Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Town Hall Sidewalk
sisfflklr ELIZABETH A. NEVILLE,MMC ��® �/� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 C Southold,New York 11971 REGISTRAR OF VITAL STATISTICS 1 ® Fax(631)765-6145 MARRIAGE OFFICER �� �®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 9, 2016 Robert Panchak KJB Industries, Inc 58 Tyler Drive Riverhead,NY 11901 Dear Mr. Panchak: At the regular Town Board meeting held on November 22, 2016, the Town Board accepted the bid of Concrete Plus, Inc. for installing a ramp at the Southold Town Hall. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A.NEVILLE,MMC pyo �/� Town Hall,53095 Main Road TOWN CLERKo P0. Box 1179 C Southold,New York 11971 REGISTRAR OF VITAL STATISTICS S ® Fax(631)765-6145 MARRIAGE OFFICER �$°� a®�` Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®.B www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 9, 2016 Carl Vaccaro Concrete Plus, Inc. PO Box 155 East Islip,NY 11730 Dear Mr. Vaccaro: Congratulations. At the regular Town Board meeting held on November 22, 2016, the Town Board accepted the bid of Concrete Plus, Inc. for installing a ramp at the Southold Town Hall. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. v®g�ff0(,g��® ELIZABETH A.NEVILLE,MMC ��® �/,� Town Hall,53095 Main Road TOWN CLERK PO.Box 1179 sQi� Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER � ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®.` q www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 9, 2016 Donald J. O'Hanlon Carter-Melence, Inc. PO Box 907 Sound Beach,NY 11789 Dear Mr. O'Hanlon: At the regular Town Board meeting held on November 22, 2016,the Town Board accepted the bid of Concrete Plus, Inc. for installing a ramp at the Southold Town Hall. A certified copy of the resolution is enclosed. Your bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board- Letter Board Meeting of November 22, 2016 hl' °� RESOLUTION 2016-1041 Item# 5.29 ADOPTED DOC ID: 12465 s THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2016-1041 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 22,2016: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Concrete Plus, Inc. in the amount of$16,600.00 (deduct $200.00 for NuRail) for the installation of a new sidewalk/ramp at the Southold Town Hall, subject to the Town of Southold receiving a grant from Suffolk County. y y ppp''yyy Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Jill Doherty, Councilwoman SECONDER:William P. Ruland, Councilman AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated November 28, 2016 Page 39 ®�®�VfFOeA,C®G ELIZABETH A.NEVILLE,MMC may.. y Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 CA Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICERy ' � J �® Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®d" �► www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Town Hall Sidewalk/Ramp Sidewalks Bid Opening 11/17/16 2:00 P.M. Three (3) Bids Received KJB Industries, Inc $22,600.00 deduct$1,000.00 for NuRail 58 Tyler Drive Riverhead,NY 11901 No bank draft/bid deposit 631/727-5600 Robert Panchak Concrete Plus, Inc. $16,600.00 deduct $200.00 for NuRail PO Box 155 East Islip,NY 11730 No bank draft/bid deposit 631/581-3221 Carl Vaccaro Carter-Melence, Inc. _ -323;416.00 add $6,000.00 for Handrail PO Box 907 Sound Beach,NY 11789 631/744-0127 Donald J. O'Hanlon THE PROPOSAL FORM Sidewalk Reconstruction Project VENDOR NAME: Carter-Melence, Inc. VENDOR ADDRESS: P.O. Box 907 Sound Beach, NY 11789 TELEPHONE NUMBER: (631) 744-0127 FAX: (631) 744 's.�: `,j� "'vim 7w'Er`?''•';".. a-s.%-'-.«�..... k;c u;.k.Y>:a,r„nn.:.>`_�.r: -r , _.. _n a,. ._ e. ^_-_ -•7 .•,c�.X :;1 .-,,.•L"Gr,. s5,oce¢a. - TOWN OF SOUTHOLD Sidewalk Reconstruction Project Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Construct a new sidewalk at the Southold Town Hall-I TqEK=�' rakEC 1 /ov'<aAvf�� 1 LS �� forFba e am, Mo Sl XTM(U tea/ SLS I` Dollars Cents The contractor shall receive the lump sum price for construction a new concrete Sidewalk and hand railing system to meet the requirements found on the contract Drawings (A-1 through A-3) and completing the project in accordance with all contract documents. TOTAL :( ! d Dalt K�� — $� t Dollars Cents Numerically WRITTEN IN WORDS hDD C> �&:5c 9 IV 000 -ot r,>'V f, 0 NE-Lo dmDlll�, Y AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. Ther erson signing this bid, der e penalties of perjury, affirms the truth thereof. U SWORN TO BEFORE ME THIS Signale&Company Position November Donald J. O'Hanlon, President 17th DAY OF 2016 Type Name&Company Position Carter—Melence, Inc. Company Name dNOTARY PUBLIC November 17 2016 Date Signed C'n",c Sla"3 qc York 11-2996299 in St�fi�3i� O�L�E3r Cardlrn(C5non Expires 00/11/ C� Federal I.D.Number T y THE PROPOSAL FORM Sidewalk Reconstruction Project VENDOR NAME: ZF 1� �� VENDORADDRESS: I/fie i TELEPHONE NUMBER: SFAX: lot 7— The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one,of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated TOWN OF SOUTHOLD � j Sidewalk Reconstruction ProjectG Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Construct a new sidewalk at the Southold Town Hall-I 1 1 LS for 'x 30, Dollars Cents The contractor shall receive the lump sum price for construction a new concrete Sidewalk and hand railing system to meet the requirements found on the contract Drawings (A-1 through A-3) and completing the project in accordance with all contract documents. TOTAL SAv1 S/x 40t-1-144 $ 02 600 - Dollars /&Cents Numerically WRITTEN IN WORDS W- -'#1z I /,J, PROPOSAL FORM n AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and haven advised by each of them that he or she has not participated in any communication, co ultation, discussion, agreement, collusion, act or other conduct inconsistent w,iany of t e stat, ments and representations made in this affidavit. r' The n si -'ng id, under the penalties of perjury, affirms the truth thereof. IPS% S WO TO EFORE ME THIS P/®wiM'it/ `Signdture&Company Position 66TI- DAY 20�� Type Name&Company Position Company Name NOTAYY PUBLIC Date Signed TARA N ARCHER Notary Public, State of New York Registration #01AR6335397 Federal I.D.Number Qualified In Suffolk County commission Expires Jan. 11, 2020 _ l l THE PROPOSAL FORM Sidewalk Reconstruction Project VENDOR NAME: (10 4JC G VENDOR ADDRESS: • ® I�o k I j �r.-S 1S /� l` 11-1 31b TELEPHONE NUMBER:0� �lI 3 2-~� FAX: 3 I --�/� 1 3'Z2 k The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Adde um No. Dated 11 ate, ' 1 � TOWN OF SOUTHOLD Sidewalk Reconstruction Project Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Construct a new sidewalk at the Southold Town Hall'i 1 1 LS forXL ou So- —S'i��aao�9L L 6f�V v . tJ`) Dollars Cents The contractor shall receive the lump sum price for construction anew concrete Sidewalk and hand railing system to meet the requirements found on the contract Drawings (A-1 through A-3) and completing the project in accordance with all contract documents. TOTAL:3T x+er,0 i\k6,S(a c�bx v�pl c�v'cc� v'I�j`�r $ ( J,0, 06 Dollars Cents Numerically WRITTEN IN WORDS Jf �I tiOL weo .