Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Sidewalks & Curbing
m y b <�a J r Town Hall, 53095 Main Road P.O. Box 728 y = Southold, New York 11971 JUDITH T.TERRY Town CLERK TELEPHONE CLERK � (516)765-1801 REGISTRAR or VITAL sr\I ISTiCS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 12, 1984 Mr. Joseph H. Farley, President Muirfield Contracting, Inc. P. O. Box 148- Greenport; New York 11944 Dear Mr. Farley: Now that 1 am in receipt of the necessary bonds and insurance certificates pertaining to your contract with the Town for sidewalk and curbing removal and replacement I am returning herewith your $500. 00 bid deposit check. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure - C. M U I R F I ACIIITI*I(INP.O- VaGARDEN CITY, NEW YORK DATEJOB NO. C, C 84 (516) 742-8124 ----a ATTENTION RE: TO 7-oui rJ Orr OU D420 LD --- 9-C) , Sox 71-L8 ©v G� k-n ,�{ . l lit t G o�A,,,j c, - WE ARE SENDING YOU a Attached ❑ Under separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change order ❑ e1�CL '1F- (C4 m5 COPIES DATE NO. DESCRIPTION W Z L (LLK`i S- NO P9"-6S' L(AZ i L i THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval roe or your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US r ' REMARKS :ZE A�0 A-oQ RKMW SEP 7 1984 � - Town Clerk Sotdheld COPY TO \\ SIGNED: � PRODUCT240-2 Ees Inc.,GMon,Mau 01471 It enclosures are not as noted, kindly notify us at once. bVIUL`NUb Ur 1N,UKANLI✓ L:11I U141JCKWXIIL14Li ALirM;Xf INC. Re"te'P'F- 275 JERICHO TURNPIKE r by the Town a6 Southatd FLORAL PARK,N.Y. 11001 Main Road (516)354-5310 Insured Souxhotd, NY 11971 L ContAa.c tan: Mu,iA6ie ed Con;icac ti ng, Inc. Date 915184 19— In compliance with the request R" /ED of our insured, we have issued the To be SEP 794 ` _ enclosed Certificate of Insurance. Tawe aj Sautha.ed Issued: Main Road Town Cktic Southold CITY UNDERWRITING AGENCY, INC. To: Southold, NY 11971 L DUPLICATE(CANARY)-OFFICE COPY,TRIPLICATE(PINK)-CONFIRMATION F13513 Rev.11/83 1M H.S. Y ISSUE DATE(MM/DDNY) qbfd. _CERTIFI 7E OF - 9/5/&4 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, CITY UNDERWRITING AGBNCV, INC. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 275 Jetuicho Turnpike COMPANIES AFFORDING COVERAGE Hout Pa k, NY 11001 COMPA1 LETTER A Bmpto yetus o6 Wautsau _ COMPANY B INSURED LETTER Town o6 Southotd Matin Road LETTER C Southotd, NY 11971 COMPANY LETTER COMPANY E ILETTER 1ZeP14:LL THIS IS TO CERTIFY THAT 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 CONDI- TIONS OF SUCH POLICIES. �� G G LIABILITY LIMITS IN THOUSANDS i PE OF INSURANCE p(jL NUMBER � ATE .F,)DyyE POLICY EXPIRATION ITR; DATE,MM�DD,�1h; DATE(MM/DD/YY) EACH AGGREGATE OCCURRENCE (;FENRAi. LIABILITY _ _ a-- BODILY Q ' INJURY $ ,`)MRW-HeNS!V'F 1 URM NFM1��',,f C�Prc71'l �_ PROPERTY' Q+ j%l rFR(3R0LINs �DAMAGE $ � 0SiON A_lAR_ 1B1$PL'. I I s SA A; COMBINED 1 'D I;',-N'V N t ';(_° A 'Fe IRM PROPE RT, ';AM6 ar PERSONAL. 4tiJURY � i 1 0MOSILE 0ABILITV INJURY j IPFn P P51h J�t , 4';TO:. Qin: 4'A', �BODII 1 i — N uRr I$ _ f?` E`�R1t k ��� } iPER AC��DFN�?i PROPwl ER 40N� �'NE D AU'05 DAMAGE ' 3ARAliE LIABILhY B1.'p &PD COMBINED I EXCESS LIABILITY ; I IMBRELLA FORM i Bi&PD „-. COMBINED i ?`HER THAN UMBRELLA FORM WORKERS' COMPENSATION I STATUTORY (EACH ACCIDENT) AND $ EMPLOYERS' LIABILITY s I (DISEASE-POLICY LIMIT) —gym_ $ (DISEASE-EACH EMPLOYEE) OTHER Ownetus 8 ContAac tows BI - 3,000,000 Al Putec ive Lt:.abiZity 0525-06-095485 9/4/84 9/4/85 PD - 500,000/1,000,Or_ DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS CoveAing wot k by o& bate Mu t t6ieed Contitae ting, Inc. u.nden eonVu t bon temova2 and tcepeacement o6 eoneAete sidewa b and eunbs at vaxiou/s tocationz in the Town o6 Southotd. 014:"i1«149:1611111114: To 06 Southotd SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- Main Road PIRATIQAI DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO SUU.thd�d NY 11971 MAIL 3U DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF Kyj U THE C NY, ITS AGENTS OR REPRESENTATIVES. AUTHRI R TTI -_ LHWHII ING A . 1r 275 JERICHO TURNPIKE FLORAL_ PARK, N.Y. 11001 i 1 Or('J® ISSUE DATE(MM/DDNY) -qc ��++ OINSURANCE 9/5/84 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, CITY UNUEWITING AGENCY, INC. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Rout t Pa&o TMy pike 1100 COMPANIES AFFORDING COVERAGE fi,Coxa.L Paxk, NY 11001 COMPANY A LETTER E,rtoyeu 06 Waueau COMPANY INSURED LETTER B r Town o6 Southotd COMPAr., : n Main Road LETTER NY C Southotd, NY 11971 COMPANY LETTER D eGp COMPANY E LETTER THIS IS TO CERTIFY THAT 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'WPfH RESPECT TO WHICH THIS CERTIFICATE MAY BEISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES. ('+O TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR DATE(MM/DONY) DATE(MM/DD/YY) EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY COMPREHENSIVE FORM INJURY $ $ I PREMISES/OPERATIONS PROPERTY UNDERGROUND DAMAGE $ $ A _ EXPLOSION&COLLAPSE HAZARD f PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL i BI aPD COMBINED $ ($ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ )III I AUTOMOBILE LIABILITY BODILY1 I _ ANY AUTO INJURY (PER PERSON) - ALL OWNED AUTOS(PRIV. PASS.) j BODILY ALL OWNED AUTOS(PRASPR $ IV�PS .I INJURY EACCIDENTI HIRED AUTOS PROPERTY NON-OWNED AUTOS iDAMAGE $ GARAGE LIABILITY �_e -- 181 8 PD I I COMBINED $ =- EXCESS LIABILITY UMBRELLA FORM COMBNIED $ j OTHER THAN UMBRELLA FORM j ...w.-.....- STATUTORY WORKERS'COMPENSATION ! --- AND ' $ (EACH ACCIDENT) ( $ (DISEASEPOLICYLIMIT -• EMPLOYERS' LIABILITY ) $ (DISEASE-EACH EMPLOYEE) OTHER ( WVU 9 Cont ae t ou $T - 3,000,000 A_ Pbhf_r.L ve Liabi..t i to 0525-06-095485 9/4/84 9/4/85 I PU - 500.000/1.000.& DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Covering work by ox jo)t Muix4W Conte, Inc. wula eontu t jax xewvat and xeptw"ent of eonm&e 4aemt" and cuk& at vax.i.aub tocationa in the Town. of Southotd. Town Oj Southotd SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Macri Road MAIL jtj DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Southotd, NY 11971 LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OFKIN P HE NY, ITS AGENTS OR REPRESENTATIVES. AUTH 1 EFiNT VF,� GTTY LINLJtrVr'lHITTmG-Aur_ra T, 11.40 - [,}/P 275 1ERICf O TURNPIKE ---- " FLORAL PARK, N.Y. 11001 EVIDENCE OF INSURANCE CITY UNDERWRITING AGENCY, INC. ' V4� —1 275 JERICHO TURNPIKE Requested MuiA6ie.ed ContAactinf, Inc. FLORAL PARK,N.Y. 11001 by the P.O. Box 27 (516)354-5310 Insured: GoAden City, NY 11530 L Att: Mn. Joseph FaAtey, Ptuident Date 9/5/84 19— RECEIVED In compliance with the request of our insured, we have issued the S E P 7 M4 enclosed Certificate of Insurance. To be F Iuued: Town o6 Southotd Town Ckwk Soy ftW CITY UNDERWRITING AGAt CY, INC. Main Road To. Southotd, NY 11971 ; t _ w L J Ei 4 n > CIC A OF INSURANCE A ISSUE DATE(MM/DD/YY) -- SE F TAB ST PS AT Amozm ® 9/5/84 _ PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS CITY UNDERWRITING AGENCy, INC. NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 275 Je1c i.cho TuAnp ke P.2onat PoAk, NV 11001 COMPANIES AFFORDING COVERAGE LETTERNY A Empto ye tz o6 Wausau INSURED COMPANY LETTER B M.zzion Ins. Co. Mui&6ietd ContAacting, Inc. COMPANY P.O. Box 27 LETTER C Hant6o&d A 6 I Co. Garden City, NV 11530 COMPANY p LETTER COMPANY E LETTER THIS IS TO CERTIFY THAT 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 CONDI- TIONS OF SUCH POLICIES. CGI I_ C rF POLICY EXPIFATiO'J LIABILITY LIMITS IN THOUSANDS TYPE OF INSURANCE PONUMBER LTRI )ATQ MM/F-Di l , DATE IMM/DDIYY EACH _ I CURRENCE .GENERAL LIABILITY RQD1` $1,000 $ 1, 000 X I COMPREHENSIVE '-ORM d X! PREMISES/OPER;JION' `" ` $500 `� 1 000 „� X I UNDERGROUND tnn � EXPLOSION&COt. 4PSL HAZ_4R;) _ X PRODUCTS/COMPLF)EG OPFRATIONS X' CONTRACTUAL rn�,rar Aix INDEPENDENT oNTRAcroRs } 0524-00-095485 1112218311122184 IXI BROAD FORM PROPERTY OAMACE X O LRSONAL INJURv ,-f� lral •I'_itJH r "t TOMOBILE LIABILIT" X i Aro AUT �� 500 u A� Ai 1 o� �+ �� 0524-02-095485 11/22/83' 11/22/84 '`' 500 hTHI THAN q;:Gii 4 OWNED A01 OS.6 71V QASa 7 XI MIRED.ALITOS 500 AFh At;F X hJON-OWNED AUTOS GARAGE LIABILFT '61P NCOMBF j EXCESS LIABILITY IX UMBRELLA FORMM-884060 ll/22/83f 11/2 ,000 $2 000 OTHER THAN UMBRELLA FORM i STArLJ'0R, _ WORKERS'COMPENSATION f $ 100 J (EACH ACCIDENT _ A AND ( 0514-00-095485 11/22/831 11/22/84 $ (DISEASE POLICY MI'l-) EMPLOYERS' LIABILITY p $ (DISEASE EACH tMPi r EE _ OTHER I Untie C New Vonik State DB 115324 11/22/74 D"abiti ty Bene4it,6 I Canc. I Sta utany DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS ContAact jar nemova.2 and teptacement o6 concAete s.idewatks and cutLbs at vaniou�s tocati.ons ,in the Town a6 Southotd. Town a j Southotd SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- Ma(v1 Road PIRATI�4 DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL_00 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE S a utho fid, NV 11971 LE UT LU O MAIL]WH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OFF IJ K ON HE M NY, A ITS GENTS OR�FS �+IL11SrNC. ITS inFR+niR RUTH R A E 275 1'r_RICHO TURNPIKE FLORAL PARK, N.Y. 11001 - •T:T.ZdiI:T;7•T:7r7Ci]a�:I:L• qOfCJ,, I CERTIFICA E OF INSURANCE ISSUE DATE(MM/DDN1 9/5/84 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, CITY L1M17ERWRI7IMG AGENCY, INC. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 275 Je+tieho Taupike - Rout Park, MY 11001 COMPANIES AFFORDING COVERAGE COMPANY A LETTER Empto yeu o f Wa"au COMPANY s INSURED LETTER W.64ion Ind. Co. Mudlc6t•etd Cone ting, Inc. COMPANYn P,..0.. Box 27 LETTER c Haktioad A 8 I Co. � , �M/i[4e}2 City, MY 11530 COMPANY p - LETTER SEP COMPANY E + LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY•REINDICAI E . NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CEJ; A BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIOAND TIONS OF SUCH POLICIES. COPOLICY EFFECTIVE POLICY EXPIRATION LIABILITY L19n IN THOUSANDS LTR TYPE OF INSURANCE POLICY NUMBER DATE(MWDD/YY) DATE(MM/DD/YY) EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY X COMPREHENSIVE FORM I INJURY $1,000 $ 1,000 X PREMISES/OPERATIONS I DAMAGE $500 1 OQQ UNDERGROUND s X EXPLOSION&COLLAPSE HAZARD r - — ---- --- X PRODUCTS/COMPLETED OPERATIONS IBI 8 PD X CONTRACTUAL COMBINED $ $ A X INDEPENDENT CONTRACTORS 0524-00-095485 1112218 11/22/84 X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY I � PERSONAL INJURY .$ BODILY AUTOMOBILE LIABILITY INJURY $ 500 ANY AUTO ' (PER PERSON) x - _ ALL OWNED AUTOS(PRIV. PASS.) L 9ODICi OTHER THAN ©524-02-0954$5 ' 11/22/8 f 1/22/84 (PERRACCIDFN ?1 $ 500 ALL OWNED AUTOS PRIV PASS. i X HIRED AUTOS 1 (PROPERTY X NON-OWNED AUTOS I i DAMAGE $ 500 f r GARAGE LIABILITY el 8 PD I COMBINED EXCESS LIABILITY X UMBRELLA FORM M-884060 11/22/8 11122184 COMBINED $ 2 $ OTHER THAN UMBRELLA FORM ,QQO 2,QOO STATUTORY WORKERS'COMPENSATION ± $ (EACH ACCIDENT) AND 0515-00-095485 11/22/83 11/22/84 $ (DISEASE-POLICY CIMM, EMPLOYERS' LIABILITY I $ (DISEASE-EACH EMPLOYEE) OTHER Mew Yoxk Sate �8 11§324 11/22/) Ekttt I V Bang. Cane. f StatA&)iy DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS ContAac t Son nemovat and xeptaeei►lent o f conenete .d i.dewa t6 and eutb4 at vast ioud .toeuti and .in. the Town ob Southotd. - Town o[ +Southotd SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- E PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Main Read MAIL313 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE SOU.t{iOed MY 11971 LEFT,B FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY s OflIIINYMD,40GN THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AuT11C, I E P SE TIUIIY UINL;` t,411r, ` 275 JERICH0 TURNPIKE f -_ y.-► ` FLORAL PARK, N.Y. 11001 MUIRF ONTRACTIN C. /� MM �,v,� //�� nn GARDEN E� 0 • O• BOX 27 LrTua* OF -T U.�I1VSl1VLJ0�MU momDATE JOB NO. G � �g$4 (516) 742-8124 C, _ 4" 8 4 -- S � ATTENTION _R E u Dirty 17, L�.ttay _-� � WN c.aOIL - r-- SEP F 1984 WE ARE SENDING YOU eAttached LT*flr via the following items: ❑ Shop drawings ❑ Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of letter ❑ Change order ❑ _ COPIES DATE NO. DESCRIPTION on 8.28- 8 •1Z"r4 954 THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval ❑ For your use El Approved as noted ElSubmit copies for distribution wi s requested ❑ Returned for corrections ❑ Return corrected prints ❑ For review and comment ❑ ❑ FOR BIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US REMARKS PL%, 1 1 15 V(L_A Al cJ C. .,& r 1 F L"TES .A'5P CALULP Chic. ::a rm 0.3 A 0 F TM CkJTNA&X W ILL NE COPY TO SIGNED: AAj PRODUCT 240-2ees Inc.,Gmmn,Mm 01471. If enclosures are not as noted, kindly notify us at once. THIS AGREEMENT, made and entered into this 29th day of August 1984 by and between the TOWN OF SOUTHOLD# a municipal corporation organized and existing under and by virtue of the Laws of the State of New York, in the County of Suffolk (hereinafter called the Town) , party of the first part, and MUIRFIELD CONTRACTING, INC. (hereinafter called the Contractor), party of the second part. WITNESSETH, that the parties to these presents, each in consideration of the agreement on the part of the other herein contained, have agreed and hereby agree, the party of the first part for itself, its successors and assigns, and the party _ of the second part, for itself, himself, his heirs, executors, successors and assigns, as follows: 1. The Contractor will,at 'the Contractor's own sole cost and expense, furnish all labor and services and all material for the removal and replacement of approxi- mately 600 square yards of broken and/or deteriorated sidewalk and curbing in various sites of the Town of Southold, as specified by the Highway Superintendent, and will construct, complete and finish the same in the most thorough, workmanlike and sub- _ stantial manner, and in every respect to the satisfaction and approval of the Town in the manner slid in strict accordance with the Notice to Bidders, General Conditions, Proposal, and Specifications which are hereby made a part of this contract, as fully as if the same were repeated at length herein. 2. All work under this contract shall be done to the satisfaction of the Town, which shall at all times have access to the work and which may order the dismissal , of such workmen as it may deem incompetent or careless, or may require the Contractor to remove from the premises such materials or work as in the Town's opinion are not in accordance with the Specifications, substitute therefor, without delay, other work and materials, and the expense of doing so and of making good other work dis- turbed by the change, shall be borne by the Contractor. The Town shall also deter- mine the amount, quantity, acceptability and fitness of the several items of work and material which are to be paid for hereunder. The Town shall also determine whether the said Specifications.have been fully complied with by the Contractor. The determination of the Town in all of such matters shall be final and binding upon the parties hereto. Such determination, in the-event that any question shall arise, shall be a condition precedent to the right of the Contractor to receive any money hereunder. 3. Should anything be omitted from the Specifications which is necessary for a clear understanding of the work, or should error appear either in the various instruments furnished or in the work done by other contractors affectin& the work covered hereby, the Contractor shall and will promptly notify the Town, and in the event of the Contractor's failure so to do, he shall and will make good any damage to or defect in the work caused thereby. 4. The Contractor shall, at his own cost and e:cpense, provide any and all manner of labor, material, apparatus, appliances, utensils, tools, machinery and whatever else may be required of every description necessary to do and complete the work, and shall be solely answerable for the same and for the safe, proper and lawful construction, maintenance and use thereof. The Contractor shall cover and protect the work from damage, and shall make good all injury to the same appearing before the completeion of the work provided for herein. 5. Neither the Town nor any of its officers, agents or employees shall in any manner be answerable or responsible for any loss or damage that shall or may happen to the said work or to any part or parts thereof, or to any materials, loading -2- equipment or any property that may be used or employed therein, or placed upon the ground during the process of the work, nor shall it be in any manner answerable or responsible for any injury done or damage or compensation required to be paid under any present or future law, to any person or persons whatever, whether employees of the Contractor or otherwise,. or for damages to any property, whether belonging to the Town or to others, appearing during or resulting from the said work. Against all such injuries, damages and compensation, the Contractor shall and will properly guard. The Contractor shall also, at all times, indemnify and save the Town and its officers, agents and employees harmless against all such injuries, damages and compensation arising or resulting from causes other than its negligence. 6. The Contractor agrees that it shall, pursuant to the Workmen's Compensation Law of the State of New York, secure the payment of compensation for the benefit of all employees who may be injured or suffer disability in the work contracted to be performed under this contract, and for the benefit of the dependents of such employees. The Contractor shall continue to secure the payment of such compensation during the life of this contract. In the event of the failure of the Contractor to secure compensation to the employees and their dependents as aforesaid, or in the event of the failure to continue the securing of such compensation during the life of this contract, the contract shall be and become void and of no effect, and the Contractor shall forfeit to the Town all payments provided under this contract and the value of all work done and materials rendered hereunder. 7. The Contractor and each subcontractor or other person doing or contracting to do any work contemplated by this contract shall comply with all laws, ordinances and regulations in any manner affecting the work or performance of this contract, whether or not such laws, ordinances or regulations are mentioned herein and shall -3- indemnify and save harmless the Town and its officers, agents and employees against any claim or liability arising from or based upon the violation of any such law, ordinance or regulation. Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to have been inserted herein and if through mistake or otherwise such provision is not inserted, then upon the application of either party, this contract shall be physically amended forthwith to make such insertion. Without in any manner limiting the foregoing provisions hereof, attention is particu- larly directed to the applicable provisions of Article 8 of the Labor Law (wages, hours, statements showing amounts due for wages, discrimination, preference in employ- ment, minimum rate of wages, etc.) , and Article 5-A of the General Municipal Law (Public Contracts) , which said provisions of law are incorporated herein by reference. Prevailing wage rates are attached hereto and form a part hereof. 8. The Contractor shall secure and take out at his own expense all necessary certificates, authorizations and permits from the municipality or other public author- ities required in connection with the work contemplated by this contract or any part thereof, and shall give all notices required by law, ordinance or regulation. He shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this contract. 1 9. The Contractor in entering into this agreement, understands that the Town reserves the right to modify the same with respect to the arrangement, character, alignment or nature of the work or of appurtenances whenever in its opinion it shall deem it necessary or advisable to do so. The Contractor shall and will accept such modification when ordered in writing by the Town, and the same shall not vitiate or void this contract. Any such modification so made Miall not, however, subject -4- x the Contractor to increased expenses without equitable compensation, which shall be determined by the Town. If such modifications or any part thereof, result in a decrease in the cost of work involved, an equitable deduction from the contract price, to be determined by the Town, shall be made. The Town's determination of any such additional compensation or of any such deduction shall be based upon the bids submitted and accepted. In any event, no modification of the work described in the Specifications shall be made, unless the nature.and expense thereof have first been certified by the Town in writing and sent to the Contractor. 10. Neither the Town nor any of its officers, agents or employees, nor any order for the payment of money, nor any payment for, or acceptance of the whole or any part of the work by the Town, nor any extension of time, nor any possession taken by the Town, its officers, agents or employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the Town, or any right to damages herein provided; nor shall any waiver of any other provision of this contract be deemed to be a waiver of any other or subsequent breach. Any remedy provided in this contract shall be taken and construed as in addition to each and every other remedy herein provided; and in addition to all other suits, actions or legal proceedings, the Town shall also be entitled as of right to a writ of injunction against any breach of any of the provisions of this contract. 11. In case of unnecessary or inexcusable delay in the general conduct of the work or in the event of an actual or practical abandonment of the work, the Town will notify the Contractor or his bondsman in writing to that effect. If the Contractor or his bondsman shall not within six (6) consecutive days thereafter take such measures as will, in the judgment of the Town, insure a satisfactory com- pletion of the work in the time specified, the Town may then notify the aforesaid contractor and his bondsman to discontinue all work under this contract, and it is hereby agreed that the Contractor and his bondsman shall immediately respect such notice and stop work, and cease to have any right to possession of the premises whereon said work is being performed. The Town shall thereupon have the power and authority to cancel the contract, and to relet the work or any part thereof or to employ such persons and equipment as it may deem advisable by contract or otherwise, to complete the work herein described, and to use such material as it may find upon the premises, and to procure other materials for the completion of said work. All expenses of such completion of the work, including the additional payments to be made to the persons completing the same, and any other claims arising under this contract, shall be deducted and paid by the Town out of such moneys as may then be due the said Contractor or which may thereafter become due under and by virtue of this agreement or any part thereof. In case such expense is less than the sum which would have been payable for such work under this contract if the same had been fully completed by the Contractor, he shall be entitled to receive the difference; in case such expense is greater, the Contractor shall pay the amount of such excess so due. 12. Each and every employee of the Contractor, and each and every subcontractor engaged in said work, shall, for all purposes, be deemed and taken to be the exclusive servants of the Contractor and not for any purpose in any manner in the employment of the Town. The Contractor shall in no manner be relieved From responsibility or liability on account of any delay in the execution of the said work, or of any part thereof, by the acts or omissions of any such employee, or any subcontractor,. or any materialmen whatsoever. 