Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Luminaire Street Light Fixtures
ilyGY,YIIa�7d.Y1_i;Li7�Zi1f121 ie:7:IA7[H:<II:1\7a\:I�iK�T.19�:7.Yt:Lii:ILH:Ii.i11 Y�l: ����ii:L�Y<y7ai1![N_\Ii�I�]i.�2N1/_\„1�:1.7y:Ql:I�iUa_\iiyal:I��I�P1�:LZH�iliYi7;LTq�i:]�i��SiI�LNI�'i�6Y171!ilx[75'_ NAME AND ADDRESS OF AGENCY Luftig-Frank 8 Associates ,Inc. COMPANIES AFFORDING COVERAGES 330 Greenwich St . Hempstead, N.Y. 11550 COMPANY A TRAVELERS INDEMNITY CO . LETTER COMPANY LETTER La NAME AND ADDRESS OF INSURED - - - Shore to Shore Electrical Supply Co . I ETTERNY C Vor Nassau Electrical East Dist. COMPANY --- 1595A Ocean Avenue ETTERD Bohemia, N.Y. 11716 - - LETTER COMPANY LELETTER This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement term or condition of any contract or other document with respect to which this certificate may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions and conditions of such policies. TT i _1 Limits of Liability in Thou-ssands COMPANY I TY PEOFINSURANCE POLICY NUMBER I- POLICY --- - --_ - _ LETTER I 11 EXPIRATION DATE EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY INJURY $ $ COMPREHENSIVE FORM p A ❑PREMISES-OPERATIONS 650-111F518-5-IND-81 7/2 3 O 2 PROPERTY DAMAGE $ $ ❑EXPLOSION AND COLLAPSE HAZARD UNDERGROUND HAZARD PRODUCTS/COMPLETED OPERATIONS HAZARD BODILY INJURY AND ❑CONTRACTUAL INSURANCE PROPERTY DAMAGE $ 1000 $1000 ❑ BRDOAD AMAGERM PROPERTY COMBINED ❑ INDEPENDENT CONTRACTORS _ - r1 10 PERSONAL INJURY PERSONAL INJURY �$ 10 0 0 AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) ❑ COMPREHENSIVE FORM BODILY INJURY $ ❑ OWNED (EACH ACCIDENT) ❑ HIRED PROPERTY-DAMAGE$ I BODILY INJURY AND ❑ NON-OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS'COMPENSATION STATUTORY and - EMPLOYERS'LIABILITY $ (EACH ACCIDENT) OTHER - --- -- - DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES RK9VW Re : Lighting Fixtures for Town of Southold .MAY 191982 . Cancellation: Should any of the above described policies be cancelled before the expiration date tFRITO ""Com- pany will endeavor to mail I@ days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: Town of Southold DATE ISSUED: i7 j v 2 6 Town Hall 53095 Main Road- P.O.Box 728 Southold N.Y. 11971 1 AUTHORIZED REWIREVATIVE 3 ACORD 25(1-79) ENCLOSED FIND CERTIFICATE Of INSURANCE Date: 5/17/82 p Insured's Name: Shore to Shore Electrical Supply Co , etal RECEIVED Type of Insurance: Liability ,MAY.191982 We are pleased to forward the enclosed certificate of insurance on behalf of ol!r client. If you have any further questions regarding this matter,please do not hesitate to call on us. Re : Lighting Fixtures-Town of Sou io $OUai01d F-Town of Southold (Mrs . ) Pen Trube Town Hall LUFTIG- FRANK & ASSOCIATES INC. TO 53095 Main Rd , P.0.Box 728 330 GREENWICH STREET HEMPSTEAD.N.Y 11550 Southold, N.Y. 11971 Phone: (516)IVenhw 1-7810 L cc ; Shore to Shore ,VFW- THE SOUTHOLD TOWN BOARD REJECTED THESE BIDS ON FEBRUARY 9, 1982 BASED UPON MARCH 22, 1977 RESOLUTION CALLING FOR STANDARDIZATION OF STREETLIGHTING FIXTURES BY THE PURCHASE OF GENERAL ELECTRIC COMPANY STREETLIGHTING FIXTURES ONLY. - Copy attached. AUTHORIZED TO REBID FOR GENERAL ELECTRIC COMPANY STREETLIGHTING FIXTURES ON FEBRUARY 9, 1982. - See new folder dated 1982. ' WHEREAS, the Town is presently engaged it, the purchase, installation and maintenance of a streetlighting system in the public streets and public places in the Town, and WHEREAS, approximately 250 of said streetlights heretofore purchased and installed were manufactured and supplied by the General Electric Company, and WHEREAS, as a result thereof spare parts and equipment were also `4 purchased from General Electric Company to maintain streetlights, and WHEREAS, the component parts of said General Electric Company fixtures are interchangeable with the several types and sizes of other General Electric Company light fixtures, and WHEREAS, the Town employees charged with the duty of installing and maintaining the streetlighting equipment have been trained to repair and maintain General Electric Company streetlighting facilities, and WHEREAS, by reason of the foregoing, this Board believes that it would be more efficient and economical to standardize purchase contracts for streetlighting fixtures to streetlighting equipment manufactured by the General Electric Company, NOW, THEREFORE, IT IS RESOLVED that the purchase of streetlighting fixtures for the Town of Southold be standardized by the purchase of General Electric Company streetlighting fixtures. r Town Hall, 53095 Main Road P.O. BOX 728 Southold, New York 11971 JUDITH T.TERRY TELEPHONE To«w CLERK (516)765-1801 REGISTRAR O VITAL S I crisrics OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 11, 1982 Mr. Frank Scavelli, General Manager Suffolk Lighting Supply, Inc. R.D. 1, Box 550, Main Road Riverhead, New York 11901 Dear Mr. Scavelli: Returned herewith is your bid deposit check in the amount of $727. 50 which accompanied your bid of October 16, 1981 for furnishing and delivering luminaire outdoor lighting fixtures to the Town of Southold. The Town Board at a regular meeting held on February 9, 1982 rejected those bids based upon a Town Board resolution of March 22, 1977 calling for standardization of streetlighting fixtures by the purchase of only General Electric Company streetlighting fixtures. A new bid will be published within the next few weeks. Councilman Murphy asked that I extend his thanks and appreciation for the help you supplied Highway Superintendent Dean and himself. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure r� • r A - — ""O°"' 7116 SUFF�QI,.K LIGATING SUPPLY, I J, 130*1550, MAIN RO D #1IVERHkD, NY, 11901 m c1 ii Q CZ) a '� {r�C'f"l7Qd �� 19SL 50-546 i l nr r Y 214 �1 1 fT�cn� 1�. �p z`T'c `J^ '?1 at t �L'•Til lf7 ��'/,�V IOIMEROFLft�3'-i _ _ t - '' SUFE 1 L TtA„ if I ',I Ir�11 ►- P•• +••,"" DOLLARS C3? ^, ,J unt THE B LK CO[JSV7'Y NATIOPTa.L BA rl r D EWE3T5E ONDET. • RwERHEAD.NEVMRK1140/ r ®i:0 2 1405464i: LL 00540 L a= ,_. j -- Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 JUDITH T.TERRY :-y TELEPHONE TowN CLERK (516)765-1801 REGISTRAR OI'VITALS I \FIS HCS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD February 11, 1982 Mr. William E. White, Secretary Babylon Electrical Supply Co. Inc. 4773 Sunrise Highway Bohemia, New York 11716 Dear .Mr . White: Returned herewith is your bid deposit check in the amount of $675. 00 which accompanied your bid of October 16, 1981 for furnishing and delivering luminaire outdoor lighting fixtures to the Town of Southold. The Town Board at a regular meeting held on February 9, 1982 rejected those bids based upon a Town Board resolution of March 22, 1977 calling for standardization of streetlighting fixtures by the purchase of only General Electric Company streetlighting fixtures. A new bid will be published within the next few weeks. Councilman Murphy asked that I extend his thanks and appreciation for the help you supplied liighw•ay Superintendent Dean and himself. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure wEv i5•CCE _eY THE.O,IOW$ G M ♦CCOUNT BABYLON ELECTRICAL SUPPLY CO. INC. 1096 �Q J 4773 SUNRISE HIGMVAY BOHEMIA, NY 11716 1-30 o U, z 19, 9 280 1 �! W C —IloliDE! R( � 9 � �r��Z'l`►1JZ.fi7st11��/ C'�� OO J •- N O ` C � Q ---t)OtLARS AL EJF IINVtS = Oj `. _� ` O ESS �colsc�T MANUFACTURERS HAN61MR TRUST COMPANY sea • 4800 SUNRISE HIGHWAY VA �fJ�ISA pD�WL SEDUCTIONS EtONEM1A.N.Y.11718 _ \ ` I"�v•,ll� 'y y \\tel\1V`\ AMOUNT OF CHECK .��.....,... II' 010 9 611' 91:0 28000 30 91: 13 2 60 60 3 2lo1'6 5 :♦a; _.- v_.* R HOLZMACHER,McLENpON and MURRELL,P.C. •CONSULTING ENGINEERS,ENVIRONMENTAL SCIENTISTS and PLANNERS RECEM U C ), r, '1991 October 22, 1981 Town r'Prk Souttiofd Robert W. Tasker, Esq. Town Attorney Town of Southold Town Hall Main Road Southold, New York 11971 Re: Town of Southold Contract for Furnishing Lighting Fixtures to the Town Highway Department SOHT 81-02 Dear Mr. Tasker: In accordance with our discussion with Supervisor Pell, we are writing herein to request that you advise the Town Board in the above captioned matter. The Town received competitive bids for the Contract on October 16, 1981, (copy of Specifications enclosed) . The apparent succes�.fui bidder was Babylon Electrical Supply Company of Bohemia, New York, at $90 per fixture. This bid was $7 less per fixture than that of the only other bidder. However, the bid from Babylon Electric Supply Company was accom- panied by a letter (copy enclosed) taking exception to the require- ment to furnish a surety bond. This requirement, as outlined in para- graphs 5 (a) and 5 (c) on page C-5, of the enclosed Contract Specifica- tion, is meant to provide: 1) That the Contractor will faithfully perform the work under this Contract (to supply lighting fixtures) . 2) A bonded twelve-month guarantee period, to assure that the Contractor will promptly remedy any defects, etc. The letter from Babylon Electric Supply is quite vague as to what, if anything, would be supplied to the Town in lieu of the re- quired surety. In a conversation which we had with William E. White of Babylon Electric, he indicated that he felt that the Manufacturer' s warrantee would suffice, and that no other form of surety should be required. Additionally, he indicated that Babylon Electric would be willing to post their own Bond in the form of a certified check for 100% of the contract amount. However, there is no mention of tai.'' type of offer in the enclosed letter. Melville,New York • Farmingdale,New York • Riverhead,New York t R bert W. Tasker, Esq. Page Two T wn of Southold October 22, 1981 Prior to re - commending award of this Contract, we request your advice in the matter of surety. As we see it, two (2) op- tions exist. The Town could reject the bid of Babylon Electric due to the stated exception to the Specifications and award the Contract to the other bidder. Alternately, the Town could award the Contract to Babylon Electric, and accept a certified check, or some other instrument of surety acceptable to you, in lieu of the required Bonds. In this case, it would be necessary to revise Section 5, page C-5 of the Contract before Contract signing. These changes would of course be based upon your determination and ad- vie as to the acceptable alternate means by which the Contractor co ld provide adequate surety. We will await your response before recommending award of this Contract to the Town Board. We understand that Supervisor Pell has placed this item (for award) on the Town Board agenda for November 10, 1981 . We would appreciate your advice prior to that date, so we may make a recommendation to the Board. We have checked out the references for Babylon Electric and have no other objection to the award of the Contract. If we can provide you with any further information, please do no hesitate to call our office. Very truly yours, HOLZMACHER, MCLENDON MURRELL, P.C. Donald A. S ' ss' P.E. i WH :gap En s. cc: Supervisor William R. Pell, III Town Board Judith T. Terry, Town Clerk TA�sC°DY For Raymond C. Dean, Supt. of Hwys. TOWN OF SOUTHO .,P SUFFOLK COUNTY NEW YORK CONTRACT AND SPECIFICATIONS FOR FURNISHING AND DELIVERING LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD PROJECT NO. SOHT 81-02 TOWN BOARD Supervisor William R. Pell III Councilmen Henry W. Drum Francis T. Murphy Larry W. Murdock John J. Nickles Justice Francis T. Doyen SUPT. OF HIGHWAYS TOWN CLERK Raymond C. Dean Judith T. Terry OCTOBLR 1981 2AHOLZMACHER,McLENDON andMURRELL,P.C. Consulting Engineers. Environmental Scientists and Planners Melville.N.Y. Farmingdale.N.Y. Riverhead.N.Y. HOLZMA*, MCLENDON 6 MURRELL, P.C. / H2M CORP*. CONSULTING ENGINEAS AND ENVIRONMENTAL SCIENTISTS INDEX TOWN OF SOUTHOLD FURNISHING AND DELIVERING LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD PAGE Index I - 1 page Notice to Bidders NB - 1 page Information for Bidders IB - 7 pages Proposal P-A thru P-D Indemnity , Limitation of Liability ILL - 1 page Contract C - 23 pages General Specifications GS - 2 pages Technical Specifications TS - 3 pages Location Map LM - 1 page I-1 HOLZMA , McLENDON&MURRELL,P.C.I H2M CORP. CONS NO ENGINEERS AND ENVIRONMENTAL SCIENTISTS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that SEALED BIDS will be received by the Town Clerk of the Town of Southold at the Town Hall, Main Road, Southold, New York, until 10:00 a.m, prevailing time, on Friday, October 16, 1981, at which time and place they will be publicly opened and read for the following contract: FURNISHING AND DELIVERING LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD Specifications may be obtained on or after October 8, 1981 at the Town Hall and offices of the Consulting Engineers, HOLZMACHER, McLENDON & MURRELL, P.C. , 209 West Main Street, Riverhead, New York, 11901, and 125 Baylis Road, Melville, New York, 11747 , upon deposit of twenty-five dollars ($25. 00) for each set furnished. Deposits for Specifications will be refunded to bidders who return ` Specifications within ten (10) days in good condition; other deposits will either be partially or not refunded if the Specifications have not been returned in good condition within thirty (30) days after bids have been opened. Each Proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the total bid, made payable to William R. Pell, III , Supervisor, Town of Southold, as set forth in the Information to Bidders. The Town reserves the right to reject any or all bids, to waive any informalities and to accept such alternate bid which, in the opinion of the Town Board, will be in the best interests of the Town. BY ORDER OF THE TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK JUDITH T. TERRY, TOWN CLERK TOWN OF SOUTHOLD SOUTHOLD, NEW YORK 11971 DATED: October 8, 1981 NB-1 HOLZMA4& MCLENDON d WAR" P.C. I H2M CORP.• WNSULAW WGINW4 AND &NVIOMMWTAL OCIEWIM INFORMATION FOR BIDDERS BIDS FOR PROJECT The Town of Southold will receive SEALED PROPOSALS for Furnishing and Delivering luminaire type outdoor lighting fixtures to the town of Southold Highway department yard on Peconic Lane. TIME AND PLACE OF BID Bids are to be submitted in opaque envelopes and will be received by the Town of Southold at the Town Hall, Main Road, Southold, New York, not later than 10:00 a.m. Prevailing Time, Friday, October 16, 1981, at which time and place they will be publicly opened and read aloud. Use of the mails shall be at the Bidder 's own risk, and the Bidder shall be responsible for physical delivery of the Bid at the time and place set for opening of Bids. t BID ENVELOPE All proposals and either the certified check or bid bond must be placed in a sealed envelope bearing the Bidder ' s .firm name and address marked, "Project No. SOHT 81-02 Proposal for Furnishing and Delivering Luminaire Type Outdoor Lighting Fixtures to the town -of Southold, Suffolk County, New York" , but otherwise unmarked. If mailed, this envelope shall be placed in another envelope addressed to Town Clerk Judith T. Terry, Town of Southold, Town Hall, Main Road, Southold, New York 11971. Use of the mails is at the Bidder' s risk. IB-1 Me1.ENDON A MURRELL. P.C. / NZM CORP.• coM�w 04ON"AG AMO N/VIROMMWTAL KICNMIS INFORMATION FOR BIDDERS (CONT-D. ) 5PECIFiCATION DEPOSITS (a) Deposits for specifications will be completely refunded to Bidders who return saine in good condition within ton (10) days after r,-ceipt of bids. Bidders will receive one-half of the do posit amount tur specf.ications returned after ten (10) days and before thirty (30) days following the bid date. (b) Deposits for specifications will be completely refunded to non-bidders who return same in good condition within 48 hours of receipt of said specifications. Non-bidders will receive one--half the deposit amount for specifications returned in good condition within ten (10) days following the bid date. No deposit for specifica- tions will be refunded to non-bidders after ten (10) days following the bid date. ID-2 HOLZMAG•,McLENDON&MURRELL,P.C.f H2M CORP. • CONS G ENGINEERS AND ENVIRONMENTAL SCIENTISTS INFORMATION FOR BIDDERS (CONT-D. ) SPECIFICATIONS Complete sets of specifications for the inspection of prospective bidders will be found on file with the Town Clerk, Town of Southold, Town Hall, Main Road, Southold, New York, and at the office of Holz- macher, McLendon & Murrell, P.C. , Consulting Engineers, 209 West Main Street, Riverhead, New York, or 125 Baylis Road , Melville, New York. All contractors must leave their names, phone numbers and correct mailing addresses upon receipt of the specifications. VERBAL ANSWERS The Town, its agents, servants or employees, or the Engineer, will not be responsible in any manner for verbal answers to any in- quiries regarding the meaning of the contract specifications given prior to the awarding of the contract. EXAMINATION OF SITE Bidders must satisfy themselves by personal examination of the location of the proposed work and of the actual conditions and require- ments of the work, and shall not, at any time after the submission of a proposal, dispute or complain of such estimate or assert there was any misunderstanding in regard to the scope of the work. PROPOSAL The Form of Proposal contained herein shall be used in making out bids. Any proposal not in accordance with these instructions, or con- taining bids not asked for, may be rejected. IB-3 NOM . MCUNDDN a MURK" P.C. I H2M CORA QONINLTINO OOi1MURI AND 9XVIN0NMMAL $CiUMS" INFORMATION FOR lilI)MRS (CONT' 1). ) As the estimates of quantities of items stated in the proposal are approximate only, bidders are required to submit their 1►1•oposal upon and in the following express conditions , which shall apply and become a hurt of every proposal received . Each bidder shall fill out , in ink , in both words and figures , in the spaces provided , his unit or lump suia hid , as the case may he , for each item in said Dorm of I►roposal for which he is submitting a bid . No bid will be considered which doesnot include bids for all items to tTie proposal. _ If the contract is not executed by the 'Town within forty- five (45) days after the receipt of bids , the obligation of the bidder under this proposal may terminate at his option and he shall there- upon he entitled to a refund of his certified check or release of his bid bond furnished by him as security with his proposal . BID BONI) OR CURTIl ttill (:IIIsC.K liach proposal from a contractor shall be accompanied by a bid bond or certified cheek on a solvent hank of the State of New fork , in the amount of five percent (50) of the total bid . Such check shall be made payable to William R. Pell III , Supervisor, Town of Southold, New York , and the amount thereof shall be the measure of liquidated damages which the Town will sustain by the failure, neglect or refusal of the'bidder to execute and deliver the contract , should the contract be awarded to him. The checks of all unsuccessful bidders will be returned upon the rejection of bids and the execution of the contract by the parties ; also, the check of the successful bidder will be returned upon the execution of the contract and the furnishing of the required bond . NAME OF BIDDER Each bidder must state in his proposal , his full. name and busi- ness address , and the full name of every person , firm or corporation interested in the same , and the address of every person or firm or president and secretary of every corporation interested with him. If IB-Q Hb . UdMOON A MORA" RC. I HM CORP.0 CONfYLTiNp OIOINEtM AND tNVIN"MOITAL SCAM M . INFORMATION FOR BIDDER (CONT'D. ) no other person be so interested , lie must distinctly state that fact , also that his proposal is made without any connection directly or in- directly with any other bidder for the work particularly mentioned in his proposal ; that it is in all respects without fraud or collusion, and that no person acting for or employed by the Town is directly or indirectly interested therein, or in the supplies of work to which it relates , or in any portion of the prospective profits thereof. QUALUTCATIONS OF BIDDERS (1 ) The Town reserves the right to waive any informalities in, or reject any and all bids . The Town reserves the right to re- ject any and all bids which do not conform to the proposals , or upon which the bidders do not comply with the requirements of the Town as to their qualifications . (2) All bidders must prove to the satisfaction of the Town that they are reputable, reliable and responsible , and that they pos- sess the necessary qualifications to successfully deliver the proposed equipment , and that they have performed and completed successfully similar work to an extent which , in the opinion of the Town , will qualify them by experience to perform the work which is proposed. (3) In determining the qualifications of a bidder, the Town will consider his record in the performance of any contracts entered into by him for the work contemplated or of ' similar nature may make such investigation as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Town all such information and data for this purpose as the Town may request . (4) The Town shall be the sole judge of the qualifications of the bidders and of the merits thereof and reserves the; right to reject any bid if the record of the bidder in the performance of contracts , payment of bills and meeting of obligations to subcontractors , material - men or employees is not satisfactory to the Town , or if the evidence submitted -by or the investigation of such bidders fails to satisfy the Town that he is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. GUARANTEE BOND The successful bidder shall be reqiIired to furnish at. the execu- tion of the contract an executed bond of a surety company authorized Ila-S HOL,I;MI►�, MCUNOON i MURREI.L, P.C. I HZM CORM.