Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
FI Elizabeth Field Airport
®�";oaf Fat 4,� DENIS NONCARROW �� ®��� Town Hall,53095 Main Road TOWN CLERK ® _ P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER ®� �® Telephone oldt 7nny.gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 26, 2024 James Wray B & W Paving &Landscaping, LLC 305 Butlertown Road Oakdale, CT 06370 Dear Mr. Wray: Congratulations. At the regular Town Board meeting held on July 5, 2023,the Town Board accepted the bid of B & W Paving & Landscaping, LLC on behalf of the Fishers Island Ferry District for RW 12-30 Rehab—Phase I project for Elizabeth Field Airport. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, CX \X� Lynda M Rudder Deputy Town Clerk Ens. ®�'CooafHit A�® DENIS NONCARROW �� �� Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® 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 June 26, 2024 Earl W. Tucker, III Empire Paving Inc 30 Burnhard Road North Haven, CT 06473 Dear Mr. Tucker: At the regular Town Board meeting held on July 5, 2023,the Town Board accepted the bid of B & W Paving & Landscaping, LLC on behalf of the Fishers Island Ferry District for RW 12-30 Rehab—Phase I project for Elizabeth Field Airport. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. 5UFF0(M� RESOLUTION 2023-604 ADOPTED DOC ID: 19300 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2023-604 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DULY 5, 2023: RESOLVED that the Town Board of the Town of Southold hereby ratifies and approves the resolutions of the Fishers Island Ferry District Board of Commissioners dated June 26, 2023 meeting, as follows: FIFD Resolution# Regarding 2023 - 104 Airport Improvement Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Sarah E. Nappa, Councilwoman SECONDER:Jill Doherty, Councilwoman AYES: Nappa, Doroski, Mealy, Doherty, Evans, Russell FISHERS ISLAND FERRY DISTRICT June 26,2023 Airport Improvement RESOLUTION 2023-104 Whereas the 2023 Airport Capital Improvement Program ("ACIP") has been approved; and Whereas the Ferry District has been requested by the Federal Aviation Administration ("FAA") to move a Recommendation of Award package to progress the RW 12-30 Rehab—Phase 1 grant application for Elizabeth Field Airport. Additionally, the FAA has requested a request for FAA concurrence to award. WHEREAS the Town of Southold received a bid for the project on May 9, 2023 from B&W Paving & Landscaping, LLC in the amount of$1,305,670; and WHEREAS the bid was reviewed for conformity by C&S Engineers, Inc. and found to be acceptable, and a Recommendation of Award was made; and WHEREAS C&S Engineers, Inc. has submitted a Construction Oversight Services fee proposal in the amount of$190,600, which was reviewed and found to be-reasonable based upon a third party review ; and WHEREAS in order to solicit for federal AIP funding for the construction and associated construction oversight services, a formal FAA grant application is required; and THEREFORE it is RESOLVED to approve submission of the formal FAA grant application for federal.funding to complete the RW 12-30 Rehab—Phase 1 (Construction) project in the amount of$1,499,030, which will be 90% funded by the FAA, 5% funded by NYSDOT, and 5% funded by Town of Southold/Ferry District; and Now, therefore be it RESOLVED that the BOC of the FIFD approves the Award of contract to B&W Paving & Landscaping, LLC, authorizes submission of the FY23 FAA grant application, and accepts the grant upon offer by FAA, subject to the review of the Town Attorney and District Counsel. Moved by: Commissioner Shillo Seconded by: Commissioner Reid Ayes: Ahrens, Burnham, Cashel, Reid and Shillo Nays: None B&W Paving & Landscaping, LLC 305 Butlertown Road Oakdale, CT 06370 RECEIVED i®i qb MAY - 9 2023 Southold Town Clerk i 1 (3 id &nj Z XZ4 J'c'� 0 &hab) hl�o - ob�z Y4 TO0 TC 0'f h� 5nrlh- pld IVY ) 1 ,971 7c`4i aIerlG - L Empire Paving, Inc. 30 Bernhard Road North Haven, CT 06473 Southold Town Clerk's Office 53095 Route 25 Southold, New York 11971 RECEIVED 5 `� �'`'� MAX -9 BID: Rehab. Runway 12-30— Phase 1 Project, Southold Town M* At Elizabeth Field Airport Fishers Island May 9, 2023 @ 2:00 P.M. PROPOSAL FOR CONSTRUCTION OF THE REHABILITATE RUNWAY 12-30—PHASE 1 PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,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 BID 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 REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-19] UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS CENTS DOLLARS CENTS 1 C-100 CONTRACTOR QUALITY CONTROL PROGRAM(CACP) 1 LS FOR Forty thousand dollars zero cents 40,000.00 40,000.00 PER LS $ $ 2 C-105 MOBILIZATION(8%MAX.) 1 LS FOR Eighty thousand dollars zero cents 80,000.00 80,000.00 PER LS $ $ 3 C-106 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS One hundred thousand dollars zero cents FOR 100,000.00 100,000.00 PER LS $ $ 4 P-101 JOINT AND CRACK FILLING REPAIR 1,000 LF FOR Ten dollars zero cents PER LF $ 10.00 $ 10,000.00 PROPOSAL-2 1 ELIZABETH FIELD AIRPORT ri REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-191 UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS ICENTS DOLLARS ICENTS 5 P-101 FULL DEPTH JOINT AND CRACK REPAIR 1,000 SF FOR Thirty three dollars zero cents 33.00 33,000.00 PER SF $ $ 6 P-101 PROFILE MILLING 12,000 SY FOR Nine dollars zero cents PER SY $ 9.00 $ 108,000.00 7 P-401 ASPHALT SURFACE COURSE,GRADATION 2 2,050 TON Three hundred dollars zero cents FOR 300.00 615,000.00 PER TON $ $ 8 P-603 EMULSIFIED ASPHALT TACK COAT 600 GAL FOR Twelve dollars zero cents 12.00 7,200.00 PER GAL $ $ PROPOSAL-3 ELIZABETH FIELD AIRPORT REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-191 UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS CENTS DOLLARS CENTS 9 P-605 JOINT SEALING FILLER 2,210 LF FOR Seven dollars zero cents PER LF $ 7.00 $ 15,470.00 10 P-620 SURFACE PREPARATION 1 LS One hundred forty thousand dollars zero cents FOR PER LS $ 140,000.00 $ 140,000.00 11 P-620 MARKING 8,600 SF Ten dollars zero cents FOR PER SF $ 10.00 $ 86,000.00 12 P-620 REFLECTIVE MEDIA 1 LS FOR Fifteen thousand dollars zero cents PER LS $ 15,000.00 $ 15,000.00 PROPOSAL-4 ELIZABETH FIELD AIRPORT , REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-191 UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS ICENTS DOLLARS ICENTS 13 P-620 TEMPORARY RUNWAY AND TAXIWAY MARKING 5,600 SF FOR Ten dollars zero cents PER SF $ 10.00 $ 56,000.00 TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES TOTAL One million three hundred five thousand six hundred seventy dollars zero cents DOLLARS CENTS CONTRACT 1,305,670 00 PROPOSAL-5 " i Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 of 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 money 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: 2018 PROPOSAL-6 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): James Wray,Member BY: (Printed Name) (Signature) COMPANY NAME: B&W Paving&Landscaping LLC ADDRESS: 305 Butlertown Road Oakdale,CT 06370 860-572-9942 PHONE NO: DATE: 5/2/23 PARTNER'S PARTNER'S NAME: James Wray,Member NAME: BUSINESS BUSINESS ADDRESS: 305 Butlertown Road,Oakdale,CT 06370 ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-7 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER,IF A CORPORATION: BY: (Printed Name&Title) (Signature) CORPORATION NAME: ADDRESS: (SEAL) STATE OF CORPORATION CHARTER: PHONE NO: DATE: PRESIDENT'S NAME: BUSINESS ADDRESS: SECRETARY'S TREASURER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-8 ` l Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification - Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions, Section SP 70-23, subsection A-12 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification 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(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-9 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 NON-COLLUSIVE BIDDING CERTIFICATE - The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the 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 of perjury,that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 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 Wray TITLE: Member Connecticut STATE OF NXWxXQcA SS: Oakdale COUNTY OF New London ) On the 9 day of May ,2023 ,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 06351 Member that he/she is the of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certificatian is true. P VL NOTARY PUBLIC MY COMMISSION EXPIRES: PIotary Public,State of Connecticut (This form must be completed and submitted,WJtfi,'f1W*JgA%at*May 31,2027 2018 PROPOSAL-10 1 1 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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: Rehabilitate Runway 12-30—Phase 1 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_,20_. (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-11 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005"Made in America Laws"means all statutes, regulations,rules, and Executive Orders relating to federal financial assistance awards or federal procurement, including those that refer to"Buy America"or`Buy American,"that require,or provide a preference for,the purchase or acquisition of goods,products,or materials produced in the United States, including iron,steel, and manufactured products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron, 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. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber;or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS 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,BABA and other related Made in America Laws,U.S. statutes,guidance,and FAA policies,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 checkmark(✓)or the letter «X„ ® Bidder or offeror hereby certifies that it will comply with 49 USC § 50101,BABA and other related U.S. statutes,guidance, and policies of the FAA by: a) Only installing iron, steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material,or supply—other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone,sand,or gravel;or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride,composite building materials, and polymers used in fiber optic cables); glass(including optic glass); lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or 2018 PROPOSAL-12 •1 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 d) 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: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S. domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for 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: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder, a formal waiver request and required documentation that supports the type of waiver being requested. b) 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. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research,consideration where appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-13 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) 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(Unreasonable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction of the 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. 5/9/23 James Wray f Date Signature B&W Paving&Landscaping LLC Member Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-14 t Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CERTIFICATIONS BIDDER'S NAME: B&W Paving&Landscaping LLC ADDRESS: 305 Butlertown Rd,Oakdale,CT 06370 TELEPHONE NO.: 860-572-9942 FAX NO. 860-536-5833 06-1466584 IRS EMPLOYER IDENTIFICATION NUMBER: 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 of the 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 areas, 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-15 .t , Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 or 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 LOWER 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: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),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 failed 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 of any 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) If 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 2018 PROPOSAL-16 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 when this transaction was made or entered into. Submission of this 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$100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements.The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe he applicable response. 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(XJ 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 SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a 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 U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-17 _t Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 is not being paid in a timely manner pursuant to an agreement with the authority responsible for 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— 1) 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(USTR); 2) 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 USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. 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 USC § 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 CFR§ 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 USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list;or 3) who incorporates in the public works project any product of a foreign country on such USTR 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 a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on 2018 PROPOSAL-18 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: James Wray,Member Signature: A� Date: 5/9/23 (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-19 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 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.: 1 DATED: 4/28/23 ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: B&W Paving&Landscaping LLC (Firm or Corporation Making Bid) (Signature of Authorized Person) P.O.Address: 305 Butlertown Road,Oakdale,CT 06370 Dated: 5/9/23 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-20 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 of Iran; 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 for Bids/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 a 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. 