13. The Town shall pay, and the Contractor shall receive, the prices stipulated in the proposal hereunto annexed, as full compensation for everything furnished -6- and done by the Contractor under this contract. Such payment shall be made by the Town as follows: (a) On not later than the fifth day of every month the Contractor shall submit a. requisition covering the percentage of the total amount of the contract which has been completed from the start of the ,job up to and including the last day of the preceding month, together with such supporting evidence as may be required by the Town. (b) Not later than the fifteenth day of each calendar month after the date of notice to proceed with work at the site, the Town will make partial payment to the Contractor on the basis of a duly certified approved estimate of the work performed during the preceding calendar month by the Contractor, but the Town will retain five percent (57) of the amount of each such estimate until final completion and acceptance of all work covered by this contract. (c) No partial payment will be made for any materials or equipment until they are incorporated in the work except that fifty percent (507) of the estimated value may be allowed for manufactured materials delivered at the construction site and properly stored and protected, provided, however, that the Contractor if so requested by the Town shall furnish written evidence that he is the unconditional owner of such manufactured materials. (d) All work covered by partial payments made shall thereupon become the sole property of the Town, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and portection of work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Town to require the -7- fulfillment of all of the terms of the contract. (e) Before any payments will be made under this contract, the Town reserves the right to require that the Contractor and all subcon- tractors shall submit written verified statements, in satisfactory form, certifying in detail to the amounts then due and unpaid by such Contractor and subcontractor to all laborers for daily or weekly wages on account of labor performed upon the work under this contract, or to other persons for materials, equipment and supplies delivered at the site of the work. The term "Labor" as used herein shall include workmen and mechanics. (f) Upon completion of the project, the Town Engineer shall make a final inspection for approval of all the work done under this contract and shall, within fifteen days after the acceptance of the work by the Engineer and the Town, prepare a final certificate of the work done and the value thereof. The Town shall upon approval of the final certificate, promptly pay the Contractor the entire sum so found due thereunder after deducting all pre- vious payments and all percentages and amounts to -be kept and retained under the provisions of this contract. All prior partial payments shall be subject to correction in the final estimate and payment. (g) Before issuance of final certificate, the Contractor shall submit evidence satisfactory to the Town and its Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid. 14. The Contractor, during the term of this contract, shall provide owner's protective liability and contractor's public liability and property damage insurance to be written by an insurance company authorized to do business in the State of New York and approved by the Town, such policies to be in amounts of not less than -8- $100,000,000 with respect to claims arising out of any one accident resulting in bodily injury to or death of any one person, and in amounts of not less than $1,000,00 with respect to claims arising out of any one accident resulting in bodily injury to or death of more than one person, and in an amount of not less than $100,000 against claims arising out of any one accident resulting in property damage, all protecting the Town and the Contractor against injuries or damage to persons or property caused by or resulting from the execution of the work or in consequence of any improper materials, implements, equipment or labor used therein, or due to any act, omission or neglect of the Contractor or his agents and employees or subcontractors. Certificates of such insurance shall be filed with the Town Clerk. 15. The Contractor• shall not assign, transfer, convey, sublet or otherwise dis- pose of this contract, or of his right, title or interest therein, or hi$ power to execute the same, to any other person or corporation without the previous consent in writing of the Town. In the event that the Contractor shall violate the provisions of this paragraph, the Town shall revoke and annul the contract and the Town shall be relieved and discharged from any and all liability and obligations growing out of such contract to such Contractor, and to the person, or corporation to which such contract shall have been assigned, transferred, conveyed, sublet or otherwise dis- posed of, and such Contractor, and his assignees, transferees or sublessees shall forfeit and lose all moneys, therefor earned under this contract, except so much as may be required to be paid to his imployees. IN WITNESS WHEREOF, the Town has caused its corporate seal to be affixed hereto, and these presents to be signed by the Supervisor of the Town of Southold and the Contractor has hereunto set his hand and seal the day and year first above written. TOWN OF THOL BY ran is J. urp y, S rvisor UIR C A NC, 1 C. By -9- Jose H. Farley, P esident STATE OF NEW YORK) ss. . COUNTY OF SUFFOLI{) On this 29th day of August , 1984, before me personally came Frank J . Murphy to be personally known, who, being by me duly sworn, did dispose and day that he resides at O 1 d 'Main Rd . , Matt i t u c k, New York; that' he is the Super- visor of the TOWN OF SOUTHOLD, the municipal corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixad by order of the Southold Toum Board, and that he signed his name thereto by like authority. IoLary Public STATE OF NEW YORK) IL 1M ss. : �I_of Plow Yak COUNTY OF SUFFOLK) (Acknowledgement f L8C40 On this day of .1984 . before me personally came to me known and known to me to be the individual described in and who executed the above instrument, and he acknowledged that he executed the same. Notary Public -10- STATE OF NEW YORK) ss. : (Acknowledgement for Corporate Contractor) COUNTY OF SUFFOLK) On this 31 3T-- day of L1984, before me personally came Joseph H. Farley to me personally known, who, being by me duly sworn, did depose and say that he resides at North Road, Greenport; New York that he is the President - of Muirfield Contracting, Inc. the corporation described I in and which executed the above instrument; that he knows the seal of said corporatio: I 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 name thereto by like order. Notary Public JAIMI'S H. f?.RLFY \. Notary i cf \Icw York r� i i ! -11- i - State of New York Nor Bureau of Public Work Department of Labor 0A , State Office Building Campus Albany,N.Y. 12240 CONTRACT REQUIREMENTS Each public work contract to which the State, a public benefit corporation, a municipal corporation or a commission is a party and which may involve the employment of laborers, workmen or mechanics, shall comply with the requirements of Article 8(Sections 220-223)of the New York State Labor Law: I. No laborer, workman or mechanic in the employ of the contractor, subcontractor.or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in the extraordinary emergencies set forth in the Labor Law or where a dispensation is granted by the Commissioner of Labor. (See Section 220.2) 2. Each laborer, workman or mechanic employed by the contractor or subcontractor shall be paid not less than the prevailing rate of wages at the time the work is performed,and shall be I paid or provided not less than the prevailing supplements at the time the work is performed, as determined by the fiscal officer. If the prevafling rate of wages or the prevailing supplements change after the contract is let,each workman, laborer or mechanic shall be paid or provided t not less than the new rates. (See Section 220.3) 3. The contractor and every subcontractor shall post in a prominent and accessible place at the work site a statement of the current prevailing wage rates and supplements for the var2us classes of mechanics,workmen or laborers. (See Section 220.3-a) i 4. No employee shall be deemed to be an apprentice unless individually registered in a program registered with the New York State Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his work force on any job under the registered program. Any employee wilt)is not registered as above, shall be paid the prevailing wage rate for the classification of work fie actually performed. The contractor or subcontractor will be required to furnish written _ evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates for the area of construction, prior to using any apprentices on the contract work. (See Section 220.3) S. (a) No contractor,subcontractor,nor any person acting on his behalf,shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and availableto perfonn the work to which the employment relates. (See Section 220-e(a) ) (b) No contractor,subcontractor, nor any person acting on his behalf shall, in any manner, discriminate against or intimidate any employee on account of race,creed,color,disability, sex or national origin. (See Section 220-e (b) ) NOTE: The Numan Rights Law also prohibits discrimination in employment because of age,Inarital status or religion. (c) There may be deducted from the amount payable to the contractor under the contract a penalty of five dollars for each calendar day during which such person was discriminated against or intimidated In violation of the provisions of the contract. (See Section 220-e (c) ) (d) The contract may be cancelled or terminated by the State or municipality,acid all inoneys due or to become due thereunder may be forfeited, for a second or any subsequent violation of the terms or condition of the anti-discrimination sections of the contract. (See Section 220-e(d) ) PW-3(9.82) • PREVAILING RATE SCHEDULE State of Now York Case Number Bureau of Department of Labor Public Work 8302097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prev- SUPPLEMENTAL BENEFIT PAYMENTS o l 1 I ng OCCUPATIONS wage health basic and Pon- suppl. other supplements hourly welfare slop unemp. ra'to (A) (B) (C) CO) through (M) ASBESTOS WORKER Asbestos worker _--_---15. 640 1. 140 1. 410 ---------------------- Ins u I et or 15. 640 1. 140 1. 410 BOILERMAKER Uol I ermaker 17. 120 . 850 1. 710 1-2. 57, H-. 04, G-1. 20, CARPENTER Carpenter(BI dg. ) 16. 150 1. 870 2. 13D I-. 50, H 04. G-. 90, Floor Coverer 14. 900 1. 850 1. 330 Carpet Layer 15. 980 1. 070 1. 480 Dry-well Applicator 11f. 650 1. S30 2. 030 I 35, H-, 04, G-• 90. Millwright 16. 450 1. 970 2. 480 1-1. 25,H-. 07.0-. 03, ----- G-1. 61. Carpenter (Hvy/Hwy) 13. 450 1. 530 2. ;30 I-. 35, H-. 04, G-. 90, PI i edrl ver 15. 950 1. 970 1. 480 I-l. O5, H-. 10, G-1. :5, Dockbui lder 14. 860 1erman . 850 1. 330 I-. 90, H-. 10, G-1. 0!;, TI mbHelpe 13. 790 1. 850 1. 330 I-. 90, H-. 10, G-1. 0!i, Helper per 13. 350 1. 970 1. 480 MARTNE DIVER Marine Diver 19. 290 1. 970 1. 480 . 035 I-1. 05, H-. 10. G-1. 23, Tender 15. 090 1. 970 1. 480 . 035 I-1. 05, H-. 10, G-1. 23, pItILLER Core Dri I ler 11. 305 1. 000 . 740 G-. 19, Helper 9. 845 1. 000 740 G-. 19, Gas/OII Well Driller Helper/Tool Dresser ------------------------------ Well Drlller(Wa.ter) 13. 100 1. 179 2. 250 Helper 21. 100 . 999 2. 2SO PUMP Installer 3. SD0 . 460 . 000 FLL'cfnICIAN tlectri cl an 17. 200 1. 554 1. 110 .2s0 ------------------------------ Maintenance ----_----------------------- Maintenance 13- 800 1. 104 • 621 I-1. 1134, 11-. 086, J-. 41 G-1. 035, Applicable on trafficsignalsand street lighting only. ----- Sound/Audio-Install /Repair 17. 000 1. 06D 1. 060 I-1. 57, F-. 17. M-1. 14, G-1. 445, Te I ephohe-Insta 1 I /Repel r 14. 000 2. 016 2. 296 J-. 224. F-. 14, G-1. 't84 ELCVATOR EI evonstruct I on) Helper 14. 990 1. 34S .9s0 I-1. 14, F-. 035, Helper per 11. 240 1. 345 . 950 I-1. 14, F-. 035. Elevator(Moderni zatl oh) 14. 400 1. 3stS 1. OAS 1-1. 00. F-. 03S. Helper 10. 800 1. 345 1. 085 I-1. DO. F-. 035, G1_ALTER Glazier 15. 250 660 710 I-2. 00, H_. 01, IRONWORKER structural 14. 400 1. 860 2. 800 Ornamental 15. 120 1. 210 Rigger U 1. 550 I-2. 00, F1-. 10. G-1. 0. 15. 730 1. 230 1. 770 I-2. 00- H-. 10. G-2. U0. Chel n Link Fence 15. 430 1. 300 1. 850 I-2. 50, H-. 15. G-1. 00. OCCUPATIONS APPLICABLE TOBUILDING ph�p HEAVY HIGHWAY CONSTRUCTION SCHEDULES Page 1 SURVEY s - B PREVAILING RATE SCHEDULE State of New York Case Number Bureau of Public Work Department of Labor 8302097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prev- SUPPLEMENTAL SENUFIT PAYMENTS al 11 ng OCCUPATIONS wage health basic and Pon- suPpl • other supplements hourly welfare scion unemp. rate CA) CB) CC) (D) through (M) LA Fj ORORFR (0011-DING) Basic li. 740 1. 530 1. 530 M-. iD. G-1. 00, Mason Tender 11. 740 2. 530 2. 530 M-. 10. G-1. D0. PI pe l ayer 12. 950 1. 761) 1. 200 . 500 1-1. 15, Concrete 12. 740 2. 050 1. 530 M-. 10. G-1. 00. Power, AI r Tool 12. 360 1. 320 1. 790 I-. SD. G-2. D0. Asphalt Rakvr 10. 990 . 989 1. 428 M-. 109. 6-. 7S, Asphalt Tamper 10. 760 . 968 1. 398 M-. 107, G-. 75, Blaster 14. 440 1. 320 1. 790 1- 50, G-2. 00- Demolition -. 50, G-2. 00.Demol1tlon 10. 900 1. 250 1. 700 F-. 03. G-1. 00. ------------------------------ (HEAVY/HIGHWAY) Bas i C 9. 750 97S 1. 267 M-. 10. G-. 75, Flagman 12. 950 1. 760 1. 200 . 500 I-1. 15, Pi pe I ayer 9. 750 . 975 1. 267 M-. 10. G-. 75, Power. AI r Tool 10. 2150 1. 000 2. 450 I-. 50, G-. 50. Concrete 10. 300 927 1. 339 M-. 103. G-. 75. Wagon Drl 1 I 11. 550 1. 110 1. 110 G-. 82, Asphalt Raker 10. 400 1. 010 1. 352 M-. 10, G-. 75, Asphalt Tamper 10. 160 1. 0111 2. 320 M-. 10, G-. 75, Formsetter 10. 990 . 989 1. 4211 M-. 109. G-. 75, Blaster 9. 750 . 975 2. 267 M-. 10, G-. 75. LATHER Lather (Wood, Wire) 17. 280 1. 325 . 985 G_1750, H-. D1. D-. 02. Reinforcing 15. 720 1. 32S 98S I-1. SD..H-. 01. D-. 02. G-. 75, 15 ON Gr l ck l ayer 15. 220 1. 780 2. 300 I-2. OS, H-. 04. Cement FI hl sher (Bldg. ) 16. 520 1. 990 2. 350 Plasterer 13. 1150 2. 450 . 000 H-. 01, D-. O1, G-1. 9S, Tuck Pointer 14. 000 1. 500 1. 900 Mosaic/Terrazzo Wkr 15. 990 1. 170 1. 500 . 450 G-1. 00, Terrazzo Helper 14. 550 1. 170 1. 500 . 450 G-1. 00, TI lesetter 13. 800 1. 600 1. 350 G-1. OBS. TI lesetter Helper 10. 960 1. 305 1. 020 Derrl ckmnn 1S. 230 1. 230 1. 510 ------------------------------ Cement FI nl ni s her(H/H) 13. 500 1. 940 2. 270 NTER Brush 13. 990 3. 240 1. 000 H-. 23. G-. 60. Structural Steel 15. 280 1. 680 . 990 Spray 1S. S00 3. 240 1. D00 H-. 23. G-. 60. Br I dge 15. 280 1. 680 . 990 I-1. 53. H-. 07S, G-. 46. Sandblaster 25. 280 1. 680 . 990 I-1. S3. H-. 075. G-. 46. Paperhanger 15. 230 1. 330 1. 330 Drywall Taper 13. 990 3. 240 1. 000 H-. 23. G-. 60, Striping Mach. Oper CH/H) 10. 900 . 760 . 740 Llnermen CH/H) 10. 900 . 760 . 740 PLUMBER 14-1-u u1 umber 14. 1600 1. 050 2. 300 I-. 571. H-. 37. G-1. 30, RooFrR Roofer 12. 740 1. 610 1. 560 I-1. 18, H-. 03, G-2. 00. SFE TMFTAL. WORKER Sheetmeto i Worker 16. 206 1. 764 1. 828 .2S0 H-. 187. J-1. 258, D-. 08 ----- Sign Erector (H/H) 12. 95 . 910 1. 230 OCCUPATIONS APPLICABLE TO ftUILDING_ANQ HEAVY / HIGHWAY CONSTRUCTION SCHEDULES Page 2 • SURVEY i' - B PREVAILING RATE SCHEDULE State of Now York Case Number BureaO of Department of Labor Publla Bork 8302097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prev- SUPPLEMENTAL BENEFIT PAVMENTS ml I I ng OCCUPATIONS wage health basic and pen- suppl. other supplements hourly welfare cion unemp. rate (A) (B) CC) (D) through CM) SPRINKI-ER FITTER Spri nk I er Fitter 17. 320 1. 000 1. 180 F-. 07. K-2. 50. G-1. 00. ;1 FnMF-TT TER Steamf I tter 27. 320 1. 000 1. 180 F-. 07. K-2. 50, G-1. 00. SUkVEYING SURVEY CREW (Highway 8 Heavy only) Party Chief 12. 430 . 900 . 700 I-2. 00, H-. 05, G-. 70. Instrument Man 10. 390 . 900 . 700 I-2. 00, H-. OS. G-. 70. Rodman/Cha i nman !R. 000 . 903 . 700 I-2. 00. H-. 05. G-. 70. Survey Rates apply to those workmen emplayed on HIGHWAY and HEAVY contracts let on or after July 2, 1979 TEAMSTER Excavation 10. S25 1. 612 2. 832 1-1. 00, Euclid Other 10. 52S 1. 612 2. 852 1-1. 00. TREE TRIMMING Tree Trimmer 12. 030 . 000 . 000 Groundman. Drl ver 9. 300 . 000 . 000 WATERPROOFER waterproofer 14. 520 1. 250 2. 500 1-1. 50, J-1. 54, F-. OB. Tuck Pointer 14. 520 1. 250 2. 500 Sandblaster(Mason) 15. 770 1. 250 2. 500 6teamcleaner(Mason) 15. 120 1. 250 2. 500 I-1. S0, J-1. 54, F-. 08, -t.DFR Weider 13. 900 1. 2160 2. 550 I-3. 35. H-. 11. G-2. 00, GPERATOkS OF POWER EQUIPMENT POWER EQUIP. OPER. (BLDG) Backhoe 14. 85S 1. 426 2. 500 . 200 H-. 25, M-. 15, G-1. 00, Bulldozer 15. OSS 1. 444 2. 750 . 200 Compressor 14. 155 1. 363 2. 500 . 200 Crane 14. 605 1. 432 2. SDO . 200 Fireman 13. 550 . 800 800 I-2. 00, H-. 10. G-. 70, Forklift 14. 780 1. 420 2. 500 . 200 H-. 2S. M-. 15. G-1. 00, Front End Loader 14. 950 1. 435 2. 750 . 20(J H-. 2S, M-. 1S. G-1. 00, Grader 13. 820 . 800 . 800 I-2. D0, H-. 10, G-. 70. Hoist Opr. 15. 480 2. 483 2. 750 . 200 Mixer (All ) 13. S50 . 800 800 I-2. 00, H-. 10. G-. 70. OI I er 13. 055 1. 270 2. 500 . 200 PI ledrl ver 14. 090 1. 200 1. 050 I-2. 25. H-. 10. G-. 75. Pump 15. 405 1. 476 2. 750 . 200 H-. 25, M-. 1S, G-1. 00, Roller 16. 280 . 980 1. 630 1. 200 H-. 37, Scraper A Pan 13. 820 . 000 . 800 Shovel 14. 1120 1. 200 1. 050 I-2. 2S, H-. 10. G-. 7S. Tractor 14. 30S 1. 377 2. 750 . 200 H-. 25, M-. 1S. G-1. 00, Trenching Machine 14. 370 1. 200 1. 050 ------------------------------ CONTINUED OCCUPATIONS APPLICABLE TO PUILDING AND HEAVY /HIGHWAY CONSTRUCTION SCHEDULES Page 3 SURVEY s - B • • PREVAILING RATE SCHEDULE State o1 New York Case Number Bureau Of Depattmeht Of Labor Publlc. Work 8302097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prov- SVPPLEMENTAL BENEFIT PAYMENTS a 1 1 Ing OCCUPATIONS wage health basic and Pon- suppl . other supplements hourly welfare sion un4mp. rata (A) (B) CC) CO) through CM) CONTINUED ------------------------------ POWER EQUIP. OPER. CHVY/HWAY) Asphalt Spreader 24. S80 1. 402 2. 500 . 200 H-. 25, M-. 15, G-1. 00. Backhoe 14. 950 1. 435 2. 500 . 200 H-. 25. M-. 15. D-. 20, G-1. 00. Belt Loader 23. 520 . 800 . 800 I-2. 00, H-. 30. G-. 70, Bulldozer 13. 770 1. 329 2. S00 . 200 H-. 2S, M-. 15, G-1. 00, Compressor 15. 205 1. 4S8 2. 750 . 20o Concrete Pump 13. 000 1. 200 1. 050 1-2. 25, H-. 10. 6-. 75. Concrete Breaker 13. 330 2. 289 2. 7SO . 200 H-. 2S, M-. 15, G-1. 00. Crane 14. 580 1. 402 2. S00 . 20o H-. 25. M-. 15, G-1. 00. Drag I 1 no 14. 370 1. 200 1. 050 I-2. 25. li-. 10. G-. 75, FI nl shl ng Machine 13. 560 . 000 . 800 Fireman 13. 5S0 . 800 . 800 Z-2. 00. H-. 10. G-. 70, Front End Loader 14. 30S 1. 377 2. 500 . 200 H-. 2S, M-. 15, G-1. 00. Grade-All Oper. 16. 000 . 9110 1. 520 1. 200 H-. 36. Grader 23. 98S 2. 348 2. 500 . 200 H-. 25, M-. 15, G-1. 00. Mechanic-Const. Equip. 23. 770 1. 329 2. 500 . 200 H-. 2S, M-. 15. G-l. 00. Mal nt. - Greasvman 15. OSS 2. 444 2. 750 . 200 H-. 2S. M-. 15, G-1. 00. OI I er 12. 370 2. 203 2. 500 . 200 H-. 25. M-. 1S. G-1. 00. Pl 1 edri ver 14. 090 1. 200 1. 050 I-2. 25. H-. 10. G-. 75, Post Driver (Guard Rall ) 15. 040 . 900 1. 420 1. 200 H-. 33, Pump 23. 770 1. 329 2. 500 . 200 Ridge Cutter CPevement Saw) 14. 920 1. 200 1. 050 I-2. 25. H-. 10. G-. 75. Rol 1 er 24. 120 1. 360 2. 500 . 200 Scraper 8 Pen 14. 420 1. 396 2. 750 . 200 H-. 2S, M-. 15, G-1. 00. Shovel 14. 1120 2. 200 1. 050 I-2. 25. H-. 10. G-. 75, Tractor 12. 155 1. 183 2. 500 . 200 Trenching Machine 14. 370 2. 200 1. 0SO I-2. 25. H-. 10. G-. 7S, �t"NTICE RATES: Apprentice Rates are NOT provided In this schedule. ART. 8. Sec. 220. 3-e : -Apprentices will be permitted to work as such only when they are reglstvred. Individually, under a bona fide program registered with the Now York StatuDepartment of Labor. The allowable ratio of apprentices to Journeymen In any craft ci0s5lflC8ti0h shall not be greater than the ratio permitted to the contractor as to his work force on any Job under the registered program. Any employee listed on a payroll at an apprentice wage rate, who Is not registered as above, shall be paid the wage rate determined by the New York State Department of Labor for the classification of work he actually performed. The contractor or sub-contractor will be required to furnish written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates. for the area of construction prior to using any apprentices on the contract work. OCCUPATIONS APPLICABLE TO AUILDING AND HEAVY / HIGHWAY CONSTRUCTION SCHEDULES Page 4 SURVEY ! - B 4 \ PROPOSAL TO THE SUPERINTENDENT OF HIGHWAYS OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, FOR SIDEWALK AND CURBING REMOVAL AND REPLACEMENT The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", "Form of Contract", the "Specifications", and this form of proposal, and that he hereby proposes to furnish all the materials, implements and incidentals and to furnish labor and do all the work required for the removal and replacement of sidewalks and curbing at various sites in the Town of Southold, New York, in accordance with the price named in this proposal at his own proper cost and expense, all in accordance with the specifications and Notice to Bidders, all of which are a part of the contract hereunto annexed, to such an extent as they relate so to govern the obligations herein proposed to be assumed, to wit: The undersigned proposes to remove approximately 600 square yards of sidewalk and curbing and replace the same at various sites in the Town of Southold selected by the Superintendent of Highways at a price per square yard ofFt41ftTi DOALJ 0 l �J'�•1C2-�4-5 ($ ) Dollars. The undersigned hereby agrees to enter into a contract, in the form hereunto annexed, within five (S) days from the date of acceptance of this proposal and to begin the work within twenty (20) days after notification to proceed and to continue said work uninterupted until completed. The undersigned further agrees that within five (S) days from the date of accept- ance of this proposal, he will furnish suitable surety to be approved by the Southold Town Board on an indemnifying bond for the faithful and prompt performance and com- pletion of the work specified in such contract, and a labor and material bond, in the amount of Seven Thousand ($79000.00) Dollars. In lieu of such surety bonds, the undersigned may deposit with the Town a certified check in said amount. In default of the performance of any of these conditions on my part to be per- formed, the certified check in the amount of $500.00 which is herewith deposited with the Town, the same to be paid to the Town of Southold for the benefit of said Town; otherwise, the certified check deposited herewith will be returned to the undersigned. By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, comketitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties'-being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Dated: A lic,usT MA A gnature of Bidder Muirr ©?d Contractingv. 