• CONiNlTINO OWNCM AND RNVIMMMEN?AL MUMPIll INFORMATION FOR BIDDER (CONTA) U) to do business in the State of New York and approved by the Totvn in an amount equal to one hundred percent ( 101)'0 of the total amu►►nt of the contract , guaranteeing; to the Town the faithful performance of the contract , and payment of all claims for materials , labor and wages in connection tl►erewith . SIGNATURE OF CONTRACTOR The bidder to whom a contract may be awarded shall attend at the office of the Town , with the sureties offered by him, within seven (7) days , Sunday excepted , after the date of notification by mail of the acceptance of his proposal , and there sign the contract in quadrupli - cate for the work and f►rrnish approved security for its performance . In case of failure to do so, the bidder shall be considered as having abandoned the same , and the check accompanying; his proposal shall he forfeited to the Town , or the penalty of the bid bond shall be invoked. CONTRACTOR'S INSURANCE The contractor shall not commence any work iintil he has obtained and had approved by the 'Down all of the insurance specified and required in the contract . WAIVER OF IMMIMITY Attention of the bidder is hereby directed to the regiiirements of the General Municipal Law of the State of New York and in particular to Section 103-a of the General Municipal Law regarding "IVaiver of Immunity" , as indicated on Page C-20 of the contract. RESPONSI11ILITY FOR BIDDER Attention is hereby particularly directed to the provisions of the contract whereby the contractor will be responsible for any loss or damage that may happen to the material or any part thereof during its delivery ; and also whereby the contractor shall make good any defects or faults due to materials or workmanship within twelve ( 12) months after its delivery, and acceptance. 111-6 Adh WXZMAgp. MdMOON 6 MURR" P.C. / H2M Coal* CONIUL"NO DOGIN99" AND 9MVIMMMWri►l K49PMM INFORMA'T'ION FOR BIDDERS (CONT'D. ) In order to secure the performance of the covenant of the ron- tractor, the Town shall retain the Guarantee Bond during the period of one (1) year from the date of the Engineer ' s final certificate. Work is required to be completed to the satisfaction of the Engineer and iri :substantial accordance with the specifications hereunto annexed. TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK IB-7 M2K4C*MCLEND0N a MURR" P.C. / H2M CMP. OONiW.11N0 Q101NEfAi AND ENWIIONMDRAL �CiENTIST! PROPOSAL - BIDDER'S DECLARATION TO THE TOWN BOARD of the TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW YORK: BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or persons interested in this Bid or Proposal ' as principal or principals is or are named herein and that no other person than herein named has any interest in this Proposal or in the Contract proposed to be taken; that this Bid or Proposal is made without any connection with any other person or persons making a Bid or Proposal for the same purpose; the Bid or Proposal is in 4 all respects without fraud or collusion, that he has examined the site of the work, the Form of Contract and Specifications and has read the Notice to Bidders, Information for Bidders and General Conditions hereto attached and fully understands all the same; that he proposes and agrees, if this Proposal is accepted, that he will contract with the TOWN BOARD of the TOWN OF SOUTHOLD, in the Form of Contract accompanying this Bid, to perform all the work required in accordance with and as mentioned in said Form of Contract , Specifications, Notice to Bidders, Information for Bidders and General Conditions, and he will accept in full payment , therefore, the following sums to wit : P-A MCL 9NDON i MURR" P.C. / N2M CORP. CON$ULn1W9NQ1NUA8 AND 9WRONMUffAG SCIOMS" PROPOSAL - (CONT'D. ) FURNISHING AND DELIVERING SOUTHOLD'TOWN HIGHWAY DEPT. LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD R SUFFOLK COUNTY, NEW YORK BID DATE : October 16, 1981 ITEM 1A* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order - 150 Units Approximately 150 Units Price per Unit /ViNrr � ✓ N .X-.0 ($ 71 ) Dollars , D,. TOTAL o v aTE . 7/'cvv*yb five flvvo f-o r,/<Tr, a.-�� Dollars ITEM 1B* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture • Photoelectric Control , Photocell , and Lamp Minimum order - 75 Units Approximately 150 Units Price per Unit Niyr�/ ;Sr?Yr, a..,O q7-?' T ) .$EVF-�! ou Dollars TOTAL SAO, %as4 A'cNa-fj5P // Dollars ITEM 1C* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order - 50 Units Approximately 150 Units Price per Unit /t/.ro>y/, , zN °m"`� ($ 97 ) Dollars coo TOTAL ,�ov�e Tf�usANv, /GrtfT�vNb�2Bj�. F Fry povo. . . . . . . Dollars *ALTERNATE ITEMS - Applicable alternative item and unit price will will be dependent upon the quantity ordered by the TOWN during placement of any one order. PB-1 MOL7UA &MURRELL, P.C. / 1i2M CORK. CONSUUM ANP ENVIRONMENTAL igIOMS" PROPOSAL - (CONTID. ) FURNISHING AND DELIVERING SOUTHOLD TOWN HIGHWAY DEPT. ' LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK ' BID DATE: October 16, 1981 ITEM 1D* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order - 25 Units Approximately 150 Units ae /i�rr S ICA9,v ./�. f! . Price per Unit . . . . ($ C/7 ) Dollars• TOTAL 1 wp l f aug#'�b rue .✓(v�vnaxa .Twp , ry.i�,g Dollars w ITEM 1E* Fhrnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order - 1 Unit Approximately 150 Units / Price per Unit . . . . . .l,�V P. � �. . . . . ($ ) Dollars TOTAL . . . . . . . . . . . I . . . . . . . . . . Dollars *ALTERNATE ITEMS - Applicable Alternative item and unit price will be dependent upon the quantity ordered by the • TOWN during placement of any one order. PB-2 UA MCLENDON 6 MURRELL, P.C. / NZM CORP. CONSUL CN411MOAS AND ENWROMMWTAC SCIWT M PROPOSAL - (CONT'D. ) FURNISHING AND DELIVERING SOUTHOLD TOWN HIGHWAY DEPT. LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK • TOTAL BASE BID ( ITEM 1-A ONLY) BID DATE: October 16, 1981 TOTAL .11�0a,krgpp TACO I$AU6 r1vig 4V-Vv D4X6, ) f SSD. Dollars ALTERNATE TOTAL BID NO 1 (ITEM 1-B ONLY) '� 00 TOTAL �Jr'N i�oEVtvb. ,wo. �fL"v"WA ,s ✓Fury 1:1�. . " ($ 7,27S ) Dollars j ALTERNATE TOTAL BID NO 2 (ITEM 1-C ONLY) TOTAL .FoOR 140u50;�vo Xi4or Wvvyo;esb ri�rl 0---p. ($ T gip E Dollars r ALTERNATE TOTAL BID NO 3 (ITEM l-D ONLY) TOTAL ,7106, 1 MvuS,ftiv6 love ffviv,C,�2�b lwovey .F✓1� ---� - (� . Dollars ALTERNATE TOTAL BID NO 4 ( ITEM 1-E ONLY) TOTAL . . . . . . . . . �A .31 D ($ ) Dollars Y- PB-3 NOL7UArudlk MCLENDON&MURRELL, P.C. / N2M CORP. CQNIIUL WGINVA& AND LNVIMMMMAL OCIE MSM" PROPOSAL - (CONT'D.) FURNISHING AND DELIVERING SOUTHOLD TOWN HIGHWAY DEPT. LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BID DATE: October 16, 1981 Time for delivery shall be 30 days from Placement of order by the Town of Southold, Superintendent of Highways. NOTE: Prices stated above shall be in effect for orders placed during a period 6 months from the date on which the contract is signed. FIRM NAME: 40 Mdo 21 FIRM ADDRESS: R1 wh"q.Y. 11801 SIGNED BY: A TITLE: �._.,�.L.r� ZGtu�dett. • _ . _ _ _ -- DATE: ©Telt PB-4 i10LZMACka M49NOON&UNMJK4. RC. / Ham OW. WOOL w"WWO Mo ora l W# VM n PROPOSAL - (CONT'D. ) Enclose certified check or bid bond for five percent (5%) of the total bid, as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a contract within seven (7) days after due notice from the Town of Southold that the contract has been awarded to him and is ready for signature, such notice to be given in writing within forty-five (45) days of the date of opening of the bids, and on the signing of such contract by him to furnish the indemnifying bonds as provided in the Contract. And, the Bidder hereby further agrees that in the event of his failure or refusal to enter into a contract in accordance with this bid within seven (7) days after due notice from the said Town Board as given in accordance with the Information for Bidders, and/or his failure to execute and deliver the bond for the full amount of the. contract price as provided in said Information for Bidders, that the bidder's check which is herewith deposited with the Town shall, at the. option of said Town, . become due and payable as ascertained and liquidated damages for such default, otherwise the said check shall bereturned to the undersigned. The full name and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS NAME OF BIDDER: BUSINESS ADDRESS OF BIDDER: DATED AT: fez THE_&,DAY OF P-C MOL7 , AWWOM&MURA" P.C. / HZM OQRP. CMIUIJp O WNUMI AMO iNW AM M01M •VCWIM FhOPOS,AL - (CONT'D. ) BION-COLLUSIVE BIDDING CERTIFICATE By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and beliefs 1 . The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3 . No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. ' Dated: /Ol/b/�� KU By: This bidder cannot make the foregoing certification and a statement signed by the bidder is attached fretting forth in detail the reasons therefor: P-D HOI-VAACHO McMDON&wuaaEu. P.C. i ►2M coat. 00"GUL OIOIMt a AND affl"MMOITAI sc10IT m INDEMNITY, LIMITATION OF LIABILITY 1 . INDEMNITY The Contractor and all sub-contractors performing work in connection with this contract shall HOLD - HARMLESS, INDEMNIFY and defend the OWNER and ENGINEER, their consultants, and each of their officers, agents and employees from any liability, claims, losses or damage including- reason- able ncludingreason- able costs of defense arising out of or alleged to arise from the Con- tractor' s or sub-contractor's negligence in the performance of the work described in the Contract documents, but not including liability that may be due to the sole negligence of the OWNER, ENGINEER or their officers, agents and employees . 2. LIMITATION OF LIABILITY The Contractor and all sub-contractors agree to limit the liability of the OWNER and ENGINEER due to the Engineer's professional negligent errors or omissions such that the total aggregate liability of the engineer to those named shall not exceed fifty thousand ($50,000. ) dollars, or 5% of the contract award amount, whichever is greater. 10/80 ILL 1 of 1 HOLZMACHOkLENDON&MURR" P.C. I H2M CORP. i CONSULTINO ENOINEL" AND ENVIMONMENTAL SCIENTISTS CONTRACT • CONTRACT IN QUADRUPLICATE FOR AT TOWN OF SOUTHOLD, SUFFOLK COUNTY , NEW YORK , dated 19 BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF SOUTHOLD, SUFFOLK COUNTY, NEW YORK , (herein called the "Town, " and (herein called the "Contractor" ) . WITNESSETH , that the Town and the Contractor, in consideration of the premises and of the mutual covenants , considerations and agreements herein contained , agree as follows: This Contract is hereby awarded to the Contractor for the material called for under his bid in the Proposal section of the Contract and designated as Items : for the sum of : Dollars for the unit and/or lump sum price(s) as listed in the Proposal herein. C-1 WXZMACH LENDON&MURR" P.C. / H2M CORP. i CDNSULTI DWINCUS AND LNVIRONMWTAL sClumM CONTRACT - CONT'D. 1 . CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Information for Bidders, Proposal , General Conditions, Contract, Specifications and Plans, together with any Addenda , shall form part of this Contract , and the pro- visions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The titles , headings, head- lines and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect , limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Docu- ments" is used, it shall mean and include this Contract , the Plans, Specifications , any Addenda, and the Notice to Bidders, Information for Bidders, General Conditions and Proposal . In case of any con- flict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of the Contract shall govern. WORK: The term "Work" , as used herein, refers to all of the work proposed to be accomplished at the site of the project and all such other work as is in any manner required to accomplish the completed project , and includes all plant , labor, materials, • supplies, equipment and other facilities and acts necessary or proper for or incidental to the carrying out and completion of the terms of this Contract . The term "work performed" shall be construed to include material delivered to and suitably stored at the site of the project. EXTRA WORK: The term "Extra Work" , as used herein, refers to and includes all work required by the Town which, in the judgment of the Engineer , involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form. SUBCONTRACTOR: The term "Subcontractor" , as used herein, shall mean any person, firm or corporation applying labor and material for work at the site of the project , but not including the parties to this Contract. ENGINEER: In the performance of the work, the Town shall be represented by its Consulting Engineer HOLZMACHER, McLENDON & MURRELL, P.C. , (herein called the "Engineer") . C-z I (0 a Hor'izontal L High Pressure Sodium-70 to 250 Watts, Mercury Vapor-100 to 250 Watts SERIES: 13 and 14 4 t. 4 i k � �r �r a m t ti y: •Y. t a ate. a.a.. � x x, III k• x, �X, folio A2 . 0 i► features 250 WATT HORIZONTAL LUMINAIRE (Series 13 & 14) HIGH EFFICIENCY ILLUMINATION DURABLE LUMINAIRE Optical superiority of anodized aluminum reflector Rugged construction—upper and lower housings and precision refractor result in maximum light are die-cast aluminum,all hardware is of corrosion- utilization. Available in I.E.S. light distribution resistant materials. Long lasting baked-on enamel patterns Type II, II-4 way(glass refractor only), finish gives added protection even in highly corro- and I I I to economically illuminate any area with sive atmosphere. Unit is designed for efficient excellent uniformity, low glare, and well designed operation in temperatures as low as —20°C. light cut-off.Available in high pressure sodium and mercury vapor. PROTECTIVE SEALS Reflector and refractor are gasket sealed with ^ polyester fiber"Breathing Seal This provides a good mechanical gasket and filters contaminates from entering the optical system, thus reducing maintenance costs. ,f it Spring Steel -r. ` � Hinge Keeper - Level Indicator OPTIONAL FEATURES Level indicator is available to permit observer to INSTALLATION AND MAINTENANCE EASE evaluate position of luminaire from the ground. All units are furnished with an internal four bolt slipfitter adjustable for 1Y4"and 2" mast arms or fitter installations. The integrally cast hinge and "one hand"door latch make lower housing easy to open for relamping or general servicing. Power i Pad � Ouick Disconnect One Hand Power padw'with quick-disconnect provides a uick q Door Latch a and easy method of ballast replacement. Optional -- photocontrol receptable is NEMA standard three terminal twist-lock type. Polycarbonate refractors available. Glare shields available. - r Registered trademark ITT Outdoor lighting 2 component data 250 WATT HORIZONTAL LUMINAIRE (Series 13 & 14) DIE-CAST ALUMINUM HOUSING,. . REFLECTOR BREATHING SEAL (Polyester Fiber Gasket) 5 BALLAST -- - ��. TERMINAL BLOCK ADJUSTABLE '" SOCKET In Rs rr� ' a✓ J � / Y4" �I ��ADwaY Standard) SLIPFITTER 1 / APPLICATION Horizontal luminaires can be used virtually ---- _ anywhere—thruways, streets, parking lots, _ g storage yards, campuses, industrial sites, recreational areas and parks _ f - --- _- 3 dimensions 250 WATT HORIZONTAL LUMINAIRE (Series 13 & 14) 7- Effective projected area of Series 14 Horizontal Luminaire is .97 sq. ft.; Series 13-1.02 sq. ft. specifications SUGGESTED SPECIFICATIONS OPTIONAL SPECIFICATIONS Luminaire shall be ITT Outdoor Lighting Horizontal Level indicator shall be provided allowing ground Luminaire,catalog number for level evaluation of luminaire positioning. watt, (high pressure sodium, mercury vapor)lamp, Power pad shall be provided for quick and easy volt operation. ballast replacement in the field. Luminaire housings both upper and lower, shall Glare shield shall be provided. be die-cast aluminum joined by an integrally cast hinge pin at the mounting end, and a one-hand latch at the door. Luminaire finish shall be baked-on acrylic enamel. Hardware shall be manufactured of corrosion- - resistant materials. Reflector shall have durable anodized aluminum surface. Prismatic refractor shall be(ac and (acrylic, glass) r distri- bution an I - p d ES Type(II, II 4 way, III) light distri bution pattern. Refractor shall be secured with Polycarbonate refractor shall be provided. spring latches. Photoelectric control receptacle shall be an Gasket shall be high temperature polyester fiber NEMA standard three terminal, polarized, -to filter air entering optical assembly. twist-lock type for use with ITT Outdoor Lighting Ballast shall be factory pre-wired and suitable for photoelectric control,catalog number_ _. operation in temperatures as low as —20°C. Slipfitter shall be adaptable to 1'/,"and 2"arms. 4 photometric data ISOFOOTCANDLE AND UTILIZATION CURVES Values of isocandela, lumens,and footcandles are based LAMP LUMEN CHART on a lamp operated at 1000 lumens. Refer to Lamp _Designation Lumen Rating Factor Lumen Charts for factor of desired lamp. Multiply all LU 70W 5800 5.8 values shown by this factor. ---- - ------------- --- LU 1_60W______9500 _ 9.5 This data is based on a mounting height of 25 feet, LU 150W 16000 16.0 refer to chart below for conversion factors. _ CHART II_ Mounting Ht.-Ft. 18___2O 22 25 28 30 35 LU 200W 22000 22.0 Factor 1.93 1.56 1.29 1.00 .80 .69 .51 LU 250 27500 27.5 70, 100,and 150 watt High Pressure Sodium units: COEFFICIENT OF UTILIZATION COEFFICIENT OF UTILIZATION 7 (oe has Lin%) 70% rDashaa U..) _ 7 70% s etH � 6 sae- 60% 1- �' 00-6 6T-- -i 60% --- y� 5 f 001 - so% FLUX DISTRIBUTION W- s -- --#' .001 - 5o% FLUX DISTRIBUTION_ co 003 ! _-Percenp ti 4 - z x 4 40/ Lumens of Lam c7 003 Percent 0. 006 006 ' ---40% Lumens of Lamp Downward o --- - a 1 ° Downward 3 Dors« �A3 Downward 3 -01 - 30% Street Side 601 60.1 W _ 01 - 30% Street Side 574 57.4 Z.E „ 03 F= 2 '! Downward H2 t - 20% Totalouse Side 192 19.2 N r 0 20% House Side 234 23.4 _ -- al 1 1 \ .12 10% Downward 793 79.3 O 1 12 Tot Downward 808 80.8 Total -.._ 10% Upward 32 3.2 .31 Total 0 - 2 1 0 1 2 3 4 Total Flux 825 82.5% 2 1 0 1 2 3 4 Total Flux 831 83.1 DISTANCE ACROSS STREET DISTANCE ACROSS STREET (In Haunting Heights) (In Mounting Heights) Data based on Report No. P2012, IES Type III, Medium, Data based on Report No. P2015, IES Type II, Medium, semi-cutoff(acrylic refractor).See Chart I for lamp factors. semi-cutoff(acrylic refractor).See Chart I for lamp factors. COEFFICIENT OF UTILIZATION (Dashed Lines) COEFFICIENT OF UTILIZATION _ o (Deshed Lines) 117 70% 6 W - - 60% 6 _. -- _91"'en t-60% w ._ �,_ *=_.;coos 50% FLUX DISTRIBUTION W _ 4 sl i-0006-5o% FLUX DISTRIBUTION ry. 0013 Percent y i•0013 Percent o I , -- 40% Lumens of Lamp L7' q - -003.. a 3 Downward -- o -003_- 40°� Lumens of Lamp W_ 3 006, -. 3090 Street Side 586 58.6 a g Downward L,$ w 3 - - r-.013 - - 30% Street Side 570 57.0 Z _ 01 3 Downward v = 2 `I 20% House Side 201 20.1 a Downward € 2 _ r/.03 1 20% House Side 220 22.0 in .03 Total H 1 13 6 10%, Downward 787 78.7 8 1 ` 11 13 TotaDownward 790 79.0 0 1 Total UTotal Upward 29 2.9 0I - -- 0 Upward 24 2.4 2 1 0 1 2 3 4 Total Flux 816 81.6% 2 1 0 1 2 3 4 a DISTANCE ACROSS STREET DISTANCE ACROSS STREET Total Flux 814 81.4/0 (In Motmting Heights) (In Mounting Heights) Data based on Report No. P2030, IES Type lll, Medium, Data based on Report No. P2035, IES Type ll, Medium, semi-cutoff(glass refractor). See Chart I for lamp factors. semi-cutoff(glass refractor). See Chart I for lamp factors. 200 and 250 watt High Pressure Sodium units: COEFFICIENT OF UTILIZATION COEFFICIENT OF UTILIZATION 7 (Dashed Lines) 70% 7 (DashwLin-) 7()q 6 } f - DO% 6 w 60% uy - -- Percent tit _-� - 0 s 7 N 4 s _ W �7- �% FLUX DISTRIBUTION f- 5 50% FLUX DISTRIBUTION ¢ 5 z 2 - 40% Lumens of Lamp Z0-0 z 4 40018 Percent Downward - o< < 003 40% Downward Lumens of Lamp a 3 e,°e r,- - +-- 30%, Street Side 490 49.0 a'= 004 009 - w= 3 +.007 - 30% Street Side 529 52.9 a2 / Downward v Downward F= - 022 _ -._20% House Side 291 29.1 z= es„ 1 018 t 04 ° Total y 2 036 - 20% House Side 215 21.5 m ° Total 1 Downward 781 78.1 0 10% Total 1 .07 10% Downward 744 74.4 02 1 0 1 Z Upward 27 2.7 182 Total .227 _ Upward 29 2.9 ` 3 4 0 Total Flux 808 80.8% 2 1 0 1 2 3 4 Total Flux 773 77.3% DISTANCE ACROSS STREET DISTANCE ACROSS STREET (In Mounting Heights) on Mounting Heights) Data based on Report No. P2045, IES Type II, Medium, Data based on Report No. P2142, IES Type lll, Medium, semi-cutoff(glass refractor).See Chart I I for lamp factors. semi-cutoff(glass refractor). See Chart I I for lamp factors. 5 O ordering data 250 WATT HORIZONTAL (Series 13 14) • HIGH PRESSURE SODIUM CATALOG NUMBERS Primary Power Approx. with Photocontrol without Photocontrol Volts _, Ballast Type _. _ Factor Wt.