, required to be paid on materials not permanently incorporated into the work under the order-on-contract. ' (5) Equipment, truck and plant rentals, other than small tools. The Contractor shall be reimbursed for the number of hours that the equipment truck or plant is actually used on a ' specified force account job. Equipment used by the Contractor shall be specifically described by the manufacturer, model number and date of manufacture and be of suitable size and suitable capacity required for the work to be performed. In the event the Contractor elects to ' use equipment of a higher rental rate than the equipment suitable for the work, payment will be made at the rate applicable to the suitable equipment. The equipment actually used and the suitable equipment upon which the rental rate is based will be recorded as a part of the record for force account work. The Engineer shall determine the suitability of the equipment. If there is ' a differential in the rate of pay of the operator of oversize or higher rate equipment, the rate paid for the operator will likewise be related to the suitable equipment. (a) Contractor Owned Equipment, Trucks and Plant Contractor shall be reimbursed for its ownership costs and for its operating costs for self owned equipment at the rates listed in the Rental Rate Blue Book published by the Dataquest, Inc. applied in the following manner as modified by the 'Rate Adjustment Table'. ' Appendix 12 - 12.A.84 16. Cash receipts, cash disbursements journal, and purchase journal. 17. Audited and unaudited financial statements for all years reflecting the operation on this ' project. 18. Depreciation records on all company equipment whether such records are ' maintained by the company involved, its accountant, or others. 19. If a source other than depreciation records is used to develop costs for the Contractor's ' internal purposes in establishing the actual cost of owning and operating equipment, all such other source documents. 20. All documents which reflect the Contractor's actual overhead during the years this Project , was being performed. 21. All documents related to the preparation of the Contractor's bid including the final ' calculations on which the bid was based. 22. All documents which relate to each and every dispute together with all documents which ' support the amount of damages as to each dispute. 23. Work sheets used to prepare the dispute establishing the cost components for items of the ' dispute including, but not limited to, labor, benefits, insurance, materials, equipment, subcontractors, and all documents which establish the time periods, individuals involved, the hours and the rates for the individuals. , In the event the Contractor fails to substantially furnish the above required reports and accounting records, such failure shall constitute a waiver of the dispute for payment other than ' for payment at contract unit prices for the work performed. CONTRACTOR'S RESPONSIBILITY FOR WORK. The Contractor is responsible for carrying ' out the provisions of the contract at all times, regardless of whether an authorized inspector is present or not. Any work or item that is, at any time, found to be out of specification or not in compliance with the plans shall remain the responsibility of the Contractor and shall be subject to such corrective measures that are approved in writing by the Engineer. , A. CONTRACT ITEM CHARGES. When an order-on-contract provides for similar items of ' work or materials which increase or decrease the itemized quantity provided for in the primary contract, the price to be paid therefor shall not exceed the unit bid price in the primary contract for such items. B. NEW ITEM CHARGES. ' 1. Agreed Prices. Agreed prices for new items of work or materials may be incorporated in the order-on-contract as the Sponsor may deem them to be just and fair and beneficial to the Sponsor. These prices must be supported by a complete price analysis in the order-on-contract ' or, by reference to average bid prices for similar type and quantity of work from other recent contracts. The price analysis will be based on an estimated breakdown of charges listed in the following paragraph 2. "Force Account Charges," unless some other basis is approved by the ' Appendix 12 -12.A.83 of a subcontractor or supplier, such subcontractor or supplier must also have substantially the following records available for audit any time following the filing of such dispute, whether or not such dispute is part of a suit pending in the courts of this State. The audit may be performed by ' employees of the Sponsor or by an independent auditor appointed by the Sponsor. The audit may begin on ten days' notice to the Contractor, subcontractor, or supplier as is appropriate. The Contractor, subcontractor, or supplier shall cooperate with the auditors. The Sponsor will ' maintain the audit, its backup, reports, schedules and conclusions as confidential material. Failure of the Contractor, subcontractor, or supplier to maintain and retain sufficient records shall constitute a waiver of that portion of such dispute that cannot be verified and shall bar ' recovery thereunder. Without limiting the generality of the foregoing, the auditors shall have available to them and the ' Contractor agrees to provide access to substantially the following documents: 1. Daily time sheets, job superintendent diaries or log sheets and foreman's daily reports. 2. Union agreements and reports, if any. 3. Insurance policies, welfare and benefits records or plans for union and non-union ' personnel. 4. Payroll register. 5. Individual employee earnings records. ' 6. Payroll tax returns. 7. Material invoices, purchase orders, and all material and supply acquisition contracts. ' 8. Material cost distribution work sheet. ' 9. Equipment records (list of company equipment, rates, depreciation schedules, daily equipment reports or logs, fueling logs or records, equipment lease purchase agreements, and equipment purchase invoices). ' 10. Vendor rental agreements, subcontractor invoices, agreements and back charge records. 11. Subcontractor payment certificates. 12. Canceled checks (payroll and vendors). ' 13. Job cost ledger or report. ' 14. Job payroll ledger, petty cash journal and supporting vouchers. 15. General ledger, general journal (if used), and all subsidiary ledgers and journals together with all supporting documentation pertinent to entries made in these ledgers and journals. Appendix 12 -12.A.82 1 1 be extra work pursuant to the provisions of this Section, compensation will be made pursuant to , Extra Force Account Work, Dispute Compensation and Record keeping, Part B. In addition, after submitting the required notice specified in this section, the contractor shall complete its dispute submission by complying with Extra Force Account Work, Dispute Compensation and ' Record keeping, Part (E), Required Content of Dispute Submission, when such information is ascertainable by the contractor and Part (F), Required Certification of Disputes. This subsection shall cover all such applicable extra work under Differing Site Conditions, Suspensions of Work, ' Significant Changes in the Character of the Work Provisions. During the progress of such disputed work, the Contractor and Engineer shall keep daily records and make reports of all labor, material and equipment used in connection with such work and the cost thereof as ' specified in Extra Force Account Work, Dispute Compensation and Record keeping, Part (C), Force Account Reports. If the Sponsor or its designated representative determines that the work in question is contract , work and not extra work, or that the order complained of is proper, he/she shall again direct the Contractor to continue the disputed work and the Contractor must promptly comply. The Contractor's right to pursue a dispute under this Section for extra compensation or damages will ' not be affected in any way by the Contractor's complying with the directions of the Sponsor or Engineer to proceed with the work, provided the Contractor continues to keep and furnish the Engineer with Force Account Reports as specified in Extra Force Account Work, Dispute ' Compensation and Record keeping, Part (C). If the Sponsor, or its designated representative, determines that such work is extra work and not ' contract work, or that the order complained of is not proper, then the Sponsor or his/her designated representative shall have prepared, if necessary, an order on contract covering such work as soon as is practical after the determination is made. Payment will be made for such ' work via agreed price or force account pursuant to Extra Force Account Work, Dispute Compensation and Record keeping, Part (B), New Item Charges. The Sponsor, or its designee, will notify the Contractor in writing of the date upon which the Sponsor has approved the order ' on contract. Performance of work until receipt of the order on contract by the Contractor shall be considered disputed work. The Contractor must progress the work of the contract, including the work covered by any such order on contract, as directed by the Engineer. Adjustments to contract items, or adjustments to the time of performance, or the addition of new items to the ' contract necessitated by such determination may be made up until the time the final agreement is submitted for payment to the Sponsor, provided that all the requirements of Extra Force Account Work, Dispute Compensation and Record keeping are complied with. In addition, ' documented, additional, actual and reasonable costs incurred by the Contractor pursuant to following a written order to perform work (that was subsequently contained in an order on contract which was disapproved) will be considered as reimbursable. This work will be ' considered disputed work for which the Contractor will be compensated. Eligibility for compensation shall cease upon notification of the order on contract's disapproval. Failure by the Contractor to promptly notify, in writing, the Engineer and the Sponsor of its contentions relative to any dispute or to maintain and furnish force account reports for disputed work shall constitute a waiver of the disputed work claim. D. AUDITING OF RECORDS. The Contractor who has filed a dispute must have the ' following records available for audit at any lime followir ig the filing of such dispute, whether or not such dispute is part of a suit pending in the courts of this State. If a dispute is filed on behalf Appendix 12 -12.A.81 1 b. Identification of all operations that have been affected or delayed, or are or may be affected or delayed; c. Explanation of how the Sponsor's act or omission affected or delayed each operation, and estimation of how much more time is required to complete the project; d. Itemization of all extra costs being incurred, including: ' (1) An explanation as to how those extra costs relate to the effect or delay and how they are being calculated and measured. (2) Identification of all project employees for whom costs are being compiled. ' (3) Identification of all manufacturers' numbers of all items of equipment for which costs are being compiled. 6. In addition, after submitting the required notice specified in this section, the contractor shall complete its dispute submission by complying with Extra Force Account Work, Dispute Compensation and Record keeping, Part (E), Required Content of Dispute Submission, when such information is ascertainable by the contractor and Part (F), Required Certification of Disputes. B. ACCELERATION DISPUTES. The Contractor may not maintain a dispute for costs associated with acceleration of the work unless the Sponsor has given prior express written ' direction by the Engineer to the Contractor to accelerate its effort. The Contractor shall always have the basic obligation to complete the work in the time frames set forth in the contract. For purposes of this Subsection, lack of express written direction on the part of the Sponsor shall ' never be construed as assent. If the Contractor does accelerate its work efforts pursuant to a written order or express written t approval by the Sponsor, the Contractor shall be compensated for its effort, in the same manner and as limited by Extra Force Account Work, Dispute Compensation and Record keeping, Part (D). The Sponsor, in determining whether or not any compensation under this Section is ' warranted, will evaluate the facts and circumstances which led to the acceleration to determine whether they were in the Contractor's control. If the Contractor is claiming a <constructive acceleration,= it must follow the requirements of this ' section, Part (A). C. DISPUTED WORK. If the Contractor is of the opinion that any work ordered by the t Engineer to be done as contract work is extra work and not contract work, or that any order of the Engineer exceeds the work requirements of the provisions of the contract, the Contractor shall promptly, within ten work days of receipt of the order or direction, notify the Engineer in writing of its contentions thereto. The Contractor must progress the work as required and ordered. In the meantime, the Contractor, if it considers the issue unresolved, shall promptly, within ten work days of receipt of the Engineer's written decision, notify the Sponsor in writing ' with copies to the Engineer, of its contentions relative to the dispute, indicating the substance of previous communication on the issue with the Engineer and its rebuttal of their previous findings. The Sponsor, or its designated representative, shall make a finding thereon and notify ' the Contractor of same in writing. If such work is determined by the Sponsor or its designee to Appendix 12 - 12.A.80 notice within the ten work day period and the Contractor demonstrates justifiable excuse or , cause as determined by the Sponsor for not providing the required written notice, then said 10 day notice pedod30303030 may be lengthened but only if the Contractor has maintained and submits the specified records set forth in these provisions and the Sponsor has knowledge of ' the matter or occasion that may result in time related damages. In the event the Contractor fails to maintain and submit such specified records, or fails to demonstrate justifiable excuse or cause if such notice is not given, or demonstrates such justifiable excuse or cause but fails to ' maintain and continue to maintain and submit such specified records, the Contractor hereby agrees to waive the dispute for compensation, notwithstanding the fact that the Sponsor may have actual notice of the facts and circumstances which comprise such dispute and is not ' prejudiced by said failure. As directed by the Engineer, the work shall continue during the pendency of the dispute. The ' Engineer shall make the initial determination in writing on the dispute and the Contractor, if it considers the issue unresolved, shall promptly notify, within ten (10) work days after receipt of the Engineer's decision, notify the Sponsor, in writing with copies to the Engineer of its contentions relative to the dispute, indicating the substance of previous communication on the , issue with the Engineer and its rebuttal of his or her previous findings or determinations. The Sponsor, or its designee, shall make a finding thereon and notify the Contractor of same in writing. ' Adjustments of contract items, or adjustments to the time of performance, or the addition of new items to the contract necessitated by such dispute determination may be made until the time the ' final agreement is submitted for payment to the Sponsor, provided that the requirements of this Section are complied with. 4. If time related damages are presumed to have been incurred and after giving the ' Sponsor notice of a dispute for time related damages, the Contractor must keep daily records of all labor, material, and equipment costs and hours incurred for the affected operations. These ' daily records must identify each operation affected and the specific locations where work is affected. On a <weekly basis,= beginning the week following the date of giving notice of a dispute for time related damages, the Contractor shall meet with the Engineer and present the ' daily records for the preceding week. If the Engineer disagrees with the accuracy, applicability, or reasonableness of any portion of the Contractor's submission, he/she shall promptly notify the Contractor who shall correct its records. If there is a dispute as to records, the Contractor must follow the requirements of this specification, Part (C). The dispute shall first be submitted ' to the Regional Director and if unresolved will be submitted in writing to the Sponsor or his/her designee whose decision shall be final and conclusive subject to the Contractor's right to assert a claim in New York State Court of Claims. Lack of substantial compliance with the ' requirements to attend weekly meetings or present its records will constitute a waiver by the Contractor of said dispute for time related damages. 5. After giving notice of a dispute for time related damages, the Contractor shall prepare , and submit to the Engineer, if requested, weekly written reports until complete resolution of the dispute, which shall be available at the next scheduled job meeting, providing the following information: ' a. Potential effect to the Contractor's schedule caused by the time related dispute; , Appendix 12 -12.A.79 1 ' work, breach of contract, or other causes, the Contractor shall follow the procedures set forth in this Section. All subcontracts, supply or equipment contracts shall incorporate these provisions of Dispute Resolution and Disputed Work Provisions. If such subcontracts or supply or equipment contracts do not have similar provisions, then the Sponsor's payments to the Contractor for such subcontract or supply or equipment work shall be limited to only that which are provided by the provisions of this Section as if it were in effect for such subcontract or ' supply or equipment contract. 1. a. The term 'dispute' shall mean a matter of contract performance or contract compensation, including granting of extensions of time, in which there is or may be disagreement between the Contractor and the Sponsor and which may involve adjustment of contract items or the addition of new items to the contract, extension of time for performance and/or adjustments in compensation necessitated by the resolution of such disagreement. 1 b. The term 'time related dispute' shall mean any dispute arising from any event not within the Contractor's control, performance, action, force, or factor which affects the scheduled time of ' performance depicted in the Contractor's most recent Sponsor approved progress schedule submitted to the Sponsor. This Subsection is intended to cover all such events which include termination, major deductions or increases to quantities of work, Contingencies, Extra Work, ' Deductions, and suspension of work and cancellation of contract, Right to Suspend Work and Cancel Contract, as well as actions, forces or factors, whether they be termed 'delay', 'disruption', 'interference', 'inefficiencies', 'impedance', 'hindrance', 'acceleration', or otherwise. This subsection shall cover all such applicable events under Differing Site Conditions, Suspensions of Work, Significant Changes in the Character of the Work Provisions. Notwithstanding the foregoing, for time related compensation requests, the Sponsor will ' compensate the Contractor for only those instances arising out of the issuance by the Sponsor of a stop work order relative to a substantial portion of the work , or arising out of the unavailability of critical rights of way parcels, either of which are determined by the Sponsor to significantly affect the scheduled completion of the work. ' 2. Strict compliance with the notice provisions of this Section and compliance with the record keeping provisions of this section and Extra, Force Account Work, Dispute ' Compensation and Record keeping, shall be an essential precedent condition under the contract provisions to any recovery of time related damages by the Contractor whether it be under the contract provisions, court actions and proceedings or otherwise. ' 3. Except for situations that come within the terms of Differing Site Conditions, Suspensions of Work, Significant Changes in the Character of the Work Provisions, subsection ' 2, Suspensions of Work, within ten work days after the Contractor has knowledge or should have had knowledge of an event, matter or occasion, that will result in time related damages, the Contractor must provide the Engineer with written notice of a dispute for time related ' damages. The Sponsor shall have no liability and no adjustment will be made for any time related ' damages which accrued more than ten work days prior to the filing of such a notice with the Engineer. Failure of the Contractor to give such written notice in a timely fashion will be grounds for denial of the dispute and the Sponsor does not have to show prejudice to its interest before such denial is made. In the event the Contractor fails to provide the required written Appendix 12 -12.A.78 859.683.010 30.10 Heavy Equipment Operator Apprentice (International Union of Operating ' Engineers) - Locals 14 & 14B 5. Ironworker 801.361.014 40.01 Ornamental Ironworker Apprentice ' 801.361.014 40.02 Ironworker Apprentice 6. Technical Engineer ' 018.167.018 50.01 Technical Engineer Apprentice 018.167.018 50.02 Technical Engineer Surveyor Apprentice -Locals 106, 410, 463, 545, & 832 ' 869.381.010 50.03 Rodperson Apprentice 7. Painter ' 840.381.010 60.01 Painter & Decorator Apprentice 8. Electrician ' 824.261.010 80.01 Electrician Apprentice Program - Locals 3 & 25 REQUIRED ON ALL FEDERAL AID CONTRACTS OF $1,000,000 OR MORE, AND MUST BE ' PUBLISHED IN THE BID PROPOSAL REGARDLESS OF WHOSE SPECIFICATIONS ARE USED. CHANGED CONDITIONS AND DISPUTED WORK PROVISIONS, , It is the goal of the sponsor to resolve disputes that may arise under the contract in a timely, just and fair manner consistent with the terms of the contract. Towards this goal, the Sponsor is t specifying the dispute resolution and disputed work provisions of this Section. This dispute resolution process may be undertaken at any time from the contract award to the submission of the final estimate for payment by the Sponsor. The process recognizes and will take into consideration the risks and controls inherent in construction which the Contractor or the ' Sponsor have agreed to assume pursuant to the terms of the contract. If the Contractor considers its disputes unresolved after following the requirements of this ' Section then at any time prior to the submission of the final agreement for payment to the Sponsor, the Contractor may request in writing a meeting with the Sponsor, or its designated representative, to review any outstanding dispute or items of a dispute that have not been ' previously resolved to the satisfaction of the Contractor through the dispute resolution process. If the contractor fails to comply with the requirements of this section, any claim of the Contractor with respect thereto shall be deemed waived. A. TIME RELATED DISPUTES. Whenever the Contractor believes that it is or will be entitled to additional compensation for time related disputes, whether due to delay, extra work, disputed , Appendix 12 -12.A.77 ' 5. Rodman 50.10 Instrument person Training Program ' 6. Painter 60.10 Painter Training Program ' 7. Welder 90.10 Heavy Duty Welder Training Program ' REQUIREMENTS REGARDING TRAINING IN FEDERAL AID CONTRACTS Apprenticeship programs registered with the U. S. Department of Labor, Bureau of ' Apprenticeship and Training, or with the New York State Department of Labor, Office of Manpower Development, Apprentice Training Section, and training programs approved but not necessarily sponsored by the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, shall also be considered acceptable provided that they are being ' administered in a manner consistent with the Equal Employment Opportunity obligations of NYSDOT construction contracts. ' APPROVED APPRENTICESHIP PROGRAMS NYS Dept. of Labor # NYSDOT # TITLE 1. Carpenter ' 860.381.022 10.01 Carpenter Apprentice Locals # 1093, 1379, 1772, 1292 & Carpenters JAC of Nassau County 842.361.010 10.02 Lather (Carpenter) ' 860.381.022 10.03 Carpenter Apprentice Open Shop Association 2. Mason ' 844.364.010 20.01 Cement Finisher Apprentice 861.381.018 20.02 Bricklayer & Mason Apprentice Locals #1, 9, 21, 30, 34, 37, & 41, and Bricklayer JAC of New York 844.364.010 20.03 Cement Mason Apprentice ' 844.364.010 20.04 Cement Mason Open Shop Association 4. Operating Engineer 859.683.010 30.01 Heavy Equipment Operator Apprentice Locals #138, 138A, 1388, & International Union of Operating Engineers 859.683.010 30.02 Equipment Operator Apprentice Locals #106, 410, 463, 545, & 832 ' 620.261.022 30.03 Operating Engineer Apprentice-Heavy Duty Repairperson 859.683.010 30.04 Equipment Operator Apprentice Grade 7 Paving 859.683.010 30.05 Operating Engineer Open Shop Association ' 859.683.010 30.06 Operating Engineer Apprentice Program - Local 17 859.683.010 30.07 Operating Engineer Apprentice program - Local 825 859.683.010 30.08 Operating Engineer Universal Equipment Apprentice - Local 137 018.167.018 30.09 Field Engineer Surveyor Apprentice - Local 825 Appendix 12 -12.A.76 1 1 1 1 1 REQUIREMENTS REGARDING TRAINING IN FEDERAL AID CONTRACTS ' APPROVED OJT PROGRAMS ' 1. Carpenter 10.10 Carpenter Training Program (Highway and Bridge) 2. Mason ' 20.10 Concrete Finisher/Cement Mason Training Program 3. Operating Engineer 30.20 Roller & Bulldozer Operator Training Program 30.21 Crane, Clamshell, Derrick, and Dragline Operator Training Program (1 1/2 yd. ' under/over) 30.22 Roller and Front End Loader Operator Training Program (1 cu yd under/over) 30.23 Roller and Grader Operator Training Program ' 30.24 Roller and Scraper Pan Operator Training Program 30,25 Heavy Duty Mechanic Training Program 4. Ironworker ' 40.10 Ironworker (Reinforcing and Structural) Training Program Appendix 12 -12.A.75 apprentices or trainees for whom no work history has been provided to the Owner's Engineer or agent in charge of the project. In addition, no measurement will be made of the training provided to apprentices for whom no evidence of indentureship in a registered program has ' been provided to the Owner's Engineer or agent in charge of the project. NO PAYMENT FOR TRAINING. No payment will be made to the Contractor for the training ' required by this Training Special Provision. The required training is a labor cost which is included in the unit prices bid by the Contractor for the items of work comprising the contract. ' LISTS OF OJT & REGISTERED APPRENTICESHIP PROGRAMS. Effective April 1, 1992, the New York State Department of Transportation commenced a demonstration program in NYSDOT Regions 2, 3, 5, and 11 requiring the exclusive use of apprenticeship training to fulfill the Training Special Provision and supplement EEO goal attainment. In the remaining ' NYSDOT Regions, contractors will be allowed to use on-the-job training (OJT) programs during the period of the demonstration project. However, only OJT programs for crafts that have been deemed as apprenticeable occupations will be approved. In order to ease the transition from OJT to apprenticeship, it is required that all OJT participants receive related classroom instruction. ' It is the policy of the New York State Department of Transportation to afford equal employment opportunity to traditionally socially and economically disadvantaged persons by providing training opportunities to minority and disadvantaged persons and women to improve their ' potential for construction employment. NYSDOT, therefore, provides training as a contract requirement on selected construction contracts, including those let by other agencies and local governments under an agreement with NYSDOT. ' When OJT is to be provided under this Training Special Provision, the Contractor shall obtain acceptance from the Owner and NYSDOT for the OJT Program to be utilized and the starting ' time frame for training, prior to commencing training. Accordingly, the following is a listing of OJT programs which have been approved by the NYSDOT and the Federal Highway Administration (FHWA) for utilization in NYSDOT Regions 1, 4, 6, 7, 8, and 10. ' NOTE: A contractor in these Regions may opt to use either OJT or apprenticeship programs. However, the use of apprenticeship programs is strongly encouraged. 1 1 1 Appendix 12 -12.A.74 period, and 90 percent for the last quarter of the training period. Trainees will be paid the ' appropriate prevailing wage specified in the contract for the same trade or work classification for which they are being trained. Indentured apprentices shall be paid fringe benefits in accordance with the provisions of the ' apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determinations for ' the applicable classification. On-the-job (OJT) trainees shall be paid fringe benefits in accordance with the provisions of the prevailing wage rates. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of ' fringe benefits listed on the wage determinations unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyworker wage rate on the wage determination which provides for less than full benefits for ' apprentices. DURATION OF TRAINING. Once an indentured apprentice is approved or a trainee is ' assigned to the contract under this Training Special Provision, that individual shall be trained in the designated trade throughout the duration of the contract whenever such trade is in use on the contract until the trainee or indentured apprentice has completed the approved training , program. Where training is provided under a multi-phase apprenticeship or training program, it is expected that training will be provided continually through all phases to the extent that opportunities for such training exist in the work under contract. Upon satisfactory completion of ' a phase of training under a multi-phase apprenticeship or training program, if training in the remaining phases is not available and work in the completed phase is available, the minority or woman indentured apprentice or trainee shall continue employment, and be compensated at the ' prevailing journey worker wage rate for such work. Hours of employment as a journey worker described above will not be credited toward training hours required by the approved training or apprenticeship program. A trainee may be terminated at any time during training for excessive absenteeism, lack of ' punctuality, accident-proneness, lack of interest, poor attitude, and continued failure to conduct his/herself in a professional manner. However, termination will not occur prior to proper ' counseling, documentation, and notification in writing to the Owner's Engineer or agent in charge of the project, and to the Department of Transportation's Regional Compliance Specialist, and subsequently, the concurrence of the Owners' engineer or agent and the ' NYSDOT Regional Compliance Specialist, with that termination. REQUIRED RECORDS. The Contractor shall provide each minority or woman trained under ' this provision with a certification showing the type and length of training satisfactorily completed. In addition, the Contractor shall keep records on the job site indicating the nature and hours of training provided to each trainee or indentured apprentice documenting performance under this ' Training Special Provision to the Owner's Engineer or agent in charge of the project and to the Department of Transportation's Regional Compliance Specialist. Form AAP-42a, Training Report, will be submitted once the trainee or indentured apprentice commences training, ' completes training, or is terminated and each December 31 st that individual is in training. Form AAP-26a, Monthly Training Progress Repoli, will be submitted ever; month after the individual commences training. No measurement will be made of training provided to indentured Appendix 12 -12.A.73 1 1 1 t given to the Owner's Engineer or agent in charge of the project, who shall request concurrence of the Department of Transportation. In the case of indentured apprentices, evidence of indentureship in a registered approved apprenticeship program shall also be provided. ' SUBCONTRACTING. In the event the Contractor subcontracts a portion of the contract work, the Contractor shall ensure that the requirements of this Training Special Provision are physically incorporated into such subcontracts to ensure that the workforce utilized by the Subcontractor meets the goals for minority and women employment and training, either independently or in combination with the Contractor's workforce. The Contractor must determine the hours of training, if any, and in which trade or work classifications, minority or ' women indentured apprentices or trainees are to be trained by the Subcontractor(s). However, the Contractor shall retain the primary responsibility for meeting the training requirements of this Training Special Provision. Subcontractors are herewith advised that disregard of these ' requirements may result in the Department of Transportation either rescinding approval or disapproving their use on subsequent contracts let by the Department of Transportation or on contracts let by other agencies under agreement to the Department of Transportation. ' TRAINING AND APPRENTICESHIP PROGRAMS. The minimum length, type of training, and rate of pay for the trade or the work classification of the trade will be specified in the training ' program approved or sanctioned by the New York State Department of Transportation with the concurrence of the Federal Highway Administration. Both of these agencies shall approve or sanction a training program if it meets the Equal Employment Opportunity obligation of the Contractor and qualifies the trainee for journeyworker status in the trade or work classification concerned by the end of the training period. Furthermore, apprenticeship programs registered with the U. S. Department of Labor, Office of Manpower Development, Apprentice Training ' Section, and training programs approved, but not necessarily sponsored, by the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, shall also be considered acceptable provided they are administered in a manner consistent with the Equal Employment Opportunity obligations of New York State Department of Transportation ' construction contracts. A copy of the training programs approved by the NYSDOT will be made available by the NYSDOT upon request by the Owner or the Contractor. The Contractor shall provide a copy of the approved apprenticeship or training program to the indentured apprentice ' or trainee. Where training is to be provided under this Training Special Provision, the Contractor shall ' obtain acceptance or approval of the training or apprenticeship program to be used, and the starting time for training, prior to commencing training. The Contractor shall provide on-the-job training directed toward developing journeyworkers in the trade, or work classification (s) of the ' trade, involved. To the extent that the work involved on the contract permits, such training should include all phases and facets of a trade, or work classification of a trade, to satisfy usual construction industry requirements for continued or future employment therein. Additionally, the ' Contractor shall provide a minimum of 144 hours per calendar year of related classroom training at an approved facility for each individual so enrolled, in accordance with Article 23 of the New York State Labor Law, Section 815.3. ' WAGES. Indentured apprentices will be paid at least 60 percent of the appropriate prevailing wage rate specified in the contract for the same trade or work classification for which they are being trained for the first half of the training period, 75 percent for the third quarter of the training Appendix 12 -12.A.72 1 1 case of an indentured apprentice, evidence of indentureship and registration of the approved ' apprenticeship program must be included. No contract work may be undertaken until the Owner has accepted the Schedule and obtained ' the concurrence of the Department of Transportation. The Contractor shall submit a revised Manpower and Training Utilization Schedule at such times as major changes in the contract work schedule or a significant workforce buildup occurs which substantially affect the previously ' submitted Schedule. RECRUITMENT. Although the training requirements of this Training Special Provision are not intended, and shall not be used to discriminate against any applicant for training, whether a , member of a protected class or not, it is recognized that non-minority males have traditionally been and continue to be trained, either formally or on-the-job in an informal manner, for work in the trades utilized in construction work. Therefore, until such time that representative numbers , of minorities and women complete training and their utilization as joumeyworkers is demonstrated to the extent of the participation goals set forth in the Department of Transportation's construction contracts, training required under this Training Special Provision ' will be primarily limited to minorities, women, and disadvantaged individuals. Thus, the Contractor shall demonstrate compliance with the intent of this Training Special ' provision by affording the Owner, with the concurrence of the Department of Transportation's appropriate Regional Compliance Specialist (RCS), the opportunity to: 1. First, approve the use of a minority or woman indentured apprentice known to the ' Contractor through an existing Joint Apprenticeship Training Program, or 2. Second, provide a partially-trained minority or woman trainee who is currently enrolled in ' a New York State Department of Transportation approved training program, or 3. Third, work cooperatively with the Contractor in recruitment of new minority or women ' trainees, when needed. In conformance with the foregoing, the Contractor should submit a Department of Transportation Form AAP-17, Request for Personnel, to the Owner at the Preconstruction Meeting, and the Owner should seek concurrence of that from Department of Transportation's Regional Compliance Specialist. The Contractor is responsible for ensuring that on-the-job ' orientation for approved indentured apprentices or assigned trainees is provided to such individuals within their first month of employment. WORK HISTORY. No individual shall be employed as a trainee or indentured apprentice in any ' trade and/or work classification in which such person has successfully completed a training course providing journeyworker status in the same trade or work classification, or in which such ' person has been gainfully employed as a journeyworker by virtue of informal on-the-job training. Detection of individuals in the above categories may be accomplished by including appropriate questions on employee application forms, inquiries to the Department of Transportation Regional Compliance Specialist, checking personal references, or by other suitable means. ' Regardless of the method used, the Contractor shall document the findings for each indentured apprentice or trainee provided training under this requirement. A copy of the findings shall be Appendix 12 -12.A.71 1 1 REQUIREMENTS REGARDING TRAINING ON FEDERAL AID CONTRACTS PRECONSTRUCTION MEETING. Before the Contractor will be allowed to begin work, the Contractor shall attend a Preconstruction Meeting and shall submit for the Owner's use and ' acceptance, a Manpower and Training Utilization Schedule (Form AAP 35) which shall be correlated to the Contractor's work schedule. The Schedule shall include at least the following information: ' 1. A work schedule for the entire contract, 2. An estimate of the work force required to conform to the work schedule on a monthly basis including an estimate of the work force in each trade and/or work classification projected to be used, ' 3. Separate estimates of the number of minority and women indentured apprentices or trainees that would be required in each skilled trade to meet the contract EEO employment goals for that trade assuming no minority or women journeyworkers in the workforce, 4. The approved training programs to be used and the proposed starting dates for training in each trade and/or work classification, ' 5. An estimate of the availability of minority and women journeyworkers in numbers sufficient to meet the EEO contract goals, and ' 6. Any proposal by the Contractor to use trainees or indentured apprentices to make up for anticipated EEO goal shortfalls. Such proposals shall include the name and craft of any ' individual proposed by the Contractor as the required trainee or indentured apprentice. In the ' Appendix 12 - 12.A.70 additional training obligations will exist under this Training Special Provision unless the goals for ' minority and women employment and training in the skilled workforce (exclusive of laborers) are not continuously met on the contract and generally distributed amongst the trades. In the five counties of New York City, the goals specified for each trade are applicable. Whenever the ' goals are not met, additional minority and/or women indentured apprentices and/or trainees will be assigned or approved in numbers necessary to meet the goals. Data necessary to determine if goals are being met will be provided on Contractor and Subcontractor Monthly ' Employment Utilization Reports (Form AAP 33LL) submitted by the Contractor on a monthly basis to the Engineer-in-Charge of the construction contract, or other agent of the Owner responsible for administering the contract, or other forms approved by the Department of Transportation. ' The data will be verified by the visual observance of the Engineer-in-Charge, or designated project inspectors, or other agent of the Owner, and hours of employment reported on ' Contractor and Subcontractor certified weekly payrolls. The number of minority and women indentured apprentices and trainees required to be trained under this item shall not exceed the equivalent of 12 1/2% of the total journeyworker workforce on the contract (counted in hours ' worked), i.e., no more than 1 in 8 of the skilled workforce is required to be a minority or woman indentured apprentice or trainee. This limitation applies regardless of minority or women representation in the trades. However, this limit on required training in no way absolves the ' Contractor of the responsibility to comply with the EEO contract requirements. 