'Xnl,w 11� 44 Business Address of Bidder CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON-COLLUSIVE BIDDING CERTIFI- CATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT Nuirfiel.d Contracting,, Ino:., Mame of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following project: Sidewalk and Curbing removal and replacement at the various sites in the Town of Southold, Suffolk County, New York, and to include in such bid or proposal the certificate as to non-collusion required by Section 103-d of the General Municipal Law as the act and deed of such corporation, and for any in- accuracies or misstatements in such certificate this corporate bidder shall be liab= under the penalties of perjury. The foregoing copy is s true and correct copy of the resolution adopted by �tuirtield Contracting,: Yn6., — corporation at a meet of its Board of Directors held on the day of 6)uc., ,1984 (Seal of the Secret. y Corporation) a kA o t. La F��� NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type dsecribed in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents , to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) JOE(if any) JRH H__, FARLEY Prlffsidont Bid on G I � Muirfiold contracting jnQ� GENERAL CONDITIONS AND SPECIFICATIONS 1. SCOPE OF WORK The work required under these specifications includes the supplying of all labor, materials, equipment and services necessary for the removal and replacement of broken and deteriorated sidewalks and curbing at various locations in the-Town of Southold, New York in accordance with the specifications set forth herein; and the restoration of the sites to the grade specified by the Superintendent of Highways, including such filling, compacting, grading and leveling as shall be directed by the Superintendent of Highways. It is the intention of these specifications that all work and materials of every nature whatsoever, is to be performed and supplied by the contractor at the contractor's sole cost and expense, including the removal and disposal of all excess materials and debris resulting from construction operations. It is estimated that the work will involve approximately 600 square yards of sidewalks and/or curbing. 2. ORAL AGREEMENTS Oral orders, claims or instructions by any party shall not change the terms or modifications in the Contract Documents and none of the Contract Documents shall be deemed waived or modified by reason of any oral agreement. 3. PROTECTION OF LIFE AND PROPERTY The contractor shall keep the sites in a safe condition with adequate barricades and warning lights to prevent injury to the public. 4. GUARANTEE All workmanship and materials shall be guaranteed by the contractor to the Town for a period of one (1) year from the date of final acceptance of the work by the Town. S. ENUMERATION OF CONTRACT DOCUMENTS The following are the Contract Documents: Proposal, Notice to Bidders, General Conditions, Specifications, and Contract. 6. PERMITS The contractor shall obtain and pay for all required permits, approvals, authorizations, licenses of any kind necessary for the prosecution of the work. Copies of all such permits, approvals, authorizations and licenses shall be filed with the Town Clerk and no work shall be commenced until the same have been obtained and filed. 7. TAXES Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in connection with the work in accordance with the applicable laws, except that the contract price shall not include any taxes from which the Town is exempt.- 8. EXISTING DIMENSIONS AND ELEVATIONS The contractor shall have the sole responsibility of taking field measure- ments and completing the construction in accordance with the intent of the Contract Documents. 9. CONDITIONS OF WORK Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out his work, must employ such methods or means as will minimize interruption or interference with the public or private use of the sites and adjacent properties. -2- 10. OBLIGATION OF BIDDER At the time of the opening of bids, each bidder will be presumed to have inspected the sites and to have read and become thoroughly familiar with the Contract Documents. The failure or omissions of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect to his bid. 11. SITE CONDITIONS The contractor must, at his own risk, inspect the sites of the proposed work and assume all risk pertaining to the location of the site and possible adverse conditions. The Town does not make any representations as to the soil or subsurface conditions to be encountered. 12. INSPECTION All work shall be performed under the inspection and contract administration of the Town or its authorized agent, who shall make the final decision pertaining to acceptance or rejection of the work. 13. CLEANUP The work sites shall be kept in a safe orderly condition at all times. Upon completion of the contract work, the contractor shall completely clean the site and leave it in condition for use by the Town. Any item located inside or outside the work areas, damaged or destroyed by the contractor shall be replaced in kind. 14. WEATHER CONDITIONS In the event of temporary suspension of the work, or during inclement weather, or whenever the Highway Superintendent shall direct, the contractor will, and will cause his subcontractors to protect carefully his and their work and -3- materials against damage or injury from the weather. If, in the opinion of the Superintendent of Highways, any work or materials shall have been damaged or injured by reason of the 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. -4- SPECIFICATIONS FOR REMOVAL AND REPLACEMENT OF SIDEWALKS AND CURBING REMOVE & REPLACE CONCRETE SIDEWALK 1. DESCRIPTION OF WORK Under this item, the contractor shall saw cut and remove existing side- walk.and ide-walk.and construct sidewalks where ordered by the Superintendent of Highways. _ 2. MATERIALS Concrete shall conform to all of the requirements specified for Item 105 in the table, "Composition of Concrete Items" and Section 7 of the New York State Department of Public Works, January 2, 1962 Specifications, as amended. 3. CONSTRUCTION DETAILS The Contractor shall saw cut concrete sidewalk to establish a straight line where abutting new work to existing. The saw cut shall be to a depth sufficient to enable the sidewalk to be removed leaving a straight edge. Concrete sidewalk that is removed leaving a ragged edge, shall be recut and replaced at the contractor's expense. Adjacent sidewalk to be left in place which is undermined, moved or damaged past the saw cut line during the excavation operation will be removed and replaced at the contractor's expense. The concrete shall be worked and floated so as to produce a smooth and uniform surface. The concrete shall be laid in one course with steel fabric rein- forcement conforming to the requirements of New York State Department of Public Works, Item 25 F embedded midway between the upper and lowest surfaces. Sidewalks shall be four inches (4") in depth and have transverse construction joints to the full depth of the concrete spaced 12 feet apart and the edges of such joints finished with an edging tool of 114 inch radius. The top surface shall be scored at intervals of four feet (4') so that the finished walk will be marked in squares both longitudinally and transversely. CURING The specifications for Item 97 conforming to the requirements of the New York State Department of Publlc.Works, January 2, 1962 specifications, as amended will apply for curing. 4. PROTECTION The contractor shall protect the sidewalk and keep it in first class con- dition until the completion of the contract. Any portion of the sidewalk which is damaged or vandalized at any time previous to the final acceptance of the work shall be removed and replaced with satisfactory sidewalk at the Contractor's expense. S. METHOD OF MEASUREMENT Z The unit price bid per square yard for this item shall include the cost of saw cutting and removing existing sidewalk, preparing the subgrade and of furnish- ing all equipment, materials and labor necessary to complete the work. Excavation for the placement of the sidewalk shall be included under this item. 6. BASIS OF PAYMENT Payment for concrete sidewalk restoration shall be for the number of square yards of concrete placed and shall include the cost of saw cutting and removing existing sidewalks, forming, subbase preparation, steel fabric reinforcement, expan- sion joint material, curing membrane, removing broken concrete from the site, and other necessary incidentals to complete the work. All sidewalks damaged by the weather, pedestrians, or vandalism shall be removed and replaced at the contractor's expense. -2- y i � • Bond No----97...94-.954 Fidelity and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203 Labor and Material Payment Bond # 97 94 954 Note: This bond is issued simultaneously with Performance Bond in favor of the owner conditioned on the full and faithful performance of the contract. KNOW ALL MEN BY THESE PRESENTS: That------------ uirfieldContracting, Ince Post Office__ HOXns271,_name Garden s Cgty,e of ew Contractor) 110 as Principal, hereinafter called Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, with its home office in the City of Baltimore, Maryland, U. S. A., as Surety, hereinafter called Surety, are held and firmly bound unto-----------__-------------_------_----____-_--_-_--__---------_---_-_--__--_----_ Town- of Southold ------------------------------------------------------------ -------------------------------------- ........ (Here insert the name and address or legal title of the Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of......_Seven Thousand and---------------------------------------------o/100 ---------------------------------------------------------- ------------------------------- -------------------- --------------------------- ---- ------ ----------------------------------- ---------- 7 000.00 (Here insert a sum equal to at least one-half of the contract price) Dollars ( -_----:------__--__------_---- ---___), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated-----------------AU9u-St_--Z9}-__-------------.-----_19_84, entered into a contract with Owner for._.-remOVal__-and-_Teplage en't_-of_sidewalk and ---------------------------- curbing at various sites in the Town of Southold -------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- in -------------------------------------------------------- in accordance with drawings and specifications prepared by_ -.---_--------___--_------__-_-_--------------_----_-___---- ----------------------- ----------- ---- -- ---- ----- -------------------------------- ---------------------------------- ---------------------------------- (Here insert full name,title and address) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make pay- ment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void;otherwise it shall remain in full force and effect,subject,however,to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a sub-contractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the contract, labor and material being construed to include that part of water,gas, power, light,heat,oil,gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined,who has not been paid in full before the expiration of a period of ninety (90)days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant: (a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following:The Principal, the Owner,or the Surety above named,within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished,or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly main- tained for the transaction of business,or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Principal ceased work on said Contract, it being understood,however,that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project,or any part thereof,is situated,or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith here- under, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this-------- ...-------—29th--------------------- ------day of----------- ---August---------------A.D. 19--84 In the presence of: IRFIELD CONTRACTING, INC. ------- (SEAL) ------------------------------------- P cipal FIDELITY AND DEP IT/ COMPANY OF MARYLAND - ----•----------------------•--------------------------------- -- --------- By----.--`----f------------- ---- -.-.--- ---------------------(SEAL) Willi F. Tynan Title Attorn y-in-fact .- C309ex— Approved by The American Institute of Architects,A.I.A.Document No.A-311 February 1970 Edition. M y Fidelity and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE Labor and Maternal Payment Bond No..................................... -------------------------------- ON BEHALF OF ---------------------------------------------------------------- • TO ---------------------------------------------------------------- ---------------------------------------------------------------- i ---------------------------------------------------------------- STATE OF -•LI W W - *T --------- COUNTY OF___________Na ai3& SS: q y.�------------)JJ - On this______________2 1 '-----------------------.day of-------.4v_5-%------------------ 8 ��-'- - 19_-__4_ before me Joseph H.F> personally appeared.----------------- ---------------------------- --- -- with whom I am personal�cquainted, who, being by me duly sworn, did depose and say: ---------------- That he resides at__________ IM-4�1Q-4 - -- P C * -- - - - - that he is the - - `-RF-SID'ENT- - - - of the - Muirf_ield Contracting, Ino. --- - - - - -- ------------------------------------------------------------------------------------------------------ the corporation described in and which executed the foregoing instrument;that he knows the corporate that the seal thereto affixed is such corporate seal;that it was so affixed by order of the Board of Directors,seal and that he signed his name thereto by like order. corporation; tri JAM ----- BR(93)23 216594 Notary Pub1'Ic $it e�tbw V_t, tary Pub ' NU 30-Al-LILCqo u ty QualifiQL I WASWO County CoamMesiW s:M Ghujm 4 New Yorkl` STATE OF.------------------------------------------ }ss: Nassau J COUNTY OF------------------------------ --- ',y ^o ��/ 19 ____, before me personally On this------------------------ - -------------day of----------------------- William F. Tynan III appeared-------------------------------------------------- --------------------------- -- ---- --- - - -- - --- with whom I am personally acquainted,who,being by me duly sworn, did depose and s Garden Cit N 'Y. ------------------that he is the.-At That he resides at____________ -tOY'Yle�(-in-f aCt_ _____ _ _ _ Fidelity andDeposit Company of Marylan of the----------------------------------------------------------- ------------------------------ - ------------------ ------------------------------------------------------------------------------------------------ nows the corporate l of said he nt;that he k the corporation described in and co which oexecuted rate sealtthatoitgwas foregoing ed by order of the Board of Directors,aand that he signed his that the seal thereto affixed is suchP name thereto by like order. EDITH M__PUTLANaev� � c � --- ozk Notary Public NOTARY PiJBLTC. State of County No. 30-4739375 Qetctlifipd in Not,rau County „z �z 2165v4 Bxnires :.i:.FCh 30, 1985 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND MOME OFFICE,BALTIMORE,MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland, by C. M. PECOT, JR. , Vice-President, and L. C. WAYMAN, JR. , Assistant Secretary,in pursuance of authority granted by Article VI,Section 2,of the By-Laws of said Company,which reads as follows: "Thr Chairman of the Board, or the President, or any Executive Vice-President,or any of the Senior Vice Presidents or Vice Presidents specialh authorized.o io du by the Board of Directors or by the Executive Committee,shall have power,by and with the concurrence of the Secretary or:un onr of the Assistant Secretaries,to appoint Resident Vice-Presidents,Assistant Vice-Presidenu and Anornevs-in-Fart as the business of the C:-#njwn% ntav,require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, ,tipolanon.,polo u•s,contracts,agreements,deeds,and releases and assignments ofiudgemenis,decrees,mortgages and instruments in the nature of nulrtgal;e.. .. and to affix the seal of the Company thereto." dues hereby nominate constitute and appoint William F. Tynan, III and Robert G. Tynan, both of Garden City, New York, EACH.......... ....o... RE,true and aw u agent and Attorney-in-Fact,to make,execute,seal and.deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings.......... ... .............a tVn-d t e execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of 'William F. Tynan, III and Robert G. Tynan, dated, March 11 , 1981 . The said Assistant Secretary does hereby certify that the aforegoins is a true;opy of Article VI,Section 2,of i 7r.By-Laws of said Company,and is now in force. IN WITNESS WHEREOF,the said Vice-President and Assistant Secretary have hereunto subsr�ribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 1.Otlz.-_. .........._..._._...day of-----------Amt------------------------------- A.D. 19..83... a.. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL �+ ..... ......... eWry Vice-President .............................. ............... .....:�...... . . .......... ...!��STATE OF MARYLAND CITY OF BALTIMORE Ss: On this 1 Qth day of August A.D. 19 83 ,before the subscriber,a Notary Public of the State of Maryland,in and for the City of Baltimore,duly commissioned and qualified,came the above-named Vice-President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same,and being b me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed by Official Seal,at the City of Baltimore,the day and v T first above written. �0__� ........................ tission Expiree.!WY-..10ERTIFICA 1,the undersinad, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy,is in full force and effect on the date of this certificate;and 1 do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by the Board of Directors to appoint any An orney-in-Fact as provided in Article V1,Section 2 of the By-Laws of the FIDUITY AND DFYIISIT COMPANY Ot MAN II.Asti. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDF,I.ITY AND Dwosrr COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. Rtsoi.vt:D:"That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any flower of attorney issued by the Company,shall be valid and binding upon the Company with the.same force,and effect as though manually affixed.' (� IN USTIMONY !'.: ''��F,I have hereunto wb ribed my name and affixed the eorpovoo seal of the said Company,this...... .s .1...... day of.......................-::C:.� , 19 C ........................................ ........... f.ttzB.—iai 93-27 Assistant FOR YOUR PROTECTION LOOK FOR TI IE F&D WATERMARK • • 1.1458a-45M, 1-84 218988 FIDELITY AND DEPOSIT COMPANY OF MARYLAND Statement of Financial Condition AS OF DECEMBER 31, 1983 The go Companies ASSETS *Bonds . . . . . . . . . . . . . . . . . . . .. . .. . . . . . . .. . .. . .. . .. .. . . . . . . .. . .. . . $91,337,040 *Stocks . . .. . . .. . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . .. . . . . . .. . .. . . . . . 148,620,756 RealEstate . . . . . . .. . .. . .. . . . . . .. . . . . . . . . .. . . . .. .. . . . . . .. . .. . .. .. 2,966,728 Cash in Banks and Offices and Short Term Investments . . . . . . .. . . . . .. . . 4,536,581 Premiums in Course of Collection (less than 90 days old) .. .. . .. .. . . .. . . 15,095,770 Reinsurance and Other Accounts Receivable . .. . . . . .. .. . . . . .. .. . . .. . . 5,783,182 TOTAL ADMITTED ASSETS . . . . . . . . . . . . . . . . .. .. . . .. .. . .. . . . .. . . . . .. $268,340,063 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Unearned Premiums . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . .. . $74,345,904 Reserve for Claims and Claim Expenses . . . .. . . . . .. . . . . . . . . . . . . .. . . . . 43,059,115 Reservefor Taxes and Expenses. . .. . . . . . . . . . . . . .. . .. . . . . . . . . . . . . . . . 4,064,685 Miscellaneous Reserves and other Liabilities . . . . . .. . . . .. . .. . . . . . . . . . . 3,209,178 TOTAL LIABILITIES . . . . .. . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . $124,678,885 Capital Stock, Paid Up . .. .. . . . . .. . . . . .. . . . . .. . . . .. . $5,000,000 Surplus .. . . .. . .. . .. . . . . . . . . . .. . . . . . .. . . . . . . . . . . .. 138,661,178 Surplus as Regards Policyholders. . .. . . . . . . . . . .. . . . . .. .. . . . . .. . . . . . . 143,661,178 TOTAI. .. . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . .. . . . . . . $268,340,063 Securities carried at $5,287,519.in the above statement are deposited as required by law. *Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of December 31, 1983 market quotations for all bonds and stocks owned, this Company's total admitted assets would be$262,590,023. and surplus as regards policyholders $137,911,138. 1, WILLIAM R. Amos, Treasurer of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company, on the 31st day of December, 1983, according to the best of my information, knowledge and belief. William R. Amos - -------------------------------------I------------------------------------- Treasurer STATE OF MARYLAND } SS. CITY OF BALTIMORE Subscribed and sworn to, before me, a Notary Public of the State of Maryland in the City of Baltimore, this 31st day of January, 1984. Stephanie A. Mason Notarial ----------------------------------------------•------------ ---------------- Seal Notary Public My commision expires July 1, 1986 Bond No.__-9 94 -954 Fidelityd Deposit Can HOME OFFICE OF MARYLAND BALTIMORE, MD. 21203 Performanee Bond # 97 94 954 KNOW ALL MEN BY THESE PRESENTS: That Muirfield Contracting. Inc. (Here' rt th ame d addr s or legal title of the ontractor) Post Office Box ''' , 'ar `enity, New-York _ -11530------------------------------------- ---------- ----------- --------------------- -------- ------ - as Principal, hereinafter called Contractor, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corpora- tion of the State of Maryland, with its home office in the City of Baltimore, Maryland, U. S. A., as Surety, hereinafter called Surety, are held and firmly bound unto--------------.----------.---------------------------- -------------._..___----_----.- ---------------Town--of---Southold- ----- --------------- ---------- (Here insert the name and address or legal title of the Owner) as Obligee, hereinafter called Owner, in the amount of--.-- wenty Three Thousand Five Hundred Twenty and- no_�100 ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- 23 520.00 ), for the payment whereof Contractor and Surety bind themselves, Dollars ($ t --- - - -- their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated.....................August 29:-------------------1984.