Loading...
HomeMy WebLinkAboutPre Fabricated MBMI Metal Bldg - Rejected o�oSufFot�-�o ELIZABETH A. NEVILLE,MMC �� r/y Town Hall,53095 Main Road TOWN CLERKp P.O. Box 1179 CA 2 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS O Fax(631)765-6145 MARRIAGE OFFICER 'j'� O� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �.( `1►a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2014 Donald O'Hanlon Carter-Melence Inc PO Box 907 Sound Beach NY 11789 Dear Mr. O'Hanlon: At the regular Town Board meeting held on June 17, 2014, the Town Board rejected all bids for Pre-Fabricated MBMI Metal Building. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, J "Lq'_ Lynda M Rudder Deputy Town Clerk Ens. O��SUFFO(,�co ELIZABETH A. NEVILLE,MMC ��► Gy Town Hall,53095 Main Road TOWN CLERKP.O.Box 1179 cz W = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p • .iC Fax(631)765-6145 MARRIAGE OFFICERO! ��0� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2014 Robert Panchak KJB Industries 14 Center Drive Riverhead, NY 11901 Dear Mr. Panchak: At the regular Town Board meeting held on June 17, 2014, the Town Board rejected all bids for Pre-Fabricated MBMI Metal Building. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, u _ Lynda M Rudder Deputy Town Clerk Ens. o�oS3Ff014-oo ELIZABETH A.NEVILLE,MMC �� r/y Town Hall,53095 Main Road TOWN CLERKP.O. Box 1179 C4 Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p • Fax(631)765-6145 MARRIAGE OFFICEROl �a��' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2014 Richard Corazzini Corazzini Asphalt Po Box 1281 Cutchogue, NY 11935 Dear Mr. Corazzini: At the regular Town Board meeting held on June 17, 2014, the Town Board rejected all bids for Pre-Fabricated MBMI Metal Building. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of June 17, 2014 gu�F°`, RESOLUTION 2014-551 Item # 5.33 e a2 ADOPTED DOC ID: 9902 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-551 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 17, 2014: RESOLVED that the Town Board of the Town of Southold hereby rejects all bids received on March 15, 2014 pursuant to the bid for the erection of an MBMI pre-fabricated building at the Town's Highway/DPW Yard, including construction of a concrete foundation and floor, Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:William P. Ruland, Councilman AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated June 20, 2014 Page 44 ELIZABETH A.NEVILLE,MMC �•Z• r/y Town Hall,53095 Main Road TOWN CLERK o= P.O. Box 1179 COD 2 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p Fax(631)765-6145 MARRIAGE OFFICER 'f' �`' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER 0.� `�►a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2014 Erect Metal Building RE-BID Bid Opening 6/12/14 2:00 P.M. Three (3)bids received Item # 1 Item # 2 Total Carter-Melence Inc $75,992.00 $9,481.00 $85,473.00 Donald O'Hanlon PO Box 907 Sound Beach NY 11789 KJB Industries $77,777.00 $14,814.00 $92,591.00 Robert Panchak 14 Center Drive Riverhead,NY 11901 Corazzini Asphalt $121,500.00 $13,200.00 $134,700.00 Richard Corazzini Po Box 1281 Cutchogue, NY 11935 VENDOR NAME: VENDO INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNER-S—H7IP INDIVIDUAL FEDERAL EMPLOYEE ID #: d— OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: L CIPAL ST1 _HXLI)ERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TIT s . If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: J VENDOR NAME: ADDRESS: CONTACT: � �' TELEPHONE:. 7a7' 'S Oa FAX: 7c;,, 7—OS-77 E-MAIL: ��1. vS �'1'rS e ;,toe 'ems ONLY if different - MAIL PURCHASE ORDER TO: ADDRES . TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 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 Purchasing Agent. 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 INSURANCES IS IF ER. THORIZED SIGNATURE Proposal Package 5 of 9 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 p7erns ; ning this bid, under the penalties of perjury, affirms the truth thereof. H// SWORN TO BEFORE ME THIS Si ature&Company Position DAY OF 20 Type Name&Company Position /<Z-A _;Z�Jv- �,dC Company Name NOTY PU / _ L—4THERESA PSAI.TIS DAAIGELMAIER York Date Date Signed 3Con,missscn Expires July 30,2U Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: ,�—/, g�ji✓ G VENDOR ADDRESS: 14 a 1 e�'l Jw TELEPHONE NUMBER: 70�'7� 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 f W Proposal Package 7 of 9 TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING t Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated MBMI Buil jiing /4AWLS 7� dtvOi -S`4� Ce®ts Furnish and Install 6"Steel Reinforced 2 Concrete loor Slab �,���/ 1 LS 4e u LS ars Cents TOTALW � � ollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATURE PRINT NAME TITLE DATE " 1,2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ' lk ss.: On thel da of ^�C in the year 2014 before me, the undersigned, personally appeared j C,7 AA)o N , 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 THERESA LTIS DANGELMAIER Notary Public,State of New York Ni.01DA4968918 Qualified in Suffolk County Commission Expires July 30,2 Proposal Package 9 of 9 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 interroga es hereinafter made. SUBMITTED BY: A Corporation artnershi or Entity FIRM NAME: �� �G r An Individual PRINCIPAL OFFICE/: G PRINCIPAL OFFICERS: BACKGROUND TITLE AME ADDRESS PROFB:$:9QN/TRADE 1. How many years has your organization been in business under its present business name? CK) 2. You normally perform what percent of the work with your own forces? 7u List trades that you organization normally performs below: `s10`4112t 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. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last fi e years? If yes, please provide details. ItJ L9 6. List the major construction projects your organization has underway at this date: Name of Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Tele hone Amount Complete Completion 4 CIO oe 7. List five major projects you organization has completed in the past five years: Name o£ Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work t*v� Ek" 6,06 lVd 75� QS-2 e 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? 10. Bank References: � 0 .�,�J l( 0 / 7� /7— 6a 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF N ` ) COUNTY OFS V r- G 1- /� ) &7g ,/U /l being duly sworn deposes and says that he is the a_ of j< N contractor and that answers to the foregoing questions and a 1 staff ;�tements therein contained are true and correct. (Signature of per on who signed bid) Sworn to befoi;4kdo/y 4 Notary Public Commission EDate: 0 � THERESA PSALTIS DANGELMAIER Notary Public,State of New York Ni.01DA4968918 Qifled in Suffolk Cou Al Commission Expires July 30,2 QS-4 VENDOR NAME: Carter-Melence, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: 11-2996299 OR SOCIAL SECURITY #: DATE OF ORGANIZATION: October 18, 1989 IF APPLICABLE: DATE FILED: October 18, 1989 STATE FILED: New York If a non-publicly owned Corporation: CORPORATION NAME: Carter-Melence, Inc. LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Donald J. O'Hanlon, President LIST OFFICERS AND DIRECTORS: NAME TITLE Donald J. O'Hanlon President Patrick E. O'Hanlon Vice President Carmel O'Hanlon Secretary If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 T ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Carter-Melence, Inc. ADDRESS: P.O. Box 907 Sound Beach, NY 11789 CONTACT: Donald J. O'Hanlon TELEPHONE: (631) 744-0127 FAX: (631) 744-0528 E-MAIL: 4cmi@optonline.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 9 r VENDOR NAME: Carter-Melence, 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: 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 Purchasing Agent. 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 F] 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. -IS C;" AUTHORIZED SfGNATURE Donald J. O'Hanlon, President Proposal Package 5 of 9 F 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. T e_rsonsiigning this bi , under the penalties of perjury, affirms the truth thereof. s�.4nL SWORN TO BEFORE ME THIS Sign re&Company Position X T Donald J. O'Hanlon, President 12th DAAH014 Type Name&Company Position Carter-Melence, Inc. Company Name NOTARY PUBLIC June 12, 2014 r^.,.r�C.MI h ® ^ Date Signed 7�! 11-2996299 >/ I�kpEr :: r 1 r�l��l 5 Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: Carter-Melence, Inc. VENDOR ADDRESS: P.O. Box 907 Sound Beach, NY 11789 TELEPHONE NUMBER: (631) 744-0127 FAX: (631) 744-0528 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 June 9, 2014 Proposal Package 7 of 9 Carter-Melence, Inc. TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabrics ed MBMI ildin beventy Eivegfhousand Nine $ 75,992.00 for Hundred Ninety Two /LS Dollars & No Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor Slab 1 LS Nine Thousand Four $ 9,481.00 for Hundred Eighty One /LS Dollars & No Cents TOTAL Eighty Five Thousand Four Hundred Seventy Three $ 85,473.00 Dollars & No Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATURE PRINT NAME D nald J. O'Hanlon TITLE President DATE June 12, 2014 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF SUFFOLK ) ss.: On the 12th day of June in the year 2014 before me, the undersigned, personally appeared, Donald J. O'Hanlon , 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/ h4/they executed the same in his/her/their capacity(ios), and that by his/le/%ho-4r signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NO AR PUBLIC York7 Proposal Package 9 of 9 CARTER-MELENCE INC. CONTRACTORS 104 New York Avenue, P.O. Box 907, Sound Beach, NY 11789 (631) 744-0127 Fax: (631) 744-0528 Email: 4cmi@optonline.net BE IT RESOLVED that Donald J. O'Hanlon, President of Carter-Melence, Inc. be authorized to sign and submit the bid or proposal of this corporation for the following project: Erect Pre-Fabricated MBMI Metal Building At 275 Peconic Lane, Peconic, Town of Southold, NY The foregoing is a true and correct copy of the resolution adopted by Carter-Melence, Inc. on this 12th day of June, 2014. Carmel O'Hanlon, Secretary STATE OF NEW YORK COUNTY OF SUFFOLK Sworn to before me this 12th day of June, 2014. (No ary ublic) P ..3 Fork r:__: cxpir%.3 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: Donald J. O'Hanlon A Corporation ,k=Pa4nmbip�En it5- FIRM NAME: Carter-Melence, Inc. -fildi;ide-1-- PRINCIPAL OFFICE: 104 New York Ave. P.O. Box 907 Sound Beach, NY 11789 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE President Donald J. O'Hanlon Miller Place, NY 11764 Construction Vice President Patrick E. O'Hanlon Sound Beach, NY 11789 Construction Secretary Carmel O'Hanlon Sound Beach, NY 11789 Administration 1. How many years has your organization been in business under its present business name? 25 2. You normally perform what percent of the work with your own forces? %- List trades that you organization normally performs below: Carpentry, Electrical, Laborer, Painting, HVAC 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 Radio & Equip. Room Renovations $ 93,000.00 92% 06/14 (631) 698-6303 Gordon Heights Fire District (631) 286-8668 L.K. McLean Associates, PC Masonry Work Add/Alt. to Annex $325,566.45 98% 05/14 Steel Work Add/Alt. to Annex $271,644.00 98% 05/14 (631) 427-3030 Huntington Fire District (631) 727-5352 Martin F. Sendlewski Architect, PC Selah Lester House Restoration $325,313.00 97% 06/14 (631) 324-4183 Town of East Hampton (631) 907-0023 D.B. Bennett, P.E. , P.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 Pre-Fab Storage Bldg. , Suffolk Cty. DPW $335,639.00 11/06/13 (631) 852-4230 Apparatus Bay Alt. , West Islip F.D. $415,736.62 01/30/13 (631) 661-6440; Martin F. Sendlewski Architect, PC (631) 727-5352 Davis House Restoration, Town of Brookhaven $366,315.00 10/25/12 (631) 451-6252; L.K. McLean Associates, PC (631) 286-8668 Building Reconstruction, North Sea F.D. $140,300.00 09/15/11 (631) 283-3629; Holzmacher, McLendon & Murrell (631) 756-8000 Sidewalk Construction, Town of Southampton $139,011 .47 12/14/10 (631) 283-6000; Sidney B. Bowne & Son, LLP (516) 746-2350 ESB Bay Refurbishment, Village of East Hampton $156,314.00 06/30/11 (631) 324-41.50; D.B. Bennett; F.E. , P-C. (631) 907-0023 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 Donald J. O'Hanlon, President 38 years experience in the construction industry Patrick E. O'Hanlon, Vice Pres. 36 years experience in the construction industry 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? Yes 10. Bank References: HSBC (631) 821-1643 11. Trade Association Membership: Builders Institute 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 f 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 NEW YORK ) COUNTY OF SUFFOLK ) Donald J. O'Hanlon being duly sworn deposes and says that he is the President of Carter—Melence, Inc. contractor and that answers to the foregoing questions and all statements therein contained are true and correct. © fN (Sighature of person who signed bid) Donald J. O'Hanlon, President Sworn to before me this 12th day of June 12014 Notary Public r Commission Expiratio Date: 03/11/2015 t:^,ry C.Mica-0 Notary ^._,; —7 York r QS-4 CARTER-MELENCE,INC. BALANCE SHEET DECEMBER 31, 2013 ASSETS Current Assets: Cash and Cash Equivalents $ 21,304 Contract Receivables (Note 2) 814,546 Prepaid Expenses 14,853 Total Current Assets $ 850,703 Property and Equipment(Notes 3 and 4) 528,952 Less: Accumulated Depreciation 404,431 124,521 Total Assets $ 975,224 LIABILITIES AND STOCKHOLDER'S EQUITY Current Liabilities: Current Maturities of Long-Term Debt(Note 4) $ 13,759 Accounts Payable 28,161 Payroll Taxes Payable 816 Pension Contribution Payable (Note 5) 51,717 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts (Note 6) 272,186 Income Taxes Payable 1,000 Total Current Liabilities $ 367,639 Other Liabilities: Long-Term Debt(Note 4) 23,549 Stockholder's Equity: Common Stock(No Par Value, 200 Shares Authorized, 10 Shares Issued and Outstanding) 1,000 Paid in Capital 100,000 Retained Earnings 483,036 584,036 Total Liabilities and Stockholder's Equity $ 975,224 CONTRACT AGREEMENT THIS AGREEMENT made this day of AD Two Thousand and Fourteen 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 "Erect Pre-fabricated MBMI Metal Building" AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and _(FILL IN FIRM NAME) , the project engineers, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor TITLE BY Martin Finnegan, Town Attorney (CORPORATE SEAL) A-2 + t ' VENDOR NAME: P A-zz W 1 At 1 HALT VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: ` 2. q Z 31o3(a OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: (V �S STATE FILED: NY If a non-publicly owned Corporation: qq CORPORATION NAME: Co 2. P52 L i N ASN SN A L-r I AJC LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) V k cj4U ) Co 2okajt o SR loo's, LIST OFFICERS AND DIRECTORS: NAME TITLE a^oV-oA CJv- Pye5�� v,) ..................................................■.............................■1 If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: 1 VENDOR NAME: ADDRESS: ©X 122R CONTACT: TELEPHONE: o `-9.0-D0 FAX: E-MAIL: 0-1�--�\ C-C e Coy-O.Z--L�of 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 9 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: 0SA- \'(1 c _ 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 Purchasing Agent. 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 F1 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. AUTHORIZEY S104ATURE Proposal Package 5 of 9 1 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. n e& SWORN TO BEFORE ME THIS Sig ature&Comp y Position ► CSC � ��c�OLrd (0Y-az�r1I � IV� 1l � Type Name&Company Position Ln22ini AsphW Inc. Company Name / NOTARY PUBLIC �U fu' `j CONSTANCE IISOWY Date Signed NOTARY PiJSUC-STATt OF NEW YORK No. 01 L16110900 Guollfled In Suffolk County Federal I.D.Number My Comral:slon Exolrgs June 01, 3016 Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: VENDOR ADDRESS: �� __(�-)ox Z TELEPHONE NUMBER: CP3 1 _�3y— 5tcCO FAX: CQ 3 k 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. Da ed / `7 Proposal Package 7 of 9 TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated UI B Ju Vn � ptle+�W aid' 06 fo® ,r P Gt c�pied 4rD�Q Lf/LS ( �W Dollars Cents Furnish and Install 6"Steel Reinforced re 2 Concrete Floor Slab ! �,'kc.)a ex 1 LS I ;Z 2-(Do0v for IC-La ?U t), 1A IA o /LS �J Dollars Cents �a TOTAL Ane-VWAKd s (3 L4 ,—1cx) due/7hv,�d d¢o�laean Dollars �U ,� Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATURE i PRINT NAME �} c��a 6�622Zi n 1 ✓� TITLE Pke—wanA DATE c�J Y1 Q /0 o7 7 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ��I ss.: On the '7/ day of JUrl-125110 0 q in the year 2014 before me, the undersigned, personally appeared, Ch a✓(y (-�)t/-Gl2�4hi , j,,/personally known tome or proved tome 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 CONSTANCE LISOWY NOTARY PUBLIC-STATE OF NEW YORK No. O1 L161 10900 Qualified in Suffolk County My Commission Expir9s June 01, 2016 Proposal Package 9 of 9 . t 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: �`�aZ��� � �ACorporationor (� a ners ip Entity FIRM NAME: CO raZ�n� �'\ :)ON-&+ �("--,An Individual PRINCIPAL OFFICE: W t ' PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE P rcs Jmt R i GharJ �0p MaC 56 L) Pf ej CO/oSfc�an Co'ca2?n n( CLA�C°3 -S/Ylf,L/V--- PaLAy1f 1. How many years has your organization been in business under its present business name? C�5 L(-.ea-,�'S +- 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: - ( acA n j, �0(-- Vw f e4ecb-k-) Cv n,Omc, j Vv1 3. Have you ever failed to complete any work awarded to you? PQ 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 r 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. N 6 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 W H +3 -bu nn 13 i✓h i nee✓in OUO G2'361 �J 1,901 ,(JtaA A0- R " 2q<�-Zq'o QS-2 f . 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity �C hen lb�✓�Sv� V-S R.&I eco titan i r Aeve ►� Ro�n�������4 i s` q 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: 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? 1, 1 QS-3 J 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF COUNTY OF S C�1Gt�'G C4Y'G1 z2i nr J✓ being duly sworn deposes n says that he is the of V contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of pe on who signed bid) Sworn to before me this I I/ day of )Y�,2014 Notary Public Commission Expiration Date: Ob lAol CONSTANCE LISOWY NOTARY PUBLIC-STATE OF NEW YORK No. 01 L16110900 Qualified In Suffolk.County My COMfMuft EXWfgt Jung 01. 2016 QS-4 CORAZZINI ASPHALT, INC. FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION FOR THE YEAR ENDED DECEMBER 31, 2013 BMKR,LLP Certified Public Accountants R BMKR,LLP Certified Public Accountants T 631293-5000 1200 Veterans Memorial Hwy.,Suite 350 F 631234-4272 &VIR Hauppauge,New York 11788 www.bmkr.com Thomas G.Kober,CPA Charles W.Blanchfield,CPA(Retired) Alfred M.Rizzo,CPA Bruce A.Meyer,CPA(Retired) Joseph Mortimer,CPA INDEPENDENT ACCOUNTANT'S REVIEW REPORT To the Shareholders of Corazzini Asphalt, Inc. We have reviewed the accompanying balance sheet of Corazzini Asphalt, Inc. as of December 31, 2013 and the related statements of income and comprehensive income, changes in stockholders equity 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 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. Hauppauge,New York March 9, 2014 Member American Institute of Certified Public Accounts Member Public Company Accounting Oversight Board CORAZZINI ASPHALT,INC. BALANCESHEET DECEMBER 31,2013 ASSETS CURRENT ASSETS: Cash $ 426,227 Contracts receivable 675,716 Securities available for sale 373,197 Inventory 99,148 Prepaid expenses 29,181 Due from affiliate 18,792 TOTAL CURRENT ASSETS 1,622,261 PROPERTY AND EQUIPMENT: Costs 2,786,870 Less: accumulated depreciation 1,709,872 TOTAL PROPERTY AND EQUIPMENT 1,076,998 OTHER ASSETS: Deposits 200 TOTAL OTHER ASSETS 200 TOTAL ASSETS $ 2,699,459 Page 2 BMKR,LLP Certified Public Accountants LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES: Accounts payable $ 287,760 Accrued expenses 6,096 Accrued pension expense 290,043 Payroll taxes payable 624 Current portion of long-term debt 90,943 TOTAL CURRENT LIABILITIES 675,466 OTHER LIABILITIES: Long-term debt 193,784 TOTAL LIABILITIES 869,250 CONTINGENCIES & COMMITMENTS 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 income 32,783 Retained earnings 2,192,426 TOTAL STOCKHOLDER'S EQUITY 1,830,209 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $ 2,699,459 See accompanying notes and independent accountant's review report. Page 3 BMKR,LLP Certified Public Accountants CORAZZINI ASPHALT,INC. STATEMENT OF INCOME AND COMPREHENSIVE INCOME FOR THE YEAR ENDED DECEMBER 31,2013 EARNED REVENUES $ 9,174,563 COSTS OF REVENUES EARNED 7,899,533 GROSS PROFIT 1,275,030 GENERAL AND ADMINISTRATIVE EXPENSES 1,027,772 INCOME FROM OPERATIONS 247,258 OTHER INCOME AND (EXPENSE): Interest income 2,168 Dividend income 11,097 Miscellaneous income 5,516 Interest expense (16,794) Realized loss on securities (1,456) Gain on sale of equipment 75,200 TOTAL OTHER INCOME (EXPENSE) 75,731 NET INCOME BEFORE INCOME TAXES 322,989 PROVISION FOR INCOME TAXES State 3,000 NET INCOME 319,989 OTHER COMPREHENSIVE INCOME: Unrealized gain on securities 10,212 TOTAL OTHER COMPREHENSIVE INCOME $ 330,201 See accompanying notes and independent accountant's review report. Page 4 BMKR,LLP Certified Public Accountants 1 i Corazzini Asphalt Inc. CAC Contracting Corp.is a signatory member of Local 138 Enl Qualifications: /Local 1298 Labor Union OSHA Certified Corazzini Asphalt Inc. is located at 6245 Cox Lane, Cutchogue NY 11935 Completed Projects: Westhampton Beach Marina $ 169,000 Project Manager:Steve Albertson Dunn Engineering, Ron Hill 288-2480 electrical,and decking Safe Route Project $ 600,000 Project Manager:Richard Corazzini Jr. Village of Southampton Curbs,Sidewalks,paving roads/parking lot and electrical 2012 Road Improvements-Village of Great Neck Project Manager: Richard Corazzini Jr. H2M group-Matt Mohlin 756-8000 $ 870,131 curbs,sidewalk,milling and paving Asplundh Construction-National Grid Project Manager: Richard Corazzini Jr. Milling and paving,concrete work at various national grid/LIPA sites and roadways Georgica Road Improvement $599,157 Project Manager: Richard Corazzini Jr. Village of Easthampton Paul F Rickenbach Jr (Mayor) 631 324-4150 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 Corazzini Jr. James Antonelli,Sidney Bowne Engineers 516 746-2350 Various projects of several years $550,000 Stone curbs,Mill and pave Village of Lloyd Harbor 2011/2012 $687,000 Project Manager: Richard Corazzini Jr. H2M group-Matt Mohlin 756-8000 Mill and resuface various roadways Inc Village of 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 4(631)476-2161 Paving and drainage of parking lot Resurface running track and install sport field equipment Mill and pave,drainage,curbs,install track Leisure Village,Ridge 2012 and 2013 Project Manager:Kevin Romanowski Repave of roads in homeowner's assocation 744-0473(Mike,manager) Mill and pave Cutchogue Fire District 734-6907 Project Manager:Richard Corazzini Jr. Glen Heidtmann&Sons,construction manager Improvement to parking lot $160,000+ curbs,mill and paving,line stripe Leisure Knolls,Ridge $500,000+ Project Manager: Richard Corazzini Jr. Repave of roads in homeowner's assocation Vincent Gaudiello, PE The Raynor Group 726-7600 Mill and pave TFCU,Hicksville Bank,and Southampton School District Project Manager:Richard Corazzini Jr. BBS Engineers 631 475-0349-Pete Dawkins WJ Northridge(General Contractor) -paved parking lot/installed tennis court/parking lot Gabreski Airport 106th National Air Guard Project Manager:Richard Corazzini Jr. John Azar Civil Eng 1-at gabreski 631 723-7438 Worked on several projects as a subcontractor over the years Concrete work,milling,overlay of parking area Centereach Fire District(Parking Lot) Matt Mohlin,PE H2M Group, Melville 756-8000 Project Manager:Kevin Romanowski $ 216,000 to perform drainage and asphalt paving 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 $342,000.00 performing concrete curbs,foundations,stone/paver work and paving Project Manager:Richard Corazzini 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 Corazzini Jr. Village of Lloyd Harbor 2008 West Neck Rd 8,2008 Asphalt Program Matt Mohlin,PE H2M Group,Melville 756-8000 $ 426,000 performing milling shoulder replacement and paving Remsenburg-Speonk USFD Project Manager:Steve Albertson Alex Gimpelman, PE Dunn Engineering Associates,PC 288-2480 7/07/08-12/31/08 $ 600,000 performed drainage,electrical,concrete,landscaping and paving NYS Dept of Parks Project Manager:Steve Albertson Kevin Mee,Engineer for Parks 321-3775 1/1/08-6/27/08 Bicycle Path Extension-4000 tons of<Project Manager: Kevin Romanowski Heckscher State Park $725,000 Project Manager: Kevin Romanowski Montauk Downs State Parks Fall 2006-Golf Cart Paths $70,000 Project Manager:Richard Corazzini Jr Wildwood State Park 5/07 $72,100 Resurface roadway and topsoil/seed Town of Southampton Highway Project Manager:Richard Corazzini Jr Annual Asphalt Contract Alex McGregor,Superintendent of Highways 728-3600 approx$250,000 to$1,000,000 annually annual requirements contract over last 15 years roadwork for Southampton township-asphalt paving Bonds/Insurance: Bond-RLI Surety-been bonded with them since year 2000 /Insurance with General Casualty Key Employee Richard Corazzini Jr-owner-Local 138 operator,coordinates municipalities Paul Corazzini paving and asphalt construction over 35 years of experience Kevin Romanowski-worked over 15 years-supervisor-managed projects/Local 138 operator carpentry/landscaping/excavation/paving/line stripe experience References: Town of Southampton-Highway Bob Welch (631)728-3600 Dioceses of Rockville Centre- Dirk Wojtczack-516 678-5800 ext 220 H2M Group Engineers-Matt Mohlin (631)756-8000 Sidney Bowne Engineers-James Antonelli 516 746-2350 Owns all equipment(3 pavers,a road grader,backhoes,skid steers,track machine,milling equipment excavator,2 rollers,8 dump trucks,3 flowboys) THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bond No. 06122014 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 Erect Pre Fabricated MBMI Metal Builing 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 10 Day of June 2014. Corazzini Asphalt, Inc. � f (Seal) Witness l itle) C1 -�' 2Zc,rt✓> �� V�-�J RLI Insurance _ ` f (Surety) (Seal) Witness l (Title) Matthew Wilkoff, Attorney-In-Fact Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms exactly to the language used in AIA document A310, February 1970 ED.. Individual Acknowledgment State of County of On the day of ,20____,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 Corporate Acknowledgment Slate of � County of `�...' O+_f_R�Y— 0 On the day of Jo, g^Q 2017 ,before me personally appeared C v-ctZa,c rtil to me known, who being by me duly sworn,did depose and say that he is the of the Ch �2 it 1 t A���^K Y l� the corporation described in and which executed the foregoing instrument;that he knows m 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. Not Public CONSTANCE LISOWY NOTARY PUBLIC-STATE OF NEW YORK No. 01 L16110900 Qualified in Suffolk County My Commission Evairos Jun*01. 2016 RLI® C1619a POWER OF ATTORNEY an RU Company RLI Insurance Company P.O.box 3967 1 Peoria,IL 61612-3967 Contractors Bonding and Insurance Company Phone:(800)645-2402 1 Fax:(309)689-2036 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 this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company,required for the applicable bond. That RLI Insurance Company, a Illinois corporation, and/or Contractors Bonding and Insurance Company, a Washington corporation (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Gerald J.Wilkoff,Matthew Wilkoff,Diane P.Alesci,Shirley Croker jointly or severally in the City of Mineola , State of New York ,as Attorney in Fact,with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver,for and on its behalf as Surety, in general, any and all bonds, undertakings,and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 1 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. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,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 Corporation by the President,Secretary,any Assistant Secretary,Treasurer,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 Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF,RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 14th day of March2014. `,`aQ1NGAND!/ySG,,i p,�"' r4•�rrry RLI Insurance Company ti Q�O•,.�pp�q,•9yy�;' `�\ayv�;...,,Z'4,gr+� Contractors Bonding and Insurance Company 0VkV 0 RA r, Ss. SEAL b = ; Vice President SEAL 979 Roy C.Di - - 1e State of Illinois •��'•......••'. SS k'QSN County of Peoria CERTIFICATE On this 14th day of March 2014 I, the undersigned officer of RLI Insurance Company, a stock before me, a Notary Public, personally appeared Roy C. Die who corporation of the State of Illinois, and/or Contractors Bonding and being by me duly sworn, acknowledged that he signed the above Power of Insurance Company, a Washington corporation, do hereby certify Attorney as the aforesaid officer of the RLI Insurance Company and/or that the attached Power of Attorney is in full force and effect and is Contractors Bonding and Insurance Company, and acknowledged said irrevocable; and furthermore, that the Resolution of the Company as instrument to be the voluntary act and deed of said corporation. set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Compan and/or Co ractors Bond' Insurance Company this � day of u��_ RLI Insurance Company Jacqu ine M.Bockle Notary Public Contractors Bonding and Insurance Company ...J-4- 3 "OFFICIAL SEAL" Roy C.Die Vice President NOTARY ?STATEIOF JACQUELINE M..BOCKLER ILLINOIS COMMISSION EXPIRES 01/14/18 3120357020212 A0059913 ACKNOWLEDGEMENT OF SURETY State of New York } } SS. County of Nassau } On this June 10, 2014 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 seal 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.A NOTARY PUBLIC,Stateate of of New York No.01 AL6182545 Certificate Filed in Suffolk County Commission Expires March 24,2016 Notary Public RLIRLI Insurance Company RLI Insurance Company P.O.Box 3967 Peoria IL 61612-3967 Phone:309-692-1000 Fax:309-683-1610 December 31, 2013 Admitted Assets Liabilities and Surplus Investments: Liabilities: Fixed maturities,.............................. $ 565,275,057 Reserve for unpaid losses and loss Equity securities.............................. 936,244,320 adjustment expenses........................ $ 444,285,643 Short-term investments......................... 2,488,289 Unearned premiums........................... 201,229,816 Real estate..................................... 22,332,965 Accrued expenses............................ 52,704,394 Properties held to produce income................... 0 Funds held.................................. 5,326,928 Cash on hand and on deposit....................... 27,278,945 Advance premiums............................ 4,990,302 Other invested assets,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 750,000 Amounts withheld............................. 61,410,396 Receivables for securites.......................... 0 Ceded reinsurance premium payable ............. 33,163,471 Agents'balances................................. 108,168,054 Payable for securities ......................... 0 Investment income due and accrued................. 6,186,935 Statutory penalties............................ 443,200 Funds held..................................... 4,000 Current federal&foreign income taxes............ 2,507,679 Reinsurance recoverable on paid losses.............. 4,352,755 Federal income tax payable..................... 13,100,904 Federal income taxes receivable..................... 0 Borrowed money and accrued interest 1,288 Net deferred tax asset............................. 0 Drafts outstanding,,,,............................ 0 Guarantee funds receivable or on deposit............. 64,220 Payable to affiiliate............................... 0 Electronic data processing equipment, Other liabilities .................................. 1,052,639 net of depreciation............................ 438,158 Receivable from affiliates.......................... 4,298,475 Total Liabilities.................................. $ 820,216,660 Other admitted assets............................. 1,555,812 Surplus: Total Admitted Assets $ 1,679,437,985 Common stock............................... $ 10,000,375 Additional paid-in capital ....................... 242,451,084 Unassigned surplus........................... 606,769,866 State of Illinois Total Surplus $ 859,221,325 County of Peoria Total Liabilities and Surplus $ 1,679,437,985 The undersigned, being duly sworn, 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.0 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 2013. Attest: ���" g 106119111NCE1CO% 00aPORArF.=9Z�^ Michael J.Stone President f Corporate SEAL , _ { Seal _ Affixed I N OXo��� Cynthia S. Dohm ��Al 11 Assistant Secretary ` Sworn to before me this 4th day of March, 2014. "OFF� :7O euCJACQUELR TATE OF Notarial WN01S COMMISSIO8 seal s { Affixed Jacqu"M.Bockl Notary Public, State of Illinois M0058314 t THE AMERICAN INSTITUTE OF ARCHITECTS so AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we CARTER-MELENCE, INC. 104 New York Ave. Sound Beach,NY 11789 as Principal, hereinafter called the Principal, and International Fidelity Insurance Company One Newark Center 20th Floor Newark,NJ 07102 a corporation duly organized under the laws of the State of NJ 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 of the Bid Amount-------------------------(5.00%), 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 Erect Pre-Fabricated MBMI Metal Building. 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 12th day of June 2014 C -MELENCE INC (Prin pal) (Seal) (Witness) (1 (Title)D ald J. O'Hanlon, President Inter nalAdeW Insurance Company /// (Suret (Seal) (�"j (Witness) (Title) EcImund J. rgassi, orney-in-Fact ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK ) COUNTY OF WESTCHESTER)ss; On the 12th day of June in the year 2014 ,before me personally came Edmund J. Bergassi to me known,who, being by me duly sworn, did depose and say that he/she resides at New Rochelle ,NY ,that he/she is the Attorney-in-Fact of International Fidelity Insurance Company ,the corporation described in and which executed the above instrument; and that he/she signed her/his name thereto by order of the Board of Directors of said corporation. Notary Public pA RIGA A MALONEY Notary Public,Mate of New York No.01 MA6154561 Qualified in Westchester County Ion;rtisslon Expires October 23,2014 t INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER,20TH FLOOR,NEWARK,NEW JERSEY 07102-5207 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2013 ASSETS Bonds(Amortized Value) ............... ...... ................ $31,509,516 Preferred Stocks(Market Value) ..... ........................... 500,000 Common Stocks(Market Value) ............................ ... . 72,911,462 Mortgage Loans on Real Estate .................................. 1,647,030 Cash,Bank Deposits&Short Term Investments ..................... 93,684,839 Other Invested Assets ............... ........................ 318,354 Unpaid Premiums&Assumed Balances .......................... 11,732,240 Reinsurance Recoverable from Reinsurers ......................... 2,478,315 Electronic Data Processing Equipment............... .......... 219,074 Investment Income Due and Accrued ....................... ..... 319,691 Net Deferred Tax Assets ............................ ......... 5,399,057 Health Care and Other Amounts Receivable ...................... 26,890 Receivables from Parent,Subsidiaries&Affiliates ................... 387,293 Other Assets ..... ......................................... 12.158.440 TOTAL ASSETS ................................... 5233,292.201 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net as to Reinsurance Ceded and Incurred But Not Reported Losses) ............................... $5,552,281 Reinsurance Payable on Paid Losses and Loss Adjustment Expenses ...... 4,143,085 Loss Adjustment Expenses .................................... 4,346,188 Commissions Payable,Contingent Commissions&Other Similar Charges.. 5,653,291 Other Expenses(Excluding Taxes,Licenses and Fees) ................. 5,787,847 Taxes,Licenses&Fees(Excluding Federal Income Tax) ............... 473,850 Current Federal and Foreign Income Taxes ........................ 417,364 Unearned Premiums ........................................ 35,500,215 Dividends Declared&Unpaid.Policyholders....................... 922,379 Ceded Reinsurance Premiums Payable ........................... 4,167,182 Funds Held by Company under Reinsurance Treaties................. 1,031 Amounts Withheld by Company for Account of Others ............... 59,435,171 Provision for Reinsurance..................................... 2,667 Payable to Parent,Subsidiaries and Affiliates........................ 104,335 Other Liabilities ........................................ ... 4,975 TOTAL LIABILITIES ............................ $126.511861 Common Capital Stock....................................... $1,500,000 Gross Paid-in&Contributed Surplus........ ..................... 374,600 Surplus Notes ............................. ............... 16 000,000 Unassigned Funds(Surplus)................................... 92,680,339 Less:Treasury Stock at cost(83,880 shares common)(value incl.$45.) ..... 3.774,600 Surplus as Regards Policyholders ................... $106,780,339 TOTAL LIABILITIES,SURPLUS&OTHER FUNDS...... 5233.292.200 I,Francis L.Mitterhoff,President of INTERNATIONAL FIDELITY INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets,Liabilities,Surplus and Other Funds of this Company,at the close of business,December 31,2013, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. ttIN TESTIMONY WHEREOF,I have set my hand and affixed the KMAL� seal of the Company,this 251h day of February,2014. '�Irow INTERNATIONAL FIDELITY INSURANCE COMPANY .;v�G y>4,:. ; r;1,�; S � ."•° $ { ;y 3 .a s'a t,•i� i y"r ? ', ,.r W'k r.,,�y� ,V,Za: Ni ro 11-x. �•:� I�,€•a r\F:.. p 'tc. . ,;- `. xx--��.,.',�1 ..:,�:C ,„,`�,�„`'j.tc••�..¢Z. >j.:..:::.. .. .�,f. •'t;. :? 1�" < . C w ^':..r'"x .a �, , 4 3 .. ..f, 4 L Ti d' ,3• f t kc�...,K w 't ; }.k k e TK .4y Yi• v, t,i:- t'. l``7€ w 3- '�( w`..r" i AW '-, 11 bS. 6 � ft,R 'y .h, Fps "31fd zr � #t � 'a 4 K � l," fix... 5 � i i d 2� ,x t o- 4 * ' ' AC,LiE� faJ�4 ClNY I t- NEWARK CENTER,BOTH; 10* k N_11E ARK,., , JERSEY.;£? 102 W KNOW ALL MSN 8Y THESE PRESENTS That t..1.. TtONAL FtC3ELiTY iN$t1.tRAtVCE COMPANY,a corpti afio1.n organized:and existing under the laws of the State.of New Jersey, and ALL.EGHBNY CASUALTY COMPANY a ccarporaton agar 14 d and ezisfing under the lavas of the State of ; Pent sylvarua„having #heir principal office in the City Qf;Newark,Nevv Jersey,do Hereby constitute and appoint ' EDMtJN1. ©J SEaASS) New Roch_;]1:_ !_� � I I.,� ­.. , .1. - ..; ,.. : , 1. -1 .. I '' I . I .1 �. _�:. 1:�, - . I I � . - I. .� 1. elle,NY. their fnie arxi tavaful.attorrtey(srin-fact to execute"seek ai d deliver far and oil its beha)f as surety,arty and alt bonds and undertakings',c7nttacts of indemnity and other wntings obligatory inti the naq, °thereof<uvl7ich are or may;be allcavved required or p.a miifad f law statute.rote'r tatjon contrast.or Ah -i arid.the exea.. n of.such instruritent(s in rsu ce of these presenfs,ahai) be;'as bind upon the said'1N�ERI�AO.NAt 1�1QELITY INSUftANGE COMPANY and Ai_LEGHENY CASUAL t UMp Ys as fully and amply. th ail;inti nts purposes as if the same had t7eeri`duly executed and11 11, acciiovvledgedill,'by thetr regularly elected officers at their1.prircipa1.41ffies This.Power of AtkQmey.:is execated and ma :tie rovokod, pursue t tp 1. and authdniy if the �ih+s of )N fERNATIO' FIDELkTY INSURANCE COMPANY and HENY CASUAL�Y C�MPANY and rs un.10 and bjt.authnrity of the f r�tt�rt ado the .Board of,Direct+xs11 of INTI`RNATtar AL FitEL)TY INSURANCE Ct�MPANY ata rneefing d �y�held tin#tie 2Dth rJay of July,2f1 and by itis I�oatd`oOirectArs of ALLEt;HENY CASU,4l.TY GtJMPAfVI'at a meeting dular hettl on.the t5th 71ay of usf . _ . "RESQiKVED >ktat {fi the President Vice Presiders��t,Executive Presdient or Secre the Corpotation,shas have er#o ap nt,arid to revoke I appoinlmenis of, mays ut»Fact or:agerit- A aitd authqmy as. eft do ..I to(hair[s§psctive a�y,aricf exec to on behalf 11 II. of the Cokpom4an and affix the Corporation's;seal th t5artds,t lertakrngS, r nt air s cxrratmcfs ttf arse and t>tlier wrilken obll twns ,:the nature ihsraof'ar re tell: thereto; and(Z)arty t , _.cif the ratlor}may appotrrtand`rev the itr>eri�of.loint-cvntreil c ens,agents for atria tante of.proc�ss,and Attorneys-in-fact wcfi Alu�fhority to ax aIs end cnSen�s tin ; cif _ tion;at+d (3).the sigtiatctrs t any such c>f the-Ox and:the Corporations seal may t aftixetlfacirrii to ani Y of arty orficatlort'given for.:the s�ceCufion of any mond uitdertali'rng recognizance contract of mdemrsity of other written oW twn in tits riatuFe thereof or re tad tf�ere#o,such signahmand.ssals when so used whet ieretofors or fiereaf#er betrtig hereby ado fid'byr the': as the original;s attics of�auah,officfec and the odgfinal seat of.the Corporation,tp vafid and binding upon°:Ihs Corporation:with the same force and effect as though mama, at I fio .0 1.1. f.. . IN Wl f NESS WHEftEQF, kNTERNAf1i3NAL .IIJELITY 1NSURANCE COMPANY and ALLEGHENY OASUALTY COMPANY have each executed:and attesteri#hese presb.ents on this:12th dad+ct#Marcfi:;2pi21.1�. +' cTotinoOfPEs ez JERSEY ' � F . .: ,, . FtQBERT vii MINTEt ► #mo Fldss#ykrdentfCht g Offic er1. Ly��4 Era . 1. {tn a nsura o ny) I . 111 . and Preside1.nt{Allegheny Casualty : nY). 1. On this 12tl day of Marek 2©12, before'me came the individual yiilto executed the preceding instrument,to me persc_ally known an being-by me duly s . - said he.:is the Therein described acid auth anzcd:officer of:INTERNATI©NAL FIDELITY INSURANCE COMPANY ante ALLEGHENY CASUALTY. COMPANY that ' is"seals affixed'to"said instrument'are the:Corporate Seats of;said Campanles-'that the;said Corporate Seals and'-1 msign,ure were duly affedby order of the Boards of Directors of said Companies. - 1. IN EESTIAA.