1/ Disadvantaged means a person who is either: (a) a member of a family that receives public ' assistance; or (b) a member of a family whose income during the previous six (6) months, on an ' annualized basis, was such that: (1) the family would have qualified for public assistance, if it had applied for such assistance; or (2) it does not exceed the poverty level. NOTE: The name, address, and social security number of candidates to be trained under the disadvantaged criteria must be submitted to the Owner accompanied by related economic documentation for ' approval prior to commencing training 2/ Journeyworker means a person who is capable of performing all the duties within a trade or ' a given work classification of a trade approval prior to commencing training, subject to concurrence by the Department of Transportation. Appendix 12 -12.A.69 1 1 1 ' REQUIREMENTS REGARDING TRAINING IN FEDERAL AID CONTRACTS TRAINING SPECIAL PROVISION GENERAL. The primary objective of this Training Special Provision is to provide training opportunities to minority and disadvantaged persons and women in construction trades for two purposes: ' 1. To maintain a pool of qualified minority and disadvantaged persons and women to replace those journeyworkers who, in the natural course of events, will leave the workforce; and 2. To provide minority and disadvantaged persons and women as indentured apprentices or trainees in those geographic areas where shortages in minority and women journeyworkers are recognized because of the Contractor's inability to meet the Equal Employment Opportunity ' (EEO) goals set forth in this contract. This work shall consist of the employment and meaningful and effective training of minority and ' disadvantaged persons and women in training programs approved by the N. Y. S. Department of Transportation leading to their qualifications as journeyworkers in the skilled trades required in highway construction. This Training Special Provision supplements the Equal Employment ' Opportunity requirements included elsewhere in this Proposal entitled either "Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) or "Equal Employment Opportunity Requirements." Each of the foregoing prescribes specific ' percentage goals for utilization of minorities and women in the performance of work for the geographic area location of the contract. ' Each contract which contains this Training Special Provision shall require the training of at least one minority or woman indentured apprentice or trainee. Such individual shall be either approved or selected by the Owner with concurrence by the Department of Transportation. Other than this initial training obligation, to be undertaken and provided by the Contractor, no 1 Appendix 12 -12.A.68 1 50 Wolf Road ' POD 6-2 Albany, NY 12232 (518) 457-1128 or 457-1129 ' Disadvantaged Business Enterprise Officer The Bidder shall designate and enter below the name of a Disadvantaged Business Enterprise ' Officer who will have the responsibility for and must be capable of effectively administering and promoting an active Disadvantaged Business Enterprise Program and who must be assigned ' adequate authority and responsibility to do so. Bidder Designated DBE Officer (Name, Title) , Telephone Number RETURN THIS PAGE WITH BID , 1 OF 1 REQUIRED IN ALL CONTRACTS OF $1,000,000 OR MORE. The DBE program is similar to, but different from, local or state programs which call for the participation of MBE's and WBE's. ' On Federal Aid projects, all participation shall be geared toward DBE's. The Office of Civil Rights (OCS) is responsible for certifying DBE firms in New York State. Local requirements for MBEWBE participation shall be omitted from Federal Aid contracts. , IF NYSDOT SPECIFICATIONS ARE USED, THIS SECTION IS REFERENCED IN SECTION 102-12 AND DOES NOT HAVE TO BE CONTAINED IN THE BID PROPOSAL. IF THE ' PROJECT IS VALUED AT $1,000,000 OR MORE, THE GOAL PAGE, WITH A PERCENTAGE GOAL STATED, MUST BE PUBLISHED IN THE BID PROPOSAL. Appendix 12 -12.A.67 1 1 ' regulation, or order of the Owner, or as otherwise provided by law. M. PROMPT PAYMENT. Failure by the Contractor to pay any subcontractor within seven ' calendar days of receipt of payment from the Owner for work performed that is accepted by the Owner, in violation of Section 139-F of the State Finance Law, could result in the withholding of future estimated payments by the Owner. The Contractor shall submit reports on payments ' made to subcontractors as required by the Owner. If it is determined by the Owner that a subcontractor has not received payment due and owing in accordance with Section 139-f of the State Finance Law, the Owner may direct the Prime Contractor to make such payment. Any such direction by the Owner is a lawful direction under Article 8 of the contract. Where such direction is not complied with, the Contractor shall not be entitled to have any estimate made for the purpose of payment nor shall any estimate be rendered on account of work done. ' N. REQUIRED RECORDS. The Contractor shall keep records and documents for three years following performance of this contract to indicate compliance with this Section. These records and documents, or copies thereof, will be made available at reasonable times and places for inspection by any authorized representatives of the Owner and will be submitted to the Owner upon request, together with other compliance information which may be required. 0. NON-DISCRIMINATION. The Contractor shall not use the requirements of this Section ' to discriminate against any qualified company or group of companies. P. REPORTING VIOLATIONS OF PROGRAM RULES. The Contractor is responsible for ' ensuring that the DBE performs a commercially useful function on the contract as defined in Section E. If the Contractor becomes aware of any violation of this Section, the Contractor is required to promptly report the violation to the Owner. ' Sample FEDERAL AID PROJECT ' DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION GOALS NEW YORK STATE DEPARTMENT OF TRANSPORTATION DISADVANTAGED BUSINESS ENTERPRISE ' UTILIZATION REQUIREMENTS ' The Department has established the following Disadvantaged Business Enterprise (DBE) utilization goals for this contract. The goal is expressed as a percentage of the total bid price. ' Disadvantaged Business Enterprise Utilization Goal 0% Information related to the current certification status of Disadvantaged Business Enterprises, ' can be obtained by contacting the: NYS Department of Transportation Office of Civil Rights Appendix 12 -12.A.66 1 1. DISADVANTAGED BUSINESS ENTERPRISE OFFICER. The Bidder shall designate a ' Disadvantaged Business Enterprise Officer who will have the responsibility to, and be capable of, effectively administering and promoting an active DBE program, and, who is assigned adequate authority to do so. t J. CONFORMANCE TO DBE SCHEDULE OF UTILIZATION. Following the award of the contract, the Contractor is required to enter into subcontracts or agreements with the DBEs identified on the approved D/M/WBE Schedule of Utilization, for the work of the kind and ' amount identified therein. The Owner will monitor the work of the contract to ensure that the DBEs identified perform the work in accordance with the D/MMBE Schedule of Utilization. Any direction by the Owner to comply with the Schedule is a lawful direction under Article 8 of the ' contract. Where such direction is not complied with, the Contractor shall not be entitled to have any estimate made for the purpose of payment, nor shall any estimate be rendered on account of work done or material furnished. , K. REVISIONS IN DBE UTILIZATION. If, after the award of the contract, a subcontract or purchase order held by a DBE or joint venture involving a DBE is modified or terminated, the , Contractor shall immediately notify the Owner of such modification or termination and the reasons therefor or an alternative subcontract or purchase order for a commensurate dollar amount furnished by another DBE. Any change in DBE utilization must be approved by the ' Owner through submission of a revised Schedule of Utilization (Amended) signed by both parties. The Contractor must receive this approval prior to implementing any proposed change. Failure by the Contractor to obtain approval could result in appropriate sanctions. For the ' purposes of this Section, a revision in DBE utilization is considered to be any of the following modifications: A. Reducing the dollar value of or eliminating the DBE's item(s) of work. In the event that ' this results in a shortfall in goal attainment, the Contractor will be required to make good faith efforts to backfill in accordance with Section F. B. Removing one DBE and substituting another DBE for the same item(s) of work. ' C. Increasing the dollar value of (an) item(s) of work or adding (a) new item(s) of work to a , DBE already participating in the contract. D. Adding a DBE to the contract. ' L. MONITORING CONTRACTOR COMPLIANCE. The Contractor will allow authorized representatives of the Owner to conduct periodic inspections of the Contractor's DBE , participation efforts during the performance of the contract. In order to determine whether the Contractor has complied with the requirements of this Section, the Owner may proceed by order to show cause, or may follow any other lawful procedure upon due notice in writing to the Contractor. When the Contractor has been found to have failed to meet the contract goals, to , exert a good faith effort, or otherwise failed to comply with this Section, the contract may be canceled, terminated, or suspended in whole or in part in accordance with the contract and Section 40 of the Highway Law, and the Contractor may be referred to the USDOT for possible , suspension or debarment as provided for in 49 CFR 29 and such other sanctions as may be imposed and remedies invoked as provided for under the authority of 49 CFR 29, or by rule, Appendix 12 -12.A.65 1 1 5. Efforts to select portions of the work proposed to be performed by DBEs in order to increase the likelihood of achieving the contract goal. Where certified DBEs have expressed ' interest to the Bidder in performing certain work that the Bidder normally performs with his/her own forces, and the contract goal has not otherwise been attained, the Bidder will be required to subcontract such work or portions of it in order to meet the goal. ' 6. Efforts to negotiate with DBEs for specific subcontracts. Price alone will not be an acceptable basis for rejecting DBE bids, unless it can be shown that no reasonable price can be ' obtained from a DBE. 7. Efforts to assist the DBEs contacted which needed assistance in obtaining bonding or insurance required by the Bidder or the Owner. Difficulties encountered by the DBE in obtaining 1 bonding or insurance required by the Bidder will not be acceptable reasons for the Bidder's failure to meet the contract goal. ' 8. Providing interested DBEs with adequate information about the plans, specifications, and requirements of the contract. 9. Record of solicitation efforts. All Bidders must keep records of efforts to solicit and negotiate with DBEs and a continuing record of pre- and post-letting activity. When submitting a D/M/WBE Schedule of Utilization to the Owner, the apparent Low Bidder will attach it together ' with the supplemental information specified in the instructions as evidence of good faith efforts. Such supplemental efforts must include at least the following: ' a. All Solicitation Responses returned to the Bidder by DBEs; b. All envelopes of solicitation inquiries that were returned as undeliverable; and c. Any quotations submitted by DBEs that are not included in the D/M/WBE Schedule of Utilization with an explanation for the Bidder's action in each case. G. DBE UTILIZATION PACKAGE. The Bidder shall submit a complete utilization package within seven (7) calendar days after the bid opening. The DBE Utilization Package consists of: 1. D/M/WBE Schedule of Utilization; ' 2. D/M/WBE Utilization Worksheet (Note: Schedule must be co-signed by both the Prime Contractor and the Subcontractor); and ' 3. All of the information listed in Section F. ' H. BIDDER'S FAILURE TO COMPLY. The Owner's acceptance of the Bidder's proposal is conditioned upon the Bidder's fulfillment of the requirements of this Section. If the Bidder fails to submit a complete utilization package as defined in Section G by the seventh calendar day after ' the bid opening and/or fails to attain the DBE utilization goal, and to satisfactorily document his/her good faith efforts as defined in Section F above, the bid may be declared incomplete and the deposit may be subject to forfeiture. Appendix 12 -12.A.64 1 1 provided that the individual was independently recruited by the DBE in accordance with ' customary industry practice. The routine transfer of work crews from another employer to the DBE shall not be allowed. 3. Supervision. All work performed by the DBE must be controlled and supervised by the , DBE without duplication of supervisory personnel from the Prime Contractor or other , subcontractors. This does not preclude routine communication between the supervisory personnel of the DBE and other supervisors necessary to coordinate the work of the contract. 4. Equipment. DBE subcontractors may supplement their equipment by renting or leasing additional equipment in accordance with customary industry practice. However, no more than , 50% of the equipment required to perform the work of the subcontractor may be obtained from the Prime Contractor, other subcontractors on the project, or their affiliates. If the DBE obtains equipment from any of those sources, the Owner shall obtain from the DBE documentation demonstrating that similar equipment and terms could not be obtained at a lower cost from other customary sources of equipment. The required documentation shall include, but not be limited to, copies of the rental or leasing agreements, and the names, addresses, and terms quoted by , other sources of equipment. F. GOOD FAITH EFFORTS. To ensure that DBE firms are given the maximum practical ' opportunity to participate in the work of the contract, the Bidder must make good faith efforts to obtain DBE participation in order to fulfill the DBE contract goal. The Bidder's demonstration of good faith efforts must be at least extensive as, but not limited to, the following: ' 1. Efforts to utilize the services of minority and women community organizations; minority and women contractors groups; local, State, and Federal minority and women business , assistance offices; and other organizations that provide assistance in the recruitment and placement of DBEs. 2. Attendance by a representative of the Bidder who is knowledgeable of the contract work , at pre-bid, pre-award, and/or other meetings, if any, scheduled by the Owner to inform DBEs of subcontracting and other opportunities for participation in a specific contract. At these meetings, the Bidder's representative will explain the required contract work and solicit the ' interest of the DBE attendees in any specific portions of the work. 3. Efforts to secure participation by certified DBE firms. Only DBEs certified by the t NYSDOT shall be used to fulfill goals on federally funded projects. 4. Written solicitation of DBEs. A written solicitation inquiry will be sent to all DBE firms 1 and, when necessary, minority and women's business associations when necessary in order to meet DBE goals. Notification must be made in a timely fashion such that the DBEs contacted have a reasonable period of time in which to respond. The Bidder's solicitation will cover , certified DBEs listed in the Registry of Disadvantaged Business Enterprises maintained by the Office of Civil Rights (OCR) of the NYSDOT. Such geographic limits are not acceptable as good faith efforts for work typically subcontracted to non-DBE firms on a statewide basis, e. g., pavement markings, guide rail, etc. It will be mandatory for the Bidder to contact all DBEs who ' have expressed interest in the specific contract to the Bidder and to document efforts taken to secure their participation in the contract and in any future work. Appendix 12 -12.A.63 ' e. The Bidder must provide, before award, the calculations and any pertinent documentation that support the dollar value or the proposed DBE trucking services. The Bidder must also provide before award a list of all proposed DBE trucking firms to be used on the project and the number of trucks to be provided by each proposed DBE trucking firm. f. On-Site Trucking. For the purposes of this Section, on-site trucking is defined as: 1. ' Within the boundaries of the physical place where the construction will remain; (2) Off-site facilities that are dedicated exclusively to the performance of the contract and are so located in proximity to the actual construction location that it would seem reasonable to include them. Trucking services provided for on-site trucking are considered to be a subcontracting activity. The DBE trucking firm may not subcontract any portion of their on-site trucking operations. g. Off-Site Trucking. For the purposes of this Section, off-site trucking is defined as: 1. Outside of the boundaries of the physical place where the construction will remain; (2) Off-site facilities that were established by a commercial supplier or materialman prior to award of the project and used for multiple customers. Trucking services provided for off-site trucking are not considered to be a subcontracting activity; it is considered to be a service. h. The DBE trucking firm that appears on the Utilization form must control the day-to-day ' trucking operations on the project. The DBE is responsible for: 1. Negotiating and executing rental/leasing agreements; 2. Hiring and firing the work force; 3. Coordinating the daily trucking needs with the Prime Contractor; 4. Scheduling and dispatching trucks. ' a. The Bidder must explain in writing the scope of work to be performed by the DBE for all items indicated as partial items at the time the Low Bidder submits the Utilization Package. 6. A DBE that holds a contract may not count its own utilization in the contract toward the DBE contract goal. E. CONDITIONS OF PARTICIPATION. DBE participation will be counted toward meeting the DBE contract goal, subject to all of the following conditions: 1. Commercially Useful Function. The Prime Contractor is responsible for ensuring that DBEs performing work on the contract perform a commercially useful function. A DBE is considered to perform a commercially useful function when it is responsible for the execution of a distinct element of work on a contract and carries out his/her responsibilities by actually performing, managing, and supervising the work involved in accordance with normal industry ' practice (except where such practices are inconsistent with the DBE regulations). Regardless of whether an arrangement between the Contractor and the DBE represents standard industry practice, if the arrangement erodes the ownership, control, or independence of the DBE or in any way does not meet the commercially useful function requirement, the Contractor shall receive no credit toward the goal. ' 2. Work Force. The DBE firm must employ a work force (including administrative and clerical positions), separate and apart from that employed by the Prime Contractor, other subcontractors on the project, or their affiliates. This does not preclude the employment by the DBE of an individual that has been previously employed by another firm involved in the contract, 1 Appendix 12 - 12.A.62 1 principal business, and in its own name, the purchase and sale of the products in question. One who deals in bulk items such as steel, cement, gravel, stone, and petroleum products need not keep such product in stock, if it owns or operates distribution equipment. d. The Bidder must indicate in the form of an explanation on the AAPHC-890, DBE , Utilization Worksheet, the item number(s) for the material supplied. EXAMPLE: , ITEM NUMBER NAME LESS THAN 100% AMOUNT 619M17 Supply Temp. Concrete Barrier XX% $ Value 4. Trucking Services. Count toward the DBE goal the expenditure for trucking services ' provided by certified DBEs in accordance with the following: a. Count the pro-rated value of trucking services provided by trucks owned or leased on a ' long-term basis by the DBE trucking firm. For the purposes of this Section, a long-term lease is a lease of six (6) months or more. Also, trucks that are leased on a long-term basis are leased without an operator. t b. Count the pro-rated value of trucking services provided by trucks hired or rented from other certified DBE trucking firms by the DBE trucking firm. ' G. No credit will be received for the value of trucking services that are provided by trucks that are not owned, leased on a long-term basis, hired, or rented from certified DBE trucking firms. , EXAMPLE: Ten (10) trucks are needed to perform $50,000 of trucking services. The DBE who appears on ' the Utilization form will provide two (2) self-owned trucks and three (3) trucks hired from DBE trucking firms for a total of five (5) certified DBE trucks providing trucking services. The ' remaining five (5) trucks are not obtained from certified DBE trucking firms. In this situation, 50% (fifty percent), or $25,000, can be counted toward the DBE goal. d. The Bidder must indicate in the form of an explanation the item number(s) for which the ' trucking services are to be performed, the type of trucking service to be performed (on-site vs. off-site), and the corresponding dollar value for those services (per item). ' EXAMPLE: ITEM NO. NAME LESS THAN 100% ' AMOUNT 99,99 Off-site Trucking Services for Item 403.11 XX% $ , VALUE Appendix 12 -12.A.61 ' that is less than the contract goal, the Prime Contractor is required to continue good faith efforts, as defined in Section F, throughout the life of the contract in order to increase the DBE participation to meet or exceed the contract goal. C. ZERO PERCENT GOAL. For contracts which have a 0% (zero percent) goal, the Bidder agrees to make good faith efforts to utilize certified DBEs for any subcontracts awarded by the Bidder in connection with the contract. D. COUNTING DBE PARTICIPATION TOWARDS DBE GOALS. DBE participation shall be counted toward meeting the DBE goal in accordance with the following: 1. Subcontracting. If a firm is determined to be an eligible DBE, as defined in Section A, the total DBE agreed amount of the items of work to be performed by the DBE is counted toward the applicable DBE goal except as provided in paragraphs 2, 3, and 4 below. 2. Joint Ventures. Joint ventures between certified DBE firms and non-DBE firms as ' subcontractors will be counted toward the DBE goal in proportion to the percentage of ownership and control of each firm within the joint venture, subject to approval by the Owner of the joint venture agreement to be furnished by the Bidder before award of the contract. The ' joint venture agreement must include a detailed breakdown of the following: a. Contract responsibility of the DBE for specific contract items of work, b. Capital participation by the DBE, C. Specific equipment to be provided to the joint venture by the DBE, d. Specific responsibilities of the DBE in the control of the joint venture, ' e. Specific staffing and skills to be provided to the joint venture by the DBE, and f. Percentage distribution to the DBE of the projected profit or loss incurred by the joint venture. In addition to these requirements, the DBE joint venture must perform a commercially useful function as a DBE subcontractor as defined in Section E. ' 3. Supplies (Regular Dealers), Manufacturers, and Fabricators. Count toward the DBE goal the expenditures for materials and supplies obtained from DBE suppliers (regular dealers) and manufacturers in the amount noted below. The DBE supplier or manufacturer must assume ' the actual and contractual responsibility for the provision of the materials and supplies. a. Count the entire expenditure to a DBE manufacturer. A manufacturer is a firm that operates or maintains a factory or establishment that produces on the premises the materials or supplies obtained by the Contractor. ' b. Count the entire expenditure to a DBE fabricator. A fabricator is a firm that substantially alters materials or supplies before resale. ' c. Count 60% (sixty percent) of the expenditures to a DBE supplier. A supplier is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of the contract are bought, kept in stock, and ' regularly sold to the public in the usual course of business. It is a firm that engages in, as its Appendix 12 -12.A.60 1 REQUIREMENTS FOR THE PARTICIPATION OF DISADVANTAGED BUSINESS ENTERPRISES IN FEDERAL AID CONTRACTS DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION. It is the policy of the United ' States and of the State of New York that Disadvantaged Business Enterprises (DBE's) shall have the maximum opportunity to participate in the performance of State contracts for construction. The parties to this contract shall take all necessary and reasonable steps in accordance with the ' laws, rules, and regulations cited in this section to ensure that DBEs have the maximum opportunity to compete for and perform contracts. The Owner and its Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of , any federal Aid contracts. This policy shall be made a part of all subcontracts and agreements entered into as a result of this contract. The Congress of the United States, to this end, has enacted the Surface Transportation ' Assistance Act ("STAR") of 1982, Public Law 97-424, Section 105(f), the Surface Transportation and Uniform Relocation Assistance Act of 1987, Public Law 100-17, Section 106(c), the ' Intermodal Surface Transportation Efficiency Act of 1991 and Regulations have been promulgated under CFR 49 23. New York State, to this end, has enacted Section 85 of the Highway Law, Section 428 of the Transportation Law, and Chapter 1, Title 17 of the Official Compilation of Codes, Rules, and Regulations. The parties to this contract are required to ' comply with these laws, rules, and regulations and the following DBE Program requirements. A. ELIGIBILITY OF DBEs. Only those DBE firms that are certified by the New York State ' Department of Transportation (NYSDOT) are eligible to be used for goal attainment on this contract. DBE certification is not an endorsement of the quality or performance of the business but simply an acknowledgment of the firm's status as a DBE. In the event that the apparent ' Low Bidder, in good faith, proposes to use a firm that is listed as a certified DBE in the project proposal, and that firm is later found by the Owner to be ineligible or unable to perform, then the apparent Low Bidder will be required to substitute another certified firm of the kind needed to ' meet the goal, before the award, at no additional cost to the Owner. B. GOAL. The Owner has established a utilization goal for DBEs which is expressed as a , percentage of the total contract price. This goal is stated in the proposal and remains in effect throughout the life of the contract. In executing the contract or bid documents the Bidder declares that he/she subscribes to the utilization goal and must meet or exceed the goal or demonstrate that he/she could not meet it despite his/her best efforts. The contract goal is then considered to be a target or a minimum figure to which the Contractor commits as a part of his/her bidding for a Federal-aid project. When the contract is awarded with DBE participation Appendix 12 -12.A.59 ' domestic steel and/or iron, the Contractor must supply only domestic steel and/or iron and will be paid the domestic steel and/or iron bid prices. The Contractor will be responsible for ensuring that the domestic steel and/or iron is supplied in conformance with the above ' referenced laws. Such responsibility extends to informing all affected subcontractors and material suppliers of these specific requirements and ascertaining that steel and/or iron being supplied is in conformance with the standard specifications. In the event that the contract is awarded based upon being allowed to permanently incorporate foreign steel and/or iron in the work, the Contractor may supply either domestic or foreign steel ' and/or iron and will be paid the foreign steel and/or iron bid prices. If the contract is awarded based upon the domestic steel and/or iron bid, the Contractor may permanently incorporate in the construction of this contract a minimal amount of foreign steel and/or iron if the combined ' cost of such materials does not exceed one-tenth of one percent (0.1 percent) of the total contract cost or $2,500.00, whichever is greater. The combined cost of foreign steel and/or iron will be that shown to be the value of the steel and/or iron products as they are delivered to the ' project. BUY AMERICA WAIVERS. In addition to the award of a bid based on foreign steel and/or iron materials, waivers to the Buy America requirement may be requested by the State to the Division Federal Highway Administration if it can be demonstrated that the use of domestic steel and/or iron materials would be inconsistent with the public interest, such materials and products are not produced in the United States in sufficient and reasonably available quantities and of satisfactory quality provided one or more of the above requirements are met, the Contractor may submit a request for a waiver to the Engineer. The request shall include copies of all documentation verifying the unavailability of the material or product, and/or justification of the ' application for a waiver. For Federally Aided contracts, final approval of the Buy America Waiver request will be made by the Division Federal Highway Administration and concurred with by the Director, Construction Division. For non-Federally Aided contracts, upon final approval of ' the affected Department program areas, notification and approval of the Buy America Waiver request will be made by the Director, Construction Division. ' Note: The following is a list of materials or products which have been granted waivers or exclusions from the "BUY AMERICA" provisions: 1. Hollow'I'-shaped steel extrusions ' REQUIRED IN ALL FEDERAL AID CONTRACTS. IF NYSDOT SPECIFICATIONS ARE USED, THIS SECTION IS REFERENCED IN 106-11 AND DOES NOT HAVE TO BE ' CONTAINED IN THE BID PROPOSAL. Appendix 12 -12.A.58 "BUY AMERICA" REQUIREMENTS & WAIVERS FOR FEDERAL AND STATE CONTRACTS ' GENERAL BUY AMERICA BID REQUIREMENTS AND DEFINITION. In accordance with New ' York State Department of Transportation Official Order No. 1511 establishing consistency for application of Section 146 of the State Finance Law, and Section 165 of the U. S. Surface Transportation Act of 1982, as amended, the Bidder must submit a bid based on permanently , incorporating only domestic steel and/or iron in the construction of this contract. The Bidder may also submit a bid based upon being allowed to permanently incorporate foreign ' steel and/or iron into the work of the contract. If the Bidder chooses to submit such a bid, the Bidder should purchase an additional proposal for this contract and legibly print the following in ink on the proposal cover and at the bottom of the proposal sheet which contains the phrase ' "Total gross sum written in words": TOTAL BID BASED UPON USING FOREIGN STEEL AND/OR IRON. When bids are submitted based upon domestic and foreign steel and/or iron, both bids are to be submitted in the same envelope. To qualify as domestic, all manufacturing processes (including the fabrication of any product , containing steel and/or iron) must have been performed in the United States. To further define the coverage, a domestic product is a manufactured steel and/or iron construction material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories , and possessions of the United States. Raw material used in the steel and/or iron may be imported. All manufacturing processes to produce steel and/or iron products must occur domestically. Raw materials are materials such as iron ore, limestone, waste products, etc., ' which are used in the manufacturing process to produce the steel and/or iron products. Waste products would include scrap; i.e., steel and/or iron no longer useful in its present form from old automobiles, machinery, pipe, railroad tracks, and the like. Also, steel and/or iron trimmings ' from mills or product manufacturing are considered waste. Extracting, crushing, and handling the raw material which is customary to prepare them for transporting are exempt from Buy America. ' AWARD OF CONTRACT. Award of this contract will be made to the lowest bidder who submits the lowest total bid based upon furnishing domestic steel and/or iron unless such total bid ' exceeds the lowest total bid based upon furnishing foreign steel and/or iron by more than 25 percent, in which case award will be made to the lowest responsible bidder based upon furnishing foreign steel and/or iron. ' CONTROL OF MATERIALS. All items, regardless or origin, shall comply with their individual specification requirements. In the event the contract is awarded based upon using only 1 Appendix 12 -12.A.57 as determined under Section 220 of the New York State Labor Law, and (2) the schedule of rates of wages as determined pursuant to the Davis-Bacon Act, the Contractor shall accept and use the schedule or schedules that establish the higher rate of wages as the minimum for the ' workmen who are employed on the project. CONSTRUCTION BY FEDERAL AGENCIES. When construction on Federal Aid highways is ' being performed by any Federal agency under its procedures and by Federal contract, the labor standards relating to direct federal contracts shall be applicable. NON-DISCRIMINATION. Employment shall be provided without regard to race, color, religion, sex, or national origin. CONVICT-PRODUCED MATERIALS. The use of convict-produced materials on any Federal ' or Federally-assisted contract must comply with the following requirements: a. Materials produced by convict labor may only be incorporated in a Federal Aid highway ' construction project if such materials have been: 1. Produced by convicts who are on parole, supervised release, or probation from a prison; or ' 2. Produced in a qualified prison facility and the cumulative annual production amount of such materials for use in Federal Aid highway construction does not exceed the amount of such ' materials produced in such facility for use in Federal Aid highway construction during the 12- month period ending July 1, 1987. ' b. "Qualified prison facility" means any prison facility in which convicts, during the 12-month period ending July 1. 1997, produced materials for use in Federal Aid highway construction projects. ' c. Standard State and Federal Aid contract procedures may be used to assure compliance with the requirements of this paragraph. ' REQUIRED IN ALL FEDERAL AID CONSTRUCTION CONTRACTS. IF NYSDOT SPECIFICATIONS ARE USED, THIS SECTION IS REFERENCED IN 102-10F, AND DOES NOT HAVE TO BE PLACED IN THE BID PROPOSAL. STRAIGHT PURCHASE CONTRACTS WHICH DO NOT INVOLVE INSTALLATION OR LABOR DO NOT REQUIRE WAGE RATES. 1 Appendix 12 -12.A.56 1 PROVISIONS RELATING TO THE NEW YORK STATE LABOR LAW, PREVAILING WAGES, ' AND THE USE OF CONVICT LABOR AND MATERIALS ON FEDERAL & STATE CONTRACTS GENERAL PROVISIONS. All projects funded with Federal aid and let to contract in New York ' State shall conform to the provisions of the New York State Labor Law, except that in accordance with the authorization in Article 4, Section 85 of the New York State Highway Law, any provisions of the above referenced Labor Law which are in conflict with the following , enumerated mandatory Federal Aid highway construction compliance requirements, as contained in Section 635 of the Code of Federal Regulations, Title 23-Highways, and other Federal legislation, rules, and regulations, as referenced below, are superseded: ' CONVICT LABOR. No convict labor, unless performed by convicts who are on parole, supervised release, or probation, shall be employed in construction or used for maintenance or ' any other purposes at the site or within the limits of any Federal Aid highway construction project from the time of award of the contract or the start of work on force account until final acceptance of the work by the Owner. , SELECTION OF LABOR. No procedures or requirements shall be imposed by any state or municipal subdivision thereof which will operate to discriminate against the employment of labor from any other state, possession, or territory of the United States, in the construction of a ' Federal Aid project. The selection of labor to be employed by the Contractor on any Federal Aid project shall be of his/her own choosing. WAGE RATES ON FEDERAL AID PROJECTS. Attention is directed to the statutory provisions governing the prevailing rates of wages for workmen, mechanics, and laborers who are employed on this project. Section 220 of the New York State Labor Law, as amended, requires that the wages paid for a legal day's work shall be not less than the rate of wages plus the supplements prevailing at the time the work is performed, the current schedules of which shall be included in the contract documents. Such schedules may be amended or supplemented , from time to time, and such amendments or supplements shall be forwarded to the Contractor. The Federal Aid Highway Act of 1968 provides for the payment of wages at rates not less than , those determined in accordance with the Davis-Bacon Act (40 USC, Section 276-a), the schedule of which shall also be included in the contract documents. On-site materials suppliers, in addition to all subcontractors, are subject to the provisions of the ' Davis-Bacon Act. This will not necessarily be construed as causing the on-site material suppliers to be classified as subcontractors as part of the 50% limitation on the subcontracting of this project. ' In case of a variance between (1) the schedules of prevailing rates of wages and supplements Appendix 12 -12.A.55 1 ' If Sponsors use their own specifications for construction, the following clauses in Appendix 12-2, Package B are required to be included in the bid proposal in addition to Package A in Appendix ' 12-1. ' ? Prevailing Wages, Convict Labor and Material Provisions. ? Buy America Provisions Waivers to this provision must be approved by ' FHWA. Supporting documentation requesting a waiver should be submitted to the RLPL for FHWA approval. ? Disadvantaged Business Enterprise Utilization, refer to Chapter 13 of this ' manual or contact the NYSDOT=s Office of Civil Rights at (518) 457-1129. ' ? Special Training Provisions. ' ? Changed Conditions, Dispute Resolution and Disputed Work Provisions, Sponsors may use either NYSDOT=s approved Changed Conditions/Dispute Resolution language or Changed Conditions language ' approved by the FHWA. 1 Appendix 12 - 12.A.54 r r r CONTENTS Appendix r Page Number Appendix 12-2 ADDITIONAL REQUIREMENTS FOR r LOCALLY ADMINISTERED FEDERAL AID CONSTRUCTION PROJECTS WHICH DO NOT USE NYSDOT STANDARD SPECIFICATIONS CHECK LIST. ' INCLUDES CHECK LISTS: 12.A.53 Appendix 12-2 PROVISIONS RELATING TO PREVAILING WAGES, r USE OF CONVICT LABOR, ETC. 12.A.54 Appendix 12-2 BUY AMERICA REQUIREMENTS AND WAIVERS 12.A.56 ' Appendix 12-2 DISADVANTAGED BUSINESS ENTERPRISES REQUIREMENTS 12.A.58 r Appendix 12-2 SPECIAL TRAINING PROVISIONS 12.A.67 Appendix 12-2 CHANGED CONDITIONS & DISPUTED WORK r PROVISIONS 12.A.76 Appendix 12-2 CLAUSES REQUIRED BY (23 CFR 635.109); IF r LANGUAGE IN CHANGED CONDITIONS & DISPUTED WORK PROVISIONS IS NOT USED 12.A.94 r 1 r r r 1 r Appendix 12 -12.A.53 r This page has been left blank intentionally. Appendix 12 -12.A.52 CHAPTER 12, APPENDIX 12-2 ' ADDITIONAL CONTRACT REQUIREMENTS Appendix 12 -12.A.51 ' REQUIRED IN ALL FEDERAL AID CONTRACTS, AND MUST BE INCLUDED IN EACH BID PROPOSAL REGARDLESS OF WHOSE SPECIFICATIONS ARE USED. 1 1 Appendix 12 -12.A.50 he or she shall require that the language of this certification be included in all lower ' tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS , (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or ' reasonably may be, done as on-site work, shall give preference to qualified persons who ' regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: , a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced ' personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1 c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 ' below. The contractor shall place a job order with the State Employment Service indicating (a) the ' classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by ' the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially ' modified, he shall promptly notify the State Employment Service. 