-Lbs. _Receptacle Receptacle _ 70 WATT HIGH PRESSURE SODkJM 120 Regulated High 23 13-562E2-6 14-562E2-6 120 Reactor Normal 17 13-570E2-6 14-570E2-6 240 Regulated High 23 13-563E2-6 14-563E2-6 240 Lag Auto Normal 22 13-573E2-6 14-573E2-6 480 Regulated High 23 13-566E2-6 14-566E2-6 100 WATT HIGH PRESSURE SODIUM 120 Regulated High 23 13-56212-6 14-56212-6 120 Reactor Normal 17 13-57012-6 14-57012-6 240 Regulated High 23 13-56312-6 14-56312-6 240 Lag Auto Normal 22 13-57312-6 14-57312-6 480 Regulated High 23 13-56612-6 14-56612-6 150 WATT HIGH PRESSURE SODIUM-55 Volt Lamp 120 Regulated _ High 23 13-56262-6 14-56562-6 _ 120 Reactor Normal 17 13-57062-6 14-57062-6 " 240 Regulated High 23 13-56362-6 14-56362-6 240 Lag Auto Normal 22 13-57362-6 14-57362-6 _ 480 Regulated High 23 13-56662-6 14-56662-6 200 WATT HIGH PRESSURE SODIUM _ 120 Regulated High 25 13-62J2 14-62J2 120 Lag Auto High 21 13-52J2 14-52J2 240 Regulated _ High 25 13-63J2 14-63J2 240 Reactor High 19 13-58J2 14-58J2 480 Regulated High 25 13-66J2 14-66J2 250 WATT HIGH PRESSURE SODIUM 120 Regulated High 27 13-6232 14-6232 120 Lag Auto High 22 13-5232 14-5232 240 Regulated High 27 13-6332 14-6332 240 Reactor High _18 13-5832 14-5832 480 Regulated High 27 13-6632 14-6632 NOTE: 150 Watt High Pressure Sodium units using 100 volt lamps are available,contact factory for information. NOTES: 1.Above catalog numbers are for I.E.S.Type II light distribution; change-6 suffix to-8. NOTE:Polycarbonate and acrylic also available in Type III.Change last digit in catalog number refractors are not recommended for 200 and 250 watt units. to indicate desired pattern.(Example: 13-57013-6,Type III.) (Example: 13-56262-8,polycarbonate refractor.) 2.Type II4 way is available with glass refractor only,to order 5.Power Pad and Level Indicator are not included as standard, change last digit to D,and delete the suffix.(Example: i specify to order. 13-5621 D.) 6.To order Glare Shield,specify Catalog No.8-13-001. 3.Lamps and photoelectric controls are not included,order separately,be sure voltage is correct.(See separate Photo- 7. High power factor,regulated ballast,208 and 277 volt units electric Controls pages.) available.50 watt units available in some ballast/photo- 4.Acrylic refractors are standard on 70,100 and 150 watt units; metric combinations.Contact factory for complete information. glass refractors on 200 and 250 watt units.Optional refrac- 8. For further information contact your local ITT Outdoor tors available:to order glass refractor(for 70, 100 or 150 Lighting representative or ITT Outdoor Lighting,Southaven, watt unit)delete the suffix;to order polycarbonate refractor Mississippi,38671,telephone 601-342-1545,or telex 053-952. 6 r M ,, r "'9 'I�X'�.'rV r r xt4 s) r71 7L, 2 dV Ii pN ` )/ 2 Ev 9 Yy� a ti �' a �> Sid ke. 'f - r p� l t o s ' t t °rd a,v t >t y y4 ( y.'• ps, J� YaF� W ��qqY R � �✓+'#11 dy at'� iA�Pi� �,qs, m jy +�• >t9`. yg�`��,rM r i r°� ��. k�.� a. .. !�`t � 6� S {p '��Su°✓�.� i`iNed✓ �ti�+ �,� J '� `�,n��+a 'r � } W X 7°4 ..� � d a•+� q 'vy s�"szr oz "Wal :rd w�, l �u) e�p"+r �+i! Y'�L t 1;r7 t F t arty $`E t t• a ink Fr+%3 a 'y17'��� .. � r!'� 4: 'f�"^f aM� � R"k'�c���Z�N:+''ft "� ;+'S 1; ix k k ext s{1 y 'iar5 tI�ad�l=,s r✓. ,� SJ77 �� 4 '�,�;+ A 'h t r qu 35�� l '�;Yt �'kh ����19r�'�trh{�'�f. r ry syr � -. 43n� D �`� � $. tUr�� �,� .R;14 f� 'i,'Sn� .,>�;Wk �':s; yk.♦z e�.r'r s�3}�, a��l� �Ft F . fi hit��� O��h r�,�3t'�r�r �h �,... i� y?+ �}, ,4 L42"t¢ }' 'r.5.11 .4�,a t y 11 ` a4 6".,"�� :,'tpre� N.� ,.•A %^xf u til'r°s. i,rf r'xrys ty+ 3��n it �` �`' k v +aI"n' '1w . S t�qr x.tSv* �t�� 5�tF sx.+'�?a'v�..�� �+ •� e y}r'4 .i^ �r�� ���E; du i�te"t��r°>a�,r ' 6f� �" , �. '� r 4( t � ,i.��f'ufi. .tr, .t r i�d�5`�°'P '�•3 �� � &y *fi: t. � �s 'P8 ( � f�y[�d'�4ye.A ,t �v,'ra,�yf{n f ( tn''�� t�Rkr§ ��4'4. s<ySI,J � i,i5 S Y f, features 250 WATT HORIZONTAL LUMINAIRE (Series 13 & 14) P ,NIGH EFFICIENCY ILLUMINATION DURABLE LUMINAIRE Qotical superiority of anodized aluminum reflector Rugged construction—upper and lower housings and precision refractor result in maximum light are die-cast aluminum,all hardware is of corrosion- utifization. Available in I.E.S. light distribution resistant materials. Long lasting baked-on enamel a 'patterns Type 11, 11-4 way(glass refractor only), finish gives added protection even in highly corro- .1 and III to economically illuminate any area with sive atmosphere. Unit is designed for efficient excellent uniformity, low glare, and well designed operation in temperatures as low as —20°C. light cut-off.Available in high pressure sodium'and mercury vapor. PROTECTIVE SEALS „ Reflector and refractor are gasket sealed with '', , .fib, t polyester fiber"Breathing Seal"-�, This provides a ,.rte=aa good mechanical gasket and filters contaminates t <" f from entering the optical system, thus reducing maintenance costs. A 1 Fn •'. ;< Spring Steel QTY V Hinge Keeper Level Indicator OPTIONAL FEATURES Level indicator is available to permit observer to INSTALLATION AND MAINTENANCE EASE evaluate position of luminaire from the ground. All.units are furnished with an internal four bolt <n slipfitter adjustable for 1%"and 2",mast arms or �` 1 fitter installations:The integrally cast hinge and } one,hand door latch make lower housing easy - to open,for relamping or general servicing., z Power t Pad FK a t1 4 tv Quick Disconnect w M;OneHand, Power padO with quick-disconnect provides a quick A.. easy and s, Door Lafch > y m ethod of ballast replacement. Optional photocontrol receptable is NEMA standard three I terminal twist-lock type. Polycarbonate refractors i available Glare shields available. i 'Registered trademark ITT Outdoor Lighting z � lC' r1,1._`**0MP0nent data 250 WATT HORIZONTAL LUMINAIRE (Series 13 & 14) DIE-CAST REFLECTOR ALUM2NUM HOUSING ` It \ 4 BREATHING SEAL (Polyester fiber y t Gasket) iyda4� - J .� BALLAST - `` ,� �.✓' t Y TERMINAL 3: BLOCK ADJUSTABLE SOCKED D [I Y41# s Standard) SLIPFIITTER APPLICATION _+ y Horizontal luminaires can be used virtually anywhere Thruways, streets, parking lots, �e 21 storage yards,campuses, industrial sites recreational areas and parks i z 3 4;j • i y f4^ dimensions 250 WATT HORIZONTAL LUMINAIRE (Series 13 & 14) E a � pyo y... s rre Y a �— Effective projected area of Series 14 Horizontal Luminaire is.97 sq. ft.; Series 13-1.02 sq. ft. Nil' o soeci,fcat'ions SUGGESTED SPECIFICATIONS OPTIONAL SPECIFICATIONS Luminaire shall be ITT Outdoor Lighting Horizontal Level indicator shall be provided allowifig ground Luminaire,catalog number for level evaluation of luminaire positioning. watt,,(high pressure sodium, mercury vapor) lamp, Power pad shall be provided for quick and easy ,j volt operation. ballast replacement in the field. Luminaire housings both upper and lower, shall be die-cast aluminum joined by an integrally cast Glare shield shall be provided. r hinge pin at the mounting end, and a one-hand latch at the door. Luminaire finish shall be baked-on acrylic enamel. r. Hardware shall be manufactured of corrosion- - resistant materials.. r , Reflector shall have durable anodized aluminum surface:. ' yPrismatic refractor shall be(acrylic, glass),and produce and IES Type(111 11-4 way, III)) light distri- . ;:bution pattern. Refractor shall be secured with Polycarbonate refractor shall be provided. spring latches,' Photoelectric control receptacle shall be an . Gasket shall be high temperature polyester fiberNEMA standard three terminal, polarized, I to filter`air entering optical assembly. I x twist-lock type for use with ITT Outdoor Lighting Ballast shall be factory pre-wired and suitable for photoelectric control,catalog number 1 operation in temperatures as low as -20°C. ti I Slipfitter shall be adaptable to 1 y"and 2"arms. .. .. i • ! • � n - " daLa P• . rc ISOFOOTCANDLE AND UTILIZATION CURVESValues of isocandela,lumens,and footcandles are based LAMP LUMEN on a lam CHART p operated at 1000 lumens. Refer to Lamp Designation Lumen Rating Factor Lumen Charts for factor of desired lamp. Multiply all LU 70W 5800 5.8 values shown by this factor. LU 100W 9500 9.5 This data is based on a mounting j eight of 25 feet, - --- LU 150W refer to chart below for conversion factors. CHAR_T1! Mounting Ht.-Ft. 18 20 22 25 28 30 35 LU 20OW 22000 22.0 •Factor _ 1.93 1.56 1.2.9 1.00 .80 .69 51 LU 250 27560 27.5 r 70, 100,and 150 watt High Pressure Sodium units: COEFFICIENT OF UTILIZATION (o°shea Lines) COEFFICIENT OF UTILIZATION � 7 70% p no°Lined �h _ svea 7 70% 6 - !s°e 60% +� ) .0006 6 60% „ 5 l FLUX DISTRIBUTION 5 50/n-- n FLUX DISTRIBUTION z i 4 _-_ •003 40% Lumens or LampPercent c7 Q 003 Percent •006 Downward z f 4 - r 6 40% lumens of Lamp w 3 30% Street Side 601 60.1 a 3 - _ I _ 01 ° Do Street Side 574 57.4 He.. r ,,03 Downward v n 03 I 30 6 Downward r ` a 2 1 - - 20% TotalHouse Side 192 19.2 = 2 = O6 20% House Side 234 23.4 r 10° Downward 793 79.3 5 \, Total 1 j.. 12 i /o Total 1 t ° 'j.12 10% Downward 808 80.8 0 I Upward 32 3.2 3y, TotaUpward 23 2.3 2 1 <'0 1 2 3 �4 p Total Flux 825 p(i 82.5% 2 1 0 1 2 3 4 Total flux 831 83.1 DISTANCE ACROSS STREET DISTANCE ACROSS STREET (In MeuMin9 Heights) - (In nMounting Heights) Data based on Report No. P2012, IES Type III; Medium, Data based oReport No. P2015, IES Type It, Medium, semi-cutoff(acrylic refractor).See Chart 1 for lamp factors. semi-cutoff(acrylic refractor).See Chart I for lamp factors. COEFFICIENT OF UTILIZATION COEFFICIENT OF UTILIZATION y,.; (Delheo I,In°sl t. 7 70% 7 (2°11od Lines) 70% 6 -- _' '_ -}S eel'60% 6 -s ns 60% LU „`�5 os15o% FLUX DISTRIBUTION w ti� �_ 5 '•0006 5o% FLUX DISTRIBUTION r4 0013 Percent ti 0013 ' -- a i z 3 4 - --•- a - 40/o Lumens of Lamp :Q 4 7 •003 o Percent ( o U 003 . z - 40% _ Lumens cl Lamp Downward o g 006 ` a { Street Side 586 58.6 -t w 3 - 006 130% Downward z ; 013 ' Downnartl w 3 1 •01 30% Street Side 570 57.0 r a 2 s"e` -I o -ro_se Side 201 20.1 Z s ; 03 Downward --- Nd N 03 - 20/n a 2 _ _ _. ° House Side 220 22.0 a 1 , O6 10° Total 787 78.7 0 ` 7.06 20� Total I .13 t / Total 1 10% Downward 790 79.0 dUpward 29 2.9 'i .13 Total 2 1 0 1 2 3 4 Total Flux 816 81.6% 2 1 0 1 2 3 4 DISTANCE ACROSS STREET DISTANCE ACROSS STREET Total Flux 814 81.4% (In Mounting Heights) N Mounting HaiS S Data based on Report No. P2030, IES Type lll, Medium, Data based on Report No. P2035, IES Type II, Medium, i semi-cutoff(glass refractor). See Chart I for lamp factors. semi-cutoff(glass refractor). See Chart I for lamp factors. t '. fir(200 and 250.watt High Pressure Sodium units: a ,a' COEFFICIENT OF UTILIZATION COEFFICIENT OF UTILIZATION (a thea linos 7 70% 7 o,�neo tine:) 0% 6 00%Lu , 6 7 : - I _I�__ 50% FLUX DISTRIBUTION cc 5 _ � se^ 0007 FLUX DISTRIBUTION Q 0003 Percent y t 50% 1 z 4 0002 40% Lumens of Lamp z 1 4 40018+_ Percent z - 40% Lumens of Lamp Hnp6u "Downward .. q g;. I .003 Q§ 3 sue it i 30 Street Side 490 49.0 e' Downward 004 009 % W§ 3 ".007 -- I 30% Street Side 529 52.9 Downward Downward r` = 2 i- , 022_. 20% House Side 291 29.1 Q 2 �iOB X18 20% House Side 215 21.5 y 1` v~_, .036 oa notal i•01 - 10°6 Downward 781 78.1 n -'•07 - TotalDownward 744 74.4 r �� 227 Total. - 10% Total Upward 27 2.7 `" .182 0 0 Upward 29 2.9 .`. 2 `. 1 a 0; .1 2', 3 4 Total Flux 808 . 80.8% 2 1 0 1 2 3 4 s ` DISTANCE ACROSS STREET -Total Flux - 773 77.3% (In Mounting Heights) DISTANCE ACROSS STflEE? �. (In Mounting Heights) Data based on Report No.P2045, IES Type II, Medium, Data based on Report No. P2142, I ES Type lll, Medium, semi-cutoff(glass refractor).See Chart II for lamp factors. semi-cutoff(glass refractor). See Chart I I for lamp factors. ' F,1 5 '�tj 1 I 0,rderj ' 250 �fAT'4 ®R4Z0�9 ,6��. (Series 13 8 14, • HIGH PRESSURE SO®l�19�1 CATALOG NUMBERS .. Primary' Power Approx. with Photocontrol without Photocontrol Volts _ Ballast Type Factor wt.. Receptacle Receptacle 70 WATT HIGH PRESSURE SODi M 120 Regulated High 23 13 562 E2-6 14-562E2-6 120 Reactor Normal 17 13 570E2-6 14-570E2-6 240 Regulated High 23 13-563E2-6 14-563E2-6 240 Lag Auto Normal 22 13-573E2-6 14-573E2-6 i 480 "` Regulated High 23 13-566E2-6 14-566E2-6 . 100 WATT HIGH PRESSURE SODIUM a; 120 Regulated High 23 13-56212-6 14-56212-6 120 Reactor Normal 17 13-57012-6 14-57012-6 •240 Regulated High 23 13-56312-6 14-56312-6 240 Lag Auto Normal 22 13-57312-6 14-57312-6 r 480 Regulated High 23 13-56612-6 14-56612-6 150 WATT HIGH PRESSURE SODIUM-55 Volt Lamp 120 Regulated High 23 13-56262-6 14-56562-6 120 Reactor Normal 17 13-57062-6 14-57062-6 ' 240 ` Regulated High 23 13-56362-6 14-56362-6 240 Lag Auto Normal 22 13-57362-6 14-57362-6 1 480`: Regulated High 23 13-56662-6 14-56662-6 1 200 WATT HIGH PRESSURE SODIUM 120 Regulated High 25 13-62J2 14t2J2 120 Lag Auto High 21 13-52J2 14-52J2 240 Regulated High 25 13-63J2 14-63J2 240 : Reactor High 19 13-58J2 14-58J2 480 Regulated High 25 13-66J2 14-66J2 250 WATT HIGH PRESSURE SODIUM 120 Regulated High 27 13-6232. 14-6232 120 Lag Auto High 22 13-5232 14-5232 240 Regulated High . 27 13-6332 14-6332 t 240 Reactor High 18 13-5832 14-5832 480 ' `Regulated 'High 27 13-6632 14-6632 NOTE:150 Watt High Pressure Sodium units using 100 volt lamps are available,contact factory for information. NOTES: 1..Above catalog numbers are for I.E.S.Type 11 light distribution, change-6 suffix to-8,NOTE:Polycarbonate and acrylic also available in Type iii,"Change last digit in catalog number refractors are not recommended for 200 and 250 watt units. p indicatQ desired pattern,(Example;13-57013-6,Type 111.) (Example:13-56262-8,polycarbonate refractor.) 2bType 11-4 way is-available".with glass refractor only,to order 5.Power Pad and Level Indicator are not included as standard, change last digit to D,and delete the suffix.(Example: specify to order. 13-5621 D) 6.To order Glare Shield,specify Catalog No.8-13-001. ' 3.Lamps°and photoelectric controls are not included,order separately,be sure voltage is correct.(See separate Photo- 7.High power factor,regulated ballast,208 and 277 volt units electric Controls pages.) available,50 watt units available in some ballast/photo- 4.Acrylic refractors are standard an 70,100 and 150 watt units; metric combinations.Contact factoryforcomplete information . glass refractors on 200 and 250 watt units.Optional refrac-" 8.For further information contact your local ITT Outdoor I tors available:to order glass refractor(for 70, 100 or 150 Lighting representative or ITT Outdoor Lighting,Southaven, wattunit)delete the suffix;to order polycarbonate refractor Mississippi,38671,telephone 601-342-1545,or telex 053-952. 6 HOLZMACHMdOLLENDON A MURRELL. P.C. / H2M CORP. CONSULTING WGINUM AND INVIMMMCNTAt SCIENT15" CONTRACT- - CONV D. NOTICE - The term "Notice", as used herein , shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at the last known business address of, the person, firm or corporation for whom intended or to his, their, or its duly authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or enve- lope addressed to such person, firm or corporation at his , their, or its last known business address and deposited in a United States Mail Box. DIRECTED, REQUIRED. APPROVED.- ACCEPTABLE - Whenever they refer to the work, or its performance, "directed" , "required", "permitted" , "ordered", "designated" , "prescribed" , and words of like . import shall imply the direction, requirement , permission , order, designa- tion or prescription of the Engineer, and "approved", "satisfied" , or "satisfactory" , "in the judgment of" , and words of like import, shall mean approved or acceptable to, or satisfactory to, in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant , labor , material , supplies, equipment and other facilities and things necessary or proper for or incidental to, the work contemplated by this Contract as required by, and in strict accordance with, the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by and in strict accordance with, such changes as are ordered and approved pursuant to this Contract , and will perform all other obligations imposed on him by the Contract . 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Con- tractor will accept as payment in full the summation of products, of the actual quantities in place upon the completion of tl►e work, as determined by the Engineer 's measurements by the unit prices bid, no allowance being made for anticipated profit or for reason of variations from the estimated quantities set forth in the Proposal. (b) Extra Work and/or Changes: The Town may, at any time, by a written order, and without notice to the sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: C-3 HOLZA ACFIOQN&MURR" P.C. I H1M CMF. aurum fugg" AND LNwM MMD"AL ICIENT M CONTRACT - CONTD. (1) By such applicable unit prices, if any, as set forth in the contract, or J (2) If no such unit prices are set forth, then by unit prices or by a lump sum mutually agreed upon by the Town and the Con- tractor, or (3) If no such unit prices are set forth, and if the parties cannot agree upon unit prices or a lump sum, then by actual net cost in money to the Contractor of the materials, permits, wages, or applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty percent (20%) as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen 's Compen- sation Insurance, material used in temporary structures, allowances made by the Contractor to subcontractors, additional premiums upon the Performance Bond of the Contractor and the use of small tools. 4. TIME OF ESSENCE Inasmuch as the provisions of this Contract relating to the time for performance and completion of the work are for the purpose of enabling the Town to proceed with the construction of a public improvement, in accordance with a predetermined program, such pro- visions are of the essence of this Contract. C-4 WUMACHLENDON 6 MURK" P.C. I H2M CORP. CONOULTI INE9A4 AND LNVIMMMCWTAL WCNTIE" is CONTRACT - CONT' 1). 5• CONTRACT SECURITY y (a) rhe Contractor shall. furnish a Perl'ormance Bond in In amount equal to one hundred percent ( 1001,%) () I' the total contract ` price as security for the faithful performance cif this contract , and for the payment of all persons performing labor or furnishing mater- ials in connection with this Contract . (b) Additional or Substitute Bond : If , at any time , the Town shall be or become dissatisfied with any surety or sureties , then upon the Performance Bond , or if, for any other reason , such bond shall cease to be adequate security to the Town , the Contractor shall , within five (5) days after notice from the Town , substitute an acceptable band in such form and sum, and signed by such other surety as may be satisfactory to the Town . The premiums on :such bonds shall be paid by the Contractor. No further payments shall be deemed due , nor shall be mude until the new surety shall have been qualified. (c ) Prior to release of the Performance Bond , the Contractor shall deliver ' to the Town a Maintenance Bond equal to one hundred percent (100%) of the total Contract price , including all extras. This Maintenance Bond shall remain in full force and effect for a, period of one (1 ) year after the date of the final certificate and • such bond, which shall be executed by the Contractor and issued by a reliable, solvent surety company authorized to do business inthe State of New York shall guarantee to the Town that the Contractor shall promptly remedy any defects or faults that may occur within twelve (12) months after completion and acceptance of the work performed by the Contractor pursuant to this Contract. 6. CONTRACTOR'S INSURANCE The Contractor shall not commence any work until he has obtained and had approved by the Town all of the insurance required under this Contract , as enumerated herein : Compensation Insurance Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's (Town of Southold) and Engineer 's Pro- tective Public Liability and Property Damage Insurance . Automobile Public Liability and Property Damage Insurance C-5 NCLtMACH4�*LENDON&MURRELL. P.C. / H2M CORP. CON&ULTIN4 MOON=$ AND CAMONMOOTAL •CIQVTIfTf CONTRACT - CONT' 1), The Contractor shall riot permit any subcontractor to commence any operation on the site until satisfactory proof of carriage of the above required insurance has been posted with, and approved by, the Town. (a) Compensation Insurance : The Contractor shall take out and maintain, during the life of this Contract , Workmen 's Compensation Insurance for all of his employees employed at the site of the pro- ject. , and in any case of any of the work being sublet, the Contractor shall require the subcontractor similarly to provide Workmen 's Com- pensation Insurance for all of the latter's employees, unless such employees are covered by the protection affordod by the Contractor. (b) Public Liability and Property Damage Insurance: The Con- tractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall pro- tect him and any subcontractor performing work covered by this Contract for claims for damages for personal injury, including accidental death, as well as from claims for property damage which may arise from operations under this Contract, whether such opera- tions be by himself or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows : Public Liability Insurance in the amount not less than Five Hundred Thousand Dollars ($500,000. ) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1,000,000. ) on account of one accident . Property Damage Insurance in an amount not less than One Hundred Thousand Dollars ($500,000. ) for damages on account of any one accident and in an amount of not less than Two hundred Thousand Dollars ($1 ,000, 000 . ) for damages on account of all accidents . (c) Liability and Property Damage Insurance: The above policies for public liability and property damage insurance must be so written as to include Contractor 's Protective Liability and Property Damage Insurance to protect the Contractor against claims arising from the operations of any subcontractor. C-6 H MACHEI tENDON d MURRELL. P.C. / HZM CORP. is CONIULTING CNGINURS AND ENVIRONMENTAL MUMS" CONTRACT - CONT'D. (d) Owner's and/or Engineers Protective Public Liability and Property Damage Insurance: (Town and/or Town Board, Town of Southold and/or Holzmacher, McLendon & Murrell, P.C. ) The Con- tractor shall furnish to the Town with respect to the operations he or any of his subcontractors perform, a regular Protective Public Liability Insurance Policy for and in behalf of the Town and/or Town Board, Town of Southold and/or llolzmacher, McLendon & Murrell , P.C. , providing for a limit of not less than $500, 000. for all damages arising out of bodily injuries to, or death of one person and subject to that limit for each person, a total limit of $1,000, 000. for all damages arising out of bodily inju- rios to, or death of, two or more persons in any one accident ; and regular Protective Property Damage Insurance providing for a limit of not less than $500,000. for all damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident a total (or aggregate) limit of $1 , 000, 000. for all damages arising out of injury to, or des- truction of property during the policy period. The insurance must fully cover the legal liability of the Town and/or Town Board, Town of Southold as owner and/or llolzmacher, McLendon & Murrell, P.C. The coverage provided under this policy must not be affected if the Town and/or Engineer performs work in connection with the project either for, or in cooperation with, the Contractor or as an aid there- to, whether the same be a part of the Contract or separate there- from, by means of its own employees or agents, or if the Town and/or Engineer directs or supervises the work to be performed by the Contractor. (e) Automobile Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of the Contract such automobile public liability and property damage insurance as shall protect him and any subcontractor performing work covered by this contract from claims for damages for personal injury, including accidental death as well as from claims for property damage which may arise from operations under this Con- tract , whether such operations be by himself or by any subcontractor, or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows : C-7 HOIZMACH90*060 a MU RR" P.C. / HZM CORP. coNw�nnoOl'N"U" AND WV1MMMLNTAL SCI[NTIS" CONTRACT - CON V D. • Automobile Public Liability Insurance in an amount not less than Five Hundred Thousand Dollar. ($500,000. ) for bodily injuries , including wrongful death by any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1,000,000. ) on account of one accident. Automobile Property Damage Insurance in an amount of not less than One Hundred Thousand Dollars ($100,000. ) for damages on account of any one accident and in an amount of not less than Two Hundred Thousand Dollars ($200,000. ) for damages on account of all accidents. ?• PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the Town with certificates of each insurer insuring the Contractor or any subcontractor under this Contract , except with respect to subdivision (d) of Paragraph 6 In respect to this paragraph, the Contractor shall furnish the 'Town with the original insurance policy and a copy to the Engineer. Both certificates, as furnished, aid the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limit or limits of liability thereunder. Both the certificates and the policy shall be further endorsed to provide the Town and Engineer with any notice of cancellation at least five (5) days prior to the actual date of such cancellation. i C-8 HOLZMACHER, MODON d MURRELL. P.C. I H2M CORP. CONAULTINO WVIMMIAWTAL DCILNTIM CONTRACT - CONT'D. 8. COMPLIANCE WITH LABOR AND PENAL, LAWS The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract . The Labor Laws, as amended, provide that no laborer, workman or mechanic: in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work cson— templated by this Contract, shall be permitted or required to work more than eight (8) hours in any one calendar day, except in cases of extraordinary emergency caused by fire, flood, or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week, except in such emergency; that the wages to be paid for a legal day's work as liereinbefore defined, to laborers, workmen, or mechanics upon the work called for under this Con- tract , or for any materials used upon or in connection therewith, shall not be less than the prevailing rate for a day 's work in the same trade or occupation in the locality within the State where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages herein provided ; that employees engaged in the construction outside the limits of cities and villages are no longer exempt from the pro- visions of the Labor Law which required the payment of the pre- vailing rate of wages and the eight (8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employ- ment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment . Each person so employed shall furnish satis- factory proof of residence, in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Con- tractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable • by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty (30) days nor more than ninety (90) days, or both fine and imprisonment . C-9 HOL WHER. MOON a MURR" P.C. / HZM CORP. CON&UMNO QIO iLli� AND LNVIIIONMOVAL SCIS MS" CONTRACT - CONT'D. -c Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State or any City, County, Town or Village or other civil deviation of the State, of any sums due on account of a contract for a public improvement , it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every sub- contractor to file a certified statement in writing, in satis- factory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contract , setting forth therein the names of the persons whose wages are unpaid and the amount due each, respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the payment to any Contractor or subcontractor to the extent of the amount or amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if, for any other reason, it may be deemed advisable, the Comptroller of the State -or other financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof the sum or sums admitted by any Contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor per- formed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any Con- tractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised specifications for every Contract for the construction, recon- struction, maintenance and/or repair of highways to which the State, County, Town and/or Village is a party shall contain the provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract , either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporatbn that willfully pays C-10 HOLIMACHER, MODON y MURR" P.C. 1 H2M CORP. comwknma I iNVIMMMiNTAL SCIUM$n CONTRACT - CONT'D. after entering into such contract less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or by both fine and imprisonment for a second offense Lby a fine of One Thousand Dollars ($1,000.00) and, in addition thereto, the Contract on which the violation has occurred shall be forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract , on which the Contractor has been convicted of second offense in violation of the provisions of this Section. Section 1918 of the Penal Law, as amended, provides that no person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street , highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice and further, he shall ascertain whether there is within one hundred feet of such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any person, corporation or municipality conveying combustible gas, and if any emergency involving danger to life, health or property, it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to disharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal in- jury if such notices are given before any such discharge is under- taken. Any such work shall be performed in such manner as to avoid damage to pipe conveying combustible gas. Any violation of the provisions of this Section shall be a misdemeanor. C-11 HOLZMACHER, MAOON &MURRELL. P.C. / H2M CORP. CONOULTINO EN41H M AND ENVIIIONAMU#TAL ICIENTIm CONTRACT - CONTI1). 9• QUALIFICATIONS ICOR EMPLOYMENT No person under the age of sixteen ( 16) years , and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract . No person whose age or physical condition is such as to make his employment dangerous to his health or safety , or the health and safety of others, shall be employed to perform any work on this project ; provided , however, that such restriction shall not operate against the employment of physically handi- capped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 10. NON-DISCRIMINATION There shall be no discrimination because of race, creed or color in the employment of persons for work under this Contract , whether performed by the Contractor or any subcontractor. Neither shall the Contractor or any subcontractor discriminate in any manner against or intimidate any employee hired for the perform- ance of work under this Contract on account of race, creed or color. There may be deducted from the amount payable to the Con- tractor by the Town under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph ; provided that for a second or any subsequent violation of the terms of this paragraph, this Con- tract may be canceled or terminated by the Town and all monies due or to become due hereunder may be forfeited . C-12 HOLZMACHER, MC&ON b MURRELL. P.C. / H?M CORP. CONSULTING ENGINEERS ANO ENVIRONMENTAL SCIENTISTS to CONTRACT - CONT'D. 11. ESTIMATES AND PAYMENTS (a) The Town will pay the Contractor an amount equal to seventy- five percent (75%) of the bid price within thirty (30) days after delivery of the equipment. The Contractor shall receive the remaining twenty-five percent (25%) of the bid price within ten (10) days after the Town receives payment from the New York State Department of Transporat ion. (b) Final Certificate : One month after the time of completion and acceptance of the work, as specified and contracted for , the Engineer will make a final certificate of all work done. Thereafter the Town will pay the full amount , less any prior payments, less any money paid by the Town by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. (c) In order to secure the performance of the covenant of the Contractor, the Town shall retain during the period of one year from the date of the said final certificate, the Guarantee Bond. If , at the end of the said period of one year, the Contractor shall have fulfilled said covenant to the satisfaction of the Engineer, the surety shall be required to fulfill said covenants . Upon final settlement , according to the conditions herein specified and not until such settlement shall have been made, shall the Contractor be relieved from the obligations assumed in the Contract . 12. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Town from all claims and all liabilities to the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Town and other relating to, or arising out of, this work, excepting the Contractor' s claims for interest upon the final payment , if this payment is improperly delayed. No payment , however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. C-13 HOIZMACHER, MCOON 6 MURRELL, P.C. I HZM CORP. CONSUItINO QWIMMS AND OMMMMQ1tAL 9C1DM4n CONTRACT - CONT' D. 13. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer and other representatives of the Town at any time during the construction and at any and all places where manufacturing of materials used and/or construct- tion is carried on. Without additional charge , the Contractor shall furnish promptly all reasonable facilities, labor anal materials neces- sary to make tests so required safe and convenient . If, at any time, before final acceptance of the entire work, the Engineer considers necessary or advisable an examin- ation of any portion of the work already completed, by removing or tearing out the same, the Contractor shall , upon request , furnish promptly all. necessary facilities, labor and materials for such examination. If such work is found to be defective in any material respect , due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expenses of or such examination and of satisfactory reconstruction. If, • however, such approval and consent shall have been given, and such work is found to meet the requirements of this Contract , the Contractor shall be recompensed for the expense of such examin- ation and reconstruction in the manner herein provided for the payment of costs of extra work. The selection of laboratories and/or agencies for the in- spection and tests of supplies, materials or equipment shall be subject to the approval of the Engineer. Satisfactory documen- tary evidence that the material has passed the required inspec- tion and test must be furnished the Engineer prior to the incor- poration of the material in the work. Any rejected work shall be removed from the site of the project completely at the expense of the Contractor. C-14 HOLZMACHER, MC410ON 6 MURRELL, P.C. / H2M CORP. CONSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS CONTRACT CONT'D. 14. CONTRACTOR' S TITLE TO MATERIALS No material or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. 15. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Town for any loss on account of any infringement of any patent rights, unless prior to his use in the work of a particular process or a product of a particular manufacturer, he notifies the Town in writing that such process or product is an infringement of a patent . C-15 HOl?MACHER, M&DON 6 MURRELL. P.C. / H2M CORP. CONSUL"NO ETIOINUAS ANO ENVINONMOOTAI SCIENTIV$ CONTRACT - CONT'1). 16. REPRESENTATIONS OF CONTRACTOR ~ The Contractor represents and warrants ; (a) That: lie is financially solvent and that he is experienced in and competent to perfrom the type of work involved under this Contract and able to furnish the plant materials , supplies and/or equipment to be furnished for the work; and (b) that lie is familiar with all Federal , State and Municipal Laws , ordinances and regulations whiel► may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work ; and (c) that such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which it is intended and that such construc- tion will not injure any person or damage any property ; and (d) that he has carefully examined the Plans , Specifications , and the site of the work, and that from his own investigation lie has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and sub- surface materials , structures and utilities likely to be encountered, the character of equipment , and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 17. AUTIiORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at such time and places , by such methods , and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work, shall interpret the plans , specifications, contract documents and any extra work orders and shall decide all other questions in connection with -the work. Upon request, the Engineer shall confirm in writing any oral orders , directions, requirements or determinations . The enumeration herein or elsewhere in the contract documents of particular instances in which the opinion, judgment , discretion or determination of the Engineer shall control, or in which work shall be performed to his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar to those enumerated shall be so governed and so performed, but without exception all the work shall be governed a►idso performed. C-16 HOLZMACHER, MCW b MURRELL, P.C. / H2M CORP. CONSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS CONTRACT - CONT'D 18. CORRECTION OF WORK All work and all materials, whether incorporated into the work or not , all processes of manufacture and all methods of construction shall be, at all times and places , subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be, by the Contractor at his own expense. Rejected materials shall immediately be removed from the site. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as, in the judgement of the Engineer, shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship, and agrees to correct any defects which may appear within one year following the date of = the. final certificate. Neither the acceptance of the completed work nor payment therefore shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 19. THE TOWN' S RIGHT TO WITHHOLD PAYMENTS The Town may withhold from the Contractor so much of any approved payments due him as may, in the judgement of the Town, be necessary : (a) To assure the payment of just claims then due and uppaid of any persons supplying labor or materials for the work; (b) To protect the Town from loss to defective work not remedied, or (c) To protect the Town from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Town shall have the right , as agent for the Contractor, to apply any such amounts so withheld in such manner as the Town may deem proper to satisfy such claims or to secure such protection. Such application of such money shall be deemed payments for the account of the Contractor. C-17 HOLZAMACHER. MCLIL&MURRELL. P.C. I H2m CORP. CONSULTING ENGINUM AND 9NVIWNM04TAL SCIENTISTS CONTRACT - CONT'1). .20. TILE TOWN 'S 111611T TO STOP WORK OR TERMI NAT11 CONTRACT: I F, (a ) The Contractor shall be adjudged bankrupt or slake an assignment for the benefit of creditors , or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment , or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days, or (c) The Contractor shall reruso or fail , after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials, or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said period, or (e) The Contractor shall. fail to make prompt payment to persons supplying labor or materials for the work, or ( f) The Contractor shall fail or refuse to regard laws , ordinances, or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provision of this Contract , then, and in any such event , the Town, without prejudice to any other rights or remedy it may have, may by seven (7) days notice to the Contractor, terminate the employ- ment of the Contractor and his rights to proceed either as to the entire work or (at the option of the Town) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Town may deem expedient . In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work (including compensation for additional managerial , administrative and inspection services and any damages for delay) , such excess shall be paid to the Contractor. C-18 HOLZMACHER.�M &MURREI.L, P.C. i H2M CORP. CONiNLTINO AND LNVIOONMWTAL SavaIRf CONTRACT - CONT'D. If such expense shall exceed the unpaid balance, the Contractor and his sureties shall be liable to the Town for such excess . If the right of the Contractor to proceed with the work is so terminated, the Town may take possession of and utilize in completing the work such materials, appliances , supplies , plant and equipment as may be on the site of the work and necessary thereof. If the Town does not so terminate the right of the Contractor to proceed, the Contractor shall continue the work. 21. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or any other public authority, for a period of three months without act or fault of the Contractor or of any of his agents , servants , em- ployees or subcontractors, the Contractor , may, upon ten (10) days notice to . the Town, discontinue his performance of the work and/or terminate the Contract, in which event the liability of the Town to the Contractor shall be determined as provided in the paragraphs immediately preceding, except that the Contractor shall not be obligated to pay to the Town any excess of the expense of completing t-he work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 92. . RESPONSIBILITY OF WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause, either by act of commission or omission to properly guard and protect the work that may be dis- covered at any time before- the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Town and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of -tile work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove of any work by the Engineer at or before the time of a partial payment -or other estimate shall not be construed to be an acceptance of any defective work. C-19 HCUMACHERWN 6 MURREL,L, P.C. / HZM CORP. CMIULTINO 10MOU" AND ENVIIIONMOITAL $09HTIST5 CONTRACT - CONTID. 23. SUITS AT LAW The Contractor shall indemnify and save harmless the Town from and against all suits , claims , demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the Contractor, his employees or agents or any subcontractors and in case any such action shall be brought against the Town, the Contractor shall immediately take care of and defend the same at his own cost and expense. � 4• PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and, if through mistake or otherwise, any such provision is not inserted or is not correctly inserted, then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion. 25. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract, nor assign any money due him hereunder without first obtain- ing the written consent of the Town. This Contract shall endure to the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 26. WAIVER OF IMMUNITY If any person, corporation, or body contracting with the Town, who when called before a grand jury, head of a city department , or other agency, which is empowered to compel the attendance of wit- ness and examine them under oath, to testify in an investigation concerning any transaction or contract had with the state, any polit- ical subdivision thereof, a public authority or with any public ` department, agency or official of the state or of any political sub- division thereof or of a public authority, refuses to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract , then C-20 HOIZMACHER. JjFN00N b MURR" P.c. / HZM CORP. CONiu�TINOGVhtM ANO 1MVIQONM6NTAL GCIENTIM CONTRACT - CONT'1). 