-, entered into a contract with Owner for----- removal---and----replaCement_-of...S1_dewalk---an -.- curbing at various sites in the Town of Southold_-_-__ ----------------------------- ----------------------------- --------------- ----------------------------- ---------- ----------------------------- ---------------------------- ----------...----------------- in accordance with drawings and specifications prepared by---------------___------------------------------------------------ -------------- ------------- ------------------------ ------ -------- -------------- --------------------------------------- ---------------------------------------------- ------------------------ (Here insert full name,title and address) which contract is by,)reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly (1) Complete the Contract in accordance with its terms and conditions, or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and condi- tions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this para- graph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of Owner. Signed and sealed this-------------- ------------29th --------day of------------August A.D. 19.-$ In the presence of: IRFIELD CONTRACTING INC. (SEAL) ------------------------------------------------------------------------- Princi al ------------- ----------- --- .� . h FIDELITY AND DEP SIT COMPANY OF MARYLAND A T <L-- :------ -- SEAL -------------------------------------------------------------------------- ------ ---- Willi F. T Title Tynan I Attorney-in-fact C309f— ADproved by The American Institute of Architects,A.I.A.Document No.A-311 February 1970 Edition. Fidelity and Deposit Company HOME OFFICE OF MARYLAND BALTIMORE Performance Bond No..................................... -------------------------------- ON BEHALF OF ---------------------------------------------------------------- TO -- ------------------------------------------------------------- -- ------------------------------------------------------------- .i. STATE OF.------------New------7-�7---York--- ----------- ss: l�a�_ _ J COUNTY OF__ � `------"-' -------------------- Q �� before me personally On this------------------- ------------ -----.day of---------AV-� S l - - 19 - � Joseph H. W09 - ------------------ - - - - - - -- appeared with whom I am personally acquainted,who,being by me duly sworn,did depose and say: N w _, -----that he is the------------P .Sl_�E-- --------- ���+ -0 ---- That he resides at_____ ___ - p- ----- Muirfield Contracting. Ino. of the.---------- ---------------------------------- - - ------ - - - - --- -- - ---- ------ - - - - - -- - ------------- -------- the corporation described in and which executed the foregoing instrument;that he knows the corporate seal of said corporation; that the seal thereto affixed is such corporate seal;that it was so affixed by order of the Board of Directors,and that he signed his name thereto by like order. - --- ���------------ JA'MES H. FAf19.E1f o �y Notary Public, State of NOW Yogic BR(93)23 216594 No. 30-4722690 Oualified in Nassau COWItY r,,,...—tauier�Exolree Meroh 9�1 STATE OF.-------- -------------- New York ---- ------\ COUNTY OF------- Nassau )Il}SS: ------------ On this-------------- 115"-- -'Ao-----------day of------------------------------- Ll " 9_p before me personally appeared William F. Tynan III - -- - -- - with ------------------------------- whom I am personally acquainted,who, being by me duly sworn, did depose and say: -------------- That he resides at G'ar'den City j1j, Y, - - -------- --------------------------------------that he is the.--------Attor_ney____�1___ ____ -faC_ - t of the - Fidelity and Deposit Company of Maryland - - - - - ---- - ----------------- ------------ -- ------ - --- ------------ ------------- - -------------- ---------------- the corporation described in and which executed the foregoing instrument;that he knows the corporate seal of said corporation; that the seal thereto affixed is such corporate seal;that it was so affixed by order of the Board of Directors,and that he signed his name thereto by like order. ------------- Gt --z -- BR(93)23 216594 EDITH M. pUTZAND Notary Public VOTARY PUBLIC. State of New York County No. 30-4789875 Qualified in Nassau County / COmnnsA iter, E—.— u.....1-on .e._ �4/8j Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE,BALTIMORE,MD. KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,a corporation of the State of Maryland, by C. M. PECOT, JR. , Vice-President, and L. C. WAYMAN, JR. Assistant Secretary,in pursuance of authority granted by Article V1,Section 2,of the By-Laws of said Company,which reads as follows: ..Thr Chairman of the Board,or the President,or any Executive Vice-President,or any of the Senior Vice Presidents or Vier-Presidents .Prcralh authorized—to do by the Board of Directors or by the Executive Committee,shall have power,by and with the concurrenre of the Secretary or an%one of lite Assistant Secretaries,to appoint Resident Vice-Presidents,Assistant Vrce�Presidents and Attornevs-in-Fac t as the business of the I ,nupanN nrav-require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertakings, recognizances, .upulauon.,pohrrr.,contracts,agreements,deeds,and releases and assignments of judgements,decrees,mortgages and instruments ur the nature of noorigaf;r,. .. and to affix the seal of the Company thereto." dors hereby nominate constitute and appoint William F. Tynan, III and Robert G. Tynan, both of Garden City, New York, EACH.............. ..... ... ... ... IT-" rue ant aw u agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings....... ...... .. ............ �Vndtt e�tion of such bonds or undertakings in pursuance of these presents, ;hall be as binding upon said Company,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Baltimore, Md., in their own proper persons. This power of attorney revokes that issued on behalf of William F. Tynan, III and Robert G. Tynan, dated, March 11 , 1981 . The said Assistant Secretary does hereby certify that the aforegoing is a tart wpy of Article VI,Section 2,or tsar.By-Laws of said Company,and is now in force. IN WITNESS WHEREOF,the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this . __..1M................day of...........AulAt.............................. . A.D. 19... 3... ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND : SEAL ''.....d' ....... ............... ............. Fay ................... A clary Vice-President STATE OF MARYLAND CITY OF BALTIMORE SS: On this 10th day of Augtwt A.D. 19 83 ,before the subscriber,a Notary Public of the Mate of Maryland,in and for the City of Baltimore,duly commissioned and qualified,came the above-named Vice-President and Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same,and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid,and that the seal affixed to the preceding instrument is the Corporate Seal of said Company,and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF,1 have hereunto set my hand and affixed by Official Seal,at the City of Baltimore,the day and v r first above written. ... ......... .... ... . ...................................... f MOtA otary ubli ission Expiree.jJUIY.... �.w...�.Q ft.. CERTIFICATE I,the undoes* nod, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy,is in full force and effect on the date oft his certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by lire Board of Directors to appoint any Attorney-in-Fact as provided in Article VI,Section 2 of the By-Laws of the FIDELITY AND DEPOSIT COMPANI Ot MAR)L\ND. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the Flia.I.nY AND DWOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 16th day of July, 1969. REun.vE:D:"That the facsimile or mechanically reproduced signature of any Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Cort fany with lite.same force.and effect as though manually affixed. IN USTIMOYY �',E: :or,I have hereunto subscribed my name and affixed the corporate seal of the said Company,thio......... i C�..... day of..............................f: E , 19.: Lt tztr-.:r. 093-2764 Assistant rotary FOR YOUR PROTECTION LOOK FOR THE F&D WATERMARK L1458a-45M, 1-84 218988 FIDELITY AND DEPOSIT COMPANY OF MARYLAND Statement of Financial Condition AS OF DECEMBER 31, 1983 The wo Companies ASSETS *Bonds .. . . .. .. .. . . . . . . . . . .. . .. . .. . . . .. . .. . .. . . . .. . .. . .. . . . ... . $91,337,040 *Stocks .. . . . . . . . .. . . . . . . . . . . . . .. . . . . . . .. . .. . .. .. . . . . . . .. . . . . .. . 148,620,756 Real Estate . .. . .. .. . . . . . . . . . . . . .. . .. . . . .. . . . . .. . .. . . . .. ... .. . . . . 2,966,728 Cash in Banks and Offices and Short Term Investments .. .. . .. . . . .. . . .. 4,536,581 Premiums in Course of Collection (less than 90 days old) . . .. . .... . .. . .. 15,095,770 Reinsurance and Other Accounts Receivable . .. .. . . .. .. . . . . .. .. . . . . .. 5,783,182 TOTAL ADMITTED ASSETS . . . . . . . . .. . . . .. . .. .. . . .. .. . .. . .. .. . . . . .. $268,340,063 LIABILITIES, SURPLUS AND OTHER FUNDS Reserve for Unearned Premiums . . . . . .. . . .. . .. . .. . .. . . . . .. .. . .. . .. . $74,345,904 Reserve for Claims and Claim Expenses .. . .. . . . . . . . . . . . . . .. .. . .. . . .. 43,059,115 Reserve for Taxes and Expenses. . .. . . .. . . . .. .. . . .. . . . . . . . .. . . .. . . .. 4,064,685 Miscellaneous Reserves and other Liabilities . . . . . . . . . .. . . . . .. . . ... . .. 3,209,178 TOTAL LIABILITIES . . .. . .. . . . . . . . . . . . . . . . . .. . . .. .. . . . . .. .. . .. . .. $124,678,885 Capital Stock, Paid Up .. . . . . . . . . .. . . . .. . .. . .. . . .. .. $5,000,000 Surplus . . .. .. . . . . .. . . . .. . . . . . . . . . . . .. . . . . .. . . . . .. 138,661,178 Surplus as Regards Policyholders. . .. . . . .. . .. . .. . . .. .. .. . . .. . . . . .. .. 143,661,178 TOTAL . . . . . . . . .. . .. . .. . . . . . . .. . . . . . . . . .. .. .. . . . .. . . .. .. . .. . . $268,340,063 Securities carried at $5,287,519.in the above statement are deposited as required by law. *Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of December 31, 1983 market quotations for all bonds and stocks owned,this Company's total admitted assets would be $262,590,023. and surplus as regards policyholders $137,911,138. 1, WILLIAM R. Amos, Treasurer of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing statement is a correct exhibit of the assets and liabilities of the said Company, on the 31st day of December, 1983,according to the best of my information, knowledge and belief. William R. Amos ---------------------------------------------------------------------------- Treasurer STATE OF MARYLAND SS: CITY OF BALTIMORE } Subscribed and sworn to, before me, a Notary Public of the State of Maryland in the City of Baltimore, this 31st day of January, 1984. Stephanie A._ Mason Notarial ------------------------------------------------- - - ------------------ Notary Public Seal My commision expires July 1, 1986 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 JUDITH T.TERRY TELEPHONE To16'N CLF:Rh (516)76$-1801 REGISTRAR OIVITAL ST,AFISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 30, 1984 Mr. Joseph H. Farley, President Muirfield Contracting, Inc. P. O. Box 148 Greenport, New York 11944 Dear Mr. Farley : The Southold Town Board at a regular meeting held on August 28, 1984 accepted your bid in the amount of $39.20 per square yard for sidewalk and curbing removal and replacement at various sites in the Town of Southold, all in accordance with the proposal, general conditions and specifications.. - Please execute the enclosed contracts and return the copy indicated to me in the enclosed self-addressed stamped envelope, along with an indemnifying bond for the faithful and prompt performance and completion of the work specifed in such contract, and a labor and material bond, or in lieu of such surety bonds, you may deposit with the Town a certified check. Also, please provide me with a copy of the necessary insurance coverage as provided in Section 14 of the contract. Very truly yours, Judith T. Terry Southold Town Clerk cc: Superintendent of Highways Dean PROPOSAL TO THE SUPERINTENDENT OF HIGHWAYS OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, FOR SIDEWALK AND CURBING REMOVAL AND REPLACEMENT The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", "Form of Contract", the "Specifications", and this form of proposal, and that he hereby proposes to furnish all the materials, Implements and incidentals and to furnish labor and do all the work required for the removal and replacement of sidewalks and curbing at various sites in the Town of Southold, New York, in accordance with the price named in this proposal at his own proper cost and expense, all in accordance with the specifications and Notice to Bidders, all of which are a part of the contract hereunto annexed, to such an extent as they relate so to govern the obligations herein proposed to be assumed, to wit: The undersigned proposes to remove approximately 600 square yards of sidewalk and curbing and replace the same at various sites in the Town of Southold selected by the Superintendent of Highways at a price per square yard of�j0,T,4 c�--1 pOt.."&,S`AAD � I�,JT�I � PEGS ($ `3� � ) Dollars. The undersigned hereby agrees to enter into a contract, in the form hereunto annexed, within five (5) days from the date of acceptance of this proposal and to begin the work within twenty (20) days after notification to proceed and to continue said work uninterupted until completed. ,,ee►► The undersigned further agrees that within five (5) days from the dat& o-- f—ateem- ance of this proposal, he will furnish suitable surety to be approved by the Southold Town Board on an indemnifying bond for the faithful and prompt performance and com- pletion of the work specified in such contract, and a labor and material bond, in the amount of Seven Thousand ($7,000.00) Dollars. In lieu of such surety bonds, the undersigned may deposit with the Town a certified check in said amount. In default of the performance of any of these conditions on my part to be per- formed, the certified check in the amount of $500.00 which is herewith deposited with the Town, the same to be paid to the Town of Southold for the benefit of said Town; otherwise, the certified check deposited herewith will be returned to the undersigned. _ By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Dated: & gnature of Bidder Yuir eZd Contracting,. Xnq:w .O (�0`l- Qoa Business Address of Bidder -2- CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON-COLLUSIVE BIDDING CERTIFI- CATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT I[uirtield Contraoting , Ino.*i Name of Corporation) be authorized to sign and submit the bid or proposal of this corporation for the following project: Sidewalk and Curbing removal and replacement at the various sites in the Town of Southold, Suffolk County, New York, and to include in such bid or proposal the certificate as to non-collusion required by Section 103-d of the General Municipal Law as the act and deed of such corporation, and for any in- accuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is a true and correct copy of the resolution adopted by XUirtI032 Contracting,. 7nis.., _ corporation at a meetir 'cup of its Board of Directors held on the day of 6US-T ,1984 Z22 (Seal of the Secret y Corporation) C"OL La F��� NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials , supplies or equipment of the type dsecribed in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) --, (Corporate Title) JOSEPH H. 'I%''EysIdont (if any) FARLEY Bid Yuirfield Coatracting,_ Iaoz on (j�' -�' I �j t GENERAL CONDITIONS AND SPECIFICATIONS 1. SCOPE OF WORK The work required under these specifications includes the supplying of all labor, materials, equipment and services necessary for the removal and replacement of broken and deteriorated sidewalks and curbing at various locations in-the Town of Southold, New York in accordance with the specifications set forth herein; and the restoration of the sites to the grade specified by the Superintendent of Highways, including such filling, compacting, grading and leveling as shall be directed by the Superintendent of Highways. It is the intention of these specifications that all work and materials of every nature whatsoever, is to be performed and supplied by the contractor at the contractor's sole cost and expense, including the removal and disposal of all excess materials and debris resulting from construction operations. It is estimated that the work will involve approximately 600 square yards of sidewalks and/or curbing. 2. ORAL AGREEMENTS Oral orders, claims or instructions by any party shall not change the terms or modifications in the Contract Documents and none of the Contract Documents shall be deemed waived or modified by reason of any oral agreement. 3. PROTECTION OF LIFE AND PROPERTY The contractor shall keep the sites in a safe condition with adequate barricades and warning lights to prevent injury to the public. 4. GUARANTEE All workmanship and materials shall be guaranteed by the contractor to the Town for a period of one (1) year from the date of final acceptance of the work by the Town. 5. ENUMERATION OF CONTRACT DOCUMENTS The following are the Contract Documents: Proposal, Notice to Bidders, General Conditions, Specifications, and Contract. 6. PERMITS The contractor shall obtain and pay for all required permits, approvals, authorizations, licenses of any kind necessary for the prosecution of the work. Copies of all such permits, approvals, authorizations and licenses shall be filed with the Town Clerk and no work shall be commenced until the same have been obtained and filed. 7. TAXES Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in connection with the work in accordance with the applicable laws, except that the contract price shall not include any taxes from which the Town is exempt. 8. EXISTING DIMENSIONS AND ELEVATIONS The contractor shall have the sole responsibility of taking field measure- ments and completing the construction in accordance with the intent of the Contract Documents. 9. CONDITIONS OF WORK Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation to furnish all material and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out his work, must employ such methods or means as will minimize interruption or interference with the public or private use of the sites and adjacent properties. -2- 10. OBLIGATION OF BIDDER At the time of the opening of bids, each bidder will be presumed to have inspected the sites and to have read and become thoroughly familiar with the Contract Documents. The failure or omissions of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect to his bid. 11. SITE CONDITIONS The contractor must, at his own risk, inspect the sites of the proposed work and assume all risk pertaining to the location of the site and possible adverse conditions. The Town does not make any representations as to the soil or subsurface conditions to be encountered. 12. INSPECTION All work shall be performed under the inspection and contract administration of the Town or its authorized agent, who shall make the final decision pertaining to acceptance or rejection of the work. 13. CLEANUP The work sites shall be kept in a safe orderly condition at all times. Upon completion of the contract work, the contractor shall completely clean the site and leave it in condition for use by the Town. Any item located inside or outside the work areas, damaged or destroyed by the contractor shall be replaced in kind. 14. WEATHER CONDITIONS In the event of temporary suspension of the work, or during inclement weather, or whenever the Highway Superintendent shall direct, the contractor will, and will cause his snbcontractore to protect carefully his and their work and -3- materials against damage or injury from the weather. If, in the opinion of the Superintendent of Highways, any work or materials shall have been damaged or injured by reason of the 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. -4- SPECIFICATIONS FOR REMOVAL AND REPLACEMENT OF SIDEWALKS AND CURBING REMOVE & REPLACE CONCRETE SIDEWALK 1. DESCRIPTION OF WORK Under this item, the contractor shall saw cut and remove existing side- walk and construct sidewalks where ordered by the Superintendent of Highways. 2. MATERIALS Concrete shall conform to all of the requirements specified for Item 105 in the table, "Composition of Concrete Items" and Section 7 of the New York State Department of Public Works, January 2, 1462 Specifications, as amended. 3. CONSTRUCTION DETAILS The Contractor shall saw cut concrete sidewalk to establish a straight line where abutting new work to existing. The saw cut shall be to a depth sufficient to enable the sidewalk to be removed leaving a straight edge. Concrete sidewalk that is removed leaving a ragged edge, shall be recut and replaced at the contractor's expense. Adjacent sidewalk to be left in place which is undermined, moved or damaged past the saw cut line during the excavation operation will be removed and replaced at the contractor's expense. The concrete shall be worked and floated so as to produce a smooth and uniform surface. The concrete shall be laid in one course with steel fabric rein- forcement conforming to the requirements of New York State Department of Public Works, Item 25 F embedded midway between the upper and lowest surfaces. Sidewalks shall be four inches 0") in depth and have transverse construction joints to the full depth of the concrete spaced 12 feet apart and the edges of such joints finished with an edging tool of 1/4 inch radius. The top surface shall be scored at intervals of four feet (4') so that the finished walk will be marked in squares both longitudinally and transversely. CURING The specifications for Item 97 conforming to the requirements of the New York State Department of Public Works, January 2, 1962 specifications, as amended will apply for curing. 4. PROTECTION - The contractor shall protect the sidewalk and keep it in first class con- dition until the completion of the contract. Any portion of the sidewalk which is damaged or vandalized at any time previous to the final acceptance of the work shall be removed and replaced with satisfactory sidewalk at the Contractor's expense. 