- . WHEREOF,`I havettiereunto set m hand affixed my Official Seal yy attire City of Nevvarlc.New Jersey the day and year first above written. 1. l�'' Q " . !•r 1. NQTARY c.. --� P;U 131`1.1 o; * 1. A NOTARY,PUBUC OF NEW JERSEY 'L1. 1. ivly'Commissxin Expires Nov:21oi5I 11 ',TEF .. CERTIFICATION 1,the undersigned otficor of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY O N ,AL1`Y COMPANY do hereby Certify fila#1 have I 11 cornpaI.ced the foregoing copy of'the Power of Atlomey and affidavit;end the copy of the Sections of the By-Caws1. of said Corripenni651. as;set.forth in said 1. Power of Attorney, with the originals on file in the(wme office of said ei3n pames, and that the same are correct transcnpi�,fhereof;a,dal ft whole:: of the said originals,and:that the said Power of Attorney has not been revoked and is now In foil farce and effect iN.TESTIMONY. WHEREOF. i h1.ave tie1. Ireunty:set my hand.this {fi-11t day tiF- due, . 201 -�� _�.*,,i:;, , ­ :, ­�. . t:";-k i:,�i:, , :�:_' :��:.:�� :I:i��i,.: , _.. �0, _. _ - �- �_�'. i.�S *i;!;. - � - �i_ . . ��:::­;:.­_ '. , ... _ ._ - ­i :i:�:i::--,. �.: i;.: _ ::�,_:i­ ,___`��,,,i:� .. ­ ,._ � -: , " . .'' _.et'-i i'-- :%­._ ' ­.­. �.....;� ��-,::,�'.���"'�.'�.'.-.�.-,".��. .., _­ � ­­­ ...i,�;�'..­,'. ':. ­0 .:__._,m::: ::i.�. _-� _.�_ ;. � � ­, '.. ,: ".. . ..':7 i : .I.- _:� :­­ �:._­, -.-:i_".11_.. , .. :;,. _­ i-:. � :. . .. .1 . n.,�,� '�__ �i . � . ,� :_.-iii:.:�z'':. . .,._ .:.­, :,.., . .. ,!� :" iA BRANC¢,Ass3s#arrt ae r b .a 3. :k s` tt `F s'�-:''t -•' `moi1 .x. r 'i" C v , x §.. .qtr € � w t -:�._..a.. ... ... i it 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 5%of amount bid not to exceed $5700 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 Erect Pre-Fabricated MBMI Metal Building 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 bid opening,this bond shall be void and of no force and effect. Signed and sealed this 12th day of J 2014. r KJB INDUSTRIES INC. Witness: o rt anchak (Principal itte) (Seal) /_'?, �� j COLONIAL SURETY COMPANY Wit e Robert anchak Anthony J. Cimas (Attorney-in-fact)(Seal) COLONIAL SURETY COMPANY Duncannon, Pennsylvania Administrative Office:50 Chestnut Ridge Road, Montvale, New Jersey 07645 GENERAL POWER OF ATTORNEY Know all Men by These Presents,That COLONIAL SURETY COMPANY,a corporation duly 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 NY Wayne Nunziata or Anthony J.Cimasko or Audie B.Murphy of Montvale and the State of New Jersey its true and lawful Attorneys)-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 bind the Company thereby as fully and to the same extent as if such bonds were signed by the President,sealed with the cor- porate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys)-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 meeting held on the 25th day of July,1950. "Be it Resolved,that the President,any Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section L Attomey-in-Fact Attorney-in-Fact may be 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, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "in Witness Whereof,Colonial Surety Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed the 27th day of April ,A.D.,2011. �\gurety CaCOLONIAL SURETY COMPANY Qc\ 3� State of New Jersey Incorporated j By ' SS.: U —•— `< Wayne Nunziata,President County of Bergen * 1930 �nnsy��a� On this 27th day of April in the year 2011,before me Theresa Spinelli ,a notary public,personally appeared Wayne Nunziata 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 it. 9��'SwJe THERESA SPINELLI A Notary Public of New JerseyMy Commission Expires September 9,2015 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 I 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 duly called and held on the 30th of January 1968,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 12th day of June 20 14 Original printed with Blue and Black ink. For verification of the authenticity of this Power of Attorney you may call(201)573-8788 and ask for the Power of Attorney clerk.Please refer to the above named individual(s)and details of the bond to which the power is attached. Audie B. rph Secretary Form 5-100-101 (Rev 1/11) COLONIAL SURETY COMPANY Duncannon, Pennsylvania - Inc 1930-- FINANCIAL STATEMENT—DECEMBER 31, 2013 ASSETS LIABILITIES &SURPLUS *Stocks and Bonds . . . . . . . . . . . . . . . . . . . . $ 36,011,345 Reserve for Unearned Premiums. . . . . . . . . . . $ 6,412,720 Cash in Office &Banks . . . . . . . . . . . . . . . . . . 6,620,065 Claim Reserves. . . . . . . . . . . . . . . . . . . . . . . . . . 11,953,951 Accrued Interest&Dividends. . . . . . . . . . . . . . 304,340 Other Liabilities . . . . . . . . . . . . . . . . . . . . . . . . . 1,218,133 Premiums&Agents Balances Receivable . . . . 483,038 Collateral Held . . . . . . . . . . . . . . . . . . . . . . . . . . 1,008,361 Other Assets . . . . . . . . . . . . . . . . . . . . . . . . . . 3,146,007 Capital Stock . . . . . . . . . . . . . . . . . . . . . . . . . . . 3,000,000 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Surplus . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22,971,630 Total Admitted Assets. . . . . . . . . . . . . . . 46,564,795 Total Liabilities &Surplus . . . . . . . . . . . . . . 46,564,795 *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, 2013. IN WITNESS WHEREOF, I have signed this statement at Montvale, New Jersey,this 24th day of March,2014. Surety Co off' Wayne Nunziata President p Incorporated * 1930 t � 8nt)s y%'q Theresa Spinelli Notary Public Theresa Spinelli A Notary Public of New Jersey My Commission Expires September 9,2015 SCOTT A. RUSSELL ° JAMES A. RICHTER R.A. " € # ¢ - SUPERVISOR rt MICHAEL M. COLLINS, P.E. TOWN HALL - 53095 MAIN ROAD TOWN OF SOUTHOLD,NEW YORK 11971 Tel (631)-765-1560 C Fax. (631) 765 9015 OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 001: June 9, 2014 Page 1 of 1 i PROJECT: Invitation to Bid—ERECT PRE-FABRICATED MEMI METAL BUILDING Peconic, Town of Southold Suffolk County, New York Attention Bidders: The requirement for Excess/Umbrella Insurance on page SIR-1 is stricken from the Bid Documents in its entirety. This requirement is included below for reference: "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$5,000,000(Five million dollars) each occurrence and aggregate." SCOTT A. RUSSELL £ .. JAMES A. RICHTER, R.A. «q , SUPERVISOR MICHAEL M. COLLINS, P.E. TOWN HALL - 53095 MAIN ROAD TOWN OF SOUTHOLD,NEW YORK 11971 Tel (63 I)-765-1560 y Fax (631) 765 9015 OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 001: June 9, 2014 Page 1 of 1 PROJECT: Invitation to Bid-ERECT PRE-FABRICATED MBMI METAL BUILDING Peconic, Town of Southold Suffolk County, New York Attention Bidders: The requirement for Excess/Umbrella Insurance on page SIR-1 is stricken from the Bid Documents in its entirety. This requirement is included below for reference: "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$5,000,000(Five million dollars) each occurrence and aggregate." #11716 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 29th day of May, 2014. Principal Clerk Sworn to before me this day of 2014. RISTINA VOLINSK I NOTARY PUBLIC-STATE OF NEW YORK No. 01V06105050 Qualified in Suffolk County My Commission Expires February 28, 2016 LEGAL NOTICE INVITATION TO BID TOWN OF SOUTHOLD 53095 MAIN ROAD,SOUTHOLD,NEW YORK 11971 PHONE:631-765-1560/FAX:631-765-9015 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOL- LOWING: BID NAME:"ERECT PRE-FABRICATED MBMI METAL BUILDING" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 29,2014 PLACE OF OPENINGS DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 12,2014 2;00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins,EE. Town of Southold,631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER 2)BID NAME BID MUST BE ACCOMPANIED BY A 5%BID SECURITY. A non-mandatory pre-bidder's conference will be held at 10:00 AM on June 5,2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. DATED:May 20,2014 ELIZABETH A.NEVILLE 11716-1T 5/29 SOUTHOLD TOWN CLERK TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING PECONIC, TOWN OF SOUTHOLD, SUFFOLK COUNTY,NEW YORK u Prepared Bv: TOWN OF SOUTHOLD 53095 Route 25 P.O. Box 1179 Southold, N.Y. 11971 TABLE OF CONTENTS TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Title Page ------ Table of Contents ------ Invitation to Bid ------ Instructions to Bidders IB-1 thru I13-6 NYS Wage Rates ------ Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-17 Proposal Form Package Proposal Form Package Pages 1 thru 9 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 Specifications Divisions 1 thru 3 Overall Site Plan MBMI Metal Buildings, Inc. - Cover Sheet & Drawing Nos. 1 through 8 (9 Pages Total) New Metal Building—Drawing A-1 & Drawings F-1 through F-4 (5 Pages Total) MBMI Shipping List for Pre-Fabricated Metal Building Parts (11 Pages Total) TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "ERECT PRE-FABRICATED MBMI METAL BUILDING" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 29, 2014 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 12, 2014 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. 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-mandatory pre-bidder's conference will be held at 10:00AM on June 5, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance 9. Time Limit to Complete Work 10. Bid Reservations 11. Non-Collusive Statement 12. Addenda and Interpretations 13. Method of Award 14. Single Price Bid Analysis 15. Municipal Exempt Status 16. Labor Law 17. Wage Rates 18. Insurance Required by the Town of Southold 19. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Erect a Pre-fabricated MBMI Metal Building in Peconic, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 PM prevailing time on June 12, 2014, 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 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 the completion of ten percent(10%) of the work under the Contract. (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract required IB - 2 INSTRUCTIONS TO BIDDERS 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 thirtV 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 and Specifications or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to complete the 113 - 3 INSTRUCTIONS TO BIDDERS 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 AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1)year after the date of final acceptance of the work. The successful bidder, upon failure to execute and deliver the bonds required within ten (10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be relet including the cost of such reletting less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed, the bid security accompanying the bid will be returned. IB - 4 INSTRUCTIONS TO BIDDERS 9. TIME LIMIT TO COMPLETE WORK The contractor shall complete the work within two (2)months of execution of the Contract. 10. 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 Purchasing Agent. 11. 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. 12. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Town Engineering Department of Southold - 53095 Route 25, P.O. Box 1179, Southold, New York 11971 or fax 631-765-9015, 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. 13. 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. 14. 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. 15. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. IB - 5 INSTRUCTIONS TO BIDDERS 16. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 17. 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. 18. 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)Owner's and Contractor's Protective Liability (e)Workmen's Compensation Insurance (f)Disability Insurance and Unemployment Insurance 19. 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. IB - 6 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.state.ny.us NEk,�gP Andrew M.Cuomo,Governor 9,� `"""' a Peter M.Rivera,Commissioner 'SENT Town of Southold Schedule Year 2013 through 2014 Michael Collins,Civil Engineer Date Requested 04/28/2014 P.O.Box 1179 PRC# 2014003664 53095 Main Road Southold NY 11971 Location Southold Town Highway Yard Project ID# Project Type Erect a pre-fabricated MBMI metal building including foundation and floor slab. Furnish and install overhead doors for building. 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 2013 through June 2014. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name&Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 www.labor.state,ny.us. PW 200 PWAsk@labor.state.ny.us STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of all accidents(general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $5,000,000 (Five million dollars) each occurrence and aggregate. SIR - 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: 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. 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 SIR- 2 STANDARD INSURANCE REQUIREMENTS 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 ROUTE 25, P.O. BOX 1179 SOUTHOLD, NY 11971 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR- 3 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC - 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC - 2 GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract, to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first-class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or (b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground 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 (Town Code)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 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) Demolition permit (2) Building_permit (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) U.S. Army Corp of Engineers 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, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor" GC - 4 GENERAL CONDITIONS to coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards) with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall be at the option of the Highway Department. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1 A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death)and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS, OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY TOILET: The Contractor shall provide and maintain a sanitary temporary toilet. 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 GC - 7 GENERAL CONDITIONS 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 furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage 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. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding, the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of 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. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. GC - 9 GENERAL CONDITIONS 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed,remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the 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. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all 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. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation; the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this 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. 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. GC - 11 GENERAL CONDITIONS 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas 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 - 12 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, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgement of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his,their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgement of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1)By such applicable unit prices, if any, as set forth in the Contract; or 2) 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 SIXTY (60) DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6—Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT SECURITY (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of acceptance of the work by the Engineer. CC -4 CONDITIONS OF CONTRACT (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 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 CC - 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8)hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for 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 CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Lump Sum: Upon the completion and acceptance of the work specified and contracted for, the Owner will pay the full amount, 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. (b) Contractors and subcontractors are required to submit to the Town a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury, prior to being paid for the work under this contract. 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 release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a 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. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. CC - 8 CONDITIONS OF CONTRACT 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 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. CC - 9 CONDITIONS OF CONTRACT 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, 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. CC - 10 CONDITIONS OF CONTRACT 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work,the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation,the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgement, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the work shall be governed and so performed. CC - 11 CONDITIONS OF CONTRACT 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. 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 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 CC - 12 CONDITIONS OF CONTRACT materials for the work; (b)To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT 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 (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 CC - 13 CONDITIONS OF CONTRACT 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 work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) To store his apparatus, materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material, temporary 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 CC - 14 CONDITIONS OF CONTRACT 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 included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership, or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or CC - 15 CONDITIONS OF CONTRACT 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 Upon completion of the demolition and excavation work under this Contract, the Contractor shall fill all excavated areas with clean granulated fill to natural grade and restore all disturbed areas with 6"of topsoil and grass seed mix as per the project Specifications. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor,his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. CC - 16 CONDITIONS OF CONTRACT 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. 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 - 17 Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: June 12, 2014 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 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 Purchasing Department. 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 9 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 ..................................................■.............................■1 If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 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 9 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 Purchasing Agent. 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 9 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 DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building 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 9 TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated MBMI Building for /LS Dollars Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor Slab 1 LS for /LS Dollars Cents TOTAL $ Dollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 9 of 9 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: A Corporation A Partnership or Entity FIRM NAME: An Individual 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. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name o£ Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): 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? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of , 2014 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of AD Two Thousand and Fourteen 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 "Erect Pre-fabricated MBMI Metal Building" AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and _(FILL IN FIRM NAME) the project engineers, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor TITLE BY Martin Finnegan, Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 DIVISION 1 -GENERAL REQUIREMENTS TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, PLANS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS—DIVISION NO. 1 —GENERAL REQUIREMENTS Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities&Temporary Controls 01501 Health& Safety Provisions 01502 Environmental Protection 01770 Project Closeout DIVISION 1 - Page 1 of 17 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010- GENERAL SITE The site of the proposed general construction for the ERECT PRE-FABRICATED MBMI METAL BUILDING project is located in the Town of Southold at The Highway Yard off of Peconic Lane, County of Suffolk, and State of New York. BACKGROUND The Town of Southold purchased a pre-fabricated metal building from MBMI Metal Buildings, Inc. in 2009. The parts for this building have been stored by the Town since the date of purchase. The Town will deliver the building parts to the Southold Town Highway Yard, where the Contractor will inspect the parts and compare them to the shipping list provided by MBMI and included in the bid package. The Contractor will prepare a written list of 1) any parts it deems too damaged to use, and 2) any missing parts. Any additional costs above and beyond the original contracted price based on the Contractor's initial bid will be mutually agreed pon prior to proceeding with the project. Once this process has been completed, the Contractor will proceed with erecting the metal building, including setting the anchor bolts, constructing the foundation and pouring a 6"reinforced concrete slab floor in accordance with 1) the Overall Site Plan, 2) MBMI Metal Buildings, Inc. - Cover Sheet & Drawing Nos. 1 through 8 (9 Pages Total), 3) New Metal Building—Drawing A-1 & Drawings F-I through F-4 (5 Pages Total) and 4) all applicable New York State building codes. SCOPE A. The Contractor is to be advised that a pre-bid site visit is scheduled for June 5, 2014 at LOAM, and it is Strongly Recommended that each contractor bidding on the project attend this site visit. B. In general, the work shall include but not be limited to the following: • Installation of new concrete curbing and sidewalk • Installation of a handicapped access ramp • Restoration of all disturbed areas of the site to pre-construction condition C. Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the Construction Specifications Institute as follows: 1. General Requirements 2. Site Work 3. Concrete 4. Masonry(Not Used) 5. Metals(Not Used) 6. Wood (Not Used) 7. Thermal and Moisture Protection(Not Used) 8. Doors and Finish Hardware (Not Used) DIVISION 1 - Page 2 of 17 DIVISION 1 -GENERAL REQUIREMENTS 9. Finishes (Not Used) 10. Specialties (Not Used) 11. Equipment(Not Used) 12. Furnishings (Not Used) 13. Special Construction(Not Used) 14. Conveying Systems (Not Used) 15A. H.V.A.C. (Not Used) 15B. Plumbing (Not Used) 16. Electrical (Not Used) D. The work covered under these Divisions shall be bid under one (1) separate Contract: 1. Contract A- General Construction 2. Contract B -H.V.A.C.—NOT USED 3. Contract C-Plumbing—NOT USED 4. Contract D—Electrical—NOT USED E. The Prime Contractor shall be responsible for coordinating the contractual construction schedule. Upon award of this contract the Prime Contractor shall submit a computer generated critical point method schedule indicating all items of work under the contract and in accordance with the Contractor's associated work. It is the Contractor's responsibility to update the schedule as required to reflect any changes in the schedule. SHOP DRAWINGS The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may require for the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit Four(4) copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be again employed. DIVISION 1 - Page 3 of 17 DIVISION 1 - GENERAL REQUIREMENTS INSPECTION All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer regarding any items of construction or reconstruction that may be questionable. MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his operations. The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. The Contractor shall not deposit or store any equipment or materials within the Site Area except with written permission from the Engineer. MAINTENANCE AND PROTECTION OF UTILITIES A. 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. B. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. C. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right- of- way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. LABOR, LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York, the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics DIVISION 1 - Page 4 of 17 DIVISION I - GENERAL REQUIREMENTS skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. QUALIFICATIONS All bidders must have been established in the type of construction of whichever Prime Contract they are submitting a bid for as specified in the Contract Documents for a period of at least five (5) years. Bidders must furnish a list of a minimum of five (5) projects of similar type construction that was built by them in the Nassau - Suffolk area. List must contain name, address and telephone number of client's engineer for which each project was undertaken by Contract. A minimum of five (5)of the projects must have been built for municipal clients. APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list of proposed Subcontractors to the Engineer for approval. The list shall contain firm names, names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Engineer for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5) projects for each proposed Subcontractor must be submitted. B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform with the latest A.S.T.M., A.W.P.A., A.S.A., N.E.C., I.E.S., etc. Specifications as may relate to or govern the construction work. CONTRACT DRAWINGS The drawings accompanying and forming part of these Specifications bear the title Highway Handicapped Entrance. CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory DIVISION 1 -Page 5 of 17 DIVISION 1 -GENERAL REQUIREMENTS to the Engineer. GUARANTEES A. Before issuance of the final certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. B. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by making of the repairs or corrective work shall be done without any cost or expense to the owner, and at the entire cost and expense of the Contractor,within five (5) days after notice to the Contractor. The owner may have the work done and charge the cost thereof to the Contractor and/or his Sureties who agree to pay the owner the cost of such work if the Contractor fails to respond as required. END OF SECTION SECTION 01025—MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor, materials,tools, equipment, appurtenances and all services necessary to perform all Work as required by the plans and specifications or as required by the Engineer, at the lump sum or unit prices for the items listed herein. Upon the completion and acceptance of the work specified and contracted for, the Owner will pay the full amount, 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. END OF SECTION SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following: DIVISION 1 - Page 6 of 17 DIVISION 1 -GENERAL REQUIREMENTS A. Temporary Controls — Barriers, enclosures and fencing, protection of the Work, and water control. B. Construction Facilities — Access roads, parking, progress cleaning, project signage, and temporary buildings. TEMPORARY SANITARY FACILITIES A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. F. Comply with all applicable codes and arrange for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. B. Accident 1. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witness. 2. If death or serious injuries or serious damages are caused, the accident shall be reported as soon as practicable by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. DIVISION 1 - Page 7 of 17 DIVISION 1 - GENERAL REQUIREMENTS PARKING The Contractor's personnel shall not park on the main road or adjacent private side streets. PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as designated by the Owner. REMOVAL OF UTILITIES,FACILITIES AND CONTROLS A. Clean and repair damage caused by installation or use of temporary work. B. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION SECTION 01501 —HEALTH AND SAFETY PROVISIONS REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 — Occupational Safety and Health Standards, and 29 CFR 1920—Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the Owner may put the work into such a condition that it shall be, in his opinion, in all respects safety, and the DIVISION 1 -Page 8 of 17 DIVISION 1 - GENERAL REQUIREMENTS Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Owner. The fact that the Owner or the Engineer does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for loss, damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION SECTION 01502- ENVIRONMENTAL PROTECTION WORK INCLUDED A. The Contractor shall furnish all labor, equipment, and materials required for environmental protection during and as the result of construction operations under this Contract except for those measures set forth in other provisions of these Specifications. Environmental protection requires consideration of air, water and land, and involves noise and solid waste management as well as other pollutants. APPLICABLE REGULATIONS A. In order to prevent environmental pollution and to provide for environmental protection arising from construction activities related to the performance of this Contract, the Contractor and his subcontractors shall comply with all applicable, Federal, State and local laws and regulations concerning environmental protection, as well as the specific requirements stated in this Section and elsewhere in the Specifications. SUBMITTALS A. Implementation Plan Prior to commencement of the work, the Contractor shall: 1. Submit in writing his plans for implementing this Section for environmental protection. DIVISION 1 - Page 9 of 17 DIVISION 1 - GENERAL REQUIREMENTS 2. Meet with the Engineer to develop mutual understandings relative to compliance with the provisions of this Section and administration of the environmental protection program. B. Erosion and Sedimentation Plan 1. The Contractor shall submit to the Engineer for approval, a detailed erosion and sedimentation plan sufficiently in advance of construction so as not to delay initiation of work. The plan shall include location and construction details of the Contractor's proposed dikes, basins, etc. In addition, the Contractor shall provide and submit his control measures for stockpile material. No site work may commence without an approved plan. Plan should conform to New York State Guidelines for Urban Erosion and Settlement Control. 2. Contractor is to size the erosion and sediment control system consistent with the NOAA Climatologically Summary data for Albany, New York. PRODUCTS GENERAL A. All materials shall be in accordance with the Contractor's plan for environment protection. MATERIALS A. Silt Fence 1. Silt fence shall be Style 1380 silt stop as manufactured by Amoco Fabrics and Fibers Company, or equivalent. B. Hay 1. Hay for use as erosion barrier shall be baled in rectangular bales and shall be tied with twine. C. Snow Fence 1. Snow fence shall be vertical wood lath tied with wire. Snow fence shall be a minimum of 36 inches in height with wood lath spaced approximately 3 inches on center. D. Burlap DIVISION 1 - Page 10 of 17 DIVISION 1 - GENERAL REQUIREMENTS 1. Burlap erosion control fabric shall be a woven landscaping fabric such as geojute, as manufactured by Belton Industries or equivalent. EXECUTION PROTECTION OF LAND RESOURCES A. General — It is intended that the land resources within the projects boundaries and outside the limits of permanent work performed under this Contract be preserved in their present condition, or be restored to a condition after completion of construction, that will appear to be natural and not detract from the appearance of the project. The Contractor shall confine his construction activities to areas defined on the Plans or in the Specifications except with written approval of the property owners and the Engineer. B. Prevention of Landscape Defacement — Limits of working areas includes areas for storage of construction material, and shall be cleared in a manner which will enable satisfactory restoration and which will not affect the environment during or after the construction period. The Contractor shall not enter beyond the working limits of the working area except with written approval of the Engineer and Owner. C. Location of Storage — The location of areas for storage of the Contractor's materials required temporarily in the performance of the work, shall be within the limits of the working area and shall require written approval of the Engineer prior to use. The preservation of the landscape shall be an imperative consideration in the selection of all such sites. Where temporary structures are constructed on sidehills, the Engineer may require cribbing to be used to obtain level foundation. Benching or leveling of earth may not be allowed, depending on the location of the proposed facility. D. Post-Construction Cleanup or Obliteration — The Contractor shall obliterate all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction. It is anticipated that excavation, filling and plowing of roadways will be required to restore the area to near natural conditions which permit the growth of vegetation thereon. The disturbed areas shall be graded and filled as required, and topsoil shall be spread to a depth of no less than 6 inches over the entire area and the entire area shall be seeded. PROTECTION OF WATER RESOURCES A. General — The Contractor shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens, calcium chloride, acids, or harmful materials. It is the responsibility of the Contractor to investigate and comply with all applicable, Federal, State, County, and Municipal laws concerning pollution of rivers, streams and DIVISION 1 - Page 11 of 17 DIVISION 1 - GENERAL REQUIREMENTS impounded water. All work under this Contract shall be performed in such a manner that objectionable conditions will not be created in streams through, or bodies of water adjacent to, the project area. B. Erosion— Surface drainage cuts and fills within the construction limits, whether or not completed, and from borrow and waste disposal areas, shall, if turbidity producing materials are present, be held in suitable sedimentation basins or shall be graded to control erosion within acceptable limits. Temporary erosion and sediment control measures such as berms, dikes, drains or sedimentation basins, if required to meet the above standards, and shall be provided and maintained until permanent drainage and erosion control facilities area completed and operative. The area of bare soil exposed at any one time by construction operations should be held to a minimum. C. Apply temporary mulch on denuded ground immediately after rough grading is completed. This shall apply to all reasons not subject to appreciable traffic during construction, even those that are to receive some form of construction later if ground is to be exposed 30 days or more. D. Upon approval by the Engineer, stream and drainage ditch crossing by fording with equipment shall be limited to control turbidity, and in areas of frequent crossings, temporary culverts or bridge structure shall be installed. Any temporary culverts or bridge structures shall be removed upon completion of the project. Fills and waste areas shall be constructed by selective placement to eliminate silts or clays on the surface that will erode and contaminate adjacent streams. E. Spillages — At all times of the year, special measures shall be taken to prevent chemicals, fuels, oils, greases, bituminous materials, waste washings, herbicides and insecticides and cement and surface drainage from entering public waters. Should a spillage into the public waters occur, the Contractor shall immediately notify the proper authorities. The Contractor will be responsible for any and all costs associated with the cleanup of spillages. F. Washing and Curing Water — Water used in embankment material processing, aggregate processing, concrete curing, foundation and concrete cleanup and other wastewaters shall not be allowed to re-enter the waterway if an increase in the turbidity of the waterway will result therefore. At the point where this water enters the waterway, precautions must be taken to assure that no permanent damage or serious temporary damage is caused by change of the pH factor of the stream or by introduction of nutrients or oxygen-consuming materials. Chemicals shall be adjusting pH factor, if required. G. Disposal — Disposal of any materials, wastes, effluents, trash, garbage, oil, grease, chemicals, etc., in areas adjacent to streams or other waterways shall be strictly prohibited. If any waste material is dumped in unauthorized area, the Contractor shall remove the material and restore the area to the condition of the adjacent undisturbed area. If necessary, contaminated ground shall be excavated, disposed DIVISION 1 - Page 12 of 17 DIVISION I - GENERAL REQUIREMENTS of as specified hereinbefore, and replaced with suitable fill material, compacted and finished with topsoil, all at the expense of the Contractor. PROTECTION OF FISH AND WILDLIFE A. The Contractor shall at all times perform all work and take such steps required to prevent any interference or disturbance to fish and wildlife. The Contractor will not be permitted to alter water flows or otherwise disturb native habitat adjacent to the project area which, in the opinion of the Engineer, are critical to fish or wildlife. Fouling or polluting of water will not be permitted. Wash waters and wastes shall be processed, filtered, pounded, or otherwise treated prior to their release into streams or other waterways. Should polluting or fouling the water occur, the Contractor shall immediately notify the property authorities. The Contractor will be responsible for any and all costs associated with the cleanup of polluted or fouled waters. MAINTENANCE A. The Contractor shall dispose of all discarded debris, aggregate samples and concrete test samples from any source whatsoever, in a manner approved by the Engineer. Toilet facilities shall be kept clean and sanitary at all times. Services shall be performed at such a time and in such a manner to least interfere with the operations. Services shall be accomplished to the satisfaction of the Engineer. B. The contractor shall frequently remove material no longer required on the site, such as excess excavated material, forms, temporary structures and similar materials and equipment so that, at all times, the site, access routes to the site and any other areas disturbed by his operations shall present a neat, orderly, workmanlike appearance. C. Before substantial completion inspection, the Contractor shall remove all surplus material, false work, temporary structures, including foundations thereof, plant of any description, and debris of every nature resulting from his operations, and put the site in a neat, orderly condition; and restore all areas which have been used for storage of materials and equipment, and all areas which have been disturbed by his operations, to their original condition or to a condition satisfactory to and approved by the Engineer. DUST CONTROL A. The Contractor shall maintain all excavations, embankments, stockpiles, haul roads, permanent access roads, and waste areas, borrow areas and all other work areas within or without the project boundaries free from dust which would cause a hazard or nuisance to others or contaminate surface water. B. The Contractor shall, at his own expense, keep dust under control at all times on all roadways and other areas adjacent to the work or on the site of the work by the DIVISION 1 - Page 13 of 17 DIVISION 1 - GENERAL REQUIREMENTS use of at least once a day and at other times when directed, (including after working hours, Saturdays, Sundays and holidays), of self-loading motor sweepers, vacuums, spraying water, and a combination of these methods. C. Approved temporary methods of stabilization consisting of motor sweepers, vacuums, spraying water, and a combination of these methods, will be permitted to control dust. Spraying water shall be repeated at such intervals to keep all parts of the disturbed area at least damp at all times, and the Contractor shall have sufficient suitable equipment on the job to accomplish this, if sprinkling is used. Dust control shall be performed daily as the work proceeds and whenever a dust nuisance or hazard occurs. D. All areas undergoing excavation, grading, filling, cutting or subject to other dust- producing activities by vehicles should be subjected to dust-inhibiting practices. The use of liquid palliatives and penetrating asphalted materials will not be permitted. Anchored mulch (asphaltic binders will not be permitted) shall be applied to non-traffic areas subject to blowing as a temporary treatment. Permanent vegetation shall be established as soon as possible. E. Contractor shall perform his operations such that the Federal particulate standards of 15 mg/m3 of respirable dust for a 24-hour period are not exceeded at the facility property line. NOISE CONTROL A. The Contractor shall use every effort and means possible to minimize or eliminate noise caused by his operation which the Engineer may consider objectionable. The Contractor shall provide working machinery, designed to operate with the least possible noise. The Contractor is responsible for maintaining compliance with all applicable noise regulations and all State and local noise ordinances. PESTICIDES AND HERBICIDES A. Where pesticides or herbicides are to be used in construction operations, data relative to restrictions on the type or types of material available and approved for application to control or eradicate vegetation, insects or organisms shall be obtained from the State or County agriculture departments. The amount of pesticide applied shall be limited to the recommended dosage. Application equipment shall provide an even distribution of the materials in accordance with the approved rate in terms of pounds per acre. Materials delivered to the site shall be covered and protected from the elements. Contents of the containers shall not be exposed. Application equipment or empty containers shall not be rinsed and discharged to the natural drainage channel. The rinse water shall be disposed of in a manner that would not cause pollution of surface or groundwater. Should pollution of the surface or groundwater occur, the Contractor shall immediately notify the proper authorities. The Contractor DIVISION 1 - Page 14 of 17 DIVISION 1 - GENERAL REQUIREMENTS will be responsible for any and all expenses associated with the cleanup of the pollution of the surface or groundwater. PROHIBITED CONSTRUCTION PROCEDURES A. The Contractor is advised that the disposal of excess excavated material in wetlands, stream corridors and floodplains is strictly prohibited. Any violation of this restriction by the Contractor or any person employed by him, will be brought to the immediate attention of the responsible regulatory agencies, with a request that appropriate action be taken against the offending parties. Therefore, the Contractor will be required to remove the fill at his own expense and restore the area impacted. B. The Contractor shall at a minimum be strictly prohibited from performing the following construction procedures: 1. Dumping of spoil material into any stream corridor, any wetlands, any surface waters, or an unspecified location. 