Loading...
HomeMy WebLinkAboutBid Received i RECEIVED Document A310 TM - 2010 JUN 4 2020 : Conforms with The American Institute of Architects AIA Document 310 Bid Bond Southold Town Clerk CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal stalus and pM»cipal place(jbinhiess) Aspen American Insurance Company B&W Paving &Landscaping, LLC 175 Capital Boulevard, Suite 300 This document has important 70 Foster Road Rocky Hill, CT 06067 legal consequences.Consultation Waterford, CT 06385 Mailing Address for Notices with an attorney is encouraged with respect to Its completion or OWNER: modification. (Nanny,legal stales and address) Any singular reference to Town of Southold Contractor,Surety,Owner or other party shall be considered 53095 Route 25 plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: Wame,location or address andl'roject ru mber,(fan}) Airport Entrance Road Rehabilitation Project @ Elizabeth Airport The Contractor and Surety are bound to the Olvncr in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their ileus,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or'vithin such time period as may be agreed to by the Owmer and Contractor,and the Contractor either(1)eaters into a contract with the Owmer in accordance vvith the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Omer,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Omer the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Omer Wray in good faith contract with another party la perlbrm the work covered by slid bid,then this obligation shall be null and void,otherwise to remain in lull force and ellecl.The Surety hereby-waives any notice ol'un agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiverofnolice by lite Surely%ball not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceplunce or bidsspecified in the bid documents,and the Owner and Contractor shall obtain the Surety'%consent lir an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the tart Owner shall be deemed to be Contractor. When this Bond has been lurnished to comply moth a statutory or other legal requirement in the location of the Project,any provision in this Bond conllicling With said statutory or legal requirement shall be deemed deleted herelirom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished;the intent is that this Hord shall be construed ac a statutory bond and not as a common la%v bond. Signed and scaled this 29th day of May, 2020. B &W Paving &Landscaping, LLC &inclpal) (seal) tl f"n B : (trite) a���rGtt�r�RStrrd4y� Aspen American Insurance Company ��fri, •.�o (Surely) (1T ilnes�) =a'n ac=sem By yb�•.........r �5,�' (iolle),le ica Picciri to Attorney-in-Fact �,,, ga a.•�� S-00541AS 8110 Elizabeth Field Airport Airport Entrance Road Rehabilitation STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of B &W Pavinq & Landscaping, LLC (Contractor) of 70 Foster Road, Waterford, CT 06385 (Address) for the Airnort Entrance Road Rehabilitation project for which bids will be received on: 6/4/2020 (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him, it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. ATTEST: J7 Aspen American Insurance Company Surety's horized Signatures) Jessica L. Piccirillo, Attorney-in-Fact (Corporate seal, if any.If no seal,write "No Seal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-18 CORPORATE ACKNOWLEDGMENT State of County of Ss.: On this day of in the year 2020 before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides in that same is the of the the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation,and that same singed the name thereto by like order. (Signature of Notary taking acknowledgment) LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of County of Ss.: On this day of in the year 2020, before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides in that same is the of the the Limited Liability Company described in and which executed the foregoing instrument;that same knows the seal of the said corporation;that the seal affixed to the said instrument; and that same authorized under the Articles of Organization and the Operating Agreement as amended and in effect this date to execute the forgoing instrument and so bind the Limited Liability Company. (Signature of Notary taking acknowledgment) SURETY ACKNOWLEDGMENT State of Connecticut County of Hartford Ss.: On this 29" day of May in the year 2020,before me personally come(s) Jessica L.Piccirillo to me know,who, being by me duly sworn, deposes and says that same resides in Farmington,CT that same is the Attorney-in- Fact of the Aspen American Insurance Company the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation and that same signed the name thereto by like order. (Signaturt of Notary takmg ac owledgment) Victoria P.Parkerson,Notary Public My Commission Expires: 2/28/2023 J r. i ASPEN Aspen American insurance Company 175 Capital Boulevard,Rocky Hill,Cr 06067 Surety Bond No. Bid Bond Principal: B&W Paving&Landscaping,LLC Obligee: Town of Southold POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS,THATAspett American Insurance Company,a corporation duly organized under the laws of the State of Texas,and having its principal offices in Rocky Hill,Connecticut,(hereinaller the"Company")does hereby make,constitute and appoint: Jessica Piccirillo of Alliant Insurance Services,Inc. its true and lawful Attorney-in-Fact,with full power and authority hereby conferred to sign,execute and acknowledge on behalf of the Company,at any place within the United States,the following instrument(s) by his/her sole signature and act:any and all bonds,mcognizanccs,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking and any and all consents incident thereto,and to bind the Company thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Company.All acts of said Attomey-in-Fact done pursuant to the authority herein given are hereby ratified and confirmed. This appointment is made under and by authority of the following Resolutions of the Board of Directors of said Company effective on April 7,2011,which !resolutions are now in full force and effect, VOTED:All Executive Ol&ees oftheCompaay(ineludingthePmsident;anyIbwwtiv%SeniororAssistant Vice President,any VicePtesident,any Treasurer,Assistant Treasurer,orSecretaryorAss Scaretary)mayappointAttomeys-in-FacttoactfarandonliftfoftbeCompanytnsigawiththeOurippy'snameandsea[withthe Company's seal,bonds,recogibmices,and other writings obligatory in the nature ofa band,recogni artce,or conditional undertaking,and any ofsaid Executive Officers at any time may remove any such appnir¢ee and revoke the power given him or her. VOTED:The foregoutgauthority forcertainelmnes ofofficers ofthe CompanytuappointAtkmzT-in-FactbyvidueofaPmverofAttomeyti)sign andseal bonds, recrngoirauces, and other writings obligatory in the nature ofa bond,recognir�"or conditional undertaking,as well as to revoke any such Power ofAttamey,ishemby granted gmilically to the following individual otGcersofAspen Specialty Insurance ManagemeaK hrc.: Michael Toppi,Executiv*Vioe President,Scott Sadowsky,Senior Vice President, Mathew Raino,Vice President,Revin Gillen,Senior Vice President and Ryan Field,Vice President, This Power of Attorney may be signed and sealed by facsimtle(mechanical or printed)under and by authority of the following Resolution voted by the Boards of Directors of Aspen American Insurance Company,which Resolution is now in full force and effect: VOTED:That the signature of any of the Officers identified by title or specifically named above may be affixed by facsimile to any Power of Attorney for purposes only of executirgand attesting bonds and undertakings and other writings obligatory in the nature thereog and any and all consents incident thereto,and any such Pamr ofAtiomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company.Any such power so execaned and certified by such facsimile signature and/or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking so executed. IN WITNESS WHEREOF,Aspen American Insurance Company has caused this instrument to,be signed and its corporate seal to be hereto affixed this 24th day of June,2016. Aspen Am an insygnce Company STATE OF CONNECTICUT SS. ROCKY HILL COUNTY OF HARTFORD, K in Gillen,Senior Vice President On this 24a1 day of June,2016 before me personally came Kevin Gillen to me knova who being by me duly sworn,did depose and say;that he/she is Senior Vice President,ofAspen American Insurance Company,the Company described in End which executed the above instrument;that he/she knows the seal ofsaid corporation:that the seal affixed to the said insmunentissuch corporate seal,,and that be(sheexecuted thesaideoh[mreotoniehiilfoftheCompany by authority of his/her office tinder the above Resolutions thereof. oA otary Public My commission expires:May 31,2021 CERTIFICATE I,the undersigned,Kevin Men of Aspen American Insurance Company,a stock corporation ofthc State ofTcxas;do haft certifythatthe foregoing Poaerbf Attorney remains in full farce and has not been revoked:and furthermore,thatthe Resolutions ofthe Boards of Directors,as set forth above,are now and remain in full force and effect Given under-my hand and seal of said Company,in Rocky Bill,Connecticut,this 29th day of May , 2020 nw" r } C00 �� f�rs� By: Nam `° Name:Kevin Gillen,Senior Vice President " *For verification of the authenticity of the Power of Attorney you may call(860)760-7728 or email:Patricia.Taber@aspen-insurnnce-com Aspen Afnerican Insurance Cotnpanq STATUTORY STATEMENT OF FINANCIAL CONDITION December 31,2019 Assets Bonds $ 457,121,334 Common stocks 183,092,685 Cash and short term investments 138,712,770 Other Invested'assets 41,677,152 Premiums_In course of collection 132,$34,153 Amounts recoverable from reinsurers 58,987,053 Other assets 5,705,764 Total Assets $ 1,017,830,851 I Lfab Ilties Reseryefor lossesand adjustment expenses $ ,244,423,610 Commissions payable,-contingent commissions and other similar charges 2,946,564 Unearned premiunis� 168,488,803 Ceded reinsurance premiums payable 59,266,471- Amounts withheld or retained by coinpanyfor account of othePs 41,197,182 Payable to parent,subsidiaries and affiliates 9,851,008 Retroactive Reinsurance (60,581,404) Reserve for taxes,expenses and other liabilities 49;860;832 Total Ltabilltl'es 57.5,453,066 Surplus as regards policyholders 502,377 785 Total Surplus and Uabilitles $, 1,017,830,851 Me, - Tre surer&CFO State of Connecticut County of Hartford Kenneth Gerald Cadematorl,Treasurer and CFO being duly sworn,of Aspen American Insurance Company,Texas;and that the foregoing is a