5. METHOD OF MEASUREMENT The unit price bid per square yard for this item shall include the cost of saw cutting and removing existing sidewalk, preparing the subgrade and of furnish- ing all equipment, materials and labor necessary to complete the work. Excavation for the placement of the sidewalk shall be included under this item. 6. BASIS OF PAYMENT Payment for concrete sidewalk restoration shall be for the number of square yards of concrete placed and shall include the cost of saw cutting and removing existing sidewalks, forming, subbase preparation, steel fabric reinforcement, expan- sion joint material, curing membrane, removing broken concrete from the site, and other necessary incidentals to complete the work. All sidewalks damaged by the weather, pedestrians, or vandalism shall be removed and replaced at the contractor's expense. "2- THIS AGREEMENT, made and entered into this day of 1984 by and between the TOWN OF SOUTHOLD) a municipal corporation organized and existing under and by virtue of the Laws of the State of New York, in the County Of Suffolk (hereinafter called the Town) , party of the first part, and (hereinafter called the Contractor) , party of the second part. WITNESSETH, that the parties to these presents, each in consideration of the agreement on the part of the other herein contained, have agreed and hereby agree, the party of the first part for itself, its successors and assigns, and the party of the second part, for itself, himself, his heirs, executors, successors and assigns, as follows: I . The Contractor will,at the Contractor's own sole cost and expense, furnish all labor and services and all material for the removal and replacement of approxi- mately 600 square yards of broken and/or deteriorated sidewalk and curbing in various sites of the Town of Southold, as specified by the Highway Superintendent, and will construct, complete and finish the same in the most thorough, workmanlike and sub- stantial manner, and in every respect to the satisfaction and approval of the Town in the manner and in strict accordance with the Notice to Bidders, General Conditions, Proposal, and Specifications which are hereby made a part of this contract, as fully as if the same were repeated at length herein. 2. All work under this contract shall be done to the satisfaction of the Town, which shall at all times have access to the work and which may order the dismissal . of such workmen as it may deem incompetent or careless, or may require the Contractor to remove from the premises such materials or work as in the Town's opinion are not in accordance with the Specifications, substitute therefor, without delay, other work and materials, and the expense of doing so and of making good other work dis- turbed by the change, shall be borne by the Contractor. The Town shall also deter- mine the amount, quantity, acceptability and fitness of the several items of work and material which are to be paid for hereunder. The Town shall also determine whether the said Specifications have been fully complied with by the Contractor. The determination of the Town in all of such matters shall be final and binding upon the parties hereto. Such determination, in the event that any question shall arise, shall be a condition precedent to the right of the Contractor to receive any money hereunder. 3. Should anything be omitted from the Specifications which is necessary for a clear understanding of the work, or should error appear either in the various instruments furnished or in the work done by other contractors affecting the work covered hereby, the Contractor shall and will promptly notify the Town, and in the event of the Contractor's failure so to do, he shall and will make good any damage to or defect in the work caused thereby. 4. The Contractor shall, at his own cost and expense, provide any and all manner of labor, material, apparatus, appliances, utensils, tools, machinery and whatever else may be required of every description necessary to do and complete the work, and shall be solely answerable for the same and for the safe, proper and lawful construction, maintenance and use thereof. The Contractor shall cover and protect the work from damage, and shall make good all injury to the same appearing before the completeion of the work provided for herein. 5. Neither the Town nor any of its officers, agents or employees shall in any manner be answerable or responsible for any loss or damage that shall or may happen to the said work or to any part or parts thereof, or to any materials, loading -2- equipment or any property that may be used or employed therein, or placed upon the ground during the process of the work, nor shall it be in any manner answerable or responsible for any injury done or damage or compensation required to be paid under any present or future law, to any person or persons whatever, whether employees of the Contractor or otherwise,. or for damages to any property, whether belonging to the Town or to others, appearing during or resulting from the said work. Against all such injuries, damages and compensation, the Contractor shall and will properly guard. The Contractor shall also, at all times, indemnify and save the Town and its officers, agents and employees harmless against all such injuries, damages and compensation arising or resulting from causes other than its negligence. 6. The Contractor agrees that it shall, pursuant to the Workmen's Compensation Law of the State of New York, secure the payment of compensation for the benefit of all employees who may be injured or suffer disability in the work contracted to be performed under this contract, and for the benefit of the dependents of such employees. The Contractor shall continue to secure the payment of such compensation during the life of this contract. In the event of the failure of the Contractor to secure compensation to the employees and their dependents as aforesaid, or in the event of the failure to continue the securing of such compensation during the life of this contract, the contract shall be and become void and of no effect, and the Contractor shall forfeit to the Town all payments provided under this contract and the value of all work done and materials rendered hereunder. 7. The Contractor and each subcontractor or other person doing or contracting to do any work contemplated by this contract shall comply with all laws, ordinances and regulations in any manner affecting the work or performance of this contract, whether or not such laws, ordinances or regulations are mentioned herein and shall -3- indemnify and save harmless the Town and its officers, agents and employees against any claim or liability arising from or based upon the violation of any such law, ordinance or regulation. Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to have been inserted herein and if through mistake or otherwise such provision is not inserted, then upon the application of either party, this contract shall be physically amended forthwith to make such insertion. Without in any manner limiting the foregoing provisions hereof, attention is particu- larly directed to the applicable provisions of Article 8 of the Labor Law (wages, hours, statements showing amounts due for wages, discrimination, preference in employ- ment, minimum rate of wages, etc.) , and Article 5-A of the General Municipal Law (Public Contracts) , which said provisions of law are incorporated herein by reference. Prevailing wage rates are attached hereto and form a part hereof. 8. The Contractor shall secure and take out at his own expense all necessary certificates, authorizations and permits from the municipality or other public author- ities required in connection with the work contemplated by this contract or any part thereof, and shall give all notices required by law, ordinance or regulation. He shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this contract. 9. The Contractor in entering into this agreement, understands that the Town reserves the right to modify the same with respect to the arrangement, character, alignment or nature of the work or of appurtenances whenever in its opinion it shall deem it necessary or advisable to do so. The Contractor shall and will accept such modification when ordered in writing by the Town, and the same shall not vitiate or void this contract. Any such modification so made shall not, however, subject -4- the Contractor to increased expenses without equitable compensation, which shall be determined by the Town. If such modifications or any part thereof, result in a decrease in the cost of work involved, an equitable deduction from the contract price, to be determined by the Town, shall be made. The Town's determination of any such additional compensation or of any such deduction shall be based upon the bids submitted and accepted. In any event, no modification of the work described in the Specifications shall be made, unless the nature and expense thereof have first been certified by the Town in writing and sent to the Contractor. 10. Neither the Town nor any of its officers, agents or employees, nor any order for the payment of money, nor any payment for, or acceptance of the whole or any part of the work by the Town, nor any extension of time, nor any possession taken by the Town, its officers, agents or employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the 'town, or any right to damages herein provided; nor shall any waiver of any other provision of this contract be deemed to be a waiver of any other or subsequent breach. Any remedy provided in this contract shall be taken and construed as in addition to each and every other remedy herein provided; and in addition to all other suits, actions or legal proceedings, the Town shall also be entitled as of right to a writ of injunction against any breach of any of the provisions of this contract. 11. In case of unnecessary or inexcusable delay in the general conduct of the work or in the event of an actual or practical abandonment of the work, the Town will notify the Contractor or his bondsman in writing to that effect. If the Contractor or his bondsman shall not within six (6) consecutive days thereafter take such measures as will, in the judgment of the Town, insure a satisfactory com- ,::... pletion of the work in the time specified, the Town may then notify the aforesaid -5- contractor and his bondsman to discontinue all work under this contract, and it is hereby agreed that the Contractor and his bondsman shall immediately respect such notice and stop work, and cease to have any right to possession of the premises whereon said work is being performed. The Town shall thereupon have the power and authority to cancel the contract, and to relet the work or any part thereof or to employ such persons and equipment as it may deem advisable by contract or otherwise, to complete the work herein described, and to use such material as it may find upon the premises, and to procure other materials for the completion of said work. All expenses of such completion of the work, including the additional payments to be made to the persons completing the same, and any other claims arising under this contract, shall be deducted and paid by the Town out of such moneys as may then be due the said Contractor or which may thereafter become due under and by virtue of this agreement or any part thereof. In case such expense is less than the sum which would have been payable for such work under this contract if the same had been fully completed by the Contractor, he shall be entitled to receive the difference; in case such expense is greater, the Contractor shall pay the amount of such excess so due. 12. Each and every employee of the Contractor, and each and every subcontractor engaged in said work, shall, for all purposes, be deemed and taken to be the exclusive servants of the Contractor and not for any purpose in any manner in the employment of the Town. The Contractor shall in no manner be relieved from responsibility or liability on account of any delay in the execution of the said work, or of any part thereof, by the acts or omissions of any such employee, or any subcontractor,. or any materialmen whatsoever. 13. The Town shall pay, and the Contractor shall receive, the prices stipulated in the proposal hereunto annexed, as full compensation for everything furnished -6- and done by the Contractor under this contract. Such payment shall be made by the Town as follows: (a) On not later than the fifth day of every month the Contractor shall submit a requisition covering the percentage of the total amount of the contract which has been completed from the start of the job up to and including the last day of the preceding month, together with such supporting evidence as may be required by the Town. (b) Not later than the fifteenth day of each calendar month after the date of notice to proceed with work at the' site, the Town will make partial payment to the Contractor on the basis of a duly certified approved estimate of the work performed during the preceding calendar month by the Contractor, but the Town will retain five percent (57) of the amount of each such estimate until final completion and acceptance of all work covered by this contract. (c) No partial payment will be made for any materials or equipment until they are incorporated in the work except that fifty percent (507) of the estimated value may be allowed for manufactured materials delivered at the construction site and properly stored and protected, provided, however, that the Contractor if so requested by the Town shall furnish written evidence that he is the unconditional owner of such manufactured materials. (d) All work covered by partial payments made shall thereupon become the sole property of the Town, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and portection of work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Town to require the -7- fulfillment of all of the terms of the contract. (e) Before any payments will be made under this contract, the Town reserves the right to require that the Contractor and all subcon- tractors shall submit written verified statements, in satisfactory form, certifying in detail to the amounts then due and unpaid by such Contractor and subcontractor to all laborers for daily or weekly wages on account of labor performed upon the work under this contract, or to other persons for materials, equipment and supplies delivered at the site of the work. The term "Labor" as used herein shall include workmen and mechanics. (f) Upon completion of the project, the Town Engineer shall make a final inspection for approval of all the work done under this contract and shall, within fifteen days after the acceptance of the work by the Engineer and the Town, prepare a final certificate of the work done and the value thereof. The Town shall upon approval of the final certificate, promptly pay the Contractor the entire sum so found due thereunder after deducting all pre- vious payments and all percentages and amounts to •be kept and retained under the provisions of this contract. All prior partial payments shall be subject to correction in the final estimate and payment. (g) Before issuance of final certificate, the Contractor shall submit evidence satisfactory to the Town and its Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid. 14. The Contractor, during the term of this contract, shall provide owner's protective liability and contractor's public liability and property damage insurance to be written by an insurance company authorized to do business in the State of New York and approved by the Town, such policies to be in amounts of not less than -8- $100,000,000 with respect to claims arising out of any one accident resulting in bodily injury to or death of any one person, and in amounts of not less than $1,000,00 with respect to claims arising out of any one accident resulting in bodily injury to or death of more than one person, and in an amount of not less than $100,000 against claims arising out of any one accident resulting in property damage, all protecting the Town and the Contractor against injuries or damage to persons or property caused by or resulting from the execution of the work or in consequence of any improper materials, implements, equipment or labor used therein, or due to any act, omission or neglect of the Contractor or, his agents and employees or subcontractors. Certificates of such insurance shall be filed with the Town Clerk. 15. The Contractor. shall not assign, transfer, convey, sublet or otherwise dis- pose of this contract, or of his right, title or interest therein, or his power to execute the same, to any other person or corporation without the previous consent in writing of the Town. In the event that the Contractor shall violate the provisions of this paragraph, the Town shall revoke and annul the contract and the Town shall be relieved and discharged from any and all liability and obligations growing out of such contract to such Contractor, and to the person, or corporation to which such contract shall have been assigned, transferred, conveyed, sublet or otherwise dis- posed of, and such Contractor, and his assignees, transferees or sublessees shall forfeit and lose all moneys, therefor earned under this contract, except so much as may be required to be paid to his imployees. IN WITNESS WHEREOF, the Town has caused its corporate seal to be affixed hereto, and these presents to be signed by the Supervisor of the Town of Southold and the Contractor has hereunto set his hand and seal the day and year first above written. TOWN OF SOUTHOLD BY -9- STATE OF NEW Y02K) ss. . COUNTY OF SUFFOLK) On this day of , 1984, before me personally came Frank J . Murphy to be personally known, who, beim; by me duly sworn, did dispose and day that he resides at O 1 d Main Rd . , Ma t t i t u c k, New York; that he is the Super- visor of the TOWN OF SOUTNOLD, the municipal corporation descrii:ed in and.which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Southold Town Board, and that he signed his name thereto by like authority. Notary Public STATE OF NEW YORK) COUNTY OF SUFFOLK) ss. : (Acknowledgement for Individual Contractor) On this day of ,1984 . before me personally cage to me known and known to me to be the individual described in and who executed the above instrument, and he acknowledged that he executed the same. Notary Public -lU- STATE OF NEW YORK) J ss. : (Acknowledgement for Corporate Contractor) 1 COUNTY OF SUFFOLK) f On this day of1984, before me personally f came to me personally known, who, being i by me duly sworn, did depose and say that he resides at that he is the - of the corporation described in and which executed the above instrument; that he knows the seal of said corporation that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. Notary Public -11- State of New York Bureau of Public Work Department of Labor A State Office Building Campus Albany,N.Y. 12240 r CONTRACT REQUIREMENTS Each public work contract to which the State, a public benefit corporation, a municipal corporation or a commission is a party and which may involve the employment of laborers, workmen or mechanics, shall comply with the requirements of Aiticle 8(Sections 220-223)of the New York State Labor Law: t 1. No laborer, workman or mechanic in the employ of the contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in the extraordinary emergencies set forth in the Labor Law or where a dispensation is granted by the Commissioner of Labor. (See Section 220.2) 2. Each laborer, workman or mechanic employed by the contractor or subcontractor shall be paid not less than the prevailing rate of wages at the time the work is performed, and shall be s paid or provided not less than the prevailing supplements at the time the work is performed, as determined by the fiscal officer. If the prevailing rate of wages or the prevailing supplements change after the contract is let, each workman, laborer or mechanic shall he paid or provided not less than the new rates. (See Section 220.3) 3. The contractor and every subcontractor shall post in a prominent and accessible place at the work site a statement of the current prevailing wage rates and supplements for the various classes of mechanics,workmen or laborers. (See Section 220.3•a) I 4. No employee shall be deemed to be an apprentice unless individually registered in a program registered with the New York State Department of Labor. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the contractor as to his work force on any job under the registered program. Any employee who is not registered as above, shall be paid the prevailing wage rate for the classification of work Ire actually performed. The contractor or subcontractor will be required to furnish written evidence of the registration of his program and apprentices as well as of the appropriate ratios and wage rates for the area of construction, prior to using any apprentices on the contract work. (See Section 220.3) 5. (a) No contractor,subcontractor,nor any person acting on his behalf,shall by reason of race, creed, color, disability, sex or national origin discriminate against any citizen of the State of New York who is qualified and availableto perforin the work to which the employment relates. (See Section 220-e(u) ) (b) No contractor,subcontractor, riot any person acting on his behalf shall, in any manner, discriminate against or intimidate any employee on account of race,creed,colof,disability, sex or national origin. (See Section 220-e (b) ) NOTE: The Human !tights Law also prohibits discrimination in employment because of age,marital status or religion. (c) There may be deducted from the amount payable to the contractor under the contract a penalty of five dollars for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract. (See Section 220-e (c) ) (d) The contract may be caiweUed or terminated by the State or municipality,and all moneys due or to become due thereunder may be forfeited, for a second or any subsequent violation of the terms or condition of the anti-discrimination sections of the contract. (See Section 220-e(d) ) PW-3(9.82) • PREVAILING RATE SCHEDULE 10 Stateof Now York Case umber Bureau of Depart Ment of Labor Public Work 83 027 SUFFOLK COUNTY TOWN OF SOUTHHOLO Prev- SUPPLEMENTAL BENEFIT PAYMENTS ailing OCCUPATIONS wage health basic and pen- suppl . other supplements hourly welfare sloh unemp. ra-Le (A) (B) (C) (D) through (M) ASBESTOS WORKER Asbestos Worker 1S. 640 1. 140 1. 410 ------------------------------ Insulator -------------------- Insu1ator 15. 640 1. 140 1 410 I-2. 15, G-1. 58, BOILERMAKER Boilermaker 17. 120 850 1. 710 CARPENTER Carpenter-(Bldg. ) 16- 150 2. 870 2. 130 I-. 50, H-, D4, G-. 9D, Floor Coverer 14. 900 1. 85D 1. 330 H-, Carpet Layer 15- 980 1. 970 1. 480 Dry-wall Applicator 14. 650 1. 530 2. 030 MI i I wr 1 ght 16. 459) 1. 97Q 1. 480 1-1. 2S, H-. 07. 0-. 03, ---------------------------- Carpenter (Hvy/Hwy) 23. 450 1. 530 2. 030 Pi 1 edr I ver 15- 950 1. 970 1. 430 Dockbul Ider 14. 860 1. 850 1.,330 Timberman Helper 13. 790 1. 850 1. 330 I-. 90, H-. 10, G-1. 0!j, Helper 13. 320 1. 970 1. 48O I-1. O5.H-. 10. G-1. 15, MARINE DIVER Mar 1 ne Di ver Tender 19. 290 1. 970 1. 480 . 035 Z-1. 05, H-, 10, G-1. 23. 15, 090 1. 970 1. 480 . 03S I-1. 05, H-. 10, G-1. 23, DRILLER Core Dr i I I er 11. 30S 1. 000 . 740 G-. 19, Helper 9. 845 1. 00a . 740 Gas/OII Well Driller -------- -------'-'-----"'--- Helpor/Tool Dresser ----------------------- Wel I Drl 1 ler(Water) 13. 100 1. 179 2. 250 Helper 11. 100 . 999 2. 250 Pump Installer 3. 500 . 460 . 000 ELECTRICIAN EI ectri ci an 17. 20U 1. 554 1. 118 P50 G-1. 634, ----------------------------- Mal htenance 13. 800 1. 104 . 621 . I-1. 104, li-. 086, J-. 41 G-1. 035, Applicable on traffic signals and street lighting only. ------------------------------ _ Sound/Audi o-Insta 1 i /Repel r 17. 000 1. 1360 1. 060 I-1. 57, F-. 17. M-1. 14, _ G-1. 445, ------ --------------- Telephone-Install /Ropalr 14. 000 2. 016 2. 29G J-. 224, 17-. 14. G-1. 1x84 ELEVATOR Elovator(Constructl on) 14. 990 1. 345 . 95U I-1. 14, F 035. ` Helper -.11. 240 1. 345 . 950 I-1. 14, F-. 035. Elevator(Moderhizatloh) 14. 