2018 PROPOSAL-22 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 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 list 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 a Contract awarded hereunder,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 Entities 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 included 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 within 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 reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of 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. James Wray 1, ,being duly sworn, deposes and says that he/she is the Member of the B&W Paving&Landscaping LLC Empondibm and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SIGNED SWORN to before me this 9 day of May 2023 Notary Public: Elizabeth p Mucha Notary f itbllc,State of Connecticut u roils n y�xpiress may 31,2027 (This form must be completed and s biffi& � e 2018 PROPOSAL-23 _t Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 DISADVANTAGED BUSINESS ENTERPRISE(DBE)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 firms 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 DBE goal of 6.3 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 Special Provisions to the General Provisions, Section SP 70-23, subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms"from each of the DBE firms the Bidder or Offeror intends to use. If the contract 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: https://nysucp.newnycontracts.com/. 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): The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. x The Bidder or Offeror, is unable to meet the DBE utilization goal stated above. However, we are committed to a minimum of 0 %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. IRS Number: Signatur and Title 2018 PROPOSAL-24 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase I 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& 305 Butlertown Road Less than 1 year Less than$500K Landscaping LLC Oakdale,CT 06370 1-3 years $500K-$1M 860-572-9942 DBE 4-7 years $1-$2M x Non-DBE 8-10 years $2-$5M X More than 10 yrs. x More than$5M (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-25 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER'S LIST COLLECTION FORM (Subcontractor'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 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 in the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase 1 Subcontractor's Information Firm Street Address, DBE/Non Annual Gross Firm Name City,State,Zip Code, DBE Age of Firm Phone No. Status Receipts None at this time Less than 1 year Less than$500K DBE 1-3 years $500K-$1M Non-DBE 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 $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 $1-$2M 8-10 years $2-$5M More than 10 yrs. More than$5M 2018 PROPOSAL-26 .e Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts Less than 1 year Less than$500K DBE 1-3 years $500K-$1M Non-DBE 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 $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 $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 $1-$2M 8-10 years $2-$5M More than 10 yrs. More than$5M (Copy this form and submit with your original proposal if more space is needed.) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport Project Name: Rehabilitate Runway 12-30—Phase 1 FAA AIP Project No: 3-36-0029-024-2019 Total Awarded Contract Amount: $ Name of Bidder's Firm: Street Address: City: State: Zip: Printed name of signer: Printed title of signer: DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ x 1.00= $ % DBE Suppliers * $ x 0.60= $ % DBE Brokers ** $ x 1.00= $ % DBE Manufacturers $ x 1.00= $ % Total Proposed DBE Participation*** $ % Established DBE Goal $ 6.3 % * Applicable only to regular dealers. ** Applicable only to the amount of fees or commissions charged for assistance in the procurement of material and supplies,or fees and transportation charges for delivery of material and supplies. *** If the total proposed DBE participation is less than the established DBE goal, bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Civil Rights Staff of the Federal Aviation Administration. By: (Signature of Bidder's representative) (Title) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-28 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Rehabilitate Runway 12-30—Phase 1 /Elizabeth Field Airport FAA AIP Project No: 3-36-0029-024-2019 Name of Bidder's Firm: Street Address: City: State: Zip: Name of DBE firm: Street Address: City: State: Zip: Contact Person: Telephone: Certifying Agency: Expiration Date: (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: ❑ Prime Contractor ❑ Subcontractor ❑ Broker ❑ Manufacturer ❑ Supplier Disadvantaged Group check one : Black American ❑ Hispanic American ❑ Native American ❑ Subcont.Asian American❑ Male ❑ Male ❑ Male ❑ Male ❑ Female ❑ Female ❑ Female ❑ Female ❑ Asian Pacific American ❑ Non-Minority ❑ Other(not of any group listed here) ❑ Male ❑ Male ❑ Male ❑ Female ❑ Female ❑ Female ❑ SUMMARY OF WORK ITEMS Work Item(s) Description of Work Item NAICS Estimated Quantity Total Value The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature of DBE firm's representative) (Title) By: (Signature of Bidders representative) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-29 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Fishers Island NY Project Name: Elizabeth Airport Runway 12-30 Rehabilitation Contractor's Official Name: B&W Paving&Landscaping LLC Contact Person: James Wray,Member Telephone: 860-572-9942 Street Address: 305 Butlertown Road City: Oakdale State: CT zip:06385 Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. 