true and correct statement of financlal condition of said company,as of December 31,2019-This, unaudited financial statement is in agreement with-Aspen American Insurance Company's December 31,2019 filings to the NAIL and to the State of Texas. ,,� � Subscribed and sworn to before me,this Lqd y of February 2020. Notary Public ' KIM D.SLIVA N6TARYPU9,LTC , MY,OOMMISSIONEXPIRES JUNE 00,2021 PROPOSAL FOR CONSTRUCTION OF THE AIRPORT ENTRANCE ROAD REIIABILI`fl'ATION AT ELIZABETH I+IELD AIRPORT FISHERS ISLAND TOWN OF SOUTH[OLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done•, that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids;that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement, located in the front of these Contract Documents, contains the location and a description of the proposed construction,as well as indicates the place, date, and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation; compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item, being briefly stated, implies,although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent(5%) of this bid in accordance with,the subsection titled BED GUARANTEE of Section 20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. 2018 PROPOSAL-1 ELIZABETH FIELD AIRPORT-FISHERS ISLAND AIRPORT ENTRANCE ROAD IMPROVEMENTS ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS- PRICE TOTAL 8 P-605, JOINT SEALING 900 LF 7,200.00 9 D-751 DRAINAGE STRUCTURES TO BE.CLFANED 5 EACH 6,000.00 90 D-751 CONCRETE GUTTERS TO BE CLEANED gip Li✓:s:,� - 9,720.00 11 F-162 24-FOOT DOUBLE SWING GATE 1 EACH 7,400.00 i TOTAL CONTRACT 259,626.00 PROPOSAL-3 Elizabeth Field Airport Airport Entrance Road Rehabilitation The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the;Contract Documents. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with-the Town of Southold/Fishers Island Ferry District (Owner), 'to furnish all necessary materials, equipment, machinery,, tools, apparatus, means df transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no inoney will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: °zoic PROPOSAL-4 Elizabeth Field Airport. Airport Entrance Road Rehabiliwion LLC BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: James Wray,Member (Printed Name) (Signature) COMPANY NAME:_B&W Paving&Landscaping LLC ADDRESS: 70 Foster Road,Waterford CT 06385 PHONE NO: 860-572-9942 DATE: 6/3/2020 PARTNER'S PARTNER'S Nom; James Wray - �_ NAME- BUSINESS BUSINESS ADDIMSS. 70 Foster Road ADDRESS, Waterford CT 06385 PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-5 Elizabeth Field Airport Airport Entrance Road Rehabilitafion BIDDER,YF A CORPORATION: BY: (Printed Name&Title) (Signature) CORPORATION NAME: ADDRESS: (SEAL) STA'T'E OF CORPORATION CHARTER: PHONE NO: DATE: PRESIDENT'S NAME: BUSINESS ADDRESS: SECRETARY'S TREASURER'S NAMEE• NAME BUSINESS BUSINESS ADDRESS: ADDRESS: 201,E PROPOSAL-6 Elizabeth Field Airport Airport Entrance Road Rehabilitation ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. 'Non-Collusive Bidding Certificate /Resolution for Corporate Bidders ,Auy American Certification Certificons: acertification ofNon-Segregated Facilities /bebarmeni&Suspension Certification /Lobbying and Inluencing Federal Employees ,certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - 4rade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause m Described in Section 70-21 /Certification for Receipt of Addenda /Statement of Surety's Intent -franian Energy Sector Divestment Statement •/ertification of Compliance with the Iran Divestment Act -'Disadvantaged Business Enterprise(DBE)and Small Business Element(SBE)Statement "Bidder's List Collection Form.(Bidder's Information) Bidder's List Collection Form(Subcontractervs Information) /Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-7 Elizabeth Field Airport Airport Entrance Road Rehabilitation NO-N COLLUSIVIE BIDDING CERTMCATE The Signer of this Bid declares: A. That he/she has carefully exapiined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of1he General,Municipal Law, 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 ofperjury,that to the best of knowledge-and belief: I. The prices in this Bid have been arrived'at independently without collusion, consultation, communication or agreement,for the purpose of restricting competition,as to any matter relating to such prices with-any other Bidder or with any competitor; 2. Unless otherwise required-by-law,the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening,directly or indirectly,to any other Bidder or to any competitor, and. 3. No attempt has been made or will be made by the Bidder to induce any other person,partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: B&W Paving&Landscaping LLC if Principal is Corporation BY: James Wra TITLE: Member CT STATE OF NEW YORK) SS: Waterford COUNTY OF N.L. � On the 3 day of Tune .2020. .,before me personally came_ James Wray _ to me known,who,being by me duly sworn,did swear and affirm that he/she resides at 83 Burdick Lane, Griswold CT • that he/she is the Member of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder, that lie/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made iii the foregoing Non-Collusive Certifica ' is true. D 1 NOT PUBLIC MY COMMISSION EXPIRES: r• -: ELIZABETH