400 1. 31fS 1. 085 1-1. 00, F-. 03S, Helper- 10. 800 1. 34S 1. D85 GLA?TEK _ Glazier 15. 250 660 710 I-2. 00- H-. 01, G-. 9:�, IRONWORKER tit ructurn 1 14. 400 1. 860 2. 800 00, Ornamental 15. 12q 1. 21D Rigger 1. 550 I-2. 00. H-. 10, G-1. U0, 15. 730 1. 230 1. 770 I-2. 00, H-. 10. G-2. U0, Chain Link Funce 15- 430 1. 300 1. 85O OCCUPATIONS APPLICABLE TO BUILDING AND HEAVY / HIGHWAY CONSTKUCTION SCHEDULES Page 1 SURVEY i - B PREVAILING RATE SCHEDULE State of New York Casa Number Bureau of Department of Labor Public Work 8302097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Preis- -QPPLEMF.NTAL BENEFIT PAYMENTS ailing OCCUPATIONS wage health basic and pen- suppl . other supplements hourly welfare $ion unemp. rate (A) (e) CC) (D) through CM) LABORER (BUILDING) Bas i e 11. 740 3. 530 1. S30 M-. 10, G-1. 00, Mason Tender 11. 740 1. 530 2. 530 M-. 10, G-1. 00, __. Plpelayer 12. 950 1. 760 1. 200 SOD I-1. 15, Concrete 12. 740 2. OSO 1. 530 M-. 10, G-1. 00, Power, Ai r Tool 12. 360 1. 320 1. 790 I-. 5G, G-2. 00, Asphalt Raker 10. 990 . 989 1. 42a M-. 109, G-. 75, Asphalt Tamper 10. 760 . 968 1. 398 M-. 107, G-. 75, Blaster 14. 440 1. 320 1. 790 I-. SO, G-2. 00, Demolition 10. 900 1. 250 1. 700 F-. 03, G-1. 00, ------------------------------ (HEAVY/HIGHWAY) Basic 9. 750 975 1. 267 M-. 10, G-. 75, Flagman 12. 950 1. 760 1. 200 . 500 1-1. 15, PI pe 1 aver 9. 750 . 97S 1. 267 M-. 10, G-. 75, Power, AI r Tool 10. 850 1. 000 2. 450 I-. 5D, G-. 50. Concrete 10. 300 . 927 1. 139 M-. 103, G-. 75, Wagon Ori 1 1 11. 550 1. 110 1. 110 G-. 82, Asphalt Raker 10. 400 1. 040 1. 352 M-. 10, G-. 75, Asphalt Tamper 10. 160 1. 016 1. 320 M-. 10, G-. 75, Formsetter 20. 990 . 989 1. 423 M-. 109, G-. 75, Blaster 9. 750 . 975 2. 267 M-. 10. G-. 75, LATHER Lather (Wood, Wire) 17. 280 1. 325 . 98S G-. 75, Reinforcing 15. 720 1. 325 . 985 I-1. 60, H-. O1. D-. 02. G-. 75, MTS 0 N • Bricklayer 15. 220 1. 780 2. 300 I-2. 05, H-. 04, Cement Finisher (Bldg. ) 16. 520 1. 990 2. 350 H-. O1, G-1. 00, Plasterer 13. 450 2. 450 . 000 H-. 01, D-. O1, G-1. 95, Tuck Poi ntur 14. 000 1. 500 1. 900 Mosaic/Terrazzo Wkr 25. 990 1. 170 1. 500 . 450 G-1. 00, Terrazzo Helper 14. 550 1. 170 1. 500 . 450 G-1. 00, T I l esetter 13. 800 1. 600 1. 350 G-1. OBS, TI lesetter Helper 10. 960 1. 305 1. 020 Derri ckman 15. 230 2. 230 1. . 10 ------------------------r----- Cement Fi n1 ni sher(H/H) 13. S00 1. 940 2. 270 PAINTER Brush 13- 990 3. 240 1. 000 H-. 23, G-. 60, Structural Steel 15. 280 1. 680 . 990 Spray 15. SOD 3. 240 1. 000 H-. 23, G-_ 6O, Bridge 15. 280 1. 680 . 990 Sandb I aster 15. 280 1. 680 . 990 Paperhanger 15. 280 1. 330 1. 330 Drywall Taper 13. 990 3. 240 1. 000 1-1-. 23, G-. 60, ---- Striping Mach. Oper CH/H) 10. 900 . 760 740 Li nerman (H/H) 10. 900 . 760 . 740 PLUMBER P I umber 14. 600 1. 050 2. 300 I-. 571, H-. 37, G-1. 30, ROOFER - Roofer 12. 740 1. 610 1. 560 I-1. 18, H-. 03, G-2. 00, SHEETMETAL WORKER Sheetmetal Worker 16. 206 1. 76,t 1. 828 . 250 H-. 187, J-l. 258, D-, 08 G-. 25, Sign Erector (H/H) 12. 950 . 910 2. 230 I-. 57, H-. O2. M_ 88, OCCUPATIONS APPLICABLE TO fiUILpZ Nr4- AVJLhF,-A_VY / HIGHWAY CONSTRUCTION SCHEDULES Payor 2 SURVEY a - 8 • PREVAILING RATE SCHEDULE State of Now York case Number Bureau of Department of Labor Public. Work 83Q2097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prev- SUPPLEMENTAL BENEFIT PAYMENT ■i I i ng OCCUPATIONS wage health basic and pen- suppl . other supplements hourly welfare sion unemp. rate (A) (B) CC) (D) through (M) SPRINKLER FITTER Sprinkler Fitter 17. 320 1. 000 1. 180 F-. 0-7, K-2. 50. G-l. 00- STEAMFI TER Steamf i tter 17, 320 1. 000 2. 180 F-. 07, K-2. 50, G-1. 00. SURVEYING SURVEY CREW (Highway 8 Heavy only) Party Chief 12. 430 . 900 . 700 Instrument Man 10. 390 . 90a . 700 I-2. D0, H-. O5, G-. 70, Rodman/Chas nman 9. 000 . 900 . 700 Survey Rates apply to those workmen employed on HIGHWAY and HEAVY contracts let on or after July 2, 1979 TEAMSTER Excavation 10. 525 1. 612 2. 832 1-1. 00, Euclid Other 10. 52S 1. 612 2. ¢52 I-1. 00, TREE TRIMMING Tree Trimmer 12. 030 ODO 000 Groundman. Drl ver 9. 300 . 000 . 000 WATERPROOFER Waterproofer 14. 520 1. 250 2. 500 I-1. 50, J-1. 54, F-. 08. Tuck Pointer 14. S20 1. 250 2. 500 I-1. 50, J-1. 54, F-. 08, Sandblaster(Mason) 15. 770 1. 250 2. 500 6teamcleaner(Mason) 15. 120 1. 250 2. 500 NELDFR Weider 13. 900 1. 860 2. 550 I-3. 35, H-. 11, G-2. 00, OPERATORS OF POWER EQUIPMENT POWER EQUIP. OPER. (BLDG) Backhoe 14. 85S 1, 426 2. 500 200 H-. 25, M-. 15, G-1. Q0, Bulldozer 15. 055 1. 444 2. 750 . 200 H-. 25, M-. 15, G-1. D0, Compressor 14. 155 1. 363 2. 500 . 200 H-. 25. M-. 15. G-1. 00, Crane 14. 605 1. 432 2. 500 . 20U Fireman 13. 550 . 800 . 1300 Fork I i ft 14. 780 1. 420 2. 500 . 20n H-. 25. M-. 15, G-1. 00. Front End Loader 24. 950 1. 435 2. 750 .2O0 H-. 25, M-. 15. G-1. 00, Grader 13. 820 . 800 . 800 Hoist Opr. 15. 480 1. 483 2. 750 . 200 H-. 25, M-. 15. G-1. 00, Mixer CAI I ) 13. 550 . 800 BDO I-2. 00. H-. 10. G-. 70. OI 1 er 13. 05S 1. 270 2. 500 . 2130 PI I edrl ver 14. 090 1. 200 1. 050 Pump 15. 405 1. 476 2. 750 . 200 Roller 16. 280 . 980 1. 630 1. 200 1-1-. 37, Scraper & Pan 13. 820 . 800 . 800 Shovel 14. 820 1. 200 1. 050 Tractor 14. 305 1. 377 2. 750 .2o0 Trenching Machine 14. 370 1. 200 1. 050 1-2. 25, H-. 10, G-. 75, ------------------------------ CONTINUED OCCUPATIONS APPLICABLE TO BUILDIINNC�AND HEAVY / HIGHWAY CONSTRUCTION SCHEDULES Page 3 SURVEY a - 8 PREVAILING RATE SCHEDULE State of New York "Partroht of Labor Case Number ' Bureau of Public. Work tl3020�17 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prov- SVPPL�Me_ N_TA�®QEF"ZT PAVMENT9 OCCUPATIONS al ling wage health basic and Pon- suppl. other supplemehts hourly welfare 6I on Uneap. rate (A) (g) (C) (D) through (M) CONTINUED ------------------------------ POWER EOUZP. OPER. (HVV/HWAY) Asphalt Spreader Backhoe 14. S80 1. 402 2. 500 . 200 H 25, M-. 15, G-l. D0, Belt Loader 14- 950 1- 43S 2. 500 . 200 H-. 25, M-, 15, D-. 2q,Bulldozer 13. &20 G-1. 00. . 800 B00 I-2. 00, H 10, Compressor 23- 770 1. 329 2. 500 gpp 1S. 205 1. 45a 2. 750 . 200 H-- 2.S, Concrete Pump 1= O>f0 H-. 25, M-. 15, G-1. 00, Concrete Breaker ;- 200 1. 050 I-2. 2S, H-. 10,G-. 75, Crane 13. 330 1. 289 2. 750 200 H-. 2S, M-. 15,G- 14. Sao 1. 402 2. Soo 200 1. 00, Drog 1 I no H-- 25, M-. 15, G-1. Go. Fi nl shl ng Machine 14. 370 1. 200 1. 050 Fireman 13. 550 80o 800 I-2. 25. H-. 30. G-. 7S, Front End Loader 13. S5o 800 800 Z-2. 00, H-, 10, G-. 70, 14. 305 1. 377 2. 500 2D0 I-2. 00, H-. 10. G-. 70, Grade-All peer H-. 25, M-• 15, G-1. 00. Grador 16. 000 960 1. S20 1. 200 Mechanic Equip. 13. 985 1. 348 2. 500 H-• 36. 13. 770 1, 329 • 200 H 2S, M-. 15, G-1. 00, Mal nt. - GreasemEq 2. Sop . 200 OI I er 1S. OSS 1. 444 2. 750 . 200 H-. 25, N-. 15, G-1. 00. 12. 370 1. 203 2. S00 . 200 PI 1 edr I ver H-. 25. M 1S, G-1. 00, Post Driver (Guard Rai I ) 14. 0911 1. 200 1. 050 Pump 15. D40 . 900 1. 420 1. 200 Z-2. 25, H-. 10, G-. 75, Ridge Cutter 13. 770 2. 329 2, 500 . 200 H-• 33. (pavement Saw) 14. 820 1. 200 H-• 25, M- . iS, G-1. 00, Rol I er 1. 050 Scraper & Pen 14. 120 1. 360 2. 500 2D0 I-2. 25. H-. 10, G-. 7�, Shovel 14. 42D 1. 396 2. 750 . 200 H-• 2S, M-. 15, G-1, D0. Tractor 14. 820 2. 200 1. 050 H-• 2S, M-. 1S, G-1. 00, Trenching Machine 12, iS5 1. 183 2. 500 200 I-2. 25, H-. 10,G-. 7S, 14. 370 1. 200 1. OSO H-- 35, M-. 15, G-1. 00, I-2. 25, H-. 10, G- . 75, APPRENTICE RATES: Apprentice Rates are NOT provided In this schedule. ART. 8. Sec. 220. 3-e : -Apprentices wl I I be they are registured. Individual ) bona fidetted to work els such only when New York StateDepartmeht of Lebor� TF"er a bona fide program registered with the Journeymen in any craft clesslficatloh shallahot beble tgreeterio Of pthantthesrato tlo permitted to the contractor es to his work force on any Job under the do erred ,:,hotomregisterredoaseabove, &hail beIIxt*d on yrotl et an apprentice wage rata, who York Staty pepartment of Labor (Paidor thellwiage rat-eldetermineon of k by the Performed. The contractor or sub-contractor will be required to furnleshcwrltton evidence of the registration of his progrom and apprentices as well as tl�e sppropr{ ate ratios and wage rates. for the area of constructis prior to Using any apprentices On the con}tact work. OCCUPATIONS APPLICABLE TO BUILDING AND HEAVY / HIGHWAY CONSTRUCTION SCIIEDULES Page 4 SURVEY ! - g LEGAL NOTICE NOTICE TO BIDDERS COUNTY OF SUFFOLK ss: IS HEREBY GIV- STATE OF NEW YORK EN that sealed proposals are sought and requested by the Town Board of the Town of Southold,Suffolk County, New York, for Sidewalk and Curb- Patricia Wood, being duly sworn, says that she is the ing removal and replacement Editor, of THE LONG ISLAND TRAVELER-WATCHMAN, at various sites in the Town of Southold,Suffolk County, New a public newspaper printed at Southold, in, Suffolk County; York. The sealed proposals will be and that the notice of which the annexed is a printed copy, received by the Southold Town has been published in said Long Island Traveler-Watch- Clerk'at the Southold Town Clerk's Office, Town Hall, man once each week for ........................................weeks Main Road, Southold, New York, until 10:00 A.M., Au- successively, commencing on the .................................... gust 16, 1984, at which time and place they will be publicly day".of ..... ...... '. ........... 19... opened and read aloud. Speci- fications, a proposed contract ..................... for the execution of the work and forms of proposals can be examined and obtained from the Southold Town Clerk, Southold Town Hall, Main Road, Southold, New York Sworn to before me this ... day of � 11971. ...............::............ Proposals must be upon and in accordance with the form of ................. '• ••, 19.... proposal prepared by said Town, which proposals shall be made and will be received upon the following conditions: Each proposal must be , /... r_.........� ;� ................••• accompanied by the deposit of a certified check made payable Notary Public to the order of the Town of BARBARA FORFsc� Southold in an amount of Five Hundred ($500.00) Dollars, Notary Public, State No. 48068o of New York conditioned that if the propos- Qualified in Suffolk County bidd46 al er accepted, the successfuler will enter into a con- Commission Expires Marc! ��., 19 �' b tract for the work and will, within five (5) days from the date of the acceptance of the proposal furnish the required security: All deposits except that of the successful bidder will be returned. Upon acceptance of his bid, if the successful bidder fails to ' enter into a contract pursuant to the requirements of the . Town, or fails to give the required security within the prescribed time, then the check deposited with the pro- posal and the monies standing to the credit of the same, shall be forfeited to the Town of Southold. The Town Board of the Town of Southold reserves the right to reject any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. All proposals must be sign- ed and enclosed in sealed envelopes plainly marked "Bid for Sidewalks," and addressed to the Town Clerk, Town of Southold, Town Hall, Main Road, Southold, New York 11971. DATED; July 31, 1984. JUDITH T.TERRY SOUTHOLD TOWN CLERK 1T-8/2/84(56) Legal Notices proposal is accepted, the STATE OF NEW YORK ) LEGAL NOTICE successful bidder will enter NOTICE TO BIDDERS into a contract for the work 1 SS: NOTICE IS HEREBY and will, within five (5) days COUNTY OF SUFFOLK 1 GIVEN that sealed proposals from the date of the are sought and requested by acceptance of the proposal furnish the required security. the Town Board of the Town of . All deposits except that of SUSAN W. ALLAN of Greenport, in Southold,Suffolk County,New the successful bidder will be York, for Sidewalk and said County, being duly sworn, says that he/she is Curbingremoval and returned. Upon acceptance of his bid, Principal Clerk of THE SUFFOLK TIMES, a Weekly replacement at various sites if the successful bidder fails to in the Town of Southold, enter into a contract pursuant Newspaper, published at Greenport, in the Town Suffolk County,New York. to the requirements of the of Southold, County of Suffolk and State of New The sealed proposals will be Town, or fails to give the received by the Southold Town required security withinthe York, and that the Notice of which the annexed is Clerk at the Southold Town Clerk's Office, Town Hall, Prescribed time, then the a printed copy, has been regularly published in Main Road, Southold, New check deposited with the said Newspaper once each week for one York,until 10:00 A.M.,August Proposal and the moneys 16, 1984, at which time and . standing to the credit of the weeks successively, commencing on the 2ncl place they will be publicly same,shall be forfeited to the da of August 19 84 opened and read aloud. Town of Southold. y Specifications, apropose The Town Board of the Town cof Southold reserves the right contract for the execution of the work and forms of to reject any and all proposals i proposals can be examined and to waive any and all � _ '' and obtained from the informality in any proposal Southold Town Clerk,Southold should it be deemed in the best Principal Clerk Town Hall, Main Road, interest of the Town of Southold. Southold,New York 11971. All proposals must be signed Sworn to before me this 2nd Proposals must be upon and and enclosed in sealed August s t 8 4 in accordance with the form of envelopes plainly marked day of g 19 proposal prepared by said "Bid for Sidewalks," and Town, which proposals shall addressed to the Town Clerk, be made and will be received Town of Southold, Town Hall, upon the following conditions: Main Road, Southold, New Each proposal must be York 11971. accompanied by the deposit of DATED:July 31,1984. a certified check made JUDITH T. payable to the order of the SOUTHOLD TOWN CLERK Town of Southold in an amount 1TA24632 of Five Hundred ($500.00) Dollars,conditioned that if the A I Legal Notices proposal is accepted, the STATE OF NEW YORK ► LEGAL NOTICE successful bidder will enter NOTICE TO BIDDERS into a contract for the work ► SS: NOTICE IS HEREBY and will, within five (5) days COUNTY OF SUFFOLK 1 GTVEN that cPalm nrnnnoolo from the date of the • SUSAN W. ALLAN of Greenport, in said County, being duly sworn, says that he/she is A93UHH SI 301ION ueaenlaq `31aoA maN `laaneq Principal Clerk of THE SUFFOLK TIMES, a Weekly SuaGGIRO,LHOLLON `peog ulel�l `441330 lalal Newspaper, published at Greenport, in the Town HJI LON.lV)H'I -si(I agl le;Iupaam lelaads 9q7 Nuipaaaad sAep (5) 6n13 uegl of Southold, County of Suffolk and State of New SE9i+-Z�,J,T ssal lou aalst;Iaa Aeui saaloA York, and that the Notice of which the annexed is ilk lalalstQ loogaS 'aalst;Iaa lsnuz a;on of gslm uouzuio018ane-1 ogmsuosaadaaglolly•uopaela a printed copy, has been regularly published in 31a810INlalslQ slg3 le alon of algl5ila osle said Newspaper once each week for one `lulaoy�aloaeO:efg Si salon Bans e&eq uollaala ala. lk aq; 3o g alai3aV of luensand weeks successively, commencing on the 2nd alon of algl2ila pue paaalsl;Iaa 'AlunoO)tlo33nS s► salon a 3l `.uol}gala day of August 19 84 peagaanlg pue PloglnoS;o sunnoy sigl le alon of algt;Illa sl salon TI#lala;stQ loogaS vans`saeaA xepualea moa lsed IT#431o01aaneZ aql U1gjyn ;3ullaaux latalslp uouxuisaalsnal,3opaeog lelaads .10 lenuue Sue UT �� r Principal Clerk JUDITH A CHIEN grid NOTARY PUEI IG.State of New Ynr Sworn to before me this No 4796131, Suffolk County day of August 19 84 Term Expires March 30 194 �,1c� G. G�u'C,�. STATE OF NEW YORK: SS: COUNTY OF SUFFOLK: JUDITH T. TERRY, Town Clerk of the Town of Southold, New York, being duly sworn, says that she is over the age of twenty-one years; that on the 31st day of July 1984 , 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 Bulletin Board, Town Clerk Office, Main Road, Southold, New York 11971 Notice to Bidders: Sidewalk and curbing removal and replacement at various sites in the Town of Southold, on behalf of the Southold Town Highway Depart- ment. Bid opening: 10:00 A.M. , August 16, 1984, Southold Town Hall. I Judith T. Terry Southold Town Clerk Sworn to be before me this 31st day of July 19 84 i Notary ublic ISO Ow 1M 1�rw� MMdi� 3%> i 4 _a • LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that sealed proposals are sought and request- ed by the Town Board of the Town of Southold, Suffolk County, New York, for Sidewalk and Curbing removal and replacement at various sites in the Town of Southold, Suffolk County, New York. The sealed proposals will be received by the Southold Town Clerk at the Southold Town. Clerk's Office, Town Hall, Main Road, Southold, New York, until 10:00 A.M. , August 16, 1984, at which time and place they will be publicly opened and read aloud. Specifications, a proposed contract for the execution of the work and forms of proposals can be examined and obtained from the Southold Town Clerk, Southold Town Hall, Main Road, Southold, New York 11971. Proposals must be upon and in accordance with the form of proposal prepared by said Town, which proposals shall be made and will be received upon the following conditions: Each proposal must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of Five Hundred ($500. 00) Dollars, conditioned that if the proposal is accepted, the successful bidder will enter into a contract for the work and will, within five (5) days from the date of the acceptance of the proposal furnish the required security. All deposits except that of the successful bidder will be returned. Upon acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, or fails to give the required security within the prescribed time, then the check deposited with the proposal and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold. The Town Board of the Town of Southold reserves the right to reject any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. ' Page 2 - NoticJS Bidders Sidewalks 8 Curbing All proposals must be signed and enclosed in sealed envelopes plainly marked "Bid for Sidewalks," and addressed to the Town Clerk, Town of Southold, Town Hall, Main Road, Southold, New York 11971. DATED: July 31, 1984. JUDITH T. TERRY SOUTHOLD TOWN CLERK PLEASE PUBLISH ONCE, AUGUST 2, 1984, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Long Island Traveler-Watchman The Suffolk Times Town Board Members Town Clerk's Bulletin Board Superintendent of Highways Dean LEGAL NOTICE it NOTICE TO BIDDERS �i NOTICE IS HEREBY GIVEN that sealed proposals are sought and request- ed by the Town Board of the Town of Southold, Suffolk County, New York, for Sidewalk and Curbing removal and replacement at various sites in the Town of Southold, Suffolk County, New York. The sealed proposals will be received by the Southold Town Clerk at iithe Southold Town Clerk's Office, Town Hall, Main Road, Southold, New York, until 10:00 A.M. , August 16, 1984, at which time and place they will be publicly opened and read aloud. Specifications, a proposed contract for the execution of the work and forms of proposals can be examined and obtained from the Southold Town Clerk, Southold Town Hall, Main Road, Southold, New York 11971. Proposals must be upon and in accordance with the form of proposal prepared by said Town, which proposals shall be made and will be received E upon the following conditions: Each proposal must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of Five Hundred ($500. 00) Dollars, conditioned that if the proposal is accepted, the successful bidder will enter into a contract for the work and will, within five (5) days from the date of the acceptance of the proposal furnish the required security. All deposits except that of the successful bidder will be returned. Upon acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, or fails to give the required security within the prescribed time, then the check deposited with the proposal and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold. The Town Board of the Town of Southold reserves the right to reject i any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. Page 2 - No to Bidders Side alks S Curbing All proposals must be signed and enclosed in sealed envelopes plainly marked "Bid for Sidewalks," and addressed to the Town Clerk, Town of Southold, Town Hall, Main Road, Southold, New York 11971. DATED: July 31, 1984. JUDITH T. TERRY SOUTHOLD TOWN CLERK PLEASE PUBLISH ONCE, AUGUST 2, 1984, AND FORWARD ONE (1) AFFIDAVIT' OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Long Island Traveler-Watchman The Suffolk Times Town Board Members Town Clerk's Bulletin Board Superintendent of Highways Dean --LEGAL NOTICE I I NOTICE TO BIDDERS i NOTICE IS HEREBY GIVEN that sealed proposals are sought and request- ' ed by the Town Board of the Town of Southold, Suffolk County, New York, for Sidewalk and Curbing removal and replacement at various sites in the Town of Southold, Suffolk County, New York. The sealed proposals will be received by the Southold Town Clerk at the Southold Town Clerk's Office, Town Hall, Main Road, Southold, New York, until 10:00 A.M. , August 16, 1984, at which time and place they will be i publicly opened and read aloud. Specifications, a proposed contract for the ii i execution of the work and forms of proposals can be examined and obtained from the Southold Town Clerk, Southold Town Hall, Main Road, Southold, New York 11971. Proposals must be upon and in accordance with the form of proposal prepared by said Town, which proposals shall be made and will be received upon the following conditions: Each proposal must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of Five Hundred ($500. 