2. Indiscriminate, arbitrary or capricious operation of equipment in any stream corridors, any wetlands or surface waters. 3. Pumping of silt-laden water from trenches or other excavations into any surface waters, any stream corridors or any wetlands. 4. Damaging vegetation adjacent to, or outside of, the access road or the right-of- way. 5. Disposal of trees, brush, and other debris in any stream corridors, any wetlands, any surface waters, or at unspecified locations. 6. Permanent or unspecified alternation of the flow line of any stream. 7. Burning of project debris. 8. Location of storage stockpile areas in environmentally sensitive area. 9. Disposal of excess or unsuitable excavation material in wetlands or floodplains even with permission of the property owner. 10. Discharging silty or muddy water from demucking or dewatering operations into natural water courses. END OF SECTION DIVISION 1 - Page 15 of 17 DIVISION 1 -GENERAL REQUIREMENTS SECTION 01770 - PROJECT CLOSEOUT A. Clean-up Prior to Final Acceptance 1. Clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. 2. All basins, manholes, and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration called for in the items of the Specifications shall be complete in every detail. 3. Remove stains, prints, paint, and soil marks of any nature from all ceilings, walls, floors, hardware, new and existing fixtures and equipment. B. Final Inspection 1. Upon completion of work under the Contract,notify the Owner and Engineer that work is complete and ready for final inspection. 2. The work shall be inspected within a reasonable period of time, and list shall be prepared showing all items of work, if any, requiring correction or attention on the part of the Contractor. 3. Upon satisfactory completion of remedial work, the Engineer will issue notification and application for final payment may be submitted in accordance with the appropriate Article of the General Conditions. 4. Use of Completed Portion - The Owner shall have the right to take possession and use any completed or partially complete portions of the work notwithstanding that the time of completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with Contract Documents. C. Documents Required to be Delivered to En ig'neer 1. Release of liens 2. Affidavit from all Subcontractors and material suppliers for job, stating that they have been paid. 3. Affidavit that all payrolls, bills for materials, equipment and other indebtedness connected with the work has been paid. 4. Releases and waivers of liens from Subcontractors, if required by the Owner. 5. Consent of surety to final payment. D. Guarantees 1. Before issuance of the Final Payment, the Contractor shall deliver to the Owner the following guarantee in addition to those specifically required in the General DIVISION 1 - Page 16 of 17 DIVISION 1 -GENERAL REQUIREMENTS Conditions and in the various Technical Sections of the specifications. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1)year, for longer periods where so provided for in any manufacturers literature, from the date of the issuance of the Final Certificate by the Engineer. Should any defect develop in the aforesaid work within the stipulated periods due to faulty materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. The Contractor at the expense of the Contractor shall complete such repairs and corrective work, including the cost of making good all the work damaged by or otherwise affected by the making of the repairs or corrective work, within five (5) days after notice to the Contractor by the Owner. In case the Contractor fails to do the work so ordered, the Owner may have the work done and charge the cost thereof against the monies retained as provided for in the contract and if no money is available, the Contractor and/or his sureties agree to pay the owner the cost of such work. 2. Obtain, endorse and provide separate guarantees from sub-Contractors where called for in the various sections of this specification. END OF DIVISION DIVISION 1 -Page 17 of 17 DIVISION 2 - SITE WORK GENERAL The work under this Division shall be subject to the requirements of the GENERAL CONDITIONS, CONDITIONS OF CONTRACT, DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items, which might affect the work under this Division. TABLE OF CONTENTS -DIVISION 02000 - SITE WORK Included in this Division are the following sections: 02200 -Earthwork DIVISION 2 - 1 of 4 DIVISION 2 -SITE WORK SECTION 02200 -EARTHWORK WORK INCLUDED The Contractor shall furnish labor, materials, equipment and appurtenances necessary or required to perform and complete all earthwork in area inside and outside the building limit to obtain required finish elevations. Earthwork includes, but is not limited to: A. Excavation of unsuitable material to be replaced with controlled fill material. B. Backfilling of trenches within building lines. Limit of work under this contract shall include the entire site. QUALITY ASSURANCE A. Code and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. INSPECTION A. The Contractor shall visit and thoroughly familiarize them with the site and with the scope of work to be done. B. When the Contractor submits their proposal, it shall be interpreted to mean that he has examined the site, fully understands the existing and proposed conditions and has made due allowances for them in their proposal. PREPARATION A. Notification of utility companies shall be in accordance with Industrial Code Rule #53 of Title 12, of the Official Compilation of Codes, Rules and Regulations of the State of New York. B. Notify all utility companies, prior to start of work and ascertain location of all existing utilities. C. Exercise extreme caution in the area of existing utilities so as not to cause damage or breakage. D. The Contractor shall verify all elevations and satisfy themselves as to their correctness by visiting the site of the proposed work and examining the actual condition prior to the beginning of the work. DIVISION 2 - 2 of 4 DIVISION 2 - SITE WORK PERFORMANCE A. The Contractor shall exercise diligent care to protect Protection of Persons and Property: 1. Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities having jurisdiction. B. Protect structures, utilities, sidewalks, pavements and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. ADJUST AND CLEAN A. The Contractor shall clean up and remove from the site all rubbish and surplus material as fast as it accumulates and shall not permit it to be scattered about the project site. SOIL MATERIALS A. Definitions: 1. Satisfactory Soil Materials: Materials classified by ASTM D 2487, Classification of Soils for Engineering Purposes, as GW, GP, GM, SW, SP, SM, & SC with no more than 20 percent by weight finer than No. 200 sieve. 2. Unsatisfactory Soil Materials: Materials classified by ASTM D 2487, Classification of Soils for Engineering Purposed, as ML, CL, OL, MH, CH, OH, & PT and those soils classified as satisfactory which do not meet the gradation requirements specified above. 3. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetable and other deleterious matter. EXCAVATION A. Excavation consists of removal and disposal of material encountered when establishing required finish grade elevations. B. Unauthorized excavation consists of removal of materials beyond indicated sub grade elevations or dimensions without specific direction of the Architect. Unauthorized excavation, as well as remedial work directed by the Architect shall be at the Contractor's expense. DIVISION 2 - 3 of 4 DIVISION 2 - SITE WORK COMPACTION A. General: Control soil compaction during construction providing minimum percentage of density specified for each area classification. B. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentage of maximum dry density for soils which exhibit a well-defined moisture density relationship determined in accordance with ASTM D 698; and not less than the following percentages of relative density, determined in accordance with ASTM D 2049, for soils which will not exhibit a well-defined moisture density relationship. C. Structures: Compact top 12" of sub grade and each layer of backfill or fill material at 95%maximum dry density. D. Building Slabs and Paved Areas: Compact top 12" of sub grade and each layer of backfill or fill material at 95%maximum dry density. BACKFILL AND FILL A. Place acceptable soil material in layers to required sub grade elevations, for each area classification listed below: 1. Under Walks, use satisfactory excavated or borrow material. 2. Under Building Slabs, use satisfactory borrow material. GRADING A. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surfaces within specified tolerances, compact with uniform levels or slopes between points where elevations are shown or between such points and existing grades. B. The top of foundation shall be set at 6" above the highest natural grade at the perimeter of the building. END OF SECTION DIVISION 2 - 4 of 4 DIVISION 3 - CONCRETE GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents. Refer to the Drawings and Specifications of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS -DIVISION NO.3 - CONCRETE Included in this Division are the following sections: 03100 Concrete Form Work 03200 Concrete Reinforcement 03300 Cast-In-Place Concrete DIVISION 3 —Page 1 of 6 DIVISION 3 - CONCRETE SECTION 03100- CONCRETE FORM WORK SCOPE A. The work under this heading shall consist of furnishing all labor, materials, equipment and appliances necessary or required to perform and complete all concrete form work, including but not limited to the following: 1. Forms and centering. 2. All forms required for the work in this Section. 3. Setting and building of all anchors, inserts, hangers, supports, ties, frames, bolts, sockets, sleeves, lintels, etc., required to be built into concrete work, except where otherwise specified. FORMS, CENTERING AND FORM WORK AFFECTING WORKMANSHIP A. Forms shall conform with the lines, dimensions and shapes of concrete indicated on the Drawings, for the members for which they are provided. They shall be tight to prevent any possibility of movement after concrete is poured and shall insure safety to workmen and the public. B. On concrete exposed to view, metal ties where used shall be detached 1-inch back from surface of exposed side and holes filled with cement mortar and rubbed immediately after removal of forms. C. Forms for concrete work shall be plywood or composite of smooth line construction, that will produce straight, dense surface free from honeycombs,bulges and depressions. D. If any material is used to coat formwork to facilitate its removal, this material shall be of such nature as not to stain or injure the concrete or cause injury to finish to be applied on exposed surfaces on concrete. Forms shall be thoroughly cleaned before reusing. E. All wood form work, including that used in void spaces, pockets and other similar places, shall be removed. F. Forms shall not be disturbed until the concrete has adequately hardened. Care shall be taken to avoid spalling concrete surface. WORK IN CONNECTION WITH OTHER SECTIONS AND/OR CONTRACTS A. Box out for pipes as directed and fill up to pipe sleeves with concrete after same are in place. B. Build in anchors, inserts or slots as required for proper anchorage. DIVISION 3 —Page 2 of 6 DIVISION 3 - CONCRETE C. Set in concrete all sleeves furnished under other sections or contracts, in proper alignment and location. D. Cooperate with other trades. E. Build in concrete all forms furnished by other trades and required to be built into concrete. END OF SECTION 03100 - CONCRETE FORM WORK SECTION 03200 CONCRETE REINFORCEMENT SCOPE The work under this heading shall consist of furnishing all labor, materials, equipment and appliances necessary or required to perform and complete all concrete reinforcing. SHOP DRAWINGS A. Complete and accurate shop drawings shall be submitted to the Engineer for review before any work is executed. Drawings shall show framing plans, details, bending diagrams, sizes and spacing of members, relationship to contiguous work, scale elevations of all reinforced concrete walls, and all other pertinent information. Details shall be carried out in accordance with the A.C.I. rules. B. Contractor shall submit one black and white print and one reproducible with each submission. Cost of all prints required from the reproducible, including prints required by the Engineer, shall be borne by this Contractor. MATERIALS A. Deformed reinforced steel shall conform with SPECIFICATIONS FOR NEW BILLET-STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-615, GRADE 60. B. Deformations on deformed bars shall conform with SPECIFICATIONS FOR DEFORMATIONS OF DEFORMED STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-305. C. Welded wire fabric shall comply with ASTM A-185. PLACING OF REINFORCEMENT A. Metal supports, ties and spacers for reinforcement shall be rustproof of proper size, and strength to ensure against displacement during pouring operations. For structural slabs placed on ground, provide legs of slab bolsters and continuous high chairs with continuous plates. B. All reinforcement shall be bent cold. Minimum radius of bend shall be four diameters for bars 5/8 inch round or less, and six diameters for larger bars. DIVISION 3 —Page 3 of 6 DIVISION 3 - CONCRETE C. At intersections, rods shall be securely wired together. D. Contractor shall exercise extreme care to prevent discoloration of exposed concrete surfaces by reinforcement. E. All reinforcement shall be inspected in the forms before concreting starts by the Engineer. Contractor shall notify the Engineer at least 24 hours prior to any pour. END OF SECTION 03200 CONCRETE REINFORCEMENT SECTION 03300 - CAST-IN-PLACE CONCRETE REFERENCES Except as shown or specified otherwise, the Work of this Section shall conform to the requirements of Specifications for Structural Concrete for Buildings ACI 301-89 of the American Concrete Institute. QUALITY ASSURANCE Concrete batching plant shall be currently approved as a concrete supplier by the New York State Department of Transportation. PROPORTIONING (Amendments to ACI 301, Chapter 3): A. Compressive Strength: Minimum 3000 psi, Refer to Drawing SO.1 Concrete Notes. B. Weight: Normal weight as indicated, Lightweight Concrete (for floor fills): Air-dry unit weight between 95 and 115 lb/cu ft. C. Durability: 1. Concrete shall be air-entrained. Design air content shall be 6 percent by volume, with an allowable tolerance of plus or minus 1.5 percent for total air content. Entrained air shall be provided by use of an approved air-entraining admixture. Air-entrained cement shall not be used. D. Slump: 3000 psi Normal Weight Concrete: Between 2 inches and 3 inches. E. Admixtures: Do not use admixtures in concrete unless specified or approved in writing by the Engineer. F. Selection of Proportions: Concrete proportions shall be established on the basis of previous field experience or laboratory trial batches, unless otherwise approved in writing by the Engineer. Proportion mix with a minimum cement content of 564 pounds per cubic yard for 3000 psi concrete and 611 pounds per cubic yard for 4000 psi concrete. DIVISION 3 —Page 4 of 6 DIVISION 3 - CONCRETE REINFORCEMENT (Amendments to ACI 301, Chapter 5): A. Bar Reinforcement: ASTM A 615, Grade 60, deformed steel bars. B. Fabric Reinforcement: ASTM A 185, welded wire fabric, fabricated into flat sheets unless otherwise indicated. C. Bar Supports: Galvanized steel or AISI Type 430 stainless steel, and without plastic tips. D. Tie Wire: Black annealed wire, 16-1/2 gage or heavier. PRODUCTION (Amendments to ACI 301, Chapter 7) A. Provide ready-mixed concrete, either central-mixed or truck-mixed. EXAMINATION AND PREPARATION A. Do not use items of aluminum for mixing, chuting, conveying, forming or finishing concrete, except magnesium alloy tools may be used for finishing. B. Keep excavations free of water. Do not deposit concrete in water. C. Hardened concrete, reinforcement, forms, and earth which will be in contact with fresh concrete shall be free from frost at the time of concrete placement. D. Prior to placement of concrete, remove all hardened concrete spillage and foreign materials from the space to be occupied by the concrete. FORMWORK (Amendments to ACI 301, Chapter 4) A. Chamfer all exposed external corners of concrete. PLACING REINFORCEMENT (Amendments to ACI 301, Chapter 5) A. At the time concrete is placed, reinforcement shall be free of mud, oil, loose rust, loose mill scale, and other materials or coatings that may adversely affect or reduce the bond. PLACING CONCRETE (Amendments to ACI 301, Chapter 8) A. Operation of truck mixers and agitators and discharge limitations shall conform to the requirements of ASTM C 94. B. Do not allow concrete to free fall more than 4 feet. DIVISION 3 —Page 5 of 6 DIVISION 3 - CONCRETE FINISHING FORMED SURFACES (Amendments to ACI 301, Chapter 10) A. Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes below: 1. Rough Form Finish for concrete surfaces not exposed to view. 2. Smooth Form Finish for concrete surfaces exposed to view. 3. Smooth Rubbed Finish for exterior concrete surfaces exposed to view. 4. Grout Cleaned Finish for interior concrete surfaces exposed to view. FINISHING SLABS (Amendments to ACI 301, Chapter 11) A. Slabs On Grade: Provide key type joints unless otherwise shown. Tool exposed joints. B. Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes below: 1. Broom Finish for exterior slabs. Texture as approved by the Engineer. C. Finishing, General: Provide monolithic finishes on concrete floors and slabs without the addition of mortar or other filler material. Finish surfaces in true planes, true to line, with particular care taken during screeding to maintain an excess of concrete in front of the screed so as to prevent low spots. Screed and darby concrete to true planes while plastic and before free water rises to the surface. Do not perform finishing operations during the time free water(bleeding) is on the surface. CURING AND PROTECTION (Amendments to ACI 301, Chapter 12) A. Maintain concrete surfaces in a moist condition for at least 7 days after placing, except where otherwise indicated. For surfaces of exterior slabs (on grade), apply chemical curing and anti-spalling compound in accordance with the recommendations of the manufacturer. FIELD QUALITY CONTROL (Amendments to ACI 301, Chapter 16) A. The Contractor shall make (2) two test cylinders per truck load of concrete delivered to the site for testing by a testing lab. One sample shall be taken at the start of the pour and the second at the end of the pour. B. The Contractor shall be responsible for furnishing the Engineer with the test results of each concrete test cylinder tested at 7 and 14 days for each truck load. LABORATORY TESTS The Contractor shall be responsible for arranging and coordinating of all testing. All laboratory costs in establishing the design mix and testing of cylinders shall be borne by the Contractor. END OF SECTION 03300 - CAST-IN-PLACE CONCRETE DIVISION 3 —Page 6 of 6 MBM, 1 METAL BUILDINGS , INC . BUILDER Z CONTRACTOR RESPONSIBILITIES IT IS THE RESPONSIBILITY OF THE BUILDER/CONTRACTOR TO INSURE THAT ALL PROJECT PLANS AND SPECIFICATIONS I G COVER � COMPLY WITH THE APPLICABLE REQUIREMENTS OF ANY GOVERNING BUILDING AUTHORITIES. THE SUPPLYING OF SEALED 1D=0 RAWENGINEERING DATA AND DRAWINGS FOR THE METAL BUILDING SYSTEM DOES NOT IMPLY OR CONSTITUTE AN AGREEMENT THAT MBMI METAL BUILDINGS OR ITS DESIGN ENGINEER IS ACTING AS THE ENGINEER OF RECORD OR DESIGN BUILDING SIZE: SPAN 30 x LENGTH 42 x EAVE HT.14 /14 PROFESSIONAL FOR A CONSTRUCTION PROJECT. ROOF COVER: SX COLOR: Galvalume/Plain GA.: 26 THE CONTRACTOR MUST SECURE ALL REQUIRED APPROVALS AND PERMITS FROM THE APPROPRIATE AGENCY AS WALL COVER: SX COLOR: Wight Stone GA.: 26 REQUIRED. LINER PANEL: COLOR: GA.: APPROVAL OF MBMI METAL BUILDINGS DRAWINGS AND CALCULATIONS INDICATE THAT MBMI METAL BUILDINGS TRIM COLORS: GABLE:Aspen Green _ JAMB:As.pen Green TRIM COLORS: GUTTER OR EAVE: Aspen Green BASE: Light Stone CORRECTLY INTERPRETED AND APPLIED THE REQUIREMENTS OF THE CONTRACT DRAWINGS AND SPECIFICATIONS. TRIM COLORS: CORNER: Aspen Green DOWNSPOUT: Aspen Green (SECT. 4.2.1 AISC CODE OF STANDARD PRACTICES, 9TH ED.) LIVE LOAD (ROOF) 25.00 P.S.F. DEAD LOAD(ROOF):2.000 MATERIAL WEIGHT WHERE DISCREPANCIES EXIST BETWEEN MBMI METAL BUILDINGS STRUCTURAL STEEL PLANS AND THE PLANS SNOW LOAD (ROOF): 32 P.S.F. SEISMIC ZONE: D FOR OTHER TRADES, THE STRUCTURAL STEEL PLANS SHALL GOVERN. (SECT. 3.3 AISC CODE OF STANDARD PRACTICE 9TH ED.) WIND LOAD: 120 M.P.H. EXPOSURE: C COLLATERAL LOAD: 1 DESIGN CONSIDERATIONS OF ANY MATERIALS IN THE STRUCTURE WHICH ARE NOT FURNISHED BY DESIGN CODE/ED.: IBC 06 MBMI METAL BUILDINGS ARE THE RESPONSIBILITY OF THE CONTRACTORS AND ENGINEERS OTHER THAN CUSTOMER: SOUTHOLD TOWN DSW MBMI METAL BUILDINGS ENGINEERS UNLESS SPECIFICALLY INDICATED. P.O. BOX 962 THE CONTRACTOR IS RESPONSIBLE FOR ALL ERECTION OF STEEL AND ASSOCIATED WORK IN COMPLIANCE WITH ADDRESS: THE METAL BUILDINGS "FOR CONSTRUCTION" DRAWINGS. CUTCHOGUE, NY 11935 ALL BRACING AS SHOWN AND PROVIDED BY MBMI METAL BUILDINGS FOR THIS BUILDING IS REQUIRED AND SHALL BE INSTALLED BY THE ERECTOR AS A PERMANENT PART OF THE STRUCTURE. PHONE:631 734 7685 FAX: 631 734 7976 TEMPORARY SUPPORTS, SUCH AS TEMPORARY GUYS, BRACES, FALSE WORK, CRIBBING OR OTHER ELEMENTS REQUIRED FOR THE ERECTION OPERATION WILL BE DETERMINED AND FURNISHED AND INSTALLED BY THE ERECTOR. THESE PROJECT: SOUTHOLD TOWN TRANSFER ST. TEMPORARY SUPPORTS WILL SECURE THE STEEL FRAMING, OR ANY PARTLY ASSEMBLED STEEL FRAMING, AGAINST CUTCHOGUENY 1 1935 LOADS COMPARABLE IN INTENSITY TO THOSE FOR WHICH THE STRUCTURE WAS DESIGNED, RESULTING FROM WIND, , LOCATION: SEISMIC FORCES AND ERECTION OPERATIONS, BUT NOT THE LOADS RESULTING FROM THE PERFORMANCE OF WORK BY GENERAL NOTES: OR THE ACTS OF OTHERS, NOR SUCH UNPREDICTABLE LOADS AS THOSE DUE TO TORNADO, EXPLOSION OR COLLISION. (SECT. 7.9.1 AISC CODE OF STANDARD PRACTICE, 9TH ED.) 1. MATERIALS: MINIMUM YIELD: WARNING: IN NO CASE SHOULD GALVALUME STEEL PANELS BE USED IN CONJUNCTION WITH LEAD OR COPPER. BOTH LEAD AND HOT ROLLED BAR Fy = 50 ksi MIN. COPPER HAVE HARMFUL CORROSION EFFECTS ON THE ALUMINUM ZINC ALLOY COATING WHEN THEY ARE USED IN CONTACT WITH • STRUCTURAL STEEL SHEET Fy = 50 ksi MIN. GALVALUME STEEL PANELS. EVEN RUN—OFF FROM COPPER FLASHING, WIRING, OR TUBING ONTO GALVALUME SHOULD BE AVOIDED. STRUCTURAL STEEL PLATE Fy = 50 ksi MIN. COLD FORMED SHAPES Fy = 55 ksi MIN. APPROVAL NOTES ROOF AND WALL SHEETING Fy = 80 ksi MIN. 26GA. 50 ksi MIN. 26GA. HE FOLLOWING CONDITIONS APPLY IN THE EVENT THAT THESE DRAWINGS ARE USED AS APPROVAL DRAWINGS: ROOF AND WALL SHEETING Fy = A) IT IS IMPERATIVE THAT ANY CHANGES TO THESE DRAWINGS: BOLTS A307 AND ksi A325 MI MBMI METAL BUILDINGS RESERVES THE RIGHT TO SUBSTITUTE THE 1) BE MADE IN CONTRASTING INK. ABOVE MATERIALS WITH EQUAL OR BETTER MATERIAL. 3) HAVE ALL INSTANCES OF CHANGE CLEARLY INDICATED. 2. A325 BOLT TIGHTENING REQUIREMENTS 2) BE LEGIBLE AND UNAMBIGUOUS. ALL HIGH STRENGTH BOLTS ARE A325 UNLESS NOTED OTHERWISE. B) DATED SIGNATURE IS REQUIRED ON ALL PAGES. HIGH STRENGTH BOLTS SHALL BE TIGHTENED BY THE "TURN OF THE NUT" C) MANUFACTURER RESERVES THE RIGHT TO RE—SUBMIT DRAWINGS WITH EXTENSIVE OR COMPLEX CHANGES REQUIRED METHOD IN ACCORDANCE WITH THE LATEST EDITION AISC "SPECIFICATION TO AVOID MISFABRICATION. THIS MAY IMPACT THE DELIVERY SCHEDULE. FOR STRUCTURAL JOINTS USING ASTM A325 OR A490 BOLTS". A325 BOLTS D) APPROVAL OF THESE DRAWINGS INDICATES CONCLUSIVELY THAT MBMI METAL BUILDINGS HAS CORRECTLY SHALL BE INSTALLED WITHOUT WASHERS WHEN TIGHTENED BY THE "TURN INTERPRETED THE CONTRACT REQUIREMENTS, AND FURTHER CONSTITUTES AGREEMENT THAT THE BUILDING AS OF THE NUT" METHOD. ALL BOLTED CONNECTIONS, FOR SHEAR / BEARING DRAWN, OR AS DRAWN WITH INDICATED CHANGES REPRESENTS THE TOTAL OF THE MATERIALS TO BE SUPPLIED CONNECTION TYPE WITH BOLT THREADS EXCLUDED FROM THE SHEAR BY MANUFACTURER. �. PLANE SHALL BE SNUG TIGHT ONLY. OF NS E) ANY CHANGES NOTED ON THE DRAWINGS NOT IN CONFORMANCE WITH THE TERMS AND REQUIREMENTS OF THE 3. ALL STRUCTURAL STEEL TO RECEIVE A RUST INHIBITIVE PRIMER. THIS CONTRACT BETWEEN MANUFACTURER AND ITS CUSTOMER ARE NOT BINDING ON MANUFACTURER UNLESS PAINT IS NOT INTENDED FOR LONG TERM EXPOSURE TO THE ELEMENTS. SUBSEQUENTLY SPECIFICALLY ACKNOWLEDGED AND AGREED TO IN WRITING BY CHANGE ORDER OR SEPARATE r. DOCUMENTATION. MANUFACTURER RECOGNIZES THAT RUBBER STAMPS ARE ROUTINELY USED FOR INDICATING 4. PRE—FORMED CLOSURE STRIPS ARE PROVIDED AT THE EAVE BENEATH THE w ROOF SHEETS AND AT THE ENDWALLS BETWEEN THE RAKE TRIM AND THE APPROVAL, DISAPPROVAL, REJECTION, OR MERE REVIEW OF THE DRAWINGS SUBMITTED. HOWEVER, MANUFACTURER 2 2 DOES NOT ACCEPT CHANGES OR ADDITIONS TO CONTRACTUAL TERMS AND CONDITIONS THAT MAY APPEAR WITH N ENDWALL SHEETS. t� C? USE OF A STAMP OR SIMILAR INDICATION OF APPROVAL, DISAPPROVAL, ETC. SUCH LANGUAGE APPLIED TO A 65252 ACCESSORIES MANUFACTURERS DRAWINGS BY THE CUSTOMER, ARCHITECT, ENGINEER, OR ANY OTHER PARTY WILL BE q �, QUAN. DESCRIPTION CONSIDERED AS UNACCEPTABLE ALTERATIONS TO THESE DRAWING NOTES, AND WILL NOT ALTER THE �FESSIOV, 3070 DOOR W/HARDWARE (FIELD LOCATED) CONTRACTUAL RIGHTS AND OBLIGATIONS EXISTING BETWEEN MANUFACTURER AND ITS CUSTOMER. - -" 1 12' x 12' FRAMED OPENING M The choice in pre—engineered METAL BUILDINGS metal buildings 1 8' x 10' FRAMED OPENING CERI,& 12 4 08 FOR APPROVAL 955 N.W. 17TH AVE. BLDG. H (866) 406-7656 JOB NO. DET. REV. DATE REVISION DELRAY BEACH, FL 33445 www.mbmi.biz 25159 ♦ Dia= 1/2" 1 42'-0" OUT-TO-OUT OF STEEL 3 + Dia= 5/8" 2 21'-0" 21'-0" 4$� Dia= 3/4" • 20'-10" L 20'-10" _ N o o _I cc C �A E r 8 1/2" r 1'-0" D B 0 � I o n o m 0) I i I 00 00 0 _ B D C N N C J W W V) ^ Z tO O V)N o _ W\ O :2 O) a I p oo I O rn L • � O 9 N 0 J o O I 0 n _ N D �B B� D N o 00 0 3"2" _ too 2"3" = A r7 E E � � F; F C� _ E �` iv o o .�(G N co 5'-10 119" 12'-3" N 20'-10" ANCHOR BOLT D DIMENSIONS -0 21 " -0 21 " FM E LIN � DMENSIONS 1 2 3 65 �. ANCHOR BOLT PLAN ��ESS_1°_ NP NOTE: All Base Plates ® 100'-0" (U.N.) -_.. • SOUTHOLD TOWN DSW BBUIILMDINGS SOUTHOLD TOWN TRANSFER ST. METAL 6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING H n 7' No REV DELRAY BEACH,FL 33445 12 4/08 1 OF 8 TEL.: 800-293-2097 ANCHOR BOLT PLAN 1013 No 25159 Dia= 5/8" Dia- 5/8" GENERAL NOTES RIGID FRAME REACTIONS (k ) SW 1. Foundation design and construction @2 are not the responsibility of 8" MBMI. DL + CL + SL DL + CL + SL 2. The building reaction data reports N C the loads which this building \ ° 8„ places on the foundation. DL 3. Anchor bolts shall be accurately ami set to a tollerance of +/- 1/8" N to in both elevation and location. Anchor bolts are to be type A36. LO `r 4. Column base plates are designed 3.6F 3.6 r7 not to exceed a bearing pressure \ L -I \ L J of 1125 pounds per square inch. yf 14.2 f 14.1 N BRACING REACTIONS, PANEL SHEAR DL + WL iv N t Reactions (k ) Panel I DL ---Wall-- Col --Wind----Seismic- Shear Loc Line Line Harz Vert Harz Vert (Ib/ft) WL WL ----------------------- ------ w w DETAIL A DETAIL D F 55 W E 2 ,3 2.5 1.5 1.6 0.9 R-EW 3 75 Dia- 5/8" Dia= 3/4" B-SW A 3 ,2 2.5 1.5 1.6 0.9 WL tL 8' 4.7 2.4 - -I- - ~18.8 14.1 d I 3» N °' I 2 3/4" ENDWALL COLUMN REACTIONS(k ) MAXIMUM VERTICAL DL+CL+SL = 4.5 MAXIMUM VERTICAL DL+WL = -3.0 \ L J r 8„ MAXMUM HORIZONTAL DL+WL = 1.8 2, 2, SW NOTES FOR REACTIONS • r7 N Building reactions are based on the following building data: See Plan Width (ft) = 30.0 2 Dia= 1 Length (ft� = 42.0 wEave _ DETAIL B DETAIL E Roof Hog t (ft) - .0 14.0 14.0 Roof Slope rise/12) = 2 .0 NO= 3/4" " Dead Load �psf) NO= 0 / / Collateral Load ( sf) = 1.0 Live Load ( = 25.0 Snow Load ( sf) = 32.0 SW Wind Speed kmph) = 120.0 2 7 8" Wind Code = IBC 06 Exposure = C Closed/Open = C 8" Importance Wind = 1.00 o _ Importance Seismic = 1.00 F Seismic Zone = D Seismic Coeff (Fa•Ss) = 1.20 N I I 2" ANCHOR BOLT SUMMARY CO - - - ZE 1 C14I 1 I 3" Qnt Loc Dia Proj L - J SW OF NE _ (in) (in) 4 DJ C', 2 2.00 q 'Q� 24 EW 5/8" 3. 00 1 1/2" 8 EW 3/4" 3.00 1 8 RF 3/4" 3.00 See PlanW t w w rT DETAIL C DETAIL F 65252 \\OFFS SiONP�', • SOUTHOLD TOWN DSW EBM SOUTHOLD TOWN TRANSFER ST. METAL BUILDINGS 1 6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING H DATE DWG NO REV DELRAY BEACH,FL 33445 12 4 08 2 OF 8 TEL.: 800-293-2097 ANCHOR BOLT DETAILS & REACTIONS I JOB No 25159 MEMBER TABLE ROOF PLAN 1 MARK SIZE 42'-0" OUT—TO—OUT OF STEEL 3 P-1 8X25Z14 E-1 8E14 2 21'-0" 21'-0" CB-3 0.25—CBL CB-4 0.25 CBL • TRIM TABLE ROOF PLAN A E-1 RF1-1 E-1 32J SSRK Q I HEC-6 U W � " I U P-1 T P-1 T W 0 0 LO z ER-1 RF1-2 ER-4 0) O in N � I � I W Q • P-1 TYP P-1 Typ (14) N N W W O I rn ER-2 RF1-2 ER-3 .� ce NFA Y i 0Ld E E-1 RF1-1 E-1 ROOF 65252 -� l � �od' PURLIN 2'-1 3/4F q !�, LAP 2—t 3/4' SHEETING 9 S1C?N�- PANELS: 26 Ga. SX Galvalume/Plain ERAL NOTES: ROOF FRAMING PLAN STANDING SEAM ROOF SEE STANDING SEAM MANUAL, FOR ALL HER ROOFS SEE BELOW. SOUTHOLD TOWN DSW 2. ATTACH ROOF PANELS TO FRAMING MEMBERS WITH #12 S.D. SCREWS AS NOTED: SOUTHOLD TOWN TRANSFER ST. 4" O.C. AT RIDGE CAP & END LAPS, METAL BUILDINGS 6155 COX LANE 6" O.C. AT EAVE & CUTCHOGUE, NY 11935 12" O.C. AT ALL OTHER PURLINS (6" O.C. OVER 110 MPH WIND LOAD). 955 N.W. 17TH AVE. 3. USE #14 S.D. SCREWS 24" O.C. (MAX.)AT PANEL SIDE LAPS BUILDING HDATE owc No REV (12" O.C. OVER 110 MPH WIND LOAD). DELRAY BEACH,FL 33445 12 4/08 3 OF 8 4. USE 14 S.D. SCREWS 12" O.C. AT ROOF TRIM. 5. USE 12 S.D. SCREWS AT RAKE ANGLE TO PURLIN. TEL.: 800-293-2097 ROOF FRAMING roe No 251 59 CLIP TABLE LINE E & A ❑ID MARK 1 AK400 1 2 CA005 42'-0" OUT-TO-OUT OF STEEL 3 3 42'-0" OUT-TO-OUT OF STEEL 1 3 AK200 2 2 MEMBER TABLE • 21'-0" 21'-0" 21'-0" 21'-0" LINE E & A MARK SIZE DJ-1 8X25C14 16 4 2 16 I6 2 16 DH-1 8X25C16 G-5 8X25Z16 G-6 8X25Z12 2 3 2 G-7 8X25Z 16 I DH-1M I CB-2 0.31 CBL ,U) in TRIM TABLE G-5 M G-6 L�� G-6 ^ G-7 G-7 LINE E & A OID MARK ��{`�y 1 BT-101 0 4' 5 11/16" '' 01 4' 5 11/16' 2 BT-101 N 3 CT-102 G-5 G-7 G-7 4 GU-122 5 GC-102 CBS 6 EC122 G G� 7 SCB 4'--5 5/16" 4'--5 5/16" 8 MT1168 RA1003 RA150T1 Q RA1503 1 9 JT-101 —— — — — — — — — — — --- —— — — ——— — — — — — — — — — — — — — — — — — — —— — — — — — — — — — — — — — — —— — 101 HT-101 1❑J CI I of H H I - EC-1 RF1-1 EC-3 EC-6 RF1-1 EC-1 �6'-0 12'-0�3�O�0�12'-0�3" LGIRT APS 3'-1 3/4. 3'-1 3/4" GIRT SIDEWALL FRAMING: LINE A LAPS SIDEWALL FRAMING: LINE E • Y Q Q Q Q Y (Gutter with 3 downspouts) (Gutter with 3 downspouts) 6 7 4 5 <6> 7 6><�> 4 5 6 7 ❑ ❑ ❑ I ❑ N N N N \ 8 \ \ \ I I I I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I I I i I I I I I I I I I i I I I I I I i I I I OF NE O O O O - - - - - - - - C�p O O V LU Lu SIDEWALL SHEETING & TRIM: LINE E SIDEWALL SHEETING & TRIM: LINE A 2 a PANELS: 26 Ga. SX - Light Stone PANELS: 26 Ga. SX - Light Stone \Oo 65252 9°FFs s10 P` `f ERAL NOTES: SOUTHOLD TOWN DSW 1. FIELD SLOT FLUSH GIRTS FOR BRACING (IF REQUIRED). 2. ATTACH WALL PANELS TO FRAMING MEMBERS WITH #12 m SOUTHOLD TOWN TRANSFER ST. S.D. SCREWS AS NOTED: METAL BUILDINGS 6155 COX LANE 4" O.C. AT BASE & TOP OF PANELS CUTCHOGUE, NY 1 1935 12" O.C. AT ALL OTHER GIRTS (6" O.C. OVER 110 MPH WIND LOAD). 955 N.W. 17TH AVE. 3. USE #14 S.D. SCREWS 24" O.C. (MAX.) AT PANEL SIDELAPS BUILDING H DAILDWG No REV (12" O.C. OVER 110 MPH WIND LOAD). DELRAY BEACH,FL 33445 12 4/08 4 OF 8 4. USE #14 S.D. SCREWS 24" O.C. AT CORNER TRIM. TEL.: 800-293-2097 SIDEWALL FRAMING JOB No 25159 12" O.C. OVER 110 MPH WIND LOAD). BOLT TABLE LINE 1 & 3 LOCATION UAN TYPE DIA LENGTH A 30'-0" OUT-TO-OUT OF STEEL E E 30'-0" OUT-TO-OUT OF STEEL A ER-1 ER-2 4 A325 1 2 1 1 4 ER-3/ER-4 4 A325 1/2" 1 1/4" C D D C B Columns/Raf 2 A325 1/2" 1 1/4" 8" 9'-4" 10'-0" 9'-4" 8" 1'-0" 9'-0" 10'-0" 8'-0" 1'-0" Columns Raf 4 A325 1 2" 1 1 4" • Q2" 2"� Z2" of IT 2 LINE CONNIC& 3 TION PLATES 12 X1503 4 RA 1503 Rp1503 4 RA 1503 1 4 8 12 12 4 12 0ID MARK PART ER�1 _ 5 �5 5-- _ ER 2 ER�3 5 _ —s 5- - 53- - ER,-4 8 s 2 AK200 — 7 — � � — — � �_ 5L7 4 SAD05 o) m 5 AB212 G-1 G-2 G-1 1 G-3 G-2 G-4 6 D2 z z O ❑2 2 2 1 I z z 2 2 2 I MEMBER&ABLE 14- 12 2 I MARK SIZE 3❑ G-1 G-2 G-1 3 G-3 G-2 DH-2 M EC-1 8X25C16 2l 2 z zp ❑2 z �2 - _ 3 sp 2 1210 2 2 2 r'© EC-2 8854112 o I o I 1 EC-4 8X25C14 16 D1 t'D7 I LO I I EC-6 W8541 `n C1 j' 0- o I ER-1 8X25C14 O G-1 G-2 G-1 �3 [3]�F G-3 G-2 0 3 ER-2 8X25C14 ❑2) 2 z❑ 12112 2 l © 2 2 2 2 2 2 rsl ER-3 8X25C14 l _ 1 ( ER-4 8X25C14 I I `n I I D H-2 8X25C16 `° G-1 8X25Z16 LO 1 I G-2 8X25Z16 E1 1 E1 1 �6 - G-3 8X25Z16 — RA1503 -IRA2003. RA1003 T — G-4 8X25Z16 �C� - - - - - -1 - -- - - - -�� - - - -� — � I - - - - - - -b7� - - - -- -mi - - - - — CDI TRIM TABLE EC-1 EC-2 EC-2 EC-1 EC-3 EC-2 EC-4 EC4�6-6 LINE 1 & 3 OID MARK ENDWALL FRAMING: LINE 1 1 BT-101 2 CT-102 ENDWALL FRAMING: LINE 3 4 RT-101 6 SPB2 • 8 BT-101 8 BT-101 9 MT1166 10 JT-101 sO 60 11 MT116B � 12 2" [� 0 2 Q2 O 2 12 HT-101 12 o LO Ln s N N - - - - N N - 04 cV \ \ \ \ C-4 04\ N N \ \ \ \ N OcD c0 O O c0 O \ O 1 I I 1 c° O co co o ca I I I 1 c0 co co m LO 1 1 O O 1 1 LO coco cD a 'r' LO OF NSW P y • LV LU 41 65252 9O�FS S i c, ENDWALL SHEETING & TRIM: LINE 1 ENDWALL SHEETING & TRIM: LINE 3 • PANELS: 26 Ga. SX - Light Stone PANELS: 26 Go. SX - Light Stone NOTE: PANELS ARE USED TO PROVIDE BRACINGSO OUTHOLD TOWN DSW FOR THE STRUCTURE BY DIAPHRAGM ACTION. GENERAL NOTES: REMOVING OR MODIFYING PANELS PROVIDEDBY M SOUTHOLD TOWN TRANSFER ST. THE MANUFACTURER AS SHOWN ON ERECTION METAL BUILDINGS 6155 COX LANE 1. USE BACK-UP PLATE (AK504) FOR BRACING (IF REQUIRED) DRAWINGS MAY ADVERSELY AFFECT THE STRUCTURAL AT COLD FORMED FRAMING MEMBERS CUTCHOGUE, NY 11935 2. FIELD CUT ENDWALL PANELS AT ROOF PITCH FOR SLOPES INTEGRITY OF THE BUILDING. THE OWNER SHOULD 955 N.W. 17TH AVE. GREATER THAN 1:12. CONSULT THE BUILDING MANUFACTURER OR A BUILDING H OATE No Rev 3. SEE SIDEWALL DRAWING FOR ADDITIONAL NOTES & SCREW PROFESSIONAL ENGINEER BEFORE UNDERTAKING DELRAY BEACH,FL 33445 12 4/08 5 OF 8 PATTERNS. ANY MODIFICATIONS. TEL.: 800-293-2097 ENDWALL FRAMING JOB No 25159 SPLICE PLATES & BOLTS MEMBER SIZE TABLE E Splice Quan -----Bolt---- Plate Size MARK WEB DEPTH WEB PLATE OUTSIDE FLANGE INSIDE FLANGE Mark To Bot Int T e Dia Len Wid Thick Length START END THICK LENGTH W x T x LEN W x T x LEN RF1-1 8.5 12.4 0.134 126.2 5x3/16'.x160.4 5x1/4- x146.6 SP— 1 1 4 4 0 A325 0.750 2.25 6" 5/8" 1:-7 1/4-12.4/13.0 0.188 36.0 6x3/16"x 19.1 SP— 2 4 4 0 A325 0.625 2.25 6" 5/8" 1 —6 7/8" RF1-2 12.0/12.0 0.134 161.5 5x3/16"x 95.5 5x1/4" x107.5 5x 1 4" x 66.0 5x3 16"x 52.0 NGE BRACES: Both Sides(U.N.) xxB(1): xx=length(in) LR 15X 12 1'—2 3 8" 1'-2 3 8" 3 ® 3-6 3 8" 3 ® 3_6 3 8" F830. 3'-5" V1330 5130) — — — r F830.58(I) \ 3'- 5" —� CO 2"� 12 12 V630.560) — — — — J — _ — — — FB30.58 1) d N RF1-2 RFI-2 I I I I F I T V I I Ln I I 0 i I I I � I I � V �'ato I m m � I I � • in I a) o I io O I z to I o —0 (p LO I I r U U I I I � C I O I o N0 N� I I� �I I I I I I I I I LO I I LO I I I E of N`1 ` 8 1/4" 1'-1 7/16" 26'-4 5/8" 1'-1 7/16" 8 1/4" Clearance 30'-0" OUT—TO—OUT OF STEEL A RIGID FRAME CROSS SECTION E `00 10 65252 FOR FRAME LINE 2 '9OFEs1014 RAL NOTES: SOUTHOLD TOWN DSW CONSTRUCTION NOTES FOR THE RIGID FRAMES. SOUTHOLD TOWN TRANSFER ST. 1. ALL FIELD CONNECTIONS OF PRIMARY FRAMING MEMBERS SHALL BE BOLTED. METAL BUILDINGS 61 55 COX LANE WITH A325 H. S. BOLTS AND INSTALLED BY THE 'TURN OF THE NUT' METHOD. 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 2. ALL FIELD CONNECTIONS OF SECONDARY FRAMING SHALL BE BOLTED WITH BUILDING H DATE DWG No REV A307 MACHINE BOLTS. DELRAY BEACH, FL 33445 12 4/08 6 OF 8 3. WELDING PROCESSES USED BY MANUFACTURER ARE IN ACCORDANCE WITH SEC. 1.3 OF AWS D 1.1. TEL.: 800-293-2097 RIGID FRAME ELEVATION JOB No 25159 END OF BUILDING 1/4 ENDWALL RAFTER • TEK2 SCREW ROOF PURUN BUILDING ENDWALL LINE RAR ENDWALL COLUMN 1/2' x 1 1/4" CORNER COLUMN p CUP ANGLE _ A307 BOLTS RAKE 0 0 0A307 BOLTS/4, CONNECTION CUP _ - - - - - - - _ _ _ _ - - zillill PLATE I If r 0 0 0� 0 0 — 10 01 I I I I I 1 1/2' x11/4' - -- - �o o� - - - - - 0 0 of MB (TYP) ENDWALL COLUMN DWALL ENDWALL fN+'C C=MNS SHOWN. ENDWALL COLUMN DRAWING FOR BOLTS SIDEWALL GIRT RAFTER oNE MAr BE Usm) ENDWALL GIRTS ENDWALL GIRT NOTE: RAKE ANGLE ON BOTTOM OF PURUN AT OPEN WALL OR OVERHANG. SEE ENDWALL SECTION THRU ENDWALL RAFTER DRAWING FOR BOLTS C ENDWALL COLUMN TO WALL GIRT CORNER COLUMN TO WALL GIRT A 1 gfj gg ENDWALL RAFTER TO COLUMN ENDWALL RAFTER TO COLUMN ENDWALL COLUMN #RA CORNER COLUMN _ 1/2' x 1 1/4" ENDWALL II DOOR A307 BOLTS COLUMN JAMB CONNECTION PLATE II 1/2' x 1'1/2' x 1 1/2OOFlN. HD. BOLTS0 O A325 BOLTS O0 0 o O O 0 PLATE BASE CUP NG 7 CONNECTION BASE PLATE BASE PLATE FOR BOLT DIA. AND TYPE. PLATE ENDWALL SIDEWALL GIRT GIRT PLAN ELEVATION PLAN ELEVATION PLAN ELEVATION D3 CORNER COLUMN TO WALL GIRT E BASE PLATE FOR ENDWALL E3 BASE PLATE FOR ENDWALL E6 BASE PLATE FOR DOOR JAMB F4 ENDWALL RAFTER PEAK CONNECTION COLUMN 1/2" X 1 1/4" 1/2" x 1 1/4' RAKE A307 BOLTS A325 BOLTS EAVE STRUT ANGLE COLUMN TEK2 SCREW PURUN �i EAVE STRUT FLANGE BRACE (ONESIDEN. NTD.) 1/2' FIN HD BOLTS SEE CROSS SECTION r �l 1/2' A307 BOLTS -f Co/' F�REO'D. L0 IPTE FR ER Q'D. DOOR JAMB RAFTER `�\ GIRT 01 O�EGBRACE F — — — — —— —U( SIUNNTD.) COLUMN 1/2" x 1 1/4' SEE CROSS SECTION 1/2' x 1 1/4' ENDWALL RAPIER A325 BOLTS CUP WALL GIRT O � F N ` A307 BOLTS NOTE: RAKE ANGLE ON BOTTOM OF EAVE STRUT EXTENSION OF AT OPEN WALL OR OVERHANG. SECTION ELEVATION P FLANGE co � Q�f G2 PURUN TO INTERIOR FRAME RAFTER H2 GIRT TO COLUMN 6 EAVE STRUT TO ENDWALL RAFTER J2 EAVE STRUT TO RIGID FRAME K2 WALL GIRT TO DOOR JAMB Z /2 ` N A 65252 • SOUTHOLD TOWN DSW FESSlON =BUILDINGS SOUTHOLD TOWN TRANSFER ST. METAL BUILDINGS 6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING H DATE REV DELRAY BEACH,FL 33445 12 4/08 7 IF 8 TEL.: 800-293-2097 Detail Page JOB No 251 59 • SIDEWALL COLUMN EAVE STRUT BRACE GRIP BASE ANGLE DOOR JAMB COLUMN OR II WALL PANEL RAFTER WEB II HILLSIDE I TEK2 CUP CABLE WASHER II BASE TRIM SCREWS O FLAT O O I I CONCRETE EYEBOLT WASHER 0 O �� BY OTHERS, MUST BE ADEQUATE FOUNDATION TO SAFELY RESIST THE LOADS ° ° c CONNECTION PLATE O ANCHORT IN THE REACTION REPORT. ° SLOT IN WEB TO INSERT NUT BOLTS DOOR JAMB DOOR HEADER HILLSIDE WASHER BASE PLATE SECTION ELEVATION AND EYEBOLT SECTION ELEVATION 1%2" x 1"iFl � A307 BOLTS TO JAMB PLAN ELEVATION N. HD. BOLTS TO HEADER L4 O DOOR JAMB TO EAVE STRUT M 1 DOOR HEADER TO DOOR JAMB Q2 DIAGONAL CABLE, EYEBOLT END OANCHOR BOLTS AT SIDEWALL COLUMN T 1 WALL PANEL BASE DETAIL 0 0 O O D—TOP BOLTS, SEE CROSS SECTION BOLTED O O END PLATE TOP BOLTS, SEE 0 0 —INTERMEDIATE BOLTS, TOP FLANGE 0 O CROSS SECTION IF REO'D O O INTERMEDIATE BOLTS. 0 o WEB IF REQ'D • O O �--BOTTOM BOLTS, SEE CROSS SECTION O O '— BOTTOM BOTTOM BOLTS, SEE FLANGE O O CROSS SECTION U 2 BOLTED END PLATE CONNECTION BOLTS FOR RAFTER TO U3 COLUMN CONNECTION 4f 0 CC q 65252 4,t' • SOUTHOLD TOWN DSW BSOUTHOLD TOWN TRANSFER ST. METAL BUILDINGS 6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING H -DATE I DWG NO REV DELRAY BEACH,FL 33445 12 4/08 8 OF 8 TEL.: 800-293-2097 Detail Page Joe No 25159 O C O � O • 1 _ 3 rM > 0 a 42'-0" Out to Out of Steel .. 3" i 2" 28, 5" 114- 2D'-5" 1 2"11 g• p" Q 1E l i a Z_i L O O O C _ _ r Off-, } Diameter = 3/4" (ra 4� } } Diameter = 5/8" o O O }} ♦ Diameter = 1/2"io N n. wB } o D U) r W }� o N 3 M O O O tJ -01 q O � o in T M 14 N B } }} z }} � w h a � � w J O . Z M E W - A = -= F F II- - = - C » - - � E w 0 � ..2" 1.5"i 12•-0" i 1.5" i i 2".. 3- V) z V-10.5" 17-3" T-8.5" i i4" 20-10- 21'-r 0'-10"21._0" ANCHOR BOLT DIMENSIONS FRAME LINE DIMENSIONS N ANCHOR BOLT PLAN y oa �o Scale: 3116"=1•-0" yl c o TM c o � 1 3 ut M G 42'-0" Out to Out of Foundation < M°° O _.. 21'-U" V 4" 1•.4" t9'-0" 1.-4" 19'-0" 1'-4" 4" A 0 L 1� 0 a t A --———------ – -- —--——-- -- -- A a! V O I Co I Li fi W Q � rg i g3 Q I o Ii G O o H z # � i ' I (L c Oy Ri p W it ili o_ 1 d I JE' a m 0 1 " LA0 ii 0 G m s o io lIi � D a 9 4- I z a" w I I i Z I C A i re 2-s" 0 _ = - - - - - - - _ - - J.. ..L E _ — -- --- – _ --m .