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 work, if awarded this Contract,and that I will provide any additional information requested by the Owner. James Wray Printed Name of Signer Signature Member 5/2/23 Title Date END OF PROPOSAL 2018 PROPOSAL-30 Runway 12-30 Rehabilitation—Ph 1 211.020 April 28,2023 ADDENDUM NO. 1 to the Contract Documents for the Construction of the Runway 12-30 Rehabilitation—Ph 1 Contract at ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD, NEW YORK FAA Al NO.: 3-36-0029-xxx-2023 TO ALL HOLDERS OF CONTRACT DOCUMENTS: Your attention is directed to the following interpretations of changes in and additions to the Contract Documents for Runway 12-30 Rehabilitation — Ph 1 Contract at the Elizabeth Field Airport, Fishers Island, New York. GENERAL: 1. The due date to receive proposals for the subject project has been extended to Tuesday, May 9, 2023 at 2:OOPM, local time. THERE IS NO CHANGE AT THIS TIME TO THE CONTRACT PLANS AND SPECIFICATIONS. END OF ADDENDUM C&S ENGINEERS, INC. _ Thomas J. Horth, P.E. Principal Engineer Page 1 of 1 .-i Quote request Audrey Lee <audrey@bandwpaving.com> Wed 4/26/2023 5:00 PM To:yravanan@gmail.com <yravanan@gmail.com>;yhlengineers@yahoo.com <yhlengineers@yahoo.com>;studio@xcengineering.com <studio@xcengineering.com>;admin@vrxglobal.com <admin@vrxglobal.com>;info@wallenengineering.com <info@wallenengineering.com>;joe@vaneng.com <joe@vaneng.com>;wwang@urbantechusa.com <wwang@urbantechusa.com>;sykimispc@aol.com <sykimispc@aol.com>;engineeringsyed@gmail.com <engineeringsyed@gmail.com>;smartecpc@gmaii.com <smartecpc@gmail.com>;asiddiqui@simcopc.com <asiddiqui@simcopc.com>;srodriguez@rodriguez-engineering.com <srodriguez@rodriguez- engineering.com>;jbradwell@rjglobalindustries.com <jbradwell@rjglobalindustries.com>;admin@promina- eng.com <admin@promina-eng.com>;paul@plengineering.net <paul@plengineering.net>;sgilbert@pinewoodseng.com <sgilbert@pinewoodseng.com>;mosterhout@ospaengineering.com <mosterhout@ospaengineering.com>;okgpe@hotmail.com <okgpe@hotmail.com>;info@newyorkgeomatics.com <info@newyorkgeomatics.com>;mfs@mfsengineers.com <mfs@mfsengineers.com> 2 attachments(8 MB) P-401 Spec.pdf;AIP 24-19_OB8 Runway 12-30 Rehab-Ph 1_Drawings_ApriI 2023.pdf; Good afternoon, We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing,finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote @ Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 .1 Quote Request Audrey Lee <audrey@bandwpaving.com> Wed 4/26/2023 5:20 PM To:jm@jma-engineering.com <jm@jma-engineering.com>;cezenwa@luengineers.com <cezenwa@luengineers.com>;edoleyres@jedengineering-pc.com <edoleyres@jedengineering- pc.com>;info@invisionengineers.com <info@invisionengineers.com>;johnson.esho@idsengineers.com <johnson.esho@idsengineers.com>;michelle.ryckman@insightcivil.com <michelle.ryckman@insightcivii.com>;info@hitech-eng.net <info@hitech- eng.net>;geri@ggoldmanengineering.com <geri@ggoldmanengineering.com>;lucianagardioli@giantsengineering.com <lucianagardioli@giantsengineering.com>;geomaticslspc@gmail.com <geomaticsispc@gmail.com>;marketing@gedeongrc.com <marketing@gedeongrc.com>;cgayron@gdbgeospatial.com <cgayron@gdbgeospatial.com>sjtran@gargengineering.com <jtran@gargengineering.com>;garry@gacoengineering.com <garry@gacoengineering.com>;rosanne@frandina.com <rosanne@frandina.com>;info@envirospeceng.com <info@envirospeceng.com>;rgm@ensignengineering.com <rgm@ensignengineering.com>;d- yap@dyconsultants.com <d-yap@dyconsultants.com>;rdiaz@dm-engineers.com <rdiaz@dm- engineers.com>;mwilliams@dimensiondevelopment.net <mwilliams@dimensiondevelopment.net> 0 2 attachments(8 MB) P-401 Spec.pdf;AIP 24-19_OB8 Runway 12-30 Rehab-Ph1_Drawings_April 2023.pdf; Good afternoon, We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing,finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 I Quote request Audrey Lee <audrey@bandwpaving.com> Wed 4/26/2023 525 PM To:catoservices@me.com <catoservices@me.com>;cleansoil6@icloud.com <cleansoil6@icioud.com>;elidaaguirre@aol.com <elidaaguirre@aol.com>;s.ulloallc@gmail.com <s.ulloallc@gmail.com>;gail@united-trucking.com <gaiI@united-trucking.com>;roger@aecconstruction.com <roger@aecconstruction.com>;actionwaste@yahoo.com <actionwaste@yahoo.com>;apollotruckinginc@gmail.com <apollotruckinginc@gmail.com>;bpariso@yahoo.com <bpariso@yahoo.com>;bstrongtrucking@gmail.com <bstrongtrucking@gmail.com>;bennettsasphalt@gmail.com <bennettsasphalt@gmail.com>;bcherisme@bitechpro.com <bcherisme@bltechpro.com>;boucasboy@yahoo.com <boucasboy@yahoo.com>;cfc50111212@aol.com <cfc50lll2l2@aol.com>;cnyurbanrenovationsllc@gmail.com <cnyurbanrenovationsllc@gmail.com>;delhentrucki ng@gmail.com <delhentrucking@gmail.com>;doubleatrucks@gmaii.com <doubieatrucks@gmail.com>;josedominguez1226@gmail.com <josedominguez1226@gmail.com>;ddavis8906@aol.com <ddavis8906@aol.com>;hnsenterprises@yahoo.com <hnsenterprises@yahoo.com> 2 attachments(8 MB) AIP 24-19_OB8 Runway 12-30 Rehab-Ph1-Drawings-April 2023.pdf, P-401 Spec.pdf; Good afternoon, We have an upcoming project in Fishers Island and are looking for some trucking that will need to be provided of the milling materials and the asphalt when we begin paving. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 Quote request Audrey Lee <audrey@bandwpaving.com> Wed 4/26/2023 5:29 PM To:sue@steele.la <sue@steele.la>;christine@scottlawnyard.com <christine@scottlawnyard.com>;sagonaltd@aol.com <sagonaltd@aol.com>;rb@rnbsrvc.com <rb@rnbsrvc.com>;pclhvt99@gmail.com <pclhvt99@gmail.com>;nrbylindaj@gmail.com <nrbylindaj@gmail.com>;mvendura@vendurala.com <mvendura@vendurala.com>;edmitche1134@gmail.com <edmitche1134@gmail.com>;berni@mapieridgeorganics.com <berni@mapleridgeorganics.com>;mmwallinger@landartstudiony.com <mmwallinger@landartstudiony.com>;khamhosmer@gmail.com <khamhosmer@gmail.com>;robin@ hudsonhillscontracting.com <robin@hudsonhillscontracting.com>;garylee416@gmail.com <garylee4l6@gmaiI.com>;leanue.mcmullen@aol.com <leanue.mcmulien@aol.com>;arus@bedfordlm.com <arus@bedfordlm.com>;cbehan@behanplanning.com <cbehan@behanplanning.com>;hello@beingheredesign.com <hello@beingheredesign.com>;basano11746@yahoo.com <basano11746@yahoo.com>;cbach3432@gmail.com <cbach3432@gmail.com>;niklainel@hotmail.com <niklainel @hotmail.com> 2 attachments(8 MB) P-401 Spec.pdf;AIP 24-190138 Runway 12-30 Rehab-Ph 1_Drawings_April 2023.pdf; Good afternoon, We have an upcoming project in Fishers Island and are looking for some landscaping to be done. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 t Betty Mucha From: Johann Velez <johannsvelez@gmail.com> Sent: Thursday,April 27, 2023 7:14 PM To: Audrey Lee Subject: Re: Quote Request Hello, Thank you but I will note be bidding. Johann On Wed,Apr 26, 2023 at 5:20 PM Audrey Lee<audrey@bandwpaving.com>wrote: Good afternoon, I We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing,finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. 4 PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q f Please let me know if you have any questions. 1 Thank you, r f f Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 i Betty Mucha From: James thorne <bstrongtrucking@gmail.com> Sent: Wednesday,April 26, 2023 7:52 PM To: Audrey Lee Cc: catoservices@me.com; cleansoil6@icloud.com; elidaaguirre@aol.com; s.ulloallc@gmail.com; gail@united-trucking.com; roger@aecconstruction.com; actionwaste@yahoo.com;apollotruckinginc@gmail.com; bpariso@yahoo.com; bennettsasphalt@gmail.com; bcherisme@bltechpro.com; boucasboy@yahoo.com; cfc501112l2@aol.com;cnyurbanrenovationsllc@gmail.com; delhentrucking@gmail.com; doubleatrucks@gmail.com;josedominguez1226 @gmail.com; ddavis8906@aol.com; hnsenterprises@yahoo.com; claudine@johnmartinez.net; kdiny@southstreetsupply.com; marroc2@aol.com; renee@mountainmansg.com;val@lcadevelopment.net;tichaulinginc@gmail.com; libertyalm@aol.com; mj@mjdreher.com Subject: Re: Quote request Thanks, but to far of a travel for my trucks ty On Wed,Apr 26, 2023, 5:25 PM Audrey Lee<audrey@bandwpaving.com>wrote: Good afternoon, We have an upcoming project in Fishers Island and are looking for some trucking that will need to be provided of the milling materials and the asphalt when we begin paving. If interested, please take a look at r the attached specs and plans and send me a quote. i PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q i Please let me know if you have any questions. I Thank you, I Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 i Betty Mucha From: Larry Torro <Itorro@civil-tec.com> Sent: Thursday,April 27, 2023 10:28 AM To: Audrey Lee Cc: Rachel Barese;William Shover Subject: RE: Quote Request Good morning Audrey, Thank you for the opportunity, but the project is currently out of our service area. Please keep us in mind for future projects. Larry Lawrence Torro, P.E. Civil Tec Engineering & Surveying PC. From: Rachel Barese<rbarese@civil-tec.com> Sent:Thursday,April 27, 2023 8:43 AM To:William Shover<wshover@civil-tec.com>; Larry Torro<Itorro@civil-tec.com> Subject: FW: Quote Request From:Audrey Lee<audrey,@bandwpaving.com> Sent:Wednesday,April 26, 2023 5:20 PM To:1m@lima-eng,ineering.corn; cezenwa@luengineers.com: edoleyres@iedengineering-pc.com: in'fo@invisionen> inee rs.co.m; !johnson.esho@idsengineers.com; michelle.rvckman@insightcivil.com; info@hitech- eng.net; peri@ggoldmanengineering.com; Iucianagardioli@giantsengineering.com; geomaticslspc@gmaii.com- marketingC@gedeongrc.com cgayron@gdbgeospatial.com; itran@gargengineering.com; garry@gacoengineering.com; rosanne@frandina.com;info@envirospeceng.com: rg_m@ensignengineering.com; d-vap@dvconsultants.com; rdiaz@dm-engineers.com; mwilliams@dimensiondevelopment.net; kmdpls@gmail.com; dackCa@dackconsulting.com; info@csmengineering.com; mclark@creeksideboundary.com; msm@cragnolindesign.com; consolidatedengconsultants@yahoo.com; Rachel