2. The contractor shall give full consideration to all qualified job applicants referred to him by ' the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 3. If, within 1 week following the placing of a job order by the contractor with the State ' Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of ' this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. , 4. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work Appendix 12 -12.A.49 t ' or agency with which this transaction originated my pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-- ' Lower Tier Covered Transactions: 1. The prospective lower tier participant certifies, by submission of this proposal, that ' neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING ' (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) ' 1. The prospective participant certified, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: ' a. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of ' any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any ' cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any ' person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying." in accordance with its instructions. ' 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 USC 1352. Any person ' who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. ' 3. The prospective participant also agrees by submitting his or her bid or proposal that Appendix 12 - 12.A.48 29) ' a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective ' lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. C. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. , d. The terms "covered transaction," "debarred, "'suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily exclude," as used in ' this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of these regulations. ' e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier , covered transaction with a person who is debarred suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier ' covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective ' participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the ' eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a ' system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally ' possessed by a prudent person in the ordinary course of business dealing. i. Except for transactions authorized under paragraph a of these instructions, if a , participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department Appendix 12 -12.A.47 ' eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services ' Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a ' system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. ' j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that ' it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or ' voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil ' judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or ' commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ' c. Are not presently indicated for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and ' d. Have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. ' 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification -Lower Tier Covered Transactions: (Applicable to all ' subcontracts, purchase orders and other lower tier transactions of $25,000.00 or more - 49 CFR Appendix 12 - 12.A.46 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal- ' aid contracts and to all related subcontracts of $100,000.00 - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing t the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily ' result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination , whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. C. The certification in this clause is a material representation of fact upon which reliance , was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous t certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the , department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous ' by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," ' "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may ' contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the ' proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the ' department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will t include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions , and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective ' participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the ' Appendix 12 -12.A.45 1 ' the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to ' the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim t with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or ' Whoever knowing makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-Aid Roads Act ' approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10,000 or imprisoned not more than 5 years or both." ' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT ' (Applicable to all Federal-aid Construction contracts and to all related subcontracts of $100,000.00 or more.) ' By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: ' 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 USC 1857 et seq., as amended by ' Pub. L 91-604), and under the Federal Water Pollution Control Act, as amended (33 USC 1251 et seq., as amended by Pub. I. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed on the date of contract award, on the US ' Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and ' all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the Owner of the receipt of any communication form ' the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. ' 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. ' XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1 ' Appendix 12 -12.A.44 1 fulfillment of the contract. Written consent will be given only after the Owner has assured that ' each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. Vlll. SAFETY: ACCIDENT PREVENTION ' 1. In the performance of this contract the Contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635.108). The , Contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the Owner's contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of ' the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, t which the Contractor enters into pursuant to this contract, that the Contractor and any Subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her ' health or safety, as determined under Construction Safety and Health Standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 USC 333). ' 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have the right of entry to any site of contract ' performance to inspect or investigate the matter of compliance with the Construction Safety and Health Standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 USC 333). ' IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and ' specifications and a high degree of reliability on statements and representations made by engineers, contractors, supplies, and workers on Federal-aid highway projects, it is essential t that all persons concerned with the project perform their functions carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each ' Federal-aid highway project (23 CFR 635.119) in one or more places where it is readily available to all persons concerned with the project: 1 NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AID HIGHWAY PROJECTS ' 18 USC 1020 reads as follows: 'Whoever. being an officer, agent, or employee of the United States, or any State or Territory, or ' whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of ' Appendix 12 -12.A.43 1 1 ' DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to ' make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR ' 1 Effective May 22, 2007, FHWA no longer require the submission FHWA Form-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds." 2 At the Prime Contractor's option, either a single report covering all contract work or ' separate reports for the Contractor and for each Subcontractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The Contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a total percentage if specified elsewhere in the contract) of the total ' original contract price, excluding any specialty items designated by the Owner. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required ' to be performed by the Contractor's own organization (23 CFR 635.116). a. "Its own organization" shall be construed to include only workers employed and paid ' directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the Prime Contractor. ' b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be ' limited to minor components of the overall contract. 2. The Contractor amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. ' 3. The Contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who ' performs the work) and (b) such other of its own organizations resources (supervision, management and engineering services) as the Owner's contracting officer determines is necessary to assure the performance of the contract. ' 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the Owner's contracting officer, or authorized representative, and such ' consent when given shall not be construed to relieve the contractor of any responsibility for the Appendix 12 -12.A.42 t Contractor and each Subcontractor shall maintain records which show that the commitment to ' provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or ' subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. , C. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the Owner's resident engineer or agent in charge of the project a payroll of wages ' paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the ' information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005- ' 0014-1), US Government Printing Office, Washington DC 20402. The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed ' by the Contractor or Subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained ' under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed ' on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or ' indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less than the applicable wage rate and ' fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. t e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance required by paragraph 2d of this Section V. ' f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 USC 1001 and 31 USC 231. t g. The Contractor or Subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the Owner, the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. if the Contractor or subcon trams or fails to submit the required records or to make them available, the Owner, the SHA, the FHWA, the ' Appendix 12 -12.A.41 1 ' 8. Violations: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the Contractor and any Subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In ' addition, such Contractor or subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to ' each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10.00 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment ' of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The Owner shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. ' V. STATEMENT AND PAYROLLS ' (Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) ' 1. Compliance with Copeland Regulations (29 CFR 3): ' The Contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: ' a. Payrolls and basic records relating thereto shall be maintained by the Contractor and each Subcontractor during the course of the work and preserved for a period of 3 years from the ' date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. ' b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates or contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the ' types of described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, ' normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis Bacon Act, the 1 Appendix 12 - 12.A.40 an apprenticeship program associated with the corresponding journeyman-level wage rate on , the wage determination which provides for less than the full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a , training program, the Contractor or Subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable , program is approved. C. Helpers: ' Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure ' set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under an approved definition, shall be paid not less than the applicable wage rate determination for the classification of work actually performed. ' Apprentices and Trainees (Programs of the U. S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have , been certified by the Secretary of Transportation as promoting EEO in connection with the Federal Aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The Owner shall upon its own action or upon written request of an ' authorized representative of the DOL withhold, or cause to be withheld, from the Contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, ' or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, , and helpers, employed by the Contractor or any Subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the , wages required by the contract, the Owner's contracting officer may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No Contractor or Subcontractor contracting for any part of ' the contract which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraph 4 and 5 above) ' shall require or permit any laborer, mechanic, watchman, or guard in any work week in which he/she is employed on such work, to work in excess of 40 hours in such work week unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one-and- ' one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such work week. Appendix 12 -12.A.39 ' craft classification shall not be greater than the ratio permitted to the Contractor as to the entire workforce under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less ' than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage ' determination for the work actually performed. Where a Contractor or Subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman-level hourly ' rate) specified in the Contractor's or Subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman-level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the ' wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. ' (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the ' Contractor or Subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. ' b. Trainees: ' (1) Except as provided for in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. ' (2) The ratio of trainees to journeyman-level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any ' employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. ' (3) Every trainee must be paid not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman-level hourly rate ' specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the training program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is Appendix 12 -12.A.38 contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment , Standards Administration, Washington, D. C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting , officer within the 30-day period that additional time is necessary. d. The event the Contractor or Subcontractors, as appropriate, the laborers or mechanics ' to be employed in the additional classification or their representative, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the , views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will ' notify the contracting officer within the 30-day period that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to ' paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe benefits: ' a. Whenever the minimum wage rates prescribed in the contract for a class of laborers or mechanics include a fringe benefit which is not expressed as an hourly rate, the Contractor or t subcontractors, as appropriate, shall either pay the benefits as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the Contractor or Subcontractor, as appropriate, does not make payments to a trustee , or other third party person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits ' under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for ' the meeting of obligations under the plan or program. 4. Apprentice and Trainees (Programs of the U. S. DOL) and Helpers: ' a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide ' apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an ' apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an ' apprentice. (2) The allowable ratio of apprentices to journeyman-level employees on the job site in any ' Appendix 12 -12.A.37 1 1 to exist between the Contractor or its Subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be ' posted at all times by the Contractor and its Subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits ' under Section 1(b)(2) of the Davis-Bacon Act (40 U.S.C 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b hereof. Also, for the purpose of this Section, regular contributions ' made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the ' classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. ' b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employee's payroll records accurately set forth the time spent in each ' classification in which work is performed. C. All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 ' CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: ' a. The Owner's contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in ' conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rates, and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; ' (2) the additional classification is utilized in the area by the construction industry; ' (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and ' (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. ' c. If the Contractor or Subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Appendix 12 -12.A.36 1 information is to be reported on Form FHWA-1391. If on-the-job training is being required by ' special provision, the Contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES ' (Applicable to all Federal Aid construction contracts and to all related subcontracts of $10,000.00 or more) ' a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, ' Federal Aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their ' services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provision of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of ' sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker ' rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, ' national origin, age, or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g., disabled parking). ' C. The Contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation ' of material supply agreements of $10,000.00 or more and that it will retain such certification in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE , (Applicable to all Federal Aid construction contracts exceeding $2,000.00 and to all related ' subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: , a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or ' rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at the time of payment. ' The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary hereto and made a part hereof, rregardless of thereinafter any contractual erelationship rl1which m'ay be alleged Appendix 12 -12.A.35 ' vacancies without regard to race, color, religion, sex, national origin, age, or disability; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the Owner. 5. Selection of Subcontractors, Procurement of Materials, and Leasing of Equipment: The ' Contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. ' a. The Contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. ' b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the Contractor enters into pursuant to this contract. The Contractor will use his best efforts to solicit bids from and use DBE ' subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA and/or Owner personnel offices. ' c. The Contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 6. Records and Reports: The Contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period ' of three years following completion of the contract work, and shall be available at reasonable times and places for inspection by authorized representatives of, the Owner, the SHA, and the FHWA. a. The records kept by the Contractor shall document the following: (1) The number of minority and non-minority group members and women employed in each ' work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to ' increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and ' upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or ' subcontractors with meaningful minority and female representation among their employees. 7. The Contractors will submit an annual report to the Owner and the SHA each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This Appendix 12 -12.A.34 investigation indicates that the discrimination may affect persons other than the complainant, ' such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all his avenues of appeal. 6. Training and Promotion: ' a. The Contractor will assist in locating, qualifying, and increasing the skills of minority , group and women employees, and applicants for employment. b. Consistent with the Contractor's work force requirements and as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., ' apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special , provision. C. The Contractor will advise employees and applicants for employment of available t training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority ' group and women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the Contractor relies in whole or in part upon unions as a source of ' employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect , referrals by such unions of minority and female employees. Actions by the Contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: ' a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so ' that they may qualify for higher paying employment. b. The Contractor will use best efforts to incorporate an EEO clause into each union ' agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age, or disability. C. The Contractor is to obtain information as to the referral practices and policies of the , labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the , Contractor shall so certify to the Owner and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the Contractor with a reasonable flow of ' minority and women referrals within the time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment Appendix 12 -12.A.33 ' e. The Contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. ' 4. Recruitment: When advertising for employees, the Contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such ' advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the Contractor will identify ' sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. b. In the event that the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the Contractor's compliance with the EEO contract provisions. (The DOL ' has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) C. The Contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants ' will be discussed with employees. 5 Personnel Actions: Wages, working conditions, and employee benefits shall be ' established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age, or disability. The following procedures shall be ' followed: a. The Contractor will conduct periodic inspection of project sites to ensure that working conditions and employee facilities do not indicate discriminatory treatment of project site ' personnel. b. The Contractor will periodically evaluate the spread of wages within each classification ' to determine any evidence of discriminatory wage practices. C. The Contractor will periodically review selected personnel actions in depth to determine ' whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. ' d. The Contractor will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such ' complaints, and will take appropriate corrective action within a reasonable time. If the ' Appendix 12 - 12.A.32 imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action ' standards for the Contractor's project activities under this contract. The Equal Employment Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American with Disabilities Act of 1990 (42 U.S.C. 12101 at. seq.) set forth ' under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the Contractor agrees to comply with the following minimum specific requirement activities of EEO: ' a. The Contractor will work with the Owner, the State Highway Agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities ' under the contract. b The Contractor will accept as his/her operating policy the following statement: ' "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age, or disability. Such action shall include: 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, preapprenticeship, and/or other on-the-job training." , 2. EEO Officer: The Contractor will designate and make known to the Owner's contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively ' administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the Contractor's staff who are authorized to , hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the ' Contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: ' a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less than once every six months, at which time the Contractor's EEO policy and its implementation will be reviewed and explained. The meetings , will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination ' by the EEO Officer, covering all major aspects of the Contractor's EEO obligations within thirty days following their reporting for duty with the Contractor. C. All personnel who are engaged in direct recruitment for the project will be instructed by ' the EEO Officer in the Contractor's procedures for locating and hiring minority group employees, d. Notices and posters setting forth the Contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment, and potential employees. Appendix 12 -12.A.31 ' 1. These contract provisions shall apply to all work performed on the contract by the Contractor's own organization and with the assistance of workers under the Contractor's immediate superintendence and to all work performed on the contract by piecework, station ' work, or by subcontract. 2. Except as otherwise provided for in each section, the Contractor shall insert in each ' subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The ' Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall ' be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided for in 29 CFR 5.12: Section I, Paragraph 2; Section IV, Paragraphs 1, 2, 3, 4, and 7 Section V, Paragraphs 1 and 2a through 2g. ' 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U. S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its Subcontractors) and the contracting agency, the DOL, or the Contractor's employees or their ' representatives. 6. Selection of Labor: During the performance of this contract, the Contractor shall not: ' a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION ' (Applicable to all Federal Aid construction contracts and to all related subcontracts of $10,000.00 or more) ' 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal employment opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, and 41 CFR ' 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and Appendix 12 -12.A.30 trades in the Counties of Bronx, Kings, New York, Queens, ' and Richmond: Electricians .....................................................................27.9.0 6 to 32 0 Carpenters ' Steam Filters ....................................................................2.2 to 13.5 Metal Lathers ..................................................................26.0 to 28.6 Operating Engineers .......................................................25.6 to 26.0 Plumbers .........................................................................12.0 to 14.5 Iron Workers (Structural) 25.9 to 32.0 ' Elevator Constructors 45 to 6 .5 Bricklayers Asbestos Workers ...........................................................22.8 to 28.0 Roofers ...............................................................................6.3 to 7.5 ' Iron Workers (Ornamental) ..........................................•..23 0 to 23.0 Cement Masons ..............................................................16.0 to 20.0 Glaziers Plasterers ........................................................................15.8 to 18.0 ' Teamsters .......................................................................22.0 to 22.5 Boilermakers ...................................................................1613.0 .4 to 115.5 All Others 7.5 GOALS FOR WOMEN ' Female Goals - 6.9% Goals for the utilization of women by Federal and Federally ' assisted construction contractors were last published on April 7, 1978 (43 CFR 4988, 149000). That April 7, 1978 publication included a 6.9% goal for the period from April 1, 1980 until March 31, 1981. Pursuant to 41 CFR 60-4.6, the ' 6.9% goal for female utilization is extended until further notice BE I REGARDLESS OF WHOSE EACHATIONS ARE USED OSAL ' REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID PROJECTS- FHWA 1273 L General ' II. Nondiscrimination III. Nonsegregated Facilities ' IV. Payment of Predetermined Minimum Wage... V. Statements and Payrolls Vi. Record of Materials, Supplies and Labor........ ' VII. Subletting or Assigning the Contract VIII. Safety & Accident Prevention IX. False Statements Concerning Highway Projects...... , X. Implementation of Clean Air Act and Federal Pollution Control Act XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion , XI I. Certification Regarding Use of Contract Funds for Lobbying L GENERAL ' Appendix 12 -12.A.29 1 1 ' GOALS FOR MINORITY PARTICIPATION IN THE CONSTRUCTION INDUSTRY ' COUNTY % GOAL COUNTY % GOAL COUNTY % GOAL Albany 3.2 Herkimer 2.1 Richmond ' Allegany 6.3 Jefferson 2.5 Rockland 22.6 Broome 1.1 Kings St. Lawrence 2.5 Bronx Lewis 2.5 Saratoga 3.2 Cattaraugus 6.3 Livingston 5.3 Schenectady 3.2 ' Cayuga 2.5 Madison 3.8 Schoharie 2.6 Chautauqua 6.3 Monroe 5.3 Schuyler 1.2 Chemung 2.2 Montgomery 3.2 Seneca 5.9 Chenango 1.2 Nassau 5.8 Steuben 1.2 Clinton 2.6 New York Suffolk 5.8 ' Columbia 2.6 Niagara 7.7 Sullivan 17.0 Cortland 2.5 Oneida 2.1 Toga 1.1 Delaware 1.2 Onondaga 3.8 Tompkins 1.2 Dutchess 6.4 Ontario 5.3 Ulster 17.0 Erie 7.7 Orange 17.0 Warren 2.6 Essex 2.6 Orleans 5.3 Washington 2.6 Franklin 2.5 Oswego 3.8 Wayne 5.3 Fulton 2.6 Otsego 1.2 Westchester 22.6 Genesee 5.9 Putnam 22.6 Wyoming 6.3 Greene 2.6 Queens Yates 5.9 Hamilton 2.6 Rensselaer 3.2 ' The following goal ranges are applicable to the indicated Appendix 12 -12.A.28 the goals and timetables, shall be published as notices in the FEDERAL REGISTER, and shall ' be inserted by the contracting officers and applicants, as applicable, in the Notice required by 41 CFR 60-4.2. Covered construction contractors performing construction work in geographical areas where they do not have a federal or federally assisted construction contract shall apply , the minority and female goals established for the geographical area where work is being performed. Sec. 60-4.8, Show cause notice , If an investigation or compliance review reveals that a construction contractor or subcontractor ' has violated the Executive Order, and contract clause, specification, or the regulations in this chapter, and if administrative enforcement is contemplated, the Director shall issue to the Contractor or Subcontractor a notice to show cause which shall contain the items specified in paragraphs (1) through (iv) of 41 CFR 60-2.2(c)(1). If the Contractor does not show good cause ' within 30 days, or in the alternative, fails to enter an acceptable conciliation agreement which includes, where appropriate, make up goals and timetables, back pay, and seniority relief for affected class members, the OFCCP shall follow the procedure in 41 CFR 60-1.26(b): , Provided, that where a conciliation agreement has been violated, no show cause notice is required prior to the initiation of the enforcement proceedings. Sec. 60-4.9, Incorporation by operation of the order. ' By operation of the order, the equal opportunity clause contained in Sec. 60-1.4, the Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order ' 11246) contained in Sec. 60-4.2 and the Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) contained in Sec. 60-4.3 shall be deemed to be a part of every solicitation or of every contract and subcontract, as appropriate, ' required by the order and the regulations in this chapter to include such clauses whether or not they are physically incorporated in such solicitation or contract and whether or not the contract is written. Appendix 12 -12.A.27 ' INSTRUCTIONS FOR COMPLETING THE NEW YORK STATE UNIFORM CONTRACTING QUESTIONNAIRE ' Please Read Before Completing Questionnaire • Complete all sections of the Questionnaire. ' • Submit this form as required by the contracting agency after being announced the low bidder for any competitively bid contract, or when proposed for subcontract work. If you ' have submitted one within six (6) months of the bid date with any contracting agency, as long as the information remains unchanged and accurate, you may submit a complete certified copy of that form, together with an Affidavit of No Change, to the Agency with which you are bidding. A contracting agency may require additional information deemed necessary for its review. Whenever more space is needed to answer any question or you wish to give further explanation, complete by attaching extra pages. All ' questions must be answered. • For each "Yes" answer in Sections IV, V, VI, VII, VII and IX, add additional explanatory material. For question 7.2, if your firm has OSHA citations, attach copies of each citation. ' • A certified annual financial statement, including Accountant's Review Report and Accompanying Notes, will be acceptable in lieu of completing the financial disclosure forms in the questionnaire. ' • If you wish material in this Questionnaire to be held as confidential and exempt from disclosure under Freedom of Information, place an asterisk in front of all information you ' do not want disclosed to outside sources. • This Questionnaire is generally valid for one calendar year, unless major changes have ' occurred (firm purchased by another business, bankruptcy, etc.), in which case re- submittal is required. • Submit completed questionnaires marked "CONFIDENTIAL" to: NEW YORK STATE DEPARTMENT OF TRANSPORTATION ' CONTRACT MANAGEMENT BUREAU 50 WOLF ROAD, 1st FLOOR ALBANY, NY 12232 ' (518) 457-1564 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR PROFIT CONSTRUCTION (CCA-2) , BUSINESS ENTITY INFORMATION Leval Business Name* EIN Complete Address of the Principal Place of Business Phone Number Fax Number ' E-mail Website Authorized Contact for this Questionnaire ' Name Phone Number Fax Number Title E-mail Additional Business Entity Identities: If applicable, list any other DBA, Trade Name, Former Name, Other Identity, or EIN used in the last rive (5) years, the state or county where filed and the status (active or inactive). Type Name EIN State or County Status ' (DBA,T.h where filed ~oa Ka OA.r) SELECT SELECT SELECT SELECT 1. BUSINESS CHARACTERISTICS ' 1.0 Business Entity Type - a) ? Corporation (including PC.) Date of Incorporation ' b) ? Limited Liability Company (LLC or PLLC) Date Organized c) ? Limited Liability Partnership Date of Registration d) ? Limited Partnership Date Established e) ? General Partnership Date Established County (if formed in NYS) f) ? Sole Proprietor How many years in business? g) ? Other Date Established ' If Other, explain: 1.1 Was the Business Entity formed in New York State? Yes ? No ? , If "No" indicate jurisdiction where the Business Entity was formed: United States ? State Other ? Country ' *All under lined terms are defined in the "New York State Vendor Responsibility Definitions Lisf', which can be found at: f. , fittR://www.osc.state.ny.us/vendreo/documents/definitions.pd ",'c .a: These terms may not have their ordinary, common or traditional meanings. Each vendor is strongly encouraged to read the respective definitions for any and all underlined terms. By submitting this questionnaire, the vendor agrees to be bound by the terms as fefined in the "New York State Vendor Responsibility Definitions List" as it existed at the time of certifications. , Page 2 of 8 ' ' NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR PROFIT CONSTRUCTION (CCA-2) ' EIN: ' I. BUSINESS CHARACTERISTICS 1.2 Is the Business Entity currently registered to do business in New York State? ? Yes ? No Note: Select "Not Required" if the Business Entity is a Sole Proprietor or General Partnership ? Not Required If "No," explain why the Business Entity is not required to be registered to do business in New York State: 1.3 Is the responding Business Entity a Joint Venture? Note: If the submitting Business Entity is a Joint El Yes El No ' Venture, also submit a separate questionnaire for each Business Entity comprising the Joint Venture. 1.4 If the Business Entity's Principal Place of Business is not in New York State, does the Business Entity ? Yes ? No maintain an office in New York State? ? N/A (Select "N/A" if Principal Place ofBusiness is in New York State.) If "Yes," provide the address and telephone number for one office located in New York State. ' 1.5 Is the Business Entity a New York State certified Minority-Owned Business Enterprise, or Women- Owned Business Enterprise, or New York State Small Business, or federally certified Disadvantaged ? Yes ? No Business Enterprise? ' If "Yes," check all that apply: H New York State certified Minority-Owned Business Enterprise (MBE) New York State certified Women-Owned Business Enterprise (WBE) ? New York State Small Business ' ? Federally certified Disadvantaged Business Enterprise (DBE) 1.6 Identify each person who is, or has been within the past five (5) years, a Business Entity Official or Principal Owner of 5.0% or more of the firm's shares, or one of the five largest shareholders or a director, an officer, a partner or a proprietor. ' Joint Ventures: Provide information for all firms involved. (Attach additional pages if necessary.) Percentage Employment Status with ' Name Title Ownership (Enter 0% the Firm if not (icab[e) ? Current ? Former ' ? Current ?Former ? Current ?Former ? Current ? Former ' H. AFFILIATE and JOINT VENTURE RELATIONSHIPS 2.0 Are there any other construction-related firms in which, now or in the past five years, the submitting ' Business Entity or any of the individuals listed in question 1.6 either owned or owns 5.0% or more of ? Yes ? No the shares of, or was or is one of the five largest shareholders or a director, officer, partner or proprietor of said other firm? ' Firm/Company Name Firm/Company FIN Firm/Company's Primary Business (If Available) Activity Page 3 of 8 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR PROFIT CONSTRUCTION (CCA-2) EIN: ' H. AFFILIATE and JOINT VENTURE RELATIONSHIPS ' Firm/Company Address Explain relationship with the firm and indicate percent ownership, if applicable (enter N/A, if not applicable): ' Are there any shareholders, directors, officers, owners, partners or proprietors that the submitting ? Yes ? No Business Entity has in common with this affiliate? ' Individual's Name Position/Title with Firm/Company 2.1 Does the Business Entity have any construction-related affiliates not identified in the response to 2.0 ?Yes ? No above? Affiliate Name Affiliate EIN (If available) Affiliate's Primary Business Activity Affiliate Address ' Explain relationship with the affiliate and indicate percent ownership, if applicable (enter N/A, if not applicable): Are there any shareholders, directors, officers, owners, partners or proprietors that the submitting ?yes ? No ' Business Entity has in common with this firm? Individual's Name Position/Title with Firm/Company ' 2.2 Has the Business Entity participated in any construction Joint Ventures within the past three (3) ? yes ? No years? Affach additional pages if necessary. t Joint Venture Name Joint Venture EIN (If available) Identify parties to the Joint Venture Ell. CONTRACT HISTORY ' 3.0 List the ten most recent construction contracts the Business Entity has completed using Attachment A - Completed Construction Contracts, found at htti)://www.osc.state.nv.us/vendrep/dociiments/attachmenta.doe. If less than ten, include t most recent subcontracts on projects up to that number. 