P MUCHA Notary Public,State of Connecticut . ,., Expires May 31,2022 (This-form must be completed and submitted with t e Pyr 2018 PROPOSAL-8 Elizabeth Field Airport Airport Entrance Road Rehabilitation RESOLUTION FOR CORPORATE BIDDERS N/A RESOLVED,that be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following-project: Airport Entrance Road Rehabilitation and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation,and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of,24 (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-9 Elizabeth Field Airport Airport Entrance Road Rehabilitation BUY AMERICAN CERTIFICATION The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article,Material Or Supply in Federal Acquisition Regulation subpart 25.108;or is included_. in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must complete and submit the Buy America certification included herein with their bid or offer. The Owner will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance. CERTIFICATE OF BUY AMERICAN COMPLIANCE FOR TOTAL FACIELITY As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC §50101 by selecting one of the following certification statements. These statements"are mutually exclusive. Bidder must select one or-the other(i:e. not both)by inserting a check-mark(V')or the letter"X'. Bidder or offeror hereby certifies that it will comply with 49 USC. 50101 by: a) Only installing steel and manufactured products produced in the United States; or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing;or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting-this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products. 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge thatthe FAA determines justified. ❑ The bidder or offeror hereby certifies it cannot comply with the 100%Buy American Preferences of 49 USC § 50101(a) but"may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement,the.apparent bidder or offeror with the apparent low bid agrees: 1. To submit to the Owner within 15 calendar days of the bid opening, a formal"waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above"the approved US domestic content percentage as approved by the FAA. 4. To fiurnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request rifler establishment"of the contract, unless extenuating circumstances emerge that the FAA determines justiiied, 2019 PROPOSAI,-10' Elizabeth Field Airport Airport Entrance Road Rehabilitation Required Documentation Tyre 3 Waiver-The cost of components and subcomponents produced in.the United States is more than 600/a of the cost of all components and subcomponents of the"facility".The required documentation for a Type 3 'Waiver is: a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes products-listed on the FAA Nationwide Buy American Waivers Issued Iisting-and- products excluded by Federal Acquisition Regulation Subpart 25.108;products of ufflmbwn origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents,excluding labor costs,associated with final assembly and installation at project location, c) Percentage of non-domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver---Total cost of project using US domestic source-product exceeds the total project cost using non-domestic product by 25%.The required documentation for a Type 4 Waiver is: a) Detailed costinformation for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC §47126,this certification concerns a matter within the jurisdiction ofthe, Federal Aviation Administration and the making of a false,fictitious or fraudulent certification may render the maker subject to prosecution under Title.18,United States Code. 6/3/2020 Date Signature B&W Paving&Landscaping LLC Member Company Name Title (Buy American form(s)must be completed and submitted with the FroposaL) 2019 PROPOSAL-11 Elizabeth Field Airport Airport Entrance-Road Rehabilitation CERTIFICATIONS ` BIDDER'S NAME: B&W Paving&Landscaping LLC ADDRESS: 70 Foster Road,Waterford CT 06385 TELEPHONE NO.: 860-572-9942 FAX NO, 860-536-5833 IRS EMPLOYER IDENTIFICATION NUMBER: 06-1466584 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause,. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding ofthe following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause, 3. The penalty for making false statements.in offers is prescribed in 18,U.S.C. § 1001_ Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C.§-1001,- CERTIFICATION OF NON-SEGREGATED)FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees, any segregated facilities at any of his establishments and that:she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees-that a breach of this certification is a violation,of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work area's, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas, parking.lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-12 Elizabeth Field Aitport Airport Entrance Road rehabilitation housing facilities provided for employees which are- segregated by explicit directives. or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she at he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF DOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction'; must verify each lower tier participant of a"covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project, The