00) Dollars, conditioned that if the proposal is accepted, the successful bidder will enter into a contract for the work and will, within five (5) days from the date of the acceptance of the proposal furnish the required security. All deposits except that of the successful bidder will be returned. Upon acceptance of his bid, if the successful bidder fails to enter into + a contract pursuant to the requirements of the Town, or fails to give the required security within the prescribed time, then the check deposited with the proposal and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold. The Town Board of the Town of Southold reserves the right to reject any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. Page 2 - No to Bidders Sidel}4ialks 8 Curbing All proposals must be signed and enclosed in sealed envelopes plainly marked "Bid for Sidewalks," and addressed to the Town Clerk, Town of Southold, Town Hall, Main Road, Southold, New York 11971. DATED: July 31, 1984. JUDITH T. TERRY SOUTHOLD TOWN CLERK PLEASE PUBLISH ONCE, AUGUST 2, 1984, AND FORWARD ONE (1) AFFIDAVIT' OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Long Island Traveler-Watchman The Suffolk Times Town Board Members Town Clerk's Bulletin Board Superintendent of Highways Dean PROPOSAL TO THE SUPERINTENDENT OF HIGHWAYS OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK, FOR SIDEWALK AND CURBING REMOVAL AND REPLACEMENT The undersigned declares that he has carefully examined and fully understands the attached "Notice to Bidders", "Form of Contract", the "Specifications", and this form of proposal, and that he hereby proposes to furnish all the materials, implements and incidentals and to furnish labor and do all the work required for the removal and replacement of sidewalks and curbing at various sites in the Town of Southold, New York, in accordance with the price named in this proposal at his own proper cost and expense, all in accordance with the specifications and Notice to Bidders, all of which are a part of the contract hereunto annexed, to such an extent as they relate so to govern the obligations herein proposed to be assumed, to wit: The undersigned proposes to remove approximately 600 square yards of sidewalk and curbing and replace the same at various sites in the Town of Southold selected by the Superintendent of Highways at a price per square yard of Dollars. The undersigned hereby agrees to enter into a contract, in the form hereunto annexed, within five (5) days from the date of acceptance of this proposal and to begin the work within twenty (20) days after notification to proceed and to continue said work uninterupted until completed. The undersigned further agrees that within five (5) days from the date of accept- i ance of this proposal, he will furnish suitable surety to be approved by tfic Southold Town Board on an indemnifying bond for the faithful and prompt performance and com- pletion of the work specified in such contract, and a labor and material bond, in the amount of Seven Thousand ($7,000.00) Dollars. In lieu of such surety bonds, the undersigned may deposit with the Town a certified check in said amount. In default of the performance of any of these conditions on my part to be per- formed, the certified check in the amount of $500.00 which is herewith deposited with the Town, the same to be paid to the Town of Southold for the benefit of said Town; otherwise, the certified check deposited herewith will be returned to the undersigned. By submission of this bid or proposal, the bidder certifies that: (a) This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (b) This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder. , competitor or potential competitor; (c) No attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (d) The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (e) That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing I the execution of this certificate by the signator of this bid or proposal in behalf of the corporate bidder. Dated: Signature of Bidder Business Address of Bidder -2- LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that sealed proposals are sought and request- ed by the Town Board of the Town of Southold, Suffolk County, New York, for Sidewalk and Curbing removal and replacement at various sites in the Town of Southold, Suffolk County, New York. The sealed proposals will be received by the Southold Town Clerk at the Southold Town Clerk's Office, Town Hall, Main Road, Southold, New York, until 10:00 A.M. , August 16, 1984, at which time and place they will be publicly opened and read aloud. Specifications, a proposed contract for the execution of the work and forms of proposals can be examined and obtained from the Southold Town Clerk, Southold Town Hall, Main Road, Southold, New York 11971. Proposals must be upon and in accordance with the form of proposal prepared by said Town, which proposals shall be made and will be received upon the following conditions: Each proposal must be accompanied by the deposit of a certified check made payable to the order of the Town of Southold in an amount of Five Hundred ($500. 00) Dollars, conditioned that if the proposal is accepted, the successful bidder will enter into a contract for the work and will, within five (5) days from the date of the acceptance of the proposal furnish the required security. All deposits except that of the successful bidder will be returned. Upon acceptance of his bid, if the successful bidder fails to enter into a contract pursuant to the requirements of the Town, or fails to give the required security within the prescribed time, then the check deposited with the proposal and the moneys standing to the credit of the same, shall be forfeited to the Town of Southold. The Town Board of the Town of Southold reserves the right to reject any and all proposals and to waive any and all informality in any proposal should it be deemed in the best interest of the Town of Southold. Page 2 - Notices Bidders Sidewalks S Curbing All proposals must be signed and enclosed in sealed envelopes plainly marked "Bid for Sidewalks," and addressed to the Town Clerk, Town of Southold, Town Hall, Main Road, Southold, New York 11971. DATED: July 31, 1984. JUDITH T. TERRY SOUTHOLD TOWN CLERK PLEASE PUBLISH ONCE, AUGUST 2, 1984, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. Copies to the following: The Long Island Traveler-Watchman The Suffolk Times Town Board Members Town Clerk's Bulletin Board Superintendent of Highways Dean CERTIFIED COPY OF RESOLUTION AUTHORIZING THE EXECUTION OF NON-COLLUSIVE BIDDING CERTIFI- CATION IN BEHALF OF CORPORATE BIDDER RESOLVED THAT Name of.-VCorporation)---- be authorized to sign and submit the bid or proposal of this corporation for the following project; Sidewalk and Curbing removal and replacement at the vi:riou8 sites in the Town of Southold, Suffolk County, New York, and to include in such bid or proposal the certificate as to nasi-collusion required by Section 103-d of the General Municipal Law as the act and deed of such corporation, and for any in- accuracies or misstatements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing copy is z true and correct copy- Sof the resolution adopted by corporation at a meeting of its Board of Directors held on the day of ���:c r clary (Seal of the Corporation) GENERAL CONDITIONS AND SPECIFICATIONS 1. SCOPE OF WORK The work required under these specifications includes the supplying of all labor, materials, equipment and services necessary for the removal and replacement of broken and deteriorated sidewalks and curbing at various locations in the Town of Southold, New York in accordance with the specifications set forth herein; and the restoration of the sites to the grade specified by the Superintendent of Highways, including such filling, compacting, grading and leveling as shall be directed by the Superintendent of Highways. It is the intention of these specifications that all work and materials of every nature whatsoever, is to be performed and supplied by the contractor at the contractor's sole cost and expense, including the removal and disposal of all excess materials and debris resulting from construction operations. It is estimated that the work will. involve approximately 600 square yards of sidewalks and/or curbing. 2. ORAL AGREEMENTS Oral orders, claims or instructions by any party shall not change the terms or modifications in the Contract Documents and none of the Contract Documents shall be deemed waived or modified by reason of any oral agreement. 3. PROTECTION OF LIFE AND PROPERTY The contractor shall keep the sites in a safe condition with adequate barricades and warning lights to prevent injury to the public. 4. GUARANTEE All workmanship and materials shall be guaranteed by the contractor to the Town for a period of one (1) year from the date of final acceptance of the work by the Town. 5. ENUMERATION OF CONTRACT DOCUMENTS The following are the Contract Documents: Proposal, Notice to Bidders, General Conditions, Specifications, and Contract. 6. PERMITS The contractor shall obtain and pay for all required permits, approvals, authorizations, licenses of any kind necessary for the prosecution of the work. Copies of all such permits, approvals, authorizations and licenses shall be filed with the Town Clerk and no work shall be commenced until the same have been obtained and filed. 7. TAXES Contractor shall pay all sales, consumer, use and other similar taxes required to be paid in connection with the work in accordance with the applicable laws, except that the contract price shall not include any taxes from which the Town is exempt. 8. EXISTING DIMENSIONS AND ELEVATIONS The contractor shall have the sole responsibility of taking field measure- ments and completing the construction in accordance with the intent of the Contract Documents. 9. CONDITIONS OF WORK Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of his obligation 1_o furnish al.I material and labor necessary to carry out the provisions of his contract. Insofar as possible the contractor, in carrying out his work, must employ such methods or mearis as w1.1.1 minimize interruption or interference with the public or private use of the sites and adjacent properties. -2- 10. OBLIGATION OF BIDDER F At the time of the opening of bids, each bidder will be presumed to have inspected the sites and to have read and become thoroughly familiar with the Contract Documents. The failure or omissions of any bidder to examine any form, instrument or document shall in no way relieve any bidder from any obligation in respect to his bid. 11. SITE CONDITIONS The contractor must, at his own risk, inspect the sites of the proposed work and assume all risk pertaining to the location of the site and possible adverse conditions. The Town does not make any representations as to the soil or subsurface conditions to be encountered. 12. INSPECTION All work shall be performed under the inspection and contract administration of the Town or its authorized agent, who shall make the final decision pertaining to acceptance or rejection of the work. 13. CLEANUP The work sites shall be kept in a safe orderly condition at all times. Upon completion of the contract work, the contractor shall completely clean the site and leave it in condition for use by the Town. Any item located inside or outside the work areas, damaged or destroyed by the contractor shall be replaced in kind. 14. WEATHER CONDITIONS In the event of temporary suspension of the work, or during inclement weather, or whenever the Highway Supasintendeat shall direct, the contractor will, and will cause his subcontractors to protect carefully his and their work and -3- materials against damage or injury from the weather. If, in the opinion of the Superintendent of Highways, any work or materials shall have been damaged or injured by reason of the 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. -4- SPECIFICATIONS FOR REMOVAL AND REPLACEMENT OF SIDEWALKS AND CURBING REMOVE & REPLACE CONCRETE SIDEWALK 1. DESCRIPTION OF WORK Under this item, the contractor shall saw cut and remove existing side- walk and construct sidewalks where ordered by the Superintendent of Highways. 2. MATERIALS Concrete shall conform to all of the requirements specified for Item 105 in the table, "Composition of Concrete Items" and Section 7 of the New York State Department of Public Works, January 2, 1962 Specifications, as amended. 3. CONSTRUCTION DETAILS The Contractor shall saw cut concrete sidewalk to establish a straight line where abutting new work to existing. The saw cut shall be to a depth sufficient to enable the sidewalk to be removed leaving a straight edge. Concrete sidewalk that is removed leaving a ragged edge, shall be recut and replaced at the contractor's expense. Adjacent sidewalk to be left in place which is undermined, moved or damaged past the saw cut line during the excavation operation will be removed and replaced at the contractor's expense. The concrete shall be worked and floated so as to produce a smooth and uniform surface. The concrete shall be laid in one course with steel fabric rein- forcement conforming to the requirements of New York State Department of Public Works, Item 25 F embedded midway between the upper and lowest surfaces. Sidewalks shall be four inches (4") in depth and have transverse construction joints to the full depth of the concrete spaced 12 feet apart and the edges of such joints finished with an edging tool of 1/4 inch radius. The Lop surface shall be s A scored at intervals of four feet (41) so that the finished walk will be marked in squares both longitudinally and transversely. CURING The specifications for Item 97 conforming to the requirements of the New York State Department of Public Works, January 2, 1962 specifications, as amended will apply for curing. 4. PROTECTION The contractor shall protect the sidewalk and keep it in first class con- dition until the completion of the contract. Any portion of the sidewalk which is damaged or vandalized at any time previous to the final acceptance of the work shall be removed and replaced with satisfactory sidewalk at the Contractor's expense. 5. METHOD OF MEASUREMENT The unit price bid per square yard for this item shall include the cost of saw cutting and removing existing sidewalk, preparing the subgrade and of furnish- ing all equipment, materials and labor necessary to complete the work. Excavation for the placement of the sidewalk shall be included under this item. 6. BASIS OF PAYMENT Payment for concrete sidewalk restoration shall be for the number of square yards of concrete placed and shall include the cost of saw cutting; and removing existing sidewalks, forming, subbase preparation, steel fabric reinforcement, expan- sion joint material, curing membrane, removing broken concrete from the site, and other necessary incidentals to complete the work. i All sidewalks damaged by the weather, pedestrians, or vandalism shall t be removed and replaced at the coatractor's expense. _2_ THIS AGREEMENT, made and entered into this ___day of 1984 by and between the TOWN OF SOUTHOLD, a municipal corporation organized and existing under and by virtue of the Laws of the State of New York, in the County of Suffolk (hereinafter called the Town) , party of the first part, and (hereinafter called the Contractor) , party of the second part. WITNESSETH, that the parties to these presents, each in consideration of the agreement on the part of the other herein contained, have agreed and hereby agree, the party of the first part for itself, its Successors and assigns, and the party of the second part, for itself, himself. , his heirs, executors, successors and assigns, as follows: 1 . The Contractor will,at the Cantractor's own sole cast and expense, furnish all labor and services and all material for the removal arld replacement. of approxi- mately 600 square yards of broken and/or deteriorated sidewalk and curbing in various sites of the Town of Southold, as specified by the Highway Superintendent, and will construct, complete and finish the same in the most thorough, workmanlike and sub- stantial manner, and in every respect to the satisfaction and approval of the Town in the manner and in strict accordance with the Notice to Bidders, General Conditions, Proposal, and Specifications which are hereby made a part of this contract, as fu.11,y as if the same were repeated at length herein. 2. All work under this contract shall be done to the Satisfaction of the Town, which shall at all times have access to the work and which may order the dismissal of such workmen as it may deem incompetent or carel.et:h, or may require the Contractor to remove from the premises such materirtlo or work as In the Town's opinion are not in accordance with the Specifications, substitute therefor, without delay, other t work and materials, and the expense of doing so and of making good other work dis- turbed by the change, shall be borne by the Contractor. The Town shall also deter- mine the amount, quantity, acceptability and fitness of the several items of work and material which are to be paid for hereunder. The Town shall also determine whether the said Specifications have been fully complied with by the Contractor. The determination of the Town in all of such matters shall be final and binding upon the parties hereto. Such determination, in the event that any question shall arise, shall be a condition precedent to the right of the Contractor to receive any money hereunder. 3. Should anything be omitted from the Specifications which is necessary for a clear understanding of the work, or should error appear either in the various instruments furnished or in the work done by other contractors affecting the work covered hereby, the Contractor shall and will promptly notify the Town, and in the event of the Contractor's failure so to do, he shall and will make good any damage to or defect in the work caused thereby. 4. The Contractor shall, at his own cost and expense, provide any and all manner of labor, material, apparatus, appliances, utensils, tools, machinery and whatever else m.,y be required of every description necessary to do and complete the work, and shall be solely answerable for the same and for the safe, proper and lawful construction, maintenance and use thereof. The Contractor shall cover and protect the work from damage, and shall make good al.l injury to the same appearing before the completeion of the work provided for herein. 5. Neither the Town nor any of its officers, agents or employees shall in any manner be answerable or responsible for any loss or damage that shall or may happen to the said work or to any part or parts thereof, or to any materials, loading -2- equipment or any property that may be used or employed therein, or placed upon the ground during the process of the work, nor shall it be in any manner answerable or responsible for any injury done or damage or compensation required to be paid under any present or future law, to any person or persons whatever, whether employees of the Contractor or otherwise, or for damages to any property, whether belonging to the Town or to others, appearing during or resulting from the said work. Against all such injuries, damages and compensation, the Contractor shall and will properly guard. The Contractor shall also, at all times, indemnify and save the Town and its officers, agents and employees harmless against all such injuries, damages and compensation arising or resulting from causes other than its negligence. 6. The Contractor agrees that it shall, pursuant to the Workmen's Compensation Law of the State of New York, secure the payment of compensation for the benefit of all employees who may be injured or suffer disability in the work contracted to be performed under this contract, and for the benefit of the dependents of such employees. The Contractor shall continue to secure the payment of such compensation during the life of this contract. In the event of the failure of the Contractor to secure compensation to the employees and their dependents as aforesaid, or in the event of the failure to continue the securing of such compensation during the life of this contract, the contract shall be and become void and of no effect , and the Contractor shall forfeit to the Town all payments provided under this contract and the value of all work done and materials rendered hereunder. 7. The Contractor and each subcontractor or other person doing or contracting to do any work contemplated by this contract shall comply with all laws, ordinances + and regulations in any manner affecting the work or performance of this contract, whether or not such laws, ordinances or regulations are mentioned herein and shall -3- indemnify and save harmless the Town and its officers, agents and employees against any claim or liability arising from or based upon the violation of any such law, ordinance or regulation. Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to have been inserted herein and if through mistake or otherwise such provision is not inserted, then upon the application of either party, this contract shall be physically amended forthwith to make such insertion. Without in any manner limiting the foregoing provisions hereof, attention is particu- larly directed to the applicable provisions of Article 8 of the Labor Law (wages, hours, statements showing amounts due for wages, discrimination, preference in employ- ment, minimum rate of wages, etc.) , and Article 5-A of the General Municipal Law (Public Contracts) , which said provisions of law are incorporated herein by reference. Prevailing wage rates are attached hereto and form a part hereof. 8. The Contractor shall secure and take out at his own expense all necessary certificates, authorizations and permits from the municipality or other public author- ities required in connection with the work contemplated by this contract or any part thereof, and shall give all notices required by law, ordinance or regulation. He shall pay all fees and charges incident to the due and lawful prosecution of the work contemplated by this contract. 9. The Contractor in entering into this agreement, understands that the Town reserves the right to modify the same with respect to the arrangement, character, alignment or nature of the work or of appurtenances whenever in its opinion it shall deem it necessary or advisable to do so. The Contractor shall and will accept such modification when ordered in writing by the Town, and the same shall not vitiate or void this contract. Any such modification so made shall not, however, subject -4- the Contractor to increased expenses without equitable compensation, which shall f be determined by the Town. If such modifications or any part thereof, result in a decrease in the cost of work involved, an equitable deduction from the contract price, to be determined by the Town, shall be made. The Town's determination of t any such additional compensation or of any such deduction shall be based upon the bids submitted and accepted. In any event, no modification of the work described in the Specifications shall be made, unless the nature and expense thereof have first been certified by the Town in writing and sent to the Contractor. 10. Neither the Town nor any of its officers, agents or employees, nor any order for the payment of money, nor any payment for, or acceptance of the whole or any part of the work by the Town, nor any extension of time, nor any possession taken by the Town, its officers, agents or employees, shall operate as a waiver of any provision of this contract, or of any power herein reserved to the Town, R or any right to damages herein provided; nor shall any waiver of any other provision of this contract be deemed to be a waiver of any other or subsequent breach. Any remedy provided in this contract shall be taken and construed as in addition to s each and every other remedy herein provided; and in addition to all other suits, actions or legal proceedings, the Town shall also be entitled as of right to a writ of injunction against any breach of any of the provisions of this contract. ll. In case of unnecessary or inexcusable delay in the general conduct of the work or in the event of an actual or practical abandonment of the work, the Town will notify the Contractor or his bondsman in writing to that effect. If the ` Contractor or his bondsman shall not within six (6) consecutive days thereafter i take such measures as will, in the ,judgment of the Town, insure a satisfactory com- pletion of the work in the time specified, the Town may then notify the aforesaid t' r M1 I contractor and his bondsman to discontinue all work under this contract, and it is hereby agreed that the Contractor and his bondsman shall immediately respect such notice and stop work, and cease to have any right to possession of the premises whereon said work is being performed. The Town shall thereupon have the power and authority to cancel the contract, and to relet the work or any part thereof or to employ such persons and equipment as it may deem advisable by contract or otherwise, to complete the work herein described, and to use such material as it may find upon the premises, and to procure other materials for the completion of said work. All expenses of such completion of the work, including the additional payments to be made to the persons completing the same, and any other claims arising under this contract, shall be deducted and paid by the Town out of such moneys as may then be due the said Contractor or which may thereafter become due under a►►d by virtue of this agreement or any part thereof. in case such expense is less than the sum which would have been payable for such work under this contract if the same had been fully completed by the Contractor, he shall_ be entitled to receive the difference; in case such expense is greater, the Contractor shall pay the amount of such excess 1 so due. 12. Each and every employee of the Contractor, and each and every subcontractor engaged in said work, shall , for all purposes, be deemed and taken to be the exclusive servants of the Contractor and not for any purpose in any mai►ner i.n the employment of the Town. The Contractor shall in no manner be relieved from responsibility or liability on account of any delay in the execution of the said work, or of any Dart. thereof, by the acts or omissions of any such employee, or any subcontractor, or any materialmen whatsoever. 