—�� - - - - - - - E z IV-a" $r-4- z LLI 17-0" l� 2'-4" 1'-4" 20'-47' _ 21'-0" 21•-0" 1 2 S 4c, - - - - OUNDAT gam— -- -- ---- ——— - oay�S ��o Scale: 3116"=1'-O" 12" 16" 8' 4„ ' N 4" 1'-4" 4' 3,000 PSI CONCRETE FOUNDATION & PIER C LINE OF FOOTING C 4*� ANCHOR BOLTS-SEE STEEL DRAWINGS M ' 4 #4 BAR @ 10"O.C. FOR SIZE&LOCATION 4 #4 BAR @ f 0"O.C. VERT.-CONTINUOUS O VERT.-CONTINUOUS oOO n LINE OF FOUNDATION II u 4# 4 BAR CONTINUOUS HORIZONTAL lo co a l I CAGE @ 10"O.C.VERT. u I - B uB O v O I dP p 4 Al rA j --- t ANCHOR BOLTS•SEE STEEL DRAWINGS 911 4# 4 VERTICAL BAR @ CAGE W Q FOR SIZE&LOCATION G O 0 co 14# 4 BAR CONTINUOUS HORIZONTAL o I0 O 6# 4 VERTICAL BAR @CAGE CAGE @ 10"O.C.VERT. N z 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS 0 W II &z V d'll ANCHOR BOLTS-SEE STEEL DRAWINGS a y FOR SIZE&LOCATION PLAN VIEW II. 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS 1 14 11 DEPRESS FOUNDATION 8"AT DOOR OPENING(TYP.) ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION PLAN VIEW 3,000 PSI CONCRETE PIER ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION 3,000 PSI CONCRETE It FOUNDATION WALL-TYPICAL GRADE II HEIGHT VARIES h 4 #4 BAR @ 10"O.C. a r1'II LINE OF FOUNDATION BEYOND � VERTICAL-CONTINUOUS GRADE HEIGHT VARIES a I7 91 e a - u n 4# 4 BAR CONTINUOUS HORIZONTAL LINE OF FOUNDATION(FOREGROUND) - -J _ CAGE @ 10"O.C.VERT. o `° Z - 4# 4 BAR CONTINUOUS HORIZONTALLLJ Z •' CAGE @ 10"O.C.VERT. 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS O 49 4 BAR @ CAGE - (— Q -v •a. •f SEE PLAN VIEW FOR LOCATION W •a 6# 4 BAR @ CAGE -SEE PLAN VIEW FOR LOCATION ° 0 #4 BAR @ 8.O.C. EACH WALu Y --j - i- ° CONTINUOUS c O z o _ i1 ql - a M a c #4 BAR @ 8"O.C. EACH WAY 3,000 PSI CONCRETE FLJ OOTING D w o " a (TYPICAL) Q io V Z 4' 1'-4" [4,' q' g^ 4' w 3,000 PSI CONCRETE FOUNDATION& 2'-0'[ V-0" 2'-0" FOOTING(TYPICAL) - -3'-4- TYPICAL SECTION DETAIL "A All SECTION DETAIL "B-B" WALL SECTION O Oy Scale.• 112"=1'-0" Scale: 112"=V-V Scale: 1/2-=1'-0" C) M00 8' L 8 4 LINE OF FOOTINGT.d p z 4" ARCHOR.BOLTS.-SEE STEEL DRAWINGS .M," FOR SIZE&LOCATION LINE OF FOOTING 2'-0" 4# 4 BAR CONTINUOUS HORIZONTAL ° 11 4 #4 BAR @ 10"O.C. CAGE @ 10"O.C.VERT. u VERT.-CONTINUOUS 4" 8" 1'-4" LINE OF FOUNDATION A -a --7 LINE OF FOUNDATION a O •y II 4 #4 BAR @ 10"O.C. "'' S p 4# 4 BAR CONTINUOUS HORIZONTAL VERT.-CONTINUOUS p V I t CAGE @ 10"O.C.VERT. U) ert rZZf_� a C Q � N .04 D ID a o N z 0. Ila ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION oz z y I 4# 4 VERTICAL BAR @ CAGE I p DEPRESS FOUNDATION 8"AT DOOR OPENING(TYP.) It• 6# 4 VERTICAL BAR @ CAGE II � IL .0 II • IL 4 #4 BAR @ 10"Q.C. VERT.-CONTINUOUS If II A PLAN VIEW PLAN VIEW ANCHOR BOLTS-SEE STEEL DRAWINGS ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION FOR SIZE&LOCATION DEPRESS FOUNDATION 8"AT DOOR OPENING(TYP.) • Ir LINE OF FOUNDATION BEYOND GRADE GRADE JI II 'AI 4# 4 BAR CONTINUOUS HORIZONTAL HEIGHT VARIES Il'•f, HEIGHT VARIES It q 1, # 4# 4 BAR CONTINUOUS HORIZONTAL II II •I CAGE @ 10"O.C.VERT. CAGE @ 10"O.C.VERT. LINE OF FOUNDATION(FOREGROUND) z :2 0 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS c n 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS a LLJ Q 0 D ° 4 # 4 BAR @CAGE -SEE PLAN VIEW FOR LOCATION 6# 4 BAR @CAGE -SEE PLAN VIEW FOR LOCATION w J 0 ••� I LLI LI #4 BAR @ 8"O.C. EACH WAY - a #4 BAR @ 8"O.C. EACH WAY 0 1 Z (7 T - •" - V! Z Lj 3,000 PSI CONCRETE FOUNDATION& 3,000 PSI CONCRETE FOUNDATION& FOOTING(TYPICAL) " FOOTING(TYPICAL) 4" 1•-4" 4' 4 z•-0" q' r,H _?y � SECTION DETAIL "C-C" SECTION DETAIL "D-D" 0 Q� Scale: 112-=17" Scale. 1/2'=V-0" O CD 4# 4 VERTICAL BAR @CAGE LINE OF FOOTING CD CD 4., 8„ 4„ M o o z ANCHOR BOLTS-SEE STEEL DRAWINGS M- O a _...... FOR SIZE.&_LOCATION _ _ _ _ _ _ _ _ _ _ _ _ c 40 . o DEPRESS FOUNDATION 8" LINE OF FOOTING AT DOOR OPENING(TYP.) - 0 LINE OF FOUNDATION d' n COLUMN 2-SEE DETAIL SECTION"A-A" N O a J% 0 0A E . � E � O r rr ANCHOR BOLTS-SEE STEEL DRAWINGS W N O r Ir FOR SIZE&LOCATION o C O 4# 4 BAR CONTINUOUS O HORIZONTALCAGE a ~ r @ 10"O.C.VERT. i o w q� CV + �� • 4 #4 BAR @ 10"O.C. a �'' y 4 #4 BAR @ 10"O.C. 4 O rig 4 r VERT.-CONTINUOUS VERT.-CONTINUOUS v PLAN VIEW HF F DEPRESS FOUNDATION 8" DEPRESS FOUNDATION 8" AT DOOR OPENING(TYP.) L__ AT DOOR OPENING(TYP.) • ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION PLAN VIEW TOP OF FOUNDATION BEYOND ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION , rr LINE OF FOUNDATION BEYOND DEPRESS FOUNDATION 8" n °D AT DOOR OPENING(TYP.) r 4# 4 BAR CONTINUOUS HORIZONTAL CAGE @ 10"O.C.VERT. Z 4 #4 BAR @ 10"O.C. Z ui VERT.-CONTINUOUS � 0 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS o O Q �- a 4 # 4 BAR @ CAGE -SEE PLAN VIEW FOR LOCATION cn a , - COLUMN 2-SEE DETAIL SECTION"A-A" Q J 4• r-,.r #4 BAR @ 8•'O.C. EACH WAY _ #4 BAR @ 8"O.C. EACH WAY z o o o r ' C 3,000 PSI CONCRETE FOUNDATION& C0 Z FOOTING(TYPICAL) w 3,000 PSI CONCRETE FOUNDATION& [41 8" FOOTING(TYPICAL) 4' 8" 4 4' k SECTION DETAIL "E-Ell SECTION DEVIL IIF F" LL. ` Scale: 112 =1'-0Scale: 1/2"=i-0 -------------------------------------------------------------------------- MBMI SHIPPING LIST FOR JOB 25159 1 -------------------------------------------------------------------------- CUSTOMER NAME: SOUTHOLD TOWN DSW JOB NAME :SOUTHOLD TOWN TRANSFER ST. ADDRESS: P.O. BOX 962 JOB LOCATION :6155 COX LANE 1 CUTCHOGUE, NY 11935 CUTCHOGUE, NY 119351 -------------------------------------------------------------------------- 1 SHIP TO: SOUTHOLD TOWN TRANSFER ST. 1 6155 COX LANE 1 BUILDING DATA 1 1 CUTCHOGUE, NY 11935 1 Width (ft) = 30.0 1 1 1 Length (ft) = 42.0 1 1 DELIVERY PHONE NO. : (_)_- 1 Eave Height (ft) = 14.0 1 1 COMPLETION DATE: _/_/_ 1 Roof Slope (?:12) = 2.00 1 1 1 Dead Load (psf) = 2.00 1 1 TOTAL WEIGHT: 1 Collateral (psf) = 1.00 1 1 1 Live Load (psf) = 25.00 1 1 1 Wind Speed (mph) = 120.00 1 1 1 Wind Code = IBC 06 1 1 EXPORT PACKAGE: _YES _X_NO 1 Closure = C 1 1 REVISED: _/_/_ PAGE NO. : _ 1 Exposure = C 1 1 ( Importance - Wind = 1.00 1 1 1 Seismic Zone = D 1 1 1 Importance-Seismic = 1.00 1 - ------------------------------------------------------------------------- 1 RELEASE FOR CLAIMS OF SHORTAGES AND/OR DAMAGES 1 1 Any shortages or damages to any loads must be marked on the 1 1 shipping invoice and attested to by MBMI driver as well as 1 1 the General Contractor. 1 1 MBMI will not be liable for claims on any shortages 1 1 or damages not noted on the bill of lading or shipping invoice. 1 1 Keep your copy of the shipping invoice for your records, and call 1 1 our shipping officer to verify and schedule delivery of any 1 1 replacement parts. 1 I have read this release and agree to its terms. 1 1 Signature: 1 1 I 1 Title: Representing: 1 1 Date: 1 I MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ------------------- PRIMARY FRAMING I ------------------- I QUAN. MARK I DESCRIPTION I SIZE I LENGTH ICOLORI WT. I REQD. I REV RF1-1 I RF Column I 1131- 5" I RO 1217.10 I 2 RF1-2 I RF Rafter I 113'- 6 13/1611I RO 1225.20 I 2 I EC-3 I EW Column I W8541 1131 - 5 1/8 " I RO 1165.20 I 1 I EC-6 I EW Column I W8541 1131 - 5 1/8 " I RO 1165.20 1 1 I - ------ I ------------- I --------- I-------------- I -----I --------- I ------- I ---- TOTAL = 1215.0 Colors: RO - Red Oxide MBMI JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ---------------------------- I SECONDARY FRAMING - CEES ---------- ---------------- JQUAN. J MARK IDESCRIPTIONIPUNCH I DWG I SIZE I LENGTH JCLRJ WT. JREQD. JREV DJ—D (Jamb INP-NP I I8X25C16 I 81 - 7 1/2 " IRO I 24.931 2 I DJ-1 (Jamb I I DJ-1 I8X25C14 113' - 3 3/8 " IRO I 44.221 2 I DH-1 (Header I S-S I I8X25C16 J 11' -11 1/2 " IRO I 33.381 1 I DH-2 (Header I S-S I I8X25C16 I 7' -11 1/2 111RO I 22.221 1 I E-1 JES8x5x2.8 I I E-1 I8E14 120' -11 1/2 " IRO I 89.911 4 I EC-1 JEW Column I I EC-1 I8X25C16 113 ' - 4 3/4 " IRO I 37.401 2 I EC-2 JEW Column I I EC-2 J8X25C12 114 ' -10 13/1611IRO I 74.201 3 I EC-4 JEW Column I I EC-4 11 8X25C14 1141 -11 3/8 11IRO I 49.801 1 I EC-5 JEW Column I I EC-5 11 8X25C16 113 ' - 6 13/16" IRO I 37.901 1 I ER-1 JEW Rafter I I ER-1 11 8X25C14 115' - 0 7/8 11IRO I 50.201 1 J I J I I I 1 I I J ER-2 JEW Rafter I ER-2 8X25C14 115' - 0 7/8 " IRO I 50.20 1 I ER-3 JEW Rafter I ER-3 I8X25C14 115' - 0 7/8 11IRO I 50.201 1 I ER-4 JEW Rafter I J ER-4 I8X25C14 J 151 - 0 7/8 " IRO I 50.201 1 I - ---- I ----------- I ------ I ------ I --------- I -------------- I --- I -------I ----- J --- TOTAL = 1139.4 Colors: RO - Red Oxide MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ---------------------------- I SECONDARY FRAMING - ZEES I ---------------------------- IQUAN. MARK IDESCRIPTIONIPUNCH I DWG I SIZE I LENGTH ICLRI WT. IREQD. IREV I I I I I I I P-1 IPurlin I WA-WA 8X25Z14 123 ' - 1 1/2 " IRO I 77.01 16 I G-1 (Girt I S-S I I8X25Z16 I 81 - 7 1/2 " IRO I 24.061 6 I G-2 (Girt I S-S ( I8X25Z16 I 91 - 3 1/2 " IRO I 25.921 6 I G-3 (Girt I S-S I I8X25Z16 I 81 - 3 1/2 " IRO I 23.131 3 I I I I I I I I i i G-4 (Girt I S-S 8X25Z16 I 71 - 3 1/2 " IRO I 20.34 1 I G-5 (Girt I WK-WKI I8X25Z16 I 5' - 7 1/2 " IRO I 15.691 2 I I I I I I I I G-6 (Girt I G-6 8X25Z12 123 ' - 7 1/2 " IRO 1117.65 2 I G-7 (Girt I WB-WBI I8X25Z16 124' - 1 1/2 " IRO I 67.311 4 I - ---- I ----------- I ------ I ------ I--------- I -------------- I --- I ------- I ----- I --- TOTAL = 2157.7 Colors: RO - Red Oxide MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 I BRACING ----------- IQUAN. I MARK I DESCRIPTION I SIZE I CABLE LENGTH I FAB. LENGTH ICOLORI WT. IREQD. IREV CB-3 I Cable Brace Assy. 10.250 1231 - 0 1/4 " I 24' -11 1/4 I' GZ I 4.26 I 2 CB-4 I Cable Brace Assy. 10.250 122 '-11 1/2 " I 24'-10 1/2 " GZ I 4.25 I 2 CB-1 I Cable Brace Assy. 10.313 1211- 9" 1 241- 1 1/4 " GZ I 7.08 ( 2 I CB-2 ( Cable Brace Assy. 10.313 1221- 0 1/2 " I 241- 4 3/4 " GZ I 7.14 I 2 HW-394 1/2" Hillside Washl I I I I 0.28 I 8 l HW-395 5/8" Hillside Washl I I I I 0.40 I 8 I - ----- I ------------------- I ------- I --------------I ------------- I ----- I -------- I ----- I --- TOTAL = 50.9 Colors: GZ - Galvanized MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ----------------------- CLIPS/FLANGE BRACES ----------------------- I QUAN. I MARK I DESCRIPTION I LENGTH ICOLORI WT. I REQD. IREV L2X15X12 IFB30.4 Flange Brace I 21- 6 3/8 I RO 1 2.91 I 2 I L2X15X12 IFB30.5 Flange Brace I 21- 6 1/2 " I RO I 2.92 I 6 AK200 I B1 Clip I 9 1/4 " I RO I 2.95 I 48 D2 Clip I 11 - 1 5/8 " I RO I 5.56 I 4 CA005 I E1 Clip ( 5" I RO I 1.00 8 AK400 I F1 Clip I 5 7/16" I RO I 3.61 I 14 AB212 I G1 Clip I 11- 2" I RO I 3.90 I 16 H1 Clip I 7 11/16" I RO I 3.10 I 2 AK504 I L1 Clip I 6" I RO I 2.55 I 4 SA005 ISA005 Clip I 5" I RO I 0.17 8 I --------- ----------------------- I --------------- I ----- I -------- I ------ I --- TOTAL = 325.8 Colors: RO - Red Oxide MBMI JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 I ANGLES ---------- I QUAN. MARK I DESCRIPTION I SIZE I LENGTH ICOLORI WT. I REQD. I REV I I I i RA1503 I Sheet. Angle 116 115' - 3" I RO I 19.80 ( 11 I RA1003 I Sheet. Angle i 16 1101 - 3" I RO I 13.30 I 1 RA2003 I Sheet. Angle 116 1201 - 3" I RO I 26.30 I 1 - ------ I ----------------I ------ I -------------- I ----- I --------- I -------I ---- TOTAL = 257.4 Colors: RO - Red Oxide MBMI -------------------------------- - JOB NO. : 25159 DATE: l/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 I HARDWARE I ------------ IQUAN. MARK DESCRIPTION I SIZE I LENGTH JCLRJ WT. JREQD. IREV CS29R i Ins Closure 1 I 31- 0" 1 1 0.14 1 38 1 CS28R 1 Out Closure 1 31 - 0" 1 1 0.36 I 22 1 SEAL 1 3/8" Tape Seal 1 J 501- 0" J 1 1.50 1 25 J H50X125 I A325 Bolt J 0.5001 1 1/4 " J 1 0.20 1 52 1 H50X150 I A325 Bolt J 0.5001 1 1/2 " 1 1 0.21 1 12 1 H63X225 I A325 Bolt 1 0.6251 2 1/4 " 1 1 0.43 1 10 J H75X225 I A325 Bolt J 0.7501 2 1/4 " 1 1 0.66 1 18 1 M50X125 J A307 Bolt J 0.5001 1 1/4 " 1 1 0.15 J 310 1 FnNeck I Fin Head Bolt J 0.5001 1" 1 1 0.13 1 34 1 H50WASH I Hardened Wash J 0.5001 1 1 0.020 1 64 1 H50NUT J A325 Nut J 0.5001 J 1 0.05 1 64 J H63NUT 1 A325 Nut 1 0.6251 1 1 0.06 1 10 1 H75NUT 1 A325 Nut 1 0.7501 1 J 0.07 1 18 1 M50NUT 1 A307 Nut 1 0.5001 1 1 0.040 J 344 J HW-304 1 Touch up Paint I I ILS 1 0.042 1 1 1 HW-304 J Touch up Paint J I JAG 1 0.042 1 1 J 12xl.25LI LL Self Driller I 1 1 1/4 " JLS 1 0.016 11600 1 12xl.25LI LL Self Driller J 1 1 1/4 " JAG 1 0.016 1 100 1 12xl.25LI LL Self Driller I 1 1 1/4 11101, 1 0.016 11100 1 14x1.25 I S.D. Tek2 W/O Washer 1 1 1/4 " JPL J 0.014 1200 1 14x.875LI LL Lap Tek 1 J 7/8 " JAG 1 0.016 1 300 1 14x.875LI LL Lap Tek 1 1 7/8 " JGL 1 0.016 1 700 1 14x.875LI LL Lap Tek J 1 7/8 " ILS 1 0.016 J 700 1 FAST#14 1 Pop Rivet 1 J 1/8 " JAG J 0.003 J 400 1 --------- J------------------- I ------I -------------- 1 --- 1 -------- I------ I --- TOTAL = 223.9 Colors: PL - Plated Finish GL - Galvalume/Plain AG - Aspen Green LS - Light Stone MBMI JOB NO. : 25159 DATE: l/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ----------------- I TRIM / GUTTER ----------------- ROOF I I QUAN. 1 MARK I DESCRIPTION (PITCH I LENGTH ICOLORI WT. I REQD. IREV EC122 1 Gutter End L 1 2.00111 4" 1 AG I 0.20 1 2 1 EC122 1 Gutter End R 1 2.00 411 AG SSRC271 Ridge Cap 1 2.00" 1 31- 0" I GL I 0.00 I 14 1 SPB2 I Peak Box 1 2.00111 8" 1 AG 1 1.61 1 2 1 RT-1011 Rake Trim 1 1 151 - 3" 1 AG ( 16.78 ( 4 1 SCB I Corner Box 1 1 4" 1 AG 1 0.51 1 4 1 GC-1021 Counter Flash 1 2.00" 1 101 - 3" 1 AG I 4.07 I 9 1 GU-1221 Gutter 1 2.00111 101 - 3" 1 AG I 14.35 I 1 GU-1221 Gutter 1 2.00111 20' - 3" 1 AG I 28.35 I 4 GS-1211 Gutter Strap I I 9" 1 GL I 0.20 I 44 1 DS-1011 Downspout w/KO 1 1 141 - 017 1 AG I 16.00 I 6 1 DS-1031 Downspout Strap 1 1 1" 1 AG 1 0.21 1 24 CT-1021 Corner Trim 1 1 141- 011 1 AG 1 13.44 1 4 1 JT-1011 Jamb Trim I 1 81 - 211 1 AG I 2.45 I 2 1 JT-1011 Jamb Trim I 1 121 - 211 1 AG I 3.65 I 2 1 JT-1011 Jamb Trim 1 1 71 - 311 1 AG I 2.18 1 2 HT-1011 Head Trim I 1 101 - 411 1 AG 1 3.10 1 1 HT-1011 Head Trim I 1 121 - 411 I AG 1 3.70 1 1 HT-1011 Head Trim 1 1 31 - 411 1 AG 1 1.00 1 1 1 MT116BI Cover Trim I 1 101 - 0'1 1 AG I 7.4.3 1 2 1 MT116BI Cover Trim 1 1 121 - 0" 1 AG I 8.92 1 3 1 MT116BI Cover Trim I I 8� _ Oji 1 AG 1 5.94 1 l BT-1011I BaseTrim1 110 3 1 LS i 3.08 ( 1 BT-1011 Base Trim 1 ( 151 - 311 LS 4.58 7 BT-1011 Base Trim I 1 201 - 311 1 LS 1 6.08 1 1 1 ------- 1 ------------------- I ------ I ------------- I -----I --------- I ------I --- TOTAL = 612.3 Colors: GL - Galvalume/Plain AG - Aspen Green LS - Light Stone MBMI - -- -------- JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 I SHEETING I ------------ I QUAN. I MARK IDESCRIPTIONIGA I SIZE I LENGTH ICOLORI WT. I REQD. ) REV SSB-1 IB_SW Sheetl26 I SSPANX6 114' - 0-1 I LS I 34.65 I 14 I SSF-1 IF_SW Sheetl26 I SSPANX6 114 ' - 0" I LS I 34.65 I 10 I SSF-2 IF_SW Sheetl26 I SSPANX6 1 1' -11 1/2 " I LS I 4.85 I 4 I ESL-5 IL_EW Sheetl26 I SSPANX6 116'- 6 1/2 " I LS I 40.94 I 2 I ESL-4 IL_EW Sheetl26 I SSPANX6 116' - 0 1/2 " I LS I 39.70 I 2 I ESL-3 IL_EW Sheetl26 I SSPANX6 115' - 6 1/2 " I LS I 38.47 I 2 I ESL-2 IL_EW Sheetl26 I SSPANX6 115' - 0 1/2 " I LS I 37.23 I 2 I ESL-1 IL_EW Sheetl26 I SSPANX6 114' - 6 1/2 " I LS I 35.99 I 2 I ESR-5 IR_EW Sheetl26 I SSPANX6 116' - 6 1/2 " I LS I 40.94 I 2 I ESR-4 IR_EW Sheetl26 I SSPANX6 1161 - 0 1/2 " I LS I 39.70 I 2 I ESR-3 IR_EW Sheetl26 I SSPANX6 115' - 6 1/2 " I LS I 38.47 I 1 I ESR-2 IR_EW Sheetl26 I SSPANX6 115' - 0 1/2 " I LS I 37.23 I 1 I ESR-1 IR_EW Sheetl26 I SSPANX6 1141 - 6 1/2 " I LS I 35.99 I 2 I ESR-6 IR_EW Sheetl26 I SSPANX6 I 51- 6" I LS I 13.61 1 1 ESR-7 IR_EW Sheetl26 I SSPANX6 I 51- 0" I LS I 12.38 I 1 I RS-1 (Roof Sheetl26 I SSPANX6 114' - 9" I GL I 36.51 I 28 I - ------ I ---------- I ---- I --------- I -------------- I ----- I -------- I ------ I ---- TOTAL = 2592.8 Colors: GL - Galvalume/Plain LS - Light Stone MBMI ------------------------- JOB NO. 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 --------------- ACCESSORIES --------------- I QUAN. I MARK I DESCRIPTION ( SIZE I LENGTH ICOLORI WT. I REQD. I REV --------- -------------------- ------- -------------- HW-900 I3070M Door I I 71- 0" I - 1166.00 i 1 HW-951 (Weatherstrip I 118'- 0" I I 0.70 1 HW-955 IStd. Duty Knob I I 4" I ( 2.00 I 1 - --------I -------------------- I ------- I -------------- --------I ------ TOTAL -- - I ----- I --------I ------TOTAL = 168.7 LEGAL NOTICE INVITATION TO BID TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "ERECT PRE-FABRICATED MBMI METAL BUILDING" Specifications may be obtained at the Southold Town Clerk's Office beginning May 29, 2014 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD June 12, 2014 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. A non-mandatory pre-bidder's conference will be held at 10:00 AM on June S, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. DATED: May 20,2014 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 29, 2014 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD,NY 11971. Copies to the following: The Suffolk Times Town Board Members Highway Dept Town Attorney Engineering Dept Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulleting Board 17/10 '13 THII 11:30 FAX 631 765 6145 SOUTHOLD TOWN CLERK Q001 �C�Csk��k�k�k�k�k�sk�k��k�k�kxe�k�k�k� * TX REPORT x� * TRANSMISSION OK TX/RX NO 3049 CONNECTION TEL 8746234 CONNECTION ID ST. TIME 17/10 11: 29 USAGE T 01'30 PGS. SENT 5 RESULT OK ELIZABETH A.NEVILLE „a TOWN CLERK Town Hall,53095 Main Road P.O. Box 1179 REGISTRAR OF VITAL STATISTICS � Southold,New York 1.1971 MARRIAGE OFFICER � '� Fax(631) 765-6145 FtCCURDSMgNAGI:MENTOFFICER Telephone (631) 765-1800 FREEDOM OF INFORMATION OFFICER r �.eGz7� OFFICE OF THE TOWN CLERK TOWN OF SOUTIiOLD FAX TRANSMITTAL To: Danaallison Enterprises,Inc From: Bonnie Doroski Dated: May 12,2014 Re: Addendum to Pre-Fab M 3MI Metal Building Number of Pages (including cover): 6 If total transmittal is not received,please call 631-7651$00. COMMENTS: As requested O HI l7" � BIDS PICKED UP, GET NAMES, ADDRESSES AND EMAIL/PHONE/FAX: �(A — Ave--- 3. CDC 14&WS (Bip s�nv�cE� y�or w �Ac £i1. S r-t Zoo 4. :J—J9 C®92Q 19tTRc"YP 5. P Cooper, Linda From: Erlinda Gutierrez <EGutierrez@cdcnews.com> Sent: Thursday, May 01, 2014 3:59 PM To: Cooper, Linda Subject: PRE-FABRICATED MBMI METAL BUILDING cdcnews CONSTRUCTION DATA COMPANY 4201 W Parmer Lane Ste A200 Austin,TX 78727 phone: 512-634-5990 fax: 866-714-9554 email addenda to: plans@cdcnews.com Hi there, We are interested in obtaining the plans and specs or bid packet for the above referenced project for our plan room. Please advise if you can ship, email or upload it to our secured FTP site. If shipping is required please use our FedEx account number 240574918. Please use FedEx express saver to minimize shippinq costs. "Please consider adding Construction Data Company to your plan room auto-distribution list. We can return all printed plans and specs at our expense if necessary. ** Regards, U Erlinda Gutierrez Plans Department CDCNews > Building Opportunities 800-872-7878 X 2457 1 direct 512-634-5990 1 fax 866-714-9554 cdcnews.com 14201 W Parmer Lane Ste A200 Austin, TX 78727 ref: NY Z042800696 1 17/10 '13 THII 09:32 FAX 631 765 6145 SOUTHOLD TOWN CLERK Q001 TX REPORT * TRANSMISSION OK TX/RX NO 3048 CONNECTION TEL 7345625 CONNECTION ID ST. TIME 17/10 09: 30 USAGE T 01'43 PGS. SENT 6 RESULT OK LIZABETH A.NEVILLE TOWN CLERK Town Hall, 53095 Main Road REGISTRAR OF VITAI,STATISTICS P.O. Box 1179 MARR.IAGF.OFFICER Southold,New York 11971 RECORDS MANAGEMENT OFFICER �«1' ,'�' Fax(631) 765-6145 FREEDOM OF INFORN4ATION OFFICER Telephone(631) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD FAX TRANSMITTAL To: Corazzini Asphalt From: Bonnie Doroski Dated: May 12,2014 Re: Addendum to Pre-Fab MBMI Metal.Building Number of Pages (including cover): 6 If total transmittal is not received,please call 631-7651800. COMMENTS: As requested Doroski, Bonnie From: 4CMI <4cmi@optonline.net> Sent: Monday, May 12, 2014 9:22 AM To: Doroski, Bonnie Subject: Re:Addendum to Pre-fab metal building Good Morning, Addendum#1 received. Mary C. Michne Carter-Melence, Inc. PO Box 907 Sound Beach, NY 11789 (631) 744-0127 tel From: Doroski, Bonnie Sent: Monday, May 12, 2014 8:44 AM To: 4cm i(cboptonline.net Subject: Addendum to Pre-fab metal building Please confirm receipt. Thank you. Bonnie J. Doroski Deputy Town Clerk 1 Doroski, Bonnie From: EdindoGutierrez <EGutienez@cdcnewscom> Sem* Monday, May 12, 201413:S7PK4 To: Dovnski. Bonnie Cc: Plans Subject: RE:Addendum to Pre-fab metal building Attachments: addend unn_2O14OSl307334S.pdf Thank you! ERLINUAGUT|ERREZ F *x '�66\ 7}1-g5�l CCMVRUCUOU°N DATA Website | 8|og | Unked|n | Facebook | Twitter Ref: NY Z042800696 From: Doroski Bonnie Sent: Monday, May 12' 2O147:41Ay4 To: '4mnci@optonUne.net'; EdindaGutierrez; nicOjnscontractincixom Subject: Addendum toPre-fab metal building Please confirm receipt. Thank you Bonnie]. Dmnmski Deputy Town Clerk 1 Doroski, Bonnie From: KJ BINDUSTRIES@aol.com Sent: Monday, May 12, 2014 11:29 AM To: Doroski, Bonnie Subject: Re:Addendum to Pre-fab Metal building we have received add. #1 In a message dated 5/12/2014 9:14:09 A.M. Eastern Daylight Time, Bonnie.Doroski(cD-town.southold.nv.us writes: Please confirm receipt. Thanks Bonnie J. Doroski Deputy Town Clerk i ELIZABETH A. NEVILLE Town Hall,53095 Main Road TOWN CLERK ' at P.O. Box 1179 REGISTRAR OF 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: Danaallison Enterprises, Inc From: Bonnie Doroski Dated: May 12,2014 Re: Addendum to Pre-Fab MBMI Metal Building Number of Pages (including cover): 6 If total transmittal is not received, please call 631-765-1800. COMMENTS: As requested SCOTT A. RUSSELL y JAMES A. RICHTER, R.A. SUPERVISOR MICHAEL M. COLLINS, P.E. tea•: TOWN HALL - 53095 MAIN ROAD "M TOWN OF SOU'rHOLD,NEW YORK 11971 Tel (631) 765 1560 a Fax. (631)-765 9015 OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 001: May 9, 2014 Page 1 of 5 PROJECT: Invitation to Bid-ERECT PRE-FABRICATED MBMI METAL BUILDING Peconic, Town of Southold Suffolk County, New York Attention Bidders: The attached four (4) pages entitled DIVISION 2 - SITE WORK shall be incorporated into the original Bid Documents for the above referenced project. DIVISION 2 - SITE WORK GENERAL The work under this Division shall be subject to the requirements of the GENERAL CONDITIONS, CONDITIONS OF CONTRACT, DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items, which might affect the work under this Division. TABLE OF CONTENTS - DIVISION 02000- SITE WORK Included in this Division are the following sections: 02200- Earthwork DIVISION 2 - 1 of 4 DIVISION 2 -SITE WORK SECTION 02200 -EARTHWORK WORK INCLUDED The Contractor shall furnish labor, materials, equipment and appurtenances necessary or required to perform and complete all earthwork in area inside and outside the building limit to obtain required finish elevations. Earthwork includes, but is not limited to: A. Excavation of unsuitable material to be replaced with controlled fill material. B. Backfilling of trenches within building lines. Limit of work under this contract shall include the entire site. QUALITY ASSURANCE A. Code and Standards: Perform excavation work in compliance with applicable requirements of governing authorities having jurisdiction. INSPECTION A. The Contractor shall visit and thoroughly familiarize them with the site and with the scope of work to be done. B. When the Contractor submits their proposal, it shall be interpreted to mean that he has examined the site, fully understands the existing and proposed conditions and has made due allowances for them in their proposal. PREPARATION A. Notification of utility companies shall be in accordance with Industrial Code Rule#53 of Title 12, of the Official Compilation of Codes, Rules and Regulations of the State of New York. B. Notify all utility companies, prior to start of work and ascertain location of all existing utilities. C. Exercise extreme caution in the area of existing utilities so as not to cause damage or breakage. D. The Contractor shall verify all elevations and satisfy themselves as to their correctness by visiting the site of the proposed work and examining the actual condition prior to the beginning of the work. DIVISION 2 - 2 of 4 DIVISION 2 - SITE WORK PERFORMANCE A. The Contractor shall exercise diligent care to protect Protection of Persons and Property: 1. Barricade open excavations occurring as part of this work and post with warning lights. 2. Operate warning lights as recommended by authorities having jurisdiction. B. Protect structures, utilities, sidewalks, pavements and other facilities from damage caused by settlement, lateral movement, undermining, washout and other hazards created by earthwork operations. ADJUST AND CLEAN A. The Contractor shall clean up and remove from the site all rubbish and surplus material as fast as it accumulates and shall not permit it to be scattered about the project site. SOIL MATERIALS A. Definitions: 1. Satisfactory Soil Materials: Materials classified by ASTM D 2487, Classification of Soils for Engineering Purposes, as GW, GP, GM, SW, SP, SM, & SC with no more than 20 percent by weight finer than No. 200 sieve. 2. Unsatisfactory Soil Materials: Materials classified by ASTM D 2487, Classification of Soils for Engineering Purposed, as ML, CL, OL, MH, CH, OH, & PT and those soils classified as satisfactory which do not meet the gradation requirements specified above. 3. Backfill and Fill Materials: Satisfactory soil materials free of clay, rock or gravel larger than 2 inches in any dimension, debris, waste, frozen materials, vegetable and other deleterious matter. EXCAVATION A. Excavation consists of removal and disposal of material encountered when establishing required finish grade elevations. B. Unauthorized excavation consists of removal of materials beyond indicated sub grade elevations or dimensions without specific direction of the Architect. Unauthorized excavation, as well as remedial work directed by the Architect shall be at the Contractor's expense. DIVISION 2 - 3 of 4 DIVISION 2 -SITE WORK COMPACTION A. General: Control soil compaction during construction providing minimum percentage of density specified for each area classification. B. Percentage of Maximum Density Requirements: Compact soil to not less than the following percentage of maximum dry density for soils which exhibit a well-defined moisture density relationship determined in accordance with ASTM D 698; and not less than the following percentages of relative density, determined in accordance with ASTM D 2049, for soils which will not exhibit a well-defined moisture density relationship. C. Structures: Compact top 12" of sub grade and each layer of backfill or fill material at 95%maximum dry density. D. Building Slabs and Paved Areas: Compact top 12" of sub grade and each layer of backfill or fill material at 95% maximum dry density. BACKFILL AND FILL A. Place acceptable soil material in layers to required sub grade elevations, for each area classification listed below: 1. Under Walks, use satisfactory excavated or borrow material. 2. Under Building Slabs, use satisfactory borrow material. GRADING A. General: Uniformly grade areas within limits of grading under this section, including adjacent transition areas. Smooth finished surfaces within specified tolerances, compact with uniform levels or slopes between points where elevations are shown or between such points and existing grades. END OF SECTION DIVISION 2 - 4 of 4 Southold Town Board - Letter Board Meeting of May 20, 2014 RESOLUTION 2014-464 Item # 5.40 ADOPTED DOC ID: 9819 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-464 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 20, 2014: RESOLVED that the Town Board of the Town of Southold hereby rejects all bids received on March 15, 2014 pursuant to the bid for the erection of an MBMI pre-fabricated building at the Town's Highway/DPW Yard, including construction of a concrete foundation and floor, and be it further RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to re-advertise for bids for the erection of an MBMI pre-fabricated building at the Town's Highway/DPW Yard, including construction of a concrete foundation and floor, subject to the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER:Louisa P. Evans, Justice AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated May 22, 2014 Page 53 1FFO(,f-�O ELIZABETH A.NEVILLE, MMC �� l/y Town Hall, 53095 Main Road TOWN CLERKC P.O. Box 1179 cn 2 Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS p • .1C Fax(631)765-6145 MARRIAGE OFFICERJ101 �a0 Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 27, 2014 Corazzini Asphalt Richard Corazzini Po Box 1281 Cutchogue, NY 11935 Dear Mr. Corazzini: At the regular Town Board meeting held on May 20, 2014, the Town Board rejected all bids for the erection of the MBMI pre-fabricated building at the Highway/DPW yard. Bid specifications for the re-bid will be available Thursday, May 29, 2014. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Z�'fa, M LzuQ'_ Lynda M Rudder Deputy Town Clerk Ens. SUF FO(,��0 ELIZABETH A.NEVILLE,MMC �� G.y Town Hall,53095 Main Road TOWN CLERK C P.O.Box 1179 COD 2 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p .�C Fax(631)765-6145 MARRIAGE OFFICERy ! RECORDS MANAGEMENT OFFICER �0,( �a0 Telephone 765-1800 FREEDOM OF INFORMATION OFFICER www.southoldtldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 27, 2014 KJB Industries Robert Panchak 14 Center Drive Riverhead,NY 11901 Dear Mr. Panchak: At the regular Town Board meeting held on May 20, 2014, the Town Board rejected all bids for the erection of the MBMI pre-fabricated building at the Highway/DPW yard. Bid specifications for the re-bid will be available Thursday, May 29, 2014. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, 4(✓ m� Lynda M Rudder Deputy Town Clerk Ens. FOL Ir ELIZABETH A.NEVILLE,MMC �� �%y Town Hall,53095 Main Road TOWN CLERK P.O. Box 1179 C* 2 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS 4 Fax(631)765-6145 MARRIAGE OFFICER � Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �.( `1►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 27, 2014 Carter-Melence Inc Donald O'Hanlon PO Box 907 Sound Beach NY 11789 Dear Mr. O'Hanlon: At the regular Town Board meeting held on May 20, 2014, the Town Board rejected all bids for the erection of the MBMI pre-fabricated building at the Highway/DPW yard. Bid specifications for the re-bid will be available Thursday, May 29, 2014. A certified copy of the resolution is enclosed. Your bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. o�'og�FFO(,�-�O ELIZABETH A. NEVILLE,MMC �� r/y Town Hall, 53095 Main Road TOWN CLERK P.O. Box 1179 ti Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p • Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �.( `�►a wwwhone(631) FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2014 Erect Metal BuildinE Bid Opening 5/15/14 2:00 P.M. Three (3) bids received Item # 1 Item # 2 Total Carter-Melence Inc $78,515.00 $10,000.00 $88,515.00 Donald O'Hanlon PO Box 907 Sound Beach NY 11789 KJB Industries $76,767.00 $20,002.00 $96,769.00 Robert Panchak 14 Center Drive Riverhead, NY 11901 Corazzini Asphalt $125,885.00 $13,200.00 $139,085.00 Richard Corazzini Po Box 1281 Cutchogue, NY 11935 Rudder, Lynda mefaJ &&-C�- From: Candice Schott <cschott@timesreview.com> Sent: Wednesday, May 21, 2014 9:19 AM To: Rudder, Lynda Subject: Re: for publication 5/29 Importance: High Hi Lynda, I have received the notice and we are good to go for the 5/29 issue. Thanks and have a great upcoming holiday weekend! Candice From:<Rudder>, Lynda <lynda.rudder@town.southold.ny.us> Date: Wednesday, May 21, 2014 8:24 AM To: "Collins, Michael" <michael.collins@town.southold.nv.us>, "Richter,Jamie" <Jamie.Richter@town.southold.ny.us>, "Orlando,Vincent" <vincent.orlando@town.southold.ny.us>, "Beltz, Phillip" <Phillip.Beltz@town.southold.ny.us>, "Cushman,John" <John.Cush man @town.southo Id.ny.us>, "Dinizio,James" <Lames.dinizio@town.southold.nv.us>, "Doherty,Jill" <Iill.doherty@town.southold.ny.us>, "Finnegan, Martin" <martin.finnegan@town.southold.nv.us>, "Ghosio, Bob" <bob.ghosio@town.southoId.nv.us>, "Krauza, Lynne" <Ivnne.krauza@town.southold.ny.us>,Times Review<tdoubrava@timesreview.com>, Louisa Evans<lpevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville@town.southold.nv.us>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us>, "Russell, Scott" <Scott.Russell @town.southold.nv.us>, "Standish, Lauren" <Lauren.StandishCa@town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.nv.us>, William Ruland <rulandfarm@yahoo.com> Subject:for publication 5/29 Please publish in the 5/29/14 edition of the Suffolk times and the town website 1 Rudder, Lynda From: Reisenberg, Lloyd Sent: Wednesday, May 21, 2014 11:16 AM To: Rudder, Lynda Subject: RE: for publication 5/29 Posted L.,loyd H. Reisenberg Network and Systems Adininistrator Town of Southold,New York www.southoldtownny.pov Iloydr@southoldtownny.gov 0: 631-765-1891 1 M:631-879-1554 I F: 631-765-5178 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: Rudder, Lynda Sent: Wednesday, May 21, 2014 8:25 AM To: Collins, Michael; Richter, Jamie; Orlando, Vincent; Beltz, Phillip; Cushman, John; Dinizio, James; Doherty, Jill; Finnegan, Martin; Ghosio, Bob; Krauza, Lynne; Legals (tdoubrava@timesreview.com); Louisa Evans; Neville, Elizabeth; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle; William Ruland Subject: for publication 5/29 Importance: High Please publish in the 5/29/14 edition of the Suffolk times and the town website I THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bond No. 05152014 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 Erect Pre Fabricated MBMI Metal Builing 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 12 Day of May 2014. Corazzini Asphalt, Inc. � f (Prin ' V (Seal) �a Witn (Title) RLI lnsurance an j (Surety) � Q (Sell) Witn s 1 (Title) a hew Wilkoff, Attor y-In-Fact Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms exactly to the language used in AIA document A310, February 1970 ED.. s Individual Acknowledgment State of County of On the day of ,20____,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 4. , Corporate Acknowledgment State of County Oil- 012 fOs the % day.of ( ' 20J�before me personally appeared K to known, ivho being by me duly swN�� id dnd say that i�he is the of the VV V the corporation described in and which executed the foregoing instrument;that s/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 PtSANO Notary Public,State of New York NotM Public No.01 ST5046833 7"" Qualified in Suffolk County &10 Commission Expires July 17, RLI'D POWER OF ATTORNEY �► enR"COMPA" RLI Insurance Company 1 1 Box 3967 1 Peoria,IL 61612-3967 Contractors Bonding and Insurance Company Phone:(800)645-2402 1 Fax:(309)689-2036 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 this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company,required for the applicable bond. That RLI Insurance Company, a Illinois corporation, and/or Contractors Bonding and Insurance Company, a Washington corporation (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make, constitute and appoint: Gerald J.Wilkoff,Matthew Wilkoff,Diane P.Alesci,Shirley Croker iointly or severally in the City of Mineola State of New York ,as Attorney in Fact,with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings,and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 )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. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,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 Corporation by the President,Secretary,any Assistant Secretary,Treasurer,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 Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seal may be printed by facsimile or other electronic image." IN WITNESS WHEREOF,RLI Insurance Company and/or Contractors Bonding and Insurance Company,as applicable,have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 14th day of March,2014. �Q�NG AND/NS��i, Company �,.��"" "'���� RLI Insurance Com an a . cFc Q0,• .RpO� •`.A9yl '.'�5_" ••'•. 50S Contractors Bonding and Insurance Company SEAL 'i - =` • SEAL . - -- = a ;a °�•• 1979 Roy C.Die Vice President State of Illinois •• .••'••..,.,.••' 1 , I( SS *ASHINGIO,`0ih4� N mW County of Peoria CERTIFICATE On this 14th day of March 2014 1, the undersigned officer of RLI Insurance Company, a stock before me, a Notary Public, personally appeared Roy C. Die who corporation of the State of Illinois, and/or Contractors Bonding and being by me duly sworn, acknowledged that he signed the above Power of Insurance Company, a Washington corporation, do hereby certify Attorney as the aforesaid officer of the RLI Insurance Company and/or that the attached Power of Attorney is in full force and effect and is Contractors Bonding and Insurance Company, and acknowledged said irrevocable; and furthermore, that the Resolution of the Company as instrument to be the voluntary act and deed of said corporation. set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Co actors Bo di and Insurance Company this ,day of l RLI Insurance Company Jacqu ire M.Bockle Notary Public Contractors Bonding and Insurance Company `OFFICIAL SEAL' ru3G_TaA`y Roy C.Die Vice President ?S ATE OF PUBLICJACQUELI E M,BOCKLER uuNas COMMISSION EXPIRES 01/14118 3120357020212 A0059913 ACKNOWLEDGEMENT OF SURETY State of New York } } SS. County of Nassau } On this May 12,2014 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 seal 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 of New York No.01AL6182545 Certificate Filed in Suffolk County Commission Expires March 24,2016 Notary Public RLIRLI Insurance Company RLI Insurance Company P.O.Box 3967 Peoria IL 61612-3967 Phone:309-692-1000 Fax:309-683-1610 December 31,2013 Admitted Assets Liabilities and Surplus Investments: Liabilities: Fixed maturities............................... $ 565,275,057 Reserve for unpaid losses and loss Equity securities.............................. 936,244,320 adjustment expenses........................ $ 444,285,643 Short-term investments......................... 2,488,289 Unearned premiums........................... 201,229,816 Real estate..................................... 22,332,965 Accrued expenses............................ 52,704,394 Properties held to produce income................... 0 Funds held.................................. 5,326,928 Cash on hand and on deposit....................... 27,278,945 Advance premiums............................ 4,990,302 Other invested assets,,,,,,,,,,,,,,,,,,,,,,,,,,,,, 750,000 Amounts withheld............................. 61,410,396 Receivables for securites.......................... 0 Ceded reinsurance premium payable ............. 33,163,471 Agents'balances................................. 108,168,054 Payable for securities ......................... 0 Investment income due and accrued................. 6,186,935 Statutory penalties............................ 443,200 Funds held..................................... 4,000 Current federal&foreign income taxes............ 2,507,679 Reinsurance recoverable on paid losses,,,,,,,,,,,,,, 4,352,755 Federal income tax payable..................... 13,100,904 Federal income taxes receivable..................... 0 Borrowed money and accrued interest ............ 1,288 Net deferred tax asset............................. 0 Drafts outstanding................................ 0 Guarantee funds receivable or on deposit............. 64,220 Payable to affiiliate............................... 0 Electronic data processing equipment, Other liabilities .................................. 1,052,639 net of depreciation............................ 438,158 Receivable from affiliates.......................... 4,298,475 Total Liabilities.................................. $ 820,216,660 Other admitted assets............................. 1,555,812 Surplus: Total Admitted Assets $ 1,679,437,985 Common stock............................... $ 10,000,375 Additional paid-in capital ....................... 242,451,084 Unassigned surplus........................... 606,769,866 State of Illinois Total Surplus $ 859,221,325 County of Peoria Total Liabilities and Surplus $ 1,679,437,985 The undersigned, being duly sworn, 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.0 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 2013. Attest: ,`q{7u Of1p"„ vfv� ORgTo 92= Michael J.Stone President F Corporate SEAL .1; Seal Affixed p�`?,� Cynthia S.Dohm Assistant Secretary "1111110% 0 Sworn to before me this 4th day of March, 2014. riizcuuzu�craTru�r "OFFICIAL SEAL" M.NOTARY Rueuc JACQUELINE MBOCKLER srArEOF Notarial IttlNolS COMMISSION EXPIRES 01/14/18 Seal 21laox— Affixed Jacqu line M.Bockl Notary Public, State of Illinois M0058314 Colonial Surety Company Administrative Office 50 Chestnut Ridge Road Montvale, NJ 07645 201-573-8788 BID BOND Approved by The American Institute of Architects A.I.A. Document No.A-310 (Feb.1970 Edition) KNOW ALL PERSONS BY THESE PRESENTS, that we, KJB INDUSTRIES INC., Riverhead, NY as Principal, hereinafter called the Principal, and COLONIAL SURETY COMPANY, a corporation duly organized under the laws of the Commonwealth of Pennsylvania, as Surety, hereinafter called the Surety,are held and firmly bound unto Town of Southold, Southold, NY as Obligee, hereinafter called the Obligee, in the sum of 5%of amount bid not to exceed $5700 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 Erect Pre-Fabricated MBMI Metal Building 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 thi 15th day of May 2014. KJB I USTRIES INC. witness- Rob Panchak (PrincipaVTitle) (Sedl) COLONIAL SURETY COMPANY witness (���;� �Z (Attorney-in-fact)(Seal) Robert Panchak Anthony J. C sko COLONIAL SURETY COMPANY Duncannon, Pennsylvania - Inc 1930-- FINANCIAL STATEMENT—DECEMBER 31,2013 ASSETS LIABILITIES &SURPLUS *Stocks and Bonds . . . . . . . . .. . . . . . . . . . . $ 36,011,345 Reserve for Unearned Premiums. . . . . . . . . . .$ 6,412,720 Cash in Office &Banks . . . . . . . . . . . . . . . . . . 6,620,065 Claim Reserves. . . . . . . . . . . . . . . . . . . . . . . . . . 11,953,951 Accrued Interest&Dividends. . . . . . . . . . . . . . 304,340 Other Liabilities 1,218,133 Premiums&Agents Balances Receivable . . . . 483,038 Collateral Held . . . . . . . . . . . . . . . . . . . . . . . . . . 1,008,361 Other Assets . . . . . . . . . . . . . . . . . . . . . . . . . . 3,146,007 Capital Stock . . . . . . . . . . . . . . . . . . . . . . . . . . . 3,000,000 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Surplus . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22,971,630 Total Admitted Assets. . . . . . . . . . . . . . . 46,564,795 Total Liabilities &Surplus . . . . . . . . . . . . . . 46,564,795 '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 31,2013. IN WITNESS WHEREOF, I have signed this statement at Montvale, New Jersey,this 24th day of March,2014. Surety 0 (1 %.X a Wayne Nunziata President p Incorporated t 1530 Law& ��nsy1var Theresa Spinelli Notary Public Theresa Spinelli A Notary Public of New Jersey My Commission Expires September 9,2016 THE AMERICAN INSTITUTE OF ARCHITECTS AIA DocumentA390 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we CARTER-MELENCE, INC. 104 New York Ave. Sound Beach,NY 11789 as Principal, hereinafter called the Principal, and International Fidelity Insurance Company One Newark Center 20th Floor Newark,NJ 07102 a corporation duly organized under the laws of the State of NJ 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 of the Bid Amount-------------------------(5.00%), 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 Erect Pre-Fabricated MBMI Metal Building. 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 fumished 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 15th day of May 2014 CARTE - ELENCE INC. (Principal) (Seal) "226Yir,!r 4—&a&r_ A, (WinessV (Title) Don ld J. O'Hanlon, resident International Fidelitv Insurance Company (Su (Seal) (Witness) V (Title Edmund J. Be asci,Attorn -in-Fact ACKNOWLEDGEMENT OF PRINCIPAL,IF A CORPORATION STATE OF NEW YORK )ss: COUNTY OF SUFFOLK ) On the 15t1day of May in the year 2014 ,before me personally came Donald J. O'Hanlon to me known,who,being by me duly sworn, did depose and say that(,%)he resides at Miller Place, NY that he/she is the President of CARTER- MELENCE,INC. ,the corporation described in and which executed the above instrument; and that he/she signed her/his name thereto by order of the Board of Directors of said corporation. Notary Public '- Mary 0.MSchn® Notary MUL"o, Stata of Hox York C:' .tam r f 717 oua a v u l ACKNOWLEDGEMENT OF PRINCIPAL,IF Ac1'AIITI'�FERS ` STATE OF )ss: COUNTY OF ) On the day of in the year ,before me personally came to me known and known to me to be a member of the firm , described in and who executed the foregoing instrument,and he/she duly acknowledged to me that he/she executed the same for and in behalf of said firm for the uses and purpose mentioned therein. Notary Public ACKNOWLEDGEMENT OF PRINCIPAL,IF AN INDIVIDUAL STATE OF ) ss: COUNTY OF ) On the day of in the year ,before me personally came to me known and known to me to be the person described in and who executed the foregoing instrument, and he/she duly acknowledged to me that he/she executed the same. Notary Public ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK ) COUNTY OF WESTCHESTER)ss; On the 15th day of May in the year 2014 ,before me personally came Edmund J. Bergassi to me known,who,being by me duly sworn, did depose and say that he/she resides at New Rochelle,NY ,that he/she is the Attorney-in-Fact of International Fidelity Insurance Company ,the corporation described in and which executed the above instrument; and that he/she signed her/his name thereto by order of the Board of Directors of said corporation. Notary Public LID ti PNCIA A Ill ONEYry�'ublic,State of New York o.01 MA6154�61 ified in Vdestchcster County sion Ext)ire$October 23,2014 INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER,20TH FLOOR,NEWARK,NEW JERSEY 07102-5207 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2013 ASSETS Bonds(Amortized Value) ..................................... $31,509,516 Preferred Stocks(Market Value) ..... ....... .................. .. 500,000 Common Stocks(Market Value) .............................. .. 72,911,462 Mortgage Loans on Real Estate .................................. 1,647,030 Cash,Bank Deposits&Short Term Investments ..................... 93,684,839 Other Invested Assets ............ ... ................... ..... 318,354 Unpaid Premiums&Assumed Balances ........................ .. 11,732,240 Reinsurance Recoverable from Reinsurers ......................... 2,478,315 Electronic Data Processing Equipment............................ 219,074 Investment Income Due and Accrued ............................ 319,691 Net Deferred Tax Assets ..................................... 5,399,057 Health Care and Other Amounts Receivable ...................... 26,890 Receivables from Parent Subsidiaries&Affiliates ................... 387,293 OtherAssets ..... ....................................... .. 12,158,440 TOTAL ASSETS ................................... $233.292.201 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net as to Reinsurance Ceded and Incurred But Not Reported Losses) ............... ............... $5,552,281 Reinsurance Payable on Paid Losses and Loss Adjustment Expenses ...... 4,143,085 Loss Adjustment Expenses .................................... 4,346,188 Commissions Payable,Contingent Commissions&Other Similar Charges .. 5,653,291 Other Expenses(Excluding Taxes,Licenses and Fees)................. 5,787,847 Taxes,Licenses&Fees(Excluding Federal Income Tax) ............... 473,850 Current Federal and Foreign Income Taxes ............... ......... 417,364 Unearned Premiums ..... .......................... ......... 35,500,215 Dividends Declared&Unpaid:Policyholders....................... 922,379 Ceded Reinsurance Premiums Payable ........................... 4,167,182 Funds Held by Company under Reinsurance Treaties............ ..... 1,031 Amounts Withheld by Company for Account of Others ............... 59,435,171 Provision for Reinsurance.. ................................... 2,667 Payable to Parent Subsidiaries and Affiliates.. ...................... 104,335 Other Liabilities ........................................... 4,975 TOTAL LIABILITIES ............................ $126.511.861 Common Capital Stock....................................... $1,500,000 Gross Paid-in&Contributed Surplus............................. 374,600 Surplus Notes ............................................ 16,000,000 Unassigned Funds(Surplus)............ ....................... 92,680,339 Less:Treasury Stock at cost(83,880 shares common)(value incl.$45.) ..... 3.774,600 Surplus as Regards Policyholders ................... $106,780,339 TOTAL LIABILITIES,SURPLUS&OTHER FUNDS...... $233.292.200 I,Francis L.Mitterhoff,President of INTERNATIONAL FIDELITY INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets,Liabilities,Surplus and Other Funds of this Company,at the close of business,December 31,2013, as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. ..�TMIN TESTIMONY WHEREOF,I have set my hand and affixed the SSKMAL seal of the Company,this 25th day of February,2014. INTERNATIONAL FIDELITY INSURANCE COMPANY Z, e ` TTTTORN EX P101 R Tei('33 r - 200= M►1� INT RNA ELITY INSt11 NC CQ,NIPAI Y ALLEOHENY GASU>A[.TY CUM�ANY ONE NEWARtf CENTER;_20TH:°FLOOR-NE .ARt� N�1rV JERSEY 071C12452Q7 KNOW ALL MEN BY THESE PRESENTS, That INTEFtNAtIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws.of the State of New Jersey,;and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws'of the State of Pennsyfvanla,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint' EDMUND J. BERGASSI New Rochelle„ NY,. their true and lawful attorney s}in-fact to execute :seas and deliver for and on its behalf as surety,any and all bonds'and undertakings,conkracts of indemnity and other writinggso bligatory in the nature thereof.:which are or may':be allowed,required or permitted by law,statute rule,reegguulation,contract.or otherwise and the execution of such instrumentt�s) in pursuance of. these I resents 'shaii be as binding upon the said INtERNATIONAL PIDELITY INSURANCE: COMPANY and ALLEGHENY CASItAj TY COMPANY, as fully>.and amply, to all intents and purposes,as if the same had been duly executed and acknowledged by their regularly elected officers at their pnncipal o#fices, This Power of Attome Y<.is executed.and' be revoked, pursuant to and by authori of the Som" of INTERNATIONAL FIDELITY INBURANC COMPANY and ALLEGFiEf�lY.GASIJALTY C MPANY and is granted under.and by.authoX-i of the fo owingg resolution..adopted b the. Board of.Directors.. of INTERNATIONAL.FIDELITICINSURANCE COMPAAIY`at a meeting du -held on fhe 20th day of July,20T0 and by the;Board of-0 irectors of ALLEGHENY' CASUALTY COMPANY at a meebng.:duly held on,the 15th day of August,2000. "RESOLVED,that (11 I.he President,.Vice f�resident 6ecuttve�/ice:Ptesideflt or Secretary of;the Corporation shall have the power tq aA..pint;and to revoke . the appointments of Attorneys<mRFact,or agents;with power and authority as'defrned'or lirruted<in their;respective:powers of attorney,and:to execute on behalf of the Corporation and affix the Corporation's seal theretbi;bonds;undertakings, recognizances, cx7ritracts :of �ndenmtt�yy and other written gbliggafions in the nature thereof or relatedthereto; and;(2)any.such Offieers of the.Corporation.May appoint and revoke the appointirtenfs of joint control<.custodians,agents for acceptance of.process,and Attorneys-m-fact with authority to ezecutia.waivers and consents on behalf of the C ration;.and EE3}the signature of;any such Officer of the Corporation:and the Corporation's.seal may be.affixed by facsimile ro any power of attomey or cecation given for:the execution of sny bond;undertaking recognlzanc , confra.t indemni qr>other written obli�gation fn the nature thereof or related thereto,such signature and seats when so used whether heretofore,or hereafter; being herby adoppted'by the Corporation as the:original;si nature of such::officer and the;original seal of the Corporation,to tie valid,and binding upon the Corporation uviih the seine force;and effect as though manually affixed." IN WITNESS :WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY.and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on,this 12th day of March,2012, + STATE OF N:EW JERSEY County of Essex' F ¢ '. °1 W4 4 936 . ROBERT W.MINSTER Executive v!ce President/Chief Operating Offiicer. V$YL`Il `t (International.Pidelity Insurance Company) and President(Allegheny Casualty Company) On this 12th day of March 2012, before;me came the individual who executed the preceding instrument,to me personally known,and, being by me duly. sworn, said heis the therein described:and authorized,officer of.INTERNATIONAL'FIDELITY INSURANCE COMPANY and'ALLEGHENY CASUALTY COMPANY; that the seals aflized to:sald Instrument are tho'Corporate Seals of said Companies;that the said Corporate Seals and his signature were' duly affixed by order of the Boards of Directors of said Companies. IN TESTIMC3NY WHEREOF, '1 have hereunto set my hand affixed my Official Seat,, at the City of Newark,New Jersey the day and year first above written. P�AAR4 � NOTARY " PUBLIC' lir yk A NOTARY PUBLIC OF NEW JERSEY ti My Commission Expires Nov,21,2015 JER CERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby oertify that I have compared the foregoing copy of the Power of Attorney and affidavit;and the copy of the Sections of the By-Laws of said Companies as.set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect 1N TESTIMONY WHEREOF,: _I have hereunto set my,hand this 1,5 thday of May, 2014: MARIA ORANGO,Assistant Secretary Bergassi Group, LLC 35 PORTMAN ROAD NEW ROCHELLE,NEW YORK 00 FAX:914-576-7847 t VENDOR NAME: Carter-Melence, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: 11-2996299 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: October 18, 1989 IF APPLICABLE: DATE FILED: October 18, 1989 STATE FILED: New York If a non-publicly owned Corporation: CORPORATION NAME: Carter-Melence, Inc. LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Donald J. O'Hanlon, President LIST OFFICERS AND DIRECTORS: NAME TITLE Donald J. O'Hanlon President Patrick E. O'Hanlon Vice President Carmel O'Hanlon Secretary If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Carter-Melence, Inc. ADDRESS: P.O. Box 907 Sound Beach, NY 11789 CONTACT: Donald J. O'Hanlon TELEPHONE: (631) 744-0127 FAX: (631) 744-0528 E-MAIL: 4cmi@optonline.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 9 VENDOR NAME: Carter-Melence, 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: 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 Purchasing Agent. 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 RX I Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTIIORIZF- SI pNATU1ZE Donald J. O'Hanlon, President Proposal Package 5 of 9 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 per son signing this bid, der the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature& ompany Position Donald J. O'Hanlon, President 15th DAY O 2014 Type Name&Company Position Carter-Melence, Inc. Company Name NoTgygLJ�L� � May 15, 2014 ,otary r S c Yu Frc CC �, �o. ... w1l Date Signed Qllall c :a Cu'_-::e Ll 11-2996299 £�attsral cL_a.rlrc f::`i 37 'Zo Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: Carter-Melence, Inc. VENDOR ADDRESS: P.O. Box 907 Sound Beach, NY 11789 TELEPHONE NUMBER: (631) 744-0127 FAX:(631) 744-0528 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 May 9, 2014 Proposal Package 7 of 9 Carter—Melence, Inc. TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricatd MBMI B ildi Seventy 1gRq Thousand Five for Hundred Fifteen /LS $ 78,515.00 Dollars & No Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor Slab 1 LS for Ten Thousand /LS $ 10,000.00 Dollars & No Cents TOTAL Eighty Eight Thousand Five Hundred Fifteen $ 88,515.00 Dollars & No Cents Numerically WRITTEN IN WORDS AUTHORIZED SIGNATURE —A A D%-LAA PRINT NAME Donald J. O'Hanlon TITLE President DATE May 15, 2014 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF SUFFOLK ) ss.: On the 15th day of May in the year 2014 before me, the undersigned, personally appeared, Donald J. O'Hanlon , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s� whose name(s) is (aye) subscribed to the within instrument and acknowledged to me that he/ heAhey executed the same in hisfiwzAWr capacity(izs), and that by his/her4hci-signature(s) on the instrument,the individuals-}, or the person upon behalf of which the individual(s) acted, executed the instrument. NO ARY/PUBLIC Pearl C.Michno votary ru ','o, icikpta of fi . York U0.407"717 cowtml icn Cdr r� t /� Proposal Package 9 of 9 CARTER-MELENCE INC. CONTRACTORS 104 New York Avenue, P.O. Box 907, Sound Beach, NY 11789 (631)744-0127 Fax: (631)744-0528 Email: 4cmi@optonline.net BE IT RESOLVED that Donald J. O'Hanlon, President of Carter-Melence, Inc. be authorized to sign and submit the bid or proposal of this corporation for the following project: Erect Pre-Fabricated MBMI Metal Building At 275 Peconic Lane, Peconic, Town of Southold, NY The foregoing is a true and correct copy of the resolution adopted by Carter-Melence, Inc. on this 15th day of May, 2014. Carmel O'Hanlon, Secretary STATE OF NEW YORK COUNTY OF SUFFOLK Sworn to before me this 15th day of May, 2014. (No ary ublic) F?.^ry C.Wchno Notary 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: Donald J. O'Hanlon A Corporation A=Partnmhip�Fntit5- FIRM NAME: Carter—Melence, Inc. PRINCIPAL OFFICE: 104 New York Ave. P.O. BOX 907 Sound Beach, NY 11789 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE President Donald J. O'Hanlon Miller Place, NY 11764 Construction Vice President Patrick E. O'Hanlon Sound Beach, NY 11789 Construction Secretary Carmel O'Hanlon Sound Beach, NY 11789 Administration 1. How many years has your organization been in business under its present business name? 25 2. You normally perform what percent of the work with your own forces? List trades that you organization normally performs below: Carpentry, Electrical, Laborer, Painting, HVAC 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 As 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. t, 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 Radio & Equip. Room Renovations $ 93,000.00 92% 06/14 (631) 698-6303 Gordon Heights Fire District (631) 286-8668 L.K. McLean Associates, PC Masonry Work Add/Alt. to Annex $325,566.45 98% 05/14 Steel Work Add/Alt. to Annex $271,644.00 98% 05/14 (631) 427-3030- Huntington Fire District (631) 727-5352- Martin F. Sendlewski Architect, PC Selah Lester House Restoration $325,313.00 97% 06/14 (631) 324-4183 Town of East Hampton (631) 907-0023 D.B. Bennett, P.E. , P.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 Pre-Fab Storage Bldg. , Suffolk Cty. DPW $335,639.00 11/06/13 (631) 852-4230 Apparatus Bay Alt. , West Islip F.D. $415,736.62 01/30/13 (631) 661-6440; Martin F: Sendlewski Architect, PC (631) 727-5352 Davis House Restoration, Town of Brookhaven $366,315.00 10/25/12 (631) 451-6252; L.K. McLean Associates, PC (631) 286-8668 Building Reconstruction, North Sea F.D. $140,300.00 09/15/11 (631)283-3629; Holzmacher, McLendon & Murrell (631) 756-8000 Sidewalk Construction, Town of Southampton $139,011.47 12/14/10 (631) 283-6000; Sidney B. Bowne & Son, LLP (516) 746-2350 ESB Bay Refurbishment, Village of East Hampton $156,314.00 06/30/11 (631) 324-4150; D.B. Bennett, P.E. , P.C. (631) 907-0023 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 Donald J. O'Hanlon, President 38 years experience in the construction industry Patrick E. O'Hanlon, Vice Pres. 36 years experience in the construction industry 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? Yes 10. Bank References: HSBC (631) 821-1643 11. Trade Association Membership: Builders Institute 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. STATE OF NEV ' YORK ) COUNTY OF SUFFOLK ) Donald J. O'Hanlon being duly sworn deposes and says that he is the President of Carter—Melence, Inc. contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Sign ure of person who signe bid) Donald J. O'Hanlon, President Sworn to before me this 15th day of May ,2014 Notary Public Commission Expiratio ate: 03/11/2015 Mary C.Michno Notary F�:"�.5c, utata c1 Playa York Ego.4970717 Qualitiod la Suffork Cep Ml Ccanmiscion Expires 001111 AP I,- QS-4 CARTER-MELENCE,INC. BALANCE SHEET DECEMBER 31, 2013 ASSETS Current Assets: Cash and Cash Equivalents $ 21,304 Contract Receivables (Note 2) 814,546 Prepaid Expenses 14,853 Total Current Assets $ 850,703 Property and Equipment(Notes 3 and 4) 528,952 Less: Accumulated Depreciation 404,431 124,521 Total Assets $ 975,224 LIABILITIES AND STOCKHOLDER'S EQUITY Current Liabilities: Current Maturities of Long-Term Debt(Note 4) $ 13,759 Accounts Payable 28,161 Payroll Taxes Payable 816 Pension Contribution Payable (Note 5) 51,717 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts (Note 6) 272,186 Income Taxes Payable 1,000 Total Current Liabilities $ 367,639 Other Liabilities: Long-Term Debt(Note 4) 23,549 Stockholder's Equity: Common Stock(No Paz Value, 200 Shares Authorized, 10 Shares Issued and Outstanding) 1,000 Paid in Capital 100,000 Retained Earnings 483,036 584,036 Total Liabilities and Stockholder's Equity $ 975,224 Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 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 Purchasing Department. 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 9 VENDOR NAME: AV/, 9� 6� 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: -713 L CIPAL OCKHOLDERS: (5% of outstanding shares) �uJCy « f C / y LIST OFFICERS AND DIRECTORS: NAME TITLE ............x n M 0 Noun m o m m o m o m m o m m MEN sown ass OEM Mason among Noun m a m m m m m m m m m m m a m m m m m m m■i If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: 7a 7—j-/,o,D FAX: 7d ,7 -OS-Z7 E-MAIL: ttJ ONLY if�ifferent - MAIL PIMCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: J 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 m st be attached. ASSUMED NAME: cJ�l/ G► 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 Purchasing Agent. 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 IS AL DER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 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 anthe stateme and representations made in this affidavit. The p s si ing thi td, u /ee penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS S1natu �&tompany P�� ti�on,�` - - �� OF 2 1# Type Name&Company Position 0 7 Company Name NCublic, BLIC HERENotaryAN ELiv York Date Signed 8918 1 � Qualified in Suffolk Count�yy Commission Expires July 30,2Dj Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: '' VENDOR ADDRESS: -77 TELEPHONE NUMBER: 7d,) ­_5�; dD FAX: 7d ,9 ­01 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 9 TOWN OF SOUTHOLD ;J6' ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated MBMI Buil"/ �diryg � for � ollars Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor lab 1 LS . for�A r )��' 0S Dollars Cents TOTAL / �'/ � cSl Qz iG �c�%u' $ ollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATU PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, vo �c , 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 f NOTARY PUBLIC THERESA PSALTIS DANGELMAIER Notary Public,State of New York Qualified in Suffolk Counttyy Commission Expires July 30,2b Proposal Package 9 of 9 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 her0after made. SUBMITTED BY: A Corporatio a nership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: f� �v PRINCIPAL OFFICERS: BACKGROUND TIT E .NAMW ADDRESS i1 t PROFESSI /� 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?VP 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. 116A, QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes,please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Tee hone# Telephone# Amount Complete Completion !� za do 1-,J, ,rum s job -76 1 "- 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 !A Nfam-eD,� Telephone# Telephone# Amount Completion % of Work �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 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUN Y O ) being my worn deposes and says that he is the "fT' of contractor and that answers t foregoing que io and all statements therein contained are true and correct. (Si ature of person who signed bid) Sw 4Pu or this day ofk2014 ota Commission Expiration ate: THERESA PSALTlS DANGELMAIER Notaty Public,Stats of New York N,,.01DA4968918 Quaiiried in Suffolk County Commission Expires July 30,211 QS-4 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 forfield 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 ruing of employees 1992- 1994 Laborer-Newborn Construction Inc. Union Laborer-working on trench restoration for LILCO and other heavy highway contracts 1990- 1992 Laborer, D&F Masons Doing Belgian Block curbs and brick pavers for two summers. 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, KJB Industries Inc. Responsible for all aspects of running business. 1989- 1998 Suffolk County National Bank- Teller, ankTeller, Platform, and Sr. Trainer in training department. 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 -Lizza 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 1969-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. Education{ 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 Aehipyeaggts: Long Island Chapter Society of Asphalt Technologists-Board of Directors, 1985 to 1988 Loy 41 Order of Moose-member American Society of Civil Engineers .l Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE!! ! VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 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 Purchasing Department. 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 9 VENDOR NAME: C...04z2 J N 1 - VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. vl PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: —d������(!1 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: W IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: 1.G'K�(-Zzl41 A.0t%r N& & . 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 9 ADDRESS RECORD FORM MAIL BID TO: 0,baZZWl VENDOR NAME: ADDRESS: Vo w uj-�i m-mP&Cru e5 CONTACT: L U al---1 XJ TELEPHONE: 1 e J I- -T�4- OW FAX: E-MAIL: Or-[�(r - &1411(3 I ILa PN'{F. f 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 9 VENDOR NAME: ��' '1 �` 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. NAME•ASSUMED Co 12-fq ZZI /t) 1 f /�/j & Pr7!-7 C— Ifthe 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 Purchasing Agent. 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 511:411+ DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AU HOR ED SIGNATURE Proposal Package 5 of 9 ,aco o° CERTIFICATE OF LIABILITY INSURANCE DATE IYYYI) 05/144/20/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: (631)298-4700 Fax: (631)2983CONTACT NAME NAME: Roy H Reeve Agency,Inc. ROY H REEVE AGENCY,INC. 631-298-3850 A CPHONE No Ext: 631 79B-4700 ac No PO BOX 54 E-MAIL 13400 MAIN ROAD ADDRESS: rhra@royreeve.com MATTITUCK NY 11952 INSURERS) AFFORDING COVERAGE NAIC# INSURERA :Regent Ins.Co.(0310761) 24449 INSURED CORAZZINI ASPHALT INC.ETAL INSURER :Gen Cas Co.of Wis(0310761) 24414 PO BOX 1281 INSURER :Gen Cas Co.of Wis 0310761 24414 CUTCHOGUE NY 11935 INSURERD: Gen Cas Co.of Wis(0310761) 24414 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 53032 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MPW DDY EFF MMM//POLICY/yy LIMITS LTR INSD WVD A X COMMERCIAL GENERAL LIABILITY CC10395378 02/07/14 02/07/15 EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE F;71 OCCUR DAMAGES(RENTED $ 100,000 PREMISES R NTED ce) X Contractual Liability MED.EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY[�] PRO JECT F-1LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY CBA0395378 02/07/14 02/07/15 COMBINED SINGLE LIMIT accident $ 1,000,000 (Ea ) IXANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULEDBODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS XNON-OWNED PROPERTY DAMAGE $ AUTOS (per accident) C X UMBRELLA LABX OCCUR CCU0395378 02/07/14 02/07/15 EACH OCCURRENCE $ 5,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X RETENTION$ 10,000 $ D WORKERS COMPENSATION CWC114925 02/07/14 02/07/15 STATUTE ER AND EMPLOYERS' LIABILITY YIN E.L.EACH ACCIDENT $ 100,000 ANY PROPRIETOR/PARTNER/EXECUTIVE r—� OFFICERIMEMBER EXCLUDED? I� HIA E.L.DISEASE-EA EMPLOYEE $ 100,000 (Mandatory in NH) If yes,describe under E.L.DISEASE-POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Town of Southold is included as additional insured with respect to General Liability as per the terms and conditions of form CG8105- Contractors Blanket Additional Insured Endorsement-New York,as required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Town of Southold THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 1179 ACCORDANCE WITH THE POLICY PROVISIONS. Southold NY 11971 AUTHORIZED REPRESENTATIVE Attention: Thomas A. Dickerson ACORD 25(2014/01) @ 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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. f SWORN TO BEFORE ME THIS gature&Company Ifosition +i oAq 91N t> 13 VQ�i MCI r* DAY OF 10 )4 Type Name&Company Position Company Name NOTARY PUBLIC I4 SUSAN PISANO Date Signed1 11 Notary Public,State of Newyork No.01 ST5046833 ualified in Suffolk QCounty , Commission Expires July 17, l Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: �t IZA A I "�� j VENDOR ADDRESS: T• ✓ n la TELEPHONE NUMBER: I`VL A0 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 Q Proposal Package 7 of 9 AUTHORIZED SIGNATURE PRINT NAME TITLE t> DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF OVOL-V— ) ss.: On the 10, a of in the year 2014 before me, the undersigned, personally appeared,1 l:U41 , 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. SUSAN PISANO Notary Public. State of NewYork No. 01 ST5046833 Oualified in Suffolk County NO ARY PUBLIC Commission Expires July 17, 1U Proposal Package 9 of 9 TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated MBMI 7Idin Grt6 �� �4toforGtv� _ ILS �.GJ, 1 Dollars Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor Slab �/ /W© L t, o` 1 LS b p for `r/!`/'kefj ?Z061Q�iIG�' ` f 11_S4 �� 13, Dollars Cents TOTAL 1 c hC//1(, ''C� l✓t ( OUS zi�S aX{� $ ?jq U 0 60 'nD Cott) Dollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM 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 miade. SUBMITTED BY: �� N r A Corporation At'�9�� ,f jj� I� A Partnership or Entity FIRM NAME:l,�' �4( ''I`7 PQM�T An Individual PRINCIPAL OFFICE-Pb� I;�-g] � �V I � PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE ego. giMft tMao 9A& 6- 9P ugmw UrAhtaug QV I 1 q 6 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? 0 List trades that you organization normally performs below: 51kI VaUM5 CarsbS"onJ b ne5�-, e_ (L0001 3. Have you ever failed to complete any work awarded to you? Nb . 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 6 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. ND 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 no n Q- 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 dA 'S� QS-2 Corazzini Asphalt Inc. CAC Contracting Corp.is a signatory member of Local 138 Ent Qualifications: /Local 1298 Labor Union OSHA Certified Corazzini Asphalt Inc. is located at 6245 Cox Lane, Cutchogue NY 11935 Completed Proiects: Westhampton Beach Marina $ 169,000 Project Manager:Steve Albertson Dunn Engineering,Ron Hill 288-2480 electrical,and decking Safe Route Project $ 600,000 Project Manager:Richard Corazzini Jr. Village of Southampton Curbs,Sidewalks,paving roads/parking lot and electrical 2012 Road Improvements-Village of Great Neck Project Manager: Richard Corazzini Jr. H2M group-Matt Mohlin 756-8000 $ 870,131 curbs,sidewalk,milling and paving Asplundh Construction-National Grid Project Manager:Richard Corazzini Jr. Milling and paving,concrete work at various national grid/LIPA sites and roadways Georgica Road Improvement $599,157 Project Manager:Richard Corazzini Jr. Village of Easthampton Paul F Rickenbach Jr (Mayor) 631 324-4150 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 Corazzini Jr. James Antonelli,Sidney Bowne Engineers 516 746-2350 Various projects of several years $550,000 Stone curbs,Mill and pave Village of Lloyd Harbor 2011/2012 $687,000 Project Manager: Richard Corazzini Jr. H2M group-Matt Mohlin 756-8000 Mill and resuface various roadways Inc Village of 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 4(631)476-2161 Paving and drainage of parking lot Resurface running track and install sport field equipment Mill and pave,drainage,curbs,install track Leisure Village,Ridge 2012 and 2013 Project Manager:Kevin Romanowski Repave of roads in homeowner's assocation 744-0473(Mike,manager) Mill and pave Cutchogue Fire District 734-6907 Project Manager:Richard Corazzini Jr. Glen Heidtmann&Sons,construction manager Improvement to parking lot $160,000+ curbs,mill and paving,line stripe Leisure Knolls,Ridge $500,000+ Project Manager:Richard Corazzini Jr. Repave of roads in homeowner's assocation Vincent Gaudiello,PE The Raynor Group 726-7600 Mill and pave TFCU,Hicksville Bank,and Southampton School District Project Manager:Richard Corazzini Jr. BBS Engineers 631 475-0349-Pete Dawkins WJ Northridge(General Contractor) -paved parking lot/installed tennis court/parking lot Gabreski Airport 106th National Air Guard Project Manager: Richard Corazzini Jr. John Azar Civil Eng 1-at gabreski 631 723-7438 Worked on several projects as a subcontractor over the years Concrete work,milling,overlay of parking area Centereach Fire District(Parking Lot) Matt Mohlin,PE H2M Group,Melville 756-8000 Project Manager: Kevin Romanowski $ 216,000 to perform drainage and asphalt paving 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 $342,000.00 performing concrete curbs,foundations,stone/paver work and paving Project Manager:Richard Corazzini 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 Corazzini Jr. Village of Lloyd Harbor 2008 West Neck Rd&2008 Asphalt Program Matt Mohlin,PE H2M Group,Melville 756-8000 $ 426,000 performing milling shoulder replacement and paving Remsenburg-Speonk USFD Project Manager:Steve Albertson Alex Gimpelman,PE Dunn Engineering Associates,PC 288-2480 7/07/08-12/31/08 $ 600,000 performed drainage,electrical,concrete,landscaping and paving NYS Dept of Parks Project Manager:Steve Albertson Kevin Mee,Engineer for Parks 321-3775 1/1/08-6/27/08 Bicycle Path Extension-4000 tons of E Project Manager:Kevin Romanowski Heckscher State Park $725,000 Project Manager: Kevin Romanowski Montauk Downs State Parks Fall 2006-Golf Cart Paths $70,000 Project Manager:Richard Corazzini Jr Wildwood State Park 5/07 $72,100 Resurface roadway and topsoil/seed Town of Southampton Highway Project Manager:Richard Corazzini Jr Annual Asphalt Contract Alex McGregor,Superintendent of Highways 728-3600 approx$250,000 to$1,000,000 annually annual requirements contract over last 15 years roadwork for Southampton township-asphalt paving Bonds/Insurance: Bond-RLI Surety-been bonded with them since year 2000 /Insurance with General Casualty Key Employee Richard Corazzini Jr-owner-Local 138 operator,coordinates municipalities Paul Corazzini paving and asphalt construction over 35 years of experience Kevin Romanowski-worked over 15 years-supervisor-managed projects/Local 138 operator carpentry/landscaping/excavation/paving/line stripe experience References: Town of Southampton-Highway Bob Welch (631)728-3600 Dioceses of Rockville Centre- Dirk Wojtczack-516 678-5800 ext 220 H2M Group Engineers-Matt Mohlin (631)756-8000 Sidney Bowne Engineers-James Antonelli 516 746-2350 Owns all equipment(3 pavers,a road grader,backhoes,skid steers,track machine,milling equipment excavator, 2 rollers, 8 dump trucks,3 flowboys) 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 ki CSO 30 O-1 U %S©✓ k-011A 20 y oj� 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and comple`tte'1 the work within the Contract Time? 7tr. M1�il . ild.tdhk References: �Ova4"M� wvoAt' NfAv-- 130A141 (A)-IM-60649- 11. Trade Association Membership: �Oca( ( �'(1 �-O C-,-)( tis 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF dr__rI_ ) COUNTY OF �(o( AL-111 ) )?1 Crf L 1 .b Ma7-7W( being duly sworn deposes and says that he is the j t> of Z7iJ o I Agkwtt contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of perso who signed bid) Sworn to before me this 1 day of 2014 SUF'?N PI Nc Notary P.:!.! :. S.3_ 3 New York Nota Public �pira No. s u�folk c3 Notary Quali,!ea in Suffolk county Commission E t Date: ��� Commission Expires July 1y1,e QS-4 CORAZZINI ASPHALT, INC. FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION FOR THE YEAR ENDED DECEMBER 31, 2413 BMKR,LLP Certified Public Accountants BMKR,LLP BK Certified Public Accountants T 631293-5000 1200 Veterans Memorial Hwy.,Suite 350 F 631234-4272 Hauppauge,New York 11788 www.bmkr.com 1 L Thomas G.Kober,CPA Charles W.Blanchfield,CPA(Retired) Alfred M.Rizzo,CPA Bruce A.Meyer,CPA(Retired) Joseph Mortimer,CPA INDEPENDENT ACCOUNTANT'S REVIEW REPORT To the Shareholders of Corazzini Asphalt, Inc. We have reviewed the accompanying balance sheet of Corazzini Asphalt,Inc.as of December 31,2013 and the related statements of income and comprehensive income,changes in stockholders equity 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 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. 15/slle"' C C/J Hauppauge,New York March 9, 2014 Member American Institute of Certified Public Accounts Member Public Company Accounting Oversight Board CORAZZINI ASPHALT,INC. BALANCESHEET DECEMBER 31,2013 ASSETS CURRENT ASSETS: Cash $ 426,227 Contracts receivable 675,716 Securities available for sale 373,197 Inventory 99,148 Prepaid expenses 29,181 Due from affiliate 18,792 TOTAL CURRENT ASSETS 1,622,261 PROPERTY AND EQUIPMENT: Costs 2,786,870 Less: accumulated depreciation 1,709,872 TOTAL PROPERTY AND EQUIPMENT 1,076,998 OTHER ASSETS: Deposits 200 TOTAL OTHER ASSETS 200 TOTAL ASSETS $ 2,699,459 Page 2 BMKR,LLP Certified Public Accountants LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES: Accounts payable $ 287,760 Accrued expenses 6,096 Accrued pension expense 290,043 Payroll taxes payable 624 Current portion of long-term debt 90,943 TOTAL CURRENT LIABILITIES 675,466 OTHER LIABILITIES: Long-term debt 193,784 TOTAL LIABILITIES 869,250 CONTINGENCIES & COMMITMENTS 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 income 32,783 Retained earnings 2,192,426 TOTAL STOCKHOLDER'S EQUITY 1,830,209 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $ 2,699,459 See accompanying notes and independent accountant's review report. Page 3 BMKR,LLP Certified Public Accountants CORAZZINI ASPHALT,INC. STATEMENT OF INCOME AND COMPREHENSIVE INCOME FOR THE YEAR ENDED DECEMBER 31,2013 EARNED REVENUES $ 9,174,563 COSTS OF REVENUES EARNED 7,899,533 GROSS PROFIT 1,275,030 GENERAL AND ADMINISTRATIVE EXPENSES 1,027,772 INCOME FROM OPERATIONS 247,258 OTHER INCOME AND (EXPENSE): Interest income 2,168 Dividend income 11,097 Miscellaneous income 5,516 Interest expense (16,794) Realized loss on securities (1,456) Gain on sale of equipment 75,200 TOTAL OTHER INCOME (EXPENSE) 75,731 NET INCOME BEFORE INCOME TAXES 322,989 PROVISION FOR INCOME TAXES State 3,000 NET INCOME 319,989 OTHER COMPREHENSIVE INCOME: Unrealized gain on securities 10,212 TOTAL OTHER COMPREHENSIVE INCOME $ 330,201 See accompanying notes and independent accountant's review report. Page 4 BMKR,LLP Certified Public Accountants Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 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 Purchasing Department. 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 9 • VENDOR NAME: Carter-Melence, Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: 11-2996299 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: October 18, 1989 IF APPLICABLE: DATE FILED: October 18, 1989 STATE FILED: New York If a non-publicly owned Corporation: CORPORATION NAME: Carter-Melence, Inc. LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Donald J. O'Hanlon, President • LIST OFFICERS AND DIRECTORS: NAME TITLE Donald J. O'Hanlon President Patrick E. O'Hanlon Vice President Carmel O'Hanlon Secretary .................................................................................f If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: • Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: Carter-Melence, Inc. ADDRESS: P.O. Box 907 Sound Beach, NY 11789 CONTACT: Donald J. O'Hanlon TELEPHONE: (631) 744-0127 FAX: (631) 744-0528 E-MAIL: 4cmi@optonline.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: i Proposal Package 4 of 9 • VENDOR NAME: Carter-Melence, 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: 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 Purchasing Agent. 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 F] I certify that I can supply insurance as specified if awarded the bid 0 Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. I.a L -� ©, AUT"ORI E-i SI,NATLTRE Donald J. O'Hanlon, President • Proposal Package 5 of 9 • 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 bifid, der the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&rompany Position Donald J. O'Hanlon, President 15th DAY OF 2014 Type Name&Company Position Carter-Melence, Inc. Company NameOTw��Y L • May 15, 2014 _ notary Date Signed i 11-2996299 Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: Carter-Melence, Inc. VENDOR ADDRESS: P.O. Box 907 Sound Beach, NY 11789 TELEPHONE NUMBER: (631) 744-0127 FAX:(631) 744-0528 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): Aduendum No. Dated 1 May 9, 2014 Proposal Package 7 of 9 Carter-Melence, Inc. TOWN OF SOUTHOLD • ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Furnish and Install Foundation and Erect Pre- f Fabricatgd MBMI B it g i�1 Thousand Five 1 LS events for HTnndrPd FiftPPn /LS $ 78,515.00 Dollars & No Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor Slab 1 LS for Ten Thousand /LS $ 10,000.00 Dollars & No Cents TOTAL Eighty Eight Thousand Five Hundred Fifteen $ 88,515.00 Dollars & No Cents Numerically • WRITTEN IN WORDS • PROP(10ZAT FnPX/1 • AUTHORIZED SIGNATURE A A ` PRINT NAME Donald J. O'Hanlon TITLE President DATE May 15, 2014 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF SUFFOLK ) ss.: On the 15th day of May in the year 2014 before me, the undersigned, personally appeared, Donald J. O'Hanlon , 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/�y executed the same in hisliacr�"r capacity(ios), and that by his/herthcir-signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Rd ` &� 4-- f: 'el 1--f.00 NO YkUBLIC t:72rj C.mftf-'o Votary • Proposal Package 9 of 9 CARTER-MELENCE INC. CONTRACTORS 104 New York Avenue, P.O. Box 907, Sound Beach, NY 11789 (631)744-0127 Fax: (631)744-0528 Email: 4cmi@optonlineonet BE IT RESOLVED that Donald J. O'Hanlon, President of Carter-Melence, Inc. be authorized to sign and submit the bid or proposal of this corporation for the following project: Erect Pre-Fabricated MBMI Metal Building At 275 Peconic Lane, Peconic, Town of Southold, NY The foregoing is a true and correct copy of the resolution adopted by Carter-Melence, Inc. on this 15th day of May, 2014. Carmel O'Hanlon, Secretary STATE OF NEW YORK COUNTY OF SUFFOLK Sworn to before me this 15th day of May, 2014. el___ (No ary ublic) V-7'! o. Wsf—'70 :j York • • 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: Donald J. O'Hanlon A Corporation A=Pagnmhip�E*43- FIRM NAME: Carter—Melence, Inc. An 1ildi i ida-4- PRINCIPAL OFFICE: 104 New York Ave. P.O. Box 907 Sound Beach, NY 11789 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE President Donald J. O'Hanlon Miller Place, NY 11764 Construction Vice President Patrick E. O'Hanlon Sound Beach, NY 11789 Construction • Secretary Carmel O'Hanlon Sound Beach, NY 11789 Administration 1. How many years has your organization been in business under its present business name? 25 2. You normally perform what percent of the work with your own forces? %— List trades that you organization normally performs below: Carpentry, Electrical, Laborer, Painting, HVAC 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 Radio & Equip. Room Renovations $ 93,000.00 92% 06/14 (631) 698-6303 Gordon Heights Fire District (631) 286-8668 L.K. McLean Associates, PC Masonry Work Add/Alt. to Annex $325,566.45 98% 05/14 Steel Work Add/Alt. to Annex $271,644.00 98% 05/14 (631) 427-3030 Huntington Fire District (631) 727-5352 Martin F. Sendlewski Architect, PC Selah Lester House Restoration $325,313.00 97% 06/14 (631) 324-4183 Town of East Hampton (631) 907-0023 D.B. Bennett, P.E. , P.