�-, �.. tJec,(k L1G,w� -� ���-� S1csf`��► ��yid�erQ { PROPOSALFORM AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The pe I n n'n this bid,under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signa 1e&Company Position gg Ear\ VC cc&,ro Phe-S� c� o, u � ��/�DAY OF20/-6 Type Name&Company Position CD0 6r��c 6P ks Compan Name NOTARY PUBLIC CQualifiedlin NOONE Date Signed ate of NewYori( 24— c)® f -j3J ffolkC0 ffolk CountyFederal I.D.Number s April 30,20 #13027 STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s), successfully commencing on the 3rd day of November, 2016. Principal Clerk i i Sworn to before me this day of _ 016. LEGAL NOTICE CC Request for Bid Proposals Southold Town Hall Sidewalk Reconstruction 53095 Main Road ISTINA Southold,NY 11971 (40TARY PUBLIC-STATE Of NEW YORK NOTICE IS HEREBY GIVEN, D1o. 01V06105050 in accordance with the provisions of Section 103 of the General Municipal blilolilled in Sutlolk county Law,that sealed bids will be received A4Y�ISIFltN16fi10R�xpUee FStNuo1 �• by the Town Clerk of the Town of Southold,Suffolk County,New York, at the Southold Town Clerk's Of- fice, Town Hall, 53095 Main Road, Southold,New York 11971,until 2:00 P.M. Thursday, November 17, 2016, at which time they will be publicly opened and read aloud,for the supply of materials and labor to reconstruct concrete sidewalk at the Southold Town Hall Specifications may be ob- tained at the Office of the Southold Town Clerk during normal business hours Request for additional information or inquires should be addressed to the Department of Public Works: Jeff Standish, Director, Southold Town Hall, PO Box 1179, Southold, NY 11971 Telephone-(631)765-1283 The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any de- fect or informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be submitted on the per item price list, and must be ac- companied by a Non-Collusive Bid Certificate,and bank draft or certified i check the amount of$100.00 All bids must be marked "Bid on Sidewalk", and must be signed and sealed in en- -- -- - - velopes plainly addressed to the Town -- - - - ----- -- -- -- ----- - -- Clerk,Town of Southold,Town Hall, 53095 Main Road, Southold, New York 11971 The bid price shall not include any tax,federal,state,or local,from which the Town of Southold is exempt. Dated: October 18,2016 ELIZABETH A NEVILLE SOUTHOLD TOWN CLERK 13027-1T 11/3 631-727-5600 NYS Certified WBE Fax 631-727-0577 pup 1 KJB INDUSTRIES, INC. Robert Panchak •58 Tyler Drive klbindustries@aol.com Riverhead, NY 11901 Rudder, Lynda From: legals <legals@timesreview.com> Sent: Tuesday, October 25, 2016 12:41 PM To: Rudder, Lynda Subject: Re:TH Sidewalk Opening Date change Importance: High Confirming of the revised notice. Thank youl EMMES ":REVIE'RN'' Lindsay Riemer Assistant Sales Coordinator 631.298.3200 ext. 235 631.354.8032 (direct) 631.298.0410(fax) Iriemer@timesreview.com www.timesreview.com From: "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us> Date:Tuesday, October 25, 2016 12:24 PM To: Lindsay Riemer<IeRals@timesreview.com> Subject:TH Sidewalk Opening Date change Please use this ad for the Sidewalks as I was instructed to change the opening date. 1 STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 25th day of October_, 2016, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York. TH Sidewalk bid A i lizabeth A.Neville Southold Town Clerk Sworn before me this 25th day of Octobe , 2016. Notary Public LYNDA M. P Notary Public,State Ste of ew York Qualli9. OI6020932 f ed n Suffolk County Commission ExPlres March 8,201 Rudder, Lynda From: legals <legals@timesreview.com> Sent: Tuesday, October 25, 2016 11:44 AM To: Rudder, Lynda Subject: Re:TH Sidewalk- revised Publish this one The legal notice has been scheduled to be published in the 11/3 edition of the Suffolk Times. Thank you and have a great day! Best regards, 71k7 REVIEW Lindsay Riemer Assistant Sales Coordinator 631.298.3200 ext. 235 631.354.8032(direct) 631.298.0410(fax) Iriemer@timesreview.com www.timesreview.com From: "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us> Date:Tuesday, October 25, 2016 11:48 AM To: "Cushman,John" <John.Cushman@town.southold.ny.us>, Lindsay Riemer<legals@timesreview.com>, "Lisa Finn (lisafinn@gmail.com)" <lisafinn@gmail.com>, "Michaelis,Jessica" <iessicam@southoldtownny.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us>, "Southold Local (denise@southoldlocal.com)" <denise@southoldlocal.com>, "Dinizio,James" <lames.dinizio@town.southold.nv.us>, "Doherty,Jill" <iill.doherty@town.southold.nv.us>, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.ny.us>, "Ghosio, Bob" <bob.ghosio@town.southold.nv.us>, Louisa Evans <Ipevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville@town.southold.nv.us>, "Noncarrow, Denis" <denisn@southoldtownny.6v>, "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us>, "Russell, Scott" <scottr@southoldtownny.gov>, "Standish, Lauren" <Lauren.Standish@town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.ny.us>, William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill" <billd@southoldtownny.gov>, "Hagan, Damon" <damonh@southoldtownny.gov>, "Silleck, Mary" <marvs@southoldtownny.gov> Subject:TH Sidewalk- revised Publish this one This is the copy that should be published in the 11/3 edition of the Suffolk Times and the website 1 LEGAL NOTICE Request for Bid Proposals Southold Town Hall Sidewalk Reconstruction 53095 Main Road Southold,NY 11971 NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids will be received by the Town Clerk of the Town of Southold, Suffolk County, New York, at the Southold Town Clerk's Office, Town Hall, 53095 Main Road, Southold,New York 11971, until 2:00 P.M. Thursday, November 17, 2016, at which time they will be publicly opened and read aloud, for the supply of materials and labor to reconstruct concrete sidewalk at the Southold Town Hall. Specifications may be obtained at the Office of the Southold Town Clerk during normal business hours. Request for additional information or inquires should be addressed to the Department of Public Works: Jeff Standish, Director, Southold Town Hall, PO Box 1179, Southold,NY 11971. Telephone: (631) 765-1283. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any defect or informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be submitted on the per item price list, and must be accompanied by a Non- Collusive Bid Certificate, and bank draft or certified check the amount of$100.00. All bids must be marked "Bid on Sidewalk", and must be signed and sealed in envelopes plainly addressed to the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold,New York 11971. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: October 18, 2016 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON NOVEMBER 3, 2016, AND FORWARD ONE (1 ) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, PO BOX 1179, SOUTHOLD, NEW YORK 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Dodge Reports Brown's Letters Burrelle's Info Services Town Clerk's Bulletin Board DPW Request for Bid Proposals Southold Town Hall Sidewalk Reconstruction Project 53095 Main Road Southold, NY 11971 The Town of Southold is requesting bid proposals for the supply of materials and labor to construct a new concrete sidewalk and railings at the Southold Town Hall, 53095 Main Road, Southold, NY, as per the attached drawings: A-1, A-2, A-3 Request for additional information or inquiries should be addressed to the Department of Public Works: Jeff Standish, Director, Southold Town Hall, PO Box 1179, Southold, NY 11971. Telephone: (631) 765-1283. Contractors wanting a pre-bid meeting to address questions or concerns should call the number above. Concrete Sidewalk: Sidewalks shall be constructed of concrete having a compressive strength of 3,000 pounds per square inch at 28 days. All concrete work shall conform to the American Concrete Institutes specifications, ACI318. All sidewalks shall be pitched to meet the elevations as shown on the drawings to prevent the ponding of water. All sidewalks shall receive a broom finish. Sidewalks shall be a minimum of four inches in depth. Areas where the old sidewalk slabs are to be, removed shall be compacted to provide a suitable sub-grade below the sidewalk. Any and all fill material needed or required shall be R.C.A., or approved equal, meeting the State DOT Specification for R.C.A. blend. Aluminum Hand Rails Provide 1%" Schedule 40 aluminum hand rails, installed to A.N.S.I standards (painted black). Provide continuous welds at all joints. Set all vertical rail/tubing a minimum of 4" below sidewalk surface. See attached drawing A-3. The Contractors shall provide a bid alternate for the'installation of an alternate hand rail system. This alternate option shall be of the same configuration, length & height as shown on the drawings. See attached drawing A-2 for a note regarding the Nurail Products Manufacturer. http://www.nurail.com/This This Project is subject to the Federal Prevailing Wage Rates (attached to this RFP). The bid price shall include all labor, materials, equipment & disposal costs. The contractor and its employees shall have the required access to the job site location and work site in order for the herein described work to be accomplished. Southold Town Board - Letter Board Meeting of October 18, 2016 RESOLUTION 2016-934 Item# 5.23 ADOPTED DOC ID: 12354 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2016-934 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON OCTOBER 18, 2016: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the construction of a new accessibility sidewalk and new Americans with Disabilities Act (ADA) compliant doors at the Southold Town Hall. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:Jill Doherty, Councilwoman AYES: Dinizio Jr, Ruland, Doherty, Evans, Russell ABSENT: Robert Ghosio Generated October 19, 2016 Page 3 8 ® G ELIZABETH A.NEVILLE,MMC eye y Town Hall,53095 Main Road TOWN CLERK %� P.O.Box 1179 CCA Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®.`' �►a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Town Hall Sidewalk/Ramp Sidewalks Bid Opening 11/17/16 2:00 P.M. Three (3) Bids Received KJB Industries, Inc $22,600.00 deduct$1,000.00 for NuRail 58 Tyler Drive Riverhead,NY 11901 No bank draftibid deposit 631/727-5600- Robert Panchak Concrete Plus, Inc. $16,600.00 deduct$200.00 for NuRail PO Box 155 East Islip,NY 11730 No bank draft/bid deposit 631/581-3221 Carl Vaccaro Carter-Melence, Inc. - $23,416.00 add$6,000.00 for Handrail PO Box 907 Sound Beach, NY 11789 631/744-0127 Donald J. O'Hanlon THE PROPOSAL FORM Sidewalk Reconstruction Project VENDOR NAME: Carter-Melence, Inc. VENDOR ADDRESS: P.O. Box 907 Sound Beach, NY 11789 TELEPHONE NUMBER: (631) 744-0127 FAX: (631) 744=0528 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated -. pFZon.�a,.'�'`a c...r� ':,C:•.".'.J�,;.:3=s=u.':_^ c":'3.�i.7La.:: :.uca•:.+swwr,Vic.^::scv;,r-.=,ysa-°r."v.-:�:r3^,'�u-..�s .�:s.•^:�'':� TOWN OF SOUTHOLD Sidewalk Reconstruction Project Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Construct a new sidewalk at the Southold Town Hall'I Tu(EK � � �l4�e�c 05<49V I LS forF'o t 4urf WO 5/xTMIJ Dollars Cents The contractor shall receive the lump sum price for construction a'new concrete Sidewalk and hand railing system to meet the requirements found on the contract Drawings (A-1 through A-3) and completing the project in accordance with all contract documents. TOTAL 1Ueq Ujpew�iS e �t " $ , Dollars Cents Numerically WRITTEN IN WORDS ff t( fiDD C is9tv , r® P -�>6r AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my fum's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The erson signing this bid,ynder e penalties of perjury, affirms the truth thereof. U4' SWORN TO BEFORE ME THIS Signa y e&Company Position November Donald J. O'Hanlon, President 17th DAY OF 2016 Type Name&Company Position Carter—Melence, Inc. Company Name dNOTARY PUBLIC November 17, 2016 - Date Signed - — _ - It©Eery[�w�;'.�, B u c c;o;3.1orlt 11-2996299 lailllecl in su:idoi:c Oonur-,V Federal I.D.Number cornmicsion F-ypires OCII`/A4 i - - — „J THE PROPOSAL FORM Sidewalk Reconstruction Project VENDOR NAME: !a ;z� c, VENDOR ADDRESS: /A0 �� •�� f/fid TELEPHONE NUMBER: S-60'0 FAX: '7V 7 ©x'77 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a'writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Adden um No. Dated ¢ ,a TOWN OF SOUTHOLD Sidewalk Reconstruction Project �G- Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Construct a new sidewalk at the Southold Town Hall'I 1 1 LS forAtjy *J6 �- Dollars Cents The contractor shall receive the lump sum price for construction a new concrete Sidewalk and hand railing system to meet the requirements found on the contract Drawings (A-1 through A-3) and completing the project in accordance with all contract documents. TOTAL n S � �5/I' 40444 $ 02 - Dollars /&Cents Numerically WRITTEN IN WORDS la J. d'e d/o C-F 19At -1d-w'Vi-1 4/� PROPOSAL FORM AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and hav en advised by each of them that he or she has not participated in any communicatioT-, con ultation, discussion, agreement, collusion, act or other conduct inconsistent w,it any oft e statements and representations made in this affidavit. l � Th" si 'ng id,under the penalties of perjury, affirms the truth thereof. SWO TO EFORE ME THIS �® _Signdture&Company Position DAY i20�� Type Name&Company Position lez-i? -;L;-,J Company Name N67TAYY PUBLIC 11-17 Date Signed TARA N ARCHER Notary Public, State of New York Registration#01AR6335397 Federal I.D.Number Qualified In,Suffolk County Commission Expires.lan. 11, 2020 - , S t 1 THE PROPOSAL FORM Sidewalk Reconstruction Project VENDOR NAME: ( 0 4►6'e t' VENDOR ADDRESS: t- • o I1 � I �° /U lC 13b TELEPHONE NUMBER:C)3( ��I