13. The Town shall pay, and the Contractor shall receive, the prices stipulated in the proposal hereunto annexed, as full compensation for everything Yurnished -6- and done by the Contractor under this contract. Such payment shall be made by the Town as follows: (a) On not later than the fifth day of every month the Contractor shall submit a requisition covering the percentage of the total amount of the contract which has been completed from the start of the job up to and including the last day of the preceding month, together with such supporting evidence as may be required by the Town. (b) Not later than the fifteenth day of each calendar month after the date of notice to proceed with work at the site, the Town will make partial payment to the Contractor on the basis of a duly certified approved estimate of the work performed during the preceding calendar month by the Contractor, but the Town will retain five percent (5') of the amount of each such estimate until final completion and acceptance of all work covered by this contract. (c) No partial payment will be made for any materials or equipment until they are incorporated in the work except that fifty percent (50%) of the estimated value may be allowed for manufactured materials delivered at the construction site and properly stored and protected, provided, however, that the Contractor if so requested by the Town shall furnish written evidence that he is the unconditional owner of such manufactured materials. (d) All work covered by partial payments made shall thereupon become the sole property of the Town, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and portection of work upon which payments have been made or the restoration of any damaged work, or as a waiver of the right of the Town to require the -7- fulfillment of all of the terms of the contract. (e) Before any payments will be made under this contract, the Town reserves the right to require that the Contractor and all subcon- tractors shall, submit written verified statements, in satisfactory form, certifying in detail to the amounts then due and unpaid by such Contractor and subcontractor to all laborers for daily or weekly wages on account of labor performed upon the work under this contract, or to other persons for materials, equipment and supplies delivered at the site of the work. The term "Labor" as used herein shall include workmen and mechanics , (f) Upon completion of the project, the Town Engineer shall make a final inspection for approval of all the work done under this contract and shall, within fifteen days after the acceptance of the work by the Engineer and the Town, prepare a final certificate of the work done and the value thereof. The Town shall upon approval of the final certificate, promptly pay the Contractor the entire sum so found due thereunder after deducting all pre- vious payments and all percentages and amounts to -be kept and retained under the provisions of this contract. All prior partial, payments shall be subject to correction in the final estimate and payment. (g) Before issuance of final certificate, the Contractor shall submit evidence satisfactory to the Town and its Engineer that all payrolls, material bills, and other indebtedness connected with the work have been paid. 14. The Contractor, during the term of this contract, shall provide owner's protective liability and contractor's public liability and property damage insurance to be written by an insurance company authorized to do business in the State of New York and approved by the Town, such policies to be in amounts of not less than _g_ $1.00,000,000 with respect to claims arising out of any one accident resulting in bodily injury to or death of any one person, and in amounts of not less than $1,000,00 with respect to claims arising out of any one accident resulting in bodily injury to or death of more than one person, and in an amount of not less than $100,000 against claims arising out of any one accident resulting in property damage, all protecting the Town and the Contractor against injuries or damage to persons or property caused by or resulting from the execution of the work or in consequence of any improper materials, implements, equipment or labor used therein, or due to any act, omission or neglect of the Contractor or his agents and employees or subcontractors. Certificates of such insurance shall be filed with the Town Clerk. 15. The Contractor shall not assign, transfer, convey, sublet or otherwise dis- pose of this contract, or of his right, title or interest therein, or his power to execute the same, to any other person or corporation without the previous consent in writing of the Town. In the event that the Contractor shall violate the provisions of this paragraph, the Town shall revoke and annul the contract and the Town shall be relieved and discharged from any and all liability and obligations growing out of such contract to such Contractor, and to the person, or corporation to which such contract shall have been assigned, transferred, conveyed, sublet or otherwise dis- posed of, and such Contractor, and his assignees, transferees or sublessees shall forfeit and lose all moneys, therefor earned under this contract, except so much as may be required to be paid to his imployees. IN WITNESS WHEREOF, the Town has caused its corporate seal to be affixed hereto, and these presents to be signed by the Supervisor of the Town of Southold and the Contractor has hereunto set his hand and seal the day and year first above written. TOWN OF SOUTHOLD BY -9- STATE OF NEW YOU1 .) COUNTY OF SUFFOLK) On this 1984, before me personally came Frank J . Murphy to be per�ionally known, who, being by me duly sworn, did dispose and day that resides at Old Main Rd . , Mattituck, New York; that he is the Super- visor of tho TOWN OF SOUTHOLD, the municipal corporation described in and which executed the above insti,umevt ; that he knows the seal of said corporation; that the seal affixed to said Instrument is such corporate seal; that it was so affixod by order of the Southold Town Board, and that ha- signed his name thereto by like authority. _.:Notary Public STATE OF NEW YOkK) COUNTY OF SUFFoLK) (Acknowledgement for Individual Contractor) On 0,18 dcfy of 1984 , before me personally came to me known and to me to be the individual described in and who exvcuted the above instrunexit, said he acknowledged that he executed the same. Notary Public _IU_ 1 9 STATE OF NEW YORK) ss. : (Acknowledgement for Corporate Contractor) COUNTY OF SUFFOLK) a On this day of _ _ , 1984, before me personally came to me personally known, who, being by me duly sworn, did depose and say that he resides at ; that he is the of the corporation described in and which executed the above instrument; that he knows the seal of said corporation that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NoLdry Public _f�._ • Bureau of Public Work State of New York Department of Labor State Office Building Campus Albany, N.Y. 12240 r CONTRACT REQUIREMENTS Each public work contract to which the State, a public benefit corporation, a municipal corporation or a commission is a party and which may involve the employment of laborers, workmen or mechanics, shall comply with the requirements of Article S(Sections 220-223)of the New York State Labor Law: : 1. No laborer, workman or mechanic in the employ of the contractor, subcontractor or other 4 person doing or contracting to do the whole or a part of the work contemplated by the contract shall be permitted or required to work more than eight hours in any one calendar day or more than five days in any one week except in the extraordinary emergencies set forth in the Labor Law or when a dispensation is granted by the Commissioner of Labor. (See Section 220.2) 2. Each laborer, workman or mechanic employed by the contractor or subcontractor shall be paid not less than the prevailing rate of wages at the time the work is performed, and shall be paid or provided not less than the prevailing supplements at the time the work is performed, c as determined by the fiscal officer. If the prevailing rate of wages or the prevailing supplements change after the contract is let, each workman, laborer or mechanic shall be paid or provided not less than the new rates. (See Section 220.3) 3. The contractor and every subcontractor shall post in a prominent and accessible place at the work site a statement of the current prevailing wage rates and supplements for the various classes of mechanics,workmen or laborers. (See Section 220.3•x) 1 4. No employee shall be deemed to be an apprentice unless individually registered in a program registered with the New York State Department of Labor. 'fhe allowable ratio of apprenhses ( to journeymen in any craft classification shall not be greater'than the ratio permitted to the r contractor as to his work force on any job under the registered program. Any employee who is t E not registered as above, shall be paid the prevailing wage rate for the classification of work he I actually performed. The contractor or subcontractor will be required to furnish written evidence of the registration of his program and apprentices as well as of tice appropriate ratios ' and wage rates for the area of construction, prior to using any apprentices on the contrad i work. (See Section 220.3) f 1, 5. (a) No contractor,subcontractor,nor any person acting on his behalf,strap by reason of rode t creed, color, disability, sex or national origin discriminate against any citizen o1 rhe State of New York who is qualified and availableto perform the work to wi��ch the employment relates. (See Section 220-e(a) ) (b) No contractor, subcontractor, nor any person acting un his behalf small, u. any manner discriminate against or intimidate any employee on account of race,creed,colo', disability, sex or national origin. (See Section 220-e (b) ) NOTE: The Human RiEhts Law also prohibits discrimination in employment because of age,marital status or relihion. (c) There may be deducted from the amount payable to the contractor under the contract a penalty of five dollars for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the contract. (See Section 220-e (c) ) (d) The contract may be cancelled or terminated by the State or municipality,and all moneys due or to become due thereunder may be forfeited, for a second or any subsequent violation of the terms or condition of the anti-discrimination sections of the contract. (See Section 220,e(d) ) PW-3(9.82) PREVAILING RATE SCHEDULE Stato of New York •Ke Urb4r'-- Bureau of Department of Labor PUbII.0 Work 8 302097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prev- SUPPLEMENTAL BENEFIT PAYMENTS a 1 1 I ng OCCUPATIONS wage health basic and pen- suppl . other supplements hourly Welfare slon Unerp. rate (A) (a) (C) (D) through (M) ASBESTOS_ WORKER `-�""�'-` Asbestos Worker 1S. 640 1. 140 1, 410 ------------------------------ Insulator 15- 640 2. 140 1. 410 BOILERMAKER doi l ermaker 17. 120 . 850 1. 710 I-2. S7, H-. 04, G-1. ,?0, CARPENTER -, Corpenter(BI dg. ) 16. 150 1. 970 2. 130 Floor Coverer 14. 900 1. 850 1. 330 Carpet Layer 15. 980 1. 970 1. 480 Dry-wall Applicator 14. 650 1. 530 2. 030 I 35, H-, 04, G 90, ME I I wr f ght 15. 450 1. 970 1. 490 I-1- 25, H-. 07, 0-. 03, G-1. 61. Carpenter (Hvy/Hwy) 13. 450 1. 530 2. 030 _ Z-. 35, N-. 04, G-. 90, Pi ledri ver 15. 950 1. 970 1. 480 T i mbar l I dem 24. 860 1. 850 1. 330 T i aberran 13. 790 1. 850 1. 330 I-. 90, H-. 10, G-1. 0'>, Helper 13. 32.0 1. 970 1. 480 I-1. O5. H-. 10, G-1. 15, MARTNE DIVER _ Marine Diver 19. 290 1. 970 1. 480 . 035 I-1. 05, H-. 10, G-1. 23, Tender is, 090 1. 970 1. 480 . 035 I-1. 05, H-. 10, G-1. .!3, U1 Core Dri l ler 11. 30S 1. 000 . 740 G_ 19 Helper 9. 845 1. 000 . 740 Gas/Oil well Driller Helper/loos Dresser Well Driller(Water) 13. 100 1. 179 2. 250 --- Helper 11. 100 . 999 2. 250 PUMP Installer 3. 500 . 460 . 000 A PJ ------- Electrician 17. 200 1, 554 1. 118 . 2S0 G-1. 63'1, Mal ntenance 13. 800 1. 104 . 621 I-l. 104, H-. 086, J- 41 G-1. 035, Applicable or+ traffic signals and street Ilghting only. ------------------------ -- -- Sound/Audi o-Instal I /Repair 17- 000 1. 060 1. 060 G-1. 44S, Telephone-Install /Repair 14. 000 2. 016 2. 2yG J-. 224, F-. 1.4, G-1. x84 F t-L-V A T O R Eiovator(Constructl oh) 14. 990 1. 34S .9s0 1-1. 14, F- 035, Helper ---- - 11. 240 1. 345 . 950 I-1. 14, F- 035, Eleva1or(MOJerh1 zatl oh) 14. 400 1. 3-hS 1. 085 I-1. 00, F-. 035, Helper 10. 800 1. 34S 1. 085 I-1. OU. F- 035, Glazier 15. 250 660 710 I-2. 00, H-. 01, G-. IRONWORKER -- -- T Structural 14. 400 1. 860 2. 800 I-3. 85, H-. 11, G-2. (ID, R{ Ornamental 15. 120 1. 21D 1. 55D I-2 00, H-. 10, G-1. G 0, gger 15, 730 2. 230 1. 770 I-2. 00, H-. 10, G-2 oU, Chai n Li nk Fence 15. 430 1. 300 1. 850 I-2. 50, H-. 15. G-1. D0, OCCUPATIONS APPLICABLE TO B._.U..�a. D�. ING AN0 HEAVY t c iWpY CONSjRtiCTIQN SCHEDULES Page .1 SURVEY a - Li PREVAILING RATE SCHEDULE Se (:aNumber Bureau of State of New York Public Mork Department of Labor 83D2097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prov- f,UPPLEMENTAL BCNU-FIT PAYMENTS al 11 h9 OCCUPATIONS Wage health other supPlereats becic and Pen- suPPl • hourly Welfare $Ion uhemp. rate (A) (B) CC) CD) through CM) LAE{ORER (BUILDING) 11. 740 ?.. 530 1. 530 M-. 10, G-1. 00. Basic 11. 740 1. 530 1. 530 M-. 10, G-1. D0, Mason Tender 12. 950 1. 760 1. 200 . 500 1-1. 15, Plpelayer 12. 740 2. 050 1. 530 M-. 10, 11-1. 00. Concrete 12. 360 1. 320 1. 790 I-. SD, G-2. D0, Power. AI r Tool 10. 990 . 999 1. 428 M-. 109. G-. 75. Asphalt Raker 10. 760 . 966 1. 398 M-. 107. G-. 75, Asphalt Tamper 14. 440 1. 320 1. 790 I-. SO, G-2. 00. Blaster 10, 900 1. 250 1. 700 F-. 03, G-1. 00. Demolition -------- (HEAVY/HIGHWAY) 9. 750 . 975 1. 267 M-. 10, G-. 75. Bas 1 c 12. 950 1. 760 1. 200 . 500 I-1. 15, Flagman 9. 750 . 975 1. 267 M-. 10, G-. 75, Pipelayer 10. 85D 1. 000 1. 450 I-. SO, G-. 5o. Power , Alr Tool 10. 300 . 927 1. 339 M-. 103, 6-. 75, Coil cratu 11. 550 1. 110 1. 110 G-. 82, Wagon Dri I I 10. 400 1. 040 1. 352 M- ID. G-. 75, Asphalt Raker 10. 160 1. 016 1. 320 M-. 10. G-. 75, Asphalt Tamper 10. 990 . 989 1. 428 M-. 109. 6-. 75. Formsetter 9.7s0 . 97S 1. 267 M-. 10, G-. 75, Blaster !".ATHF R 17. 280 1. 325 985 :L-i. 60, 1-1- 01, 13- 02- Lather -1. 60. H-. O1. D-. 02, Lather (Wood. Wire) G-. 75, 15. 720 1- 325 985 Reinforcing G-. 75. MASON _ 15. 2L0 1. 780 2. 300 I-2. 05. H-. 04, Bricklayer H-. D1, G-1. 00, Cement Fihislier (Bldg. ) 16. 52D 1. 99D 2. 350 H-. O1, D- . D1, G-1. 9S, Plasterer 13. 450 2. 4SO . 000 I-1. OO, H-. 07. 11.1. 35, Tuck Poi ntur 14. 000 1. 500 1. 900 Mosal c/Terrazzo Wkr 15. 990 1. 170 1. 500 . 450 G-1. 00. Terrazzo Helper 14. 55a 1. 170 1. 500 . 450 G-l . 085. T I 1 esettor 13. 800 1- 600 1. 350 T I I esetter HQ I PQr 10. 960 1. 30S 1. 020 15. 230 1. 230 1. 510 1-1. 50, H- 10, G-2. OD, Derrlckman -------------- Cement Fl hinlshQr(H/H) 13. 500 1. 940 2. 270Y PAINTER 13. 990 3. 240 1. 000 Brush 15. 280 1. 680 990 I-1. 53. H-. 075, G-. 46. structural StQQ 1 Spray 15. 500 3. 240 1. 000 Bridge 15. 280 1- 680 90 I-1. S3. H-. 075, G-. 46, Sandb I aster• 15. 280 1. 680 . 9 990 Paperhanger 15. 280 1. 330 1. 330 00 H-. 23, G-. 6D, Drywall TaPQr 13. 990 3. 240 1. --------------------------- --- Striping Mach. OpQr CH/H) 10. 900 760 . 740 LI German (H/H) 10. 9100 . 760 . 740 _- PLUMBER 14. 600 1. 050 2 300 I-. 571. 1-1 37, G-1. 30, P 1 umber ROOFER i 12. 740 1. 610 1. 560 I-1. 18, H-, 03, G-2. 00, Roofer SHEETMETAI. WORKER 16. >:06 1. T64 1. 828 . 25D H-. 187, J-l. 258, D-. 08 Shsetmetai Worker G-. 25. ------------------------------ 12. 950 . 910 1. 230 1- 57, H- 02, 144- 88, Sign Erector CH/H) OCCUPATIONS APPLICABLE TO BUILDING AND HEAVY / HIGHWAY CONSTRUCT_ SCHEDULES Payu 2 SURVEY S - B PREVAILING RATE SCHEDULE State of Now York Case-Nomber "ureau of Department of Labor Public. Werk 8392097 SUFFOLK COUNTY TOWN OF 6OUTHHOLD Prev- SUPPLEMENTAL BENEFIT PAYMENTS ailing OCCUPATIONS wage health basic and pen- suppl . other supplements hourly welfare cion unemp. rate (A) (6) CC) (D) through CM) SPRINKLER FITTER Sprinkler Fitter 17. 320 1. 000 1. 180 F-. 07. K-2. 50. G-1. 00. STEAMFI TER Steamf i tter 17, 320 1. 000 1. 180 F-. 07. K-2. 50, G-1. 00. SURVEYING SURVEY CREW (Highway 8 Heavy only) Party Chief 12. 430 . 900 . 700 I-2. 00, H-. 05, G-. 70. Instrument Man 10. 390 . 900 . 700 I-2. 00, H-. O5, G-. 70. Rodman/Chas nman 9, 000 . 900 . 700 I-2. 0D, H-. O5, G-. 70, Survey Rates apply to those workmen employed on HIGHWAY and HEAVY contracts let on or after July 2, 1979 TEAMSTER Excavation 19. 525 1. 612 2. 832 1-1. 00, Euclid Other 10. 525 2. 612 2. 852 1-1. 00, TREE TRIMMING Tree Trimmer 12. 030 . 000 . 000 Groundman, Dri ver 9. 300 . 000 . 000 WATERPROOFER Waterproofer 14. 520 1. 250 2. 500 I-1. 50, J-1. 54, F-. 08, Tuck Pointer 14. 520 1. 250 2. 500 Sandblaster(Mason) 15. 770 1. 250 2. 500 Steemcleaner(Mason) 15. 120 1. 250 2. 500 WELDFR Welder 13. 900 1. 860 2. 550 Z-3. 35, H-. 11, G-2. 00, 6-F-EW ATOkS OF POWER EQUIPMENT' POWER EQUIP. OPER. (BLDG) Backhoe 14. BSS 1. 426 2. 501) . 20U Bulldozer 15. OSS 1. 444 2. 750 . 200 H 2i;, M-. 15, G-1. 00. Compressor 14. 155 1. 363 2. 500 . 200 H-. 25, M-. 15, G-1. 00, Crane 14. 60S 1, 432 2. 500 . 200 H-. 25, M- 15, G-1. 00, Fireman 13. 550 . 800 800 I-2. O0, H--. 10, G-. 70, Fork 1 1 ft 14. 780 1. 420 2. S00 . 200 H-. 25, M- 15, G-1. 00, Front End Loader 14, 950 1. 435 2. 750 . 200 H-- 25, M- . 15, G-1. 00, Grader 13. 820 . 800 . 800 I-2. 00, H-. 10, G-. 70, Hoist Opr. 25. 48D 1. 41913 2. 750 . 200 H-. 25. M-. 15, G-1. Q0, Mixer (A I I ) 13. 550 . 800 . 800 Oi i er 13. 055 1. 270 2. 500 . 200 H-. 25, M--. 15, G-1. 00. Pi I edrl ver 14. 090 1. 200 1. 050 1-2. 25. H-. 10, G-. 75, Pump 15. 405 1. 476 2. 750 200 H-. 25, M- 15, G-1. 00. Roller 16. 280 . 980 1. 630 1. 200 H-. 37, Scraper 8 Pan 13. 4520 . 800 . 800 I-2. 00. H-. 3 0, G-. 70, Shovel 14. 820 1. 200 1. 050 I-2. 2S, H-. 10, G-. 75. Tractor 14, 305 1. 377 2. 750 . 200 Trench) n9 Machine 14. 370 1. 200 1. 050 --- --------------------------- CONTINUED OCCUPATIONS APPLICABLE TO 13UILDING AND HEAVY / HIGHWAY CONSTRUCTION SCHEDULES Page 3 SURVEY Y - 8 �- PREVAILING RATE SCHEDULE State of New York Cas�urber Bureau of Department of Labor Public Work e _ 8302097 SUFFOLK COUNTY TOWN OF SOUTHHOLD Prev- SUPPLEMENTAL BENEFIT PAYMENTS a 1 1 I ng OCCUPATIONS wage health basic and pen- suppl . other supplements hourly welfare Sion unemp. rate (A) (B) (C) (0) through (M) CONTINUED ------------------------------ POWER EQUIP. OPER. (HVV/HWAY) Asphalt Spreader 14. 580 1. 402 2. 500 . 200 H-. 25+ 1ol-. 15, G-1. 00, Backhoe 14. 95Q 1. 43S 2. 500 . 200 H-. 25, M-. 15, 0-. 20, G-1. 00. Belt Loader 13. 82D . 8110 . 800 1-2. 00, H- 10, G- 70, Bulldozer 13. 770 1. 329 2. 500 . 200 H-. 25, M-. 1S, G-1. 00, Compressor 15. 205 1. 458 2. 750 . 200 H-. 25, M-. 15, G-1. 00, Concrete Pump 13- 000 4. 200 1. 050 Concrete Breaker 13. 330 1. 289 2. 750 . 200 H-. 25, M-. 15, G-1. 00, Crane 14. S80 1. 402 2. 500 . 200 Dragl i ne 14. 370 1. 200 1. DSO Fi ni shi ng Machine 13. 560 800 . 800 Fireman 13. 1550 . 800 1800 Z-2. 00, H-. 10, G-. 70, Front End Loader 14. 30S 1. 377 2. 500 . 200 H-. 25, M-. 15, G-1. 00, Grade-A I I Oper. 16. 000 . 960 1. S20 1. 200 H- 36. Grader 13. 985 1. 34a 2. S00 . 200 H 25, M-. 15, G-1. 00, Mechani e-Const. Equip. 13. 770 1. 329 2. 500 . 200 H-. 25, M-. 15, G-1. 00, Mai nt. - Greaseman 15. 055 1. 444 2. 750 . 200 H-. 25, M-. 15, G-1. O0, OI I er 12. 370 1. 203 2. 600 . 200 H-. 25. M-. 15, G-1. 00. P I 1 edr i ver 14. 090 1. 200 1. 050 I-2. 25, H-. 10. G-. 75. Post Driver (Guard Rail ) 15. 040 . 900 1. 420 1. 200 H-. 33, Pump 13. 770 1. 329 2. 500 . 200 H-. 2S, M- . 15, G-1. 00. Ridge Cutter (Pavement Saw) 24. 820 1. 200 1. 050 I-2. 25. H-. 10, G-. 75. Roller 14. 120 1. 360 2. 500 . 200 H-. 25, M-. 15, G-1. 00. Scraper 8 Pan 14. 420 1. 396 2. 750 . 200 H-. 25, M-. 15, G-1. 00. Shovel 14. 820 2. 200 1. 050 I-2. 25, H- . 10. G-. 75, Tractor 12. 155 1. 183 2. S00 . 200 H-. 35, M-. 15, G-1. 00, Trenching Machine 14, 370 1. 200 1. 050 I-2. 25, H-. 10, G-. 75, APPRENTICE RATES: Apprentice Rates are NOT provided In this schedule. ART. 8, Sec. 220. 3-e . ^Apprentices will be permitted to work :,s such only when they are registered, Individually, under a bone fide program registered with the New York StateDepartment of Labor. The allowable ratio of apprentices to Journeymen In any craft classiflCatlon shall not be greater than the ratio permitted to the contractor as to his work force on any Job under the registered program. Any employee listed on a payroll at on apprentice ways rate, who Is not registered as above, shall be paid the wage rate determined by the Now York State Department of Labor for the classification of work he actually performed. The contractor or sub-contractor will be required to furnish wrltten evidence of the registration of his program and apprentices as. well as the appropriate ratios and wage rates. for the area of construction Prior to using any apprentices on the contract work. OCCUPATIONS APPLICABLE TO BUILDING _6ND_HEAVV / HIGHWAY CONSTRUCTION SCHEDULE:; Page 4 SURVEY a - 8 1,�t$�IUMI� �P�t�IXfIIiPrif Lnwn of 000401b Ppronir. V.J. 11958 TEL.765-3140 RAYMOND C. DEAN 734-5211 SUPERINTENDENT RECEIVED RESOLUTION BY : .AUL 2 r 1984 SECONDED BY : Town Clerk Southold RESOLVED : That the Town Clerk be authorized to advertise for the Superintendent of Highways a bid for the purchase of the following ; SIDEWALK AND CURBING REMOVAL AND REPLACEMENT AT VARIOUS SITES IN THE TOWN OF SOUTHOLD , SUFFOLK CO . , NEW YORK . VOTE OF THE TOWN BOARD Supervisor Frank J . Murphy (Yes ) (No ) Councilman Joseph L . Townsend ,Jr . (Yes ) (No) Councilman James A . Schondebare (Yes ) (No ) Councilman Paul Stoutenburgh (Yes ) (No) Justice Raymond W . Edwards , Jr . (Yes ) (No) Town Clerk Town of Southold Dated : July 31 , 1984