3.1 List all current uncompleted construction contracts by using Attachment B - Uncompleted Construction Contracts, found . ' at htti)://www.ose.state.nv.ustyendrei)/documents/affachmentb.doc IV. INTEGRITY - CONTRACT BIDDING Within the past five (5) years, has the Business Entity, an affiliate or any predecessor company or entity: 4.0 Been suspended or debarred from any government contracting process or been disqualified on any ? yes ? No ' government procurement? 4.1 Been subject to a denial or revocation of a government prequalification? ? Yes ? No 4.2 Had any bid rejected by a government entity for lack of qualifications, responsibility or because of the ? Yes ? No ' submission of an informal, non-responsive or incomplete bid? 4.3 Had a proposed subcontract rejected by a government entity for lack of qualifications, responsibility ? yes ? No or because of the submission of an informal, non-responsive or incomplete bid? 4.4 Had a low bid rejected on a government contract for failure to make good faith efforts on any ?yes ? No Minority-Owned Business Enterprise, Women-Owned Business Enterprise or Disadvantaged Business Enterprise goal or statutory affirmative action requirements on a previously held contract? ' Page 4 of 8 ' NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR PROFIT CONSTRUCTION (CCA-2) ' EIN: IV. INTEGRITY- CONTRACT BIDDING ' Within the past rive (5) years, has the Business Entity, an affiliate or any predecessor company or entity: 4.5 Agreed to a voluntary exclusion from bidding/contracting with a government entity? ? Yes ? No 4.6 Initiated a request to withdraw a bid submitted to a government entity or made any claim of an error ? Yes ? No ' on a bid submitted to a government entity? For each "Yes, "provide an explanation of the issue(s), the Business Entity involved, the relationship to the submitting Business Entity. the government entity involved, project(s), relevant dates, any remedial or corrective action(s) taken and the current status ' of the issue(s). Provide answer(s) below or attach additional sheets with numbered responses. V. INTEGRITY - CONTRACT AWARD Within the past five (5) years, has the Business Entity, an affiliate, or any predecessor company or entity: 5.0 Defaulted on or been suspended, cancelled or terminated for cause on any contract? ?Yes ? No ' 5.1 Been subject to an administrative proceeding or civil action seeking specific performance or restitution (except any disputed work proceeding) or requiring the Business Entity to enter into a formal ? Yes ? No monitoring agreement in connection with any government contract? ' 5.2 Had its surety called upon to complete any contract whether government or private sector? ?Yes ? No For each "Yes, "provide an explanation of the issue(s), the Business Entity involved, the relationship to the submitting Business Entity, the government entity/owners involved, project(s), contract number(s), relevant dates, any remedial or corrective action(s) ' taken and the current status of the issue(s). Provide answer(s) below or attach additional sheets with numbered responses. ' VI. CERTIFICATIONS/LICENSES Within the past five (5) years, has the Business Entity, an affiliate, or any predecessor company or entity: 6.0 Had a revocation or suspension of any business or professional permit and/or license? ? Yes ? No ' 6.1 Had a denial, decertification, revocation or forfeiture of New York State certification of Minority- Owned Business Enterprise Women-Owned Business Enterprise or a federal certification of ?Yes ? No Disadvantaged Business Enterori se status, for other than a change of ownership? ' For each "Yes,"provide an explanation of the issue(s), the Business Entity involved, the relationship to the submitting Business Entity the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer(s) below or attach additional sheets with numbered responses. ' VII. LEGAL PROCEEDINGS Within the past five (5) years, has the Business Entity, an affiliate, or any predecessor company or entity: ' 7.0 Been the subject of a criminal investigation, whether open or closed, or an indictment for any business- ? Yes ? No related conduct constituting a crime under local, state or federal law? 7.1 Been the subject of. ' (i) An indictment, grant of immunity, iudgment or conviction (including entering into a plea bargain) ? Yes ? No for conduct constituting a crime; or (ii) Any criminal investigation, felony indictment or conviction concerning the formation of, or any ? Yes ? No ' business association with, an allegedly false or fraudulent Minority-Owned Business Enterorise, Women-Owned Business Enterprise, or a Disadvantaged Business Enterprise? 7.2 Received any OSHA citation and Notification of Penalty containing a violation classified as serious or El Yes ? No willful? ' Page 5 of 8 1 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE t FOR PROFIT CONSTRUCTION (CCA-2) EIN: ' VII. LEGAL PROCEEDINGS Within the past five (5) years, has the Business Entity, an affiliate, or any predecessor company or entity: 73 Had a government entity find a willful prevailing wage or supplemental payment violation? E3 Yes F-1 No 7.4 Had a New York State Labor Law violation deemed willful? Cl Yes El No 7.5 Entered into a consent order with the New York State Department of Environmental Conservation, or a federal state or local government enforcement determination involving a violation of federal, state or 0 Yes 0 No local environmental laws? 7.6 Other than previously disclosed, been the subject of any citations notices, violation orders, pending ' administrative hearings or proceedings or determinations of a violation of. yes No • Federal, state or local health laws, rules or regulations; Q Yes El No • Federal, state or local environmental laws, rules or regulations; 0 Yes O No • Unemployment insurance or workers compensation coverage or claim requirements; • Any tabor law or regulation, which was deemed willful; p Yes [__1 No • Employee Retirement Income Security Act (ERISA); 0 Yes El No • Federal, state or local human rights laws; ? Yes 0 No t • Federal state or local security laws? 0 Yes 0 No For each "Yes,"provide an explanation of the issue(s), the Business Entity involved, the relationship to the submfttingBusiness Entity. the ¢overnment entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the , issue(s). Provide answer(s) below or attach additional sheets with numbered responses. VIII. LEADERSHIP INTEGRITY ' If the Business Entity is a Joint Venture Entity, answer "N/A - Not Applicable" to questions in this section. Within the past five (5) years has any individual previously identified or any individual having the authority to sign, execute or approve bids, proposals, contracts or supporting documentation on behalf of the Business Entity with New York State been ' subject to: 8.0 A sanction imposed relative to any business or professional permit and/or license? O Yes M No N/A 8.1 A criminal investigation, whether open or closed, or an indictment for any business-related conduct O Yes 0 No constituting a crime under local, state or federal law? 0 N/A 8.2 Misdemeanor or felony charge, indictment or conviction for: ' (i) Any business-related activity including but not limited to fraud, coercion, extortion, bribe or bribe- El Yes 0 No receiving, giving or accepting unlawful gratuities, immigration or tax fraud, racketeering, mail 0 N/A fraud, wire fraud, price-fixing or collusive bidding; or (ii) Any crime, whether or not business-related, the underlying conduct of which related to El Yes 0 No truthfulness, including but not limited to the filing of false documents or false sworn statements, 0 N/A perjury or larceny? 8.3 A debarment from any government contracting process? ? El Yes N/A O No t For each "Yes, "provide an explanation of the issue(s), the individual involved, the relationship to the submitting Business Entity. the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the Issue(s). ' Provide answer(s) below or attach additional sheets with numbered responses. 1 Page 6 of 8 1 ' NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE FOR PROFIT CONSTRUCTION (CCA-2) t EIN: IX. FINANCIAL AND ORGANIZATIONAL CAPACITY ' 9.0 Within the past five (5) years, has the Business Entity or any affiliate received any formal FE:]yes E] No unsatisfactory performance assessment(s) from any government entity on any contract? If "Yes, "provide an explanation of the issue(s), the Business Entity involved, the relationship to the submitting Business Entity. ' the government entity involved, relevant dates, any remedial or corrective action(s) taken and the current status of the issue(s). Provide answer below or attach additional sheets with numbered responses. ' 9.1 Within the past five (5) years, has the Business Entity or any affiliate had any liquidated damages EJ Yes ? No assessed over $25,000? . If "Yes, "provide an explanation of the issue(s), the Business Entity involved, the relationship to the submitting Business Entity ' relevant dates, the contracting party involved, the amount assessed and the current status of the issue(s). Provide answer belaw or attach additional sheets with numbered responses. 9.2 Within the past five (5) years, has the Business Enti or any affiliate had any hens, claims or ' Judgments (not including UCC filings) over $25,000 filed against the Business Entity which remain Yes No undischarged or were unsatisfied for more than 90 days? If "Yes,"provide an explanation of the issue(s), the Business Entity involved, the relationship to the submitting Business Entity. ' relevant dates, the Lien holder or Claimants' name(s), the amount of the lien(s) and the current status of the issue(s). Provide answer below or attach additional sheets with numbered responses. ' 93 In the last seven (7) years, has the Business Entity or any affiliate initiated or been the subject of any ? Yes ? No bankruptcy proceedings, whether or not closed, or is any bankruptcy proceeding pending? If "Yes, "provide the Business Entity involved, the relationship to the submitting Business Entity . the bankruptcy chapter number, the court name and the docket number. Indicate the current status of the proceedings as "Initiated," "Pending" or "Closed." ' Provide answer below or attach additional sheets with numbered responses. 9.4 What is the Business Entity's Bonding Capacity? ' a. Single Project b. Aggregate (All Projects) 9.5 List Business Entity's Gross Sales for the previous three (3) Fiscal Years: 1st Year (Indicate year) 2nd Year (Indicate year) 3rd Year (Indicate year) ' Gross Sales Gross Sales Gross Sales 9.6 List Business Entity's Average Backlog for the previous three (3) fiscal years: (Estimated total value of uncompleted work on outstanding contracts) ' 1st Year (Indicate year) 2nd Year (Indicate year) 3rd Year (Indicate year) Amount Amount Amount 9.7 Attach Business Entity's annual financial statement and accompanying notes or complete Attachment C - Financial ' Information, found at http://www.osc.state.ny.us/vendrep/documents/attachmentc.xls X. FREEDOM OF INFORMATION LAW (FOIL) ' 10.0 Indicate whether any information provided herein is believed to be exempt from disclosure under the Freedom of Information Law (FOIL). Yes ? No Note: A determination of whether such information is exempt from FOIL will be made at the time of any ' request for disclosure under FOIL. Attach additional pages if necessary. Indicate the question number(s) and explain the basis for the claim. Page 7 of 8 1 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ' FOR PROFIT CONSTRUCTION (CCA-2) EIN: ' Certification The undersigned: (1) recognizes that this questionnaire is submitted for the express purpose of assisting New York State ' contracting entities in making responsibility determinations regarding an award of a contract or approval of a subcontract; (2) recognizes that the Office of the State Comptroller (OSC) will rely on information disclosed in the questionnaire in ' making responsibility determinations and in approving a contract or subcontract; (3) acknowledges that the New York State contracting entities and OSC may, in their discretion, by means which they may choose, verify the truth and accuracy of all statements made herein; and (4) acknowledges that intentional submission of false or misleading information may constitute a misdemeanor or felony under New York State Penal Law, may be punishable by a fine ' and/or imprisonment under Federal Law, and may result in a finding of non-responsibility, contract suspension or contract termination. The undersigned certifies that he/she: ' • is knowledgeable about the submitting Business Entity's business and operations; ' • has read and understands all of the questions contained in the questionnaire; • has not altered the content of the questionnaire in any manner; • has reviewed and/or supplied full and complete responses to each question; • to the best of his/her knowledge, information and belief, confirms that the Business Entity's responses are true, ' accurate and complete, including all attachments, if applicable; • understands that New York State will rely on the information disclosed in the questionnaire when entering into a contract with the Business Entity; and ' • is under obligation to update the information provided herein to include any material changes to the Business Entity's responses at the time of bid/proposal submission through the contract award notification, and may be required to update the information at the request of the New York State contracting entities or OSC prior to the ' award and/or approval of a contract, or during the term of the contract. Signature of Owner/Officer ' Printed Name of Signatory ' Title Name of Business t Address City, State, Zip 1 Swom to before me this day of 20 ' Notary Public ' Page 8 of 8 1 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A - COMPLETED CONSTRUCTION CONTRACTS EIN: Question 3.0: List the ten most recent construction contracts the Business Entity has completed. If less than ten, include most recent subcontractson projects u to that number. I. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 2. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 3. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 4. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 5. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Page 1 of 2 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A - COMPLETED CONSTRUCTION CONTRACTS EIN: Question 3.0: List the ten most recent construction contracts the Business Entity has completed. If less than ten, include most recent subcontracts on projects u to that number. 6. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 7. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer I EIN of JV, if applicable Contract No. Prime or Sub Joint Venture (JV) Name, if applicable 8. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 9. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable 10. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Page 2 of 2 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT B - UNCOMPLETED CONSTRUCTION CONTRACTS EIN: Question 3.1: List all current uncompleted construction contracts. 1. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount 2. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Coutract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount 3. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount 4. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount Page 1 of 3 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT B - UNCOMPLETED CONSTRUCTION CONTRACTS KIN: Question 3.1: List all current uncompleted construction contracts. 5. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount 6. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount 7. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer EIN of JV, if applicable Contract No. Prime or Sub Joint Venture (JV) Name, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount 8. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer EIN of JV, if applicable Contract No. Prime or Sub Joint Venture (JV) Name, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount Page 2 of 3 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT B - UNCOMPLETED CONSTRUCTION CONTRACTS EIN: Question 3.1: List all current uncompleted construction contracts. 9. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount 10. Agency/Owner Award Date Amount Date Completed Contact Person Telephone No. Design Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture (JV) Name, if applicable EIN of JV, if applicable Total Contract Amount Amount Sublet to Others Uncompleted Amount Grand Total All Uncompleted Contracts $0.00 Page 3 of 3 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT C - FINANCIAL INFORMATION EIN: As of Date: ASSETS Current Assets $ 1. Cash 2. Accounts receivable - less allowance for doubtful accounts $ Retainers included in accounts receivable Claims included in accounts receivable not yet approved or in litigation $ 0.00 Total accounts receivable $ 3. Notes receivable - due within one year $ 4. Inventory - materials 5. Contract costs in excess of billings on uncompleted $ contracts 6. Accrued income receivable Interest Other (list) Total accrued income receivable $ 0.00 7. Deposits Bid and plan Other (list) $ 0.00 Total deposits g. Prepaid expenses Income Taxes Insurance Other (List) Total prepaid expenses $ 0.00 9. Other current assets (List) Total other current assets $ 0.00 $ o.oo 10. Total current assets Page 1 of 4 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT C - FINANCIAL INFORMATION EIN: 11. Investments Listed securities present market value $ Unlisted securities present value Total investments 12. Fixed Assets $ 0.00 Land Building and improvements Leasehold improvements Machinery and equipment Automotive equipment Office furniture and fixtures Other (list) Total $ 0.00 Less: accumulated depreciation $ Total fixed assets net $ 0.00 13. Other Assets Loans receivable officers employees shareholders Cash surrender value of officers' life insurance Organization expense - net of amortization Notes receivable - due after one year Other (list) Total Other Assets $ 0.00 14. TOTAL ASSETS $ 0.00 Page 2 of 4 NEW YORK STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT C - FINANCIAL INFORMATION EIN: LIABILITIES Current Liabilities 15. Accounts payable $ 16. Loans from shareholders - due within one year 17. Notes payable - due within one year 18. Mortgage payable - due within one year 19. Other payables - due within one year (List) $ Total other payables - due within one year 0.00 20. Billings in excess of costs and estimated earnings 21. Accrued expenses payable Salaries and wages Employees' benefits Insurance Other Total. accrued expenses payable 0.00 22. Dividends payable 23. Income taxes payable State Federal Other Total income taxes payable 0.00 24. Total Current Liabilities $ 0.00 25. Deferred Income Taxes Payable State Federal Other Total deferred income taxes $ 0.00 Page 3 of 4 NEW YORIC STATE VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT C - FINANCIAL INFORMATION EIN: 26. Long Term Liabilities Loans from shareholders - due after one year Notes payable - due after one year Mortgage - due after one year Other payables - due after one year (List) Total long term liabilities $ 0.00 27. Other Liabilities (List) Total other liabilities $ 0.00 28. TOTAL LIABILITIES $ 0.00 NET WORTH 29. Net Worth (if proprietorship or partnership) $ 30. Stockholders' Equity Common stock issued and outstanding $ Preferred stock issued and outstanding Retained earnings Total $ 0.00 Less: Treasury Stock 31. TOTAL STOCKHOLDERS EQUITY $ 0.00 32. TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $ 0.00 Page 4 of 4 ' THIS PAGE LEFT BLANK INTENTIONALLY .n 1 1 t SIGN LAYOUT SHEETS ' (The sign layout sheets have been added to specification book for information purposes only. Final text, color, finishing, design, and all graphic images shall be supplied by the Town) 1 1 1 Laurel Lake Preserve The Laurel Lake Preserve is the largest prescr\ c ~w F( J,., Fi.;,. in the Town of Southold. It encompasses r r 5~ ~~td 7~t 1iS a . , 5:., 111 0!r a roximatel 400 acres surroundin Laurel : - Y~`, ` µr u`-= PP Y g Lake. Most of the forest is at the mature, climax' stage of development. The community is mixed *q_- w hardwood dominated b oaks hickories beeches g,; .Q M k ar "tom and maples. The Preserve also contains a large {~'r T wetland component besides the lake, including -shrub swamPs y vernal pools red maple and scrub an s d emergent marsh wetlands. ry ;1~,, ~„+,t ; ~ ~ .w ; i ' • r ~ , There are large areas of warm season grasses including little bluestem, orchard grass and - :x',.7 rrµ, k .7 it e Y r ~ a~ n~ ,n v i .y,h ~5,,~'k.~x V.'~,. JC'.r . M1rA. ~-.r~- i ~.A~ ~ ~b~ ^a ~frt _ ?wbroom sedges. Some of these areas are mowed seasonally to discourage growth of shrubs and r 4yt ° ~ trees and to restore the warm season grasslands r _ Y t,r=~d`' ~,r , • ° ~ ~ .a..• - x Y., , _.urT .,,F FC .r.~ YTy .~3"'~°• H.G'1 ~^L~ ti '~:1 h~ . ~h~ that were once common in the Northeast. The 47-ft deep, 30-acre kettle hole lake has no inlet or outlet streams and therefore has some of the cleanest and water on Lon Island. The clear waters of the lake produce very nice hold- over trout, bass, pickerel, bluegills, pumpkinseed, perch, bullhead and freshwater jellyfish. ~x., fw'r ..d' 1A«: `MK'1~ >•~s /9' }fas IL K 1E . I.:,-1 1 kI `l llfi 1.111\ 1•LA Green Trail; MA' North Fork Trail Scenic Byway The Arshamomaque Pond Preserve has over 2500 feet of shoreline ` Key: along Hashamomuck Pond and includes salt marsh meadows, pristine e.eee.r.' ~ry woodlands and tidal wetlands. The unique natural complex ranks as ry;,q -4- IT--IIIL-IIIM-i i r IH-d one of the most valuable and productive coastal and marine ecosystems in the nation. The Arshamomaque area is known for its particularly fine, K~ y Bun Trnf, clay that was used for brick making. The preserve also serves as F e a significant shellfish resource for commercial and recreational :,'t'k~' harvesters. Vernal ponds, also known as seasonal wetlands, are pools 5 0 of water that form throughout the woodlands because the clay deposits asa v 1"'• w ' .n G prevent the surface water from draining. There is a wide variety of r ;1 rt'~, ~,wY"~r, wildlife present due to the uniqueness of the preserve: deer, fox, +c ,1 t w 1-0 raccoon, blue heron, egret, blue crabs, mussels, oysters, mummichogs, and killifish. The vernal ponds also serve as a eat breeding area ! a, ' r ' ` , r rs~ F for frogs, toads, s Clam mdr_r. x>>rtlcs, and ducks. ~`Y~tjtr ' S [ 1 ,1 ' r ott • ; f •Sl`I•''[iY ~ ,y , r r3 a t ~r4 , f Y:' ^1 ~ J[_.-;.•- !r'i'w. % +,r` a E\ t r, N' Y.~ _ Y ! C• r ~ SEA \ ~ N j ~ _ 749 I -,tip ~•fi _ J},.'i ,~'`h ~i N r „nvc ran 'A'1-II-'I' `Vh Above Tee• rMnn;,rcL nnnarrv V~ 1 Above Be"..: :1n,rican null Crog Above Bottemn LgreE (ph,[na Jn \h-SL,hanRiebh Ras a Trail Map's 1 1 The Dam Pond Maritime Reserve is a 36-acre reserve unique for its maritime red cedar forest, and is a eat lace for bird watching. The reserve also includes some small stands of mixed hardwood forest, composed of oaks:' r = e. , Ft + *t ti f q and hickories. It is known as an "old field community" meaning it was once `t YY";F,fy'~+~~$ r'` used for farming. It is surrounded by salt marsh that provides an important k, 11, habitat for man animals. The adjacent and serves as an ecological nursery N, and feeding area for many fish species, in addition to serving as an important ww,~~ spawning ground for weakfish, scup and winter flounder. There is a wide variety of wildlife present: whitetail deer, red fox, cottontail, raccoons, squirrels, quail, pheasants, owls, redtail hawks terrapin, waterfowl and shorebirds. An osprey nest can be seen when traveling on the green trail. 4jJ - - N.. % rt .r;~,'~ 1y 4 f", fy . 4i.`l+r t:. . P'. • - - iy _ ~`'~'1 Y~ ~rY 4, -_`'y 4 ~ 2 t_ 1f ~1 . „ ini...i:Y .r• .,1j it i tit I r •r..4 . rA~l .,ah. 1f 1 T-Ht .a ~ r^..- 1 I Aml t _ to .~I 75. 1 ,'.1 ~,1kv+ q., r 1 R.G T'.R 1 2'a:'- mil !^i~e :....rt~•~. East Marion Post Office Rocky Point Life Saving Station ~'7. • , The East Marion Memorial Post Office is the only memorial Back in 1896, the Rocky Point Life Saving Station post office in the United States and mail sent from it was commissioned along the East Marion shoreline. bean a distinctive postmark.. It was dedicated in a town The Station rescued sailors who wrecked on the Sound wide celebration on May 30th, 1949, inside features are shore. The station was active for over 50 Years before memorialplaqueswiththenamesoflocalmenandwomen being abandoned in 1946. who served in the wars of the 20th century. Intllan ^!*,r ['c.*:, Whitetail Deer Monarch Huurrn) ),r- >.c<i Thous: Aflhr Rirhtrr Phrrtnrraphv) Top Rig M: rrelml Trill N1:1p North t 1 A-X il,1 1 Cutchogue ' DIRECTORY AND MAP 3 y % TOWN OFSOUTHOW 25 C chog 0.3, hS ~ K f Crzrk o Q ee a ~ 3., c r P N~ PP,F9L y~~' ro ~C Ti tW ~ R .f.. _ b ~dU PjG Gr en ; g y- N h Fork l_ Co my Club In"I &"k Little Peconic Bay D. nr ~ C-k i t M~~ { rchacd 5` Pt ~ ,a k _ sE , E , files , J o0 - Ne« Sut~olk 0 0.25 0.5 ay Great Peconic B Y a 1 1 .f ^F y Age - ,r r t i R~ p r f`^ MY ~ ( 5 's Y F-x kr, !444 1 a: m tr lr 1 1 Cutcho 9 ue 1 ' The Village Green is a collection of six The Old House is the oldest English-type The Cutchogue-New Suffolk Free Library buildings within close proximity of each house in New York State, and It isconsidcred is housed in the former Independent other. It is owned and maintained by the to be one of the best examples of First Congressional Church of Cutchogue, coca Cutchogue-New Suffolk Historical Council, Period architecture in the nation. It was 1862. It Is a one and a half story lulianate -filch offers free guided tours through the built In 1649 in Southold and was moved gable roof building, with Gothic-headed -~li Gar, E.turday through Monday to Cutchogue in 1660. Its design combines windows and doors. Today, it houses the 1 - the finest architectural features of the 17th children's portion or the library along with -.i,}Ty 9 century dwellings. It was restored In 1940 a Local History Center for Cutchogue and and designated a National Historic Landmark New Suffolk. _ i in 1962. Today it is fully furnished with original artifacts and materials from the The Old Schoolhouse, built in 1840, 1600s. was Cutchogue-s first district school and continued to serve local students until the Wickham farmhouse was built in 1704, 1903. Donated to the Historical Council in ate - a 7 = and was given to the Council in 1965. It 1961, it was moved to the Village Green and ar excellent example of a double Cape restored to its original condition. Today, the itstyle farm family home from the early Schoolhouse contains numerous antique th century. Now restored, the house is items and an excellent display of artifacts it sished with many 18th to early 20th from the native Corchaug Indians. 1 fury antiques. A-d ZZz- 1 1 1 e a a A, 1 1 i t N .ti°t 7 i a •4s J -.ari'k. f X" 1 3 r ,z' r 9ta _ , t f Y A f _ . 1 r it j I1 4r Cutchogue The Dow- Farm Preserve Is a SI-acre natural and historical resource that farmstead Is a reminder of the colonial cra. parcel of land on Downs Creek with the trail encompasses a Native American fort site NewSuffolk is the site forlhe first submarine head off Rte. 25. The preserve's mission is to (Fort Corchaug), scenic woodlands, and base In United Stales history, known as uphold the culture and life of the Corchaug tidal wetlands. The eastern border of the the Holland Torpedo Boat Station. The Indians, as well as the agricultural heritage preserve is formed by Downs Creek, and U55T8 Holland and six more submarines of the North fork. while maintaining a there Is a freshwater wetland adjacent to natural habitat forwildlife. It is a significant the salt marsh. The present day vineyards were brought to New Suffolk for trials and/ symbolize the agricultural future of the or overhauling. The seven submarines at region. The preserve is the only intact she ~e base were all designed by a self-taught - where there once stood a 171h century a^gt^ter, John P. Holland. fart, fertile farmland, and a farmhouse. On October 12,1900 the USSTBHOIIandwas In This way, the preserve tracks key parts the navy's first commissioned submarine, of Long Island. The fort is a and thus the forerunner oftoday's submarine +1+1..::?+=~.:yt-d~.-ae.~a.i.- , inbol of the Indian past, and the I7cct. The Holland included many features chat submarines of the early 20th century %oulduhibit, albeit in later, more advanced 'arms. It had both an internal combustion l 'T • ngine for running on the surface and an Irctrirpowcrplani fursubincrgedoperalion. r - _ 404 J j SS °r' is 'r ( _ ~ j.'~,y._,.~.-r• - - _ 9ns 5.!,r :t \ ~j0,6m+?s ti fl t l~;, t y , I.. 1 ~Ifi.'4 ~ , i^, 1 `,'•.1 Z;~~~~- y~ ~ \~iy~'11t~9~'?' y!.61~1~1~»f?r ' ?,^ptlFtF{hli n r'r _ ~ rrr. i L~ s~ ~ /k~ ~!;~.rv.. i~y1 Greenport ' DIRECTORY AND MAP row>r of souniow Pd e a ....._..r f9 P-d ~ F~ 71 77, 1, tire~~d cduit Lottg Island Uriur lisrlnv Sound ~~t"a / ~ .c5~.•,y Hsu I .f-ry ~ ~ijeub Greed or t L /o,A I reenport / 1~>~. :i L1RR Station g old µm we nn sc y' Miles -t 0 0.25 0.5 , y ;w. p.t late yr~,~ ~ 1~e r ~ y..~" M 14 _ ~k jj _ ms`s ~ ~ ® ~ ,,fro 5 1 ort Green P t~ 1 he Railroad Museum is located adjacent to the Long Island Rail On the outskirts of Greenport is the Arsbamomaque Preserve. It is Itoad's Greenport station. In addition to the museum facility and a 5I-acre preserve known for its exceptional scenic, biological, and rolling stock, the site also Includes the original turntable that was recreational resources. The preserve includes a swamp cottonwood used to turn the locomotives. This turntable is located across the forest, a community considered rare in New York State. These LIRR I.ks from the museum and is housed in a former LIRR rrcight forested swamps It kcly support populations or cavity dwelling birds, ' house built in 1892. This freight house also served as a post office including wood ducks and screech owls. There is also a cattail marsh and was used for storing buses. The passenger and freight stations in the preserve. Many animals take advantage of the marsh and Its arc the only structures ofthcir style still in existence. The turntable adjacent open water. Wood duck boxes have been placed within Istheonlyone ofthree still in existence on Long Island. The museum this area to encourage nesting and increase local populations. Other represents the largest and most complete representation ofrailroad. animals that can be round in the preserve are muskrats, waterfowl, related buildings and structures to survive In this specific historic deer, and voles. .arr. on Long Island. .~s 'mss t rs. 1 ~ 4~ 4M. fn's Itr t ' r 5 ` i-- ~1 tI ?q5 ytl'! I sv k ~kn~ , F i_ t 3 . P i _ t~,4 r r} -v~ - Ix - ,rte, L I L . C c F o 1 Green P ort The East End Seaport Museum is located in the old train station, which The Floyd Men oriat Library was founded in 1907. The stone building uas built in 1892. The museum boasts anatrayoftxhiblis on the maritime was donated by Grace Floyd in 1917. it has been host to many concerts, heritage of the area. This Includes displays on the fishing and oyster programs and numerous activities. The library is open seven days a week industries, lighthouse lenses, and a model of the USS Ohio. The most and has a monthly newsletter. popular exhibits at the museum are the Fresnel Noses- The Second Order The Ireland House Museum Is In the restored house of an early 1800's whaling captain on Main StteeL It is furnished with artifacts from the Little htx Gull ve island me Lighthand in ouse house from ]869 to 1995. There from 1869 to 1995. ar ane c was also model l historic sallboms, a photo exhibit of key local yachtsmen, and an txhiblt period and serves as the home for the StNling Historical Society of artifacts from one of the oldest sail making companies on Long Island. The Greenport Jail and Police Musetm is a circa 1 g30s home fumished The Village Blacksmith Shop is located In Mitchell Park; it is open on with 19" and Z&ccotury domestic equipment, memorabilia, and historic Saturdays, where visitors can see living history. The shop was rebuilt in Items from various police &parimcros. Other items on display include r.~cr n; Grr~ ' 1999 by the Earl End Museum and Maritime Foundation. i "-k th, Grcenpori's whaling and oyster Industries. _ ~,,,r- cal t Id""~ x J , 4 't.aa- 1 AII ti, , V IT Mattituck DIRECTORY AND MAP Ertar@aacn ) AisIAUrP3rk \ \ ai MWIOFSOUTFiOLD 6.-cahtsner eas:n OraaRnr alvrs ~Q, Qr4kt f~r1~` ~ Slah Sf[Ri(WuNpnd ~ d` ~7'~'J'~ I.071g 1117:7!1 , b~ j 0.J a®ao ~xL 1 ,Solntrl 5~ i N fst~~ P~ 9oEy,1,~~ ~ ~ p~~ , ~ te'eo ~k 7 ~5 ~ rti._ ~~r6, ~ ~ '4'4 ? a ,nom ` J ~P 1 Pre / IsJ. ) Qi:' d{y .y .IAM4bd Crrd ~Q; ~y \ ~L `•t`~+-Nip%atti`uc No. tuck / \ HO• / rr0 . 1 l ~ d ^A cy 1 Gtt,7a I'n~uit &?7 tau'ery~ e n r. ~10 \ f-ZJ Mlles O 025 015 1 1 J ...a s+' 1~1j j~~ Lr .f t ( e 3 f ~ i ? ~A Y ry F- - n r'i. 1 t t wtm R, xt - rr7 rT:1y^' I < 4 e~ ~,r h r Matti"tuck t The Matrituck-Latud Historical Society was organized in 1964. Its The main exhibit of the Jesse Tuthill House is the Gildaslm+ Room. mission is to involve the community in, and prmide education about, This room contains memorabilia from Andrew Gildersleeve and his ,hc di- historial heritage of the area. There are five main building descendants. He was a man of many accomplishments and owocd exhibits at the museum. The most famous of the buildings is the a tanning business, a farm, and was the towns coffin maker. His Iuthill House fatumd below. The left portion Is known as the greatest accomplishments were demonstatcd as a master builder. He ' Jesse Tuthill house and was built in 1799. The second floor was constructed both the Octagon House and the Presbyterian Church. added in 1900. Today, the two rooms on the main floor contain 18th and 19th Century exhibits, as well as a fine collection of Native American The Mill Road Pre'senx is a small 17-acre preserve. It is split into artifacts. Some of these artifacts have been traced back to 5000 &C. 9 acres of flat shrub/grassUnd and 18 awes of mature woodland. The right side of the house is known as the la Tutbill House and eras The tail had of the preserve opens into the old-field successional hudi in 1841. Today, most of the rooms are set Up with l8th and 19th grusbnd community. it provides a variety of food sources to tool ' 'cnrury furnishing, all donated by local residents. The romps that wildlife, such as grasses and perennial herbs. Closer to rive northern unfurnished contain various exhibits: ranging from 19th Century boundary are the dense woodlands- Animals found here include quilts to a icn-million-year old whale's tooth. squirrels, quail, songbirds, deer, mice, woodpecktn, and snakts. 377 Yi 3 f-+~ r ?ty ll~ I~ t r qr- ,Ii~,i<s IV - - 1 1 t LIf9r~ ~J! t "i II -,1i7 l c~'i111 ~p ~~(41! g 4la t+n. alto i+p'~{:Fil~r. rr-z t ~,r i 3j r 4r S \ 'Fi~.p~ 'Lfi.-d's1 it t 1,~- ti, ~ J Y ~ ~ i ~ ' .mow WWI fl i . W, a r '.-~YI ye aJt~vy~'Ys` 3s'1"A~rks`"'~aµ ~ J, I ' r _ ,,,tw • ~ ! s are t ~ .jl lai i' , i 1 Mattl'*tuck The famous lmv Lane sencs as the town tenter, where local uressities The Presbyterian Church was MaldiUek's first church and was organized meet modern luand . From the and"riptel barber pole and town post In 1715. The first church building was built on the present day site of the office to the gift and food stores offering everytbiog from designer clothing, Mattituck Pruhytetian Church The present day edifice was built in 1833 the finest cheeses, delectable chocolates to home dEmr. by the famous master builder Andrew Gildersleeve. Atittimek's claim to fame might be their annual Strawberry Fesdval. The Octagon House was built in 1854 and h located on the corner of On Fathers Day weekend, at the peak of the strawberry harvest, the Love Lane and Slain Road. Its unique shape makes it a rare mmermet, community crates, together fort a special weekend. The festival serves is its one of die only octagon houses on Long lslarid. It was also built by as the unofficial Wck off to sunmter on the North Fork Freryone is Andrew Gildersleeve and is on the National Register of Historic Places. welcome to came and enjoy strawberries anyway they like. However, the fotivat is more than just the tasty fruit- There are over a hundred The Old Grist Still is a scenic attraction that once was a mill. It was uu and =fits vendors, amuument rides, and a fireworks display Included in the Library of Congress as a rare engineering structure- Friday night. In 1955, the adjoining bridge was demollsbed, and today it is the site of a popular waterfront restaurant. rne MATTITUCR LIONS CLUB ISUMg > ~ a A G _ . . ' 4z ? ` 4 i r . i r s ut t J, 4 tY't~t: ~iTz t sc5ti 41e 1 ti Pr k2I~9 y.. J fF i I ' z~a. + ~ twM°' F Z W Southold ' DIRECTORY AND MAP TOWN OFSOUTHOLD J 1 a®ut~ Long bland Sojind +~e o § / % ddt umA* t~ P Southold Ray j~/ 4!t r -ScstCtl~c~cl ~ - 4 r-.~~ hi vr'smhoW u /1 ~y_ Directory: ~;d ey~T it ra., 3 ti lixf ~ IIf` r ? ~ a>reorn 'L S I I l GA f C :~M14:~ y; x s Shelter Island Sojaid WIN; o 025 OS r Jim i I i p Southold The Horton Point Ughthouse, is one of Long Islandl, most famous also a piece of the H.M.5 Sylph, a British ship that trrenrLed American lighthouses. President George Washington commissioned it in 1790; trade ships during the War of 1812. how r" constroctiou did not start until 1855. The station consists of a 55-foot tower and an accompanying keeper's teside-c. The Cedar Beach County Park is a 68-acre park with over 2800 feet of lighthouse was decommissioned in 1932, and its warningmsponsibility shorefront along Shelter Island Sound_ The park protides isitors with n as transferred to a lord airport. In 1990, a missive reconstruction grol views of the sound, the mud Bau, sandbars, and sahwatar marshes process began- The tower was repaired ti tensively, then reopened and of Cedar Brach Harbor. relit. It - decommisoned on June 9, 1990. Today, the lighthouse The First Presbyterian Church was founded in 1640. It Is the oldest 11-hes out a grttn lisight once every ten seconds- The lighthouse English church society in the state of New York. The present edifice also contains the Southold Historical Society's Nautical Museum. was built in 1803. It contains many rare table graves, and has This museum displays a collection of early maritime artifacts including many leading statesmen and parriens In American history buried in >ca chests, paintings, photographs, maps and original ledgers. Therc is d,r .,djotniog o a Igo i _ M_, - v ~I I Illy[ I Ililllllll'1lflifllll~i ~ 3 h I - i 1 Southold i 1 The Custer Institute is Long island's oldest obsmatory and claims to have 130 men across Long island Sound from Cormccsicul. The land attach was the "darkest skies on Long Island". The nom profit institute was founded in conducted in silence with Gxed bayooens and only one shni was said to have 1927 by Charles 14: Elmer. The facilities indudr- a 25 foal dome observatory been fired. A commemorative stone was placed on the site on May 23,1902. and three additional covered observatories with telescopes up tou14 inches - Southold IBstnrieal Satiety was founded in 1960. The Society owns in diameter, 10-inch binoculars, a museum, a library, atadiotronomy and maintains over a dozen historic buildings in Southold. The buildings i L-olity, a 100sr t multimedia lecture haft, a darkroom, and an optics and mirror grinding shop. There ate lecturers and workshops in a variety arc -dy concentrated on Main Street and the comer of Maple Lane. The of subjects. The obsemtories arc op- to the public for obur itig every buildings range I. date from 1750 to 1900 and iridude several houses, barns, Saturday after su-L outbuildings, and commercial structures. The Society opens these buildings to the public at ntious times throughout the ynr. The Ann Currie-Bell House, 4lcigs Raid was a guerrilla raid by American forms on the British at Sag built in 1900, is an example of late 47aarian architecture embellished with Itarbor on May 23, 1777 during the American Revolutionary 44Sr. In the a variety of European sty-ks. The Thomas Moore House was built cima 1750 1 battle, six British were killed and 90 captured, while the Americans suffered and illustrates life and living conditions before the Industrial Rcsolutfon- no aswltim The battle marked the first American victory in Nnv York. The Prince Building, built in 1874, houses the Society's headquarters and :American Lieutcmnt Coloncl Jonathan Wigs led the atuck by rowing giro shop. ' O Act , to f \ a r,r NOW 3 \ t $ e ~-~11 r i d'w ~ r r ~ N V1. * • L :fie n m ua.bp:u!.ia! !!i n" ire" .23j8ll 171 f1I. 3ia ua !act In isI IIL I its " III - i I ITO-. 1 1 ' TECHNICAL SPECIFICATIONS ' for the ' NORTH FORK TRAIL SCENIC BYWAY INTERPRETIVE SIGNAGE AND FACILITIES FROM NY25 TO CR 48 ' TOWN OF SOUTHOLD, NY ' Standards of Work: All work included in this Contract shall conform to New York State Department of Transportation 2008 Standard Specifications and New York State Department of Transportation Standard Sheets including addenda, unless otherwise ' specified. All bidders shall familiarize themselves with these Specifications and Standards. ' Such referenced portions of the State Specifications are hereby incorporated into ' this Contract to the same extent as though written out in full. The Contractor shall have a copy of the State Specifications available at all times on the project site. ' In addition, the following Special Specifications are hereby incorporated into ' this Contract. 