J?2-�- FAX: 6 31 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addeadum No. Dated � 1 � � r TOWN OF SOUTHOLD Sidewalk Reconstruction Project Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID NO. (Fill in Unit Price Written in Words) QUANTITY Construct a new sidewalk at the Southold Town Hall'I 1 LS fors�n�C ttSQ ,fVl a uv9L . co Dollars Cents The contractor shall receive the lump sum price for construction a new concrete Sidewalk and hand railing system to meet the requirements found on the contract Drawings (A-1 through A-3) and completing the project in accordance with all contract documents. TOTAL S i x +� � �— ax �t w r�� ' �����r �L� t�j Q�, 06 Dollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM k AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher-than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. Thepe trj this bid,under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signa 1 � / e&Company Position ark 6,CCG,,,r0 PVeStAe.nJ � ��/(a/DAY OF20/o Type Name&Company Position CD0 6r a � � :P/iC, Compan Name NOTARY PUBLIC BONNIE Date Signed Notary Public,State of NewYorlc d S No.01N08156200 24- o® -1 3 Qualified in Suffolk County Federal I.D.Number Commission Expires April 30,20 #13027 STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s), successfully commencing on the 3rd day of November, 2016. Principal Clerk Sworn to before me this day of 016. LEGAL NOTICE i ScLe�Request for Bid Proposals Southold Town Hall -Sidewalk Reconstruction 53095 Main Road Southold,NY 11971 140TARY PUBLIC-STATE OF NEW YORK NOTICE IS HEREBY GIVEN, Np O1V06105050 in accordance with the provisions of Section 103 of the General Municipal Qualified in Suffolk CountygQ�R Law,that sealed bids will be received my C;®ff 1v6610f1 f Mplree�fabNary�, by the Town Clerk of the Town of { Southold,Suffolk County,New York, at the Southold Town Clerk's Of- face, Town Hall, 53095 Main Road, + Southold,New York 11971,until 2:00 P.M. Thursday, November 17, 2016, l at which time they will be publicly opened and read aloud,for the supply of materials and labor to reconstruct concrete sidewalk at the Southold Town Hall Specifications may be ob- tained at the Office of the Southold Town Clerk during normal business hours. Request for additional information- or inquires should be addressed to the Department of Public Works: Jeff Standish, Director, Southold Town Hall, PO Box 1179, Southold, NY 11971. Telephone:(631)765-1283. The Town Board of the Town of , Southold reserves the right to reject any and all bids and to waive any de- fect or informality in any bid should it j be deemed in the best interest of the Town of Southold to do so. All bids must be submitted-on the per item price list, and must be ac- companied by a Non-Collusive Bid Certificate,and bank draft or certified check the amount of-$100 00 All bids i must be marked "Bid on Sidewalk", and must be signed and sealed in en- velopes plainly addressed to the Town Clerk,Town of-Southold;Town"Hall, 53095 Main Road, Southold; New York 11971 The bid price shall not include any tax,federal,state,or local,from which the Town of Southold is exempt. Dated: October 18,2016 ELIZABETH A.NEVIL_LE SOUTHOLD TOWN CLERK 13027-1T� 11/3 — 1f31-727-5600 NYS Certified WBE l/Fax.631-727-0577 KJR INDUSTRIES, INC. Robert Panchak 58 Tyler Drive k1bindustries@aol.com Riverhead,NY 11901 Rudder, Lynda From: leg als <legals@timesreview.com> Sent: Tuesday, October'25, 2016 12:41 PM To: Rudder, Lynda Subject: Re:TH Sidewalk Opening Date change Importance: High Confirming of the revised notice. Thank youl .i RMEW � EW bT Lindsay Riemer Assistant Sales Coordinator 631.298.3200 ext. 235 631.354.8032 (direct) 631.298.0410(fax) Iriemer@timesreview.com www.timesreview.com From: "Rudder, Lynda"<Iynda.rudder town.southold.ny.us> Date:Tuesday, October 25, 2016 12:24 PM To: Lindsay Riemer<legals@timesreview.com> Subject:TH Sidewalk Opening Date change Please use this ad for the Sidewalks as I was instructed to change the opening date. 1 - STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 25th day of October_, 2016, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York. TH Sidewalk bid A i lizabeth A.Neville Southold Town Clerk Sworn before me this 25th day of Octobe , 2016. Notary Public Notary Pub ii t SA M. Rte of UDew York No. 01 R U6020932 Comualified in Suffolk mission Expires March 8 ty, 20-Is Rudder, Lynda From: legals <legals@timesreview.com> Sent: Tuesday, October 25, 2016.11:44 AM To: Rudder, Lynda Subject: Re:TH Sidewalk- revised Publish this one The legal notice has been scheduled to be published in the 11/3 edition of the Suffolk Times. Thank you and have a great day! Best regards, riTnIMES R 'IE'Bia' Lindsay Riemer Assistant Sales Coordinator 631.298.3200 ext. 235 631.354.8032(direct) 631.298.0410(fax) Iriemer@timesreview.com www.timesreview.com From: "Rudder, Lynda" <Iynda.rudder town.southold.ny.us> Date:Tuesday, October 25, 2016 11:48 AM To: "Cushman,John" <John.Cushman town.southold.nv.us>, Lindsay Riemer<legals@timesreview.com>, "Lisa Finn (lisafinn@gmail.com)" <lisafinn@gmail.com>, "Michaelis,Jessica" <iessicam@southoldtownnv.gov>, "Reisenberg, Lloyd" <Llovd.Reisenberg town.southold.nv.us>, "Southold Local (denise@southoldlocal.com)" <denise@southoldlocal.com>, "Dinizio,James" <iames.dinizio town.southold.nv.us>, "Doherty,Jill" <fill.dohertv@town.southold.nv.us>, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.nv.us>, "Ghosio, Bob" <bob.ghosio@town.southold.nv.us>, Louisa Evans <lpevans06390ftgmail.com>, "Neville, Elizabeth" <E.Neville town.southold.nv.us>, "Noncarrow, Denis" <denisn@southoldtownnv.gov>, "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us>, "Russell, Scott" <scottr@southoldtownnv.gov>, "Standish, Lauren" <Lauren.Standish town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.ny.us>, William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill" <billd@southoldtownnv.gov>, "Hagan, Damon" <damonh@southoldtownny.gov>, "Silleck, Mary" <marvs@southoldtownnv.gov> Subject:TH Sidewalk- revised Publish this one This is the copy that should be published in the 11/3 edition of the Suffolk Times and the website i LEGAL NOTICE Request for Bid Proposals Southold Town Hall Sidewalk Reconstruction 53095 Main Road Southold,NY 11971 NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids will be received by the Town Clerk of the Town of Southold, Suffolk County,New York, at the Southold Town Clerk's Office, Town Hall, 53095 Main Road, Southold,New York 11971, until 2:00 P.M. Thursday, November 17, 2016, at which time they will be publicly opened and read aloud, for the supply of materials and labor to reconstruct concrete sidewalk at the Southold Town Hall. Specifications may be obtained at the Office of the Southold Town Clerk during normal business hours. Request for additional information or inquires should be addressed to the Department of Public Works: Jeff Standish, Director, Southold Town Hall, PO Box 1179, Southold,NY 11971. Telephone: (631) 765-1283. The Town Board of the Town of Southold reserves the right to reject any and all bids and to waive any defect or informality in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be submitted on the per item price list, and must be accompanied by a Non- Collusive Bid Certificate, and bank draft or certified check the amount of$100.00. All bids must be marked "Bid on Sidewalk", and must be signed and sealed in envelopes plainly addressed to the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold,New York 11971. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: October 18, 2016 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON NOVEMBER 3, 2016, AND FORWARD ONE (1 ) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, PO BOX 1179, SOUTHOLD, NEW YORK 11971. Copies to the following: The Suffolk Times Town Board-Members Town Attorney Dodge Reports Brown's Letters Burrelle's Info Services Town Clerk's Bulletin Board DPW Request for Bid Proposals Southold Town Hall Sidewalk Reconstruction Project 53095 Main Road Southold, NY 11971 The Town of Southold is requesting bid proposals for the supply of materials and labor to construct a new concrete sidewalk and railings at the Southold Town Hall, 53095 Main Road, Southold, NY, as per the attached drawings: A-1,A-2,A-3 Request for additional information or inquiries should be addressed to the Department of Public Works: Jeff Standish, Director, Southold Town Hall, PO Box 1179, Southold, NY 11971. Telephone: (631) 765-1283. Contractors wanting a pre-bid meeting to address questions or concerns should call the number above. Concrete Sidewalk: Sidewalks shall be constructed of concrete having a compressive strength of 3,000 pounds per square inch at 28 days. All concrete work shall conform to the American Concrete Institutes specifications, ACI318. All sidewalks shall be pitched to meet the elevations as shown on the drawings to prevent the ponding of water. All sidewalks shall receive a broom finish. Sidewalks shall be a minimum of four inches in depth. Areas where the old sidewalk slabs are to be removed shall be compacted to provide a suitable sub-grade below the sidewalk. Any and all fill material needed or required shall be R.C.A., or approved equal, meeting the State DOT Specification for R.C.A. blend. Aluminum Hand Rails Provide 1%" Schedule 40 aluminum hand rails, installed to A.N.S.I standards (painted black). Provide continuous welds at all joints. Set all vertical rail/tubing a minimum of 4" below sidewalk surface. See attached drawing A-3. The Contractors shall provide a bid alternate for the installation of an alternate hand rail system. This alternate option shall be of the same configuration, length & height as shown on the drawings. See attached drawing A-2 for a note regarding-the Nurail Products Manufacturer. http://www.nuraii.com/This This Project is subject to the Federal Prevailing Wage Rates (attached to this RFP). The bid price shall include all labor, materials, equipment & disposal costs. The contractor and its employees shall have the required access to the job site location and work site in order for the herein described work to be accomplished. Southold Town Board - Letter Board Meeting of October 18, 2016 RESOLUTION 2016-934 Item# 5.23 ADOPTED DOC ID: 12354 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2016-934 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON OCTOBER 18, 2016: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the construction of a new accessibility sidewalk and new Americans with Disabilities Act (ADA) compliant doors at the Southold Town Hall. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:Jill Doherty, Councilwoman AYES: Dinizio Jr, Ruland, Doherty, Evans, Russell ABSENT: Robert Ghosio Generated October 19, 2016 Page 38 Town of Southold Southold Town Hall Sidewalk Reconstruction Project 53095 Main Road Southold, NY 11971 Request for Bid Proposals Southold Town Hall Sidewalk Reconstruction Project 53095 Main Road Southold, NY 11971 The Town of Southold is requesting bid proposals for the supply of materials and labor to construct a new concrete sidewalk and railings at the Southold Town Hall, 53095 Main Road, Southold, NY, as per the attached drawings: A-1, A-2,A-3 Request for additional information or inquiries should be addressed to the Department of Public Works: Jeff Standish, Director, Southold Town Hall, PO Box 1179,.Southold, NY 11971. Telephone: (631) 765-1283. Contractors wanting a pre-bid meeting to address questions or concerns should call the number above. Concrete Sidewalk: Sidewalks shall be constructed of concrete having a compressive strength of 3,000 pounds per square inch at 28 days. All concrete work shall conform to the American Concrete Institutes specifications, ACI318. All sidewalks shall be pitched to meet the elevations as shown on the drawings to prevent the ponding of water. All sidewalks shall receive a broom finish. Sidewalks shall be a minimum of four inches in depth. Areas where the old sidewalk slabs are to be removed shall be compacted to provide a suitable sub-grade below the sidewalk. Any and all fill material needed or required shall be R.C.A., or approved equal, meeting the State DOT Specification for R.C.A. blend. Aluminum Hand Rails Provide 1%" Schedule 40 aluminum hand rails, installed to A.N.S.I standards (painted black). Provide continuous welds at all joints. Set all vertical rail/tubing a minimum of 4" below sidewalk surface. See attached drawing A-3. The Contractors shall provide a bid alternate for the installation of an alternate hand rail system. This alternate option shall be of the same configuration, length & height as shown on the drawings. See attached drawing A-2 for a note regarding the Nurail Products Manufacturer. http://www.nurail.com/This This Project is subject to the Federal Prevailing Wage Rates (attached to this RFP). The bid price shall include all labor, materials, equipment & disposal costs. The contractor and its employees shall have the required access to the job site location and work site in order for the herein described work to be accomplished. If you are interested in submitting a bid, please submit a price quote to the Southold Town Clerks Office, Town Hall, 53095 Main Road, PO Box 1179, Southold, NY 11971. Bids will be opened and read aloud on November 17, 2016 at 2:00 PM THE PROPOSAL FORM Sidewalk Reconstruction Project VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated TOWN OF SOUTHOLD Sidewalk Reconstruction Project Lump Sum Proposal for: Town of Southold ITEM DESCRIPTION OF ITEM ESTIMATED UNIT AMOUNT BID N.O. (Fill in Unit Price Written in Words) QUANTITY Construct a new sidewalk at the Southold Town Hall'I 1 1 LS for /LS Dollars Cents The contractor shall receive the lump sum price for construction anew concrete Sidewalk and hand railing system to meet the requirements found on the contract Drawings (A-1 through A-3) and completing the project in accordance with all contract documents. TOTAL $ Dollars Cents Numerically WRITTEN IN WORDS PROPOSAL FORM AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a .bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in.good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firth or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary,bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid,under the penalties of perjury,affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Southold Town Hall Sidewalk Reconstruction Plan Prevailing Wage Rates Page 1 of 12 General Decision Number: NY160012 10/07/2016 NY12 Superseded General Decision Number: NY20150012 State: New York Construction Types: Building, Heavy, Highway and Residential Counties: Nassau and Suffolk Counties in New York. BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories) , HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10. 