Barese<rbarese@civil-tec.com>; carolynb@cascobavengineering.com; ,cara.levy@caraengineering.com; sbaptiste@baptisteengineering.com; umesh.avadhani@baepc.com, Vie.rations@argocritical.com:.ahmad@amkausa.com; avillaman@alraengineers.com, aeisllc@gmail.com; ikr,istin.savard@adgengineers:com; kridgley@bryant-engrs.com; rfreeman@freemancos.com; edhuang@gargengineering.com, iohannsvelez@gmail.com; abengineering@att.net; info@sespsc.com; �rau:i:@shenoyengineersxom;:rrnanani@ru2eng.com; us@radengineers.com; donna.ainsworth@oereiraeng.com; moigan@.aidpe.com; pdave@.acdcsyste.ms.org; kcampbell@cdwconsultants.com; mbatistic@50statesengineering.com; advantage,@aeapc:com; glee@amercom.org; richard.defreitas@pmsource.us; andesces.icl@gmail.com; io.hnpaul@pkbengineering..com; chanderp@cpengineering.live; marketing@digrouparchitecture.com; devonne@diac'kconsu'lting.com; baltazar@bvf-engineering.com; aunadkat@paraengineers.net; nsiddigue@nsengineers.com; vinb@egrengineering.com; svilleda@oandsassociates.com; rtirumala@distinctengineering:com; mfs@mfsengineers.com; vsongsong@megaeng.net; mkhan@maksengineers.com; i �l amalick@malickandscherer.com; kimlaw@lseacorp.com: it@leothacue.com; aodwyer@enovateengineering.com; dwbe@enovatepllc.com; enthinkllc@email.com: aadirika@kenaad.com; mpatel@keriengineering.com; ,ausmani@khiengineeringpc.com; sridhar@infotrancorp.com; mpatel@hershy.net; efleuranvil@eengs.com; hao.y:in@horizonengr.com; bgrant@grantecg.com Subject:Quote Request Good afternoon, We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing, finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 2 Betty Mucha From: Ram Tirumala <rtirumala@distinctengineering.com> Sent: Wednesday, April 26, 2023 5:32 PM To: Audrey Lee Subject: RE: Quote Request We will pass on this. Barn Tirumala, P.E. rGirumalang,distincten in,� eering com q)I CT1 !E9VSOS On INC From:Audrey Lee<audrey@bandwpaving.com> Sent:Wednesday,April 26,2023 5:20 PM To:jm@jma-engineering.com; cezenwa@luengineers.com; edoleyres@jedengineering-pc.com; info@invisionengineers.com;johnson.esho@idsengineers.com; michelle.ryckman@insightcivil.com; info@hitech- eng.net;geri@ggoldmanengineering.com; lucianagardioli@giantsengineering.com;geomaticslspc@gmail.com; marketing@gedeongrc.com; cgayron@gdbgeospatial.com;jtran@gargengineering.com;garry@gacoengineering.com; rosanne@frandina.com; info@envirospeceng.com; rgm@ensignengineering.com; d-yap@dyconsultants.com; rdiaz@dm-engineers.com; mwilliams@dimensiondevelopment.net; kmdpls@gmail.com; dack@dackconsulting.com; info@csmengineering.com; mclark@creeksideboundary.com; msm@cragnolindesign.com; consolidatedengconsultants@yahoo.com; rbarese@civil-tec.com; carolynb@cascobayengineering.com; cara.levy@caraengineering.com; sbaptiste@baptisteengineering.com; umesh.avadhani@baepc.com; operations@argocritical.com; ahmad@amkausa.com;avillaman@alraengineers.com; aeisllc@gmail.com; kristin.savard@adgengineers.com; kridgley@bryant-engrs.com; rfreeman@freemancos.com; echuang@gargengineering.com;johannsvelez@gmail.com; abengineering@att.net; info@sespsc.com; ravi@shenoyengineers.com; rmanani@ru2eng.com; us@radengineers.com; donna.ainsworth@pereiraeng.com; mojgan@aidpe.com; pdave@acdcsystems.org; kcampbell@cdwconsultants.com; mbatistic@50statesengineering.com; advantage@aeapc.com; rlee@amercom.org; richard.defreitas@pmsource.us; andesces.jcl@gmail.com; johnpaul@pkbengineering.com; chanderp@cpengineering.live; marketing@digrouparchitecture.com; devonne@djackconsulting.com; baltazar@bvf-engineering.com; aunadkat@paraengineers.net; nsiddique@nsengineers.ccfm;vinb@egrengineering.com; svilleda@oandsassociates.com; Ram Tirumala <rtirumala@distinctengineering.com>; mfs@mfsengineers.com;vsongsong@megaeng.net; mkhan@maksengineers.com;amalick@malickandscherer.com; kimlaw@lseacorp.com;jl@leothacue.com; aodwyer@enovateengineering.com; dwbe@enovatepllc.com; enthinkllc@gmail.com; aadirika@kenaad.com; mpatel@keriengineering.com; ausmani@khiengineeringpc.com; sridhar@infotrancorp.com; mpatel@hershy.net; efieuranvil@eengs.com; hao.yin@horizonengr.com; bgrant@grantecg.com Subject:Quote Request Good afternoon, We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing, finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q Please let me know if you have any questions. 1 ,4 Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 2 k Betty Mucha From: Geomatics Land Surveying <geomaticslspc@gmail.com> Sent: Wednesday,April 26, 2023 5:31 PM To: Audrey Lee Cc: jm@jma-engineering.com; cezenwa@luengineers.com;edoleyres@jedengineering- pc.com; info@invisionengineers.com;johnson.esho@idsengineers.com; michelle.ryckman@insightcivil.com; info@hitech-eng.net; geri@ggoldmanengineering.com; lucianagardioli@giantsengineering.com; marketing@gedeongrc.com; cgayron@gdbgeospatial.com;jtran@gargengineering.com; garry@gacoengineering.com; rosanne@frandina.com; info@envirospeceng.com; rgm@ensignengineering.com; d-yap@dyconsultants.com; rdiaz@dm-engineers.com; mwilliams@dimensiondevelopment.net; kmdpls@gmail.com; dack@dackconsulting.com; info@csmengineering.com; mclark@creeksideboundary.com; msm@cragnolindesign.com; consolidatedengconsultants@yahoo.com; rbarese@civil-tec.com; carolynb@cascobayengineering.com;cara.levy@caraengineering.com; sbaptiste@baptisteengineering.com; umesh.avadhani@baepc.com; operations@argocritical.com; ahmad@amkausa.com; avillaman@alraengineers.com; aeisllc@gmail.com; kristin.savard@adgengineers.com; kridgley@bryant-engrs.com; rfreeman@freemancos.com; echuang@gargengineering.com;johannsvelez@gmail.com; abengineering@att.net; info@sespsc.com; ravi@shenoyengineers.com; rmanani@ru2eng.com; us@radengineers.com; donna.ainsworth@pereiraeng.com; mojgan@aidpe.com; pdave@acdcsystems.org; kcampbell@cdwconsultants.com; mbatistic@50statesengineering.com; advantage@aeapc.com; rlee@amercom.org; richard.defreitas@pmsource.us; andesces