3 (a) such person, and any firm, partnership or corporation of which he is a member, partner, director or oL'ficer shall be disqual- ified from thereafter selling to or submitting bids to or receiving; awards from or entering into any contracts wish any municipal corp- oration or fire district , or any public department , agency or official thereof, for goods , work or services , for a period of five years after such refusal (b) any and all contracts made with the Town or any agency or official thereof, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the Town without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. Y C-21 HOIZMACHER. V&DON 6 MURREI.L. P.C. / HZM CORP. . CONSUITINO CN MS AND WVIRONMENTAI 6CIENTIITt CONTRACT - CONT' D. 1 IN WITNESS WHEREOF the parties hereto have set their hands and seals the day and year first above written. TOWN OF SOUTHOLD BY: (TOWN SEAL) William R. Pell III , Supervisor — Contractor (SEAL) BY: TITLE: STATE OF NEW YORK ) ) ss: ' COUNTY OF SUFFOLK ) t 1 On the day of 1981 before me personally came William R. Pell III, to me known, who being by me duly sworn, did depose and say that he is the duly elected Supervisor of the Town of Southold, County of Suffolk, New York , and that at a meeting of the Town Board of the Town of Southold, duly held on the day of 1981 the said Board, authorized the said Super- visor to execute all and any contracts on behalf of the Board; that he knows the seal of the said Town, that the Seal affixed to the foregoing instrument is its corporate seal ; that it was affixed thereto by order of the said Board, and that he signed his name thereto and executed the said instrument on behalf of the said Town by like order and authority. NOTARY PUBLIC C-22 WXZMACHER, *DON a MURR" P.C. / H2M CORD. . CONSWINO EAS AND ENVIAONM[NTAL 9CIENr1in CONTRACT - CONT'D. ACKNOWLEDGMENT OF CONTRACTOR, IF A CORPORATION STATE OF NEW YORK) ) SS: COUNTY OF ) On this day of 1981 before me personally came and appeared to me known, who by me being duly sworn, did depose and say that he resides at that he is the of , the Corporation described in and which executed the foregoing in- strument , that. he knows the seal of said corporation, that one of the seals affixed to said instrument is such seal , that it was so affixed by order of the Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC ACKNOWLEDGMENT OF CONTRACTOR, IF A PARTNERSHIP STATE OF NEW YORK) SS: COUNTY OF ) On this day of 19 81 , before me personally came and appeared , to me known, and known to me to be one of the members of the firm of described in and who executed ti the foregoing instrument, and he acknowledged to me that he ex- ecuted the same as and for the act and deed of said form. NOTARY PUBLIC C-23 HOLZMACHER, M�DON b MURREU- P.C. / HZM CORP. • CONSULTINO OV EER8 AND ENVIRONMENTAL SCIENTISTS GENERAL SPECIFICATIONS TOWN OF SOUTHOLD FURNISH AND DELIVER LUMINAIRES 0.1 SCOPE Under this contract, the contractor shall furnish and deliver to the Town of Southold Highway Department Yard on Peconic Lane , luminaire type highway lighting fixtures and equipment, as described in the Technical Specifications of this contract. 0.2 INTENT It is the intent of this contract to provide first quality equipment to the Town of Southold , free of defects, whether said defects are incur- red during manufacture, transport to the Southold Town Highway Department Yard, or unloading at the Town Highway Department Yard. w 0 .3 GENERAL CONDITIONS The equipment to be provided under this contract shall be new, standard production models of the latest design in current production and manufactured in the U.S .A. All materials shall be of good commercial quality for the intended service, and shall be produced by use of current manufacturing processes. All materials shall be treated to resist rust, corrosion, and wear . All equipment supplied under this contract shall be suitable, by manufacturer 's specifications, for use under climatic conditions, both typical and extreme, which occur in the Town of Southold . Bidders must submit with their bid the latest printed specifications and advertising literature on the fixtures, lamps, and devices which they propose to furnish. Bidders shall supply three parts books, three service and repair manuals, and three operators manuals to the TOWN OF SOUTHOLD + HIGHWAY DEPARTMENT when the fixtures are delivered. sr GS-1 HOLZMACHER, MD©N &MURRELL, P.C. / HZM CORP. CONSULTING Fl10 EWA AND ENVIRONMENTAL SCIENTISTS GENERAL SPECIFICATIONS (CONT'D. ) ri GUARANTEE AND WARRANTY The bidder shall unconditionally warrant the equipment for a period of not less than twelve (12) months after the date of final certificate. The Guarantee Bond shall remain in effect during this period as an assurance to the Town that the warranty will be followed . Further , if a defect does occur , the Bidder is solely responsible for any repair charges which may incur , including transporting the equipment to and from the designated repair location. STANDARDIZATION The DETAILED and General Specifications indicate specific manu- facturers and/or catalog numbers, etc. , for the purpose of standardiza- tion within the Town in order to minimize stockpiling of replacement parts. r r DEFINITIONS s The words "or approved equal" as hereinafter used shall refer to the use of an equal product that has received prior approval by the Consulting Engineer for the Town. The word "Engineer" refers to HOLZMACHER, McLENDON & MURRELL, P.C. , Consulting Engineer for the Town of Southold. GS-2 HOLZMACHER. MODON &MURRELL. P.C. / H2M CORP. • CONSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS t w TECHNICAL SPECIFICATIONS HOLZMACHER, ANN a MURRELL. P.C. / HSM CORS. • CONSULTING ENOINEOIS ANO 1ENVIRONM04TAL SCIpMUS ITEM 1 - LUMINAIRES 1 .0 SCOPE Under this item, the contractor shall furnish and deliver luminaire outdoor lighting fixtures, with 50 watt high pressure sodium lamps, photo-receptacles, and photocells , as specified herein, to the Town of Southold. Highway Department, located on Peconic Lane, Peconic, N.Y. 1 .1 LUMINAIRES l31- 6o6 The luminaires shall be 50 watt units for high pressure sodium lamps, at 120 volt operation. They shall be catalogue number Horizontal Luminaires, as manufactured by ITT Outdoor Lighting, Southaven, Mississippi, catalogue number C728N806 M-250A POWR/DOOR Luminaires, as manufactured by General Electric, Hendersonville, N.C. , or an equivalent product which is specifically approved by the Engineer . .� 1 .1 .1 Luminaire Housing The luminaire housing shall be precision die-cast aluminum. Hinges joining sections of the housing shall be integrally cast. The housing finish shall be a baked-on acrylic enamel coating, an epoxy paint finish, or other highly weather resistant finish which has been approved by the Engineer. 1 .1 .2 Slipfitter Each luminaire shall be equipped with a slipfitter capable of adjoining the entire fixture to 1 1/4-inch through 2-inch diameter tubular luminaire mountipg arms without rearrangement of mounting parts. The slipfitter shall be fastened using bolts. 1 .1 .3 Hardware A11 hardware shall be manufactured of corrosion resistant material . 1 .1 .4 Reflector Each luminaire shall be equipped with a durable aluminum reflector specifically manufactured for high light reflectance. LUM-1 HOLZMACHER, M DON d MURRELL, P.C. / H2M CORP. CONSULTING .0 MRS AND ENVIRONMENTAL SCIENTISTS TECHNICAL SPECIFICATIONS (CONT'D) X 1 .1 .5 Refractor Each luminaire shall be equipped with a prismatic acrylic refractor producing I .E.S. Type II, medium, semi-cutoff, light distribution. The refractor shall be positively secured to the housing. 1 .1 .6 Gasket The reflector and refractor shall be gasket sealed with a polyester fiber filter seal, an activated charcoal filter and rubber gasket seal, or other means, such that entry of gaseous and particulate materials into the optical system is minimized, and a good mechanical seal is accomplished . 1 .1 .7 Ballast r The ballast shall operate one 50 watt high pressure sodium lamp from a nominal 120 volt, 60 Hz power source and be capable of starting and operating the specified lamp within the limits specified by the lamp manufacturer. The ballast shall be a reactor , normal power factor type. The ballast shall be pre-wired to the lamp socket and terminal board, requiring only connection of the power supply leads to the terminal board. It shall be quickly and easily removable and replaceable through the use of quick disconnect plugs. 1 .1 .8 Terminal Board A terminal board shall be provided for connecting incoming line supply. 1 .1 .9 Photoelectric Control Receptacle Each luminaire shall be equipped with a standard photoelectric control receptacle. The receptacle shall be produced by the same manu- facturer as the luminaire fixture, specifically manufactured for use with the luminaires, and installed on the fixtures prior to delivery. Photo- electric control receptacles shall be weatherproof, impact resistant, and suitable for use with the photoelectric controls which are supplied under this contract. LUM-2 HOLZMACHER, *DON&MURR" P.C. / N2M CORP. CONWLnra ENatkuRs AND DMMNMWTAL •CIE1MS" TECHNICAL SPECIFICATIONS (CONT' D) x 1 .1 .10 Photoelectric Controls ' Each luminaire shall be equipped with a standard photoelectric control, suitable for use with the luminaires and photoelectric control receptacles provided under this contract. The photoelectric control housing shall be weatherproof, impact resistant, and provided with a clear window which is crack-resistant, and will not discolor . Photocells shall be included. Photoelectric controls must meet the surge protec- tion, operating levels, operating voltages and contract ratings , speci- fied by the luminaire manufacturer for photoelectric controls used with the luminaires and photoelectric control receptacles provided under this contract. 1 .1 .11 Lamps The contractor shall provide one lamp for each luminaire provided under this contract. Lamps shall be 50 watt high pressure sodium type. They shall be suitable for use with the luminaires and photocontrols r specified under this contract, and shall meet with the luminaire manu- facturer 's anu-facturer 's requirements and specifications for 50 watt HPS lamps for the luminaires being provided. 1 .2 BASIS OF PAYMENT Payment shall be at the unit price bid per 50 watt HPS luminaire, complete with fixture , photoelectric control, photocell and lamp, as specified herein, for the actual number of fixtures ordered by and supplied to the TOWN for any single order . r LUM-3 HOLZMACHER. *t*N d MURRELL. P.C. / H2M CORP. CONSULTING EN UM AND ENVIRONMENTAL SCIENTIM LOCATION MAP SOUTHOLD TOWN HALL sotto { SONG oho co` .f c �a• SOUTHOLD TOWN \ YARD HIGHWAY DEPARTMENT \ Apr °�ay NIS \•� � o�\'po �, •GA y oco t VO 4k Lbs - 1 ice.. s r ir><� e UZ4�tHOLZMACHER,McLENDON andMURRELL,P.C. Consulting Engineers. Environmental Scientists and Planners Melville,N.Y. Farmingdale.N.V. Riverhead.N.Y. M 7 WHOLESALE DISTRIBUTORS ELECTRICAL SUPPLIES - LIGHTING FIXTURES 1773 SUNRISE HIGHWAY BOHEMIA.NEW YORK 11716 516—569.3566.3154 October 14, 1981 Town of Southold Town Hall, Main Road Southold, L. I., N. Y. 11971 Attn: Judith T. Terry, Town Clerk Subject Project # SOHT-81-02 Dear Mrs. Terry: Please find attached our certified check for five per cent as set forth in Information to Bidders. We are taking exception to your request to furnish a Surety Bond for 1000 of the materials ordered. We arepresently supplying all the Street Lighting egftip- ment for most of all the Townships in Suffolk County and never have been requested to supply this type of surety. We will furnish you with the necessary names of the Towns and persons who are responsible for the purchasing and, installation of this type of equipment. I am sure that we will arrive at a just conclusion regarding the request for Surety. Very truly yours, BABYLON ELECTRICAL SUPPLY CO., INC. William E. White Secretary WEW:bc Enc los ure TOWN OF SOUTHOLD SUFFOLK COUNTY NEW YORK CONTRACT AND SPECIFICATIONS FOR FURNISHING AND DELIVERING LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD i PROJECT NO. SOHT 81-02 TOWN BOARD Supervisor William R. Pell III Councilmen Henry W. Drum Francis T. Murphy Larry W. Murdock John J. Nickles Justice Francis T. Doyen SUPT. OF HIGHWAYS TOWN CLERK Raymond C. Dean Judith T. Terry OCTOBER 1981 HOLZMACHER,McLENDON andMURRELL,P.C. Consulting Engineers. Environmental Scientists and Planners Melville.N.Y. Farmingdale.N.Y. Riverhead.N.Y. *OLZMACHER, McLENDON &MURRELL, P.C. *M CORP. CONSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS INDEX TOWN OF SOUTHOLD FURNISHING AND DELIVERING LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD PAGE Index I - 1 page Notice to Bidders NB - 1 page Information for Bidders IB - 7 pages Proposal P-A thru P-D Indemnity , Limitation of Liability ILL - 1 page Contract C - 23 pages General Specifications GS - 2 pages Technical Specifications TS - 3 pages Location Map LM - 1 page I-1 �IOLZMACHER,McLENDON&MURRELL,P.C. CORP, CONSULTING ENGINEERS AND ENVIRONMENTAL SCIC ISIS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that SEALED BIDS will be received by the Town Clerk of the Town of Southold at the Town Hall, Main Road, Southold, New York, until 10: 00 a.m, prevailing time, on Friday, October 16, 1981, at which time and place they will be publicly opened and read for the following contract: FURNISHING AND DELIVERING LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD Specifications may be obtained on or after October 8, 1981 at the Town Hall and offices of the Consulting Engineers, HOLZMACHER, McLENDON & MURRELL, P.C. , 209 West Main Street, Riverhead, New York, 11901, and 125 Baylis Road, Melville, New York, 11747 , upon deposit of twenty-five dollars ($25. 00) for each set furnished. Deposits for Specifications will be refunded to bidders who return Specifications within ten (10) days in good condition; other deposits will either be partially or not refunded if the Specifications have not been returned in good condition within thirty (30) days after bids have been opened. Each Proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the total bid, made payable to William R. Pell, III , Supervisor, Town of Southold, as set forth in the Information to Bidders. The Town reserves the right to reject any or all bids, to waive any informalities and to accept such alternate bid which, in the opinion of the Town Board, will be in the best interests of the Town. BY ORDER OF THE TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK JUDITH T. TERRY, TOWN CLERK TOWN OF SOUTHOLD SOUTHOLD, NEW YORK 11971 DATED: October 8, 1981 NB-1 ' hHIOLZMACHER, Mc4ENDQN d MURREIL. RC. CORP. CO#4$ULnN0 CNGINUM AND 9NVIRONMWrALP Nt11Yff INFORMATION FOR BIDDERS BIDS FOR PROJECT The Town of Southold will receive SEALED PROPOSALS for Furnishing and Delivering luminaire type outdoor lighting fixtures to the town of Southold Highway department yard on Peconic Lane. TIME AND PLACE OF BID Bids are to be submitted in opaque envelopes and will be received by the Town of Southold at the Town Hall, Main Road, Southold, New York, not later than 10:00 a.m. Prevailing Time, Friday, October 16, 1981, at which time and place they will be publicly opened and read aloud. Use of the mails shall be at the Bidder 's own risk, and the Bidder shall be responsible for physical delivery of the Bid at the time and place set for opening of Bids. BID ENVELOPE All proposals and either the certified check or bid bond must be placed in a sealed envelope bearing the Bidder's firm name and address marked, "Project No. SOHT 81-02 Proposal for Furnishing and Delivering Luminaire Type Outdoor Lighting Fixtures to the town -of Southold, Suffolk County, New York" , but otherwise unmarked. If mailed, this envelope shall be placed in another envelope addressed to Town Clerk Judith T. Terry, Town of Southold, Town Hall, Main Road, Southold, New York 11971. Use of the mails is at the Bidder' s risk. IB-1 ACHER, MCLENDON 6 MURRELL. I.C. CORP. COMULTINO VOGIN"NN AND WNO VINMOITAL 10:1518 INFORMATION FOR 13TDDERS (CONT'D. ) 5PECIFICATION DEPOSITS (a) Deposits for specifications will be completely refunded to Bidders who return same in good condition within ten (10) days after r.-ceipt of bids. Bidders will receive one-half of the do posit amount tur specf.ications returned after ten (10) days and before thirty (30) days following the bid date. (b) Deposits for specifications will be completely refunded to non-bidders who return same in good condition within 48 hours of receipt of said specifications. Non-bidders will receive one--half the deposit amount for specifications returned in good condition within ten (10) days following the bid date. No deposit for specifica- tions will be refunded to non-bidders after ten (10) days following the bid date. ID-2 �OLZMACHER, McLENDON A MURRELL,P.C. CORP. CONSULTING ENGINEERS AND ENVIRONMENTAL SAS INFORMATION FOR BIDDERS (CONT'D. ) SPECIFICATIONS Complete sets of specifications for the inspection of prospective bidders will be found on file with the Town Clerk, Town of Southold, Town Hall, Main Road, Southold, New York, and at the office of Holz- macher, McLendon & Murrell, P.C. , Consulting Engineers, 209 West Main Street, Riverhead, New York, or 125 Baylis Road, Melville, New York. All contractors must leave their names, phone numbers and. correct mailing addresses upon receipt of the specifications. VERBAL ANSWERS The Town, its agents , servants or employees, or the Engineer, will not be responsible in any manner for verbal answers to any in- quiries regarding the meaning of the contract specifications given prior to the awarding of the contract. EXAMINATION OF SITE Bidders must satisfy themselves by personal examination of the location of the proposed work and of the actual conditions and require- ments of the work, and shall not, at any time after the submission of a proposal, dispute or complain of such estimate or assert there was any misunderstanding in regard to the scope of the work. PROPOSAL The Form of Proposal contained herein shall be used in making out bids. Any proposal not in accordance with these instructions, or con- taining bids not asked for, may be rejected. IB-3 QMLzM4CHER. Mc1.ENDON a MURR" P.C. / M CORP. Conw4nNo IMINUOM ANO rAVOMMwll rim INFORMATION FOR li 1 DDLRS (CONT ll. ) As the estimates of quantities of items stated in the proposal are approximate only , bidders are required to submit their proposal • upon and in the following express conditions , which shall apply and become a Dart of every proposal received . Each bidder shall fill out , in ink , in both words and figures , in the spaces provided , his unit or lump suni hid , as the case may be , for each item in said Forrn of Proposal for which he is submitting a bid . No bid will he considered which does not include bids for all items in—'Ti- liioposal- ---�_ -• _-_-- If the contract is not executed by the Town within forty- five (45) days al'tcr the receipt of bids , the obligation of the bidder under this proposal may terminate at his option and he shall there- ujeon be entitled to a refund of his certified check or release of his bid bond furnished by him as security with his proposal . B I D BONI) OR CliRT 1 f 1 FI) CHECK liach proposal from a contractor shall be accompanied by a bid bond or certified check ori a solvent bunk of the State of New York , in the amount of five percent (5%) of the total bid . Such check shall be made payable to William R. Pell III , Supervisor, Town of Southold, New York , and the amount thereof shall be the measure of liquidated damages which the Town will sustain by the failure , neglect or refusal of the' bidder to execute and deliver the contract , should the contract be awarded to him. The checks of all unsuccessful bidders will be returned upon the rejection of bids and the execution of the contract by the parties ; also, the check of the successful bidder will be returned upon the execution of the contract and the furnishing of the required bond. NAME OF BIDDER Mach bidder must state in his proposal , his full. name and busi - ness address , and the full name of every person , firm or corporation interested in the same , and the address of every person or firm or president and secretary of every corporation interested with him. If I13-4 MdMOON i MURR" P.C. l CORK 00N VVIN0 041099" AND MVIN �1MRNTAI 1� INFORMATION FOR BIDDER (CONT 'Il. ) no other person be so interested , he must distinctly state that fact , also that his proposal is made Without any connection directly or in- directly with any other bidder for the work particularly mentioned in his proposal ; that it is in all respects without fraud or collu:. ion, and that no person acting for or employed by the Town is directly or indirectly interested therein, or in the supplies of work to which it relates , or in any portion of the prospective profits thereof. QUALIFICATIONS OF BIDDERS (l) The Town reserves the right to waive any informalities in, or reject any and all bids . The Town reserves the right to re- ject any and all bids which do not conform to the proposals , or upon which the bidders do not comply with the requirements of the Town as to their qualifications . (2) All bidders must prove to the satisfaction of the Town that they are reputable, reliable and responsible , and that they pos- secs the necessary qualifications to successfully deliver the proposed equipment , and that they have performed and completed successfully similar work to an extent which , in the opinion of the Town , will qualify them by experience to perform the work which is proposed. IR (3) In determining the qualifications of a bidder, the Town will consider his record in the performance of any contracts entered into by him for the work contemplated or of ' similar nature may make such investigation as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Town all such information and data for this purpose as the Town may request . (4) The Town shall be the sole judge of the qualifications of the bidders and of the merits thereof and reserves the right to reject any bid if the record of the bidder in the performance of contracts , payment of bills and meeting of obligations to subcontractors , material - men or employees is not satisfactory to the Town , or if the evidence submitted by or the investigation of such bidders fails to satisfy the Town that he is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. GUARANTEE BOND The successful bidder shall be regilired to furnish at. the execu- tion of the contract an executed bond of a surety company authorized ' IB-5 �HOLZMACHER, MCLENOON i MURRtcLI. P.C.