successful bidder will accomplish this by: L Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement,similar to the-Certificate Regarding Debarmentand Suspension (Bidder or Offero"r),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant£ailed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies,including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or'proposal, to the best of his or her knoWledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of'Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making ofany Federal grant, the making of any Federal loan,the entering into of any cooperative agreement, and the extension,continuation,-renewal,amendment,or modification of any Federal contract,grant,loan, or cooperative agreement. (2) rf any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in 2019 PROPOSAL-13 Elizabeth Field Airport Airport Entrance Road RehabilM.on connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. (3) The undersigned shall require that the language of this certification;be included in the award documents for all sub-awards at all tiers(including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a.material representation of fact upon which reliance was placed whenthis transaction was made or entered into. Submission ofthis certification is a prerequisite for making or.entering into this- transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less•than$10,000 and not more than$1.00,000 for-each- such oreachsuch failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTION'S The Contractor must complete the following two certification statements.The Contractor must indicate its current status as it relates to tax delinquency and felogy conviction by inserting a cheekrnark or"X"in the space following the applicable res bn nse. The Contractor agrees that, if awarded a contract resulting from this solicitation,it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is(`)is not C.LXJ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor represents that,it is(__)is not(X )a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the-Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's $DO to facilitate completion of the required considerations before award decisions are made, Term Definitions Felony conviction:Felony conviction means n conviction within the preceding twenty four(24)months of a felony criminal violation under any Federal law and includes conviction of an offense defined in.a section of the 1U.8, code that specifically•classffies the offense as a felony and conviction of an offense that is- -classified.-as a felony-under IS U.S.C. §3559. 2018 PROPOSAL-14 Elizabeth Field Airport Airport Entrance Road Rehabilitation Tax Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicial'and administrative remedies have been exhausted, or have Lapsed, and that isnot being paid in a timely manner pursuant to an agreement with the authority responsible far collecting the tax liability. TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract,the.Offeror a, is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the Office of the United States Trade Representative(U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen'or national of a foreign country included on the list of countries that discriminate against U.S.firms as published by the U.S.TA; and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that discriminate against U.S.firms published by the U.S.T.R. This certification concerns a matter within,the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18,`United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by.-reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation-in accordance with 49 'GFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S.firms published by-the U.S.T.R or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R,list or r (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,,the certification required by this provision. The knowledge and information of contractor is notrequired to exceed that which is normally possessed by a prudent person in the ordidary course of business dealings. 2018 PROPOSAL-15 Elizabeth Field Airport Airport Entrance Road Rehabilitation. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate"this provision for certification without modification in in all lower tier-subcontracts. The contractor may rely on the.certification of a prospective subcontractor that itis not a firm.from a Foreign country included on the list of countrie$that discriminate against U.S. firms as published by U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when mating an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration may direct through.the Owner cancellation of the contract or subcontract for default at no cost to thea Owner or the FAA. Printed Name&Title: lames Wray,Member Signature: -� Date, 6/3/2020 (These certifications must be completed and submitted With thePropasal) 2018 PROPOSAL-16 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER'S STATE,MENT OF'PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SECTION'7a 21 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has X has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has X has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports -signed by proposed subcontractors will be obtained prior to award'of subcontracts. If the'Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements,the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: B&W Paving&Landscaping LLC (Firm or Corporation Making Bid) James Wray,Member (Sign re o Authorized Person) P.O. Address: 70 Foster Road,Waterford CT 06385 Dated: 6/3/2020 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-17 Elizabeth Field Airport Airport Entrance Road Rehabilitation STATEMENT OF SURETY'S"INTENT TO: Town of Southold We have reviewed-the bid of (Contractor) Of (Address) for the Airport Entrance Road Rehabilitation project for which bids will be received on: _ (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded Whim, it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not-execute the requisite bonds. We are duly authorized to do business in the State of New York. ATTEST: Surety's Authorized Signatures) (Corporate seal,if any.If no seal,write"No Seal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACHPOWER OF ATTORNEY (This.form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to-this.page.) 2018 PROPOSAL-18 1 ' i Elizabeth Field Airport Airport Entrance Road Rehabilitation IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is,in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment",in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or products used to construct or-maintain.pipelines used to'transport oil or liquefied natural gas for the energy sector oflran; or (b) Acted as a financial institution and extended $20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the New York State Finance Law as- a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General'Municipal Law. 3. Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal in response to this Request forBids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) `By submission of this bid, each bidder and each person signing on behalf of any_ bidder certifies,and in the case of a joint bid,each party thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder-is not on the list created pursuant to NYS Finance Law Section 165-a (3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision (a) above, the Bidder/Proposer shall so state and shall furnish with the bid x signed;statement setting forth in detail the reasons therefore. The Owner reserves its rights, in accordance with General Municipal Law Section 103-g to award the Bid./Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted,publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging.in any new investments in Iran;or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. -5." Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act"form with your proposal. 2019 PROPOSAL-19 Elizabeth Field Airport. Airport:Entrance Road Rehabilitation CERTIFICATION OF COAWLIANCE WITH THE IRAN DIVESTMENT ACT As a result-of the Iran Divestment Act of 201.2(the"Act"), Chapter I of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g, both effective April 12;2012. Under the Act the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran" (both are defined terms in the law)(the "Prohibited Entities List"). Pursuant to*SFL,§ 165-a(3)(b),"the initial Iist-is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response-to-this solicitation or by assuming the responsibility of Contract awarded- heret►nder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies,under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and-any-subcontractor or-assignee is not identified on the Prohibited Entitieg List created pursuant to SFL§ 165-a(3)(b-). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed,extended or assigned that it is not includes on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond, If the person or entity fails to demonstrate that he/she/it has ceased engagement in the-investment which is in violation of the Act wnhiii 90 days after the determination of such violation,then the Owner shall take such action-as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,-recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to refect any bid or request for assignmentfor a Bidder/Contractor-that appears, on the Prohibited Entities List prior to the award df a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. 1,_ James Wray _ , being duly sworn,deposes and says that he/she is the ----M-eraber of the B&W Paving&Landscaping LLC Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SIGNED SWORN to before me this 3 day of June 20 20 Notary Public: / s form mast>te cottn leted and submitted with the Proposal.) ELIZABETH P MUCHA Notary Public,State of Connecticut MY CommWion ExEirou May 31,2822 2018 PROPOSAL-20 Elizabeth Field Airport Airport Entrance Road Rehabilitation DISADVANTAGED BUSINESS ENTERPRISE(DISE) STATEMENT The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All funis qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. An overall DI3E goal of 2.63 percent will be utilized for this contract.The bidder shall make good faith efforts, as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Section 70-21.13. As a matter of responsibility,within 5 days after the opening of bids,all Bidders or Offerors shall submit the"Contractor's DBE Plan",and"DBE Letter of Intent Forms"from