15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 02/05/2016 2 02/19/2016 3 02/26/2016 4 03/04/2016 5 03/11/2016 6 04/08/2016 7 05/06/2016 8 05/20/2016 9 06/17/2016 10 07/01/2016 11 07/08/2016 12 07/29/2016 13 08/12/2016 14 09/02/2016 15 09/16/2016 16 09/23/2016 17 10/07/2016 ASBE0012-001 12/28/2015 Rates Fringes Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to httn•//www wdol.nnv/wdol/-,cafiles/davisbacon/nvl2.dvb 10/18/2016 Page 2 of 12 all types of mechanical systems. . . . . . . . . . . . . . . . . . . . .$ 64.36 32. 46 HAZARDOUS MATERIAL HANDLER. . . . . . .$ 39. 00 12.75 ---------------------------------------------------------------- BOIL0005-001 01/01/2013 Rates Fringes BOILERMAKER. . . . . . . . . . . . . . . . . . . . . . $ 49. 47 33%+22. 87+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Year's Eve ---------------------------------------------------------------- BRNY0001-001 07/01/2016 Rates Fringes BRICKLAYER. . . . . . . . . . . . . . . . . . . . . . .$ 56.77 24.75 MASON - STONE. . . . . . . . . . . . . . . . . . . .$ 62. 67 30.59 ---------------------------------------------------------------- CARP0290-001 07/01/2016 Rates Fringes Carpenters: Building. . . . . . . . . . . . . . . . . . . .$ 48.28 31.11 Heavy & Highway. . . . . . . . . . . . .$ 44 .51 26.55 Residential. . . . . . . . . . . . . . . . .$ 38. 63 24.89 ---------------------------------------------------------------- CARP0740-001 07/01/2016 Rates Fringes MILLWRIGHT. . . . . . . . . . . . . . . . . . . . . . .$ 51.50 51.71 ---------------------------------------------------------------- CARP1556-008 07/01/2016 Rates Fringes Carpenters: DIVERS TENDERS. . . . . . . . . . . . . .$ 46.44 47. 95 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 65.38 47. 95 DOCKBUILDERS. . . . . . . . . . . . . . . .$ 51. 63 47. 95 PILEDRIVERMAN. . . . . . . . . . . . . . .$ 51. 63 47. 95 ---------------------------------------------------------------- CARP1556-011 07/01/2016 Rates Fringes Carpenters: TIMBERMEN. . . . . . . . . . . . . . . . . . .$ 46. 99 47. 56 ---------------------------------------------------------------- CARP2287-003 07/01/2014 Rates Fringes httn•//www weiol.unv/wclnl/gcafile-,/ci2vighacnn/nvl 2.dvh 10/18/2016 Page 3 of 12 CARPENTER Soft Floor Layers. . . . . . . . . . .$ 49. 88 43. 40 ---------------------------------------------------------------- ELEC0025-001 04/30/2016 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 51.00 16%+23. 85 ---------------------------------------------------------------- ELEC0025-002 04/30/2016 Rates Fringes Electricians: Maintenance Unit. . . . . . . . . . . .$ 42.20 120+$16.83 Telephone Unit. . . . . . . . . . . . . .$ 36.78 16%+$17.33 Wiring for single or multiple family dwellings and apartments up to and including 3 stories. . . . . . . . .$ 27.75 130+11.39 ---------------------------------------------------------------- ELEC1049-002 04/03/2016 Rates Fringes Line Construction: Substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipment; Groundman. . . . . . . . . . . . . . . . . .$ 31.37 21.72 Heavy Equipment Operator. . .$ 41.82 25.06 Lineman & Cable Splicer. . . .$ 52.28 28.39 Material Man. . . . . . . . . . . . . . .$ 45.48 26.23 ---------------------------------------------------------------- ELEV0001-002 03/17/2013 Rates Fringes ELEVATOR MECHANIC Elevator Constructor. . . . . . . .$ 57.01 27 . 605+a+b Modernization and Repair. . . .$ 45.14 27.455+a+b FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Good Friday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. httn-//vAvw-wdol.gov/wdol/scafiles/davisbacon/nvl2.dvb 10/18/2016 Page 4 of 12 b. PAID VACATION: An employee who has worked less than 5 years shall recieve vacation pay credit on the basis of 40 of his hourly rate for all hours worked; an employee who has worked 5 to 15 years shall receive vacation pay credit on the basis of 6% of his hourly rate for all hours worked; an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 8% of his hourly rate for all hours worked. ---------------------------------------------------------------- ENGI0138-001 06/01/2016 BUILDING CONSTRUCTION Rates Fringes Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 60.43 33. 90+a GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 57 .35 33. 90+a GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 55.29 33. 90+a GROUP 4 . . . . . . . . . . . . . . . . . . . . .$ 46.28 33. 90+a GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44 .33 33. 90+a NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Level D 1.00 Oiler on truck cranes with boom length of 100 ft. or more .25 FOOTNOTE: a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or President's Day (in lieu of Lincoln's or Washington's Birthday) , Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on a Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic) , Cherry picker, over 50 tons, CMI or maxim spreader, concrete pump (with oiler) , crane (crawler truck) , crane (on barge) , crane (stone setting) , crane (structural steel) , crane (with clam shell) , derrick, dragline, dredge, gradall, grader, hoist (3 drum) , loading machine (bucket) cap of 10 yds or over micro-trap, with compressor (negative air machine) , milling machine, large pile driver, power winch, Stone setting/structural steel, power winch (truck mounted/stone steel) powerhouse, road paver scoop, carry-all, scraper in tandem shovel, sideboom tractor, sideboom tractor (used in tank work) , stone spreader (self httn•//www wdnl anv/wdcl/scafiles/davisbacon/nvl2.dvb 10/18/2016 Page 5 of 12 propelled tank work) , zamboni (ice machine) GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi) , dinky locomotive, forklift, hoist, 2 drum, loading machine, loading machine (front end) mechanicl compactors, (machine drawn) , mulch machine (machine-fed) , power winch, other than stone/structural steel, power winch (truck mounted other than stone steel) pump (hydraulic, with boring machine) , roller, (asphalt) , scoop (carry-all scraper) , tower crane (maintenance man) , trenching machine GROUP 3: Comrpessor (structural