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 Pre-Fab Storage Bldg. , Suffolk Cty. DPW $335,639.00 11/06/13 (631) 852-4230 Apparatus Bay Alt. , West Islip F.D. $415,736.62 01/30/13 (631) 661-6440; Martin F, Sendlewski Architect, PC (631) 727-5352 Davis House Restoration, Town of Brookhaven $366,315.00 10/25/12 (631) 451-6252; L.K. McLean Associates, PC (631) 286-8668 Building Reconstruction, North Sea F.D. $140,300.00 09/15/11 (631) 283-3629; Holzmacher, McLendon & Murrell (631) 756-8000 Sidewalk Construction, Town of Southampton $139,011 .47 12/14/10 (631) 283-6000; Sidney B. Bowne & Son, LLP (516) 746-2350 ESB Bay Refurbishment, Village of East Hampton $156,314.00 06/30/11 (631) 324-4150; D.B. Bennett, P.E. , P.C. (631) 907-0023 • 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 Donald J. O'Hanlon, President 38 years experience in the construction industry Patrick E. O'Hanlon, Vice Pres. 36 years experience in the construction industry 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? Yes • 10. Bank References: HSBC (631) 821-1643 11. Trade Association Membership: Builders Institute 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. STATE OF NEW YORK ) COUNTY OF SUFFOLK ) Donald J. O'Hanlon being duly sworn deposes and says that he is the President of Carter—Melence, Inc. contractor and that answers to the foregoing questions and all statements therein contained are true and correct. flwz � o- �I (Sign ture of person who signe bid) Donald J. O'Hanlon, President Sworn to before me this 15th day of May ,2014 Notary Public _ • Commission Expiratio ate: 03/11/2015 Pi,.'y G.Mirt'no 14=77 ;:C,:JYork ccen-n:t��:oil Expiroo CVI I/A0!� • QS-4 CARTER-MELENCE, INC. BALANCESHEET DECEMBER 31, 2013 • ASSETS Current Assets: Cash and Cash Equivalents $ 21,304 Contract Receivables (Note 2) 814,546 Prepaid Expenses 14,853 Total Current Assets $ 850,703 Properly and Equipment(Notes 3 and 4) 528,952 Less: Accumulated Depreciation 404,431 124,521 Total Assets $ 975,224 LIABILITIES AND STOCKHOLDER'S EQUITY Current Liabilities: Current Maturities of Long-Term Debt(Note 4) $ 13,759 Accounts Payable 28,161 Payroll Taxes Payable 816 • Pension Contribution Payable (Note 5) 51,717 Billings in Excess of Costs and Estimated Earnings on Uncompleted Contracts (Note 6) 272,186 Income Taxes Payable 1,000 Total Current Liabilities $ 367,639 Other Liabilities: Long-Term Debt(Note 4) 23,549 Stockholder's Equity: Common Stock(No Paz Value, 200 Shares Authorized, 10 Shares Issued and Outstanding) 1,000 Paid in Capital 100,000 Retained Earnings 483,036 584,036 Total Liabilities and Stockholder's Equity $ 975,224 • Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE! ! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 • 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 Purchasing Department. 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 9 VENDOR NAME: v� 9� VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: /� Y If a non-publicly owned Corporation: y' CORPORATION NAME: o I — L CIPAL OCKHOLDERS: (5% of outstanding shares) / llUzvlr C�� / � (�� / LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDORNAME: ADDRESS: CONTACT: zb/� TELEPHONE: 76?7rs 4oO FAX: -7d 7 —0,�-7 7 E-MAIL: ONLY ififferent - MAIL P CHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: VE-MAIL: Proposal Package 4 of 9 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 m st 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 Purchasing Agent. 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 El I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE is AL DER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 a 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 withany the stateme and representations made in this affidavit. f, Thep s si ing thi id, /e�pena�lties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS natu &tompany P tion WTIIhe� OF 20 Type Name&Company Position / / Company Name NOT BLIC THERES(SALTIS DANGEL IER Notary !blic,State of New York Date Signed �.OIDA4968918 3 , 1 ��/ Commission in Suffolk County / O'er Commission Expires July 30,2DLy Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: kv VENDOR ADDRESS: Z A // U TELEPHONE NUMBER: 2?/7 'J FAX: 7 � -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 / `4 Proposal Package 7 of 9 TOWN OF SOUTHOLD � ' ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated MBMI Build' ��_ for y y' Dollars Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor lab 1 LS Dollars Cents TOTAL ,' / � c5i ?�11.A%f �� s-9,1/., tollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM 7 AUTHORIZED SIGNATU PRINT NAME 'L TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, o 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 THERESA PSALTIS DANGELMAIER Notary Public,State of New York Qual tied nD uffolk Count�yy Commission Expires July 30,20 Proposal Package 9 of 9 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 her fter made. SUBMITTED BY: ACorporatio a nership or Entity FIRM NAME: heV- ' An Individual PRINCIPAL OFFICE: f� �v PRINCIPAL OFFICERS: BACKGROUND TITLE NAMW ADDRESS iI t PROFESSION/TRADE 12 1. How many years has your organization been in business under its present business name? 620 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?, -P 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. D QS-1 r 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. X116 6. List the major construction projects your organization has underway at this date: Name o£ Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion Aw `74 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# Tele hone# Amount Completion % of Work 411-3 �� y 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? 10. Bank References: / l'Q 'L` E'er edD 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF COUN Y O ) bei g my orn deposes and says that he is the WSJ of contractor and that answers t foregoing que io and all statements therein contained are true and correct. 7 (Si ature of person who signed bid) Sw rn to or this day of ,2014 otary Pu lic Commission Expiration ate: THERESA PSALTIS DANGELMAIER iw.,i„y Public,State of New York O10A4968918 olkCo Ci,.,a;;ried in Suffolk County Commission Expires July 30,204 QS-4 MICHAEL V. PANCHAK 18 CENTER DRIVE RIVERHEAD, NY 11901 j 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.tield 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-working on trench restoration for LILCO and other heavy highway contracts 1990- 1992 Laborer, D&F Masons Doing Belgian Block curbs and brick pavers for two summers. Patricia A. Panchak 14 CENTER DRIVE RIVERHEAD, NY 11901 Phone: (631) 727-5600 Email: KJBINDUSTRIESQAOL.COM EDUCATION 1966 St. Edmund High School 1966-1969 Merrimack College EMPLOYMENT 1994-Present President&Owner, KJB Industries, Inc. Responsible for all aspects of running business. 1989- 1998 Suffolk County National Bank. Teller, Platform, and Sr. Trainer in training department. Robert M.Panchak,P.E. 14 Center Drive Riverhead,NY 11901 (631) 727-4243 Ezaerience 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 -Lisa 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 1969-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. Educabooni 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 AcWgWts: Long island Chapter Society of Asphalt Technologists-Board of Directors, 1985 to 1988 Loyal Order of Moose-member AmerjV,an Society of Civil Engineers Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 • 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 Purchasing Department. 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 9 VENDOR NAME: C-10ozz N l VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. ✓ PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: �' O AO IF APPLICABLE: DATE FILED: STATE FILED: ►��� If a non-publicly owned Corporation: ll rte' � CORPORATION NAME: N07z44 M A-6 POt.; . LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) �LC,t-f ly U07- Z 01 LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: A VENDOR NAME: U 7ZI Ai i kS P+ INC ADDRESS: Vo em, lg CAkV- &U 6 t3 CONTACT: L- C aZ i l l TELEPHONE: Ij I6&66 FAX: 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 9 VENDOR NAME: W -z-v X� I ,6P-W�t 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. NAME:ASSUMED CO 12-h Z ZI /)I /4S PI�19 L 7--' / IV Ci 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 Purchasing Agent. 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 112' DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AU flOR ED SIGNATURE Proposal Package 5 of 9 DATE (MMfDDNYYY) ACURI�' CERTIFICATE OF LIABILITY INSURANCE 05/14/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Phone: (631)298-4700 Fax: (631)298-3850 CONTACT Roy H Reeve Agency,Inc. ROY H REEVE AGENCY,INC. PHONE FAx 631-298-3850 (A—JC A to Ext 631 298-4700 PO BOX 54 A C No 13400 MAIN ROAD ADDRESS : rhra@royreeve.com MATTITUCK NY 11952 INSURER(S)AFFORDING COVERAGE NAIC# INSURER :Regent Ins.Co.(0310761) 24449 INSURED CORAZZINI ASPHALT INC.ETAL INSURER :Gen Cas Co.of Wis(0310761) 24414 PO BOX 1281 INSURER :Gen Cas Co.of Wis 0310761 24414 CUTCHOGUE NY 11935 INSURER D: Gen Cas Co.of Wis(0310761) 24414 INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 53032 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MWDO/YYYY MM/DDmrr A X COMMERCIAL GENERAL LIABILITY CCI0395378 02/07/14 02/07/15 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Eaoccurence) $ 100,000 X Contractual Liability MED.EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY' PRO ❑JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITYCBA0395378 02/07/14 02/07/15 COMBINED a ceentsINGLE LIMIT $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS BODILY INJURY(Per accident) $ AUTOS X HIREDAUTOS X NON-OWNED PROPERTYDAMAGE $ AUTOS (per accider) $ C X UMBRELLA LIAB X OCCUR CCU0395378 02/07/14 02/07/15 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ JPE WORKERS COMPENSATION CWC114925 02/07/14 02/07/15 STATUTE ERH D AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 100,000 OFFICER/MEMBER EXCLUDED? L] NIA E.L.DISEASE-EA EMPLOYEE $ 100,000 (Mandatory in NH) Ryes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1 $ 500,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Town of Southold is included as additional insured with respect to General Liability as per the terms and conditions of form CG8105- Contractors Blanket Additional Insured Endorsement-New York,as required by written contract CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Town of Southold THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN PO Box 1179 ACCORDANCE WITH THE POLICY PROVISIONS. Southold NY 11971 AUTHORIZED REPRESENTATIVE Attention: Thomas A.Dickerson ACORD 25(2014/01) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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. 1 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 gnatturee��&,,,,��Company ,losition t1+'t�'I I� " N 1 �/ ' DAY 01F���4) Type Name&Company Position ,11 A CC12�ZZI.Ai,I �� L`i" i �� • � Company Name NOTARY PUBLIC 161+ SUSAN PISANO Date Signed Notary Public, State of NewYOfk „r No. 33 01 ST50Co Qualified in Suffolkolk County r C' Commission Expires Jul Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building VENDOR NAME: �t"�`-474 A 1 A,9 0+�� 19 8, VENDOR ADDRESS: P.C ` TELEPHONE NUMBER: (,(� C` �( FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated 61 Proposal Package 7 of 9 AUTHORIZED SIGNATURE PRINT NAME C �ft' ll 2Z 1 TITLE 1 d DATE I�� ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF �J L �—I�' ) ss.: On the 1 ay of �`� in the year 2014 before me, the undersigned, personally appeared, 1 � � , 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. SUSAN PISANO Notary Public, State of New York No.01ST5046833 Qualified in Suffolk County NO ARY PUBLIC Commission Expires July 17. Proposal Package 9 of 9 TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated MBMI Buildin �ho ( � y% yg3— 00 for Dollars Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor/Slab h1 LS for_ ?(` t�P�'1 ��'(OU IIGr � /Ls40(f � 3; j 20� b C7 r Dollars Cents 1<7 �;'12 hUl1��r�'�N I/jl'�� � �f I's X 2J(� 0 e,5 bo TOTAL / (7Us' h Gc, � $ � 1 0 yl.o CC2 Dollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM 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/�h�ergeiinafter made. SUBMITTED BY: ) n 'K-ICZ� r A Corporation 0A���Q� ` �^ A Partnership or Entity FIRM NAME:lA;aMA�( P- T An Individual PRINCIPAL OFFICE O � 1 '„j�-LLC; A nQ; (,t,L�aCr:L It g 7 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE VW � q660 AVV*, r�- * upsla t �Mug K IW6 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? 0 0 % List trades that you organization normally performs below: v� 5 �i n� (LOCJI51 k I � n Cay)S��,gyj 5b- e 3. Have you ever failed to complete any work awarded to you? N d . 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. A6 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. ND 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 � Q n 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 Corazzini Asphalt Inc. CAC Contracting Corp.is a signatory member of Local 138 Enl Qualifications: /Local 1298 Labor Union OSHA Certified Corazzini Asphalt Inc. is located at 6245 Cox Lane, Cutchogue NY 11935 Completed Projects: Westhampton Beach Marina $ 169,000 Project Manager:Steve Albertson Dunn Engineering,Ron Hill 288-2480 electrical,and decking Safe Route Project $ 600,000 Project Manager:Richard Corazzini Jr. Village of Southampton Curbs,Sidewalks,paving roads/parking lot and electrical 2012 Road Improvements-Village of Great Neck Project Manager: Richard Corazzini Jr. H2M group-Matt Mohlin 756-8000 $ 870,131 curbs,sidewalk,milling and paving Asplundh Construction-National Grid Project Manager: Richard Corazzini Jr. Milling and paving,concrete work at various national grid/LIPA sites and roadways Georgica Road Improvement $599,157 Project Manager:Richard Corazzini Jr. Village of Easthampton Paul F Rickenbach Jr (Mayor) 631 324-4150 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 Corazzini Jr. James Antonelli,Sidney Bowne Engineers 516 746-2350 Various projects of several years $550,000 Stone curbs,Mill and pave Village of Lloyd Harbor 2011/2012 $687,000 Project Manager:Richard Corazzini Jr. H2M group-Matt Mohlin 756-8000 Mill and resuface various roadways Inc Village of 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 4(631)476-2161 Paving and drainage of parking lot Resurface running track and install sport field equipment Mill and pave,drainage,curbs,install track Leisure Village,Ridge 2012 and 2013 Project Manager:Kevin Romanowski Repave of roads in homeowner's assocation 744-0473(Mike,manager) Mill and pave Cutchogue Fire District 734-6907 Project Manager: Richard Corazzini Jr. Glen Heidtmann&Sons,construction manager Improvement to parking lot $160,000+ curbs,mill and paving,line stripe Leisure Knolls,Ridge $500,000+ Project Manager: Richard Corazzini Jr. Repave of roads in homeowner's assocation Vincent Gaudiello, PE The Raynor Group 726-7600 Mill and pave TFCU,Hicksville Bank,and Southampton School District Project Manager:Richard Corazzini Jr. BBS Engineers 631 475-0349-Pete Dawkins WJ Northridge(General Contractor) -paved parking lot/installed tennis court/parking lot Gabreski Airport 106th National Air Guard Project Manager:Richard Corazzini Jr. John Azar Civil Eng 1-at gabreski 631 723-7438 Worked on several projects as a subcontractor over the years Concrete work,milling,overlay of parking area Centereach Fire District(Parking Lot) Matt Mohlin,PE H2M Group,Melville 756-8000 Project Manager:Kevin Romanowski $ 216,000 to perform drainage and asphalt paving 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 $342,000.00 performing concrete curbs,foundations,stone/paver work and paving Project Manager:Richard Corazzini 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 Corazzini Jr. Village of Lloyd Harbor 2008 West Neck Rd&2008 Asphalt Program Matt Mohlin,PE H2M Group,Melville 756-8000 $ 426,000 performing milling shoulder replacement and paving Remsenburg-Speonk USFD Project Manager:Steve Albertson Alex Gimpelman,PE Dunn Engineering Associates,PC 288-2480 7/07/08-12/31/08 $ 600,000 performed drainage,electrical,concrete,landscaping and paving NYS Dept of Parks Project Manager:Steve Albertson Kevin Mee, Engineer for Parks 321-3775 1/1/08-6/27/08 Bicycle Path Extension-4000 tons of z Project Manager:Kevin Romanowski Heckscher State Park $725,000 Project Manager: Kevin Romanowski Montauk Downs State Parks Fall 2006-Golf Cart Paths $70,000 Project Manager:Richard Corazzini Jr Wildwood State Park 5/07 $72,100 Resurface roadway and topsoil/seed Town of Southampton Highway Project Manager:Richard Corazzini Jr Annual Asphalt Contract Alex McGregor,Superintendent of Highways 728-3600 approx$250,000 to$1,000,000 annually annual requirements contract over last 15 years roadwork for Southampton township-asphalt paving Bonds/Insurance: Bond-RLI Surety-been bonded with them since year 2000 /Insurance with General Casualty Key Employee Richard Corazzini Jr-owner-Local 138 operator,coordinates municipalities Paul Corazzini paving and asphalt construction over 35 years of experience Kevin Romanowski-worked over 15 years-supervisor-managed projects/Local 138 operator carpentry/landscaping/excavation/paving/line stripe experience References: Town of Southampton-Highway Bob Welch (631)728-3600 Dioceses of Rockville Centre- Dirk Wojtczack-516 678-5800 ext 220 H2M Group Engineers-Matt Mohlin (631)756-8000 Sidney Bowne Engineers-James Antonelli 516 746-2350 Owns all equipment(3 pavers,a road grader,backhoes,skid steers,track machine,milling equipment excavator,2 rollers,8 dump trucks,3 flowboys) 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 &4W C�4.274N► 0(G1 RLK 31) �� �S a" o�L� ►( 9 iDl�� ti� 20 y V S -� o 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? k`Bank References: �OVOOIVZM4 M"43h, L MM& 44W Cali)`M--60O49- 11. Trade Association Membership: iQ La c-( ( SS 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? d ,�s 2� — l�v�, -wil1{vl 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 N © ) COUNTY OF &4+IWb Wkbeing duly sworn deposes and says that he is the j bewr of ,D 74 L�( 45ftt contractor and that answers to the foregoing questions and all statements therein contained are true and correct. K} (Signature of perso who signed bid) Sworn to before me this 1 day of '-`��,yf ,2014 S LJ a n Pr:c 1 Notary P_:'_' _ S ? ,vow York No. u-!S_.50468`3 Notary Public Qualifiec ire Suffolk County r Commission Expiration Date: �f Commission Expires July 17.�jJ QS-4 CORAZZINI ASPHALT, INC. FINANCIAL STATEMENTS AND SUPPLEMENTAL INFORMATION FOR THE YEAR ENDED DECEMBER 31, 2013 BMKR,LLP Certified Public Accountants BMKR,LLP Certified Public Accountants 8 K T 631293-5000 1200 Veterans Memorial Hwy.,Suite 350 F 631234-4272 Hauppauge,New York 11788 www.bmkr.com Thomas G.Kober,CPA Charles W.Blanchfield,CPA(Retired) Alfred M.Rizzo,CPA Bruce A.Meyer,CPA(Retired) Joseph Mortimer,CPA INDEPENDENT ACCOUNTANT'S REVIEW REPORT To the Shareholders of Corazzini Asphalt,Inc. We have reviewed the accompanying balance sheet of Corazzini Asphalt, Inc. as of December 31, 2013 and the related statements of income and comprehensive income, changes in stockholders equity 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 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. 1411(',l C C/J Hauppauge,New York March 9, 2014 Member American Institute of Certified Public Accounts Member Public Company Accounting Oversight Board CORAZZINI ASPHALT,INC. BALANCESHEET DECEMBER 31,2013 ASSETS CURRENT ASSETS: Cash $ 426,227 Contracts receivable 675,716 Securities available for sale 373,197 Inventory 99,148 Prepaid expenses 29,181 Due from affiliate 18,792 TOTAL CURRENT ASSETS 1,622,261 PROPERTY AND EQUIPMENT: Costs 2,786,870 Less: accumulated depreciation 1,709,872 TOTAL PROPERTY AND EQUIPMENT 1,076,998 OTHER ASSETS: Deposits 200 TOTAL OTHER ASSETS 200 TOTAL ASSETS $ 2,699,459 Page 2 BMKR,LLP Certified Public Accountants LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES: Accounts payable $ 287,760 Accrued expenses 6,096 Accrued pension expense 290,043 Payroll taxes payable 624 Current portion of long-term debt 90,943 TOTAL CURRENT LIABILITIES 675,466 OTHER LIABILITIES: Long-term debt 193,784 TOTAL LIABILITIES 869,250 CONTINGENCIES & COMMITMENTS 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 income 32,783 Retained earnings 2,192,426 TOTAL STOCKHOLDER'S EQUITY 1,830,209 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $ 2,699,459 See accompanying notes and independent accountant's review report. Page 3 BMKR,LLP Certified Public Accountants CORAZZINI ASPHALT,INC. STATEMENT OF INCOME AND COMPREHENSIVE INCOME FOR THE YEAR ENDED DECEMBER 31,2013 EARNED REVENUES $ 9,174,563 COSTS OF REVENUES EARNED 7,899,533 GROSS PROFIT 1,275,030 GENERAL AND ADMINISTRATIVE EXPENSES 1,027,772 INCOME FROM OPERATIONS 247,258 OTHER INCOME AND (EXPENSE): Interest income 2,168 Dividend income 11,097 Miscellaneous income 5,516 Interest expense (16,794) Realized loss on securities (1,456) Gain on sale of equipment 75,200 TOTAL OTHER INCOME (EXPENSE) 75,731 NET INCOME BEFORE INCOME TAXES 322,989 PROVISION FOR INCOME TAXES State 3,000 NET INCOME 319,989 OTHER COMPREHENSIVE INCOME: Unrealized gain on securities 10,212 TOTAL OTHER COMPREHENSIVE INCOME $ 330,201 See accompanying notes and independent accountant's review report. Page 4 BMKR,LLP Certified Public Accountants Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 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 Purchasing Department. 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 9 I #11669 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 1St day of May. 2014. rincipal Clerk Sworn to before me this day of 6:L2014. LEGAL NOTICE IIWiI<ATMR>)gfED C STINA VOLINSKI 53095 MAIN ROAD,SOUTHOLD,NEW YORK 11M NOTARY PUBLIC-STATE OF NEW PHONE:631-765=1560/FAX;631-765-9015 NOTICE IS HEREBY GIIVENTHAT SEALED PROPOSALS ARE SOUGHT No. 01V06105050 AND REQUESTED FOR THEFOLLOWIIN0. Qualified in Suffolk Count BID NAME:"ERECT PRE-FABRICATED'MBMIMETAL BUHDING" My Commission Expires February 2C. Deliotte speciScations be obtained at the Southold Town Clerk's Office be. May 1,2014 PACE OF OPENINGC• DATE OF O .NMLG&- TSE OF OPENIN(:c TOWN OF SOUTHOLD May 159 2014 2.0 PM -- TOWN CLERKS OFFICE 53095 MAINROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins,P.E. Town of Southold,631-765-15M VENDORS MUST SUBMIT BIDS IN. i.FD ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER 2)BID NAME BID MUST BE ACCOMPANIED BYA 5%BID SECURITY. A non-mandatory pr-bhhkrV cogfawnce,*111 be held at 2:0u7PM on May 9, '204 at the Highway Yard at 275 Pimanic Lane In Plrowde Ile Town of Southold weleomes.And encourages minority and women-owned Businesses to participate in the bidding process. DATED:November 19,2013 H1H&NEVILLE 11669-1T 5/1 TOWN CLERK 1 Cooper, Linda From: Reisenberg, Lloyd Sent: Monday, April 28, 2014 12:11 PM To: Cooper, Linda Subject: RE: Hwy Yard Metal Bldg 5-15-14 Posted I...loyd H. Reisenberg Network and Systems Adininistrator Town of Southold, New York www.southoldtownny.qov Iloydr@southoldtownny.gov 0: 631-765-1891 1 M:631-879-1554 I F: 631-765-5178 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: Monday, April 28, 2014 11:14 AM To: Reisenberg, Lloyd Subject: Hwy Yard Metal Bldg 5-15-14 Legal notice for Website -2 more coming Thanks Icoop 1 ELIZABETH A. NEVILLE Town Hall, 53095 Main Road TOWN CLERK P.O. Box 1179 REGISTRAR OF VITAL STATISTICS p 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 28, 2014 Re: 3 Invitation to Bid notices Number of Pages (including cover): 4 If total transmittal is not received, please call 631-765-1800. COMMENTS: Bid notices for: 1. Erect Pre-Fabricated MBMI Metal Building 2. Highway Office handicap Ramp & Sidewalk Project 3. Pipe's Neck Rd Pedestrian Bridge Abutments Bid specs are available at the Town Clerk's Office and are due back by May 15, 2014 @ 2pm Cooper, Linda From: legals <legals@timesreview.com> Sent: Monday, April 28, 2014 11:04 AM To: Cooper, Linda Subject: Re: Hwy Yard Metal Bldg 5-15-14 #3 is received and good to go :))) From: <Cooper>, Linda <Linda.Cooper@town.southold.nv.us> Date: Monday, April 28, 2014 11:12 AM To:Times Review<legals@timesreview.com> Subject: Hwy Yard Metal Bldg 5-15-14 This does it. This is the final Legal Notice (I think)for this week's Suffolk Times. Please confirm receipt of the Legal Notice of Invitation to Bid for a Hwy metal bldg.. Again, thank you,thank you, thank you! Deputy Town Clerk Town of Southold 631-765-1800 76 w4d tle lir y tea#e"qww m"a�ma k4eue Vm cast, 1 LEGAL NOTICE INVITATION TO BID TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "ERECT PRE-FABRICATED MBMI METAL BUILDING" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 1, 2014 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD May 15, 2014 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. A non-mandatory pre-bidder's conference will be held at 2:OOPM on May 9, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. DATED: November 19,2013 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 1, 2014 AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD,NY 11971. Copies to the following: The Suffolk Times Town Board Members Highway Dept Town Attorney Engineering Dept Dodge Reports Brown's Letters Burrelle's Information Services Town Clerk's Bulleting Board TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING PECONIC, TOWN OF SOUTHOLD, SUFFOLK COUNTY,NEW YORK II Prepared Bv: TOWN OF SOUTHOLD 53095 Route 25 P.O. Box 1179 Southold,N.Y. 11971 TABLE OF CONTENTS TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Title Page ------ Table of Contents ------ Invitation to Bid ------ Instructions to Bidders I13-1 thru I13-6 NYS Wage Rates ------ Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-17 Proposal Form Package Proposal Form Package Pages 1 thru 9 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 Specifications Division 1 and Division 3 Overall Site Plan MBMI Metal Buildings, Inc. - Cover Sheet & Drawing Nos. 1 through 8 (9 Pages Total) New Metal Building—Drawing A-1 & Drawings F-1 through F-4 (5 Pages Total) MBMI Shipping List for Pre-Fabricated Metal Building Parts (11 Pages Total) TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "ERECT PRE-FABRICATED MBMI METAL BUILDING" Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 1, 2014 PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD May 15, 2014 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. 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-mandatory pre-bidder's conference will be held at 2:OOPM on May 9, 2014 at the Highway Yard at 275 Peconic Lane in Peconic. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 8. Security for Faithful Performance 9. Time Limit to Complete Work 10. Bid Reservations 11. Non-Collusive Statement 12. Addenda and Interpretations 13. Method of Award 14. Single Price Bid Analysis 15. Municipal Exempt Status 16. Labor Law 17. Wage Rates 18. Insurance Required by the Town of Southold 19. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Erect a Pre-fabricated MBMI Metal Building in Peconic, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 PM prevailing time on Thursday May 15, 2014, 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 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 the completion of ten percent(10%) 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 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 and Specifications or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the IB - 3 INSTRUCTIONS TO BIDDERS 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 AND MAINTENANCE The successful bidder shall be required to execute a Performance Bond equal to one hundred percent (100%) of the amount bid, such bonds to be executed by a New York licensed insurance carrier/surety company with an A rating or better from A.M. Best & Co. and acceptable to the Owner; or bonds secured by collateral; or securities approved by the Owner. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1)year after the date of final acceptance of the work. The successful bidder, upon failure to execute and deliver the bonds required within ten (10) days after the date of notice of award, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security deposited with his bid, and he will be liable for and he agrees to pay to the Owner on demand, the difference between the price bid and the price for which such contract shall subsequently be relet including the cost of such reletting less the amount of such deposit. No plea of mistake in such accepted bid shall be available to the bidder for recovery of his deposit or as a defense to any action upon accepted bid unless said mistake can be proven by documentary evidence acceptable to the Town. After approval of the bonds and execution of the Contract and after ten (10) percent of the work has been completed,the bid security accompanying the bid will be returned. IB -4 INSTRUCTIONS TO BIDDERS 9. TIME LIMIT TO COMPLETE WORK The contractor shall complete the work within two (2)months of execution of the Contract. 10. 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 Purchasing Agent. 11. 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. 12. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Town Engineering Department of Southold - 53095 Route 25, P.O. Box 1179, Southold, New York 11971 or fax 631-765-9015, 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. 13. 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. 14. 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. 15. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. IB - 5 INSTRUCTIONS TO BIDDERS 16. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 17. 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. 18. 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)Owner's and Contractor's Protective Liability (e)Workmen's Compensation Insurance (f)Disability Insurance and Unemployment Insurance 19. 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. IB - 6 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.state.ny.us NEW f µ W r O Andrew M.Cuomo,Governor y "" "A aye Peter M.Rivera,Commissioner Town of Southold Schedule Year 2013 through 2014 Michael Collins,Civil Engineer Date Requested 04/28/2014 P.O. Box 1179 PRC# 2014003664 53095 Main Road Southold NY 11971 Location Southold Town Highway Yard Project ID# Project Type Erect a pre-fabricated MBMI metal building including foundation and floor slab. Furnish and install overhead doors for building. 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 2013 through June 2014. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name &Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12240 www.labor.state.ny.us. PW 200 PWAsk@labor.state.ny.us STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $5,000,000 (Five million dollars) each occurrence and aggregate. SIR - 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: 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. 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 SIR - 2 STANDARD INSURANCE REQUIREMENTS 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 ROUTE 25, P.O. BOX 1179 SOUTHOLD,NY 11971 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR- 3 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC - 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC -2 GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract, to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first-class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or(b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground 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 (Town Code)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 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) Demolition permit (2) Building permit (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) U.S. Army Corp of Engineers 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, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor" GC -4 GENERAL CONDITIONS to coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors(prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. des and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards) with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Acceptance of the contractor's performance bond in lieu of the Contractors road-opening bond shall be at the option of the Highway Department. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1 A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING. PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the parry responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS,OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY TOILET: The Contractor shall provide and maintain a sanitary temporary toilet. 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 GC - 7 GENERAL CONDITIONS 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 furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times, provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage 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. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner, require repairing, replacing, or rebuilding, the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of 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. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. GC - 9 GENERAL CONDITIONS 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed,remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the 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. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary,prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all 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. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation; the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this 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. 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract term and for six (6) years thereafter. GC - 11 GENERAL CONDITIONS 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blastingnear pipes conveying combustible gas No person shall discharge explosives in the ground,nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such 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 - 12 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 H. 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, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications,the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgement of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his, their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgement of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgement of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1)By such applicable unit prices, if any, as set forth in the Contract; or 2) 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 SIXTY (60) DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Hundred Dollars ($100.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6—Time of Completion, provided, however, that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10. CONTRACT SECURITY (a) The Contractor shall furnish a Performance Bond, or other acceptable security, equal to one hundred percent (100%) of the amount of the bid as security for the faithful performance of the Contract, and for the payment of all persons performing labor or furnishing materials in connection with this Contract. The Performance Bond shall be written so as to remain in full force and effect as a maintenance bond for a period of not less than one (1) year after the date of acceptance of the work by the Engineer. CC -4 CONDITIONS OF CONTRACT (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 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 CC - 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8)hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932,provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for 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 CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen (16) years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Lump Sum: Upon the completion and acceptance of the work specified and contracted for, the Owner will pay the full amount, 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. (b) Contractors and subcontractors are required to submit to the Town a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury, prior to being paid for the work under this contract. 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 release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a 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. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. CC - 8 CONDITIONS OF CONTRACT 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 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. CC - 9 CONDITIONS OF CONTRACT 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, 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. CC - 10 CONDITIONS OF CONTRACT 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work,the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation,the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgement, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the work shall be governed and so performed. CC - 11 CONDITIONS OF CONTRACT 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. 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 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 CC - 12 CONDITIONS OF CONTRACT materials for the work; (b)To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT 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 (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 CC - 13 CONDITIONS OF CONTRACT 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 work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a)To store his apparatus,materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material, temporary 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 CC - 14 CONDITIONS OF CONTRACT 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 included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership, or corporation of which he is a member, partner, director or officer shall be disqualified from thereafter selling to or CC - 15 CONDITIONS OF CONTRACT 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 Upon completion of the demolition and excavation work under this Contract, the Contractor shall fill all excavated areas with clean granulated fill to natural grade and restore all disturbed areas with 6"of topsoil and grass seed mix as per the project Specifications. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor,his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. CC - 16 CONDITIONS OF CONTRACT 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. 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 - 17 Town of Southold "Erect Pre fabricated MBMI Metal Building" PROPOSAL PACKAGE BID OPENS: May 15, 2014 REMINDER NOTE! ! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 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 Purchasing Department. 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 9 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 9 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 9 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 Purchasing Agent. 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 9 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 DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Erect Pre-fabricated MBMI Metal Building 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 9 TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY 1 Furnish and Install Foundation and Erect Pre- 1 LS Fabricated MBMI Building for /LS Dollars Cents Furnish and Install 6"Steel Reinforced 2 Concrete Floor Slab 1 LS for /LS Dollars Cents TOTAL $ Dollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 9 of 9 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: A Corporation A Partnership or Entity FIRM NAME: An Individual 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. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name o£ Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): 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? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of , 2014 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of AD Two Thousand and Fourteen 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"Erect Pre-fabricated MBMI Metal Building" AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and _(FILL IN FIRM NAME) , the project engineers, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Scott A. Russell, Supervisor TITLE BY Martin Finnegan, Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2014 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 DIVISION 1 -GENERAL REQUIREMENTS TOWN OF SOUTHOLD ERECT PRE-FABRICATED MBMI METAL BUILDING GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, PLANS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS—DIVISION NO. 1 —GENERAL REQUIREMENTS Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities & Temporary Controls 01501 Health& Safety Provisions 01502 Environmental Protection 01770 Project Closeout DIVISION 1 -Page 1 of 17 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01010 - GENERAL SITE The site of the proposed general construction for the ERECT PRE-FABRICATED MBMI METAL BUILDING project is located in the Town of Southold at The Highway Yard off of Peconic Lane, County of Suffolk, and State of New York. BACKGROUND The Town of Southold purchased a pre-fabricated metal building from MBMI Metal Buildings, Inc. in 2009. The parts for this building have been stored by the Town since the date of purchase. The Town will deliver the building parts to the Southold Town Highway Yard, where the Contractor will inspect the parts and compare them to the shipping list provided by MBMI and included in the bid package. The Contractor will prepare a written list of 1) any parts it deems too damaged to use, and 2) any missing parts. Any additional costs above and beyond the original contracted price based on the Contractor's initial bid will be mutually agreed upon prior to proceeding with the project. Once this process has been completed, the Contractor will proceed with erecting the metal building, including setting the anchor bolts, constructing the foundation and pouring a 6"reinforced concrete slab floor in accordance with 1)the Overall Site Plan, 2) MBMI Metal Buildings, Inc. - Cover Sheet & Drawing Nos. 1 through 8 (9 Pages Total), 3) New Metal Building—Drawing A-1 & Drawings F-1 through F-4 (5 Pages Total) and 4) all applicable New York State building codes. SCOPE A. The Contractor is to be advised that a pre-bid site visit is scheduled for May 9, 2014 at 2PM, and it is Strongly Recommended that each contractor bidding on the project attend this site visit. B. In general, the work shall include but not be limited to the following: • Installation of new concrete curbing and sidewalk • Installation of a handicapped access ramp • Restoration of all disturbed areas of the site to pre-construction condition C. Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the Construction Specifications Institute as follows: 1. General Requirements 2. Site Work(See Overall Site Plan and Contract Drawings [15 pages total]) 3. Concrete 4. Masonry(Not Used) 5. Metals (Not Used) 6. Wood(Not Used) 7. Thermal and Moisture Protection(Not Used) 8. Doors and Finish Hardware (Not Used) DIVISION 1 - Page 2 of 17 DIVISION 1 - GENERAL REQUIREMENTS 9. Finishes (Not Used) 10. Specialties(Not Used) 11. Equipment(Not Used) 12. Furnishings (Not Used) 13. Special Construction(Not Used) 14. Conveying Systems(Not Used) 15A. H.V.A.C. (Not Used) 15B. Plumbing(Not Used) 16. Electrical (Not Used) D. The work covered under these Divisions shall be bid under one(1) separate Contract: 1. Contract A-General Construction 2. Contract B -H.V.A.C.—NOT USED 3. Contract C -Plumbing—NOT USED 4. Contract D—Electrical—NOT USED E. The Prime Contractor shall be responsible for coordinating the contractual construction schedule. Upon award of this contract the Prime Contractor shall submit a computer generated critical point method schedule indicating all items of work under the contract and in accordance with the Contractor's associated work. It is the Contractor's responsibility to update the schedule as required to reflect any changes in the schedule. SHOP DRAWINGS The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may require for the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit Four(4) copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Engineer. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be again employed. DIVISION 1 - Page 3 of 17 DIVISION 1 -GENERAL REQUIREMENTS INSPECTION All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer regarding any items of construction or reconstruction that may be questionable. MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his operations. The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. The Contractor shall not deposit or store any equipment or materials within the Site Area except with written permission from the Engineer. MAINTENANCE AND PROTECTION OF UTILITIES A. 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. B. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. C. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of- way,to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. LABOR,LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York, the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics DIVISION 1 - Page 4 of 17 DIVISION 1 - GENERAL REQUIREMENTS skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. QUALIFICATIONS All bidders must have been established in the type of construction of whichever Prime Contract they are submitting a bid for as specified in the Contract Documents for a period of at least five (5) years. Bidders must furnish a list of a minimum of five (5) projects of similar type construction that was built by them in the Nassau - Suffolk area. List must contain name, address and telephone number of client's engineer for which each project was undertaken by Contract. A minimum of five (5) of the projects must have been built for municipal clients. APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list of proposed Subcontractors to the Engineer for approval. The list shall contain firm names, names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Engineer for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5) projects for each proposed Subcontractor must be submitted. B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform with the latest A.S.T.M., A.W.P.A., A.S.A., N.E.C., I.E.S., etc. Specifications as may relate to or govern the construction work. CONTRACT DRAWINGS The drawings accompanying and forming part of these Specifications bear the title Highway Handicapped Entrance. CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory DIVISION 1 - Page 5 of 17 DIVISION 1 -GENERAL REQUIREMENTS to the Engineer. GUARANTEES A. Before issuance of the final certificate, the Contractor shall deliver to the Owner the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. B. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by making of the repairs or corrective work shall be done without any cost or expense to the owner, and at the entire cost and expense of the Contractor,within five (5) days after notice to the Contractor. The owner may have the work done and charge the cost thereof to the Contractor and/or his Sureties who agree to pay the owner the cost of such work if the Contractor fails to respond as required. END OF SECTION SECTION 01025—MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor,materials, tools, equipment, appurtenances and all services necessary to perform all Work as required by the plans and specifications or as required by the Engineer, at the lump sum or unit prices for the items listed herein. Upon the completion and acceptance of the work specified and contracted for, the Owner will pay the full amount, 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. END OF SECTION SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following: DIVISION 1 -Page 6 of 17 DIVISION 1 - GENERAL REQUIREMENTS A. Temporary Controls — Barriers, enclosures and fencing, protection of the Work, and water control. B. Construction Facilities — Access roads, parking, progress cleaning, project signage, and temporary buildings. TEMPORARY SANITARY FACILITIES A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. F. Comply with all applicable codes and arrange for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. B. Accident I. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witness. 2. If death or serious injuries or serious damages are caused, the accident shall be reported as soon as practicable by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. DIVISION 1 - Page 7 of 17 DIVISION 1 - GENERAL REQUIREMENTS PARKING The Contractor's personnel shall not park on the main road or adjacent private side streets. PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as designated by the Owner. REMOVAL OF UTILITIES,FACILITIES AND CONTROLS A. Clean and repair damage caused by installation or use of temporary work. B. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION SECTION 01501 —HEALTH AND SAFETY PROVISIONS REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910 — Occupational Safety and Health Standards, and 29 CFR 1920—Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the Owner may put the work into such a condition that it shall be, in his opinion, in all respects safety, and the DIVISION 1 -Page 8 of 17 DIVISION 1 - GENERAL REQUIREMENTS Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Owner. The fact that the Owner or the Engineer does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for loss, damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION SECTION 01502- ENVIRONMENTAL PROTECTION WORK INCLUDED A. The Contractor shall furnish all labor, equipment, and materials required for environmental protection during and as the result of construction operations under this Contract except for those measures set forth in other provisions of these Specifications. Environmental protection requires consideration of air, water and land, and involves noise and solid waste management as well as other pollutants. APPLICABLE REGULATIONS A. In order to prevent environmental pollution and to provide for environmental protection arising from construction activities related to the performance of this Contract, the Contractor and his subcontractors shall comply with all applicable, Federal, State and local laws and regulations concerning environmental protection, as well as the specific requirements stated in this Section and elsewhere in the Specifications. SUBMITTALS A. Implementation Plan Prior to commencement of the work, the Contractor shall: 1. Submit in writing his plans for implementing this Section for environmental protection. DIVISION 1 -Page 9 of 17 DIVISION 1 - GENERAL REQUIREMENTS 2. Meet with the Engineer to develop mutual understandings relative to compliance with the provisions of this Section and administration of the environmental protection program. B. Erosion and Sedimentation Plan 1. The Contractor shall submit to the Engineer for approval, a detailed erosion and sedimentation plan sufficiently in advance of construction so as not to delay initiation of work. The plan shall include location and construction details of the Contractor's proposed dikes, basins, etc. In addition, the Contractor shall provide and submit his control measures for stockpile material. No site work may commence without an approved plan. Plan should conform to New York State Guidelines for Urban Erosion and Settlement Control. 2. Contractor is to size the erosion and sediment control system consistent with the NOAA Climatologically Summary data for Albany,New York. PRODUCTS GENERAL A. All materials shall be in accordance with the Contractor's plan for environment protection. MATERIALS A. Silt Fence 1. Silt fence shall be Style 1380 silt stop as manufactured by Amoco Fabrics and Fibers Company, or equivalent. B. Hay 1. Hay for use as erosion barrier shall be baled in rectangular bales and shall be tied with twine. C. Snow Fence 1. Snow fence shall be vertical wood lath tied with wire. Snow fence shall be a minimum of 36 inches in height with wood lath spaced approximately 3 inches on center. D. Burlap DIVISION 1 - Page 10 of 17 DIVISION 1 - GENERAL REQUIREMENTS 1. Burlap erosion control fabric shall be a woven landscaping fabric such as geojute, as manufactured by Belton Industries or equivalent. EXECUTION PROTECTION OF LAND RESOURCES A. General — It is intended that the land resources within the projects boundaries and outside the limits of permanent work performed under this Contract be preserved in their present condition, or be restored to a condition after completion of construction, that will appear to be natural and not detract from the appearance of the project. The Contractor shall confine his construction activities to areas defined on the Plans or in the Specifications except with written approval of the property owners and the Engineer. B. Prevention of Landscape Defacement — Limits of working areas includes areas for storage of construction material, and shall be cleared in a manner which will enable satisfactory restoration and which will not affect the environment during or after the construction period. The Contractor shall not enter beyond the working limits of the working area except with written approval of the Engineer and Owner. C. Location of Storage — The location of areas for storage of the Contractor's materials required temporarily in the performance of the work, shall be within the limits of the working area and shall require written approval of the Engineer prior to use. The preservation of the landscape shall be an imperative consideration in the selection of all such sites. Where temporary structures are constructed on sidehills, the Engineer may require cribbing to be used to obtain level foundation. Benching or leveling of earth may not be allowed, depending on the location of the proposed facility. D. Post-Construction Cleanup or Obliteration — The Contractor shall obliterate all signs of temporary construction facilities such as haul roads, work areas, structures, foundations of temporary structures, stockpiles of excess or waste materials, or any other vestiges of construction. It is anticipated that excavation, filling and plowing of roadways will be required to restore the area to near natural conditions which permit the growth of vegetation thereon. The disturbed areas shall be graded and filled as required, and topsoil shall be spread to a depth of no less than 6 inches over the entire area and the entire area shall be seeded. PROTECTION OF WATER RESOURCES A. General — The Contractor shall not pollute streams, lakes or reservoirs with fuels, oils, bitumens, calcium chloride, acids, or harmful materials. It is the responsibility of the Contractor to investigate and comply with all applicable, Federal, State, County, and Municipal laws concerning pollution of rivers, streams and DIVISION 1 - Page 11 of 17 DIVISION 1 - GENERAL REQUIREMENTS impounded water. All work under this Contract shall be performed in such a manner that objectionable conditions will not be created in streams through, or bodies of water adjacent to, the project area. B. Erosion— Surface drainage cuts and fills within the construction limits, whether or not completed, and from borrow and waste disposal areas, shall, if turbidity producing materials are present, be held in suitable sedimentation basins or shall be graded to control erosion within acceptable limits. Temporary erosion and sediment control measures such as berms, dikes, drains or sedimentation basins, if required to meet the above standards, and shall be provided and maintained until permanent drainage and erosion control facilities area completed and operative. The area of bare soil exposed at any one time by construction operations should be held to a minimum. C. Apply temporary mulch on denuded ground immediately after rough grading is completed. This shall apply to all reasons not subject to appreciable traffic during construction, even those that are to receive some form of construction later if ground is to be exposed 30 days or more. D. Upon approval by the Engineer, stream and drainage ditch crossing by fording with equipment shall be limited to control turbidity, and in areas of frequent crossings, temporary culverts or bridge structure shall be installed. Any temporary culverts or bridge structures shall be removed upon completion of the project. Fills and waste areas shall be constructed by selective placement to eliminate silts or clays on the surface that will erode and contaminate adjacent streams. E. Spillages — At all times of the year, special measures shall be taken to prevent chemicals, fuels, oils, greases, bituminous materials, waste washings, herbicides and insecticides and cement and surface drainage from entering public waters. Should a spillage into the public waters occur, the Contractor shall immediately notify the proper authorities. The Contractor will be responsible for any and all costs associated with the cleanup of spillages. F. Washing and Curing Water — Water used in embankment material processing, aggregate processing, concrete curing, foundation and concrete cleanup and other wastewaters shall not be allowed to re-enter the waterway if an increase in the turbidity of the waterway will result therefore. At the point where this water enters the waterway, precautions must be taken to assure that no permanent damage or serious temporary damage is caused by change of the pH factor of the stream or by introduction of nutrients or oxygen-consuming materials. Chemicals shall be adjusting pH factor, if required. G. Disposal — Disposal of any materials, wastes, effluents, trash, garbage, oil, grease, chemicals, etc., in areas adjacent to streams or other waterways shall be strictly prohibited. If any waste material is dumped in unauthorized area, the Contractor shall remove the material and restore the area to the condition of the adjacent undisturbed area. If necessary, contaminated ground shall be excavated, disposed DIVISION 1 -Page 12 of 17 DIVISION 1 - GENERAL REQUIREMENTS of as specified hereinbefore, and replaced with suitable fill material, compacted and finished with topsoil, all at the expense of the Contractor. PROTECTION OF FISH AND WILDLIFE A. The Contractor shall at all times perform all work and take such steps required to prevent any interference or disturbance to fish and wildlife. The Contractor will not be permitted to alter water flows or otherwise disturb native habitat adjacent to the project area which, in the opinion of the Engineer, are critical to fish or wildlife. Fouling or polluting of water will not be permitted. Wash waters and wastes shall be processed, filtered, pounded, or otherwise treated prior to their release into streams or other waterways. Should polluting or fouling the water occur, the Contractor shall immediately notify the property authorities. The Contractor will be responsible for any and all costs associated with the cleanup of polluted or fouled waters. MAINTENANCE A. The Contractor shall dispose of all discarded debris, aggregate samples and concrete test samples from any source whatsoever, in a manner approved by the Engineer. Toilet facilities shall be kept clean and sanitary at all times. Services shall be performed at such a time and in such a manner to least interfere with the operations. Services shall be accomplished to the satisfaction of the Engineer. B. The contractor shall frequently remove material no longer required on the site, such as excess excavated material, forms, temporary structures and similar materials and equipment so that, at all times, the site, access routes to the site and any other areas disturbed by his operations shall present a neat, orderly, workmanlike appearance. C. Before substantial completion inspection, the Contractor shall remove all surplus material, false work, temporary structures, including foundations thereof, plant of any description, and debris of every nature resulting from his operations, and put the site in a neat, orderly condition; and restore all areas which have been used for storage of materials and equipment, and all areas which have been disturbed by his operations, to their original condition or to a condition satisfactory to and approved by the Engineer. DUST CONTROL A. The Contractor shall maintain all excavations, embankments, stockpiles, haul roads, permanent access roads, and waste areas, borrow areas and all other work areas within or without the project boundaries free from dust which would cause a hazard or nuisance to others or contaminate surface water. B. The Contractor shall, at his own expense, keep dust under control at all times on all roadways and other areas adjacent to the work or on the site of the work by the DIVISION 1 - Page 13 of 17 DIVISION 1 - GENERAL REQUIREMENTS use of at least once a day and at other times when directed, (including after working hours, Saturdays, Sundays and holidays), of self-loading motor sweepers, vacuums, spraying water, and a combination of these methods. C. Approved temporary methods of stabilization consisting of motor sweepers, vacuums, spraying water, and a combination of these methods, will be permitted to control dust. Spraying water shall be repeated at such intervals to keep all parts of the disturbed area at least damp at all times, and the Contractor shall have sufficient suitable equipment on the job to accomplish this, if sprinkling is used. Dust control shall be performed daily as the work proceeds and whenever a dust nuisance or hazard occurs. D. All areas undergoing excavation, grading, filling, cutting or subject to other dust- producing activities by vehicles should be subjected to dust-inhibiting practices. The use of liquid palliatives and penetrating asphalted materials will not be permitted. Anchored mulch (asphaltic binders will not be permitted) shall be applied to non-traffic areas subject to blowing as a temporary treatment. Permanent vegetation shall be established as soon as possible. E. Contractor shall perform his operations such that the Federal particulate standards of 15 mg/m3 of respirable dust for a 24-hour period are not exceeded at the facility property line. NOISE CONTROL A. The Contractor shall use every effort and means possible to minimize or eliminate noise caused by his operation which the Engineer may consider objectionable. The Contractor shall provide working machinery, designed to operate with the least possible noise. The Contractor is responsible for maintaining compliance with all applicable noise regulations and all State and local noise ordinances. PESTICIDES AND HERBICIDES A. Where pesticides or herbicides are to be used in construction operations, data relative to restrictions on the type or types of material available and approved for application to control or eradicate vegetation, insects or organisms shall be obtained from the State or County agriculture departments. The amount of pesticide applied shall be limited to the recommended dosage. Application equipment shall provide an even distribution of the materials in accordance with the approved rate in terms of pounds per acre. Materials delivered to the site shall be covered and protected from the elements. Contents of the containers shall not be exposed. Application equipment or empty containers shall not be rinsed and discharged to the natural drainage channel. The rinse water shall be disposed of in a manner that would not cause pollution of surface or groundwater. Should pollution of the surface or groundwater occur, the Contractor shall immediately notify the proper authorities. The Contractor DIVISION 1 - Page 14 of 17 DIVISION 1 - GENERAL REQUIREMENTS will be responsible for any and all expenses associated with the cleanup of the pollution of the surface or groundwater. PROHIBITED CONSTRUCTION PROCEDURES A. The Contractor is advised that the disposal of excess excavated material in wetlands, stream corridors and floodplains is strictly prohibited. Any violation of this restriction by the Contractor or any person employed by him, will be brought to the immediate attention of the responsible regulatory agencies, with a request that appropriate action be taken against the offending parties. Therefore, the Contractor will be required to remove the fill at his own expense and restore the area impacted. B. The Contractor shall at a minimum be strictly prohibited from performing the following construction procedures: 1. Dumping of spoil material into any stream corridor, any wetlands, any surface waters, or an unspecified location. 2. Indiscriminate, arbitrary or capricious operation of equipment in any stream corridors, any wetlands or surface waters. 3. Pumping of silt-laden water from trenches or other excavations into any surface waters, any stream corridors or any wetlands. 4. Damaging vegetation adjacent to, or outside of, the access road or the right-of- way. 5. Disposal of trees, brush, and other debris in any stream corridors, any wetlands, any surface waters, or at unspecified locations. 6. Permanent or unspecified alternation of the flow line of any stream. 7. Burning of project debris. 8. Location of storage stockpile areas in environmentally sensitive area. 9. Disposal of excess or unsuitable excavation material in wetlands or floodplains even with permission of the property owner. 10. Discharging silty or muddy water from demucking or dewatering operations into natural water courses. END OF SECTION DIVISION 1 - Page 15 of 17 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01770- PROJECT CLOSEOUT A. Clean-up Prior to Final Acceptance 1. Clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. 2. All basins, manholes, and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration called for in the items of the Specifications shall be complete in every detail. 3. Remove stains,prints,paint, and soil marks of any nature from all ceilings, walls, floors, hardware,new and existing fixtures and equipment. B. Final Inspection 1. Upon completion of work under the Contract,notify the Owner and Engineer that work is complete and ready for final inspection. 2. The work shall be inspected within a reasonable period of time, and list shall be prepared showing all items of work, if any, requiring correction or attention on the part of the Contractor. 3. Upon satisfactory completion of remedial work, the Engineer will issue notification and application for final payment may be submitted in accordance with the appropriate Article of the General Conditions. 4. Use of Completed Portion - The Owner shall have the right to take possession and use any completed or partially complete portions of the work notwithstanding that the time of completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with Contract Documents. C. Documents Required to be Delivered to En ig neer 1. Release of liens 2. Affidavit from all Subcontractors and material suppliers for job, stating that they have been paid. 3. Affidavit that all payrolls, bills for materials, equipment and other indebtedness connected with the work has been paid. 4. Releases and waivers of liens from Subcontractors, if required by the Owner. 5. Consent of surety to final payment. D. Guarantees 1. Before issuance of the Final Payment, the Contractor shall deliver to the Owner the following guarantee in addition to those specifically required in the General DIVISION 1 - Page 16 of 17 DIVISION I - GENERAL REQUIREMENTS Conditions and in the various Technical Sections of the specifications. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1)year, for longer periods where so provided for in any manufacturers literature, from the date of the issuance of the Final Certificate by the Engineer. Should any defect develop in the aforesaid work within the stipulated periods due to faulty materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. The Contractor at the expense of the Contractor shall complete such repairs and corrective work, including the cost of making good all the work damaged by or otherwise affected by the making of the repairs or corrective work, within five (5) days after notice to the Contractor by the Owner. In case the Contractor fails to do the work so ordered, the Owner may have the work done and charge the cost thereof against the monies retained as provided for in the contract and if no money is available, the Contractor and/or his sureties agree to pay the owner the cost of such work. 2. Obtain, endorse and provide separate guarantees from sub-Contractors where called for in the various sections of this specification. END OF DIVISION DIVISION 1 - Page 17 of 17 DIVISION 3 - CONCRETE GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES,ADDENDA, and other Contract documents. Refer to the Drawings and Specifications of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS -DIVISION NO.3 -CONCRETE Included in this Division are the following sections: 03100 Concrete Form Work 03200 Concrete Reinforcement 03300 Cast-In-Place Concrete DIVISION 3 —Page 1 of 6 DIVISION 3 - CONCRETE SECTION 03100 - CONCRETE FORM WORK SCOPE A. The work under this heading shall consist of furnishing all labor, materials, equipment and appliances necessary or required to perform and complete all concrete form work, including but not limited to the following: 1. Forms and centering. 2. All forms required for the work in this Section. 3. Setting and building of all anchors, inserts, hangers, supports, ties, frames, bolts, sockets, sleeves, lintels, etc., required to be built into concrete work, except where otherwise specified. FORMS, CENTERING AND FORM WORK AFFECTING WORKMANSHIP A. Forms shall conform with the lines, dimensions and shapes of concrete indicated on the Drawings, for the members for which they are provided. They shall be tight to prevent any possibility of movement after concrete is poured and shall insure safety to workmen and the public. B. On concrete exposed to view, metal ties where used shall be detached 1-inch back from surface of exposed side and holes filled with cement mortar and rubbed immediately after removal of forms. C. Forms for concrete work shall be plywood or composite of smooth line construction, that will produce straight, dense surface free from honeycombs, bulges and depressions. D. If any material is used to coat formwork to facilitate its removal, this material shall be of such nature as not to stain or injure the concrete or cause injury to finish to be applied on exposed surfaces on concrete. Forms shall be thoroughly cleaned before reusing. E. All wood form work, including that used in void spaces, pockets and other similar places, shall be removed. F. Forms shall not be disturbed until the concrete has adequately hardened. Care shall be taken to avoid spalling concrete surface. WORK IN CONNECTION WITH OTHER SECTIONS AND/OR CONTRACTS A. Box out for pipes as directed and fill up to pipe sleeves with concrete after same are in place. B. Build in anchors, inserts or slots as required for proper anchorage. DIVISION 3 —Page 2 of 6 DIVISION 3 -CONCRETE C. Set in concrete all sleeves furnished under other sections or contracts, in proper alignment and location. D. Cooperate with other trades. E. Build in concrete all forms furnished by other trades and required to be built into concrete. END OF SECTION 03100 - CONCRETE FORM WORK SECTION 03200 CONCRETE REINFORCEMENT SCOPE The work under this heading shall consist of furnishing all labor, materials, equipment and appliances necessary or required to perform and complete all concrete reinforcing. SHOP DRAWINGS A. Complete and accurate shop drawings shall be submitted to the Engineer for review before any work is executed. Drawings shall show framing plans, details, bending diagrams, sizes and spacing of members, relationship to contiguous work, scale elevations of all reinforced concrete walls, and all other pertinent information. Details shall be carried out in accordance with the A.C.I. rules. B. Contractor shall submit one black and white print and one reproducible with each submission. Cost of all prints required from the reproducible, including prints required by the Engineer, shall be borne by this Contractor. MATERIALS A. Deformed reinforced steel shall conform with SPECIFICATIONS FOR NEW BILLET-STEEL BARS FOR CONCRETE REINFORCEMENT,ASTM A-615, GRADE 60. B. Deformations on deformed bars shall conform with SPECIFICATIONS FOR DEFORMATIONS OF DEFORMED STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-305. C. Welded wire fabric shall comply with ASTM A-185. PLACING OF REINFORCEMENT A. Metal supports, ties and spacers for reinforcement shall be rustproof of proper size, and strength to ensure against displacement during pouring operations. For structural slabs placed on ground, provide legs of slab bolsters and continuous high chairs with continuous plates. B. All reinforcement shall be bent cold. Minimum radius of bend shall be four diameters for bars 5/8 inch round or less, and six diameters for larger bars. DIVISION 3 —Page 3 of 6 DIVISION 3 - CONCRETE C. At intersections,rods shall be securely wired together. D. Contractor shall exercise extreme care to prevent discoloration of exposed concrete surfaces by reinforcement. E. All reinforcement shall be inspected in the forms before concreting starts by the Engineer. Contractor shall notify the Engineer at least 24 hours prior to any pour. END OF SECTION 03200 CONCRETE REINFORCEMENT SECTION 03300 - CAST-IN-PLACE CONCRETE REFERENCES Except as shown or specified otherwise, the Work of this Section shall conform to the requirements of Specifications for Structural Concrete for Buildings ACI 301-89 of the American Concrete Institute. QUALITY ASSURANCE Concrete batching plant shall be currently approved as a concrete supplier by the New York State Department of Transportation. PROPORTIONING (Amendments to ACI 301, Chapter 3): A. Compressive Strength: Minimum 3000 psi, Refer to Drawing SO.1 Concrete Notes. B. Weight: Normal weight as indicated, Lightweight Concrete (for floor fills): Air-dry unit weight between 95 and 115 lb/cu ft. C. Durability: 1. Concrete shall be air-entrained. Design air content shall be 6 percent by volume, with an allowable tolerance of plus or minus 1.5 percent for total air content. Entrained air shall be provided by use of an approved air-entraining admixture. Air-entrained cement shall not be used. D. Slump: 3000 psi Normal Weight Concrete: Between 2 inches and 3 inches. E. Admixtures: Do not use admixtures in concrete unless specified or approved in writing by the Engineer. F. Selection of Proportions: Concrete proportions shall be established on the basis of previous field experience or laboratory trial batches, unless otherwise approved in writing by the Engineer. Proportion mix with a minimum cement content of 564 pounds per cubic yard for 3000 psi concrete and 611 pounds per cubic yard for 4000 psi concrete. DIVISION 3 —Page 4 of 6 DIVISION 3 -CONCRETE REINFORCEMENT (Amendments to ACI 301, Chapter 5): A. Bar Reinforcement: ASTM A 615, Grade 60, deformed steel bars. B. Fabric Reinforcement: ASTM A 185, welded wire fabric, fabricated into flat sheets unless otherwise indicated. C. Bar Supports: Galvanized steel or AISI Type 430 stainless steel, and without plastic tips. D. Tie Wire: Black annealed wire, 16-1/2 gage or heavier. PRODUCTION (Amendments to ACI 301, Chapter 7) A. Provide ready-mixed concrete, either central-mixed or truck-mixed. EXAMINATION AND PREPARATION A. Do not use items of aluminum for mixing, chuting, conveying, forming or finishing concrete, except magnesium alloy tools may be used for finishing. B. Keep excavations free of water. Do not deposit concrete in water. C. Hardened concrete, reinforcement, forms, and earth which will be in contact with fresh concrete shall be free from frost at the time of concrete placement. D. Prior to placement of concrete, remove all hardened concrete spillage and foreign materials from the space to be occupied by the concrete. FORMWORK (Amendments to ACI 301, Chapter 4) A. Chamfer all exposed external corners of concrete. PLACING REINFORCEMENT (Amendments to ACI 301, Chapter 5) A. At the time concrete is placed, reinforcement shall be free of mud, oil, loose rust, loose mill scale, and other materials or coatings that may adversely affect or reduce the bond. PLACING CONCRETE (Amendments to ACI 301, Chapter 8) A. Operation of truck mixers and agitators and discharge limitations shall conform to the requirements of ASTM C 94. B. Do not allow concrete to free fall more than 4 feet. DIVISION 3 —Page 5 of 6 DIVISION 3 -CONCRETE FINISHING FORMED SURFACES (Amendments to ACI 301, Chapter 10) A. Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes below: 1. Rough Form Finish for concrete surfaces not exposed to view. 2. Smooth Form Finish for concrete surfaces exposed to view. 3. Smooth Rubbed Finish for exterior concrete surfaces exposed to view. 4. Grout Cleaned Finish for interior concrete surfaces exposed to view. FINISHING SLABS (Amendments to ACI 301, Chapter 11) A. Slabs On Grade: Provide key type joints unless otherwise shown. Tool exposed joints. B. Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes below: 1. Broom Finish for exterior slabs. Texture as approved by the Engineer. C. Finishing, General: Provide monolithic finishes on concrete floors and slabs without the addition of mortar or other filler material. Finish surfaces in true planes, true to line, with particular care taken during screeding to maintain an excess of concrete in front of the screed so as to prevent low spots. Screed and darby concrete to true planes while plastic and before free water rises to the surface. Do not perform finishing operations during the time free water(bleeding) is on the surface. CURING AND PROTECTION (Amendments to ACI 301, Chapter 12) A. Maintain concrete surfaces in a moist condition for at least 7 days after placing, except where otherwise indicated. For surfaces of exterior slabs (on grade), apply chemical curing and anti-spalling compound in accordance with the recommendations of the manufacturer. FIELD QUALITY CONTROL (Amendments to ACI 301, Chapter 16) A. The Contractor shall make (2) two test cylinders per truck load of concrete delivered to the site for testing by a testing lab. One sample shall be taken at the start of the pour and the second at the end of the pour. B. The Contractor shall be responsible for furnishing the Engineer with the test results of each concrete test cylinder tested at 7 and 14 days for each truck load. LABORATORY TESTS The Contractor shall be responsible for arranging and coordinating of all testing. All laboratory costs in establishing the design mix and testing of cylinders shall be borne by the Contractor. END OF SECTION 03300 - CAST-IN-PLACE CONCRETE DIVISION 3 —Page 6 of 6 NEW METAL SCTM#: BUILDING LOCATION SCTM#: 1000-86-01 -3.1 Final Location set by Town. I 1000-86-01 -3.3 z r - x - �a - - 150 100' ,. q V IJ E i - 50 ,i r GRA00 VEL O s_ T 7 TOP SOIL RP_ ATE r Z z 1 --- --_ O _ 54 BASE x 3 HIGH D.P.W. 1 TOWER n1 y -----I � war - ezrorAL POLICE 1 1 �I COMPOUND } I m ; I DEPARTMENT O II o o SNOW -..J q z c r Ir r FENCE t.._.._.._.._..N m aP i rT o p I v, _ 80' £I D o �,— � � Yr oN 1 —�---- I 1 AlEAMmg I_ a 9 �� SAND- —� S. 36°53'00 205.00' `2,509 Gal. I c J{ GRAVEL "r 1 E s ®ED I •1 -'1 ° b - i —� 52 BASE x 3 HIGH r r N I, 158 TOTAL • Bow. r - 100' SCTM#: o ._ ._-. --c Y _ - - - WASPADH SCREENED I I I II I I 1000-75-05-13 3m:60SAND o STREET N 1 ----- \',�� -77w SWEEPINGS !N 0 O I SOUTHOLD 00000 I ; 1 SCTM#: 1 ' TOWN I � Drainage N �, 1000 1 HIGHWAY Supplies I 1 YARD 1 1 1 1 I I I I I 12 BASE x 1 HIGH _ F----}----� {-----I 12 TOTAL e • 1 , Miscellaneous j � �---+----V F----� �torage o SCTM#: i POLE EARN 12 BASE x 1 HIG 1 E---+---� E-----I CHID 1270TAL 1000-75-05-11 1 1 EQUIP^ ENT s r 22 BASE x2 HIGH a a TOR 4GE 44 TOTAL 1� p ---� OPEN FL QR PLAfJ OD ', 3!' q c o ^m A SIN. 30 3 80' X 144' constable I I I w — �. Ey 6"m ! _ S. 32o33'10" E. — — — — — —" I 674.87' _ 11 z '1 f � D Al I SCTM#: I S. 30-7 00" t E. s s ,D 1a 1tl 1°mp" � (o"'i o n I I 1000-75-05-1.1 1z o o I I � v m -4 I on SCTM#: cn 0 1000-75-05-11 o 0 I n Xt — — 0 V 0 yI A rn cn z o nj `LI =< I l o II og g I 2V rO I I I f.11 � 1 i T I -- -- S. 30°14_00" E, I ------ 202.82' ---._ ------ --- --- PECONIC LANE - m I !, _ o I I Proposed MBMI Prefabricated Metal Building II Iii i Overall Site Plan I I 11 Scale: 1" = 100.00' MB ,VI ITA L BUILDINGS , IBUILDER / CONTRACTOR RESPONSIBILITIES IT IS THE RESPONSIBILITY OF THE BUILDER/CONTRACTOR TO INSURE THAT ALL PROJECT PLANS AND SPECIFICATIONS DRAWING COVER COMPLY WITH THE APPLICABLE REQUIREMENTS OF ANY GOVERNING BUILDING AUTHORITIES. THE SUPPLYING OF SEALED ENGINEERING DATA AND DRAWINGS FOR THE METAL BUILDING SYSTEM DOES NOT IMPLY OR CONSTITUTE AN AGREEMENT THAT MBMI METAL BUILDINGS OR ITS DESIGN ENGINEER IS ACTING AS THE ENGINEER OF RECORD OR DESIGN TBUILDING SIZE: SPAN 30 x LENGTH 42 x EAVE HT.14 /14 PROFESSIONAL FOR A CONSTRUCTION PROJECT. COVER: SX COLOR: Galva lume/Plain GA.: 26 THE CONTRACTOR MUST SECURE ALL REQUIRED APPROVALS AND PERMITS FROM THE APPROPRIATE AGENCY AS WALL COVER: SX COLOR: Light Stone GA.: 26 REQUIRED. LINER PANEL: COLOR: GA.: TRIM COLORS: GABLE:Aspen Green JAMB:Aspen Green APPROVAL OF MBMI METAL BUILDINGS DRAWINGS AND CALCULATIONS INDICATE THAT MBMI METAL BUILDINGS TRIM COLORS: GUTTER OR EAVE: Aspen Green BASE: Light Stone CORRECTLY INTERPRETED AND APPLIED THE REQUIREMENTS OF THE CONTRACT DRAWINGS AND SPECIFICATIONS. TRIM COLORS: CORNER: Aspen Green DOWNSPOUT: Aspen Green (SECT. 4.2.1 AISC CODE OF STANDARD PRACTICES, 9TH ED.) LIVE LOAD (ROOF) 25.00 P.S.F. DEAD LOAD(ROOF):2.000 MATERIAL WEIGHT WHERE DISCREPANCIES EXIST BETWEEN MBMI METAL BUILDINGS STRUCTURAL STEEL PLANS AND THE PLANS SNOW LOAD (ROOF): 32 P.S.F. SEISMIC ZONE: D FOR OTHER TRADES, THE STRUCTURAL STEEL PLANS SHALL GOVERN. (SECT. 3.3 AISC CODE OF STANDARD PRACTICE 9TH ED.) WIND LOAD: 120 M.P.H. EXPOSURE: —C COLLATERAL LOAD: 1 DESIGN CONSIDERATIONS OF ANY MATERIALS IN THE STRUCTURE WHICH ARE NOT FURNISHED BY DESIGN CODE/ED.: IBC 06 MBMI METAL BUILDINGS ARE THE RESPONSIBILITY OF THE CONTRACTORS AND ENGINEERS OTHER THAN CUSTOMER: SOUTHOLD TOWN DSW MBMI METAL BUILDINGS ENGINEERS UNLESS SPECIFICALLY INDICATED. P.O. BOX 962 THE CONTRACTOR IS RESPONSIBLE FOR ALL ERECTION OF STEEL AND ASSOCIATED WORK IN COMPLIANCE WITH ADDRESS: MBMI METAL BUILDINGS "FOR CONSTRUCTION" DRAWINGS. CUTCHOGUE, NY 11935 ALL BRACING AS SHOWN AND PROVIDED BY MBMI METAL BUILDINGS FOR THIS BUILDING IS REQUIRED AND SHALL BE INSTALLED BY THE ERECTOR AS A PERMANENT PART OF THE STRUCTURE. PHONE:631 734 7685 FAX: 631 734 7976 TEMPORARY SUPPORTS, SUCH AS TEMPORARY GUYS, BRACES, FALSE WORK, CRIBBING OR OTHER ELEMENTS REQUIRED FOR THE ERECTION OPERATION WILL BE DETERMINED AND FURNISHED AND INSTALLED BY THE ERECTOR. THESE PROJECT: SOUTHOLD TOWN TRANSFER ST. TEMPORARY SUPPORTS WILL SECURE THE STEEL FRAMING, OR ANY PARTLY ASSEMBLED STEEL FRAMING, AGAINST CUTCHOGUE, NY 11935 LOADS COMPARABLE IN INTENSITY TO THOSE FOR WHICH THE STRUCTURE WAS DESIGNED, RESULTING FROM WIND, LOCATION: SEISMIC FORCES AND ERECTION OPERATIONS, BUT NOT THE LOADS RESULTING FROM THE PERFORMANCE OF WORK BY GENERAL NOTES: OR THE ACTS OF OTHERS, NOR SUCH UNPREDICTABLE LOADS AS THOSE DUE TO TORNADO, EXPLOSION OR COLLISION. (SECT. 7.9.1 AISC CODE OF STANDARD PRACTICE, 9TH ED.) 1. MATERIALS: MINIMUM YIELD: WARNING: IN NO CASE SHOULD GALVALUME STEEL PANELS BE USED IN CONJUNCTION WITH LEAD OR COPPER. BOTH LEAD AND HOT ROLLED BAR Fy = 50 ksi MIN. COPPER HAVE HARMFUL CORROSION EFFECTS ON THE ALUMINUM ZINC ALLOY COATING WHEN THEY ARE USED IN CONTACT WITH STRUCTURAL STEEL SHEET Fy = 50 ksi MIN. GALVALUME STEEL PANELS. EVEN RUN—OFF FROM COPPER FLASHING, WIRING, OR TUBING ONTO GALVALUME SHOULD BE AVOIDED. . STRUCTURAL STEEL PLATE Fy = 50 ksi MIN. COLD FORMED SHAPES Fy = 55 ksi MIN. APPROVAL NOTES ROOF AND WALL SHEETING Fy = 80 ksi MIN. 26GA. ROOF AND WALL SHEETING Fy = 50 ksi MIN. 26GA. HE FOLLOWING CONDITIONS APPLY IN THE EVENT THAT THESE DRAWINGS ARE USED AS APPROVAL DRAWINGS: A) IT IS IMPERATIVE THAT ANY CHANGES TO THESE DRAWINGS: BOLTS A307 AND ksi MI MBMI METAL BUILDINGS RESERVES THE RIGHT TO SUBSTITUTE THE 1) BE MADE IN CONTRASTING INK. ABOVE MATERIALS WITH EQUAL OR BETTER MATERIAL. 3) HAVE ALL INSTANCES OF CHANGE CLEARLY INDICATED. 