&M CORP. CONSULTINO RMOIN99" AND 9IWIIIONMU"AL MCWT16" INFORMA'TION 1011 BIDDER (CONT. I)) to do husiness in the State of Now York and approved by the 'I'otvn in an an►ount equal to one hundred percent ( JOS) ' ) of the total au►u►n►t of the contract , guaranteeing to the Town the faithful perforu►ance of the contract , and payment of all claims for n►aterials , labor and wages in connection therewith . SIGNATURE OP CON'TRA(:TOIt The bidder to whom a contract may be awarded shall attend at the office of the 'Town , with the suretics offered by him, within seven (7) days , Sunday excepted , after the date of notification by n►:til of the acceptance of his proposal , and there sign the contract in quadrupli - cate for the work and furnish approved security 1'01' its prrforn►alice . In case of failure to do so , the bidder shall be considered as having abandoned the same , and the check accon►panying his proposal shall he forfeited to the Town , or the penalty of the bid bolid shall be invoked. CONTRAC'TOR 'S INSURANCE 1 The contractor shall not commence any work ►inti1 he his obtained and had approved by the 'Town all of the insurance specified and required in the contract . WAIVER OF 11411)NITY Attention of the bidder is hereby directed to the requirements of the General Municipal Law of the State of New York and in particular to Section 103-a of the General Municipal Law regarding "Waiver of Immunity" , as indicated on Page C-20 of the contract. RESPONSIBILITY I:OR BIDDER Attention is hereby particularly directed to the provisions of the contract whereby the contractor will be responsible for any loss or damage that ►nay happen to the material or any part thereof during its delivery ; and also whereby the contractor shall make good any defects or faults due to materials or workmanship within twelve (12) months after its delivery, and acceptance. 113-6 HWAIACHER, Md MOM d MURRELL. P.0*2M CORP. CONSULTING 0441MICAS ANO E N IRONMLNTAL SCIENTISTS INFORMATION FOR BIDDERS (CONT-D. ) In order to secure the performance of the covenant of the con- tractor, the Town shall retain the Guarantee Dond during the period of one (1) year from the date of the Engineer ' s final certificate. Werk is required to be completed to the satisfaction of the Engineer and in :substantial accordance with the specifications hereunto annexed. TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK .J IH-7 00IM14CSER, MCMOGN&MAR" P.C. AL CQRh. PROPOSAL - BIDDER'S DECLARATION TO THE TOWN BOARD of the TOWN OF SOUTHOLD, SUFFOLK COUNTY, STATE OF NEW YORK: BIDDER'S DECLARATION: The undersigned, as Bidder, declares that the only person or persons interested in this Bid or Proposal' as principal or principals is or are named herein and that no other person than herein named has any interest in this Proposal or in the Contract proposed to be taken; that this Bid or Proposal is made without any connection with any other person or persons making a Bid or Proposal for the same purpose; the Bid or Proposal is in all respects without fraud or collusion, that he has examined the site of the work, the Form of Contract and Specifications and has read the Notice to Bidders, Information for Bidders and General Conditions hereto attached and fully understands all the same; that he proposes and agrees, if this Proposal is accepted, that he will contract with the TOWN BOARD of the TOWN OF SOUTHOLD, in the Form of Contract accompanying this Bid, to perform all the work required in accordance with and as mentioned in said Form of Contract , Specifications, Notice to Bidders, Information for Bidders and General Conditions, and he will accept in full payment , therefore, the following sums to wit : P-A HMCLEND©N&MURR" P.C. *M OW. 0'1=,-T1:' offi1N9M AND Pm1toNMOTAL$Comm PROPOSAL - (CONT'D. ) FURNISHING AND DELIVERING SOUTHOLD TOWN HIGHWAY DEPT. LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BID DATE: October 16, 1981 ITEM IA* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order - 150 Units Approximately 150 Units Price per Unit ($ ollar TOTAL Xl�w�rl�►4o,,e� l . . . . . . . . . ($%3 j560,M) ITEM lB* Dollars Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control,Photocell, and Lamp Minimum order - 75 Units Approximately 150 Units Price per Unit . . . octo -oo ) olla -A�r� \ . . . . . . $ R-AZO10TOTAL -" U ) Dollars ITEM IC* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order 50 Units Approximately 150 Units Price er it �D�"O'� ($c'16�00 ) }1 n-�ao�;7�;w�� u,wdh-�ADU ars . . �-5 60'00 TOTAL ($ ) Dollars *ALTERNATE ITEMS — Applicable alternative item and unit price will will be dependent upon the quantity ordered by the TOWN during placement of any one order. PB-1 *=CHER. 1i a MOON&MURR" p.C. *MCARP. LTING EMNURA AND ONWQONNIBNTAL 41clamM PROPOSAL - (CONT'D.) FURNISHING AND DELIVERING SOUTHOLD TOWN HIGHWAY DEPT. LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BID DATE: October 16, 1981 ITEM 1D* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order - 25 Units Approximately 150 Units Price per Unit . . . ($ C0 -00 ) Dollar�s� TOTAL UQ h,twl ei k\A4 ($12 2Sa•UU) �J . Dollars ITEM 1E* Furnish and Deliver 50 Watt HPS Luminaire Complete with Fixture Photoelectric Control, Photocell, and Lamp Minimum order 1 Unit Approximately 150 Units f Price per Unit . . . . . . . . . ($90-00 ) ollars TOTAL . . . . ($ Y'o•oZ1 Dollars *ALTERNATE ITEMS - Applicable Alternative item and unit price will be dependent upon the quantity ordered by the TOWN during placement of any one order. ti PB-2 dkpLZMA+CHER. MCLENOW 6 MURRELL.GC. CORP. CONSULTING ENOfNaN AW VfflWWMWTAL m PROPOSAL - (CONT'D. ) FURNISHING AND DELIVERING SOUTHOLD TOWN HIGHWAY DEPT. LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK TOTAL BASE BI ( ITEM 1- ONLY) BID DATE: October 16, 1981 TOTAL . . . . l�Q, . .wt9N Dollars ALTERNATE OTAL BID NO 1 (ITEM I- N" 1 pdNt�lOJ� , TOTAL-� . . . . . . . . . . . . . . . . . C$�41�0 0 0) Dollar ALTERTE TAL BID NO 2 (.ITEM 1- 0 Y) TOTAL-� .��'`. . ($dvSa 0D) Dollars ALTERN TE TOTAL BID,X10 \3 (ITEM It ON TOTAL 1\�14 d, f�,�0` ($027-50, 00 ) Dolla s ALTERNATE TOTAL BID 0 4 (ITEM 1-E ONLY) TOTAL . . . . . . . . . . . . . Dollars r PB-3 dhOLZMACHER,MCLENaW&MURRELL.P.C. / iTt�� CORP. CONSULTIMO V441"9W AM W ft0NM�N?A1. *111 PROPOSAL - (CONT'D. ) Olt FURNISHING AND DELIVERING SOUTHOLD TOWN HIGHWAY DEPT. LUMINAIRE OUTDOOR LIGHTING FIXTURES TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK BID DATE: October 16, 1981 Time for delivery shall be 30 days from Placement of order by the Town of Southold, Superintendent of Highways. NOTE: Prices stated above shall be in effect for orders placed during a period 6 months from the date on which the contract is signed. FIRM NAME: FIRM ADDRESS: 4��� S� H `�'►s� Z �Wa�1 �o�e,�L� � ��� �C SIGNED BY: JQ .W `f-\,ka TITLE: DATE: t K PB-4 —"MZA-UCHER.MeLDOW u a wu� .R.C. am GNP. �OMWLTINO RNOIMfRM ANp W1111WMMIOITA{, PROPOSAL - (CONT'D. ) Enclose certified check or bid bond for five percent (5x) of the total bid, as stipulated in the foregoing Information for Bidders. The Bidder hereby agrees to enter into a contract within seven (7) days after due notice from the Town of Southold that the contract has been awarded to him and is ready for signature, such notice to be given in writing within forty-five (45) days of the date of opening of the bids, and on the signing of such contract by him to furnish the indemnifying bonds as provided in the Contract. And, the Bidder hereby further agrees that in the event of his failure or refusal to enter into a contract in accordance with this bid within seven (7) days after due notice from the said Town Board as given in accordance with the Information for Bidders, and/or his failure to execute and deliver the bond for the full amount of the contract price as provided in said Information for Bidde s, that the bidder's check which is herewith deposited with the Town shall, at the option of said Town, , become due and payable as ascertained and liquidated damages for such default, otherwise the said check shall be returned to the undersigned. The full name and residences of all persons and parties interested in the foregoing bid as principals are as follows: NAME ADDRESS W`;\-CQ %6 10CIL Q.\AA RVEs 'l" c1'R�ESC.Vk C)Llo `Tou:h,Roaol NAME OF BIDDER: BUSINESS ADDRESS OF BIDDER: DATED AT: 'e o\kt,, NU P-WTe, THE =s DAY OF O A6 P-C ANOOLZMACra w MER, OW 4 MtptAE1�1,.P.C. 'CORP, UNWLTIM 4MWUXI A *NWMVO PROPO:_,AL (CONT'D. ) NON-COLLUSIVE BIDDING CERTIFICATE By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: 1 . The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; and 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 3. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Dated: BY: •� This bidder cannot make the foregoing certification and a statement signed by the bidder is attached Betting forth in detail the reasons therefor: P-D � --- * MCMDON i MURKU, P.C. a". coawtnw v wmgm Amo grmwwMOAmAL R! INDEMNITY, LIMITATION OF LIABILITY 1. INDEMNITY The Contractor and all sub-contractors performing work in connection with this contract shall HOLD - HARMLESS, INDEMNIFY and defend the OWNER and ENGINEER, their consultants, and each of their officers, agents and employees from any liability, claims, losses or damage including- reason- able ncludingreason- able costs of defense arising out of or alleged to arise from the Con- tractor' s or sub-contractor' s negligence in the performance of the work described in the Contract documents, but not including liability that may be due to the sole negligence of the OWNER, ENGINEER or their officers, agents and employees. 2. LIMITATION OF LIABILITY The Contractor and all sub-contractors agree to limit the liability of the OWNER and ENGINEER due to the Engineer's professional negligent errors or omissions such that the total aggregate liability of the engineer to those named shall not exceed fifty thousand ($50,000. ) dollars, or 5% of the contract award amount, whichever is greater. 10/80 a ILL 1 of 1 *IZMACHER, McLENDON &MURRELL. P.C. / CORP. CONSULTING ENOINUAR AND ENVIRONMENTAL SCIUMST! CONTRACT CONTRACT IN QUADRUPLICATE FOR AT TOWN OF SOUTHOLD, SUFFOLK COUNTY , NEW YORK , dated , 19 , BY AND BETWEEN THE TOWN BOARD OF THE TOWN OF SOUTHOLD. SUFFOLK COUNTY, NEW YORK, (herein called the "Town, " and (herein called the "Cori tractor" ) . WITNESSETH , that the Town and the Contractor, in consideration of the premises and of the mutual. covenants, considerations and agreements herein contained , agree as follows: This Contract is hereby awarded to the Contractor for the material called for under his bid in the Proposal section of the Contract and designated as Items : for the sum of : Dollars for the unit and/or lump sum price(s) as listed in the Proposal herein. C-1 *MACHER. MCLENDON`MURRELL. P.C. 16 CORP. GMSULTINO VMNwl& AND ENVIRONMU40TAL SCIS MS" CONTRACT - CONT'D. 1 . CONTRACT (DOCUMENTS AND DEFINITIONS The Notice to Bidders, Information for Bidders, Proposal , General Conditions, Contract, Specifications and Plans, together with any Addenda , shall form part of this Contract , and the pro- visions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The titles , headings, head- lines and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect , limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Docu- ments" is used, it shall mean and include this Contract , the Plans, Specifications, any Addenda, and the Notice to Bidders, Information for Bidders, General Conditions and Proposal . In case of any con- flict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of the Contract shall govern. WORK: The ' term "Work" , as used herein, refers to all of the work proposed to be; accomplished at the site of the project and all such other work as is in any manner required to accomplish the completed project , and includes all plant , labor, materials, ' supplies, equipment and other facilities and acts necessary or proper for or incidental to the carrying out and completion of the terms of this Contract . The term "work performed" shall be construed to include material delivered to and suitably stored at the site of the project. EXTRA WORK: The term "Extra Work" , as used herein, refers to and includes all work required by the Town which, in the judgment of the Engineer, involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form. SUBCONTRACTOR: The term "Subcontractor" , as used herein, shall mean any person, firm or corporation applying labor and material for work at the site of the project, but not including the parties to this Contract. ENGINEER: In the performance of the work, the Town shall be represented by its Consulting Engineer HOLZMACHER, McLENDON & MURRELL, P.C. , (herein called the "Engineer") . C-2 SUMACHER. MCLENDON i MURRELL. P.C. 116 CORP. CONSULTING VN INUM AND ENVIIIO�IMWTAL SCIENTIiiS CONTRACT - CONT'D. NOTICE - The term "Notice", as used herein , shall. mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at the last known business address of, the person, firm or corporation for whom intended or to his, their, or its duly authorized agents, representatives or officers, or when enclosed in a postage prepaid wrapper or enve- lope addressed to such person, firm or corporation at his, their, or its last known business address and deposited in a United States Mail Box. DIRECTED„ REQUIRED, APPROVED, ACCEPTABLE - Whenever they refer to the work, or its performance, "directed" , "required", "permitted" , ordered", "designated" , "prescribed" , and words of like . import shall imply the direction, requirement, permission , order, designa- tion or prescription of the Engineer, and "approved", "satisfied" , or "satisfactory" , "in the judgment of" , and words of like import, shall mean approved or acceptable to, or satisfactory to, in the ,judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant , labor, material , supplies, equipment and other facilities and things necessary or proper for or incidental to, the work contemplated by this Contract as required by, and in strict accordance with, the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by and in strict accordance with, such changes as are ordered and approved pursuant to this Contract , and will perform all other obligations imposed on him by the Contract . 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices : It is understood and agreed that the Con- tractor will accept as payment in full the summation of products, of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements by the unit prices bid, no allowance being made for anticipated profit or for reason of variations from the estimated quantities set forth in the Proposal. (b) Extra Work and/or Changes : The Town may, at any time, by a written order, and without notice to the sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: C-3 d1bs11na IFA. MoM00 a Multuu, P.C. 111M CMP. AMMATINO CMINUPA AND LNVIMMMVIVAL CONTRACT - CONT'D. ,► (1) By such applicable unit prices, if any, as set forth in the contract , or (2) If no such unit prices are set forth, then by unit prices or by a lump sum mutually agreed upon by the Town and the Con- tractor, or (3) If no such unit prices are set forth, and if the parties cannot agree upon unit prices or a lump sum, then by actual net cost in money to the Contractor of the materials, permits, wages, or applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty percent (20%) as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen 's Compen- sation Insurance, material used in temporary structures, allowances made by the Contractor to subcontractors, additional premiums upon the Performance Bond of the Contractor and the use of small tools. 4 4. TIME OF ESSENCE Inasmuch as the provisions of this Contract relating to the time for performance and completion of the work are for the purpose of enabling the Town to proceed with the construction of a public improvement, in accordance with a• predetermined program, such pro- visions are of the essence of this Contract. C-4 SUMACHER. MCLENOON 6 MURR" P.C. / 4 CORP. CONSULTING 0401HUPS AND ENVINNMOITAL iCIf;NTIM CON'T'RACT - CUNT'1). 5. CONTRACT SECURITY 'JAW (a) The Contractor shall furnish a Performance Band in an amount equal. to one hundred percent ( 100%) cit' the total contract price as security for the faithful performance of this contract , and for the payment of all persons performing labor or furnishing mater- ials in connection with this Contract . (b) Additional or Substitute Bond : If , at any time , 'the Town shall be or become dissatisfied with any surety or sureties , then upon the Performance Bond, or if , for any other reason , such bond shall cease to be adequate security to the Town , the Contractor shall , within five (5) days after notice from the Town , substitute an acceptable bond in such form and sum, and signed by such other surety as may be satisfactory to the Town . The premiums on such bonds shall be paid by the Contractor. No further payments shall be deemed due , nor shall be made until the new surety shall have been qualified. (c ) Prior to release of the Performance Bond, the Contractor shall deliver to the Town a Maintenance Bond equal to one hundred percent (100` ) of the total Contract price, including all extras. This Maintenance Bond shall remain in full force and effect for a. period of one (1 ) year after the date of the final certificate and such bond, which shall be executed by the Contractor and issued by a reliable, solvent surety company authorized to do business inthe State of New York shall guarantee to the Town that the Contractor shall promptly remedy any defects or .faults that may occur within twelve (12) months after completion and acceptance of the work performed by the Contractor pursuant to this Contract. 6. CONTRACTOR'S INSURANCE The Contractor shall not commence any work until he has obtained and had approved by the Town all of the insurance required under this Contract , as enumerated herein : Compensation Insurance Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's (Town of Southold) and Engineer 's Pro- tective Public Liability and Property Damage Insurance Automobile Public Liability and Property Damage Insurance C-5 �OLZMACHER, IMkmom i MURR" P.C. AL CORP. coNovome UNINUAA AND INVINONMWTAL Oc1E1 IM CONTRACT - CONT'D. k The Contractor shall not permit any subcontractor to commence any operation on the site until satisfactory proof of carriage of the above required insurance has been posted with, and approved by, the Town. (a) Compensation Insurance: The Contractor shall take out and maintain, during the life of this Contract , Workmen's Compensation Insurance for all of his employees employed at the site of the pro- ject , and in any case of any of the work being sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Com- pensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by the Contractor. (b) Public Liability and Property Damage Insurance: The Con- tractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall pro- tect him and any subcontractor performing work covered by this Contract for claims for damages for personal injury, including accidental death, as well as from claims for property damage which may arise from operations under this Contract, whether such opera- tions be by himself or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in the amount not less than Five Hundred Thousand Dollars ($500,000. ) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($1,000,000. ) on account of one accident . Property Damage Insurance in an amount not less than One Hundred Thousand Dollars ($500,000. ) for damages on account of any one accident and in an amount of not less than Two Hundred Thousand Dollars ($1 ,000,000. ) for damages on account of all accidents. (c) Liability and Property Damage Insurance: The above policies for public liability and property damage insurance must be so written as to include Contractor 's Protective Liability and Property Damage Insurance to protect the Contractor against claims arising from the operations of any subcontractor. C-6 �tZMACHER, MCtENCON&MURR" P.C. 16 CORP. CON�UITING 0014UN AND 9MVIMMM041TAL SCIENT M CONTRACT - CONT'D. (d) Owner's and/or Engineers Protective Public Liability and Property Damage Insurance: (Town and/or Town Board, Town of Southold and/or Holzmacher, McLendon & Murrell, P.C. ) The Con- tractor shall furnish to the Town with respect to the operations he or any of his subcontractors perform, a regular Protective Public Liability Insurance Policy for and in behalf of the Town and/or Town Board, Town of Southold and/or Holzmacher, McLendon & Murrell, P.C. , providing for a limit of not less than $500,000. for all damages arising out of bodily injuries to, or death of one person and subject to that limit for each person, a total limit of $1,000, 000. for all damages arising out of bodily inju- ries to, or death of, two or more persons in any one accident ; and regular Protective Property Damage Insurance providing for a limit of not less than $500,000. for all damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident a total (or aggregate) limit of $1 , 000,000. for all damages arising out of injury to, or des- truction of property during the policy period. The insurance must fully cover the legal liability of the Town and/or Town Board, Town of Southold as owner and/or Holzmacher, McLendon & Murrell, P.C. The coverage provided under this policy must not be affected if the Town and/or Engineer performs work in connection with the project either for, or in cooperation with, the Contractor or as an aid there- to, whether the same be a part of the Contract or separate there- from, by means of its own employees or agents, or if the Town and/or Engineer directs or supervises .the work to be performed by the Contractor. (e) Automobile Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of the Contract such automobile public liability and property damage insurance as shall protect him and any subcontractor performing work covered by this contract from claims for damages for personal injury, including accidental death as well as from claims for property damage which may arise from operations under this Con- tract , whether such operations be by himself or by any subcontractor, or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows: C-7 �ACNEA. MCLENCON &MURR" P.C. /0 CORP. CO 7$ULTINO 10401"aft AND EMVIMMMOITA4 11CIO MM CONTRACT - CONT'D. * w Automobile Public Liability Insurance in an amount not less than Five Hundred Thousand Dollars ($500,000. ) for bodily injuries , including wrongful death by any one person, and subject to the same limit for each person in an amount not less than One Million Dollars ($11000,000. ) on account of one accident. Automobile Property Damage Insurance in an amount of not less than One Hundred Thousand Dollars ($100, 000. ) for damages on account of any one accident and in an amount of not less than Two Hundred Thousand Dollars ($200,000. ) for damages on account of all accidents. 