steel) , Compressor (2 or more in battery) , concrete finishing mchine, concrete spreader, conveyor, curb machine (asphalt or concrete) , curing machine, fireman, hoist (1 drum) , micro-trap, (self contained, negative air machine) , pump (4 inches or over) , pump (hydraulic) , pump (jet) , pump (sumbersible) , pump (well point) , pulvi-mixer, ridge cutter, roller (dirt) , striping machine, vac-all, welding and burning, welding machine (pile work) , welding machine (structural steel) GROUP 4: Compressor, compressor (on crane) , compressor (pile work) , compressor (stone setting) , concrete breaker, concrete saw or' cutter, forklift (walk behind, power operated) , generator-pile work, generator, hydra hammer, mechanical compactors (hand operated) , oiler (truck crane) , pin puller, portable heaters, powerbroom, power buggies, pump (double action diaphgrgm) , pump (gypsum) , trench machine (hand) , welding machine GROUP 5: Batching plant (on site of job) , generator (small) , mixer (with skip) , mixer (2 small with or without skip) , mixer (2 bag or over, with or without skip) , mulch machine, oiler, pump (centrifugal, up to 3 inches) , root cutter, stump chipper, tower crane (oiler) , tractor (caterpillar or wheel vibrator) ---------------------------------------------------------------- ENGI0138-002 06/01/2016 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 60.43 33. 90+a GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 57.35 33. 90+a GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 55.29 33. 90+a GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 46.28 33. 90+a GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.33 33. 90+a GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 35.75 11.45+a NOTES: Hazmat premiums: Level A 3.50 Level B 2.50 Level C 1.50 Level D 1.00 httn://www.wdol.eov/wdol/scafiles/davisbacon/nYI2.dvb 10/18/2016 Page 6 of 12 Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft 1.00 boom lenghts (including jib) 150-249 ft 1.50 boom lenghts (including jib) 250-349 ft 2.00 boom lengths (including jib) 350 ft 3. 00 Cranes using clamshell buckets .25 Front end loader 10 yds and above .25 Oiler on truck cranes with boom length of 100 ft. or more .25 FOOTNOTE: a. Paid Holidays: New Years Day, Lincoln's Birthday, Washington's Birthday or Presidents Day (in lieu of Lincoln's or Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler (capacity over caterpiller 225 and komatsu 300) , boiler (thermoplastic) , boring machine (post hole) , cgherry picker (over 50 ton) , CMI or maxim spreader, concrete pump, with oiler, crane (crawler truck) , crane (on barge) , crane (stone setting) crane (structural steel) , crane (with clam shell) , derrick, dragline, dredge, gradall, grader, hoist (3 drums) , loading machine (bucket) capacity of 10 yards or over, micro-trap (with compressor-negative air machine) , milling machine (large) , piledriver, power winch (stone setting structural steel) , power winch (truck mounted/stone steel) , power-house, road paver, scoop, carry all (scraper in tandem) , shovel, sideboom tractor, sideboom tractor (used in tank work) , stone spreader (self-propelled) , tank work, tower crane GROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypicker, Conveyor (multi) , Dinky Locomotive, Forklift, Hoist (2 drum) , Loading Machine, Loading Machine (front end) , Mechanical Compactor (machine drawn) , Mulch Machine (machine- fed) , Power Winch (other than stone/structural steel) , Power Winch (truck mounted/other than stone steel) , Pump Hydraulic (with boring machine) , Roller (asphalt) , Scoop (carry-all, scraper) , Tower Crane (maintenance man) , Trenching Machine, Vermeer Cutter, Work Boat GROUP 3: Curb Machine (asphalt or concrete) , Maintenance Engineer (small equipment) , Maintenance engineer (well-point) Mechanic (fieldman) , Micro-Trap (self contained, negative air machine) , Milling Machine (small) , Pulvi-mixer, Pump (4 inches or over) , Pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point) , Roller Dirt, Vac-All, Welding and burning, Compressor (structural steel) , Compressor (2 or more battery) , Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum) , Ridge Cutter, Striping Machine, httn•//urtx,xw wrinl anis/tvdnl/crafilPc/dnvicharon/nv19 dvh 10/18/2016 Page 7 of 12 Welding Machine (pile work) , Welding Machine (structural Steel) . GROUP 4 : Compressor, Compressor on crane, Compressor (pile work) , Compressor (stone setting) , Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated) , Generator- Pile Work, Generator, Hydra Hammer, Mechanical Compoactors (hand operated) , Oiler (truck crane) , Pin Puller, Portable Heaters, Powerbroom, Power buggies, Power Grinders, Pump (double action diaphragm) , Pump gypsum, Pump (single action 1 to 3 inches) , Trench Machine hand, Welding Machine GROUP 5: Batching Plant (on site of job) , Generator (small) , Grinder, Mixer (with skip) , Mixer (2 small with or without skip) , Mixer (2 bag or over, with or without skip) , Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches) , Root Cutter, Stump Chipper, Tower Crane (oiler) , Track Tamper (2 engineers, each) , Tractor (caterpillar or wheel) , Vibrator, Work boat (deckhand) , GROUP 6: Well drillers ---------------------------------------------------------------- IRON0046-003 07/01/2014 Rates Fringes IRONWORKER METALLIC LATHERS AND REINFORCING IRONWORKERS. . . . .$ 40. 60 30.56 ---------------------------------------------------------------- IRON0197-001 07/01/2016 Rates Fringes IRONWORKER STONE DERRICKMAN. . . . . . . . . . . .$ 46.34 38.50 ---------------------------------------------------------------- IRON0361-001 07/01/2016 Rates Fringes IRONWORKER (STRUCTURAL) . . . . . . . . . .$ 49.50 69.74 ---------------------------------------------------------------- IRON0580-001 07/01/2015 Rates Fringes IRONWORKER, ORNAMENTAL. . . . . . . . . . .$ 43.20 47.42 ---------------------------------------------------------------- LAB00066-001 07/01/2016 BUILDING Rates Fringes Laborers: Laborers. . . . . . . . . . . . . . . . . . . .$ 36.00 31.29 Plasterers Tenders. . . . . . . . . .$ 36.00 31.29 httD://www.wdol.vov/wdoUscafiles/davisbacon/ny l 2.dvb 10/18/2016 Page 8 of 12 ---------------------------------------------------------------- LAB00078-001 02/01/2013 Rates Fringes LABORERS BUILDING CONSTRUCTION ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos) ; LEAD; & HAZARDOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold Remediation, HVAC, Duct Cleaning, Re-spray Fireproofing, etc) . . . . . . . . .$ 35. 90 14.75 ---------------------------------------------------------------- LABO1298-001 06/01/2016 HEAVY & HIGHWAY Rates Fringes Laborers: Asphalt Rakers; Formsetters.$ 42.37 31.79+a Asphalt Shovelers, Roller Boys & Tampers. . . . . . . . . . . . . .$ 41.13 31.79+a Regular Laborers. . . . . . . . . . . .