1 1 1 1 SPECIAL SPECIFICATIONS ' 1 ITEM 520.05000010 - SAW CUTTING PORTLAND CEMENT CONCRETE AND ' COMPOSITE PAVEMENTS ' DESCRIPTION This work shall consist of saw cutting existing reinforced or unreinforced portland cement concrete, including portland cement concrete pavement and sidewalk, and composite pavement ' (asphalt concrete on reinforced or unreinforced portland cement concrete), at the locations indicated on the plans or where directed by the Engineer. ' MATERIALS All equipment proposed for this work shall be subject to approval by the Engineer prior to actual use. Rotary rock saws shall not be used for cuts under this item. ' CONSTRUCTION DETAILS Saw cutting shall be along a neat line as indicated on the plans or where directed by the ' Engineer. The cuts shall be neat and true with no shatter. Saw cuts shall be made to the depth (s) indicated on the plans and as stated below. ' When removing composite pavement the Contractor shall saw cut the existing pavement for the full depth of the concrete pavement. The total saw cut depth will be more, depending on the thickness of the asphalt. At the Contractor's option, the asphalt concrete may first be saw cut and ' removed before making a second cut through the portland cement concrete. Any damage to material not indicated for removal, caused by the Contractor's operations, shall be repaired by the Contractor. All repairs shall be done in a manner satisfactory to the Engineer. ' METHOD OF MEASUREMENT This work will be measured by the number of linear feet of saw cutting done. No allowance will be made for saw cuts of different depths. Saw cutting which is done for the Contractor's ' convenience will not be measured for payment under this item. BASIS OF PAYMENT ' The unit price bid per linear foot of saw cutting shall include the cost of all labor, materials, and equipment necessary to complete the work. Only one payment will be made for saw cutting when removing composite pavement regardless of the method chosen. The cost of saw cutting the asphalt concrete in the composite pavement is included in this item. ' No payment will be made for this saw cutting under the item for saw cutting asphalt concrete. ' Any repairs made necessary by the Contractor's operations shall be done to the satisfaction of the Engineer at no additional cost to the State ' TS-9 ITEM 520.09000010 - SAW CUTTING ASPHALT CONCRETE DESCRIPTION This work shall consist of saw cutting existing asphalt concrete pavement or sidewalk at the ' locations indicated on the plans or where directed by the Engineer. MATERIALS All equipment proposed for this work shall be approved by the Engineer prior to actual use. CONSTRUCTION DETAILS ' Saw cutting shall be along a neat line as indicated on the plans or where directed by the Engineer. Saw cuts shall be made to the depth(s) indicated on the plans. ' Any damage to material not indicated for removal, caused by the Contractor's operations shall be repaired by the Contractor. All repair shall be done in a manner satisfactory to the Engineer. ' METHOD OF MEASUREMENT This work will be measured by the number of linear feet of saw cutting done. No allowances will be made for saw cuts of different depths. No saw cutting will be measured for payment under this item which the Contractor may choose to do for his own convenience. ' BASIS OF PAYMENT The unit price bid per linear foot of saw cutting shall include the cost of all labor, materials, and equipment necessary to complete the work. Any repairs made necessary by the Contractor's operations shall be done to the satisfaction of the Engineer at no additional cost to the State. ' TS-10 ITEM 608.01050010 - CONCRETE SIDEWALKS - UNREINFORCED ' (GRADING INCLUDED) DESCRIPTION The work shall consist of the construction of portland cement concrete sidewalks and necessary grading as shown on the plans. ' MATERIALS The following requirements of Sections 203 and 608 shall apply: 203-2.02A, 608-2, and 608-2.01. CONSTRUCTION DETAILS The requirements of Subsections 203-3.12 shall apply to the placement of embankment. The requirements of Subsections 608-3.01shall apply except that all references to driveways and wire fabric for reinforcement shall be disregarded. The sidewalk shall be ' constructed without wire fabric for concrete reinforcement. The location of the sidewalks shall be properly graded to conform with the sidewalk ' cross-section and line and grade. The graded area shall be firm and dry before placing the concrete and all organic or unsuitable materials, existing curbs, sidewalks, and driveways ' shall be removed. METHOD OF MEASUREMENT ' Concrete sidewalks will be measured by the number of cubic yards of cement concrete computed from payment lines shown on the plans. BASIS OF PAYMENT The unit price bid per cubic yard will include all excavation, embankment, preparation of subgrade, and all other materials, equipment, and labor necessary to complete the work as ' called for on the plans and to the satisfaction of the Engineer. No separate payment will be made for excavation or embankment above, below, or ' within the volume of sidewalk placed. Payment at the unit bid price will be made after the concrete sidewalks and curing ' application have been properly placed. END OF SECTION ' TS-11 ' SECTION 610 - GROUND VEGETATION - PREPARATION, ESTABLISHMENT AND MANAGEMENT ' 610-1 DESCRIPTION. 610-1.01 Topsoil. This work shall consist of furnishing, screening, storing, stockpiling and placing ' topsoil in accordance with the contract documents and as directed by the Engineer. 610-1.02 Preparation of Subsoil for Turf Establishment. This work shall consist of ground preparation when topsoil is not included in the work prior to establishment of turf in accordance with the contract documents and as directed by the Engineer. ' 610-1.03 Turf Establishment. The work shall consist of ground preparation and establishing turf in accordance with the contract documents and as directed by the Engineer. ' 610-1.04 Wildflower Seeding. The work shall consist of ground preparation, furnishing and placing wildflower seeding materials and caring for wildflower areas in accordance with the contract documents and as directed by the Engineer. ' 610-1.05 Sod. The work shall consist of ground preparation, furnishing, installing and caring for sod in accordance with the contract documents and as directed by the Engineer. 610-1.06 Soil Amendments. The work consists of furnishing and placing soil amendments in accordance with the contract documents and as directed by the Engineer. ' 610-1.07 Compost The work consists of furnishing, placing and incorporating compost in accordance with the contract documents and as directed by the Engineer. ' 610-1.08 Mulch for Planting. The work consists of furnishing and placing mulch, in accordance with the contract documents and as directed by the Engineer. ' 610-1.09 Permeable Weed Control Landscape Fabric. The work consists of furnishing and placing permeable landscape fabric for weed control, in accordance with the contract documents and as directed by the Engineer. ' 610-1.10 Watering Vegetation. This work shall include watering turf, sod, wildflower seeding, trees, shrubs, ground covers, vines, other plants, and filling portable drip irrigation systems in accordance with ' the contract documents and as directed by the Engineer. 610-1.11 Weed Removal. This work shall consist of removal and disposal of all native and non-native ' weeds including roots from newly established turf and sod areas, wildflower seeded areas, tree and shrub pits and plant beds in accordance with the contract documents and as directed by the Engineer. 610-1.12 Mowing. This work shall consist of mowing newly established seeded or sodded areas ' including the removal and disposal of any debris and litter which has accumulated prior to or between mowings, in accordance with the contract documents and as directed by the Engineer. ' 610-1.13 Mowing Limits Markers. This work consists of furnishing and installing mowing limit markers in accordance with the contract documents and as directed by the Engineer. Page 1 of 10 610-2 MATERIALS ' 610-2.01 Topsoil. The materials shall meet the requirements of the following subsections of Section 700 Materials and Manufacturing. Excavated material from earthwork operations defined in Section 203 ' Excavation and Embankment that is unsuitable for embankments but conforms to §713-01 Topsoil is acceptable. Topsoil 713-01 ' 610-2.02 Preparation of Subsoil for Turf Establishment. None specified. 610-2.03 Turf Establishment. The materials shall meet the requirements of the following subsections , of Section 700 Materials and Manufacturing. Water 712-01 Seeds 713-04 ' Mulch For Turf Establishment and Erosion Control 713-11 Mulch anchorage 713-12 Straw 713-19 ' 610-2.04 Wildflower Seeding. The materials shall meet the requirements of the following subsections of Section 700 Materials and Manufacturing. ' Water 712-01 Seeds 713-04 Mulch For Turf Establishment and Erosion Control 713-11 ' Mulch anchorage 713-12 Straw 713-19 610-2.05 Sod. The materials shall meet the requirements of the following subsections of Section 700 ' Materials and Manufacturing. Water 712-01 Topsoil 713-01 , Sod 713-14 610-2.06 Soil Amendment. The materials shall meet the requirements of the following subsections of ' Section 700 Materials and Manufacturing. Water 712-01 Limestone 713-02 ' Fertilizer 713-03 Mycorrhizal Fungi 713-09 Moisture Retention Additive 713-10 , Sulfur 713-17 610-2.07 Compost. The materials shall meet the requirements of the following subsections of Section , 700 Materials and Manufacturing. Compost 713-15 610-2.08 Mulch for Planting. The materials shall meet the requirements of the following subsections , of Section 700 Materials and Manufacturing. Mulch for Planting 713-05 610-2.09 Permeable Weed Control Landscape Fabric. The materials shall meet the requirements of the following subsections of Section 700 Materials and Manufacturing. Weed Control Barriers 713-18 ' Page 2 of 10 ' ' 610-2.10 Watering Vegetation. The materials shall meet the requirements of the following subsections of Section 700 Materials and Manufacturing. ' Water 712-01 610-2.11 Weed Removal. None specified. ' 610-2.12 Mowing. None specified. ' 610-2.13 Mowing Limits Markers. The materials shall meet the requirements of the following subsections of Section 700 Materials and Manufacturing. Materials for the Protection of Plants 713-08 ' 610-3 CONSTRUCTION DETAILS 610-3.01 Topsoil. A. General. The subsoil within the areas to be covered by topsoil shall be graded so that the completed work after the topsoil is placed shall conform to the specified lines and grades. The Contractor shall scarify or till the surface of the subsoil to a depth of 6 inches before the topsoil is placed to permit bonding the topsoil with the subsoil. Tillage by disking, harrowing, raking or other approved methods shall be accomplished in such a manner that depressions and ridges formed by ' tillage shall be parallel to the contours. Topsoil in an unworkable condition due to excessive moisture, frost, or other conditions shall not be placed until its consistency is workable for spreading. Topsoil shall be placed on the designated ' area and spread to the depth specified in the contract documents or a minimum of 4 inches for turf areas and 3 inches for sod areas. The finished surface shall be maintained for subsequent contract work such as seeding, sodding, ' mulching or planting. The sites of all stockpiles shall be graded and maintained for subsequent contract work. Surplus topsoil will become the property of the Contractor. Roots and top growth of non-native weeds or invasive species that emerge from topsoil stockpiles or after placement of the topsoil shall be eradicated and disposed of in accordance with §610-3.11 Weed Removal immediately upon emergence. Weed removal, treatment and disposal of invasive species will be paid for separately. ' B. Topsoil - Reuse On-Site Materials. Topsoil stripping shall be completed prior to starting the general excavation in an area. The Contractor shall take reasonable care that the topsoil is not ' contaminated during the stripping and other handling operations. Topsoil identified for reuse that has a known, established population of invasive species shall be treated to eliminate the presence of invasive species per §610-3.11 Weed Removal. The invasive ' species material shall be disposed appropriately and then the resulting topsoil may be used within the limits. Treatment and disposal of invasive species will be paid for separately. ' C. Topsoil - Roadside, Lawn, Special Planting Mix and Acidic. The Contractor shall place topsoil only from approved stockpiles. ' D. Topsoil - On-Site Wetland and Wetland Off-Site or Manufactured. The Contractor shall not use topsoil wetlands materials which exhibit the presence of invasive species. Care shall be taken not to impact wetland areas remaining. On-site wetland topsoil stripping shall be completed prior to starting the general excavation in an area. After stripping, on-site wetland topsoil shall be placed within 24 hours or stored within the contract limits at a location approved by the Engineer. ' Page 3 of 10 610-3.02 Preparation of Subsoil for Turf Establishment. Prior to establishment of turf in areas that are not to receive topsoil or other permanent erosion control measures, the Contractor shall remove ' all loose stones and other objects over 2 inches in size to a 4 inch depth. The Contractor shall mix compost with subsoil in accordance with §610-3.07 B. Turf Establishment With No Topsoil/ On Subsoil within the areas to be seeded and grade the surface so that the completed work shall conform to the , specified finished lines and grades. Compost will be paid for separately. 610-3.03 Turf Establishment. The Contractor shall coordinate establishment of turf with other site ' and construction activities. The Contractor shall clean all equipment involved in turf establishment to remove plants, seeds and propagules prior to commencement of work. Any work to clean equipment shall be at no additional cost ' to the State. The Contractor shall apply the seed mix at one and one half to two times the manufacturer's recommended rate. Any method of sowing that does not injure the seeds and achieves even coverage in ' the process of spreading will be acceptable. The Contractor shall perform the initial watering and shall spread straw uniformly in a continuous blanket to hide the soil from view or mulch Types I - V as specified in the contract documents. Rolled Erosion Control products shall be installed according to manufacturer's recommendations and paid for separately. Mulch anchorage shall be applied. The Contractor shall water, mow, and weed the turf establishment areas for the duration of the contract or until turf areas are accepted. Watering, mowing, and weeding to care for the turf will be paid ' for separately. Any work required to correct initial seeding (installation) shall be done at no additional cost to the State. A. Turf Establishment - Roadside. Areas will be accepted when: t free from thin or bare ground greater than one foot in diameter; at least 80 percent of the ground surface is covered with established specified permanent turf grass species; they have had one mowing cycle in accordance with §610-3.12 unless conditions prevent mowing, in which case turf grass shall be an average minimum height of 5 inches; and ' they exhibit healthy green color. 8. Turf Establishment- Lawns. Areas will be accepted when: ' free from thin or bare spots greater than six inches in diameter; at least 90 percent of the ground surface is covered with established specified permanent turf grass species; ' they have had one mowing cycle in accordance with §610-3.12 unless conditions prevent mowing, in which case turf grass shall be an average minimum height of 3 inches; and they exhibit healthy green color. 610-3.04 Wildflower Seeding. The Contractor shall clean all equipment involved in wildflower seeding to remove plants, seeds and propagules prior to commencement of work at no additional cost to ' the State. The Contractor shall install wildflower seeding materials in accordance with the contract documents. Any method of sowing that does not injure the seeds and provides soil contact in the process of spreading will be acceptable. The Contractor shall apply the seed mix at twice the seed supplier's recommended ' rate. The Contractor shall perform the initial watering and spread straw or mulch Types I - V as specified in the contract documents, uniformly at a rate consistent with seed supplier recommendations. Mulch , anchorage is required unless otherwise specified in the contract documents. Wildflower seeding areas Page 4 of 10 , ' will be accepted after the seeding operation is complete. Any work required to correct initial seeding (installation) shall be done at no additional cost to the State. The Contractor shall water the wildflower seeding areas for the duration of the contract. Watering to ' care for the wildflower seeding areas will be paid for separately. 610-3.05 Sod. The Contractor shall generally place sod during the seasons identified in Table 610-1 Sodding Seasons. The Contractor may request extension of seasons, provided the other conditions are met. TABLE 610-1 SODDING SEASONS Geographic locations Spring Fall RI-Essex, Warren (north of towns of Bolton & Warrensburg), ' R2-Hamilton, Herkimer (towns of Ohio and Webb) 4/15-6/30 8/15-10/15 R7-Lewis, St. Lawrence, Franklin, Clinton, Jefferson (east of Rte 81) Rl-Greene, Rensselaer, Schenectady, Saratoga, Washington, Albany, Warren (towns of Bolton & Warrensburg & south) R2- Montgomery, Fulton, Oneida, Madison, Herkimer 4/1-6/15 8/15-10/31 (south of town of Ohio) R3,6,9 - All counties ' R7- Jefferson (west of Route 81) R4, 5 & 8- All counties 4/1- 5/31 8/15 -10/31 RIO, 11-Allcounties 3/14/30 8/21-11/15 The subgrade of areas to be sodded shall be excavated and firmed to a sufficient depth below the finished grade of the sod to accommodate the tamped or rolled thickness of topsoil and sod. No frozen ' sod shall be placed nor shall sod be placed on frozen ground surface. The Contractor shall exercise care to retain the soil existing on the roots of the sod during transporting, handling and transplanting operations. Sod shall be placed on a minimum of 3 inches of moist topsoil. The topsoil will be paid for separately. The finished sod soil surface shall be flush with surface of the adjacent soil and adjacent structures. It ' shall meet the finished grades as shown in the contract documents. Sod will be accepted when: It has been in place a minimum of 60 days after installation, ' It is 95 percent covered with permanent grass species, It has had one mowing cycle in accordance with §610-3.12 Mowing, It exhibits healthy green color, ' It is free from thin, bare or brown spots greater than 6 inches in diameter, and It is firmly rooted in the soil. ' Sod not meeting the standards for acceptance, shall be re-sodded until a satisfactory turf has been established, at no additional expense to the State. The Contractor shall water, mow and weed the sodded areas as necessary until contract final ' acceptance. These items will be paid for separately. 610-3.06 Soil Amendments. The Contractor shall place, apply or incorporate fertilizer, limestone, mycorrhizal fungi, sulfur and/or moisture retention additive where shown in the contract documents. ' When mycorrhizal fungi are specified, application rates for turf shall ensure an even distribution of 100,000 propagules minimum per acre for drill seeding and 1,000,000 propagules minimum per acre for hydroseeding. Application rates for planting and Tree Root Zone Treatment, as well as any other ' aspects of distributing and/or incorporating mycorrhizal fungi, shall be in accordance with the manufacturer's recommendations. ' Page 5 of 10 All other amendments shall be mixed with topsoil prior to placing, spread evenly over the surface of ' turf, wildflower or sod areas, applied within shrub saucers or applied over the plant beds as appropriate, at the rates recommended by the manufacturer or as specified in the contract documents. The method of application shall ensure an even distribution. When hydraulic application is used, the minimum rate of , water application shall be in accordance with manufacturer's recommendation. Trees shall be fertilized using Method No. 1, No. 2 or No. 3 in accordance with the contract documents. A. Method No. 1. Holes shall be made in the earth about 18 inches deep and 18 inches apart, and located in the outer two-thirds (as measured on the radius) of the circular area lying under the limits ' of the tree branches. The holes shall be made with a crowbar, soil auger, pneumatic equipment or other approved tools and care shall be taken to avoid injury to the roots. Fertilizer shall be applied at the rate specified; placing equal amounts of fertilizer in the lower 12 inches of each hole. , B. Method No. 2. Fertilizer shall be applied to soil's surface hydraulically at the rate specified with sufficient water to saturate the soil for the area and depth of the tree roots without creating air ' pockets. C. Method No. 3. Fertilizer rate and method of application shall be as specified in the contract documents. , 610-3.07 Compost. A. Existing Soil: The Contractor shall spread 2 inches of Compost Type A or E within the limits ' shown in the contract documents and tilled into existing soil to a total depth of six inches. B. Turf Establishment With No Topsoil/ On Subsoil. The Contractor shall spread 2 inches of t Compost Type A, D or E within the limits shown in the contract documents and tilled into subsoil to a minimum depth of four inches. C. Tun` Establishment With Topsoil. The Contractor shall mix Compost Type A, D or E with topsoil as specified in the contract documents. ' D. Plant Pits or Beds: Compost Type A, D or E shall be applied at a ratio of 1 part compost to 5 parts existing soil. ' 610-3.08 Mulch for Planting. The Contractor shall apply mulch consisting of wood chips, pine nuggets or shredded bark to the surface of the beds and tree pit areas in accordance with the contract documents. The Contractor shall apply mulch to a uniform depth of 3 inches over the shrub bed and tree ' pit areas and 2 inches over groundcover beds. The mulch shall be distributed so as to create a smooth, level cover over the exposed soil. Mulch shall not cover plants or be in contact with tree root flare, tree trunks, and plant stems. 610-3.09 Permeable Weed Control Landscape Fabric. Areas where landscape fabric is to be installed shall be smooth, firm, stable and free of rocks, clods, foliage, roots, trash, debris or other ' material that will prevent the matting from lying in direct contact with the soil surface. The landscape fabric shall be placed where shown in the contract documents and as required by the manufacturer. ' 610-3.10 Watering Vegetation. The Contractor shall provide water without damage to plants, mulch, stakes, plant saucers, sod or other areas to be watered. Damage resulting from watering operations shall , be repaired at no additional cost to the State. Page 6 of 10 , 1 Watering shall be applied in accordance with §610-3.03 Turf Establishment, §610-3.04 Wildflower Seeding, §610-3.05 Sod or §611-3.01 General. Watering for existing vegetation shall be as specified in the contract documents. Watering shall be applied at the following rates: ' A. Turf, Wildflowers, Sod, Planting Beds. In the absence of 1 inch of rainfall within 5 consecutive calendar days the Contractor shall water all turf, wildflowers, sod and planting beds once a week to a depth of I inch. B. Trees and Planting Pits. Between April 1st and November 15`", in the absence of 1 inch of rainfall within 5 consecutive calendar days, the Contractor shall apply water to trees and planting pits once per week, except during July and August, when water shall be applied twice per week, with a ' minimum of 2 days between applications. Soil saucers or portable drip irrigation systems shall be filled once per watering. ' 610-3.11 Weed Removal. The Contractor shall perform weed removal in accordance with the contract documents. The Contractor shall remove and dispose of weeds including roots prior to flowering and seed formation by manual, chemical or mechanical means. Any method of weed removal that leaves live roots ' in the soil will not be permitted. An appropriately licensed applicator is required for chemical weed control methods. The Contractor shall ensure the preservation of desirable vegetation. Treatment and removal of invasive species will be paid for separately. ' 610-3.12 Mowing. The schedule may be modified to accommodate prevailing or forecast weather conditions. The Contractor shall be responsible, prior to each mowing, for the removal and disposal of ' any debris and litter which has accumulated since the last mowing. Care shall be taken to avoid damage to existing plant materials. A. Roadside. The Contractor shall mow all turf establishment areas to a height of 5 inches whenever growth reaches 8 inches for the duration of the contract. Clippings shall be left in place. B. Lawns. The Contractor shall mow all turf establishment areas to a height of 3 inches after initial growth reaches 5 inches, and then mowed to a height of 3 inches whenever a 5 inch height is reached thereafter for the duration of the contract. Clippings shall be mulched in place. C. Sod. The Contractor shall mow all sodded areas to a height of 3 inches after initial growth reaches 5 inches, and then mowed to a height of 3 inches whenever a 5 inch height is reached thereafter for the duration of the contract. Clippings shall be mulched in place. ' 610-3.13 Mowing Limits Markers. The Contractor shall install mowing limit markers plumb to a depth in accordance with the manufacturer's instruction. ' 6104 METHOD OF MEASUREMENT ' 610-4.01 Topsoil. The quantity to be measured for payment will be in cubic yards of each type of topsoil measured to the nearest whole cubic yard of topsoil placed, from payment lines shown in the contract documents. ' Cross sectioning, for the purpose of determining quantities for payment, will be employed only where payment lines are not shown on the Plans and cannot be reasonably established by the Engineer. 610-4.02 Preparation of Subsoil for Turf Establishment The quantity to be measured for ' payment will be in square yards on slope to the nearest whole square yard of subsoil area prepared for turf establishment. ' Page 7 of 10 610-4.03 Turf Establishment. The quantity to be measured for payment will be in square yards on ' slope to the nearest whole square yard of turf established. 610-4.04 Wildflower Seeding. The quantity to be measured for payment will be in square yards on ' slope to the nearest whole square yard of wildflower seeding. 610-4.05 Sod. The quantity to be measured for payment will be in square yards on slope to the nearest whole square yard of sod placed. 610-4.06 Soil Amendments. The quantity to be measured for payment will be in pounds to the ' nearest whole pound or in gallons to the nearest whole gallon of soil amendments (fertilizer, limestone, mycorrhizal fungi, sulfur and/or moisture retention additive) applied. 610-4.07 Compost. The quantity to be measured for payment will be in cubic yards to the nearest , whole cubic yard of compost placed or incorporated. 610-4.08 Mulch for Planting. The quantity to be measured for payment will be in cubic yards to the , nearest whole cubic yard of mulch placed. 610-4.09 Permeable Weed Control Landscape Fabric. The quantity to be measured for payment ' will be in square yards on slope to the nearest whole square yard. 610-4.10 Watering Vegetation. The quantity to be measured for payment will be in 1000 gallons ' (MGal) to the nearest MGal of water applied, determined from approved measuring devices, or by measurement in tanks or containers of known capacity. ' 610-4.11 Weed Removal. The quantity to be measured for payment will be in square yards on slope weeded per occurrence to the nearest whole square yard. ' 610-4.12 Mowing. The quantity to be measured for payment will be the number of square yards on slope mowed per occurrence to the nearest whole square yard. 610-4.13 Mowing Limits Markers. The quantity to be measured for payment will be by the number of , complete markers satisfactorily installed. 610-5 BASIS OF PAYMENT 610-5.01 Topsoil. The unit price bid shall include the cost of all labor, materials and equipment , necessary to satisfactorily complete the work, including the handling, storing, stockpiling, and placement. 610-5.02 Preparation of Subsoil for Turf Establishment. The unit price bid shall include the cost , of all labor, materials and equipment necessary to satisfactorily complete the work 610-5.03 Turf Establishment The unit price bid shall include the cost of all labor, materials and ' equipment including initial water, mulch and mulch anchorage as necessary to satisfactorily complete the work. 610-5.04 Wildflower Seeding. The unit price bid shall include the cost of all labor, materials and ' equipment including initial water, mulch and mulch anchorage necessary to satisfactorily complete the work. 1 Page 8 of 10 ' ' 610-5.05 Sod. The unit price bid shall include the cost of all labor, materials and equipment including initial water, necessary to complete the work. Topsoil bed placed under the sod shall be paid for separately. ' 610-5.06 Soil Amendments. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work, including water for hydraulic application. ' 610-5.07 Compost. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work ' 610-5.08 Mulch for Planting. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. ' 610-5.09 Permeable Weed Control Landscape Fabric. The unit price bid shall include the cost of all labor, materials, and equipment necessary to satisfactorily complete the work. ' 610-5.10 Watering Vegetation. The unit price bid shall include the cost of all labor, materials and equipment necessary to satisfactorily complete the work. 610-5.11 Weed Removal. The unit price bid shall include the cost of labor, materials, and equipment necessary to satisfactorily complete the work. 610-5.12 Mowing. The unit price bid shall include the cost of all labor, materials, and equipment necessary to satisfactorily complete the work. 610-5.13 Mowing Limits Markers. The unit price bid shall include the cost of all labor, materials, and ' equipment necessary to satisfactorily complete the work. Payment will be made under: ' Item No. Item Pay Unit 610.0501 Fertilizer Pound 610.0502 Fertilizer Gallon ' 610.06 Limestone Pound 610.0701 Mycorrhizal Fungi Pound 610.0702 Mycorrhizal Fungi Gallon 610.08 Moisture Retention Additive Pound 610.0901 Sulfur Pound 610.0902 Sulfur Gallon ' 610.10 Compost Cubic Yard 610.1101 Mulch for Planting Type A, B & D - Wood Chips and Shredded Bark Cubic Yard 610.1102 Mulch for Planting Type C - USDA-APHIS Protocol Wood Chips Cubic Yard ' 610.1103 Mulch for Planting Type E - Pine Nugget Cubic Yard 610.1201 Permeable Weed Control Landscape Fabric Square Yard 610.1202 Permeable Weed Control Landscape Fabric with Herbicide Square Yard 610.13 Weed Removal Square Yard ' 610.1401 Topsoil - Reuse On-Site Materials Cubic Yard 610.1402 Topsoil - Roadside Cubic Yard 610.1403 Topsoil - Lawns Cubic Yard ' 610.1404 Topsoil - Special Planting Mix Cubic Yard 610.1405 Topsoil - Acidic Cubic Yard 610.1406 Topsoil - On-Site Wetland Materials Cubic Yard ' 610.1407 Topsoil - Wetland Materials Cubic Yard 610.15 Preparation of Subsoil for Turf Establishment Square Yard Page 9 of 10 610.1601 Turf Establishment - Roadside Square Yard , 610.1602 Turf Establishment -Lawns Square Yard 610.17 Wildflower Seeding Square Yard 610.18 Sodding Square Yard ' 610.19 Watering Vegetation 1,000 Gallons 610.21 Mowing Square Yard 610.22 Mowing Limits Markers Each , 1 Page 20 of 10 ' ITEM 615.300100SU - KIOSK ' DESCRIPTION: The work shall consist of fabricating, furnishing and installing kiosks in accordance with the plans, ' specifications, and where directed by the Engineer. The Contractor shall verify the quantity, location, and details of each kiosk with the Engineer prior to ordering. ' MATERIALS: Unless otherwise specified herein, all materials for this work shall meet the requirements of the NYSD OT Standard Specifications. All materials for this work shall be new stock, free from defects impairing strength, durability, and appearance. Kiosk Panel: The kiosk panels shall be exterior grade solid phenolic resin, which is resistant to ultraviolet (UV) ' radiation deterioration and graffiti-proof. The sizes and thicknesses of the panels shall be as shown on the plans or as directed by the Engineer. The embedded graphic panels shall have digitally printed subsurface images fused into a single panel and under the effect of high temperature and ' pressure. All exterior signage shall be weather tight. The panels shall be of a consistent thickness for all sizes. The finish of all panels is to be opaque ' and matte. The panels are to be rigid and flat. No warped areas or bowing will be accepted. All kiosk panels must be obtained from a single manufacturer. ' The panels must be resistant to scratching, ink, paint, crayon, steam, acids, and aromatics. All ink, crayon, or paint markings should be readily removable with soap and water or solvents without harm. The panels shall also be resistant to burning by cigarettes. ' Panels shall not break, separate, flake, or fray under impact from thrown objects such as rocks. ' Panels must be resistant to mold and fungus. The Contractor, with the approval of the Engineer, will provide a digital file to kiosk panel ' manufacturer with images, fonts and artwork. Custom colors shall match those specified. The kiosk panels must be manufactured in accordance with the specifications of the Kiosk Panel ' Manufacturers listed below or approved equal: Fossil Graphics Corp.- 44 Jefryn Blvd., Deer Park, NY 11729 631-254-9200 ' Folia Industries, Inc. - 58 York Street, Huntington, QC, Canada, JOSIHO 888-264-6122 The Town of Southold retains full rights to all designs shown or specified. Designs may not be ' TS- 1 r r manufactured, reproduced, or exhibited without the written permission of the appropriate r agency. Mounting Hardware: r All mounting hardware shall be stainless steel. The types and sizes shall be as indicated on the plans. r Kiosk Panel Support Posts: The kiosk support posts shall be manufactured as detailed in the plans. All materials shall be r stainless steel. All welds shall be free of porosity, inclusions, foreign matter, cracks, and pinholes. All welds shall be ground and sanded smooth. All sharp and ragged edges shall be r eased smooth to eliminate all sharp edges. Art Convright Aonrovals: r The Contractor shall obtain all approvals from the appropriate copyright holders of full-scale artwork, photographs, or other images prior to reproduction. The necessary forms and estimates r of fees for the individual kiosks are included in the special note for kiosks in the proposal. Anchor Bolts: r Anchor bolts shall be stainless steel and meet the requirements of Subsection 709-13. The lengths and diameters shall be as indicated on the drawings. r Concrete Foundation: The cast-in-place concrete for the footings and foundations shall conform to the requirements of r Section 501, Portland Cement Concrete - General, except that the requirements for inspection facilities, automated batching control and recordation do not apply. The concrete shall be Class r A concrete for structures unless otherwise specified. The batching, mixing and curing methods, and the inspection facilities shall meet the approval of the Department or its representative. The Contractor may submit for approval by Director, Materials Bureau, a mix at least equivalent to r the specified Class A Concrete. The Engineer shall approve the formwork prior to placement of the concrete. Steel Bar Reinforcement: r The steel reinforcement shall conform to the requirements in Subsection 709-14. Sizes as indicated r on the drawings. r CONSTRUCTION DETAILS: TS- 2 r r Shop Drawings: ' The Contractor shall submit Shop Drawings for each proposed kiosk location for review and approval of materials and methods by the Engineer prior to ordering materials and commencing with fabrication. ' Samples: ' Samples of each type of material, finish, and color shall be submitted to the Engineer for approval prior to fabrication. ' Fabrication: All fabrication and installation shall be in accordance with the highest standards of the trade. All ' kiosks and components shall be complete and free from visual, structural and mechanical defects. All source materials shall be inspected upon arrival. The Engineer shall be notified immediately if any source material is inadequate or unacceptable for reproduction. The State shall be notified of any discrepancies in the drawings, changes required in construction details, and/or field dimensions or special conditions prior to fabrication. ' No fabrication or installation material or procedure shall be used that will in any way change the visual quality or in any manner have an adverse effect on existing materials and surfaces. ' The Contractor shall arrange a meeting with the Engineer and/or other State Representatives at the site for confirmation of the final locations of kiosk elements. ' All mechanically fastened panels shall incorporate provisions for attachment and removal as required using no visible screws or fasteners except where noted on the drawings. ' Protection of Kiosk Panels: ' The kiosk panels shall be protected during transportation, handling, and storage. The panels shall be stored above ground on level, non-staining blocking and covered with weatherproof coverings to prevent staining by weather, dirt, mud, oils, and grease. All damaged materials shall be immediately ' removed from the job site. Installation: ' The Contractor shall excavate for the kiosk foundations and install the steel bar reinforcement as indicated on the approved Shop Drawings prior to placing the concrete. Using a jig to ensure proper ' alignment, the stainless steel anchor bolts shall be installed in the concrete prior to setting. The top of the foundation shall be properly finished and leveled to provide good bearing for the kiosk support post. All formwork for the foundations shall be removed after the concrete has been TS- 3 sufficiently cured. The Contractor shall dispose of all formwork from the site. The excavation shall ' be backfilled with suitable material, and graded as required. The Contractor shall remove any excess material from the site. The kiosk support posts shall be attached to the foundation as shown on the plans. The posts shall ' be plumb in all directions. After the nuts have been tightened, the threads of the anchor bolt above the nut shall be damaged to prevent removal of the nut. The anchor bolt shall be cut off at a distance ' not to exceed 25 mm above the top of the nut, and ground smooth to remove all sharp edges. The kiosk panels shall be mechanically fastened to the kiosk support posts as required using no , visible screws or fasteners except where noted on the drawings. The panel shall be mounted such that it is true, plumb, and level in its required position. Cleaning: ' Upon completion of the installation work, each kiosk panel and post shall be thoroughly cleaned, ' removing all dirt, mortar, and stains and left in a condition acceptable to the Engineer. Temporary protection shall be provided during the remainder of the construction to protect the finished work from damage. All damaged work shall be removed and replaced at no cost to the ' State prior to final acceptance. METHOD OF MEASUREMENT: , This work will be measured as the number of kiosks fabricated, furnished and installed in . accordance with the plans, specifications, and directions of the Engineer. , BASIS OF PAYMENT: The unit price bid for each kiosk shall include the cost of all labor, materials, and equipment, ' including excavation, concrete footings and foundations, steel bar reinforcement, stainless steel hardware, stainless steel support posts, and permission to use copyrighted materials and associated ' copyright fees in accordance with the plans and specifications, necessary to satisfactorily complete the work. i TS- 4 i 1 ITEM 645.100100SU - INTERPRETIVE SIGNS ! DESCRIPTION: ! The work shall consist of fabricating, furnishing and installing interpretive signs in accordance with the plans, specifications, and where directed by the Engineer. The Contractor shall verify the 1 quantity, location, and details of each sign with the Engineer prior to ordering. MATERIALS: 1 Unless otherwise specified herein, all materials for this work shall meet the requirements of the NYSDOT Standard Specifications. All materials for this work shall be new stock, free from defects 1 impairing strength, durability, and appearance. Sign Panel: 1 The sign panel shall be exterior grade solid phenolic resin, which is resistant to ultraviolet (UV) radiation deterioration and graffiti-proof. The sizes and thicknesses of the panels shall be as shown ! on the plans or as directed by the Engineer. The embedded graphic panels shall have digitally printed subsurface images fused into a single panel and under the effect of high temperature and pressure. All exterior signage shall be weather tight. ! The panels shall be of a consistent thickness for all sizes. The finish of all panels is to be opaque and matte. The panels are to be rigid and flat. No warped areas or bowing will be accepted. All 1 sign panels must be obtained from a single manufacturer. The panels must be resistant to scratching, ink, paint, crayon, steam, acids, and aromatics. All ink, 1 crayon, or paint markings should be readily removable with soap and water or solvents without harm. The panels shall also be resistant to burning by cigarettes. 