2. A325 BOLT TIGHTENING REQUIREMENTS 2) BE LEGIBLE AND UNAMBIGUOUS. ALL HIGH STRENGTH BOLTS ARE A325 UNLESS NOTED OTHERWISE. B) DATED SIGNATURE IS REQUIRED ON ALL PAGES. HIGH STRENGTH BOLTS SHALL BE TIGHTENED BY THE "TURN OF THE NUT" C) MANUFACTURER RESERVES THE RIGHT TO RE—SUBMIT DRAWINGS WITH EXTENSIVE OR COMPLEX CHANGES REQUIRED METHOD IN ACCORDANCE WITH THE LATEST EDITION AISC "SPECIFICATION TO AVOID MISFABRICATION. THIS MAY IMPACT THE DELIVERY SCHEDULE. FOR STRUCTURAL JOINTS USING ASTM A325 OR A490 BOLTS". A325 BOLTS D) APPROVAL OF THESE DRAWINGS INDICATES CONCLUSIVELY THAT MBMI METAL BUILDINGS HAS CORRECTLY SHALL BE INSTALLED WITHOUT WASHERS WHEN TIGHTENED BY THE "TURN INTERPRETED THE CONTRACT REQUIREMENTS, AND FURTHER CONSTITUTES AGREEMENT THAT THE BUILDING AS OF THE NUT" METHOD. ALL BOLTED CONNECTIONS, FOR SHEAR / BEARING DRAWN, OR AS DRAWN WITH INDICATED CHANGES REPRESENTS THE TOTAL OF THE MATERIALS TO BE SUPPLIED CONNECTION TYPE WITH BOLT THREADS EXCLUDED FROM THE SHEAR BY MANUFACTURER. of NE PLANE SHALL BE SNUG TIGHT ONLY. E) ANY CHANGES NOTED ON THE DRAWINGS NOT IN CONFORMANCE WITH THE TERMS AND REQUIREMENTS OF THE P�� O 3. ALL STRUCTURAL STEEL TO RECEIVE A RUST INHIBITIVE PRIMER. THIS CONTRACT BETWEEN MANUFACTURER AND ITS CUSTOMER ARE NOT BINDING ON MANUFACTURER UNLESS PAINT IS NOT INTENDED FOR LONG TERM EXPOSURE TO THE ELEMENTS. SUBSEQUENTLY SPECIFICALLY ACKNOWLEDGED AND AGREED TO IN WRITING BY CHANGE ORDER OR SEPARATE tit 4. PRE—FORMED CLOSURE STRIPS ARE PROVIDED AT THE EAVE BENEATH THE DOCUMENTATION. MANUFACTURER RECOGNIZES THAT RUBBER STAMPS ARE ROUTINELY USED FOR INDICATING ' m w ROOF SHEETS AND AT THE ENDWALLS BETWEEN THE RAKE TRIM AND THE APPROVAL, DISAPPROVAL, REJECTION, OR MERE REVIEW OF THE DRAWINGS SUBMITTED. HOWEVER, MANUFACTURER z 2 ? ENDWALL SHEETS. DOES NOT ACCEPT CHANGES OR ADDITIONS TO CONTRACTUAL TERMS AND CONDITIONS THAT MAY APPEAR WITH N USE OF A STAMP OR SIMILAR INDICATION OF APPROVAL, DISAPPROVAL, ETC. SUCH LANGUAGE APPLIED TO �A 65252 ACCESSORIES MANUFACTURERS DRAWINGS BY THE CUSTOMER, ARCHITECT, ENGINEER, OR ANY OTHER PARTY WILL BE '9pF NPS' QUAN. DESCRIPTION CONSIDERED AS UNACCEPTABLE ALTERATIONS TO THESE DRAWING NOTES, AND WILL NOT ALTER THE ES S1 3070 DOOR W/HARDWARE (FIELD LOCATED) CONTRACTUAL RIGHTS AND OBLIGATIONS EXISTING BETWEEN MANUFACTURER AND ITS CUSTOMER. 12' x 12' FRAMED OPENING The choice in pre—engineered METAL BUILMDINGS metal buildings 1 8' x 10' FRAMED OPENING CERY12/12 4/08 FOR APPROVAL 955 N.W. 17TH AVE. BLDG. H (866) 406-7656 JOB N0. DET. REV.1 DATE I REVISION DELRAY BEACH, FL 33445 www.mbmi.biz 25159 Dia= 1/2" 1 42'-0" OUT-TO-OUT OF STEEL 3 Dia= 5/8" 2 21'-0" 21'-0" � Dia= 3/4" 20'-10" 20'-10" � o o .I A A � C �A N 8 1/2" 1'-0" D B 0 I o n o I I 1 00 00 00 C +'$1 B D C N � J W W N Z L O z O V N Z W 0 p O) I p 1 O001 O O O) FI N • O o J o O 0I �B B� N i = c 00 O m m 1 O) 00 3 2„ _ no 2"3" cl� E _ Ar� t�j iR9 E F2 Fs C E C14CA o PSE N W 12'-0" COt� oj� O,p co 5'-10 1 2" 12'-3" N41 20'-10" ANCHOR BOLT , o DIMENSIONS 21'-0" 21'-0" FRAM E DME SIONS 1 2 3 65252 ANCHOR BOLT PLAN OP 10P NOTE: All Base Plates ® 100'-0" (U.N.) SOUTHOLD TOWN DSW N41 SOUTHOLD TOWN TRANSFER ST. METAL BUILDINGS 6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING HI)Attm DWG NO REV DELRAY BEACH,FL 33445 12 4/08 1 OF 8 TEL.: 800-293-2097 ANCHOR BOLT PLAN JOB No 25159 Dia= 5/8" Dia= 5/8" GENERAL NOTES RIGID FRAME REACTIONS (k ) SW 1. Foundation design and construction @2 are not the responsibility of 8„ MBMI. DL + CL + SL DL + CL + SL C14a 2 building n an tin 5 building a reports the - I d 8" places on the foundation. 3. Anchor bolts shall be accurately set to a tollerance of +/- 1/8" N in both elevation and location. F- - - , r_ _ - - Anchor bolts are to be type A36. L 4. Column base plates are designed 3.6F 3.6 I I IIC14 not to exceed a bearing pressure L J L J of 1125 pounds per square inch. yf 14.2 114.1 BRACING REACTIONS, PANEL SHEAR DL + WL n N n cV t Reactions (k ) Panel I DL ---Wall-- Col --Wind----Seismic- Shear Loc Line Line Harz Vert Harz Vert (Ib/ft) 3 ----------------------- ------ WL WL DETAIL A w DETAIL D w L_EW 1 55 F-SW E 2 ,3 2.5 1.5 1.6 0.9 8" Dia= 3 4' R-EW 3 75 Dia- 5/8" / B_SW A 3 ,2 2.5 1.5 1.6 0.9 WL 8' 8„ 4.7 F 2.4 - -I- - �18.8 14.1 cli 3" N °' I 2 3/4" ENDWALL COLUMN REACTIONS(kMAXMUM VERTICAL ) MAXIMUM VERTICAL DL+WL SL = -3.0 L J 8„ MAXIMUM HORIZONTAL DL+WL = 1.8 2 2" SW NOTES FOR REACTIONS • N Building reoctions are based on the following building data: See Plan Width (ft) = 30.0 w Length ({t) = 42.0 DETAIL B DETAIL E Eave Height (ft) = 14.0 14.0 Roof Slope rise/12) = 2.0 0 Dia= 3/4" Dia= 1/2" Dead Load psf) _ .0 Collateral Load ( sf) 1.0 Live Load (psf = 25.0 Snow Load ( sf) = 32.0 SW Wind Speed tmph) = 120.0 2 7/8". Wind Code = IBC 06 Exposure = C Closed/Open = C 8" Importance Wind = 1.00 rt I Impoance Seismic = 1.00 r - Seismic Zone = D Seismic Coeff (FasSs) = 1.20 N I I0 i 2„ ANCHOR BOLT SUMMARY --------- ----- ----- N I I I 3" L -J SW O = Ont Loc (in) P F NE (�in) - --------- ----- ----- �P� E r 4 DJ 1/2" 2.00 M N 24 EW 5/8: 3.00 1 1/2" 8 EW 3/4" 3.00 to �1 8 RF 3/4 3.00 See Plan W w - w DETAIL C DETAIL F 1/ ( 4A 65252 mac' �\\ • SOUTHOLD TOWN DSW BSOUTHOLD TOWN TRANSFER ST. METAL BUILDINGS M6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING H DATE DWG NO REV DELRAY BEACH,FL 33445 12 4/08 2 OF 8 TEL.: 800-293-2097 ANCHOR BOLT DETAILS & REACTIONS I JOB No 25159 MEMBER TABLE 1 ROOF PLAN 42'-0" OUT—TO—OUT OF STEEL 3 MAR!!LSIZEP-1 8X25Z14 2 E-1 8E14 21'-0" 21'-0" CB-3 0.25—CBL • CB-4 0.25 CBL TRIM TABLE ROOF PLAN A E-1 RF1-1 E-1 OiD MARK Q 1 ISSRC27 n U H EC-6 W v Ln I U P-1 T P-1 T W M Zn O LO LOO � J Q ER-1 RF1-2 ER-4 i d- - LO N U I W Dc Ce W O Q • P-1 Typ P-1 Typ (14) N I N Ur' nU W W O I �2 ER-2 RF1-2 ER-3 .I �t pF NF Y W H W I ,LLt E E-1 RF1-1 E-1 ,` j, 7 PIU�RPLIN3/4� ROOF 3 65252 !G� z-� 3i4• SHEETING '9OFESs1CNE`� PANELS: 26 Ga. SX G ERAL NOTES: ROOF FRAMING PLAN Galvalume/Plain STANDING SEAM ROOF SEE STANDING SEAM MANUAL, FOR ALL HER ROOFS SEE BELOW. 2. ACH ROOF PANELS TO FRAMING MEMBERS SOUTHOLD TOWN DSW WITH #12 S.D. SCREWS AS NOTED: 6" O.C. AT EAVERIDGE BCAP & END LAPS, METAAL BUILDINGS 61155HOOX LANETOWN TRANSFER ST. 12" O.C. AT ALL OTHER PURLINS (6" O.C. OVER 110 MPH WIND LOAD). CUTCHOGUE, NY 11935 3. USE #14 S.D. SCREWS 24" O.C. (MAX.)AT PANEL SIDE LAPS 955 N.W. 17TH AVE. -DATE (12" O.C. OVER 110 MPH WIND LOAD). BUILDING H 4. USE 14 S.D. SCREWS 12" O.C. AT ROOF TRIM. DELRAY BEACH,FL 33445 12 4 08 3 c No OF 8 R 5. USE 12 S.D. SCREWS AT RAKE ANGLE TO PURLIN. TEL.: 800-293-2097 ROOF FRAMING JOB No 25159 CLIP TABLE LINE E & A ❑ID MARK 1 AK400 1 42'-0" OUT-TO-OUT OF STEEL 3 3 42'-0" OUT-TO-OUT OF STEEL 1 3 AK200 2 2 MEMBER TABLE 021'-0" 21'-0" 21'-0" 21'-O" LINE E & A MARK SIZE DJ-1 8X25C14 16 4 2 16 I6 2 16 DH-1 8X25C16 G-5 8X25Z16 G-6 8X25Z12 2 2 G-7 8X25Z16 3 3 _ DH-1 M I CB-2 0.31 CBL L0 in TRIM TABLE G-5 G-6 G-7 G-7 LINE E & A 3 3 o 0 o 1 BT MARK 4'S 11/16" I 4'-5 11/16" 2 BT-101 o N o 3 CT-102 G-5 <G-6 G-7 G-7 4 GU-122 ems? �2 Ce. 2 6 EC 122 G� 7 SCB 4'--5 5/16" 4' 5 5/16" 8 MT1168 — T - - - - Q - - - 9RA RA150 — RA1503 0 — - - - - - - - - - - - - - -- HT-101 Iv EC-1 RF1-1 EC-3 EC-6 RF1-1 EC-1 6'-0" 12'-0" 13'-0'[ GIRT 3'-1 3/4F LAPS 3'-1 3/4" LAPS SIDEWALL FRAMING: LINE A SIDEWALL FRAMING: LINE E • Q Q Y Y Q Q (Gutter with 3 downspouts) (Gutter with 3 downspouts) El 7 4 5 ❑6 7 7 4 5 ❑6 7 N N N N \ 8 \ \ \ I I I I 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 OI I I I I I I I I I O O I I I I I I I I I I I I I I O OO OO OFF: NeLi I �Y - - - - - - - - A. O � 2 W ya SIDEWALL SHEETING & TRIM: LINE E SIDEWALL SHEETING & TRIM: LINE A PANELS: 26 Ga. SX - Light Stone PANELS: 26 Ga. SX - Light Stone \ .o 65252 RAL NOTES: SLOT FLUSH GIRTS FOR BRACING (IF REQURIED). SOUTHOLD TOWN DSW 2. ATTACH WALL PANELS TO FRAMING MEMBERS WITH #12 m SOUTHOLD TOWN TRANSFER ST. S.D. SCREWS AS NOTED: METAL BUILDINGS 1 6155 COX LANE 4" O.C. AT BASE & TOP OF PANELS 12" O.C. AT ALL OTHER GIRTS (6" O.C. OVER 110 MPH WIND LOAD). CUTCHOGUE, NY 1 1935 3. USE #14 S.D. SCREWS 24" O.C. (MAX.) AT PANEL SIDELAPS 955 N.W. 17TH AVE. 12" O.C. OVER 110 MPH WIND LOAD . BUILDING H A No REV ( ) DELRAY BE:ACH,FL 33445 12 4 4 08 4 OF 8 4. USE #14 S.D. SCREWS 24" O.C. AT CORNER TRIM. 12" O.C. OVER 110 MPH WIND LOAD . TEL.: 800-293-2097 SIDEWALL FRAMING roe No 25159 BOLT TABLE LINE 1 & 3 LOCATION UAN TYPE DIA LENGTH A 30'-0" OUT—TO—OUT OF STEEL E E 30'-0" OUT—TO—OUT OF STEEL A ER-1/ER-2 4 A325 1 2 1 1 4 C D D C B ER-3/ER-4 4 A325 1/2" 1 1/4" Columns/Raf 2 A325 2" 1 1/4" 8" 9'-4" 10'-0" 9'-4" 8" 1'-0" 9'-0" 10'-0" 8'-0" 1'-0" Columns Raf 4 A325 1 1/2" 1 1 4" • Q2" Rp,1503 4 RA1503 2" Q2" RA 1503 M-1 2"� CONNECTION PLATES 1 4 1503 4 4 ❑IID MARK/PART ER-1 5_ _ ER-2 ER-3 —5 5— ` ER-4 1 AK400 C C 1 5 — 5 C 8 9 2 AK200 3 SA005 � _ TR — 7 �— 5LT 4 H1 m a, 5 AB212 G-1 G-2 G-1 I G-3 G-2 G-4 6 D2 2❑z ©a] Rl z z 2 MEMBER TABLE LINE 1 & 3 I z MARK SIZE EC-1 8X25CI6 ❑ G-1 G-2 G-1 13 p3� G-3 G-2 DH-2 M EC-2 8X25C12 z z 2 o l z 2 �2 0 spm z z z z 2 EC-4 8X25C14 EC-3 W8541 I I ( EC-5 8X25C16 C1 C 8X250� EC-6 o I ER-1 8X25014 F I ER-2 8X25C14 G-1 G-2 G-1 3 3 G-3 G-2 0 s co ©) 2 p 2 ,F21 ©I z z z z ER-3 8X25C14 I— � ER-4 8X25014 H-2 8X25C16 i') I I LO I ( DG-1 8X25Z16 LOG-2 8X25Z16 I E1 1 I E1 T�i I G-3 8X25Z16 RA1503 _ T — G-4 8X25Z16 RA2003, RA1003 - - - - - --� t- - - - - - - -❑�- - - - -� — t I - - - - - - - - - .�1-- -� - - - - — �T TRIM TABLE EC-1 EC-2 EC-2 EC-1 EC-3 EC-2 EC-4 EC-E6-6 LINE 1 & 3 *ID MARK ENDWALL FRAMING: LINE 1 1 BT-101 2 CT-102 ENDWALL FRAMING: LINE 3 4 RT-101 6 SPB2 • BT-101 8 8 BT-101 9 MT1166 10 JT-101 O O 11 MT116B 12 2" 0 O 2"� Q2" 12 T-101 12 17 `O0 I I LO in 04 C14 z it N N \ \ \ \ \ N N N NCNI \ \ \ \ Q (V \ \ \ \ O Lo CD O \ \ O (D (0 O \ O m I I I 1 co o co co o to I I 1 1 co _ O I 1 in ED cD m ul 1 I O O I 1 in co co =' I O ti. � OF NSW P Eu }" ut ; Li C� ,0 65252 e \ '9O �. FFSSIONP ENDWALL SHEETING & TRIM: LINE 1 ENDWALL SHEETING & TRIM: LINE 3 • PANELS: 26 Go. SX — Light Stone PANELS: 26 Ga. SX — Light Stone NOTE: PANELS ARE USED TO PROVIDE BRACINGSOUTHOLD TOWN DSW FOR THE STRUCTURE BY DIAPHRAGM ACTION. GENERAL NOTES: REMOVING OR MODIFYING PANELS PROVIDED BY SOUTHOLD TOWN TRANSFER ST. 1. USE BACK-UP PLATE (AK504) FOR BRACING (IF REQUIRED) THE MANUFACTURER AS SHOWN ON ERECTION METAL BUILDINGS 6155 COX LANE AT COLD FORMED FRAMING MEMBERS DRAWINGS MAY ADVERSELY AFFECT THE STRUCTURAL CUTCHOGUE, NY 11935 2. FIELD CUT ENDWALL PANELS AT ROOF PITCH FOR SLOPES INTEGRITY OF THE BUILDING. THE OWNER SHOULD 955 N.W. 17TH AVE. GREATER THAN 1:12. CONSULT THE BUILDING MANUFACTURER OR A BUILDING HDATEDWG No EV 3. SEE SIDEWALL DRAWING FOR ADDITIONAL NOTES & SCREW PROFESSIONAL ENGINEER BEFORE UNDERTAKING DELRAY BEACH,FL 33445 12 4 08 5 OF 8 PATTERNS. ANY MODIFICATIONS. TEL.: 800-293-2097 ENDWALL FRAMING JOB No 25159 SPLICE PLATES & BOLTS MEMBER SIZE TABLE in SpliceQuan -----Bolt---- Plate Size MARK WEB DEPTH WEB PLATE OUTSIDE FLANGE INSIDE FLANGE Mark Top/Bot/Int Type Dia Len Wid Thick Length START END THICK LENGTH W x T x LEN W x T x LEN RF1-18.5 12.4 0.134 126.2 5x3 16 x160.4 5x1/4" x146.6 SP— 1 4 4 0 A325 0.750 2.25 6" 5/8' V-7 1/4" 12.4/13.0 0.188 36.0 6x3 16"x 19.1 SP— 2 4 4 0 A325 0.625 2.25 6" 5/8" V-6 7/8 RF1-2 12.0/12.0 0.134 161.5 5x3 16"x 95.5 5x1/4" x107.5 5x1 4" x 66.0 5x3 16"x 52.0 GE BRACES: Both Sides(U.N.) xxB(1 : xx=length(in) L2 15X12 1'-2 3 B" V-2 3 8" 3 ® 3-638" 3 ® 3-638" FB30.581) FB300.5B(1) 3_5" V1330-560)— _ — — — — _— _ _ _ F-1330.5 8(1) 3'-5" �2" - - � FBo30•560_) FB30._@ 2"� - . 1 - - U� U N �U - - - a_ N RF1-2 RF1-2 I I I LO I I LO I I VI I I I ml Im is I o I in I 0 uj �o �c E I �t cD o Of I o I a I N0 C.4 I I� �I I I I I I I I I LO LO I I I I _ F NF 8 1/4" 11'-1 7/16" 26'-4 5/8" V-1 7/16"1 8 1/4" C,�� Clearance i 30'-0" OUT—TO—OUT OF STEEL A � A RIGID FRAME CROSS SECTION E `moo 65252 FOR FRAME LINE 2 A9QFAsk ES RAL NOTES: BMSOUTHOLD TOWN DSW SOUTHOLD TOWN TRANSFER ST. CONSTRUCTION NOTES FOR THE RIGID FRAMES. METAL BUILDINGS 1 6155 COX LANE 1. ALL FIELD CONNECTIONS OF PRIMARY FRAMING MEMBERS SHALL BE BOLTED. WITH A325 H. S. BOLTS AND INSTALLED BY THE 'TURN OF THE NUT' METHOD. CUTCHOGUE, NY 11935 2. ALL FIELD CONNECTIONS OF SECONDARY FRAMING SHALL BE BOLTED WITH B55 N.W. 1 7TH AVE. A owa No REY A307 MACHINE BOLTS. BUILDING H DELRAY BEACH, FL 33445 12 4/08 6 OF 8 3. WELDING PROCESSES USED BY MANUFACTURER ARE IN ACCORDANCE WITH SEC. 1.3 OF AWS D 1.1. TEL.: 800-293-2097 RIGID FRAME ELEVATION JOB No 2515 9 END OF BUILDING 1/4' ENDWALL RAFTER 1 TEK2 SCREW ROOF PURUN BUILDING ENDWALL LINE RAFTER ENDWALL COLUMN O CUP ANGLE - A307 BOLTS/4" CORNER COLUMN ANGLE 1/2" X 1 1/4" CONNECTION CUP - - - - - - - - - - - - - - ZE A307 BOLTS PLATE I 0 o �o o, o 0 0� - - -I I I I Ii1/2' x 1 1/4' �° °� 0 0 0�MB (TYP) - - - - - - - - - - - ENDWALL COLUMN DWALL ENDWALL DRAWING FOR BOLTS SIDEWALL GIRT RAFTER mo E w BE usm) ENDWALL COLUMN ENDWALL GIRTS ENDWALL GIRT NOTE RAKE ANGLE ON BOTTOM OF PURUN AT OPEN WALL OR OVERHANG. SEE ENDWALL q SECTION THRU ENDWALL RAFTER B8 DRAWING FOR BOLTS B9 ENDWALL RAFTER TO COLUMN @ENDWALL COLUMN TO WALL GIRT CORNER COLUMN TO WALL GIRT ENDWALL RAFTER TO COLUMN ENDWALL COLUMN #CONNECTnION CORNER COLUMN 1/2" x 1 1/4" ENDWALL II DOOR A307 BOLTS COLUMN if JAMB CONNECTION PLATE II I 0 0 11 1/2" x 1"O O A325 xBOLTS O FIN. HD. BOLTS 0 0 0O O 0 PLATE BASE CUP NG CONNECTION BASE PLATE BASE p�JE PLATE ENDWALL FOR BOLT DIA. AND TYPE. SIDEWALL GIRT GIRT PLAN ELEVATION PLAN ELEVATION PLAN ELEVATION D3 CORNER COLUMN TO WALL GIRT E BASE PLATE FOR ENDWALL E3 BASE PLATE FOR ENDWALL E6 BASE PLATE FOR DOOR JAMB F4 ENDWALL RAFTER PEAK CONNECTION COLUMN 1/2" X 1 1/4' 1/2' x 1 1/4" RAKE A307 BOLTS A325 BOLTS SAVE STRUT ANGLE PURUN COLUMN TEK2 SCREW EAVE STRUT 0 FLANGE BRAEE UN. NTD.)qz SEE CROSS SECTION1/2' FlN HD BOLTS r0 01/2' A307 BOLTS TE IF Q'D. L JPLATE i F�Q'D. DOOR JAMBRAFTER GIRT °1 �UN. NTD.) CCE O UMN 1/2' x 1 1/4' - - -- - - _S SECTION 1/2" x 1 1/4' ENDWALL RAFTER A325 BOLTS CUP WALL GIRT �G oF NfiW A307 BOLTS NOTE RAKE ANGLE ON BOTTOM OF EAVE STRUT TOPFLANGE F ` O AT OPEN WALL OR OVERHANG. SECTION ELEVATION CO 'P� G2 PURUN TO INTERIOR FRAME RAFTER H2 GIRT TO COLUMN �6 EAVE STRUT TO ENDWALL RAFTER J2 EAVE STRUT TO RIGID FRAME K2 WALL GIRT TO DOOR JAMB z �2 0 65252 • SOUTHOLD TOWN DSW FFSS10141f BSOUTHOLD TOWN TRANSFER ST. METAL BUILDINGS 1 6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING H DAIL DWG No REV DELRAY BEACH,FL 33445 12 4/08 7 OF 8 TEL.: 800-293-2097 Detail Page JOB No 25159 • SIDEWALL COLUMN EAVE STRUT BRACE GRIP BASE ANGLE DOOR JAMB COLUMN OR II WALL PANEL RAFTER WEB I I CUP HILLSIDE I I SCR CABLE WASHER II BASE TRIM SCREWS II (NP) O FLAT 0 O CONCRETE EYEBOLT WASHER O O �� BY OTHERS, MUST BE ADEQUATE FOUNDATION CONNECTION PLATE 0 ANCHOR TO SAFELY RESIST THE LOADS e c SLOT IN WEB TO INSERT NUT BOLTS IN THE REACTION REPORT. DOOR JAMB DOOR HEADER HILLSIDE WASHER BASE PLATE SECTION ELEVATION AND EYEBOLT 1/2" x 1 1/4" A307 BOLTS TO JAMB PLAN ELEVATION SECTION ELEVATION 1/2" x 1" FIN. HD. BOLTS TO HEADER L4 DOOR JAMB TO EAVE STRUT M 1 DOOR HEADER TO DOOR JAMB Q2 DIAGONAL CABLE, EYEBOLT END R2 ANCHOR BOLTS AT SIDEWALL COLUMN T1 WALL PANEL BASE DETAIL O O G O O --TOP BOLTS, SEE CROSS SECTION BOLTED O O END PLATE TOP BOLTS, SEE O o INTERMEDIATE BOLTS, TOP FLANGE O O CROSS SECTION IF REO'D O O INTERMEDIATE BOLTS, O O WEB IF REQ'D • O O --CROSOM BOLTS, SEE CROSS SECTION O O BOTTOM O O � BOTSOM BOLTS, SEE FLANGE CROSS SECTION U 2 BOLTED END PLATE CONNECTION BOLTS FOR RAFTER TO rU 3) COLUMN CONNECTION F E, 09 ccI 10,0 65252 BM SOUTHOLD TOWN DSW SOUTHOLD TOWN TRANSFER ST. METAL BUILDINGS 6155 COX LANE 955 N.W. 17TH AVE. CUTCHOGUE, NY 11935 BUILDING H DATE DWG NO REV DELRAY BEACH,FL 33445 12 4/08 8 OF 8 TEL.: 800-293-2097 Detail Page I JOB No 25159 � O CD O O 1 3 w M w p Z 42'-0" Out to Out of Steel Qo O o 2 21'-0" 21'-0" 3" 112" 20'-5" 114- 20'-5" _ 2"!! 3" H (� I II I A 'C i O II I I II O II o o r O II jj A O D H O Q ti Diameter = 3/4" W = Diameter = 5/8" W O E O �, ♦ Diameter = 1/2" o Z CL »B o D z m W 0 o y O o ? c b? O o O os o U JU n -n "B # B z z W O Of °' Q W uj C) J O . E . - - = z • = C » — -- F-- w A = _ = F F 11- - E D W II II o z 3" I I 1.5")I 12'-0" II 1.5" I ( 2'.. 3- T-10.5" "5'-10.5" I 12'-3" ! 2'-8.5^ 114" 20'-10" "� W II 21'-0" 21'-0" ANCHOR BOLT DIMENSIONS FRAME LINE DIMENSIONS 1 2 3 Nay�� N ANCHOR BOLT PLAN y Scale: 3/16"=1'-0" cCD O o 1 1 3 Mm O 3 w I O � 42'-0" Out to Out of Foundation o O LL Q o 2 4" 19'-0" 1'-4" 19'-0" 1'-4-. j 4" ,F.�� 1i. (p a - , M —7— - - - - - - - - - - A _ __ _ _ _ __ _ _ __ _ __w _ _ _ __ _ _ _ __ A V O cp � � I ` - JDI Ei o ) , l _I I B T I I W 3 t!1 0 I I o (1) o 11 2. 6" III ZE # o IItn ; Iic oz � y II III CL CL 1 4 IE tof 4" E JE 94"1 �" 4" a o O c I I I N ( I I o LI I ; I - c lilc v �► H 4" 4" 4" I I z z c I c I ; 1 1 2'_6" I ' I o a F I � B I I MBLU B I B o III UJ CO I 1 0 Ea — --------------- — — - - - - - - - - - -- a E D z V) Z 6'-0' 12'-0" 2'-4- 1'-4" 20'-4" W 21'-0" 21'-0" D� - --- -- -- F(-GUNDrT`T N - —------------- _-i i�ry 1 r.�-r� v Scale: 3/16"=1'-0" 12111L 16" 8't L 4.. 4" 1' CD g N -4" 4" 3,000 PSI CONCRETE FOUNDATION & PIER • O LINE OF FOOTING O , i� z 4.. ANCHOR BOLTS-SEE STEEL DRAWINGS 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS w �' � 3 4 #4 BAR @ 10"O.C. FOR SIZE&LOCATION M g O aum VERT.-CONTINUOUS o p O o II LINE OF FOUNDATION If 4# 4 BAR CONTINUOUS HORIZONTAL Co n CAGE @ 10"O.C.VERT. ra A a-= y a 0 % ig B II I bo B t� -if Co Co rA A N 4# 4 VERTICAL BAR CAGE H � Q I ANCHOR BOLTS-SEE STEEL DRAWINGS w 3 I I I' FOR SIZE&LOCATION u N O 0o 0 1 4# 4 BAR CONTINUOUS HORIZONTAL II o ' C C 1 6# 4 VERTICAL BAR @ CAGE CAGE @ 10"O.C.VERT. to )" z # r n 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS a II l 0 z d 11 ANCHOR BOLTS-SEE STEEL DRAWINGS o H II<. If FOR SIZE&LOCATION PLAN VIEW I 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS i n n DEPRESS FOUNDATION 8"AT DOOR OPENING(TYP.) ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION PLAN VIEW 3,000 PSI CONCRETE PIER ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION 3,000 PSI CONCRETE F- I FOUNDATION WALL-TYPICAL GRADE HEIGHT VARIES LINE OF FOUNDATION BEYOND 4 #4 BAR @ 10"O.C.GRADE VERTICAL-CONTINUOUSHEIGHT VARIES A II II 4# 4 BAR CONTINUOUS HORIZONTAL LINE OF FOUNDATION(FOREGROUND) CAGE @ 10"O.C.VERT. I- 4# 4 BAR CONTINUOUS HORIZONTALLLJ Z Z `a I CAGE @ 10"O.C.VERT. m c * 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS O a 4# 4 BAR @ CAGE - a v •a. yl, SEE PLAN VIEW FOR LOCATION w a 6# 4 BAR @ CAGE -SEE PLAN VIEW FOR LOCATION 0 o t #4 BAR @ 8"O.C. EACH WAY -i CONTINUOUS O Z Ld a #4 BAR @ 8"O.C. EACH WAY 3,000 PSI CONCRETE FOOTING lil (TYPICAL) O Z 4' V-4.. 4' 4. 8.. 4' w 3,000 PSI CONCRETE FOUNDATION& 2'-0" V-4" Cn FOOTING(TYPICAL) V-0" 2'-0" 4. 3._4" �t�+NQy TYPICAL SECTION DETAIL "A-A11 SECTION DETAIL "B-BI' WALL SECTION N Scale: 1/2"=1'-0" Scale: 1/2"=V-0" Scale: 112"=1'-0" �i 00 4' 8" L 8'• 4'tLINE OF FOOTING O 10 C? c Z 1 q' ANCHOR BOLTS-SEE STEEL DRAWINGS M; O aLim FOR SIZE&LOCATION o O LINE OF FOOTING 2'-0" 4# 4 BAR CONTINUOUS HORIZONTAL 7 „ 4 #4 BAR @ 10”O.C. - CAGE @ 10"O.C.VERT. z Q I� VERT.-CONTINUOUS 4 J 8" 1'-4" LINE OF FOUNDATION CD .,, A -0 i O 4 LINE OF FOUNDATION p a+ it 4 #4 BAR @ 10"O.C. +�-' ._ C 4# 4 BAR CONTINUOUS HORIZONTAL - VERT.-CONTINUOUS 0 V I i CAGE @ 10"O.G.VERT. ° W C iv C .q� C I fr �-a►-_ _�_ � 3 d O u O a _ Ip N'3 E' ziir P. I!G ANCHOR BOLTS-SEE STEEL DRAWINGS ° 0.W 3'7 If , FOR SIZE&LOCATION JIIi Cr Z C3 w IU.. I UII ,il I 4# 4 VERTICAL BAR @ CAGE it DEPRESS FOUNDATION 8"AT DOOR OPENING(TYP.) I n u U• 6# 4 VERTICAL BAR @ CAGE IH 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS u u A PLAN VIEW PLAN VIEW ANCHOR BOLTS-SEE STEEL DRAWINGS ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION FOR SIZE&LOCATION DEPRESS FOUNDATION 8"AT DOOR OPENING(TYP.) • n LINE OF FOUNDATION BEYOND a It t GRADE • _ GRADE �I I� nl 4# 4 BAR CONTINUOUS HORIZONTAL HEIGHT VARIES .f H• < HEIGHT VARIES 4# 4 BAR CONTINUOUS HORIZONTAL • if 11 N i. CAGE @ 10"O.C.VERT. l'- CAGE @ 10"O.C.VERT. _ �� z W t LINE OF FOUNDATION(FOREGROUND) O c ° 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS c 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS a � .l oLi 4 # 4 BAR @ CAGE -SEE PLAN VIEW FOR LOCATION 6# 4 BAR @ CAGE -SEE PLAN VIEW FOR LOCATION J Q 0 •a � Z • W I11 ° #4 BAR @ 8"O.C. EACH WAY o #4 BAR @ 8"O.C. EACH WAY 0 Z 0 0 (n z W 3,000 PSI CONCRETE FOUNDATION& 3,000 PSI CONCRETE FOUNDATION& 4" V-4" 4' FOOTING(TYPICAL) 4" 2'-0" 4' FOOTING(TYPICAL) ,N 2'-0" 2'-8" ar � SECTION DETAIL IIC-CII SECTION DETAIL "D-Dl' O Oy Scale: 112"=V-0" Scale: 1/2"=1'-0" "'v, p� O 4# 4 VERTICAL BAR @CAGE LINE OF FOOTING CD 4'1' Q rr ^ 4 r, w rr O O 1 O ANCHOR BOLTS-SEE STEEL DRAWINGS M m Z FOR SIZE&LOCATION o C O Lim DEPRESS FOUNDATION 8" LINE OF FOOTING AT DOOR OPENING(TYP.) 7��— .. LINE OF FOUNDATION z H n �o O '� u i COLUMN 2-SEE DETAIL SECTION"A-A"-7 m Vi O T4811 d' e�1 aco {iE EANCHOR BOLTS-SEE STEEL DRAWINGS W C N OOR SIZE&LOCATION ., S 0) O4# 4 BAR CONTIC ° NZE OHORIZONTALCAGNt ii@ 10"O.C.VERT. r oG —) m4 #4 BAR @ 10"O.C. a '�"4 #4 BAR @ 10" VERT.-CONTINUOUS VERT.-CONTINUO F j PLAN VIEW F I F DEPRESS FOUNDATION 8" DEPRESS FOUNDATION 8" AT DOOR OPENING(TYP.) AT DOOR OPENING(TYP.) 1-000 ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION PLAN VIEW TOP OF FOUNDATION BEYOND ANCHOR BOLTS-SEE STEEL DRAWINGS FOR SIZE&LOCATION ii LINE OF FOUNDATION BEYOND DEPRESS FOUNDATION 8" AT DOOR OPENING(TYP.) i, 4# 4 BAR CONTINUOUS HORIZONTAL l CAGE @ 10"O.C.VERT. z 4 #4 BAR @ 10"O.C. z w VERT.-CONTINUOUS c 4 #4 BAR @ 10"O.C. VERT.-CONTINUOUS o O v = 'v a_ LLJ I. :::- 4 # 4 BAR @ CAGE -SEE PLAN VIEW FOR LOCATION M 6 COLUMN 2-SEE DETAIL SECTION"A-A" uj _ J O C.7 'a• w #4 BAR @ 8"O.C. EACH WAY _ - #4 BAR @ 8"O.C. EACH WAY w C O 3,000 PSI CONCRETE FOUNDATION& Cn Z FOOTING(TYPICAL) W 3,000 PSI CONCRETE FOUNDATION& FOOTING(TYPICAL) 4.. 8.. 4. 4',8" 4. 10 SECTION DETAIL "E-Ell SECTION DETAIL "F-F" o o Scale: 1/2"=V-0" Scale: 1/2"=V-0" v s �Q -------------------------------------------------------------------------- MBMI SHIPPING LIST FOR JOB 25159 1 -------------------------------------------------------------------------- CUSTOMER NAME: SOUTHOLD TOWN DSW JOB NAME :SOUTHOLD TOWN TRANSFER ST. 1 ADDRESS: P.O. BOX 962 JOB LOCATION :6155 COX LANE CUTCHOGUE, NY 11935 CUTCHOGUE, NY 119351 -------------------------------------------------------------------------- 1 SHIP TO: SOUTHOLD TOWN TRANSFER ST. 1 1 i 6155 COX LANE I BUILDING DATA 1 i CUTCHOGUE, NY 11935 1 Width (ft) = 30.0 1 1 1 Length (ft) = 42.0 1 1 DELIVERY PHONE NO. : (_)_- 1 Eave Height (ft) = 14.0 i 1 COMPLETION DATE: _/_/_ 1 Roof Slope (?:12) = 2.00 1 1 1 Dead Load (psf) = 2.00 1 1 TOTAL WEIGHT: 1 Collateral (psf) = 1.00 1 1 1 Live Load (psf) = 25.00 1 1 1 Wind Speed (mph) = 120.00 1 1 I Wind Code = IBC 06 1 1 EXPORT PACKAGE: _YES _X—NO ( Closure = C i REVISED: _/_/_ PAGE NO. : _ 1 Exposure = C 1 i 1 Importance - Wind = 1.00 1 1 1 Seismic Zone = D 1 1 1 Importance-Seismic = 1.00 1 -------------------------------------------------------------------------- i RELEASE FOR CLAIMS OF SHORTAGES AND/OR DAMAGES 1 Any shortages or damages to any loads must be marked on the 1 1 shipping invoice and attested to by MBMI driver as well as 1 1 the General Contractor. 1 I MBMI will not be liable for claims on any shortages 1 or damages not noted on the bill of lading or shipping invoice. 1 Keep your copy of the shipping invoice for your records, and call 1 1 our shipping officer to verify and schedule delivery of any 1 1 replacement parts. 1 I 1 I have read this release and agree to its terms. 1 1 Signature: I Title: I 1 Representing: I I 1 Date: 1 MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ------------------- I PRIMARY FRAMING ------------------- I QUAN. MARK I DESCRIPTION I SIZE I LENGTH ICOLORI WT. I REQD. I REV RF1-1 I RF Column I 1131 - 5" I RO 1217.10 i 2 RF1-2 I RF Rafter 1 131 - 6 13/1611I RO 1225.20 I 2 I EC-3 I EW Column I W8541 1131 - 5 1/8 " I RO 1165.20 1 1 I EC-6 I EW Column I W8541 113 ' - 5 1/8 " I RO 1165.20 l I - ------ I ------------- I --------- --------------I ----- --------- ------- I ---- TOTAL = 1215.0 Colors: RO - Red Oxide MBMI -------------------------------------- ---- JOB NO. 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ---------------------------- SECONDARY FRAMING - CEES ---------------------------- JQUAN. I MARK IDESCRIPTIONIPUNCH I DWG I SIZE I LENGTH ICLRI WT. JREQD. JREV DJ—D (Jamb INP-NP I I8X25C16 I 81 - 7 1/2 " IRO I 24.931 2 J DJ-1 (Jamb I I DJ-1 J8X25C14 113' - 3 3/8 " IRO I 44.221 2 I DH-1 (Header I S-S I J8X25C16 111' -11 1/2 " IRO I 33.381 1 I DH-2 (Header I S-S I J8X25C16 I 7' -11 1/2 " IRO I 22 .221 1 I I I I I I I I I E-1 JES8x5x2.8 I E-1 8E14 1 20' -11 1/2 " IRO J 89.91 4 I I I I I I I I EC-1 JEW Column I EC-1 8X25C16 113' - 4 3/4 " IRO I 37.40 2 I EC-2 JEW Column I I EC-2 I8X25C12 114' -10 13/1611JR0 1 74.201 3 I EC-4 JEW Column I I EC-4 I8X25C14 114' -11 3/8 " JRO J 49.80) 1 J EC-5 JEW Column I I EC-5 I8X25C16 113 '- 6 13/16" IRO J 37.90) 1 I ER-1 JEW Rafter I I ER-1 11 8X25C14 115' - 0 7/8 " JR0 J 50.20) 1 J J J I I J J I J ER-2 JEW Rafter I ER-2 8X25C14 115' - 0 7/8 " JRO I 50.20 1 J ER-3 JEW Rafter I J ER-3 I8X25C14 115' - 0 7/8 " IRO I 50.201 1 J ER-4 JEW Rafter I I ER-4 I8X25C14 115' - 0 7/8 " JRO I 50.201 1 J - ---- I ----------- J ------ I ------ I --------- I -------------- I --- I ------- ----- I --- TOTAL = 1139.4 Colors: RO - Red Oxide MBMI JOB NO : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ---------------------------- I SECONDARY FRAMING - ZEES I ---------------------------- IQUAN. MARK IDESCRIPTIONIPUNCH I DWG I SIZE I LENGTH ICLRI WT. IREQD. IREV I I I I I I I I I I I I I I I I P-1 IPurlin I WA-WA 8X25Z14 123 ' - 1 1/2 111RO 1 77.01 16 I G-1 (Girt I S-S I I8X25Z16 1 81 - 7 1/2 " IRO 1 24.061 6 I G-2 (Girt I S-S I 18X25Z16 I 9' - 3 1/2 " IRO 1 25.921 6 I I I I I I I I G-3 (Girt I S-S 8X25Z16 I 81 - 3 1/2 " IRO 1 23 .13 3 I I I I I I I I I I G-4 (Girt I S-S 8X25Z16 1 71 - 3 1/2 " IRO 1 20.34 1 1 I I I I I I I I I G-5 (Girt I WK-WK 8X25Z16 1 5' - 7 1/2 " IRO 1 15.69 2 G-6 IGirt I I G-6 18X25Z12 1231 - 7 1/2 " IRO 1 117.651 2 1 G-7 (Girt I WB-WB1 18X25Z16 1 24' - 1 1/2 " IRO 1 67.311 4 1 - ---- I -----------I ------ I ------ I --------- I -------------- I --- I ------- I ----- I --- TOTAL = 2157.7 Colors: RO - Red Oxide MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 I BRACING ----------- IQUAN. I MARK I DESCRIPTION I SIZE I CABLE LENGTH I FAB. LENGTH ICOLORI WT. IREQD. IREV CB-3 I Cable Brace Assy. 10.250 1231- 0 1/4 " I 24' -11 1/4 I' GZ I 4.26 I 2 i CB-4 I Cable Brace Assy. 10.250 122 '-11 1/2 " I 24'-10 1/2 " GZ I 4.25 I 2 CB-1 I Cable Brace Assy. 10.313 1211- 9" 124'- 1 1/4 " GZ I 7.08 I 2 CB-2 I Cable Brace Assy. 10.313 1221- 0 1/2 " I 241- 4 3/4 " GZ I 7.14 I 2 HW-394 1/2" Hillside Washl ( I I I 0.28 I 8 I HW-395 5/8" Hillside Washl I I I I 0.40 I 8 I - ----- I ------------------- I ------- I -------------- I ------------- I ----- I -------- I ----- I --- TOTAL = 50.9 Colors: GZ - Galvanized MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ----------------------- I CLIPS/FLANGE BRACES ----------------------- I QUAN. I MARK I DESCRIPTION I LENGTH ICOLORI WT. I REQD. IREV L2X15X12 IFB30.4 Flange Brace I 21- 6 3/8 I RO I 2.91 I 2 L2X15X12 IFB30.5 Flange Brace I 21 - 6 1/2 " I RO I 2.92 I 6 I AK200 I B1 Clip I 9 1/4 " I RO I 2.95 I 48 D2 Clip I 11 - 1 5/8 " I RO I 5.56 I 4 CA005 I E1 Clip I 5" I RO I 1.00 I 8 AK400 I F1 Clip I 5 7/16" I RO I 3.61 I 14 AB212 I G1 Clip I 11 - 2" I RO I 3.90 I 16 H1 Clip I 7 11/16" I RO I 3.10 I 2 AK504 I L1 Clip I 6" I RO i 2.55 I 4 SA005 ISA005 Clip I 5" I RO I 0.17 I 8 - -------- I ----------------------- I --------------- I ----- I -------- I ------ I --- TOTAL = 325.8 Colors: RO - Red Oxide MBMI ------------------------------------------ JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 I ANGLES I ---------- I QUAN. MARK I DESCRIPTION I SIZE I LENGTH ICOLORI WT. I REQD. I REV RA1503 I Sheet. Angle 116 1151 - 3" I RO I 19.80 ( 11 RA1003 I Sheet. Angle 116 1101 - 3" I RO I 13.30 I 1 RA2003 I Sheet. Angle 116 1201 - 3" I RO I 26.30 I 1 - ------ I ---------------- I ------ I -------------- I ----- I --------- I -------I ---- TOTAL = 257.4 Colors: RO - Red Oxide MBMI ----------------------------- JOB NO. : 25159 DATE: l/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 HARDWARE ------------ IQUAN. I MARK I DESCRIPTION SIZE I LENGTH JCLRJ WT. JREQD. IREV CS29R I Ins Closure 1 1 31- 0" I I 0.14 I 38 1 CS28R I Out Closure I 1 31- 0" I I 0.36 1 22 1 SEAL J 3/8" Tape Seal I 1 501- 0" I J 1.50 I 25 1 H50X125 I A325 Bolt 1 0.5001 1 1/4 " 1 1 0.20 I 52 J H50X150 I A325 Bolt 1 0.5001 1 1/2 1- 1 1 0.21 1 12 1 H63X225 I A325 Bolt 1 0.6251 2 1/4 " 1 1 0.43 1 10 1 H75X225 I A325 Bolt 10.7501 2 1/4 111 1 0.66 1 18 1 M50X125 I A307 Bolt 1 0.5001 1 1/4 " 1 1 0.15 1 310 1 FnNeck I Fin Head Bolt 1 0.5001 1" 1 1 0.13 1 34 1 H50WASH I Hardened Wash 1 0.5001 1 1 0.020 1 64 1 H50NUT I A325 Nut 1 0.5001 1 1 0.05 1 64 1 H63NUT I A325 Nut 1 0.6251 1 1 0.06 1 10 1 H75NUT I A325 Nut 1 0.7501 1 1 0.07 1 18 1 M50NUT I A307 Nut 1 0.5001 1 1 0.040 1 344 1 HW-304 I Touch up Paint I I ILS 1 0.042 1 1 1 HW-304 I Touch up Paint I I JAG 1 0.042 1 1 1 12xl.25LI LL Self Driller 1 1 1 1/4 " ILS 1 0.016 11600 1 12xl.25LI LL Self Driller 1 1 1 1/4 " JAG 1 0.016 1 100 1 12xl.25LI LL Self Driller I 1 1 1/4 111GL 1 0.016 11100 1 14x1.25 I S.D. Tek2 W/O Washer 1 1 1/4 " JPL 1 0.014 1 200 1 14x.875LI LL Lap Tek 1 1 7/8 " JAG 1 0.016 1 300 1 14x.875LI LL Lap Tek 1 I 7/8 111GL 1 0.016 1 700 1 14x.875LI LL Lap Tek 1 1 7/8 " ILS 1 0.016 1 700 1 FAST#14 I Pop Rivet 1 1 1/8 " JAG 1 0.003 1 400 1 --------- I------------------- I ------ 1 -------------- I --- I -------- I ------ i --- TOTAL = 223.9 Colors: PL - Plated Finish GL - Galvalume/Plain AG - Aspen Green LS - Light Stone MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 ----------------- TRIM / GUTTER I ----------------- I ROOF I I QUAN. 1 MARK ( DESCRIPTION (PITCH I LENGTH ICOLORI WT. I REQD. IREV EC122 I Gutter End L 1 2.00111 4" 1 AG 1 0.20 1 2 1 EC122 I Gutter End R 1 2.00111 4" I AG 1 0.21 1 2 1 SSRC271 Ridge Cap 1 2.00" 1 31 - 0" I GL 1 7.00 1 14 1 SPB2 I Peak Box 1 2.00111 8" I AG 1 1.61 1 2 1 RT-1011 Rake Trim 1 1 15' - 3" I AG I 16.78 1 4 SCB I Corner Box 1 1 4" 1 AG I 0.51 I 4 1 GC-1021 Counter Flash 1 2.00111 101 - 3" 1 AG I 4.07 I 9 GU-1221 Gutter 1 2.00111 101 - 3" 1 AG 1 14.35 I 1 GU-1221 Gutter 1 2.00111 201 - 3" I AG 1 28.35 I 4 1 GS-1211 Gutter Strap I I 9" 1 GL 1 0.20 1 44 1 DS-1011 Downspout w/KO I 1141 - 0'l I AG 1 16.00 I 6 DS-1031 Downspout Strap 1 I 1" 1 AG 1 0.21 I 24 CT-1021 Corner Trim 1 1141- 0" I AG 1 13.44 I 4 JT-1011 Jamb Trim I 1 81 - 211 1 AG 1 2.45 1 2 1 JT-1011 Jamb Trim 1 1 12 ' - 2" I AG 1 3.65 I 2 1 JT-1011 Jamb Trim 1 1 71 - 3" I AG 1 2.18 1 2 HT-1011 Head Trim I 110' - 4" I AG 1 3.10 I 1 HT-1011 Head Trim 1 1 121 - 4" I AG I 3.70 1 1 HT-1011 Head Trim 1 1 31 - 4" 1 AG 1 1.00 I 1 MT116BI Cover Trim I 110' - 0" 1 AG I 7.4.3 1 2 1 MT116BI Cover Trim I 1 121 - 0" I AG 1 8.92 1 3 MT116BI Cover Trim 1 1 81- 0'l I AG I 5.94 1 1 BT-1011 Base Trim I 1 101 - 3" 1 LS i 3.08 I l BT-1011 Base Trim 1 1 151 - 3" 1 LS 1 4.58 I 7 BT-1011 Base Trim i 1 201 - 3" 1 LS I 6.08 I 1 ------- 1 ------------------- I------ I -------------I ----- I--------- I ------ 1 --- TOTAL = 612.3 Colors: GL - Galvalume/Plain AG - Aspen Green LS - Light Stone MBMI --------------------------------------------------------------------------- --------------------------------------------------------------------------- JOB NO. 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS : 6155 COX LANE PAGE: OF CUTCHOGUE, NY 11935 I SHEETING I ------------ I QUAN. I MARK IDESCRIPTIONIGA I SIZE I LENGTH ICOLORI WT. I REQD. I REV SSB-1 IB_SW Sheetl26 I SSPANX6 114 ' - 0" I LS I 34.65 I 14 I SSF-1 IF_SW Sheetl26 I SSPANX6 114' - 0" I LS I 34.65 I 10 I SSF-2 IF_SW Sheetl26 I SSPANX6 I 1' -11 1/2 " 1 LS I 4.85 I 4 I ESL-5 IL_EW Sheetl26 I SSPANX6 116' - 6 1/2 " I LS I 40.94 I 2 I ESL-4 IL_EW Sheetl26 I SSPANX6 116' - 0 1/2 " I LS I 39.70 I 2 I ESL-3 IL_EW Sheetl26 I SSPANX6 115' - 6 1/2 " I LS I 38.47 I 2 I ESL-2 IL_EW Sheetl26 I SSPANX6 115' - 0 1/2 " I LS I 37.23 I 2 I ESL-1 IL_EW Sheetl26 I SSPANX6 114 ' - 6 1/2 " I LS I 35.99 I 2 I ESR-5 IR_EW Sheetl26 I SSPANX6 116' - 6 1/2 " I LS I 40.94 I 2 I ESR-4 IR_EW Sheetl26 I SSPANX6 116' - 0 1/2 " I LS I 39.70 I 2 I ESR-3 IR_EW Sheetl26 I SSPANX6 115' - 6 1/2 " I LS I 38.47 I 1 I ESR-2 IR_EW Sheetl26 I SSPANX6 115' - 0 1/2 " I LS I 37.23 I 1 I ESR-1 IR_EW Sheetl26 I SSPANX6 114' - 6 1/2 " I LS I 35.99 I 2 I ESR-6 IR_EW Sheetl26 I SSPANX6 I 51- 6" I LS I 13.61 I 1 I ESR-7 IR_EW Sheetl26 I SSPANX6 I 51 - 0" I LS I 12.38 I 1 I RS-1 (Roof Sheetl26 I SSPANX6 114 ' - 9" I GL I 36.51 I 28 I - ------ I ---------- I ---- I --------- I -------------- I ----- I -------- I ------ I ---- TOTAL = 2592.8 Colors: GL - Galvalume/Plain LS - Light Stone MBMI JOB NO. : 25159 DATE: 1/ 2/09 JOB NAME: SOUTHOLD TOWN TRANSFER ST. DET. BY CHECK BY ADDRESS 6155 COX LANE PAGE: OF _ CUTCHOGUE, NY 11935 --------------- ACCESSORIES --------------- I QUAN. I MARK I DESCRIPTION I SIZE I LENGTH ICOLORI WT. I REQD. I REV HW-900 I3070M Door I I 71 - 0" I- 1166.00 I 1 HW-951 (Weatherstrip I 118' - 0" I I 0.70 I 1 HW-955 IStd. Duty Knob I I 4" I I 2.00 I 1 - -------- I --------------------I ------- I -------------- I ----- I -------- I ------ I ---- TOTAL = 168.7 '0'itV , RESOLUTION 2013-835 ADOPTED DOC C ID: 9297 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2013-835 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 19, 2013: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the erection of an MBMI pre-fabricated building at the Town's Highway/DPW Yard, including construction of a concrete foundation and floor, in accordance with specifications prepared by the Office of the Town Engineer. 0�a*?,noe�& Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Christopher Talbot, Councilman SECONDER:William P. Ruland, Councilman AYES: Dinizio Jr, Ruland, Doherty, Talbot, Evans, Russell STATE OF NEW YORK ) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the�_day of M ` 2014, she affixed a notice of which the annexed printed notice is a true opy, 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-bid for Metal Building Highway Department Piz-- 77q zabeth A. Neville outhold Town Clerk Sworn before me this day of , 2014. Y VN t _ Not ry Public LYNDA M. RUDDER Notary Public, State of New York No.01 RU6020932 Qualified in Suffolk County Commission Expires March 8,20is 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 iL ? day of fix_, 2014, 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: Bid Hwy Metal Bldg Elizabeth A. Neville Southold Town Clerk Sworn before me this a!F!r day of , 2014. 11Y� N Lary Public LYNDA M. RUDDER Notary Public, state of New York No.01 RU6020932 Qualified in Suffolk county commission Expires March 8,20117 - 74qCo rl �- 04 S. cam S ✓ ��,��ect� cc�c., _a�u 6u�l 2 z CAI QS e LA c P l �� . AUC (�3 � s�3 - �D�� ✓ _j =I Package ka e Fed- ..Wall 803 0 0 251) 05 b .be, ss" UptScAirbill 8030 02 50 05 4 5 17 eashowd Lq 0 Senders FedEx 1 4 -7 4 Express Peak-age Silinvice rn or ADD unt Num or NOTE-Service order has changed.Please select carefully. am MEL it A-1 1 1 _7,4L m_ Phonal 631 ) 765-1RO0 FadEx First Overnight Ei FedEx2D@YAM. Fad second R;ft Ayr .Y=80 Ay be del on w.. Mond Dally"Is said. ,Deny TOWN OF SOUTHOLD F1 FedEx Priority Overnight F@dEx2Day Next '4 �d. nI:V6.VA1 Second Nba �ddress 53095 ROUTE 25 F:dEx Standard Overnight N mw*auk,,,n.- o FeadEx Express Sever age X rdayDellwayNOTsvillable, d,,* city SOUTHOLD 5 Packaging -a "ibis. State NY zip 11971-464 �2 Your Internal 1311111no Reference >�Fodlix Envelope* FedEx Pak* FSdEx E:] FedEx Other FINQ4 characters will appear on ffivolce. Box Tube ae; 3 TO onto 6 Special Handling and Delivery Signature Opdon 11111111 'ecipi N.. SATURDAY Delivery Phone -7 Wki NOT evailablofor FINIEK Shindord Overnigh4 F*dFx 20ary4m,or P*dEx Stiven Saver. Company C_ c, No Signature Required DingtSignatuni. Indirect SiCature stracca.thdraft lopeekday ry.Far FidEs stion address ��Xihpqpft HOLD . n. new ry. insysionfardelivery.11m, ng Address J REQUIRED.gV Does this ddPMGM contain danprow goods? W, qvg.blew F_ We cannot dellWor to P.C.boxes or PO.ZIP codes. DeptARawlSuablAmIn Fed&F M4 - One box rnust be chocked, HOLD S11u Address 9No 1:1 Mramr.'a"0 Its. lentilo, 11 Plil!IUNIW—x—kg E U not 0=1 Use this line far the HOLD location add F'Illt M-e.,X.L.Iblp 01!�)jw .117w 06goudlVdgl:—boih"WlnFW&psckogkg Awfiff, nation of your shipping Iddress. FidEs Cargo Aircraft Only NWI&id" V AC/ 7 PW*nt Bina. City zip 077 r— LiWFaftAMNo.orC"CwdN&bWm %5206— )(Recipient 0 Third Party E CredftCard Cash/Chock 0107057211 F0'%**Cm*4d%w Total Packages Total Weight '11:01 Declared Valuer Get transit times.Schedule pickups. _Ibs. $_M Create labels.Go to fedex.com. dsci@Mlghwnlu@.SffbsekfordomkBLL'V,= =1h-ya!r.,:dU0LV.W=1&."b:ku.this IndinthecunniFeclExServIcso you F6 10by. R ev.Data V12-Part#163134-CiM-2DI2 F.dEx-PRINTED IN U.S.A.SRS must be either Picked up or Fed Exed. Sorry it can't be emailed or upload the plans and specs are too large. I Thank, Carol From: Erlincla Gutierrez [mailto:EGutierrez cdcnews.com Sent:Thursday, May 29, 2014 3:23 PM To: Hydell, Carol Subject: ERECT PRE-FABRICATED MBMI METAL BUILDING cd.cnew.s CONSTFIUCMON DAT.A. COMPANY 4201 W Parmer Lane Ste A2oo Austin,TX 78727 phone: 512-634-59go fax: 866-714-9554 email addenda to: nsocdcnews.com Hi there, We are interested in obtaining the plans and specs or bid packet for this above referenced project for our plan room. Please advise if you can email or upload it to our secured FTP site. J i _ e EDWARD RAN VICE PRES ENT ,�c 9 ,qo OFmcE:(631)691-2381 ExT.210 235 CouNTY LINE ROAD CELL:(631)466-2935 AMrrYvu.LE,NY 11701 FAx: (631)328-0020 E-MAIL:ERYAN@LANDTEKGROUP.COM i i 631-727-5600 NYS Certified WBE Fax: 631-727-0577 6 KJB INDUSTRIES% INC. I Patricia Panchak 14 Center Drive President Riverhead, NY 11901 i I ,I 1 I I NaM k Hydell, Carol From: Erlinda Gutierrez <EGutierrez@cdcnews.com> Sent: Thursday, May 29, 2014 3:42 PM To: Hydell, Carol Subject: RE: ERECT PRE-FABRICATED MBMI METAL BUILDING Carol, Our FedEx account number is 2405-7491-8.Please use FedEx Express Saver to minimize shipping costs. Thank you ERLINDA GUTIERREZ PLANS HARVESTER Direct(512) 634-5990 1 Phone (800) 572-7875 ext. 2457 Fax(866) 714-9554 rfi CON,MUCTIQN DATA r' Website I Blog I Linkedln I Facebook I Twitter From: Hydell, Carol [mailto:carol.hydell@town.southold.ny.us] Sent:Thursday, May 29, 2014 2:27 PM To: Erlinda Gutierrez Subject: RE: ERECT PRE-FABRICATED MBMI METAL BUILDING 'y Sorry it can't be emailed or upload the plans and specs are too large. I must be either picked up or Fed Exed. Thank, Carol From: Erlinda Gutierrez [mailto:EGutierrezCacdcnews.com] Sent:Thursday, May 29, 2014 3:23 PM To: Hydell, Carol Subject: ERECT PRE-FABRICATED MBMI METAL BUILDING n ws c. dc V ., '' + I 'ST T°1oN 'IATA CompAtt 4201 W Parmer Lane Ste A2oo Austin,TX 78727 phone: 512-634-5990 fax: 866-714-9554 email addenda to: plans(&cdcnews.com Hi there, We are interested in obtaining the plans and specs or bid packet for this above referenced project for our plan room. Please advise if you can email or upload it to our secured FTP site. 1 Regards, Erlinda Gutierrez Plans Department Construction Data Company>Building Opportunities 800-872-7878 X 2457 1 direct 512-634-5990 1 fax 866-714-9554 cdcnews.com 14201 W Parmer Lane Ste A200 I Austin,TX 78727 www.cdcnews.com ref: NY Z052100554 2 Doroski, Bonnie From: Office <office@corazziniasphalt.com> Sent: Monday,June 09, 201411:20 AM To: Doroski, Bonnie Subject: RE:Addendum Received From: Doroski, Bonnie [mailto:Bonnie.Doroski@town.southold.ny.us] Sent: Monday, June 09, 2014 10:52 AM To: office0corazziniasphalt.com Subject: Addendum Please confirm that you received this addendum. Thank you Bonnie J. Doroski Deputy Town Clerk Doroski, Bonnie From: EdindoGutiernez « » Sent: Monday,June 09, 201410:56AK8 To: Donnski' Bonnie Cc: Plans Subject: RE:Addendum Attachments: addendum tometal bui|di_2Ol408O9O94GOG.pdf Thank you! ERLINDAGUT|ERREZ PLANS HARVESTER Direct (512) 634-S990 | Phone (8OO) 8727S78ext. 2457 Fax (866) 7I4-9554 CONMUCVVOK`�0� DATA Website | 8|o@ | Linked|n | Facebook | Txvitter Ref: NY Z052100554 From: Ooroski, Bonnie Sent: Monday,June DS, 2O14S:S4A»4 To: EdindaGutierrez Subject: Addendum Please confirm that you received this addendum. Thank you Bonnie J. Donoski Deputy Town Clerk 1 Doroski, Bonnie From: 4CMI <4cmi@optonline.net> Sent: Monday,June 09, 2014 12:36 PM To: Doroski, Bonnie Subject: Re:Addendum Addendum received. Thank you, Mary C. Michne Carter-Melence, Inc. (631) 744-0127 tel From; Doroski, Bonnie Sent; Monday,June 09, 201410:49 AM To: 4cmi@ogtonl_ine.net Subject: Addendum Please confirm that you received this addendum. Thank you. Bonnie J. Doroski Deputy Town Clerk 1 Doroski, Bonnie From: KJ BINDUSTRIES@aol.com Sent: Monday,June 09, 2014 1:36 PM To: Doroski, Bonnie Subject: Re:Addendum we have received the add. bob panchak kjb ind. In a message dated 6/9/2014 10:51:26 A.M. Eastern Daylight Time, Bonnie.DoroskiCa)-town.southold.ny.us writes: Please confirm that you received this addendum. Thank you Bonnie J. Doroski Deputy Town Clerk 1 Cooper, Linda From: Cooper, Linda Sent: Tuesday, June 10, 2014 9:42 AM To: 'bids@napc.me' Subject: Bid holder list Attachments: bid list_20140610083958.pdf As requested From Bid Ocean, Inc. Sat Jun 7 11:51:50 2014 Page 1 of 1 Request Code: 5674906 Date: 06/07/14 On behalf of New York contractors, vendors and the people of New York were hereby request the list of planholders (bidders) for the Erect Pre-fabricated Mbmi Metal Building, with a bid date of 06/12/14 . You may send us the information by email to bids@napc.me or by Fax to 302-450-1925. If the information is already publicly available online please notify us by email at SourceManagement@napc.me, by TEL at 302-450-1923 or by FAX at 302-450-1925. PLEASE INCLUDE BIDDER (PLAN-HOLDER) ADDRESS OR TEL TO HELP US IDENTIFY THE CORRECT COMPANY. We do not need the bid package (plans & specs) , only the list of planholders. In the interests of fair and transparent procurement practices, the information will be made publicly available on the New York Bid Network' s website at www.new yorkbids.net, which is owned by the people of New York. North American Procurement Council PO Box 40445 Grand Junction, CO 81504 TEL 302-450-1923 FAX 302-450-1925 www.NAPC.pro