$ 37.35 31.79+a A. FOOTNOTES: Laborers working in a hazardous material hot zone shall receive an additional 20% premium. Where the contract provides for night work outside the regular hours of work, the employees shall be paid at straight time plus a 25% night work premium for the 8 hours worked during the night. Firewatch work performed after regular hours shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 10% premium. Contractor requesting laborers certified for hazardous material work and/or employed on hazardous material shall be required to pay an additional 10% premium. ---------------------------------------------------------------- * PAIN0009-002 05/01/2016 Rates Fringes PAINTER GLAZIERS. . . . . . . . . . . . . . . . . . . .$ 44. 45 37.82 Painters, Drywall Finishers.$ 41.75 20.87 Spray, Scaffold, Sandblasting. . . . . . . . . . . . . . . .$ 42.50 21. 87 ---------------------------------------------------------------- httD://vvww.wdol.izov/wdol/scafiles/davisbacon/nv l 2.dvb 10/18/2016 Page 9 of 12 PAIN0806-010 10/01/2014 Rates Fringes Painters: Stuctural Steel and Bridge. .$ 48.75 35. 63 ---------------------------------------------------------------- PAIN1974-002 12/26/2012 Rates Fringes Painters: DRYWALL TAPERS/POINTERS. . . . .$ 43.82 22.01 ---------------------------------------------------------------- PLAS0262-003 08/01/2016 Rates Fringes PLASTERER. . . . . . . . . . . . . . . . . . . . . . . .$ 44. 93 28. 15 ---------------------------------------------------------------- PLAS0780-001 07/01/2014 Rates Fringes CEMENT MASON/CONCRETE FINISHER. . .$ 45.88 39.70 ---------------------------------------------------------------- PLUM0200-001 05/01/2016 Rates Fringes PLUMBER BUILDING CONSTRUCTION: . . . . . .$ 50.48 34.30 RESIDENTIAL CONSTRUCTION: . . .$ 29. 96 13.41 ---------------------------------------------------------------- PLUM0638-001 06/29/2016 Rates Fringes PLUMBER SERVICE FITTERS. . . . . . . . . . . . .$ '26.30 2.55 SPRINKLER FITTERS, STEAMFITTERS. . . . . . . . . . . . . . . .$ 61.81 48.14 Service Fitter work shall consist of all repair, service and maintenance work on domestic, commercial and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc. , including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing or replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling, stoker and oil burner apparatus and heating apparatus regardless of size or type. ---------------------------------------------------------------- ROOF0154-001 10/01/2012 httn•//www.wdnl u_nv/wdol/scafiies/davisbacon/nvl2.dvb 10/18/2016 Page 10 of 12 Rates Fringes ROOFER. . . . . . . . . . . . . . . . . . . . . . . . . . .$ 38.50 28.59 ---------------------------------------------------------------- SHEE0028-002 07/31/2014 Rates Fringes SHEET METAL WORKER BUILDING CONSTRUCTION. . . . . . .$ 50. 91 36.70 RESIDENTIAL CONSTRUCTION. . . .$ 27.22 16. 48 ---------------------------------------------------------------- TEAM0282-002 07/01/2015 Rates Fringes TRUCK DRIVER. . . . . . . . . . . . . . . . . . . . .$ 37.895 39.35+a FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Day, Veterans' Day (Armistice Day) , Thanksgiving Day, Day after Thanksgiving and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape each remaining workday during such calendar week. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were htti)://www.wdol.Rov/wdol/scafiles/davisbacon/nYI2.dvb 10/18/2016 Page 11 of 12 prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. i Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. httT)://www.wdol.2ov/wdoI/scafiles/davisbacon/nyI2.dvb 10/18/2016 Page 12 of 12 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2. ) If the answer to the question in 1. ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc. ) that the requestor considers relevant to the issue. 3. ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4. ) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION htti)://www.wdol.gov/wdol/scafiles/davisbacon/ny 12.dvb 10/18/2016 Town of Southold Southold Town Hall Sidewalk Reconstruction Project 53095 Main Road Southold, NY 11971 MOWN Town LOBBY EfluWadflu e , TOP OF TREAD I I Elev.(-)7 FACE of Existing Tread e = h TOP OF SLAB O EXISTING EXISTING EXISTING Z T' Elev.0.0' Elev.(-)15" Elev. - 15" Elev. - 8" r Y -N M w g AREA OF EXISTING SIDEWALK AREA OF EXISTING SIDEWALK AREA OF EXISTING SIDEWALK y w TO BE REMOVED. TO REMAIN BELOW NEW WORK TO BE REMOVED. Z in V O W w° JEXISTING EXISTING Z Elev. - 17" Elev.(-)17" Elev. - 8" O UNE of Eexisang Line of Existing Curbmg w Remain 'dewalk t Remain U) H c .. v 40 _ 0 A O 0 ,a w� 00 z h �w p< ■ �r�� m= W t- 1 c � L= ?: Z TMz 0 IT-6"+1- 28-0"+1- t0 81. 6..+/ > e� 0 Q N00 e� � W �' SIDEWALK DEMOLITION PLAN N� o o to TOP OF PAVEMENT ELEVATIONS SCALE: 1/8" = F- 0" Drawing: A ® 1 Sheet# 1 of 3 NOTE: CONTRACTOR SHALL PROVIDE A BID ALTERNATE FOR THE NEW 36'-0"ALUMINUM HANDRAIL. THE CONTRACTOR SHALL PROVIDE A PROJECT ALTERNATE COST FOR THE PROPOSED CONTINUOUS ALUMINUM HAND RAIL THAT CONSISTS OF PARTS,CONNECTIONS,RAIL TUBING,POSTS AND ALL OTHER STED MISCELLANEOUS PARTS OR ITEMS NEEDED TO CONSTRUCT A HAND RAIL AS MANUFACTURED BY "Nurail Products". SEE DETAILS AS SHOWN ON SHEET"A-3"OF THIS DRAWING SET. Nurail@ products.Nurail@ is a registered trademark of the Hollaender Manufacturing CompanyIQ� BOBBY � J E� z Elev.(-)7" _ ALIGN New Sidewalk with Top of Existing Tread Y l eh `L ° Elev. - S' 1c EIev.0.0' Elev. -1 air - W . (" i z mid'w _ " - _ • O n C/) „ New stepD°wn Elev. gv,(-)9' Approximate Line of Existing Curbing to Remain Elev.(_)9" m Eaung O a W Sidewalk �1 NEW ALUMINUM HANDRAIL O A O t0 LU THIS LOCATION(3C-0"LONG) L■ �, U) CONCRETE CONTROL JOINT C. r" = n 3w ■ W d v- >:} z� , G -` z w= r z N Q B a d s y rn TO 20'-0"+f_ Z o ALIGN WITH EXISTING SIDEWALK&PAVEMENT (fl O a S 01'-6"+/ Q e— g O (v H rii W- 0 o Vt a o NEW SIDEWALK REPLACEMENT Drawing: _ TOP OF PAVEMENT ELEVA'T'IONS SCALE: 1/8" = F- 0" Sheet# 2 of 3 NEW 3,000 P.S.I. NEW 3,000 P.S.I. CONCRETE SIDEWALK CONCRETE SIDEWALK - SOo affidd Tom ASTM 'A 185 W.W.F. ASTM A 185 W.W.F. u Enug��1C�eP0mo D @ CENTER OF CONCRETE SECTION D�papQl�c��4 BROOM FINISH Z BROOM FINISH t - -.4•K j COMPACTED SUB-GRADE BELOW SIDEWALK cum; Z r EXISTING CONCRETE SIDEWALK (USE STATE SPEC. R.C.A. BLEND TO AUGMENT EXISTING FILL) TO REMAIN BELOW NEW WORK. O G -N COD Z F' U SIDEWALK REPLACEMENT DETAIL, SIDEWALK REPLACEMENT DETAIL w j z @ EXISTING SIDEWALK TO REMAIN SCALE: 3/4'=1'-0" @ SIDEWALK TO BE REMOVED SCALE: 3/4"-P-0" 0 m NetF- 0 .. PROVIDE 1 1/4 N SCHEDULE 40 A O c� ALUMINUM HAND RAIL INSTALL d. ri y TO A.N.S.I. STANDARDS NEW 36'-0" LONG - (PAINTED BLACK) d ALUMINUM HAND RAIL. ~ PROVIDE CONTINUOUS WELDS ■ W � c AT ALL JOINTS o } - Z z r ul I o Q PROVIDE 1 1/4" SCHEDULE 40 O y a 3 ALUMINUM PIPE RAILING SYSTEM. o (PAINTED BLACK) I 'E�5 N PROVIDE CONTINUOUS WELDS AT ALL JOINTS it0 R i I I "I �IP O N 0) Ut a o \ZNEW ONCRETE SIDEWALK in r- Drawing:Drawing: NOTE:. SEE NEW CONCRETE ALUM I NUM HANDRAIL DETAILS SIDEWALK REPLACEMENT PLAN FOR LOCATION OF NEW HANDRAIL. TYPICAL SECTION/ELEVATION SCALE: 3/4'=1'-0" A ---------- - ---- - -- Sheet# 3 of 3