1 Panels shall not break, separate, flake, or fray under impact from thrown objects such as rocks. Panels must be resistant to mold and fungus. 1 The Contractor, with the approval of the Engineer, will provide a digital file to sign panel manufacturer with images, fonts and artwork. Custom colors shall match those specified. 1 The sign panels must be manufactured in accordance with the specifications of the Sign Panel Manufacturers listed below or approved equal: 1 Fossil Graphics Corp: 44 Jefryn Blvd., Deer Park, NY 11729 631-254-9200 Folia Industries, Inc. - 58 York Street, Huntington, QC, Canada, JOSIHO 888-264-6122 1 TS-1 1 i t ITEM 645.100100SU - INTERPRETIVE SIGNS The Town of Southold retains full rights to all designs shown or specified. Designs may not be ' manufactured, reproduced, or exhibited without the written permission of the appropriate agency. Mounting Hardware: All mounting hardware shall be stainless steel. The types and sizes shall be as indicated on the ' plans. Sign Support Post: ' The sign support post shall be manufactured as detailed in the plans. All materials shall be stainless steel. All welds shall be free of porosity, inclusions, foreign matter, cracks, and ' pinholes. All welds shall be ground and sanded smooth. All sharp and ragged edges shall be eased smooth to eliminate all sharp edges. Art Copyright Approvals: The Contractor shall obtain all approvals from the appropriate copyright holders of full-scale ' artwork, photographs, or other images prior to reproduction. The necessary forms and estimates of fees for the individual signs are included in the special note for interpretive signs in the proposal. ' Anchor Bolts: Anchor bolts shall be stainless steel and meet the requirements of Subsection 709-13. The lengths and diameters shall be as indicated on the drawings. Concrete Foundation: ' The cast-in-place concrete for the footings and foundations shall conform to the requirements of ' Section 501, Portland Cement Concrete - General, except that the requirements for inspection facilities, automated batching control and recordation do not apply. The concrete shall be Class A concrete for structures unless otherwise specified. The batching, mixing and curing methods, , and the inspection facilities shall meet the approval of the Department or its representative. The Contractor may submit for approval by Director, Materials Bureau, a mix at least equivalent to the specified Class A Concrete. The Engineer shall approve the formwork prior to placement of the concrete. Steel Bar Reinforcement: , The steel reinforcement shall conform to the requirements in Subsection 709-14. Sizes as indicated TS- 2 , 1 ' ITEM 645.100100SU - INTERPRETIVE SIGNS on the drawings. 1 CONSTRUCTION DETAILS: Shop Drawings: ' The Contractor shall submit Shop Drawings for each proposed sign location for review and approval of materials and methods by the Engineer prior to ordering materials and commencing with fabrication. Samples: ' Samples of each type of material, finish, and color shall be submitted to the Engineer for approval prior to fabrication. ' Fabrication: All fabrication and installation shall be in accordance with the highest standards of the trade. All ' signs and components shall be complete and free from visual, structural and mechanical defects. All source materials shall be inspected upon arrival. The Engineer shall be notified immediately if any source material is inadequate or unacceptable for reproduction. The State shall be notified of any discrepancies in the drawings, changes required in construction details, and/or field dimensions or special conditions prior to fabrication. ' No fabrication or installation material or procedure shall be used that will in any way change the visual quality or in any manner have an adverse effect on existing materials and surfaces. ' The Contractor shall arrange a meeting with the Engineer and/or other State Representatives at the site for confirmation of the final locations of sign elements. 1 All mechanically fastened signs shall incorporate provisions for attachment and removal as required using no visible screws or fasteners except where noted on the drawings. ' Protection of Sien Panels: ' The sign panels shall be protected during transportation, handling, and storage. The panels shall be stored above ground on level, non-staining blocking and covered with weatherproof coverings to prevent staining by weather, dirt, mud, oils, and grease. All damaged materials shall be immediately ' removed from the job site. Installation: ' TS-3 ITEM 645.100100SU - INTERPRETIVE SIGNS ' The Contractor shall excavate for the sign foundations and install the steel bar reinforcement as ' indicated on the approved Shop Drawings prior to placing the concrete. Using a jig to ensure proper alignment, the stainless steel anchor bolts shall be installed in the concrete prior to setting. The top of the foundation shall be properly finished and leveled to provide good bearing for the sign support post. All formwork for the foundations shall be removed after the concrete has been sufficiently cured. The Contractor shall dispose of all formwork from the site. The excavation shall be backfilled with suitable material, and graded as required. The Contractor shall remove any excess ' material from the site. The sign support post shall be attached to the foundation as shown on the plans. The post shall be ' plumb in all directions. After the nuts have been tightened, the threads of the anchor bolt above the nut shall be damaged to prevent removal of the nut. The anchor bolt shall be cut off at a distance not to exceed 25 mm above the top of the nut, and ground smooth to remove all sharp edges. ' The sign panels shall be mechanically fastened to the sign support post as required using no visible screws or fasteners except where noted on the drawings. The panel shall be mounted , such that it is true, plumb, and level in its required position. Cleaning: ' Upon completion of the installation work, each sign and post shall be thoroughly cleaned, removing all dirt, mortar, and stains and left in a condition acceptable to the Engineer. ' Temporary protection shall be provided during the remainder of the construction to protect the finished work from damage. All damaged work shall be removed and replaced at no cost to the State prior to final acceptance. ' METHOD OF MEASUREMENT: This work will be measured as the number of interpretive signs fabricated, famished and installed in ' accordance with the plans, specifications, and directions of the Engineer. BASIS OF PAYMENT: The unit price bid for each interpretive sign shall include the cost of all labor, materials, and ' equipment, including excavation, concrete footings and foundations, steel bar reinforcement, stainless steel hardware, stainless steel support posts, and permission to use copyrighted materials and associated copyright fees in accordance with the plans and specifications, necessary to , satisfactorily complete the work. TS- 4 ' #11138 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), successfully commencing on the 11th day of April, 2013. Principal Clerk Sworn to before me this C. day of 2013. LEGAL NOTICE REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN, the Town of Southold is seeking Request ISTINA VOLINSKI for Proposals (REP) for the North Fork Trail Scenic Byway Interpretive Signage NOTARY PUBLIC-STATE OF NEW YORK and Facilities. This federally and locally No. 01,406105050 funded project (PIN 0758.90) consists of Qualified in Sulfolk County a contract to construct freestanding in- uatY 28, 2016 terpretive signs and kiosks as well as re- My Commission EzPlrer feet lased site restoration work within Town of Southold public right-of-way and Parks.The scope of work includes manu- facturing and installing interpretive sign panels and sign structures, as well as as- sociated site work including the instal- lation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be ob- tained at the Town Clerk's Office, Southold Town Hall, 53095 Route 25, Southold, New York. A non-refundable I fee of $25.00 will be charged for plans and specifications. Payment can be made by money order, cash or check (payable to the Town of Southold). Sealed bids, clearly marked "North Fork Trail Scenic Byway Interpretive Sigaage and Facilities, PIN 07513.90^ must be received at the Southold Town Clerk's Office, 53095 Main Road, P O Box 1179, Southold, New York, 11971 by H." AM (local time) on Tuesday, May 7, 2013 where they will be publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Lo- cally Administered Federal Aid Proj- ect Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8%) and female (6.9%) participation. This contract does not require DBE partici- pation (0%). The Town Board of the Town of Southold reserves the right to reject any and all proposals and waive any and all informalities in any proposals should be it be deemed in the best interest of the Town of Southold to do so. Dated: February 26, 2013 BY ORDER OFTHE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk 11.138-1T 4/11 BOVE INDUSTRIES, INC. 16 Hulse Road LFTTFR OF TRANSMITTAL East Setauket, New York 11733 Phone (631)331-8500 oATE 04/04/13 :o6 No Fax: (631) 331-8523 ATTFNTIAN Town Clerk TO Town of Southold 53095 Main Road RF North Fork Trail Scenic Byway Southold, NY 11971 Interpretive Signage & Facilities Project No.: 0758.90 Phone. 631-765-1800 Fax. WE ARE. SENDING YOU X Attached Shop Drawings Plans Specifications Copy of Letter Change Order Prints Other COPIES DATE NO. 1 4/4/13 1 Check for $25.00 for North Fork Trail Scenic Byway Interpretive Signage & Facilities BOVE FED EX NO.: 1226-9906-4 THE ABOVE ITEMS ARE TRANSMITTED. X Via Fed Ex For Approval Approved As Submitted Resubmit Copies For Approval X For Your Use Approved As Noted Submit Copies For Distribution As Requested Returned For Correctioins Return Corrected Prints For Review & Comment REMARKS: Attached is our check for $25.00 for the above mentioned project's documents. Please overnight these plans and specs to us using our Fedi account number above. Please let me know if you have any questions. Thanks for your assistance. COPY TO. File SIGNED. Patncia Cfft Contract Documents Administrator U iTTensmrttal - Town of Southold xls. reCit'X t'_iSAitbilt FvE, time: Express 8697 4649 6573 WS, DOD[ t From 4a Express Package Sam' Packages up an 150 the, r Senders FedEx FedEx Priority Overnight FetlFx Standard Overnight FedEs First Overnight Data _ Account Number a v e . of 11. 1-1 1 s'mwR Iwol a m e a G NO el, aumx. Le ~m rxa aei. a ss smueon. D M x 2Day FetlEx ress Saver anders Li Fed E Exp Neme Phane F, bE-D Dm~, ° sarr,e ass ,m.. 4h Express Freight Service Pack 11 - Company _,J 41_ -.~-i-~ _ S-'_-r" 1 O _ ages aver 150 Ibs. 1 n aDi n mo~a ~ra:r tin stir o~. FedEx lDa Rei ht F a is a , pis ruavnv ad&2Da ke.9ht FedEx3Day Freight Aadrass ~t ~.V\ - . sn acaavD CC*orr Seeno. Cor COnArm twn~~m ackagmg state_ ZIP _ edb fed ak _ FedEx FedEx Other nvelope',/ mpr, r,pat•„ Rax Trbe 2 Your Internal Billing Reference 66 ssanrra.. mr, dopes 6 Special Ran~mg ol-ru 3 To - - SATURDAY Delivery HOLD Weekday MOLD Samdy Recipients _ st FidEa Locator at FedEx wv r ~J`~~ kern o an Name lA- I C - . Ph na ( J ~ ~ rsa~n or yrnr a~ aQr rc . - - s D as Misshr aM r `z r rr 11 EL. / sae b P nl d.ngemus d goods? a .Yes Yes -Dry ICe COneany N.0 oo Dn-~re sa Sn r0-1 are scree pp Davy o~ePoe ~~oD Sn pp~e oep:,any Carga Aixrafi 0nly RempienCs p ~J LK~ Address 7 Payment Bdlro i0. a n SDreaae - - E raaE.acn no. cmnGra NO e.w.. ~es Sernder Recipient Tit",Parry CrediCaro CashChack m miss Add ess rrep orra~ xe r.a.r rr reds oro pror oat.oeero.r Feox x„ C < U le zip X33 cremeTpa~ ua. I-__ seS.. _ J\•~~_ t Pad/pgn Tolal~ real Declared Value' f D ~aervh m sm ro ey rs c az e ess mr..ormaume i ome— ~orersors: Gil, e•er:~: R Residential Delivery Signature Options Yov2pul~e err =e~r.er=~r~^~rere No Signature sect Signature Ind' 'veca~Si nzture `j Schedule a pickup atfedex.com Ragwred Pr,o, , m. 61ea L5201 x[trae mxyee ien w 9 0 e aeP mPanr Si1RpBFYyear shipper. Menage your account. Access all the toot you used. .osoovvne • a"1VPne° nhr r np n ,ea~~ may ordnr., reelrvery e.. Darnnc.p.nnsea i zissFlmsr dF,.pnrvrED ~x us< sFr Page 1 of 1 Cooper, Linda From: Cooper, Linda Sent: Tuesday, April 02, 2013 12:28 PM To: 'jd@viajdesign.com' Subject: North Fork Trail Interpretive Signage Attachments: Contract Reporter Ad - for Town Use (2).doc Jennifer DiVello: You recently stopped by the Town Clerk's Office in Southold and expressed an interest in the RFP for the North Fork Trail Interpretive Signage. I just wanted to let you know the specs and plans are now available here at the Town Clerk's Office. Attached is the project description. Please contact me if you have any questions about obtaining the specs and plans. Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance? The difference between try and triumph is a little "umph 4/2/2013 April 15, 2013 Town of Southold Clerk's Office Re: North Fork Scenic Byway Interpretive Signage & Facilities To Whom It May Concern: Please send a set of detailed specifications for the above referenced project. A check for $25 is enclosed. Please use my Fed Ex acct: 347949000 Send to: Conservation By Design, 1811 N. Georgia St., Silver City, NM 88061 Let me know if you have any questions. Thank you! Sincerely, elanie M. Pierson, Princi/ Conservation By Design EIN# 20-4730020 FecExe USAirbill Express 8697 4649 6610 *rr 1 Fr Date om Account FedEx 40 bgrm 4$alYlca YerJuna+uiYflYar. pr ~•t, ? ngOvemgM edF~cSteiMard Bvami9M ? Fed&Pos[MemigM xmb.n®wemm~ u.atlwaa.avmm.b +a.~.rrer.e ywy~ w.mrm.w.eb .rmrmm.ba~uwm' ulmarnloauwr.eeYUd s.oeEerodwrnm«aeu. Sender's FadEx7Dry Fed&Exgess Saver Name Phone `~v _I o ? Ibwm'e~'.wmr ? smewoi..°'rrxmwew wb.sNUaxsro.cr: YCIMP.b ~ ` 4b - 6 r~bGfiM~nnrbpW45iaun Nxru ~ 'A~vlv~.a . ` fall) V O LV ~ress flew ServNx PaceaeYYSrfbepa • ? FedEx tOa~Fn'~iC ? FadExZlrvkwp~ ? Fedfx3Da~FreigM babe .am.a.:ma~ m,xb.~ 0 usu ruru°~a°..v'.•a iu :ron..rmar'r"°.e' smmrne:wrrimw.r.a.. 9 7/ Address •uarae..m 's" eenxbwrs,mmwn S n8 A C~y E0 V Q Ste, ZIP F1 ape F 1 Pak' ? Fed& ? FedFa ? Other T a wa.~rn~asv..wP. Box Tube z III 2 YorhaanYl DiN'qq ROWS= •o.mne..ar~mm rwww.m,w.w.e 6 Special Flendin6 _ bnue.Peaex.embbs.mma 3 TO ? NNOTAxeiAaYb,y ? atFed&ioc ? dEx ableONLYfor mecipierRs ~/'~I 41~, e , ers~h Pharre(s7s S'? -09J~ amour xve r~~ilo+~.tlwaaa Avail T Name Dau W Sass, yNeiaSnswYf < ~on S2Y 1/0. oy~ b~l I Q-S tq h ?N. ?Yes ?Y. ?oyl~e Coma" a".ww"Z .m. s=*:.xa"'"'°" en•osuns. m fleciPiaiRS °'"r"°'L] Cargo A'ucrek OnN o Address V I I \ 7~ old' a ' 0, S 7 wplwd Biaz WebnrosEtlwe~m Pe.Emeew PO. PcoEn eT4PowNJa%^ r.•rrefxM Party Yav~ • ? ~,N f4cipieM ? 7tird TNm Party ? Credit Cam [I CasryCheck Address bn./b..amr.ea Pnm a.ee.benen. ,?cam[ reYwna rm. T°re. enewmy. a eb.w I-19 L4 9 O © C a. ZIP V O Tend Pa'4m TaYM6Vr Tenn ecleaeYiYt C S Jr ~V Cr Sara, $ .m ,PrbNy:FiEbmmuivry.M..afv..w5m MiaM1ihi9Ymets. rygMbb .vAVmiv~mW MktlM:wHNbsn[mMFE[en'[BGiY.nNnganvNMOr'aEif 8 Residential Delivery Signature Options xrmmm...:we...tlm..aamwi.an AD nou" fk9$6re Dkec[Signaea IndireI! neaYre eeb.:b~o~a ?sme..wp.x ?.a. 520 .w..i.r.ana x~r.~Y x.rwr?w7w4. a.myew:b.o-e.mw b 9naEMr{Rnm'ru w.om,sevwnavnc~wi-m r.aa•rwmmixu.u sa . SCCN IC P(-VI SAN 5~ ( LO q(7- ~O5 cl FecEx. USAirbill Tm= 8697 4649 6974 - r I~ T Fx .mn .~xnna Sender's FedFx /10 7 702 97~ a BWmPadWSxeice ~ PWIMM~¦~~ m"glo FdxRiD*Dvwrw G~ FadfxStandard DvemiAM Fed&..e.Rne.o,.a Data 7 ~.Z'?~ AeeouMNumber ' ? ,rs.nee..:a'~!(~~_ pl x.en~ - ? r rw °Y`:.i.~ s..wwa..,xmn.w.. sw~'".emnor~'amxmm.•am.. L. C60Pfi[ P / =0='6 Sender's r G (G~) 76S le1 ~&Way wm~.omrea9 serer Name ? ~se"awMaowmr ? s..ewo.arxorma.e:. T ~ rgeiwim.mn«w,xar.wwvr.a.ow+r.. J •wrx.r comaem / yCtJ~(.J D f •~OV M E~rera Roi* Service Padkgnaro,M01k l L] reeFx7De Ra lrt ? FedFxZDry FreiyM ? Fed&30a~FreigM Address Xi1h:%re...na a.~. iODUara.~.v:..r~' urosxnrorra.vw-:.acme. •oa,nrmm..m. -wnrrvar 5 Padmghq COY 6ow-0,~4 gem .(J ZIP 71 Fed i y ? E] FadE:K Pak- Ica euw a O BFGdFjK M ? TFe~Fx ? Omer z 2 YourYltumalBilli a.e mm naRelenxxx Wo&,rg SOP -mmt- 5Lcovic ~irtiv ecd rmxa..rnmwwP.no,..a.. i IHsdlinp ewe.rm..w®ms..nmi H 3 7o ^r c A ? xm "Iw.°tr"'r ? r~ ? xHOLDDixs'tud'ao n g xacipem'su { I~ J-~ 6-/~7 rr. NDfMeileNSb AnikbM ONIY IOr Name "r PhmaL~ ~ ~o~awm r.a.avo,.aµ r.~a. m~.rm.~m~c °a 4.Q nQ ~IIIoy~- /T~-z _ oaw,b rYFrrerrM~YyMar awbt o f 1'-a' ~w'Ir " ~J '1 ? N. ? .err ? Yes ? D Ice a Company N1.a.ame 9Yry.I.O.m..sn mr....e.,. Yp a flecif s omo.v.eme.amsaaraav.eratae:ne~w+ge ? Cargo AircrefloOf o ~ W.e.nn dM:x PO.bw..m Pe. aP..a.. oaw,rmmra+mr r--arr.~amrr.o.roerariec Saw" ? wow. neoipixd ? Third Pang ? credo Card ? CesKheck amt.i..a {q/~ Address orwx. to,wwv wqpen.wn.w.=a=P.eum.moo. P:mP.ea.eem.ex.m. / ra.mw p pJV Ciq Ic (,~N shim I 1. ZIP 11 L Og TWPrdoaaa ,olYT,xiyr ,hlDel..d,kYe, $ m ,emuusm::nvemxmme®reeve.m.nd~c.a~.a..e.uveraar~.aruwu mm. ww.nr.seaewawaies ma:amw~wraa+sv.oeaa, mmey.n.e.a.~ g Residenllal Delivery Signature Options ewumev.. aamm~e.u'.nwnmwmn ti f aux. ''VI t=a7( ..--<1~iQ ~~I •i Sion m Dir~en!e 1111 re emwo...Leimnre PmOred ? ~ ? :w~:~n ? n 1-1 Rocara - - w.my ....s.m isrr.nn~.aar-an ra..mxrtoix usw sm re.tx® USAirbill mckno 8697 4649 6600 Express NoniW, 1 From vx...«.*~M«.«nsv. iU/o7- 7O.Z r1-~ N Expere Package Service Packagmgr m IN As. ,J- / 2 Senders fedEx ? leAFx Priority 0uamiAM One, L J Fedrx Standard 0aemight FatlEx Fre[Dvemight Accoum Number x.eFr,mm„p•r,u,~rery ? xmnrw,y„re,n• ? r«a.v,mFr,,,n„o„ky x~ NSWnA'/aMYY[[Y[W, a•mW0.F«YNermAM. MaYmetle tb.mAru.• sm.e«o.a.Mxmmww Sorters me 1otuu CLLsRK s of/-«hok., i 24,j ~~DO ? n r Nome FwIEK 06V «am Ent Eg N rvxmmaraF. nam eamm~ro.FwyF.m vd~D LC>4J O ~ rma[,.m.m.mmau.twmu..tiw.of.mnxl,. •xeu..r Company S b Lse 7/fDC.~ Ib Blptsee Freight Service FaeagmoaerIMAx. FodExlhe G FedEx20ey M FedFx3D Freight Address Mw= uNmwwonyaeAkMx:.w s...aww.«rmmA.w. a•NiF«5uoflmm 'GrbCaimrehn: .•LVYw.a 6 Packaging City sveerw ~ sm*V61 m ZIP MP 71 FodEx Er,M ? ? Tube Other ? ? FadEx Pak' FedEa bex Ae41nfMF.AYM1t Errveopa " r.eawA.ntwrwsu.ppa Box •o«n«dreimmMesa 2 Your Internal Silting Reference n. zA m..mm.ampmim.,a.. 6 Special Handling Fwa. A.r.rmrms.mma 3 Recipiem's El AlxalA~t°r ? at~Fx ~ ? HOLD x$Ol~ncaryoon % /'L , / /LJf7/1/TE Phone(--/Z G3`/.`l-~70 ° NmAvad"W Jean" MLYfor ame [ Names a.r.,«M1Oa Fxgn. 7 o~t.r+sw•« rwxmo...AOa ruanugps,yx A.r.mr.mwbn&' p o...w..~u~M~Awaaamsi.~„A„t l Company C G N(YG[,J ? No ? Yes ? Vm D Ice 1ecreiems o"iw~«•A^^^•n•a.syak'Fgwnue.++Apeanrr.p.a~y ? Cargo AkcmeOnM o Adds ONGs O RKOIU ox 7-,0R17c f S 4 / rjF 7 Proposed now w. amnm dsim.,b po.MU.«po. V, eoMx o,gMniSYWV.m ? hrl Rocipiem ? Third Parry ? Credo Com ? CealyChack Address er3e°mu.n~"a q / ip Kpu.al[pe[krAS4e ANd n[[p[Mp F16b[,tlon. port FdFa.dbw a,n. UV~XA 7 62V--Wle em of, ~/k[ M1EIed M6 4 aV coy of, /Cpoon- / may-/S/lI` k Some /L zip (p I a / Tin pacespm wwayi tarn Virtues s m tOraWsinbdOamubeNUYtlv,•x0.wi.8x Ym4dYYaymnpai/ili N[ arMmCbemNearrYMbNmxtlFaromaxn6i8MW aii4FlWeYminYkvr•daY 6 Resideirdel0elivery SipatmroOpdan amuxan.ymmmm«kamm«imiren No Siprmatare OirectSgneaxa Indlnct,FmWre ? Required El ? 520 a....om.aew.nnemraex-aor.eu.pwmmix u.aw sar NtfigW PLANS AC Ine Check Date Check Number 18577 TEMP24337 Town of Southold 4/8/2013 18577 Involc Number Description Date Amount Amount Paid Discount Net AmoontPaid 124337 NR CDC Publishing 4/8/2013 $25.00 $25.00 $0.00 $25.00 $25.00 $25.00 $0.00 $25.00 RECEIVED APR 1 1 X013 cdcnews Cnttq-t+nld Tm.rn /9n* CONSTRUCTION DATA COMPANY One Oakbrook Terrace, Suite 510 Oak Brook Terrace, IL 60181 Phone: 512-634-5970 (Plans Dept) Fax: 866-714-9554 email: plans(&cdcnews.com April 8, 2013 James Richter Town of Southold 53095 Main Rd Southold, NY 11971 Good afternoon, Enclosed is a $25.00 non-refundable check for the NORTH FORK TRAIL SCENIC BYWAY INTERPRETIVE SIGNAGE & FACILITIES project. We'd prefer CD's when available. Please send the plans/specs to our plan room department in Illinois: Construction Data Company Attn: Ta'Nia White One Oakbrook Terrace Suite 510 Oak Brook Terrace, IL 60181 Email: plans(?cdcnews.com - Le.: for addendums Secured FTP Site Available: to upload large Documents (contact us for info) Website: www.cdcnews.com Please do not overnight. Our preferred shipping methods are listed below: Referenced zip code: 78727 1. UPS Ground Account #21028E 2. FedEx Ground Account #240574918 (use of non-FedEx packaging required) 3. FedEx Express Saver #240574918 (three day delivery) "Please consider adding CDC to your plan room auto-distribution list. We can return all printed plans and specs at our expense if necessary upon request" Please feel free to call me if you have any questions. Thanks in advance! RECEIVED Ta'Nia White APR 1 1 2013 For Bidtool use: Southold Town Clerk CDC ID No.n: NY Y040200132 Send: usps Faxed to: n/a lv 5 H 9 cdcnews CONSTRUCTION DATA COMPANY Please include this form with your shipment: NY Y040200132 NORTH FORK TRAIL SCENIC BYWAY INTERPRETIVE SIGNAGE & FACILITIES non-refundable Page 1 of 1 Cooper, Linda From: Tracey Doubrava (tdoubrava@timesreview.com) Sent: Friday, April 05, 2013 1:48 PM To: Cooper, Linda Subject: Re: Legal Notice RFP NF Trail Signage 5-7-13 Hi Linda, Just want to verify that we are going to run the RFP NF Trail Signage notice in the 4/11 Suffolk Times. Thanks. Tracey Doubrava Display Ad Sales Coordinator Times/Review News Group 7785 Main Rd. P.O. Box 1500 Mattituck, NY 11952 P: (631) 298-3200 E: toubrava@timesreview.com From: <Cooper>, Linda <Linda.Cooper@town.southold.ny.us> Date: Monday, April 1, 2013 3:30 PM To: tr-legals <legals@timesreview.com> Subject: Legal Notice RFP NF Trail Signage 5-7-13 Good Afternoon, Please confirm receipt of this Legal Notice for the April 4, 2013 Suffolk Times. Thanks Icoop 4/12/2013 Page 1 of 1 Cooper, Linda From: Tracey Doubrava [tdoubrava@timesreview.com] Sent: Tuesday, April 02, 2013 12:55 PM To: Cooper, Linda Cc: tr-legals Subject: Re: 4-16-13 pHs revised Got it. I will replace the one you sent earlier with this one. Also -regarding the one from yesterday. We did miss the deadline. My apologies. We are transition ing the system and darn Candice went and had her baby early!! So, a bit out of sorts or typically would have been able to get that in. Will have that one in for next week as well. Thanks. Tracey Doubrava Display Ad Sales Coordinator Times/Review News Group 7785 Main Rd. P.O. Box 1500 Mattituck, NY 11952 P: (631) 298-3200 E: tdoubrava@timesreview.com From: <Cooper>, Linda <Linda.Cooper@town.southold.ny.us> Date: Tuesday, April 2, 2013 12:50 PM To: Times Review <tdoubrava@timesreview.com> Cc: tr-legals <Iegals@timesreview.com> Subject: 4-16-13 pHs revised Hi again, Remember the Legal Notice of Public Hearings to be published 4/11/13 in the Suffolk Times that I emailed to you earlier today? Well, another PH has been added to that notice. Here is the revised version. Please confirm receipt. Thank you and I will try not to bother anyone, anymore...... today. lol Icoop 4/12/2013 Page 1 of 1 Cooper, Linda From: Cooper, Linda Sent: Wednesday, April 10, 2013 2:02 PM To: 'ERP@ReedBusiness.com' Subject: Request for Plan Holders Attachments: Plan holders NF Trail_20130410140151.pdf As requested 4/10/2013 04/10/20f3 Town of Southold Page: 1 1:57:14 PM General Licensing Report Linda Cooper For Fee Type: RFP NF Trail Date Range: 03/0112013 to 04/10/2013 Issue Date/ License Type/Fee Type License # Expiration Date Licensee Qtv/Total Notes Bid Specifications & Fees 1 04/02/2013 Town, Clerk's Office 1.00 (RFP NF Trail) P.o. Box 1179 Southold, NY 11971 $0.00 Bid Specifications & Fees 2 04/02/2013 Richter, Jamie 1.00 (RFP NF Trail) Engineering $0.00 Bid Specifications & Fees 3 04/02/2013 Lo, Sardo General Contra 1.00 (RFP NF Trail) Attn: Steven Fenslau 35 Crescent St $25.00 Brooklyn, NY 11207 (917) 295-6947 Bid Specifications & Fees 4 04/03/2013 PSL, Industries Inc. 1.00 (RFP NF Trail) 640 6th Street Ronkonkoma, NY 11779 $25.00 (631) 738-0595 Bid Specifications & Fees 5 04/03/2013 Cac, Contracting Corp 1.00 (RFP NF Trail) Po Box 48 Mattituck, NY 11952 $25.00 (631) 734-5600 Bid Specifications & Fees 6 04/05/2013 Bove, Industries Inc. 1.00 (RFP NF Trail) Contact Patricia Clift 16 Hulse Road $25.00 East Setauket, NY 11733 (631) 331-8500 Bid Specifications & Fees 7 04/08/2013 Bimasco, Inc 1.00 (RFP NF Trail) 735 Old Willits Path, Ste A Hauppauge, NY 11788 $25.00 (631) 234-3100 Bid Specifications & Fees 8 04/10/2013 KJB, Industries Inc 1.00 (RFP NF Trail) 14 Center Drive Riverhead, NY 11901 $25.00 (631) 727-5600 Quantity Sub Total: 8 Amount Sub Total: $150.00 Quantity Grand Total: 8 Amount Grand Total: $150.00 RBI 4/10/2013 4:29:18 AM PAGE 2/002 Fax Server Fax Request for Plan Holders To: James Richter Town Of Southold Fax:6317656145 Date:4/10/2013 RE: Request for Updated Plan Holder List For the following project(s), please verify the Bid Date & Time, the number of addenda, and send an updated list of plan holders to Reed Construction Data (RCD): RCD Project Project Name City State Invite p Bid Date & RCD Addenda ID Time Has Received Docs? 1001800965 NORTH FORK TRAIL Southold NY PIN 5/7/2013 N SCENIC BYWAY 0758.90 11:00 AM INTERPRETIVE SIGNAGE Sending your information to RCD via email allows us to process it EVEN FASTER - Please email information to ERPt@ReedBusiness.com. Please place the following in the subject title "Request for Plan Holders - (Insert all applicable RCD project IDs)." If you prefer to fax the information, the fax number is (800) 467-2860. In order to save you time and to help us identify the request, please use this request form as your return coversheet. If you have recently transmitted this information. Please disregard this request. Thank you in advance! Data Acquisition Group Reed Construction Data if you prefer that we call or email you for plan holder updates, please contact us at (800) 424- 3996 and we will be happy to change how we contact you in the future. RBI 4/10/2013 4:29:18 AM PAGE 1/002 Fax Server Reed Construction Data. REED CONSTRUCTION DATA Data Acquisition Group ERP(alReedBusiness.com 4/10/2013 Fax TO: James Richter FROM: East Region Public (RBI-US) - Town Of Southold EMAIL: ERP@REEDBUSINESS.COM FAX:6317656145 FAX: (800)467-2860 - - - - RE: Request for Updated Plan Holder List COMMENTS: 02/04 '13 TUE 07:44 FAX 631 765 6145 SOUTHOLD TOWN CLERK [001 MULTI TX/RX REPORT TX/RX NO 2562 INCOMPLETE TX/RX 1* 501 51118005243329 Burrelle's Info TRANSACTION OK 52118882329941 Data Construct 53118002582984 Dodge Reports t* 54118009620544 Construct Info ERROR A 'Town Hall, 53095 Main Road ELIZABETH A. NEVILLE TOWN CLERK P.O. Box 1179 REGISTRAR Or VITAL STATISTICS Southold, New York 11971 MARRIAGE OFFICER Fax (631) 765-6145 RECORDS MANAGEMENT OFFICER Telephone (631) 765-1800 FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL To: Bid Services From: Linda Cooper, Deputy Town Clerk Dated: April 1, 2013 Re: RFP North Fork Traits Scenic Byway Interpretive Signage & Facilities Number of Pages (including cover): 4 If total transmittal is not received, please call 631-765-1800. COMMENTS. Page 1 of 1 Cooper, Linda From: Tracey Doubrava [tdoubrava@timesreview.com] Sent: Tuesday, April 02, 2013 12:55 PM To: Cooper, Linda Cc: tr-legals Subject: Re: 4-16-13 PHs revised Got it. I will replace the one you sent earlier with this one. Also - regarding the one from yesterday. We did miss the deadline. My apologies. We are transitioning the system and darn Candice went and had her baby early!! So, a bit out of sorts or typically would have been able to get that in. Will have that one in for next week as well. Thanks. Tracey Doubrava Display Ad Sales Coordinator Times/Review News Group 7785 Main Rd. P.O. Box 1500 Mattituck, NY 11952 P: (631) 298-3200 E: tdoubrava@timesreview.com From: <Cooper>, Linda <Linda.Cooper@town.southold.ny.us> Date: Tuesday, April 2, 2013 12:50 PM To: Times Review <tdoubrava@timesreview.com> Cc: tr-legals <legals@timesreview.com> Subject: 4-16-13 PHs revised Hi again, Remember the Legal Notice of Public Hearings to be published 4/11113 in the Suffolk Times that I emailed to you earlier today? Well, another PH has been added to that notice. Here is the revised version. Please confirm receipt. Thank you and I will try not to bother anyone, anymore...... today. lol (coop 4/2/2013 LEGAL NOTICE REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN, the Town of Southold is seeking Request for Proposals (RFP) for the North Fork Trail Scenic Byway Interpretive Signage and Facilities. This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, Southold Town Hall, 53095 Route 25, Southold, New York. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by money order, cash or check (payable to the Town of Southold). Sealed bids, clearly marked "North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90" must be received at the Southold Town Clerk's Office, 53095 Main Road, P O Box 1179, Southold, New York, 11971 by 11:00 AM (local time) on Tuesday, May 7, 2013 where they will be publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8%) and female (6.9%) participation. This contract does not require DBE participation (0%). The Town Board of the Town of Southold reserves the right to reject any and all proposals and waive any and all informalities in any proposals should be it be deemed in the best interest of the Town of Southold to do so. Dated: February 26, 2013 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk 11 PLEASE PUBLISH ON April 2013, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: Suffolk Times Town Board Members Town Attorney Town Clerk's Bulletin Board Town's Web Site Transportation Commission James Richter RBA Group 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 ofaQ4,P1 , 2013, she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. Re: CPF Financial Statement for 2012 Elizabeth A. evi le Southold Town Clerk Swom before me this oZ day ofM at(~, 2013. otary Ptiblic LINDA J COOPER NOTARY PUBIC, State of New York NO, 01 C04B22563, Suffolk Cou 1yy Term Expires December 31, 211r ELIZABETH A. NEVILLE ~r Town Hall, 53095 Main Road TOWN CLERK v°t x P.O. Box 1179 REGISTRAR OF VITAL STATISTICS ` .Southold, New York 11971 ,lie MARRIAGE OFFICER '1J0 Fax (631) 765-6145 RECORDS MANAGEMENT OFFICER Telephone (631) 765-1800 FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL To: Bid Services From: Linda Cooper, Deputy Town Clerk Dated: April 1, 2013 Re: RFP North Fork Trails Scenic Byway Interpretive Signage & Facilities Number of Pages (including cover): 4 If total transmittal is not received, please call 631-765-1800. COMMENTS: Page 1 of 1 Cooper, Linda From: Cooper, Linda Sent: Monday, April 01, 2013 3:31 PM To: Neville, Elizabeth; Norklun, Stacey; Standish, Lauren, Tomaszewski, Michelle; Chris Talbot (christptal@yahoo.com); Dinizio, Jim; Doherty, Jill; Louisa Evans (Ipevans06390@g mail.com); Russell, Scott; W. Ruland (rulandfarm@yahoo.com); Andaloro, Jennifer; Finnegan, Martin; Krauza, Lynne Cc: Richter, Jamie, Cooper, Linda; Flatley, Martin; Frank Field; Harris, Peter; Jim Baker; Lanza, Heather; Margaret Brown, Michael Domino; Neb Brashich; Robert Feger; Tom Fox Subject: Legal Notice RFP NF Trail Signage 5-7-13 Attachments: Legal Notice RFP NF Trail Signage 5-7-13.doc 4/1/2013 Page 1 of 1 Cooper, Linda From: Cooper, Linda Sent: Monday, April 01, 2013 3:30 PM To: Suffolk Times Legals Subject: Legal Notice RFP NF Trail Signage 5-7-13 Attachments: Legal Notice RFP NF Trail Signage 5-7-13.doc Good Afternoon, Please confirm receipt of this Legal Notice for the April 4, 2013 Suffolk Times. Thanks Icoop 4/1/2013 RBI 3/22/2013 4:21:55 AM PAGE 1/002 Fax Server Reed Construction Data REED CONSTRUCTION DATA Data Acquisition Group ERP@ReedBusiness.com 3/22/2013 Fax TO: James Richter FROM: East Region Public (RBI-US) Town Of Southold EMAIL: ERP@REEDBUSINESS.COM FAX:- 6317656145 FAX: (800) 467 - 2860 -FAX:- - - - - RE: Requestfor Updated Plan Holder List COMMENTS: RBI 3/22/2013 4:21:55 AM PAGE 2/002 Fax Server Fax Request for Plan Holders To: James Richter Town Of Southold Fax:6317656145 Date: 3/22/2013 RE: Request for Updated Plan Holder List For the following project(s), please verify the Bid Date & Time, the number of addenda, and send an updated list of plan holders to Reed Construction Data (RCD): RCD Project Project Name City State Invite # Bid Date & RCD Addenda ID Time Has Received Docs? 1001790521 NORTH FORK TRAIL NY 0758.90 4/16/2013 N SCENIC INTERPRETIVE 11:00 AM SIGNAGE & FACILITIES Sending your information to RCD via email allows us to process it EVEN FASTER - Please email information to ERP ReedBusiness.com. Please place the following in the subject title "Request for Plan Holders - (insert all applicable RCD project IDs)." If you prefer to fax the information, the fax number is (800) 467-2860. In order to save you time and to help us identify the request, please use this request form as your return coversheet. if you have recently transmitted this information. Please disregard this request. Thank you in advance) Data Acquisition Group Reed Construction Data if you prefer that we call or email you for plan holder updates, please contact us at (800) 424- 3996 and we will be happy to change how we contact you in the future. Page 1 of 2 Cooper, Linda From: Cooper, Linda Sent: Wednesday, March 20, 2013 11:46 AM To: 'Benjamin Vanager Subject: RE: Interpretive sign project - Southold Town Great! Thank you so very much for taking care of posting on that website and I will make the alterations in the notice for our local paper. Linda T, Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance? The difference between try and triumph is a little "umph From: Benjamin Vanager [mailto:bvanager@rbagroup.com] Sent: Wednesday, March 20, 2013 11:44 AM To: Cooper, Linda Cc: snormandin@rbagroup.com Subject: Re: Interpretive sign project - Southold Town Ms Cooper, Yes I will post the bid solicitation on the contract reporter website. In regards to the legal notice for the newspaper, you may use your text but please add the following paragraph from the ad we sent: The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8"„) and female (6.9',) participation. This contract does not require DBE participation (0e0). Also, as you have stated, please use the dates from the latest ad we sent you. Thank you. Benjamin Vanager "Cooper, Linda" <Linda.Cooper@town.southold.ny.us> , 3/20/2013 10:04 AM: Mr. Vanager: I have received the authorization and password for submitting to the NYS Contractor Reporter website. In a prior email you stated you could handle submitting to the website on my behalf. Below is the password provided by the service. My user ID is my email address: linda.coooera_town.southold.nv.us password is: c4t7ec46. 3/22/2013 Page 2 of 2 Thank you for all your help with this. I will also be advertising in our official newspaper. Based on your prior comments, it is my understanding that the ad will have to be the exact text you sent me. Is that correct? I ask because I often cut down on the text to save the cost of the legal notice. I have attached the ad I placed in error a week ago. May I use the same text as that with the changes in dates or should I stick with the text you provided? Please confirm receipt of this email. Sincerely, Linda T. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance' The difference between try and triumph is a little "umph "I From: contractreoorter@nvscr.oro [mailto:contractreporter@nvscr.oro] Sent: Friday, March 15, 2013 2:35 PM To: Cooper, Linda Subject: [New Sender - ] NYSCR agency approval status Dear Linda J. Cooper,Thank you for contacting the New York State Contract Reporter. A user profile has been established for you to submit bid solicitations. You are designated as an agency administrator which means you will have the ability to add, revise, or delete other submitters' profiles at your agency. Your email address will serve as your user ID and your password is: c4f7ec46. Bid solicitations must be submitted within the publication cycle, and applicable statute concerning exemptions must be followed. Your solicitation may be modified or cancelled up to 11:59pm on Sunday, the day before the official publication date. You also have the ability to post quarterly/semi- annual reports, bid documents/addendum, award results to closed opportunities, and manage your personal user information, as well as the profiles for other submitters at your agency. Additionally, you may also add procurement-related announcements, news and/or events if you wish (subject to Contract Reporter approval). Please check the website for the publication schedules, Frequently Asked Questions, and other information which will be helpful to you in using the Contract Reporter. "Contact Us" if you have any questions. Regards, NYS Contract Reporter Webmaster www.nyscr.ortt Notice. The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). 3/22/2013 Page 1 of 1 Cooper, Linda From: Cooper, Linda Sent: Wednesday, March 20, 2013 10:04 AM To: 'bvanager@rbagroup.com' Subject: Interpretive sign project - Southold Town Attachments: Legal Notice RFP NF Trail Signage 4-16-13.doc Mr.Vanager: I have received the authorization and password for submitting to the NYS Contractor Reporter website. In a prior email you stated you could handle submitting to the website on my behalf. Below is the password provided by the service. My user ID is my email address: linda.coooera-town.southold.nv.us password is: c4f7ec46. Thank you for all your help with this. I will also be advertising in our official newspaper. Based on your prior comments, it is my understanding that the ad will have to be the exact text you sent me. Is that correct? I ask because I often cut down on the text to save the cost of the legal notice. I have attached the ad I placed in error a week ago. May I use the same text as that with the changes in dates or should I stick with the text you provided? Please confirm receipt of this email. Sincerely, Linda T Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here. we might as well dance, The difference between try and triumph is a little "umph"' From: contractreporter@nyscr.org [mailto:contractreporter@nyscr.org] Sent: Friday, March 15, 2013 2:35 PM To: Cooper, Linda Subject: [New Sender - ] NYSCR agency approval status Dear Linda J. Cooper,Thank you for contacting the New York State Contract Reporter. A user profile has been established for you to submit bid solicitations. You are designated as an agency administrator which means you will have the ability to add, revise, or delete other submitters' profiles at your agency. Your email address will serve as your user ID and your password is: c4f7ec46. Bid solicitations must be submitted within the publication cycle, and applicable statute concerning exemptions must be followed. Your solicitation may be modified or cancelled up to 1 1:59pm on Sunday, the day before the official publication date. You also have the ability to post quarterly/semi-annual reports, bid documents/addendum, award results to closed opportunities, and manage your personal user information, as well as the profiles for other submitters at your agency. Additionally, you may also add procurement-related announcements, news and/or events if you wish (subject to Contract Reporter approval). Please check the website for the publication schedules, Frequently Asked Questions, and other information which will be helpful to you in using the Contract Reporter. "Contact Us" if you have any questions. Regards, NYS Contract Reporter Webmaster www.nyscr.org 3/20/2013 Category: Construction Services Contract Number: PIN 0758.90 Contract Title: North Fork Trail Scenic Byway Interpretive Signage and Facilities Description: This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The project has received federal funding through the New York State Department of Transportation (NYSDOT). The project is located along the New York State designated North Fork Trail Scenic Byway, which consists of a 36-mile corridor whose limits include the entire lengths of Sound Avenue/County Road 48 and New York State Route 25 within the boundaries of the Town of Southold. Three (3) sites have been selected as locations to be represented with an interpretive sign: Laurel Lake Preserve, Laurel; Arshamomaque Pond Preserve, Southold; Dam Pond Reserve, East Marion. Three-sided interpretive sign kiosks are proposed for the busiest hamlet centers within the Town of Southold to convey their cultural and historical significance. Four (4) locations were chosen: Mattituck, Cutchogue, Southold, and Village of Greenport. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, beginning April 2, 2013. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). Sealed bids for the North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90 will be received at the Town of Southold Clerk's Office, located at 53095 Main Road, Southold, New York, 11971 until 11:00 AM (local time) on Tuesday, May 7, 2013 and then at said office publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8%) and female (6.9%) participation. This contract does not require DBE participation (0%). Questions regarding the contract documents for this project may be directed to Stephen Normandin, P.E., The RBA Group, at (631) 891-3202. Minority Sub-Contracting Goal: 0% Women Owned Sub-Contracting Goal: 0% Disadvantaged Business Enterprise Utilization Goal: 0% Due Date: 4/16/2013 11:00 AM Contract Term: 90 calendar days Location: Various Locations in Town of Southold, Suffolk County, NY Contact 1: James Richter, RA Town Engineer Town of Southold 53095 Main Road Southold, NY 11971 phone (631) 765-9015 i am ie. richter@town. southold.ny. us Submit To: Town of Southold Clerk's Office 53095 Main Road PO Box 1179 Southold, NY 11971 phone (631) 765-1800 fax (631) 765-6145 www.southoldtownny.gov Page 1 of 1 Cooper, Linda From: Benjamin Vanager [bvanager@rbagroup.com] Sent: Wednesday, March 13, 2013 1:46 PM To: Cooper, Linda Cc: snormandin@rbagroup.com Subject: [New Sender - ] - NYS CONTRACT REPORTER - SOUTHOLD INTERPRETIVE SIGN PROJECT Hello Linda, I have submitted an application on behalf of the Town to advertise contracting opportunities on the NYS Contractor Reporter website. Please be on the lookout for a confirmation email with login information. Please inform us if you do not receive this email in the next day or two. We will provide you with a revised advertisement (with new dates) for you to input into the Contractor Reporter system or you can provide us with the user name /password and we can take care of it. Thank you. Benjamin Vanager Project Engineer RBA Group 40 Marcus Drive Melville, NY 11747 631-891-3213 - direct 631-694-3864-fax Notice. The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). 3/20/2013 Page 1 of 1 Cooper, Linda From: contractreporter@nyscr.org Sent: Friday, March 15, 2013 2:35 PM To: Cooper, Linda Subject: [New Sender - ] - NYSCR agency approval status Dear Linda J. Cooper,Thank you for contacting the New York State Contract Reporter. A user profile has been established for you to submit bid solicitations. You are designated as an agency administrator which means you will have the ability to add, revise, or delete other submitters' profiles at your agency. Your email address will serve as your user ID and your password is: c4f7ec46. Bid solicitations must be submitted within the publication cycle, and applicable statute concerning exemptions must be followed. Your solicitation may be modified or cancelled up to 11:59pm on Sunday, the day before the official publication date. You also have the ability to post quarterly/semi-annual reports, bid documents/addendum, award results to closed opportunities, and manage your personal user information, as well as the profiles for other submitters at your agency. Additionally, you may also add procurement-related announcements, news and/or events if you wish (subject to Contract Reporter approval). Please check the website for the publication schedules, Frequently Asked Questions, and other information which will be helpful to you in using the Contract Reporter. "Contact Us" if you have any questions. Regards, NYS Contract Reporter Webmaster www.n, srg 3/18/2013 Instructions on how to submit ads for publication in the NYSCR: You will sign in with your user name (email address) and case sensitive password as an "agency" type user. When you want to enter a bid solicitation (RFP, IFB, RFQ, etc.), click on "manage solicitation submissions" then "add a record" and complete the submission form. We suggest that you draft your ad text in Word and then copy and paste that language into the space provided for solicitation details. Do not paste into any data field (e.g. contract term, location, etc.) other than the description text box, only that box has been designed to accept text from Word or similar software. Do not paste text from an email into the description text box without "scrubbing" the text through Notepad first. If a Word document has had a lot of editing during creation, scrub it through Notepad. Do not use a Word document with complex formatting, the NYSCR system will strip unique formatting and colored fonts to give a unified look to the ads. When you have completed the form to submit your solicitation and click on "submit", you will first see a pop-up box asking if the date is correct; you will then be shown your ad on a review screen where you can proof read your ad for correctness; if correct, click on "save" and you will see a print friendly screen that will inform you that your ad was successfully submitted to the NYSCR and you will be issued an ad number. If you do not see this page, or if you are in doubt, click on "manage solicitations submissions" again and any ads that were successfully submitted will appear in a fist, and will be available for editing up until time of publication (11:59 pm on day of insertion, except Fri/Sat/Sun has until 11:59 pm on Sun for Monday publication). If you don't see it pending publication, and you didn't receive a message telling you it was received by the system, it was not successfully submitted to the NYSCR. The NYSCR submission page offers an optional feature that permits uploading of "RFP Documents" as attachments to an ad. This optional feature allows for the uploading of bid specifications or other bid documents. Up to eight (8) separate files can be attached. First you would need to save the file to your computer, a PDF file is recommended, and use a file name that DOES NOT contain any characters such as # or % in the file name. To attach the file(s): 1. Type the name of the link you want to appear in the ad (e.g. Bid Specifications) in the Title box 2. Click the "File" box 3. Click the "Search" button, a directory of your computer files will open, select the file you want copied to the ad, and click "open" button in the directory box, the file will be copied by the NYSCR system, and the Title will be the name of the link. You will see these links at the bottom of your ad in the preview screen and in the final confirmation page. Once uploaded and published, these files cannot be edited or removed. Prior to publication, you can delete the ad and resubmit. One advantage to using this feature is that the system captures the name and contact information for any viewer opening the ad. This is then offered to you as a downloadable Excel file, so you can keep track of activity and contact these potential bidders. Contact the NYSCR if you have any questions about this feature. Extra information regarding outside consultants: Please DO NOT put an outside consultant's name and contact info in the data fields for Contact #1. An outside firm can only be added as Contact #2, and can also be referenced in the ad as the person to contact for the project. Putting in any info for Contact #1 other than the authorized municipality causes problems with the ad; searching and archiving of the ad are established by the Contact #1 data fields. FAQs - NYS Contract Reporter NYS Office of General Services Purchasing Forum May 18`h & 191h 2011 1. What does Daily publication mean? Ads that are successfully submitted for publication from Monday through Thursday are published the following weekday morning. Once submitted, ads are available for editing and/or deletion up until 11:59 pm, at that time they are collected by the NYSCR for publication. Ads that are submitted on Friday, Saturday or Sunday are published early Monday morning, and are available for editing up until time of publication. You cannot choose a later date for publication, the system auto-publishes on this schedule. After publication, ads cannot be deleted from the system. An ad can be archived prior to the due date, and ads can be edited by the NYSCR System Administrator. Uploaded document attachments cannot be edited. Contact the NYSCR for more information. 2. 1 need access to the NYSCR - new to the NYSCR or transfer from another agency or facility Generally state agencies and authorities already have an account with the NYSCR, and an agency administrator at your agency can add you as a user to the system so you can submit ads. Agency administrators are responsible for updating the roster of users for your agency. An administrator can add, delete, or modify agency locations/offices in addition to specific account users. You can contact your Finance Office or your Purchasing Office to determine who your NYSCR Agency Admin for bid proposals is, and discuss your need for bid placement with that individual. Do not complete the "agency application" form on the NYSCR site. Do not complete a "new registration" application as that is for access to view published ads. You can always contact the NYSCR for help. If you are a municipality, check with the NYSCR through "contact us" link to determine if your municipality has an account with the NYSCR. If the answer is no, you will be instructed to go to the website: www.nvscr.ore, and click on "agency application" under Public Links in the right hand navigational menu. Complete and submit the online application for approval. More than one person in a municipality, and more than one location (office) can be added: e.g. Public Works, and Town Clerk. 3. How do I submit my ad for publication? You will sign in with your user name (email address) and case sensitive password as an "agency" type user. When you want to enter a bid solicitation (RFP, IFB, RFQ, etc.), click on "manage solicitation submissions" then "add a record" and complete the submission form. We suggest that you draft your ad text in Word and then copy and paste that language into the space provided for solicitation details. Do not paste into any data field (e.g. contract term, location, etc.) other than the description text box, only that box has been designed to accept text from Word or similar software. Do not paste text from an email into the description text box without "scrubbing" the text through Notepad first. If a Word document has had a lot of editing during creation, scrub it through Notepad. Do not use a Word document with complex formatting, the NYSCR system will strip unique formatting and colored fonts to give a unified look to the ads. When you have completed the form to submit your solicitation and click on "submit", you will first see a pop-up box asking if the date is correct; you will then be shown your ad on a review screen where you can proof read your ad for correctness; if correct, click on "save" and you will see a print friendly screen that will inform you that vour ad was successfully submitted to the NYSCR and you will be issued an ad number. If you do not see this page, or if you are in doubt, click on "manage solicitations submissions" again and any ads that were successfully submitted will appear in a List, and will be available for editing up until time of publication (11:59 pm on day of insertion, except Fri/Sat/Sun has until 11:59 pm on Sun for Monday publication). If you don't see it pending publication, and you didn't receive a message telling you it was received by the system, it was not successfully submitted to the NYSCR. The NYSCR submission page offers an optional feature that permits uploading of "RFP Documents" as attachments to an ad. This optional feature allows for the uploading of bid specifications or other bid documents. Up to eight (8) separate files can be attached. First you would need to save the file to your computer, a PDF file is recommended, and use a file name that DOES NOT contain any characters such as # or % in the file name. To attach the file(s): 1. "Type the name of the link you want to appear in the ad (e.g. Bid Specifications) in the Title box - NOTE: You MUST create a title for the attachment or it arll not di 0lav in the ad 2. Click the "File" box 3. Click the "Search" button, a directory of your computer files will open, select the file you want copied to the ad, and click "open" button in the directory box, the file will be copied by the NYSCR system, and the "title will be the name of the link. You will see these links at the bottom of your ad in the preview screen and in the final confirmation page. Once uploaded and published, these files cannot be edited or removed. Prior to publication, you can delete the ad and resubmit. One advantage to using this feature is that the system captures the name and contact information for any viewer opening the ad. This is then offered to you as a downloadable Excel file, so you can keep track of activity and contact these potential bidders. Contact the NYSCR if you have any questions about this feature. PLEASE NOTE: if you upload attachments to the ad, do not save the file with any special characters in the file name (e.g. commas, etc.) The upload will not display properly. Pertinent information reitardin¢ outside consultants and ad submission: Please DO NOT put an outside consultant's name and contact info in the data fields for Contact #1. An outside firm can only be added as Contact #2, and can also be referenced in the ad as the person to contact for the project. Putting in any info for Contact #1 other than the authorized municipality causes problems with the ad; searching and archiving of the ad are established by the Contact #1 data fields. 4. How do I know if my ad was successfully submitted? After you hit the "Save" button for the last time, you should see this (sample) message: Print this page for your records. Your Record Has Been Saved Ad Number: 1543490, Date Entered/Updated: 9/29/2004 8:53:12 AM Send 5reil Confirmation Click Here to return to the main Submissions screen. *+?*rrrrsr***+*?**?*sx*rr+•**r~srs*****«.•ss.sr*a*sr**+**.**«ss*.ssasrr*** You can print out this page and/or you can elect to have an email sent to confirm by clicking on the "Send Email Button." You can also view your ad under "Manage Solicitation Submissions", where the ad will remain available for editing or deletion up until time of publication (11:59 pm for ads submitted Monday - Thursday; 11:59 pm Sunday for ads submitted on Friday, Saturday or Sunday, for Monday publication). If you did NOT get a confirmation, email, or could not locate your ad under "manage solicitation submissions," the ad was not successfully received by the Contract Reporter. Infrequent users of the NYSCR site will often stop at the first page (Verify Submissions) page thinking they have finished, when a final "save" button must be clicked to reach the "confirmation page" that assigns a unique NYSCR issued number to the ad. 5. 1 cannot complete my ad submission (see instructions for submission and pointers below) The site has been enhanced for security purposes, and the online working time for agencies has been increased. An inability to complete an ad submission may be caused by security or firewall software preventing communication with the site. Follow these steps, and if you are still unable to submit your ad for publication, contact your IT staff for assistance: 1. Delete your browser history including all temporary internet files and cookies 2. Go to the site from a fresh search or type the address: www.nvscr.org directly into the address line 3. Do not paste into any text box on the online submission form other than the description text box, you can import electronic "tags" from HTML or Word that the system views as a security breach. 4. If your Word document has been edited significantly, "scrub" the document through Notepad (to find: click on "start", then programs, then accessories, then Notepad) and paste from Notepad into your online submission form. 5. Make sure that you complete all datafields on the form and when you submit, and then have to save a second time (from "verification" page) to reach the confirmation page that affirmatively confirms your successful submission. If you have trouble with a submission, do not hesitate to contact the NYSCR for help. 6. What is an Agency Administrator? How is that different from an "Agency User" You will find a list of your agency's NYSCR Administrators when you log onto the NYSCR website, on the Agency Home Page. Look for the list under the "Grants & NOFAs" box to the left of your screen. You may have to scroll down to view the list. "Agency administrators" in the NYSCR system have all the capabilities of an Agency User, and also have enhanced capabilities and responsibilities: a. An Administrator is responsible for maintaining the roster of users and locations for their agency, they can add, delete or modify all user and locations. When a person in the system is transferred, promoted, or retires, it is important that their account information is updated. The Administrator logs on to the site, clicks on "Manage Accounts" or "Manage Locations" depending on the information that needs to be changed. The administrator completes or edits the online account. Once the form is completed or edited, clicking "add", "delete", or "update" user will save the desired changes. b. Please note: a location (office or regional facility) must exist for a user before a user account can be created. Check to see that the location exists in the database for the agency. c. It is a responsibility of an administrator to create another administrator when they transfer or retire from state service. It is recommended that agencies have sufficient number of administrators in their roster of users. An administrator should be a person familiar with the NYSCR system, and familiar with procurement rules and regulations. New capabilities for Administrators (since June 2010): Edit a published ad: An Agency Administrator can edit any part of a published ad, except uploaded RFP documents. We leave it to the agency to determine if the change materially affects the procurement. If you want to edit an ad: 1. Log onto the NYSCR site 2. Click on "manage solicitation submissions" 3. Select the ad from the list - "published" appears next to published ads 4. Read the instructions and disclaimers - scroll down to view the submission form 5. Make the changes to the ad, and remember to "submit" to save the changes Changes appear immediately in the NYSCR and a statement is added that the ad was edited by the Agency Administrator with name/agency name/date/time of the edit. Check your published ad to make sure that you followed all steps to submit the edits to the NYSCR for publication Archive an ad before the due date: 1. Log onto the NYSCR site 2. Click on "manage solicitation submissions" 3. Select the ad from the list - "published" appears next to published ads 4. Read the instructions and disclaimers 5. Scroll down to the bottom of the submission form and click "archive" 6. Click "okay" when the system requests verification that you want to archive the ad The ad is immediately removed from "open" solicitations and is archived as part of the public record. You are welcome to place an announcement that the solicitation has been cancelled, please remember that announcements appear on the site for the time period you select, but it is helpful if you make the period no less than a week so the NYSCR system accepts it properly. That announcement is not archived and does not become part of the public record. You cannot edit attached documents (upload RFP documents) once they have been published PLEASE NOTE: if you upload attachments to the ad, do not save the file with any special characters in the file name (e.g. commas, etc.) 7. How can I view archived ads? Log onto the website: www.nyscr.org, click on the "Archived Solicitations" link and you can view all issue of the NYSCR going back to 1998. Or, if you click on "search archives" tab, you can search by keyword, category or agency. The date range on the search defaults to one year, including the current (today's issue). If you want to change the date range, click on the month/year double arrows (3 months), or single arrows (1 month) to reach the appropriate month/year. Click on the day in the month to highlight and lock in the new date range, or it will default to one year. 8. How do I contact the Contract Reporter when I need help? Due to the number of inquiries, the fastest method of contacting the Contract Reporter is through the website at www.nyscr.org by clicking on "Contact Us." You can ask us to call you, but make sure you provide us with your phone number, with your extension if you have one, and tell us what your problem is. Many problems can be solved by checking information available on the site, FAQs, and following directions provided to you in response to your "Contact Us" inquiry. However, if an emergency requires immediate attention, you can call our office at: 518-292-5100. 9. Publication of Grant Notices Effective 3/1/09 the NYSCR restored the capability for state agencies and authorities to publish grants and notices of funds availability in the NYSCR. The NYS Comptroller has published G- Bulletin 217 on the requirements of grants publication: http://www.osc.state.nY.us/agencies/gbuI1/g-217.htm 30. Agency/authority needs to place "sole source", single source, or an exempt ad in the NYSCR. Agencies must have an exemption from the NYS Comptroller, Authorities self-exempt in accordance with their internal procurement rules and regulations. Agencies: Advertising of procurements including sole source, single source and otherwise exempt procurements must be placed in the NYSCR under "manage solicitation submissions"; they will not be approved as announcements, which are not archived and do not become part of the public record, if you submit as an "announcement" the submission will be deleted and you will be contacted to place the ad properly for publication and archiving. If you are an agency with an exemption from the Office of the State Comptroller, you choose option A under "exemptions"; the requirement for a due date is cancelled (appears in the ad as "n/a") and the ad appears for one week in the NYSCR. The notice of exempt procurement is then archived as part of the public record. This allows the public to search and view past procurement activity of this type. When the ad is published as an agency exempt ad, this language will appear with the ad: Consistent with Chapter 862 of the Laws of 1990, the agency named below is exempt from initially publishing this particular contract opportunity in the procurement opportunities newsletter, i.e., the NYS Contract Reporter. Authorities/corporations: Advertising of procurements including sole source, single source and otherwise exempt procurements must be placed in the NYSCR under "manage solicitation submissions"; they will not be approved as announcements, which are not archived and do not become part of the public record, if you submit as an "announcement" the submission will be deleted and you will be contacted to place the ad properly for publication and archiving. If you are an authority, choose option B under "exemptions", the requirement for a due date is cancelled (appears in the ad as "n/a") and the ad appears for one week in the NYSCR. The ad is then archived as part of the public record. This allows the public to search and view past procurement activity of this type. When the ad is published as an exempt ad for a state authority, this language will appear with the ad: In accordance with Subdivision 5 of Section 2879 of the Public Authorities Law, the agency named below shall prepare a publicly available report no less frequently than annually which will list this contract opportunity and all other procurement contracts which were exempt from publication in the NYS Contract Reporter. 11. Publication of Procurements under an agency's Discretionary Authority If an agency expects to exercise their discretionary authority for a procurement, that procurement must be advertised as an open competitive item in the NYSCR for the statutory 15 day advertising period. This is the Dept. of Economic Development's interpretation of the Office of the State Comptroller's rules with respect to advertising of discretionary authority procurement. In the event you have questions regarding specifics of procurement process, be sure to consult OSC for an official opinion. In addition, the NYS Procurement Council has issued an advisory bulletin on Discretionary Purchases, which includes model language for advertising discretionary purchases in the NYS Contract Reporter. http://ogs.state.nv.us/procurecounc/pdfdoc/DiscretionaryPurchasingGuidelines pdf 12. How to post a contract award, timing of award posting: For timing and details of the posting, you should confer with your finance and/or counsel's office. The law (Economic Development Law Article 4-C) says: At the time the agency determination of intent to award a procurement contract is made, each agency shall submit to the commissioner for inclusion in the procurement opportunities newsletter, (a) for procurement contracts let by the invitation for bid process, the result of the bid opening including the names of bidding firms and the amounts bid by each; (b) for procurement contracts let by the request for proposal process, the names of firms submitting proposals and the proposal selected as the best value offer; and (c) for all other procurement contracts, the name of the proposed awardee. To post bid results on the NYSCR, log onto the site: www.nvscr.org; click on "post bid results" under "agency links", select the ad you want to post results for, and follow the instructions on the submission form. The instructions and description text box do not appear until the type of solicitation to be posted is selected. Then the specific instructions for that type of solicitation contract bid results posting appear. The posting can be updated, and you can upload an attachment that displays as a link to open the posting details (eg: Bid Results is the text, forming the link to open the details). This is useful in the case of a multiple results. If you have cancelled a procurement, or the advertising resulted in no award, this can be inserted into the bid results posting, confer with your counsel or finance office if you are uncertain of the posting content. You can view your bid results posting under Site Links, and "bid results", use the search to locate the posting. 13. Agency has continual problems submitting and communicating with the NYSCR site: If you have significant or continual problems, you need to contact your IT staff. This problem can be caused by firewalls and/or security and your IT staff may have to set permissions to allow clear communication with the NYSCR website. Your IT staff should white-list the NYSCR server and permit message delivery from our server: Messages are sent from: nvscr@intellisend.net 66.109.33.120 is our server address Please let me know if you continue to have problems so we can help you resolve your access problems.. 14. How do I upload attachments to my ad, what advantages and disadvantages are there in uploading attached documents: You can "upload RFP documents", which can be for any ad including IFBs, during the submission process, or you can upload after the initial ad is entered. To upload when you insert the ad: 1. Prepare the document(s) that you want to attach and save to your computer - Make sure that you save the file without special symbols or characters in the file name: e.g. NO etc. in the file title -the attachment will not display correctly. 2. Enter all information for the ad, and at the end of the submission form you will see a box to upload RFP documents (can be used for any procurement, not just RFPs) 3. You MUST put a title for the attachment in the "Title" box (e.g. "bid specifications", "bid information", etc.) The title becomes the link to open the file 4. Click the "file" box, and then click on the "Select" button. A window will open with a directory of your computer, select the file you want to attach with the name you gave as the title, and click "open" in your directory box. The NYSCR system will COPY the file, and attach it to your ad. 5. You can repeat as necessary, attaching up to 8 files (does, pdfs, etc. not CAD files) by clicking "add" button and repeating the file naming and selection process. Maximum file size is 50 MB. 6. Click "submit", affirm the date due, the verification page will show the link at the bottom of the draft ad, click save a final time and the confirmation page will show your ad, confirm submission, and show the link at the bottom of the ad. 7. You cannot delete uploaded files. Prior to publication you can delete and reenter the ad. During the original insertion process you can remove an upload, but not once submitted and confirmed by the system. 8. Once you have uploaded documents as attachments, any ad viewer information will be captured by the NYSCR system, and you can download this information "download RFP viewers" link under "manage solicitation submissions". 15. Problems submitting an ad: If you get a "run time error" message when submitting, that is usually caused by pasting copied source material into one of the data fields other than the description text box. Do not copy text from Word or an email and paste into a data field (location, contract term, etc.) other than the description text box. You can import electronic "tags" that the system views as a security breach. If a problem occurs while entering a submission that causes you to return to the start page please do the following: 1. Log the time of the event, browser version and details of the submission you were entering. 2. Contact your IT Department and ask them if any firewall rules were triggered from the IP Address 66.109.33.120 around the time of the occurrence (this is the IP address for the NYSCR server). 3. If you have a continued problem, or if your IT Department needs more information, please send a message through the "contact us" link on the NYS Contract Reporter website: www.nyscr.org This problem may be caused by AJAX (Asynchronous JavaScript and XML), a common group of web technologies that some firewalls or security software may perceive as a threat. If your IT Department does see a rule triggered in the firewall logs originating from the IP address mentioned above, work with them to allow an exception to the rule for the NYSCR site. 15. Do I need to renew my subscription to the NYSCR? No. Ignore the renewal notices - unless you want to pay for "E"Alert service. The NYS Contract Reporter is now free access to view published ads. Agencies and businesses can view and print copies of published ads without a subscription. All subscribers received our new service: "E"Alert bid notification service, for the balance of their subscription term (plus 6 months free). The renewal reminder is prompting you to renew "E"Alerts, not general access to the NYSCR. Renewal notices are automatically sent from the system, so all subscribers receive these reminders. If you renew your account, you will be renewing the new "E"Alert service. All agency users of the site that were in the agency database on 12/31/09 were automatically enrolled as "registered users" with free access to view published ads. You should see Site Links, along with your Agency Links, in the right hand navigational menu when you log on to the NYSCR as an Agency User. Only one log in, as an agency type user, is needed to access all of your links. If you don't see the Site Links along with Agency Links when you log on with your agency access, please contact us to discuss. Page 1 of 7 Cooper, Linda From: Stephen Normandin [snormandin@rbagroup.comj Sent: Monday, March 18, 2013 8:43 AM To: Cooper, Linda Cc: nrb1@optonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase - Revised Ad Attachments: Contract Reporter Ad - for Town Use.doc Linda: We have set up an account for you on the Contract Reporter. You should have received an email by now. For your use in posting the advertisement, please see the attached revised version with a bid advertising start date of April 2, 2013. We will print 20 sets of plans/specs and deliver to the Town next week in advance. Please contact me if you have any issues, questions, or need further assistance. Once again this ad needs to be posted in the Suffolk Times as well. Please provide us with a copy of each for our records and for NYSDOT. Thanks. Steve Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 From: Cooper, Linda [mailto:Linda.Cooper@town.southold.ny.usj Sent: Tuesday, March 12, 2013 10:53 AM To: Stephen Normandin Cc: nrbl@optonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase Okay, I'll take care of it that way then. Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance? The difference between try and triumph is a little "umph From: Stephen Normandin [mailto:snormandin@rbagrouo.comj Sent: Tuesday, March 12, 2013 10:34 AM To: Cooper, Linda Subject: RE: RE: Interpretive Sign project- Bid Phase 3/22/2013 Page 2 of 7 No. Please tell them the legal notice was sent out inadvertently and the letting will be soon. They can leave their name/number and the Town can notify them when it comes out again. Once again, DOT will review the advertising process and will require copies of Legal notice and Contract Reporter, etc. From: Cooper, Linda [mailto:Linda.Coooer@town.southold.ny.us] Sent: Tuesday, March 12, 2013 10:29 AM To: Stephen Normandin Subject: RE: RE: Interpretive Sign project- Bid Phase Well there is nothing I can do about the legal notice in the Suffolk Times but I'll have it removed from our website. IF anyone comes in about it I'll take their check for $25 and send them the specs once they become available. Sorry about that but I was given the impression all of this had to be done ASAP. Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance' The difference between try and triumph is a little "umph'? From: Stephen Normandin [mailto:snormandinCd)rbaarouo.com] Sent: Tuesday, March 12, 2013 10:22 AM To: Cooper, Linda Cc: nrbl@ootonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase Importance: High NO, NO, NO. Those dates are placeholders subject to receiving Title sheet from Town (just received), Contract Reporter Posting (not done yet), printing of plans and specifications (not done). With Federal money involved, everything needs to proceed in a proper manner. Please retract and remove from website until otherwise directed. THANKS! Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 From: Cooper, Linda [mailto:Linda.000Der(altown.southold.ny.us] Sent: Tuesday, March 12, 2013 10:11 AM To: Stephen Normandin Cc: nrbl0ootonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase 3/22/2013 Page 3 of 7 In the paperwork I received about this RFP it said the detailed specs would be available through the Town Clerk's office beginning March 12 for a fee of $25.00. 1 have it posted as such on the town's website and the legal notice in the Suffolk Times will be published on Thursday however I have not yet received the specs. Will they be delivered to the Town Clerk's office anytime soon? Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance! The difference between try and triumph is a little "umph From: Stephen Normandin rmailto:snormandin@rbagrouo.com] Sent: Wednesday, March 06, 2013 4:14 PM To: Cooper, Linda Cc: nrblulootonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase Hi Linda: I will look into it and see if I can figure it out. I will get back to you. Neb: As promised, please see attached revised Title Sheet (11x17) and Specification Cover (8.5x11) for the Supervisor's signature. Please mail the originals to my attention when complete. Much appreciated. Steve Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 From: Cooper, Linda [mailto:Linda.CoooerCaltown.southold ny.us] Sent: Tuesday, March 05, 2013 3:34 PM To: snormandin(5rbagrouo.com Cc: nrblClaootonline.net Subject: FW: RE: Interpretive Sign project - Bid Phase Dear Mr. Normandin: Nab Braschich forward the information below to me. I have made several attempts to register on the New York State Contract Reporter Online Submission web site and all I get is an error message. It appears the error has to do with that website. I do not know how to proceed without being able to register f'or that website. Any assistance you can provide would be greatly appreciated. Thank you. 3/22/2013 Page 4 of 7 Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance! The difference between try and triumph is a little "umph'9 From: NEBOYSHA BRASHICH rmailto:nrbl@ootonline.net] Sent: Thursday, February 28, 2013 1:33 PM To: Cooper, Linda Subject: FW: RE: Interpretive Sign project - Bid Phase Linda - Please see below as to how to proceed. If there are any questions, please let me know. All the best. Neb Begin forwarded message Subject: RE: Interpretive Sign project - Bid Phase Date: 2/27/13 12:53:14 PM From: "Stephen Normandin" To: "'NEBOYSHA BRASHICH'" Thanks, Neb. See responses in Red/italic below: From: NEBOYSHA BRASHICH [mailto:nrbl@optonline.net] Sent: Wednesday, February 27, 2013 12:25 PM To: snormandinca)rbagroup.com Subject: RE: Interpretive Sign project - Bid Phase Hi Steve - Here is the current status: 1. Town Board approved the publication of the RFP yesterday. Could we have the address of the Contract Reporteer in order to sent it to them for publication or will you do this? This task is usually done by the municipality via the internet. The online submission of bid advertisements is limited to New York State Purchasing Officials - The New York State Contract Reporter Online Submission web site is intended for those state entities that are required by law to publish contracting opportunities of $15,000 or more. Municipalities, villages and school districts may also submit ads. To Register 3/22/2013 Page 5 of 7 and Submit contracting opportunities online, the Town must complete the following form: http://www.nyscr.oro/Public/NewAgencyApolication.aspx Once an account has been set up with username and password from the Town, you can then in turn provide this info to us and we can post online. We did this recently for the Town of Brookhaven. We can assist in this fashion if the Town is not familiar with the website. 2. All comments re interpretive signs/kiosks were received and approved. OK. We have addressed all received. 3. Title Sheet and Specifications Cover Page should have Supervisor's name for sugnature - Scott A. Russell We will revise Title Sheet and Spec page and email back to you for Supervisor's signature. 4. Jamie remains contact for all other questions OK 5. Is the timeline of March 12 still germaine or should it be changed? It will be changed based on when items 1 and 3 are completed. 6. Will you be sending the bidding package to the Town Clerk's office for distribution to the bidders? Yes, we will send 20 copies (unless otherwise directed) and a CD containing PDFs. 7. How do we handle the request for contruction/miscellaneous funding from the DOT? Once we receive the bids, we need to make a Bid Summary Submittal and Request to Award to the lowest responsible bidder. I can provide a sample if requested. Once DOT approves of this package they will authorize funding for construction and construction inspection. I guess that is it for now. Take care. Neb On Mon, Feb 25, 2013 at 7:49 AM, Stephen Normandin wrote: Hi Neb: Just checking in on the status of the project. We are complete on our end having 3/22/2013 Page 6 of 7 addressed the comments received from the Town on the interpretive sign/kiosk text. We had sent the Title Sheet and Specifications Cover Page for Jamie's signature. We submitted the Advertisement for Bidding to the Town for review. Just wanted to let you know that we are ready to print the Plans and Specs once the above has been received. Hope all is well. Thanks. Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice: The information contained in (and attached to) this a-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that anyreview. dissemination, distribution or copying of this message is strictly prohibited. Ifyou received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments) Notice'. The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you 3/22/2013 Page 7 of 7 have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice'. The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments) Notice. The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). 3/22/2013 HOLD UNTIL FURTHER NOTICE ~~oL/3 Page 1 of 5 Cooper, Linda From: Stephen Normandin [snormandin@rbagroup.com] Sent: Tuesday, March 12, 2013 10:22 AM To: Cooper, Linda Cc: nrbl@optonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase Importance: High NO, NO, NO. Those dates are placeholders subject to receiving Title sheet from Town (just received), Contract Reporter Posting (not done yet), printing of plans and specifications (not done). With Federal money involved, everything needs to proceed in a proper manner. Please retract and remove from website until otherwise directed. THANKS! Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 From: Cooper, Linda [mailto:Linda.Cooper@town.southold.ny.us] Sent: Tuesday, March 12, 2013 10:11 AM To: Stephen Normandin Cc: nrbl@optonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase In the paperwork I received about this RFP it said the detailed specs would be available through the Town Clerk's office beginning March 12 for a fee of $25.00. 