7. PROOF OF CARRIAGE OF INSURANCE The Contractor shall furnish the Town with certificates of each insurer insuring the Contractor or any subcontractor under this Contract , except with respect to subdivision (d) of Paragraph 6• In respect to this paragraph, the Contractor shall furnish the Town with the original insurance policy and a copy to the Engineer. Both certificates, as furnished, aid the insurance policy, as Af required, shall bear the policy numbers, the expiration date of the policy and the limit or limits of liability thereunder. Both the certificates and the policy shall be further endorsed to provide the Town and Engineer with any notice of cancellation at least five (5) days prior to the actual date of such cancellation. C-8 .ZMACHER, MCLFNQON a MURR" P.C. 1 10 COIN. CONi1JLT MO 0/011SLLAS AND 9XWAOMM0ITAL 800018" CONTRACT - CONT'D. 8• COMPLIANCE WITII LABOR AND PENAL LAWS The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all. amendments thereto, insofar as tl►e same are applicable to this Contract. The Labor Laws, as amended, provide that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work con- templated by this Contract , shall be permitted or required to work more than eight (8) hours in any one calendar day, except in eases of extraordinary emergency caused by fire, flood, or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week, except in such emergency; that the wages to be paid for a legal day's work as hereinbefore defined, to laborers, workmen, or mechanics upon the work called for under this Con- tract , or for any materials used upon or in connection therewith, shall not be less than the prevailing rate for a day 's work in the same trade or occupation in the locality within the State where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor, or other person about or upon the work shall be paid the wages herein provided ; that employees engaged in the construction outside the limits of cities and villages are no longer exempt from the pro- visions of the Labor Law which required the payment of the pre- vailing rate of wages and the eight (8) hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employ- ment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment . Each person so employed shall furnish satis- factory proof of residence, in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner, the Con- tractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty (30) days nor more than ninety (90) days, or both fine and imprisonment. 'C-9 Ahn zuArm. mcuNow&NURR" RC. 10 COAD. c�oNNllTINO CNQINUM AND 1XVINCHMWMAI SCIt MS" CONTRACT - CONT'D. Section 220A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State or any City, County, Town or Village or other civil deviation of the State, of any sums due on account of a contract for a public improvement , it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every sub- contractor to file a certified statement in writing, in satis- factory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contract, setting forth therein the names of the persons whose wages are unpaid and the amount due each, respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the payment to any Contractor or subcontractor to the extent of the amount or amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if, for any other reason, it may be deemed advisable, the Comptroller of the State or other financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof the sum or sums admitted by any Contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor per- formed and may withhold the amount so *deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any Con- tractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised specifications for every Contract for the construction, recon- struction, maintenance and/or repair of highways to which the State, County, Town and/or Village is a party shall contain the provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract, either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the Contract , and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays C-10 MM M dMDQN&MURR" P.C. / P. ONG V4MX9M AND ww110NMMAL yelp M CONTRACT - CONT'D. after entering into such contract less than such stipulated N minimum hourly wage scale shall be guilty of a misdemeanor and, upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or by both fine and imprisonment for a second offense by a fine of One Thousand Dollars ($1,000.00) and, in addition thereto, the Contract on which the violation has occurred shall be forfeited; and no such person or corporation shall be entitled to receive any sum or nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract , on which the Contractor has been convicted of second offense in violation of the provisions of this Section. Section 1918 of the Penal Law, as amended, provides that no person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice and further, he shall ascertain whether there is within one hundred feet of such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any person, corporation or municipality conveying combustible gas, and if any emergency involving danger to life, health or property, it shall be lawful to excavate without using. explosives if the notices prescribed herein are given as soon as reasonably possible, and to disharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal in- jury if such notices are given before any such discharge is under- taken. Any such work shall be performed in such manner as to avoid damage to pipe conveying combustible gas. Any violation of the provisions of this Section shall be a misdemeanor. r C-11 OZMACHER, MCMDON&MURRELL. P.C. I Fl `ARR CONIIUITINO C"GINWIA ANO E;WVINONMENTAL NCILNTION CONTRACT - CUNT'1). 9• QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen ( 16) years, and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract . No person whose age or physical condition is such as to make his employment dangerous to his health or safety , or the health and safety of others, shall be employed to perform any work on this project ; provided , however, that such restriction shall not operate against the employment of physically handi- capped persons, otherwise employable, where each person may be safely assigned to work which they ,can ably perform. 10. NON-DISCRIMINATION There shall be no discrimination because of race, creed or color in the employment of persons for work under this Contract , whether performed by the Contractor or any subcontractor. Neither shall the Contractor or any subcontractor discriminate in any manner against or intimidate any employee hired for the perform- ance of work under this Contract on account of race, creed or color. There may be deducted from the amount payable to the Con- tractor by the Town under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Con- tract may be canceled or terminated by the Town and all monies due or to become due hereunder may be forfeited. C-12 ACHER. MCLENDON 6 MURRELL. P.C. / HP. 'FEMSULTING ENGINUAl AND ENVIRONMENTAL SCl =TO CONTRACT - CONT'D. r 11. ESTIMATES AND PAYMENTS (a) The Town will pay the Contractor an amount equal to seventy- five percent (75%) of the bid price within thirty (30) days after delivery of the equipment. The Contractor shall receive the remaining twenty-five percent (25%) of the bid price within ten (10) days after the Town receives payment from the New York State Department of Transporation. (b) Final Certificate : One month after the time of completion and acceptance of the work, as specified and contracted for, the Engineer will make a final certificate of all work done. Thereafter the Town will pay the full amount , less any prior payments, less any money paid by the Town by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. (c) In order to secure the performance of the covenant of the Contractor, the Town shall retain during the period of one year from the date of the said final certificate, the Guarantee Bond. If, at the end of the said period of one year, the Contractor shall have fulfilled said covenant to the satisfaction of the Engineer, the surety shall be required to fulfill said covenants . Upon final settlement , according to the conditions herein specified and not until such settlement shall have been made, shall the Contractor be relieved from the obligations assumed in the Contract . 12. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Town from all claims and all liabilities to the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Town and other relating to, or arising out of, this work, excepting the Contractor' s claims for interest upon the final payment , if this payment is improperly delayed. No payment , however; final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. r C-13 OZMACHER, MCIENDON&MURR" P.C. / H . CONSULTING QrOlNIMAS AMC LNVIMMMOITAL lICIt7MSU CONTRACT - CONT'D. 13. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer and other representatives of the Town at any time during the construction and at any and all places where manufacturing of materials used and/or construct- tion is carried on. Without additional charge, the Contractor shall furnish promptly all reasonable facilities, labor and materials neces- sary to make tests so required safe and convenient . If, at any time, before final acceptance of the entire work, the Engineer considers necessary or advisable an examin- ation of any portion of the work already completed, by removing or tearing out the same, the Contractor shall , upon request , furnish promptly al.l necessary facilities, labor and materials for such examination . If such work is found to be defective in any material respect , due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expenses of or such examination and of satisfactory reconstruction. ^' If, however, such approval and consent shall. have been given, and such work is found to meet the requirements of this Contract , the Contractor shall be recompensed for the expense of such examin- ation and reconstruction in the manner herein provided for the payment of costs of extra work. The selection of laboratories and/or agencies for the in- spection and tests of supplies, materials or equipment shall be subject to the approval of the Engineer. Satisfactory documen- tary evidence that the material has passed the required inspec- tion and test must be furnished the Engineer prior to the incor- poration of the material in the work. Any rejected work shall be removed from the site of the project completely at the expense of the Contractor. C-14 MACHER. MCLENWN b MURRELL. P.C. / HP. VREDNSULTING ENGINEERS AND ENVIRONMENTAL SCI STS CONTRACT CONT'D. 14. CONTRACTOR' S TITLE TO MATERIALS No material or supplies for the work shall be purchased by the Contractor or by any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. 15. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Town for any loss on account of any infringement of any patent rights, unless prior to his use in the work of a particular process or a product of a particular manufacturer, he notifies the Town in writing that such process or product is an infringement of a patent . } C-15 WILZMACHER, MCLENOON b MURRELL. R.C. / l CORP. CONGULTINO 04GINUM AMC LNVIMNMWTAL OCIENTIM CONTRACT - CONT'D. 16. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants : (a) That he is financially solvent and that he is experienced in and competent to perfrom the type of work involved under this Contract and able to furnish the plant materials , supplies and/or equipment to be furnished for the work; and (b) that lie is familiar with all Federal , State and Municipal Laws , ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and (c) that such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which it is intended and that such construc- tion will not injure any person or damage any property; and (d) that he has carefully examined the Plans , Specifications , and the site of the work, and that from his own investigation lie has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and sub- surface materials , structures and utilities likely to be encountered, the character of equipment, and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 17. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform all work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability and fitness of all parts of the work, shall interpret the plans, specifications, contract documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeratirn herein or elsewhere in the contract documents of particular instances in which the opinion, judgment, discretion or determination of the Engineer shall control., or in which work shall be performed to his satisfaction or subject to his approval, or inspection, shall not imply that only matters similar to those enumerated shall be so governed and so performed, but without exception all the work shall be governed aid so performed. C-16 MbZMACHER. McLEND©N&MURRELL, P.C. / H P. 'MNSULTING ENGINEERS AND ENVIRONMENTAL 8C1 STS CONTRACT - CONT'D 18. CORRECTION OF WORK All work and all materials, whether incorporated into the work or not , all processes of manufacture and all methods of construction shall be, at all times and places , subject to the inspection of the Engineer who shall be the final judge of quality , materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be, by the Contractor at his own expense. Rejected materials shall immediately be removed from the site. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents , the compensation to be paid to the Contractor hereunder shall be reduced by such amount as, in the judgement of the Engineer, shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship, and agrees to correct any defects which may appear within one year following the date of the final certificate. Neither the acceptance of the completed work nor payment therefore shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 19. THE TOWN' S RIGHT TO WITHHOLD PAYMENTS The Town may withhold from the Contractor so much of any approved payments due him as may, in the judgement of the Town, be necessary : (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b) To protect the Town from loss to defective work not remedied, or (c) To protect the Town from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Town shall have the right , as agent for the Contractor, to apply any such amounts so withheld in such manner as the Town may deem proper to satisfy such claims or to secure t such protection. Such application of such money shall be deemed payments for the account of the Contractor. C-17 OPAACHER. MCLENWN 6 MURRELL. P.C. / H7GORF. NSULTINO WGIM MS ANO LMVIWNMCWAL ICIWTOM CON,rRACT - CONT'D. 20. ME TOWN 'S R T 611T TO STOP WORK OR TERMINATE' CONTRACT: I F, Y (a) The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors , or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days alter such appointment , or the proceedings in . connection therewith shall not be stayed on appeal within the said 20 days, or (c) The Contractor shall refuse or fail. , after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials, or ( d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence its will insure its completion within the period herein specified (or any duly authorized extension thereof) or shall fail to complete the work within said period, or k (e) The Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or ( f) The Contractor shall fail or refuse to regard laws , ordinances, or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provision of this Contract , then, and in any such event , the Town, without prejudice to any other rights or remedy it may have, may by seven (7) days notice to the Contractor, terminate the employ- ment of the Contractor and his rights to proceed either as to the entire work or (at the option of the Town) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise , as the Town may deem expedient . In such case, the Contractor shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work (including compensation for additional managerial , administrative and inspection services and any damages for delay) , such excess shall be paid to the Contractor. +i C-18 AM"__ ER. MCLENCON d MURRELL. P.C. I CORP. SULtINO ENGINUM AND tNVIQONMWTAL SCMftISM CONTRACT - CONT'D. r � If such expense shall exceed the unpaid balance, the Contractor and his sureties shall be liable to the Town fox- such excess . If the right of the Contractor to proceed with the work is so terminated, the Town may take possession of and utilize in completing the work such materials, appliances , supplies , plant and equipment as may be on the site of the work and necessary thereof. If the Town does not so terminate the right of the Contractor to proceed, the Contractor shall continue the work. 21. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or any other public authority, for a period of three months without act or fault of the Contractor or of any of his agents , servants , em- ployees or subcontractors , the Contractor , may, upon ten (10) days notice to the Town, discontinue his performance of the work and/or terminate the Contract , in which event the liability of the Town to the Contractor shall be determined as provided in the paragraphs immediately preceding, except that the Contractor shall not be obligated to pay to the Town any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. l� 92. . RESPONSIBILITY OF WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause, either by act of commission or omission to properly guard and protect the work that may be dis- covered at any time before. the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Town and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove of any work by the Engineer at or before the time of a partial payment or other estimate shall not be construed to be an acceptance of any defective work. C-19 AOLZMACHER, MCLENDON &MURR" P.C. / 'A CORP. CONOULTINO ENOIN"114 AND LNVIIIONMWTAL 67TATIM CONTRACT - CONT'D. 23. SUITS AT IaAW The Contractor shall indemnify and save harmless the Town from and against all suits , claims , demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the Contractor , his employees or agents or any subcontractors and in case any such action shall be brought against the Town, the Contractor shall immediately take care of and defend the same at his own cost and expense. + 4• PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though it were included herein, and, if through mistake or otherwise, any such provision is not inserted or is not correctly inserted, then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion. 25. SUBLETTING, SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract, nor assign any money due him hereunder without first obtain- ing the written consent of the Town. This Contract shall endure to the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns , but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 26. WAIVER OF IMMUNITY If any person, corporation, or body contracting with the Town, who when called before a grand jury, head of a city department , or other agency, which is empowered to compel the attendance of wit- ness and examine them under oath, to testify in an investigation concerning any transaction or contract had with the state, any polit- ical subdivision thereof, a public authority or with any public department, agency or official of the state or of any political sub- division thereof or of a public authority, refuses to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract , then C-20 AEM!"k MOLE WN&MURRELL, P.C. / IS CORP. W �VI.TINO D"1149"S ANO tNppNMtNTM„ OC TIM CONTRACT - CONT'D. (a) such person, and any firm, partnership or corporation of which lie is a member, partner, director or officer shall be disqual- ified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts wilh any municipal corp- oration or fire district , or any public department , agency or official thereof, for goods , work or services , for a period of five years atter such refusal (b) any and all contracts made with the Town or any agency or official thereof, by such person, and by any firm, partnership, or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the Town without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. c-21 JACHER, MCLENDON d MURRELL, P.C. / HP. iULTINO ENOINUA& AND WVIRONMENTAL SCIEWISTI CONTRACT - CONT' D. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. TOWN OF SOUTHOLD BY : (TOWN SEAL) William R. Pell III , Supervisor _ (SEAL) Contractor BY: TITLE: STATE OF NEW YORK ) ) ss: COUNTY OF SUFFOLK ) On the day of! , 1981 , before me personally came William R. Pell III , to me known, who being by me duly sworn, did depose and say that he is the duly elected Supervisor of the Town of Southold, County of Suffolk, New York, and that at a meeting of the Town Board of the Town of Southold, duly held on the day of , 1981 the said Board, authorized the said Super- visor to execute all and any contracts on behalf of the Board; that he knows the seal of the said Town, that the Seal affixed to the foregoing instrument is its corporate seal ; that it was affixed thereto by order of the said Board, and that he signed his name thereto and executed the said instrument on behalf of the said Town by like order and authority. NOTARY PUBLIC v C-22 WONSUMNO OGIMCM AND EMVIRONMLNTAI M IM CONTRACT - CONT'D. ACKNOWLEDGMENT OF CONTRACTOR, IF A CORPORATION STATE OF NEW YORK) SS: COUNTY OF ) On this day of 1981 before me personally came and appeared to me known, who by me being duly sworn, did depose and say that he resides at that he is the of the Corporation described in and which executed the foregoing in- strument, that, he knows the seal of said corporation, that one of the seals affixed to said instrument is such seal, that it was so affixed by order of the Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC ACKNOWLEDGMENT OF CONTRACTOR, IF A PARTNERSHIP STATE OF NEW YORK) SS: COUNTY OF ) On this day of 19 81 , ; before me personally came and appeared , to me known, and known to me to be one of the members of the firm of described in and who executed the foregoing instrument, and he acknowledged to me that he ex- ecuted the same as and for the act and deed of said form. NOTARY PUBLIC C-23 MACHER, MCLENDON &MURRELL, P.C. / H&ORP. BULTING ENGINEER& AND ENVIRONMENTAL SCIENTIM GENERAL SPECIFICATIONS TOWN OF SOUTHOLD +r FURNISH AND DELIVER LUMINAIRES 0 .1 SCOPE Under this contract, the contractor shall furnish and deliver to the Town of Southold Highway Department Yard on Peconic Lane , luminaire type highway lighting fixtures and equipment, as described in the Technical Specifications of this contract. 0 .2 INTENT It is the intent of this contract to provide first quality equipment to the Town of Southold , free of defects, whether said defects are incur- red during manufacture, transport to the Southold Town Highway Department Yard, or unloading at the Town Highway Department Yard. 0 .3 GENERAL CONDITIONS The equipment to be provided under this contract shall be new, standard production models of the latest design in current production and manufactured in the U.S .A. All materials shall be of good commercial quality for the intended service, and shall be produced by use of current manufacturing processes. All materials shall be treated to resist rust, corrosion, and wear . All equipment supplied under this contract shall be suitable, by manufacturer ' s specifications, for use under climatic conditions, both typical and extreme, which occur in the Town of Southold . Bidders must submit with their bid the latest printed specifications and advertising literature on the fixtures, lamps, and devices which they propose to furnish. Bidders shall supply three parts books, three service and repair manuals, and three operators manuals to the TOWN OF SOUTHOLD HIGHWAY DEPARTMENT when the fixtures are delivered. GS-1 MACHER, MCLENDON b MURRELL, P.C. / H*'ARP. IOMNSuLTINO ENOINEERs AND ENVIRONMENTAL sC1ENnsu GENERAL SPECIFICATIONS (CONT'D. ) GUARANTEE AND WARRANTY The bidder shall unconditionally warrant the equipment for a period of not less than twelve (12) months after the date of final certificate. The Guarantee Bond shall remain in effect during this period as an assurance to the Town that the warranty will be followed . Further , if a defect does occur , the Bidder is solely responsible for any repair charges which may incur , including transporting the equipment to and from the designated repair location. STANDARDIZATION The DETAILED and General Specifications indicate specific manu- facturers and/or catalog numbers, etc. , for the purpose of standardiza- tion within the Town in order to minimize stockpiling of replacement parts. DEFINITIONS The words "or approved equal" as hereinafter used shall refer to the use of an equal product that has received prior approval by the Consulting Engineer for the Town. The word "Engineer" refers to HOLZMACHER, McLENDON & MURRELL, P.C. , Consulting Engineer for the Town of Southold. GS-2 MACHER. MCLENDON a MURRELL, P.C. / HoRP. 9ULTING ENGINEERS AND ENVIRONMEMAL 8CIENTIST$ TECHNICAL SPECIFICATIONS 40MACHER. Md ENDW&MURR" P.C. / . CONSULTINo CNINURI AND OMPONMorrAL SClVMM ITEM 1 - LUMINAIRES 1 .0 SCOPE Under this item, the contractor shall furnish and deliver luminaire outdoor lighting fixtures, with 50 watt high pressure sodium lamps, photo-receptacles, and photocells, as specified herein, to the Town of Southold Highway Department, located on Peconic Lane, Peconic, N.Y. 1 .1 LUMINAIRES The luminaires shall be 50 watt units for high pressure sodium lamps, at 120 volt operation. They shall be catalogue number 113-570B2-6 Horizontal Luminaires, as manufactured by ITT Outdoor Lighting, Southaven, Mississippi, catalogue number C728N806 M-250A POWR/DOOR Luminaires, as manufactured by General Electric, Hendersonville, N.C . , or an equivalent product which is specifically approved by the Engineer . 1 .1 .1 Luminaire Housing The luminaire housing shall be precision die-cast aluminum. Hinges ' joining sections of the housing shall be integrally cast. The housing finish shall be a baked-on acrylic enamel coating, an epoxy paint finish, or other highly weather resistant finish which has been approved by the Engineer . 1 .1 .2 Slipfitter Each luminaire shall be equipped with a slipfitter capable of adjoining the entire fixture to 1 1/4-inch through 2-inch diameter tubular luminaire mounting arms without rearrangement of mounting parts. The slipfitter shall be fastened using bolts. 1 .1 .3 Hardware All hardware shall be manufactured of corrosion resistant material . 1 .1 .4 Reflector Each luminaire shall be equipped with a durable aluminum reflector specifically manufactured for high light reflectance. LUM-1 S.MCHER, MCLEND©N &MURREU, P.C. / H*RP. SUITING ENGINEEAS AND ENVIRONMENTAL SCIENTISTS TECHNICAL SPECIFICATIONS (CONT'D) 1 .1 .5 Refractor Each luminaire shall be equipped with a prismatic acrylic refractor producing I .E.S. Type II, medium, semi-cutoff, light distribution. The refractor shall be positively secured to the housing. 1 .1 .6 Gasket The reflector and refractor shall be gasket sealed with a polyester fiber filter seal, an activated charcoal filter and rubber gasket seal, or other means, such that entry of gaseous and particulate materials into the optical system is minimized, and a good mechanical seal is accomplished. 1 .1 .7 Ballast The ballast shall operate one 50 watt high pressure sodium lamp from a nominal 120 volt, 60 Hz power source and be capable of starting " and operating the specified lamp within the limits specified by the lamp manufacturer. The ballast shall be a reactor , normal power factor type. The ballast shall be pre-wired to the lamp socket and terminal board, requiring only connection of the power supply leads to the terminal board. It shall be quickly and easily removable and replaceable through the use of quick disconnect plugs. 1 .1 .8 Terminal Board A terminal board shall be provided for connecting incoming line supply. 1 .1 .9 Photoelectric Control Receptacle Each luminaire shall be equipped with a standard photoelectric control receptacle. The receptacle shall be produced by the same manu- facturer as the luminaire fixture, specifically manufactured for use with the luminaires, and installed on the fixtures prior to delivery. Photo- electric control receptacles shall be weatherproof, impact resistant, and suitable for use with the photoelectric controls which are supplied under this contract. LUM-2 OMACHER. MdANDON 6 MURREU, P.C. jAw. CONSULTING VAINURS AND IMMONMENTAL WGUMM TECHNICAL SPECIFICATIONS (CONT'D) 1 .1 .10 Photoelectric Controls Each luminaire shall be equipped with a standard photoelectric control, suitable for use with the luminaires and photoelectric control receptacles provided under this contract. The photoelectric control housing shall be weatherproof, impact resistant, and provided with a clear window which is crack-resistant, and will not discolor . Photocells shall be included. Photoelectric controls must meet the surge ,protec- tion, operating levels, operating voltages and contract ratings , speci- fied by the luminaire manufacturer for photoelectric controls used with the luminaires and photoelectric control receptacles provided under this contract. 1 .1 .11 Lamps The contractor shall provide one lamp for each luminaire provided under this contract. Lamps shall be 50 watt high pressure sodium type. They shall be suitable for use with the luminaires and photocontrols specified under this contract, and shall meet with the luminaire manu- facturer 's requirements and specifications for 50 watt HPS lamps for the luminaires being provided. 1 .2 BASIS OF PAYMENT Payment shall be at the unit price bid per 50 watt HPS luminaire, complete with fixture, photoelectric control, photocell and lamp, as specified herein, for the actual number of fixtures ordered by and supplied to the TOWN for any single order . LUM-3 -ZMACHER. MCLENDQN &MURRELL. P.C. / HebORP. '"�NSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS LOCATION MAP VIP SOUTHOLD TOWN HALL 50,304 p� 40 °+ 7yj N.� ♦ t � !7 SOUTHOLD TOWN q HIGHWAY DEPARTMENT YARD \ Apr r � 01,16' y r�GpN�G N%A. t9st\0`o r LM - 1 t l C i i HOLZMACHER,McLENDON andMURRELL,P.C. Consulting Engineers. Environmental Scientists and Planners Melville,N.Y. Farmingdale.N.Y. Riverhead.N.Y.. UZ44HOLZMACHER,McLENDON and MURRELL.P.C. . TOWN OF SOUTHOLD BIDDER BIDDER f YBIDDER BIDDER BIDDER FURNISHING & DELIVERING Suffolk Light- D. Berman & Mark E. Teter LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES Lng SUpply, INC Son Sales Co. Middle Island PROJECT NO. SOHT 81-02 liverhead, NY Hicksville,NY NY BID DATE; OCT, 16, 1981 ` � t 'ITEM DESCRIPTION UNIT T Z1 UNIT TOTAL UNI �T/OTAL UN QUANTITY PRICE PRICE PRICE PRICE RICE PRICE IT DOTAL I TOTAL 1-A* F & D 50 W HPS Luminaire 150 units q1 D PRICE 1-B* F & D 50 W HPS Luminaire 150 units ©i 1-C* F & D 50 W -HPS Luminaire 150 unitsf 1-D* F & D 50 W HPS Luminaire 150 units CJ 1-E* F & D 50 W HPS Luminaire 150 units Nd I ' TOTAL BASE BID (ITEM 1-A ONLY) ALTERNATE TOTAL BID NO. 1 (ITEM 1-B ONLY) I ALTERNATE TOTAL BID NO. 2 (ITEM 1-C ONLY) I ALTERNATE TOTAL BIDNO. 3 (ITEM 1-D ONLY) ?.. r- I ALTERNATE TOTAL BID NO. 4 (ITEM 1-E ONLY) -7�6� CONTRACT AND SPECIFICATIONS FOR FURNISHING AND DELIVERING LUMINAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD Bid Opening: 10: 00 A. M. , October 16, 1981 BID DEPOSIT $25.00 COUNTY OF SUFFOLK ss: NOTICE TO BIDDERS STATE OF NEW YORK NOTICE IS HEREBY GIV- EN that SEALED BIDS will be received by the Town Clerk of- Patricia Wood, being duly sworn, says that she is the the Town of Southold at the Editor, of THE LONG ISLAND TRAVELER-WATCHMAN, Town Hall,Main Road, South- old, New York, until 10 A.M. a public newspaper printed at Southold, in, Suffolk County; prevailing time, on Friday, and that the notice of which the annexed is a printed copy, October 16, 1981, at which time and place they will be has been published in said Long Island Traveler-Watch- publicly opened and read for the following contract: man once each week for ......................................weeks FURNISHING AND ' DELIVERING successively, commencing on the ..........a........................ LUMINAIRE TYPE OUTDOOR LIGHTING day f ........,........ -�...................... 19 FIXTURES TO THE TOWN OF SOUTHOLD -�,, ...rT::.....! 'L� 43 ,.`r,._._, �' Specifications may be, ob- tained on or after October 10, 1981 at the Town Hall and offices of the Consulting En- gineers, HOLZMACHER, Mc- — LENDON&MURRELL, P.C., 209 West Main Street, River- Sw to before me this .......... if.rte........ day of head, New York, 11901, and 125 Baylis Road, Melville, ... ..........: New York, 11747, upon depos- it of twenty-five dollars ($25.) for each set furnished. Deposits for Specification, will be refunded to bidders who return Specifications ""' within ten (10) days in good Notary Public condition; other deposits will FD;TH A. GLJV either be partially or not 'late of New York refunded if the Specifications :, 2497 have not been returned in ,,116;„ c.uny good condition within thirty March 30, 1 L_ (30)days after bids have been opened. Each Proposal must be accompanied by .a certified check or bid bond in the amount of five percent(5%)of the total bid, made payable to William R.Pell,III,Supervisor Town of Southold, as set forth in the Information to Bidders. The Town reserves the right to reject any or all bids, to waive any informalities and to accept such alternate bid which, in the opinion of the Town Board,will be in the best interests of the Town. BY ORDER OF THE TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK JUDITH T.TERRY, TOWN CLERK TOWN OF SOUTHOLD SOUTHOLD,N.Y.11971 1T-10/8/81(1) r- NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that SEALED BIDS will be received by the Town Clerk of the Town of Southold at the Town Hall, Main Road, Southold, New York, until 10:00 A.M.prevailing time, on Friday, October 16, 1981, at which time and place they will be publicly opened and read COUNTY OF SUFFOLK, for the following contract: FURNISHING AND STATE OF NEW YORK, SS: DELIVERING LUMINAIRE TYPE OUTDOORLIGHTING Troy •Gust_ . . . . .ayson • , FIXTURES • • • • being duly Sworn. TO THE TOWN says that . . X14'. . , is Printer and Publisher sof the SUFFOLK OFSOUTHOLD Specifications may be ob- WEEKLY TIMES, a newspaper published at Greenport, in said tained on or after October 10, 1981 at the Town Hall and county; and that the notice, of which the annexed is a printed offices of the Consulting En- gineers, HOLZMACHER, Mc- copy, has been published in the said Suffolk Weekly Times LENDON&MURRELL,P.C., 209 West Main Street, River once in each week. for Rnq weeks River- head, New York, 11901, and • • • • • • • • • • • • • • • • • • • • • • 125 Baylis Road,Melville,New successively commencing on the 8th York, 11747, upondeposit " ' . . . . . . • • ' • • • ' • • ' • • • twenty-five dollars($25.00)for day of . . QCtiabex each set furnished. Deposits for Specifications will be refunded to bidders 111 "` �1. �... . . . . . . . . . . . . who return Specifications Sworn to before me this . .8t�. . . within ten (10) days in good condition; other deposits will day of October . . . . . . I . .$.x. J either be partially or not refunded if the Specifications /�" '. .!.� �OiUIK have not been returned in good . . • . • . . _ condition within thirty (30) - days after bids have been . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . opened. Each Proposal must be ac- companied by a certified check or bid bond in the HELEN K. DE VOE amount of five percent(5%) of NOTARY PUBLIC, State of New York the total bid, made payable to No.4707878, Suffolk County William R. Pell, III, Super- Term Expi _ visor,Town of Southold,as set p res March 30, 193 forth in the Information to Bidders. The Town reserves the right to reject any or all b}ds, to waive any informalities and to accept such alternate bid which, in the opinion of the Town Board,will be in the best interests of the Y n. ORDER OF THE TOWN OF r SOUTHOLD � SUFFOLK COUNTY, NEW YORK JUDITH T.TERRY, TOWN CLERK TOWN OF SOUTHOLD SOUTHOLD,NEW YORK 11971 DATED: October 6, 1981 1TO8-3785 { I j li I i ++� STATE OF NEW YORK: 11 SS: COUNTY OF SUFFOLK: i JUDITH T. TERRY, Town Clerk of the Town of Southold, it New York, being duly sworn, says that she is over the age of i twenty-one years; that on the 30th day of September 1981 I I she affixed a notice of which the annexed printed notice is a t ��I true copy, in a proper and substantial manner, in a most public f place in the Town of Southold, Suffolk Count New York to wit : - place > ij Town Clerk Bulletin Board, Town Clerk Office, Main Road, Southold, New York 11971 i �! Notice to Bidders - Furnishing and delivering luminaire e type outdoor lighting fixtures to the Town of Southold. Bid opening - 10: 00 A.M. , Friday, October 16, 1981. r I i i Judith T. Terry I' Southold Town Clerk Sworn to be before me this 30th day of ^September 19 81 Notary u lic f ELIZABETH ANN NEVILLI! NOTARY PUBLIC, State of New York No. 52-8125850. Suffolk County Term Expires March 30, 19,,Xd- i l -u N&ACHER.McLENDON A MURRELL,P.C./HARP. CONSULTING ENGINEERS AND ENVIRONMENTAL SCIENTISTS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that SEALED BIDS will be received by the Town Clerk of the Town of Southold at the Town Hall, Main Road, Southold, New York, until 10: 00 A.M. prevailing time, on Friday,_October 16 1981 , at which time and place they will be publicly opened and read for the following contract: FURNISHING AND DELIVERING LU114INAIRE TYPE OUTDOOR LIGHTING FIXTURES TO THE TOWN OF SOUTHOLD Specifications may be obtained on or after October 10, 1981 at the Town Hall and offices of the Consulting Engineers, HOLZMACHER, McLENDON & MURRELL, P.C. , 209 West Main Street, Riverhead, New York, 11901, and 125 Baylis Road, Melville, New York, 11747 , upon deposit of twenty-five dollars ($25 . 00) for each set furnished. Deposits for Specifications will be refunded to bidders who return Specifications within ten (10) days in good condition; other deposits will either be partially or not refunded if the Specifications have not been returned in good condition within thirty (30) days after bids have been opened. Each Proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the total bid, made payable to William R. Pell, III , Supervisor, Town of Southold, as set forth in the Information to Bidders. The Town reserves the right to reject any or all bids, to waive any informalities and to accept such alternate bid which, in the opinion of the Town Board, will be in the best interests of the Town. BY ORDER OF THE TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK JUDITH T. TERRY, TOWN CLERK TOWN OF SOUTHOLD SOUTHOLD, NEW YORK 11971 DATED: October 6, 1981 NB-1 PLEASE PUBLISH ONCE, OCTOBER 8, 1981 AND FORWARD ONE AFFIDAVIT OF PUBLICATION TO JUDITH T. TERRY, TOWN CLERK, MAIN ROAD, SOUTHOLD, NEW YORK 11971 Copies to the following: The Suffolk Times The Long Island Traveler-Watchman Town Board Members Town Clerk Bulletin Board Highway Superintendent Dean fgur14L OFFICE OF O,WNRK TOWN O SOU J JUDITH T.TERRY SUFF.O IN TELEPHONE TOWN CLERK i� (516) 765-1801 REGISTRAR OF VITAL STATISTICS Southold, L. I., N. Y. 11971 September 30, 1981 Mr. William H. Spitz Holzmacher, McLendon and Murrell, P.C. 125 Baylis Road Melville, New York 11747 Dear Mr. Spitz: Enclosed herewith is the completed Notice to Bidders for furnishing and delivering luminaire type outdoor lighting fixtures to the Town of Southold. The Town Board will adopt a resolution at their regular meeting on October 6th, the notice will be published on October 8th and the bid opening will be 10: 00 A.M. , Friday, October 16th. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure HOLZMACHER,McLENDON and MURRELL,P.C. •CONSULTING ENGINEERS,ENVIRONMENTAL SCIENTISTS and PLANNERS 125 BAYLIS ROAD, MELVILLE, N Y 1174,' • 516-752-9060 September 29, 1981 Judith T. Terry, Town Clerk RECEfl/EQ Town Of Southold , � Town Hall Main Road Southold, New York 11971 utltblit Re: Town of Southold NYS Transportation Bond Act Lighting Replacement SOHT 81-02 Dear Mrs. Terry: Pursuant to Ray Dean' s request, enclosed please find a copy of the "NOTICE TO BIDDERS" for the above-referenced pro- ject. It is our understanding that the bid date will be established when the Town Board meets on October 8, 1981, and that the project will be advertised beginning October 10th. Please inform our office as to the date and time at which bids will be received. If you require any further information, please do not hesitate to contact our office. Very truly yours, HOLZ CH R, Mc DO & MURRELL, P.C. William H. Spitz WHS/lml Enclosures cc: Ray C. Dean Melville,New York • Farmingdale,New York • Riverhead,New York