each of the DBE funis the Bidder or Offeror intends to use.If the DBE goal is not met, Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located in Section 200.The website for the Unified Certification Program directory in the state of New York is: http://www.nysitep.net/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): X The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The Bidder or Offeror, is unable to meet the DBE utilization goal stated above.However, we are committed to a minimum of % DBE utilization on this contract, and include documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. r IRS Number: 06-1466584 James Wray,Member Si ature and Title 2018 PROPOSAL-21 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER'S LIST COLLECTION FORM (Bidder's Information) The sponsor is required by CFR Title 49, Subtitle A, Part 26, Subpart A, Section 26.11 to collect the following information from the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project. The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-023-2018 Project Name: Airport Entrance Road Rehabilitation Bidder's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts B&W Paving& 70'Foster Road ElLess than 1 year 0 Less than$500K Landscaping Waterford CT 06385 ❑ 1-3 years ❑ $500K-$1M LLC 860-572-9942 ❑ DBE ❑ 4-7 years ❑ $1-$2M Non-DBE ❑ 8-10 years ❑ $2-$5M CX More than 10 yrs. } More than$5M (This form must be completed and submitted with the ProposaI.) 2018 PROPOSAL-22 Elizabeth Field Airport Airport Entrance Road Rehabilitation BIDDER'S LIST COLLECTION FORM (Subcontractor's Information) The sponsor is required by CFR Title 49,.Subtitle AA, Part 26, Subpart A, Section 26.11 to collect the following information from each subcontractor submitting a quote,bid or proposal to the bidder.As such, it is the responsibility of the bidder to complete the following information as a condition of submitting_ a proposal for this project.The sponsor will consider incomplete information to be an irregular proposal. Please note that the information requested below must be filled out for each quote received by the bidder, regardless"of DBE status. For example, if the bidder requests quotes from three contractors for electrical work, the information requested_below must filled out for the three subcontractors.It is important to note that providing the information does.not commit the bidder to using any one of the three subcontractors Mt the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-023-2018 Project Name: Airport Entrance Road Rehabilitation Subcontractor's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts 790 Grundy Ave ❑ Less than 1 year ❑ Less than$500K Holbrook Plastic Pipe Supply Holbrook NY 11741 X DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $2-$5M K More than 10 yrs. fK More than$5M ❑ Less than 1 year ❑ Less than$500K 11 DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE El 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than,$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ .4-7 years ❑ $142NI ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M 2018 PROPOSAL-23 Elizabeth Field Airport Airport Entrance Road Rehabilitation Firm Street Address, DBE/Non Annual Gross Finn Name City,State,Zip'Code, DBE Age of Firm Receipts Phone No: Status ❑ Less than 1 year Q Less than$500K n DBE D 1-3 years 0 $500K-$1M Nan-DBE C] 4-7 years I1 $1$2M ❑ 8-10 years B $2-$5M 0 More than 10,yrs. "D More than$5M LS Less than 1 year 0 Less than$500K DBE ❑ 1-3 years ❑ SSOOK-$1M "i Non-DBE 4-7 years Of $I-$2M D 840 years 0 $245M DD More than 10 yrs. '! More than$SM Less than 1 year ❑ Less than$500K ICI ME ❑ 1-3 years ?1 $500K-$1 M EI Non-DBE G 4-7 years i=; $1-$2M ❑ 8-10 years 11 $2-$5M D More than 10 yrs. 0 More than$5M 7 Less than 1 year' 0 Less than$500K DEE D 1-3 years G $50OK-$1M L Nan-DBE U 4-7 years ::? $I-$2M 0 8-10 years $245M 3 More than 10 yrs. i 1 More than$5M (Copy this form and submit with your original proposal if more space is needed.) (This form mast be completed and submitted with the Proposal.) 2018 PROPOSAL-24 Elizabeth Field Airport Airport Entrance Road Rehabilitation SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Southold NY r Project dame: Elizabeth Airport r Contractor's Official Name: B&W Paving&Landscaping LLC Contact Person: James Wray Telephone: 860-572-9942 Street Address: 70 Foster Road City: Waterford State: -CT Zip: 06385 Certification Statement- I certify thatl have reviewed the General and Construction safety and Phasing Plan(CSPP)included in the Contract Drawings section of the Contract Documents-and if awarded this Contract, I will abide by its requirements as presented in the Contract Drawings. I certify.that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract,I will abide by its"requirements.as written; I certify that I will provide the information required in the SPCD prior to the start of construction worl,if awarded this Contract, and that Twill provide any additional information requested by the Owner. James Wray Printed Name of Signer Signature Member 6/3/2020 Title Date END OF PROPOSAL 2018 PROPOSAL 25 B&W Paving i�-a"'d :aping, LLC 70 Foster Road Waterford, CT 06385 RECEIVED , JUN 4 2020 Southold Town Clerk 1 .1 13,x; ,� �� � �io� Prvjec, To. �3a95- �2cuf-� aloy Sujl-�Old &n GIe/ts � c�.r