1 have it posted as such on the town's website and the legal notice in the Suffolk Times will be published on Thursday however I have not yet received the specs. Will they be delivered to the Town Clerk's office anytime soon? Linda T. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance/ The difference between try and triumph is a little "umph "I From: Stephen Normandin [mailto:snormandinCalrbaarouo.com] Sent: Wednesday, March 06, 2013 4:14 PM To: Cooper, Linda Cc: nrblCalootonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase Hi Linda: I will look into it and see if I can figure it out. I will get back to you. 3/12/2013 Page 2 of 5 Neb: As promised, please see attached revised Title Sheet (1147) and Specification Cover (8.5x11) for the Supervisor's signature. Please mail the originals to my attention when complete. Much appreciated. Steve Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 From: Cooper, Linda fmailto:Linda.Coooer@town.southold.nv us] Sent: Tuesday, March 05, 2013 3:34 PM To: snormandin@rbaaroup.com Cc: nrbl@ootonline.net Subject: FW: RE: Interpretive Sign project - Bid Phase Dear Mr. Normandin: Neb Braschich forward the information below to me. I have made several attempts to register on the New York State Contract Reporter Online Submission web site and all I get is an error message. It appears the error has to do with that website. I do not know how to proceed without being able to register for that website. Any assistance you can provide would be greatly appreciated. I'hank you. Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance, The difference between try and triumph is a little "umph"? From: NEBOYSHA BRASHICH Imailto:nrbl@ootonline.net] Sent: Thursday, February 28, 2013 1:33 PM To: Cooper, Linda Subject: FW: RE: Interpretive Sign project - Bid Phase Linda - Please see below as to how to proceed. If there are any questions, please let me know. All the best. Neb 3/12/2013 Page 3 of 5 Begin forwarded message Subject: RE: Interpretive Sign project - Bid Phase Date: 2/27/13 12:53:14 PM From: "Stephen Normandin" To: "'NEBOYSHA BRASHICH"' Thanks, Neb. See responses in Red/italic below: From: NEBOYSHA BRASHICH [mailto:nrbl@optonline.net] Sent: Wednesday, February 27, 2013 12:25 PM To: snormandin@rbaaroup.com Subject: RE: Interpretive Sign project - Bid Phase Hi Steve - Here is the current status: 1. Town Board approved the publication of the RFP yesterday. Could we have the address of the Contract Reporteer in order to sent it to them for publication or will you do this? This task is usually done by the municipality via the internet. The online submission of bid advertisements is limited to New York State Purchasing Officials - The New York State Contract Reporter Online Submission web site is intended for those state entities that are required by law to publish contracting opportunities of $15,000 or more. Municipalities, villages and school districts may also submit ads. To Register and Submit contracting opportunities online, the Town must complete the following form: http://www.nyscr-orgIPublicINewAQencyA.oplication.asox Once an account has been set up with username and password from the Town, you can then in turn provide this info to us and we can post online. We did this recently for the Town of Brookhaven. We can assist in this fashion if the Town is not familiar with the website. 2. All comments re interpretive signs/kiosks were received and approved. OK. We have addressed all received. 3. Title Sheet and Specifications Cover Page should have Supervisor's name for sugnature - Scott A. Russell We will revise Title Sheet and Spec page and email back to you for Supervisor's signature. 3/12/2013 Page 4 of 5 4. Jamie remains contact for all other questions OK 5. Is the timeline of March 12 still germaine or should it be changed? It will be changed based on when items 1 and 3 are completed. 6. Will you be sending the bidding package to the Town Clerk's office for distribution to the bidders? Yes, we will send 20 copies (unless otherwise directed) and a CD containing PDFs. 7. How do we handle the request for contruction/miscellaneous funding from the DOT? Once we receive the bids, we need to make a Bid Summary Submittal and Request to Award to the lowest responsible bidder. I can provide a sample if requested. Once DOT approves of this package they will authorize funding for construction and construction inspection. I guess that is it for now. Take care. Neb On Mon, Feb 25, 2013 at 7:49 AM, Stephen Normandin wrote: Hi Neb: Just checking in on the status of the project. We are complete on our end having addressed the comments received from the Town on the interpretive sign/kiosk text. We had sent the Title Sheet and Specifications Cover Page for Jamie's signature. We submitted the Advertisement for Bidding to the Town for review. Just wanted to let you know that we are ready to print the Plans and Specs once the above has been received. Hope all is well. Thanks. Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 3/12/2013 Page 5 of 5 Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice. The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). 3/12/2013 From: Stephen Normandin [mailto:snormandin@rbagroup.com] Sent: Tuesday, March 12, 2013 10:34 AM To: Cooper, Linda Subject: RE: RE: Interpretive Sign project - Bid Phase No. Please tell them the legal notice was sent out inadvertently and the letting will be soon. They can leave their name/number and the Town can notify them when it comes out again. Once again, DOT will review the advertising process and will require copies of Legal notice and Contract Reporter, etc. From: Cooper, Linda [mailto:Linda.Cooper@town.southold.ny.us] Sent: Tuesday, March 12, 2013 10:29 AM To: Stephen Normandin Subject: RE: RE: Interpretive Sign project - Bid Phase Well there is nothing I can do about the legal notice in the Suffolk Times but I'll have it removed from our website. IF anyone comes in about it I'll take their check for $25 and send them the specs once they become available. Sorry about that but I was given the impression all of this had to be done ASAP. Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance! The difference between try and triumph is a little "umph'Y From: Stephen Normandin [mailto:snormandinCdrbagroup com] Sent: Tuesday, March 12, 2013 10:22 AM To: Cooper, Linda Cc: nrbl@ootonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase Importance: High NO, NO, NO. Those dates are placeholders subject to receiving Title sheet from Town (just received), Contract Reporter Posting (not done yet), printing of plans and specifications (not done). With Federal money involved, everything needs to proceed in a proper manner. Please retract and remove from website until otherwise directed. THANKS! Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 From: Cooper, Linda [mailto:Linda.CooperColtown.southold.ny.us] Sent: Tuesday, March 12, 2013 10:11 AM To: Stephen Normandin Cc: nrblCc)optonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase In the paperwork I received about this RFP it said the detailed specs would be available through the Town Clerk's office beginning March 12 for a fee of $25.00. 1 have it posted as such on the town's website and the legal notice in the Suffolk Times will be published on Thursday however I have not yet received the specs. Will they be delivered to the Town Clerk's office anytime soon? Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance! The difference between try and triumph is a little "umph" Page 1 of 1 Cooper, Linda From: Reisenberg, Lloyd Sent: Tuesday, March 12, 2013 11:23 AM To: Cooper, Linda Subject: RE: Interpretive Signage RFP All set. Lloyd H. Reisenberg Network and Systems Administrator Town of Southold, New York Email: llovd.reisenbera(&town.southold.nv. us Office: 631-765-1891 Cell: 631-879-1554 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Cooper, Linda Sent: Tuesday, March 12, 2013 10:30 AM To: Reisenberg, Lloyd Subject: Interpretive Signage RFP Please remove that notice from the website. Apparently the specs are not yet available. Linda J. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance! The difference between try and triumph is a little "umph 3/12/2013 Page 1 of 1 Cooper, Linda From: Reisenberg, Lloyd Sent: Tuesday, March 12, 2013 11:23 AM To: Cooper, Linda Subject: RE: Interpretive Signage RFP All set. Lloyd H. Reisenberg Network and Systems Administrator Town of Southold, New York Email: llovd.reisenberaOtown.southold.nv. us Office: 631-765-1891 Cell: 631.879-1554 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Cooper, Linda Sent: Tuesday, March 12, 2013 10:30 AM To: Reisenberg, Lloyd Subject: Interpretive Signage RFP Please remove that notice from the website. Apparently the specs are not yet available. Linda T Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance, The difference between try and triumph is a little "umph"? 3/12/2013 Page 1 of 4 Cooper, Linda From: Stephen Normandin [snormandin@rbagroup.com] Sent: Wednesday, March 06, 2013 4:14 PM To: Cooper, Linda Cc: nrbl@optonline.net Subject: RE: RE: Interpretive Sign project - Bid Phase Attachments: Spec Cover.pdf; Title Sheet.pdf Hi Linda: I will look into it and see if I can figure it out. I will get back to you. Neb: As promised, please see attached revised Title Sheet (11x17) and Specification Cover (8.5x11) for the Supervisor's signature. Please mail the originals to my attention when complete. Much appreciated. Steve Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 From: Cooper, Linda [mailto:Linda.Cooper@town.southold.ny.us] Sent: Tuesday, March 05, 2013 3:34 PM To: snormandin@rbagroup.com Cc: nrbl@optonline.net Subject: FW: RE: Interpretive Sign project - Bid Phase Dear Mr. Normandin: Nab Braschich forward the information below to me. I have made several attempts to register on the New York State Contract Reporter Online Submission web site and all I get is an error message. It appears the error has to do with that website. I do not know how to proceed without being able to register for that website. Any assistance you can provide would be greatly appreciated. Thank you. Linda T. Cooper Deputy Town Clerk Town of Southold 631-765-1800 Life may not be the party we hoped for, but as long as we are here, we might as well dance! The difference between try and tnumph is a little "umph From: NEBOYSHA BRASHICH [mailto:nrbl@optonline. net] 3/7/2013 Page 2 of 4 • Sent: Thursday, February 28, 2013 1:33 PM To: Cooper, Linda Subject: FW: RE: Interpretive Sign project - Bid Phase Linda - Please see below as to how to proceed. If there are any questions, please let me know. All the best. Neb Begin forwarded message Subject: RE: Interpretive Sign project - Bid Phase Date: 2/27/13 12:53:14 PM From: "Stephen Normandin" To: "'NEBOYSHA BRASHICH"' Thanks, Neb. See responses in Red/italic below: From: NEBOYSHA BRASHICH [mailto:nrb1@oDtonline.net] Sent: Wednesday, February 27, 2013 12:25 PM To: snormandin@rbagrouo.com Subject: RE: Interpretive Sign project - Bid Phase Hi Steve - Here is the current status: 1. Town Board approved the publication of the RFP yesterday. Could we have the address of the Contract Reporteer in order to sent it to them for publication or will you do this? This task is usually done by the municipality via the internet. The online submission of bid advertisements is limited to New York State Purchasing Officials - The New York State Contract Reporter Online Submission web site is intended for those state entities that are required by law to publish contracting opportunities of $15,000 or more. Municipalities, villages and school districts may also submit ads. To Register and Submit contracting opportunities online, the Town must complete the following form: http://www.nvscr.orc7lPublicINewAgencvApplication.asDx Once an account has been set up with username and password from the Town, you can then in turn provide this info to us and we can post online. We did this recently for the Town of Brookhaven. We can assist in this fashion if the Town is not familiar with the website. 3/7/2013 Page 3 of 4 2. All comments re interpretive signs/kiosks were received and approved. OK. We have addressed all received. 3. Title Sheet and Specifications Cover Page should have Supervisor's name for sugnature - Scott A. Russell We will revise Title Sheet and Spec page and email back to you for Supervisor's signature. 4. Jamie remains contact for all other questions OK 5. Is the timeline of March 12 still germaine or should it be changed? It will be changed based on when items 1 and 3 are completed. 6. Will you be sending the bidding package to the Town Clerk's office for distribution to the bidders? Yes, we will send 20 copies (unless otherwise directed) and a CD containing PDFs. 7. How do we handle the request for contruction/miscellaneous funding from the DOT? Once we receive the bids, we need to make a Bid Summary Submittal and Request to Award to the lowest responsible bidder. I can provide a sample if requested. Once DOT approves of this package they will authorize funding for construction and construction inspection. I guess that is it for now. Take care. Neb On Mon, Feb 25, 2013 at 7:49 AM, Stephen Normandin wrote: Hi Neb: Just checking in on the status of the project. We are complete on our end having addressed the comments received from the Town on the interpretive sign/kiosk text. We had sent the Title Sheet and Specifications Cover Page for Jamie's signature. We submitted the Advertisement for Bidding to the Town for review. Just wanted to let you know that we are ready to print the Plans and Specs once the above has been received. Hope all is well. Thanks. 3/7/2013 Page 4 of 4 Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). 3/7/2013 Page 1 of 3 Cooper, Linda From: NEBOYSHA BRASHICH [nrb1@optonline.net] Sent: Thursday, February 28, 2013 1:33 PM To: Cooper, Linda Subject: FW: RE: Interpretive Sign project - Bid Phase Linda - Please see below as to how to proceed. If there are any questions, please let me know. All the best. Neb Begin forwarded message Subject: RE: Interpretive Sign project - Bid Phase Date: 2/27/13 12:53:14 PM From: "Stephen Normandin" To: "'NEBOYSHA BRASHICH"' Thanks, Neb. See responses in Red/italic below: From: NEBOYSHA BRASHICH [mailto:nrbl@optonline.net] Sent: Wednesday, February 27, 2013 12:25 PM To: snormandin@rbagroup.com Subject: RE: Interpretive Sign project - Bid Phase Hi Steve - Here is the current status: 1. Town Board approved the publication of the RFP yesterday. Could we have the address of the Contract Reporteer in order to sent it to them for publication or will you do this? This task is usually done by the municipality via the internet. The online submission of bid advertisements is limited to New York State Purchasing Officials - The New York State Contract Reporter Online Submission web site is intended for those state entities that are required by law to publish contracting opportunities of $15,000 or more. Municipalities, villages and school districts may also submit ads. To Register and Submit contracting opportunities online, the Town must complete the following form: x http://www.nyscr.orgIPublicINewAciencyAp,olication.asp Once an account has been set up with username and password from the Town, you can then in turn provide this info to us and we can post online. 3/11/2013 Page 2 of 3 • We did this recently for the Town of Brookhaven. We can assist in this fashion if the Town is not familiar with the website. 2. All comments re interpretive signs/kiosks were received and approved. OK. We have addressed all received. 3. Title Sheet and Specifications Cover Page should have Supervisor's name for sugnature - Scott A. Russell We will revise Title Sheet and Spec page and email back to you for Supervisor's signature. 4. Jamie remains contact for all other questions OK 5. Is the timeline of March 12 still germaine or should it be changed? It will be changed based on when items 1 and 3 are completed. 6. Will you be sending the bidding package to the Town Clerk's office for distribution to the bidders? Yes, we will send 20 copies (unless otherwise directed) and a CD containing PDFs. 7. How do we handle the request for contruction/miscellaneous funding from the DOT? Once we receive the bids, we need to make a Bid Summary Submittal and Request to Award to the lowest responsible bidder. I can provide a sample if requested. Once DOT approves of this package they will authorize funding for construction and construction inspection. I guess that is it for now. Take care. Neb On Mon, Feb 25, 2013 at 7:49 AM, Stephen Normandin wrote: Hi Neb: Just checking in on the status of the project. We are complete on our end having addressed the comments received from the Town on the interpretive sign/kiosk text. We had sent the Title Sheet and Specifications Cover Page for Jamie's signature. We submitted the Advertisement for Bidding to the Town for review. Just wanted to let you know that we are ready to print the Plans and Specs once the above has been received. 3/11/2013 Page 3 of 3 Hope all is well. Thanks. Stephen Normandin, P.E. Director, Design and Planning The RBA Group 40 Marcus Drive, Suite 201 Melville, NY 11747 Phone: 631.891.3202 Fax: 631.694.3864 Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). Notice: The information contained in (and attached to) this e-mail is intended only for the personal and confidential use of the designated recipients(s) named above. If the reader of this message is not the intended recipient, you are hereby notified that you have received this document in error and that any review, dissemination, distribution or copying of this message is strictly prohibited. If you received this communication in error, please notify us immediately by reply e-mail, and delete the original message (including attachments). 3/11/2013 Cooper, Linda From: NEBOYSHA BRASHICH [nrb1@optonline.net] Sent: Wednesday, February 06, 2013 11:14 AM To: Cooper, Linda Subject: RFP Hi Linda - Here it is. I guess the date will have to be changed depending when the Town Board approves the publication of the RFP - probably April 30. Neb Category: Construction Services Contract Number: PIN 0758.90 Contract Title: North Fork Trail Scenic Byway Interpretive Signage and Facilities Description: This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The project has received federal funding through the New York State Department of Transportation (NYSDOT). The project is located along the New York State designated North Fork Trail Scenic Byway, which consists of a 36-mile corridor whose limits include the entire lengths of Sound Avenue/County Road 48 and New York State Route 25 within the boundaries of the Town of Southold. Three (3) sites have been selected as locations to be represented with an interpretive sign: Laurel Lake Preserve, Laurel; Arshamomaque Pond Preserve, Southold; Dam Pond Reserve, East Marion. Three-sided interpretive sign kiosks are proposed for the busiest hamlet centers within the Town of Southold to convey their cultural and historical significance. Four (4) locations were chosen: Mattituck, Cutchogue, Southold, and Village of Greenport. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, beginning March 12, 2013. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). Sealed bids for the North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90 will be received at the Town of Southold Clerk's Office, located at 53095 Main Road, Southold, New York, 11971 until 11:00 AM (local time) on Tuesday, April 16, 2013 and then at said office publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8W) and female (6.9%) participation. This contract does not require DBE participation (0&). 1 Questions regarding the contract documents for this project may be directed to Stephen Normandin, P.E., The RBA Group, at (631) 891-3202. Minority Sub-Contracting Goal: 0% Women Owned Sub-Contracting Goal: 0% Disadvantaged Business Enterprise Utilization Goal: 0% Due Date: 4/16/2013 11:00 AM Contract Term: 90 calendar days Location: Various Locations in Town of Southold, Suffolk County, NY Contact 1: James Richter, RA Town Engineer Town of Southold 53095 Main Road Southold, NY 11971 phone (631) 765-9015 e-mail jamie.richter@town.southold.ny.us Submit To:Town of Southold Clerk's Office 53095 Main Road PO Box 1179 Southold, NY 11971 phone (631) 765-1800 fax (631) 765-6145 email www.southoldtownny.gov 2 Cooper, Linda From: NEBOYSHA BRASHICH [nrb1@optonline.net] Sent: Wednesday, February 06, 2013 11:14 AM To: Cooper, Linda Subject: RFP Hi Linda - Here it is. I guess the date will have to be changed depending when the Town Board approves the publication of the RFP - probably April 30. Neb Category: Construction Services Contract Number: PIN 0758.90 Contract Title: North Fork Trail Scenic Byway Interpretive Signage and Facilities Description: This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The project has received federal funding through the New York State Department of Transportation (NYSDOT). The project is located along the New York State designated North Fork Trail Scenic Byway, which consists of a 36-mile corridor whose limits include the entire lengths of Sound Avenue/County Road 48 and New York State Route 25 within the boundaries of the Town of Southold. Three (3) sites have been selected as locations to be represented with an interpretive sign: Laurel Lake Preserve, Laurel; Arshamomaque Pond Preserve, Southold; Dam Pond Reserve, East Marion. Three-sided interpretive sign kiosks are proposed for the busiest hamlet centers within the Town of Southold to convey their cultural and historical significance. Four (4) locations were chosen: Mattituck, Cutchogue, Southold, and Village of Greenport. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, beginning March 12, 2013. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). Sealed bids for the North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90 will be received at the Town of Southold Clerk's Office, located at 53095 Main Road, Southold, New York, 11971 until 11:00 AM (local time) on Tuesday, April 16, 2013 and then at said office publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8%) and female (6.9%) participation. This contract does not require DBE participation (OW). 1 Questions regarding the contract documents for this project may be directed to Stephen Normandin, P.E., The RBA Group, at (631) 891-3202. Minority Sub-Contracting Goal: 0% Women Owned Sub-Contracting Goal: 0% Disadvantaged Business Enterprise Utilization Goal: 0W Due Date: 4/16/2013 11:00 AM Contract Term: 90 calendar days Location: Various Locations in Town of Southold, Suffolk County, NY Contact 1: James Richter, RA Town Engineer Town of Southold 53095 Main Road Southold, NY 11971 phone (631) 765-9015 e-mail jamie.richter@town.southold.ny.us Submit To:TOwn of Southold Clerk's office 53095 Main Road PO Box 1179 Southold, NY 11971 phone (631) 765-1800 fax (631) 765-6145 email www.southoldtownny.gov 2 RE: RE: Final Interpretive Signs Page 1 of 3 From: "Richter, Jamie" <Jamie. Richter@town.southold.ny.us> To: "NEBOYSHA BRASHICH" <nrbl@optonline.net> Date: 01/31/2013 08:32:08 EST Subject: RE: RE: Final Interpretive Signs Neb All Bid notices are usually handled by the Town Clerks office. If you take this to them and explain that you need the advertisement in both the Contract Reporter and the local paper they will take care of it. However, keep in mind that, before this is done, the Town Board needs to do a resolution authorizing this to go to bid. Category: Construction Services Contract Number: PIN 0758.90 Contract Title: North Fork Trail Scenic Byway Interpretive Signage and Facilities Description: This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The project has received federal funding through the New York State Department of Transportation (NYSDOT). The project is located along the New York State designated North Fork Trail Scenic Byway, which consists of a 36-mile corridor whose limits include the entire lengths of Sound Avenue/County Road 48 and New York State Route 25 within the boundaries of the Town of Southold. Three (3) sites have been selected as locations to be represented with an interpretive sign: Laurel Lake Preserve, Laurel; Arshamomaque Pond Preserve, Southold; Dam Pond Reserve, East Marion. Three-sided interpretive sign kiosks are proposed for the busiest hamlet centers within the Town of Southold to convey their cultural and historical significance. Four (4) locations were chosen: Mattituck, Cutchogue, Southold, and Village of Greenport. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, beginning March 12, 2013. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). Sealed bids for the North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90 will be received at the Town of Southold Clerk's Office, located at 53095 Main Road, Southold, New York, 11971 until 11:00 AM (local time) on Tuesday, April 16, 2013 and then at said office publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8%) and female (6.9%) participation. This contract does not require DBE participation (0%). Questions regarding the contract documents for this project may be directed to Stephen Normandin, P.E., The RBA Group, at (631) 891-3202. Minority Sub-Contracting Goal: 0% Women Owned Sub-Contracting Goal: 0% Disadvantaged Business Enterprise Utilization Goal: 0% Due Date: 4/16/2013 11:00 AM Contract Term: 90 calendar days Location: Various Locations in Town of Southold, Suffolk County, NY Contact 1: James Richter, RA Town Engineer Town of Southold 53095 Main Road Southold, NY 11971 phone(631)765-9015 Jamie.richter(ciltown.southold.nv us Submit To: Town of Southold Clerk's Office 53095 Main Road PO Box 1179 Southold, NY 11971 phone (631) 765-1800 fax (631) 765-6145 www.southoldtownny.gov Category: Construction Services Contract Number: PIN 0758.90 Contract Title: North Fork Trail Scenic Byway Interpretive Signage and Facilities Description: This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The project has received federal funding through the New York State Department of Transportation (NYSDOT). The project is located along the New York State designated North Fork Trail Scenic Byway, which consists of a 36-mile corridor whose limits include the entire lengths of Sound Avenue/County Road 48 and New York State Route 25 within the boundaries of the Town of Southold. Three (3) sites have been selected as locations to be represented with an interpretive sign: Laurel Lake Preserve, Laurel; Arshamomaque Pond Preserve, Southold; Dam Pond Reserve, East Marion. Three-sided interpretive sign kiosks are proposed for the busiest hamlet centers within the Town of Southold to convey their cultural and historical significance. Four (4) locations were chosen: Mattituck, Cutchogue, Southold, and Village of Greenport. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, beginning April 2, 2013. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). Sealed bids for the North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90 will be received at the Town of Southold Clerk's Office, located at 53095 Main Road, Southold, New York, 11971 until 11:00 AM (local time) on Tuesday, May 7, 2013 and then at said office publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8%) and female (6.9%) participation. This contract does not require DBE participation (0%). Questions regarding the contract documents for this project may be directed to Stephen Normandin, P.E., The RBA Group, at (631) 891-3202. Minority Sub-Contracting Goal: 0% Women Owned Sub-Contracting Goal: 0% Disadvantaged Business Enterprise Utilization Goal: 0% Due Date: 4/16/2013 11:00 AM Contract Term: 90 calendar days Location: Various Locations in Town of Southold, Suffolk County, NY Contact 1: James Richter, RA Town Engineer Town of Southold 53095 Main Road Southold, NY 11971 phone (631) 765-9015 jamie.richter(a),town.southold.ny us Submit To: Town of Southold Clerk's Office 53095 Main Road PO Box 1179 Southold, NY 11971 phone (631) 765-1800 fax (631) 765-6145 www.southoldtownny.gov #11107 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), successfully commencing on the 14th day of March, 2013. i Principal Clerk Sworn to before me this ( I day of 2013. menu- PaftHs llt dhie siow wF n whgt~etYsaspw I / as panels p and sign structures, as wen as as- sociated she work including the instal- CHRISTINA VOLINSKI es" curb and sidewalk, d eali~add.jprtlpiog, lawn restoration, NOTARY PUBLIC-STATE OF NEWYORK am whetting brick pavers. Grapbc art No. 01 VO6105050 tlla for sign panels shall be supplied by the lbwn of Southold Qualified in Suffolk County Ddnite specifications may be oh- My CommUSIon E,plres February 28, 2016 tailed at the Town Clerk's 016oe, Somhnid Town Hall, 53095 Acute 25, SoaYmld, New York. A non-refiwdabk In of 125.00 will be charged for plws eM specification' Payment can be made by money order, cash or check (payebk to the Town of Southold). Sealed bids, clearly marked "Nm& 114h Trill sack Byway loeeaailbe allow and FMMNIM PIN i1111111M" must be received at the Southow Thom Clerk's Office, 53095 Main Roo P O Box 1179, Southold, New York,1I~19171p by 1111AMOmdOno rVaoft 14 =3 where they >hY opened and read aloud. The Town Board of the. Tom of e WSW* ley y and at i4illr the •1j atly , rwrnes sthail waive and at Awn d $ . a, fis 44 Proposal Am an *O~ha to > Ma M?It If be des tad j-id pbb,bptfMabaa tits TaiadSs9dadaaa tokdpiviect O'73&5(t)edeaY~ D $ lyg,- a waft" to egtabaial Boole sdhtg in. so wapre tigq~Il~w a y1~1 itt tw killed Zi.la~rr9rw TOWN OF SOUTHOLD NORTH FORK TRAIL SCENIC BYWAY INTERPRETIVE SIGNAGE AND FACILITIES PIN: 0758.90 CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY, NEW YORK Prepared For Scott A. Russell, Town Supervisor Date TOWN OF SOUTHOLD Town of Southold 53095 Main Road Southold, New York 11971 Prepared By: THE RBA GROUP. Engineers - Architects - Planners Stephen Normandin. P.E.. fhe RBA Group Date 40 Marcus Drive NYS P.E. License No. 077934 Melville, New York 11747 (631) 694-3131 March 2013 ~ysc~Fgr NOTES 11¢ urEST PEYI SMS X THE STANDARD SNEfl5 N4MUNED BY NEW YCPX NDNEREPARf DRUI ITpN. YMX:H I WPIRMCW TIE 6YRtf EPIISExENf ECP BIDS . SNLLL BEBECg15[EAED TO iOBE IN FffFCi.U1 PAY I1FII5 E YANA ENCgCCMAME°MTff CC IE DORANI Cf P N EPY nLC11 MT$1WAYLL BES 5L61NAECi CAKE STANDARD I O TO OThE nRlIG&f STAMWN SHEET ISj GNIESS OTIERhISEES°ECIFYD N'1NE CCMMCT CCGM1ffNR. m Nff n TIE M UNH) ~"^~roFE GwEIERM BY AN IN AUIX 5rA N XPARMACT B IS OF nU1 TATh0N " TOWN OF SOUTHOLD, 'DED STUl01PD S14GNGTXNS CIXST1LCiKKI AND IMTPNLS NS. COSrCWAY SUFFOLK COUNTY, N.Y. MDB DFNYI.°~" nBNDDEI ODN ~ESE PLANS AND BY HE NffD mMPA4T%ANSINYE_"„oESwNEOlunaroPwxcF wrtNxrmoiPaxNFS NORTH FORK TRAIL SCENIC BYWAY IT SO LNFN All PENs~fRRNESSA THP ARE°~NG UNDE2THE C&ECINTI Cf ALICENSED %ki455KHLL ENGINEER. MCHITELT. I ND6 ARDH E T. MLNOSGI CR MALTEAANIIFk N ANYWAY,IFANIIEY INTERPRETIVE SIGNAGE & FACILITIES ~ MEM „uID TTI4 XENINE EA~RCH~M L DUR°EY~gi SHhNLUSTA THE N31AWRE TMDDAND ATE Ofm AI E ALTEERATCN O. AND ASPECOXDEesSOTEDNNoEW I LEGEND S PIN: 0758.90 w D. HAMLET ® FEAT S°E TIE HIGMVaY AlU BE NUNTAWED AS INDICATED N NE TABLE CF wurExueEwwsgc!roN. KIOSK DRAWING LIST I.WV ' INDEX e.sDIMmilao TOWN OF SOUTHOLD NNmN wxEN. G"I GENENLWD SAND IABLE0FD GUAVFRES A. cPEENPGir wuul WgIXS TUEEC 01 s NEBs wal c°NSrNmTpNPIAWIERPPETNE $'GNI S mm Ll]ISrRUC PUN-WIEPFRETNE SIC INTERPRETWE SIGNS Q cvm mN mcnMnAN. WFRRFNESICNS GxEWGi- CP01 DDNSTN CTICN PIA. xm I.IAEwEiuxE COUNTRY ROAD 48--- mus mruTPUCTIOx PUN-KEDSK %AN-xp$N 1 ARSWMNMCUE POND PNESEME uLN C,,YTP NCTNT_MI H PLAN 4 x< DAMPONDPRESEHJE NDfAO'. MISCE NIBCEWNFOGS OETALS I ~ iALS Mp@ NISLEWNEOD50ETNE] 1 PEtpa[ WSDOT REFERENCE SHEETS APPRWED BY. clrtcxalE _ Foam coxcPETECwB, mPBCUrTEP.AEwllorxa ASPINLraPe a..w wre a m TABLE OF MAINTENANCE JURISDICTION ' MY STATE ROUTE 25 ~ I NrENPFEMESIGx OP ximx RFSPONS&FPARTY uImEL V¢E PPEBERVE sEEnorEl PREPARED BY. IAUU1 KRrH APVwNOYAdIE wNOPPESEmE SEENOTEI bl1 WAW (xm RESEME SEE NEI SWFHG Kx sEENW l W'~x COTCIpOJExpsl( sF£NOTEI m H w IMTTRIXMNImx SF£NO1EI wva uh m~P[~.m8nor ~NNPTxYtq. SEENOIE] NDTES 1MSEFAl1A~SHNLBE WNHFANED Bf Tff Cp110.ACTOP WNNG Cwsmucnwum Br r1[romlawmmLD AFTERm """'a LOCATION PLAN iasTcm /S.NDYNN'iucE~amGwaTAFr~CanclwN P.`c.'u.n.V' Puxn[xa N.T.S. Page 1 of 1 Cooper, Linda From: Candice Schott [cschott@timesreview.com] Sent: Thursday, March 07, 2013 1:52 PM To: Cooper, Linda Subject: Re: Legal Notice RFP NF Trail Signage 4-16-13 Hi Linda, I have received the notice and we are good to go. Thanks, Candice From: <Cooper>, Linda <Linda.Cooper@town.southold.ny.us> Date: Thursday, March 7, 2013 12:54 PM To: tr-legals <leaals@timesreview.com> Subject: Legal Notice RFP NF Trail Signage 4-16-13 Good Afternoon, Please confirm receipt of this Legal Notice, Request for Proposals for the 3114113 edition of the Suffolk Times. Thanks! Icoop 3/7/2013 LEGAL NOTICE REQUEST FOR PROPOSALS NOTICE IS HEREBY GIVEN, the Town of Southold is seeking Request for Proposals (RFP) for the North Fork Trail Scenic Byway Interpretive Signage and Facilities. This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, Southold Town Hall, 53095 Route 25, Southold, New York. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by money order, cash or check (payable to the Town of Southold). Sealed bids, clearly marked "North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90" must be received at the Southold Town Clerk's Office, 53095 Main Road, P O Box 1179, Southold, New York, 11971 by 11:00 AM (local time) on Tuesday, April 16, 2013 where they will be publicly opened and read aloud. The Town Board of the Town of Southold reserves the right to reject any and all proposals and waive any and all informalities in any proposals should be it be deemed in the best interest of the Town of Southold to do so. Dated: February 26, 2013 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk PLEASE PUBLISH ON MARCH 14, 2013, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: Suffolk Times Town Board Members Town Attorney Town Clerk's Bulletin Board Town's Web Site Transportation Commission James Richter STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) LINDA J. COOPER, Deputy T~wn Clerk of the Town of Southold, New York being duly swom, says that on the ! day of g ~g , , 2013, she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. Re: North Fork Signage RFP ° ik dgno~&~ Linda Y. Cooper Deputy Town Clerk Swor before me this ~s day of *Az, , 2013. NAn OK. ~T tary Public LY1 . f:~. ...'p Notary Puo,lc J .,-,v York No OiF: . -;2 Qualified in 7, - ty Commission Expln f ,c~~ Page 1 of 1 Cooper, Linda From: Reisenberg, Lloyd Sent: Friday, March 08, 2013 2:51 PM To: Cooper, Linda Subject: RE: Request for Proposals All set. Lloyd H. Reisenberg Network and Systems Administrator Town of Southold, New York Email: lord. reisenberaCrDtown.southold. n v. us Office: 631-765-1891 Cell: 631-879-1554 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Cooper, Linda Sent: Thursday, March 07, 2013 12:57 PM To: Reisenberg, Lloyd Subject: Request for Proposals Please place this "Request for Proposals for the North Fork Trail Scenic Bayway Interpretive Signage and Facilities" on the website. Thank you. (coop 3/11/2013 Category: Construction Services Contract Number: PIN 0758.90 Contract Title: North Fork Trail Scenic Byway Interpretive Signage and Facilities Description: This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The project has received federal funding through the New York State Department of Transportation (NYSDOT). The project is located along the New York State designated North Fork Trail Scenic Byway, which consists of a 36-mile corridor whose limits include the entire lengths of Sound Avenue/County Road 48 and New York State Route 25 within the boundaries of the Town of Southold. Three (3) sites have been selected as locations to be represented with an interpretive sign: Laurel Lake Preserve, Laurel; Arshamomaque Pond Preserve, Southold; Dam Pond Reserve, East Marion. Three-sided interpretive sign kiosks are proposed for the busiest hamlet centers within the Town of Southold to convey their cultural and historical significance. Four (4) locations were chosen: Mattituck, Cutchogue, Southold, and Village of Greenport. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's office, beginning March 12, 2013. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). Sealed bids for the North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90 will be received at the Town of Southold Clerk's Office, located at 53095 Main Road, Southold, New York, 11971 until 11:00 AM (local time) on Tuesday, April 16, 2013 and then at said office publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8k) and female (6.9%) participation. This contract does not require DBE participation (0&). Questions regarding the contract documents for this project may be directed to Stephen Normandin, P.E., The RBA Group, at (631) 691-3202. Minority Sub-Contracting Goal: 0% Women Owned Sub-Contracting Goal: 0W Disadvantaged Business Enterprise Utilization Goal: 0% Due Date: 4/16/2013 11:00 AM Contract Term: 90 calendar days Location: Various Locations in Town of Southold, Suffolk County, NY Contact 1: James Richter, RA Town Engineer Town of Southold 53095 Main Road Southold, NY 11971 phone (631) 765-9015 e-mail jamie.richter®town.southold.ny.us Submit To:Town of Southold Clerk's Office 53095 Main Road PO Box 1179 Southold, NY 11971 phone (631) 765-1600 fax (631) 765-6145 email www.southoldtowDfy.gov ~ RESOLUTION 2013-168 ''tr ADOPTED DOC ID: 8586 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2013-168 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 26,2013: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for Request for Proposals for the North Fork Trail Scenic Byway Interpretive Signage and Facilities. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William Ruland, Councilman SECONDER: Louisa P. Evans, Justice AYES: Dinizio Jr, Ruland, Doherty, Talbot, Evans, Russell a Cooper, Linda From: NEBOYSHA BRASHICH [nrb1@optonline.net] Sent: Wednesday, February 06, 2013 11:14 AM To: Cooper, Linda Subject: RFP Hi Linda - Here it is. I guess the date will have to be changed depending when the Town Board approves the publication of the RFP - probably April 30. Neb Category: Construction Services Contract Number: PIN 0758.90 Contract Title: North Fork Trail Scenic Byway Interpretive Signage and Facilities Description: This federally and locally funded project (PIN 0758.90) consists of a contract to construct freestanding interpretive signs and kiosks as well as related site restoration work within Town of Southold public right-of-way and Parks. The project has received federal funding through the New York State Department of Transportation (NYSDOT). The project is located along the New York State designated North Fork Trail Scenic Byway, which consists of a 36-mile corridor whose limits include the entire lengths of Sound Avenue/County Road 48 and New York State Route 25 within the boundaries of the Town of Southold. Three (3) sites have been selected as locations to be represented with an interpretive sign: Laurel Lake Preserve, Laurel; Arshamomaque Pond Preserve, Southold; Dam Pond Reserve, East Marion. Three-sided interpretive sign kiosks are proposed for the busiest hamlet centers within the Town of Southold to convey their cultural and historical significance. Four (4) locations were chosen: Mattituck, Cutchogue, Southold, and Village of Greenport. The scope of work includes manufacturing and installing interpretive sign panels and sign structures, as well as associated site work including the installation of concrete curb and sidewalk, clearing and grubbing, lawn restoration, and resetting brick pavers. Graphic art files for sign panels shall be supplied by the Town of Southold. Definite specifications may be obtained at the Town Clerk's Office, beginning March 12, 2013. A non-refundable fee of $25.00 will be charged for plans and specifications. Payment can be made by either money order, cash or check (payable to the Town of Southold). Sealed bids for the North Fork Trail Scenic Byway Interpretive Signage and Facilities, PIN 0758.90 will be received at the Town of Southold Clerk's Office, located at 53095 Main Road, Southold, New York, 11971 until 11:00 AM (local time) on Tuesday, April 16, 2013 and then at said office publicly opened and read aloud. The project is subject to conformance with the NYSDOT's Procedures for Locally Administered Federal Aid Project Manual and the Code of Federal Regulations, Title 41, Chapter 60, Equal Employment Opportunity (EEO). The Contractor shall make good faith efforts to achieve the goals for minority (5.8W) and female (6.9W) participation. This contract does not require DBE participation (0W). 1 Questions regarding the contract documents for this project may be directed to Stephen Normandin, P.E., The RBA Group, at (631) 891-3202. Minority Sub-Contracting Goal: 0% Women Owned Sub-Contracting Goal: 0% Disadvantaged Business Enterprise Utilization Goal: 0% Due Date: 4/16/2013 11:00 AM Contract Term: 90 calendar days Location: Various Locations in Town of Southold, Suffolk County, NY Contact 1: James Richter, RA Town Engineer Town of Southold 53095 Main Road Southold, NY 11971 phone (631) 765-9015 e-mail jamie.richter@town.southold.ny.us Submit To:Town of Southold Clerk's Office 53095 Main Road PO Box 1179 Southold, NY 11971 phone (631) 765-1800 fax (631) 765-6145 email www.southoldtownny.gov 2