jcl@gmail.com; johnpaul@pkbengineering.com; chanderp@cpengineering.live; marketing@digrouparchitecture.com; devonne@djackconsulting.com; baltazar@bvf- engineering.com; aunadkat@paraengineers.net; nsiddique@nsengineers.com; vinb@egrengineering.com; svilleda@oandsassociates.com; rtirumala@distinctengineering.com; mfs@mfsengineers.com;vsongsong@megaeng.net; mkhan@maksengineers.com; amalick@malickandscherer.com; kimlaw@lseacorp.com; jl@leothacue.com; aodwyer@enovateengineering.com; dwbe@enovatepllc.com; enthinkllc@gmail.com; aadirika@kenaad.com; mpatel@keriengineering.com; ausmani@khiengineeringpc.com; sridhar@infotrancorp.com; mpatel@hershy.net; efleuranvil@eengs.com; hao.yin@horizonengr.com; bgrant@grantecg.com Subject: Re: Quote Request Thanks for your request but we won't be quoting based on location. We're in far northern NY and this is a bit out of our usual geographical area. Thanks Stacey X NYS CERTIFIED BE/DBE FERM Stacey L. Aktt, L'S President i A P.Q. Box ?.2%i Saranac Y 1983 518-891.6218 On Wed,Apr 26, 2023 at 5:20 PM Audrey Lee<audrey@bandwpaving.com>wrote: Good afternoon, We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing, finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. i jPLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q I Please let me know if you have any questions. i Thank you, I Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 j (860) 572-9942 2 Betty Mucha From: Mary Jane Dreher <mj@mjdreher.com> Sent: Wednesday,April 26, 2023 5:37 PM To: Audrey Lee Subject: Re: Quote request Not bidding Sent from my iPad On Apr 26, 2023, at 5:26 PM,Audrey Lee<audrey@bandwpaving.com>wrote: Good afternoon, We have an upcoming project in Fishers Island and are looking for some trucking that will need to be provided of the milling materials and the asphalt when we begin paving. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 <AIP 24-19_OB8 Runway 12-30 Rehab-Ph1_Drawings_April 2023.pdf> <P-401 Spec.pdf> 1 Betty Mucha From: Vicky Songsong <vsongsong@megaeng.net> Sent: Wednesday,April 26, 2023 8:28 PM To: Audrey Lee Subject: Quote Request Good day Audrey, Thank you for the request for quote but we are opting out of this project based on location. Thank you, Ricky Songsong,P.L.S. 1 Project Manager MEGA Engineering and Land Surveying,P.C. 29 Pangborn Place,Hackensack, NJ 07601 2825 Third Avenue,3rd Fir.#D51, Bronx, NY 10455 P 718.799.4985 1 F 201.343.4992 1 vsongsone@meeaene.net From:Audrey Lee<audrey@bandwpaving.com> Sent:Wednesday,April 26,2023 5:20 PM To:jm@jma-engineering.com; cezenwa@luengineers.com; edoleyres@jedengineering-pc.com; info@invisionengineers.com;johnson.esho@idsengineers.com; michelle.ryckman@insightcivil.com; info@hitech- eng.net;geri@ggoldmanengineering.com; lucianagardioli@giantsengineering.com;geomaticslspc@gmail.com; marketing@gedeongrc.com; cgayron@gdbgeospatial.com;jtran@gargengineering.com; garry@gacoengineering.com; rosanne@frandina.com; info@envirospeceng.com; rgm@ensignengineering.com; d-yap@dyconsultants.com; rdiaz@dm-engineers.com; mwilliams@dimensiondevelopment.net; kmdpls@gmail.com; dack@dackconsulting.com; info@csmengineering.com; mclark@creeksideboundary.com; msm@cragnolindesign.com; consolidatedengconsultants@yahoo.com; rbarese@civil-tec.com; carolynb@cascobayengineering.com; cara.levy@caraengineering.com; sbaptiste@baptisteengineering.com; umesh.avadhani@baepc.com; operations@argocritical.com;ahmad@amkausa.com;avillaman@alraengineers.com; aeisllc@gmail.com; kristin.savard@adgengineers.com; kridgley@bryant-engrs.com; rfreeman@freemancos.com; echuang@gargengineering.com;johannsvelez@gmail.com; abengineering@att.net; info@sespsc.com; ravi@shenoyengineers.com; rmanani@ru2eng.com; us@radengineers.com; donna.ainsworth@pereiraeng.com; mojgan@aidpe.com; pdave@acdcsystems.org; kcampbell@cdwconsultants.com; mbatistic@50statesengineering.com; advantage@aeapc.com; rlee@amercom.org; richard.defreitas@pmsource.us; andesces.jcl@gmail.com; johnpaul@pkbengineering.com; chanderp@cpengineering.live; marketing@digrouparchitecture.com; devonne@djackconsulting.com; baltazar@bvf-engineering.com; aunadkat@paraengineers.net; nsiddique@nsengineers.com;vinb@egrengineering.com; svilleda@oandsassociates.com; rtirumala@distinctengineering.com; mfs@mfsengineers.com;Vicky Songsong<vsongsong@megaeng.net>; mkhan@maksengineers.com;amalick@malickandscherer.com; kimlaw@lseacorp.com;jl@leothacue.com; aodwyer@enovateengineering.com; dwbe@enovatepllc.com; enthinkllc@gmail.com; aadirika@kenaad.com; mpatel@keriengineering.com; ausmani@khiengineeringpc.com; sridhar@infotrancorp.com; mpatel@hershy.net; efieuranvil@eengs.com; hao.yin@horizonengr.com; bgrant@grantecg.com Subject:Quote Request Good afternoon, 1 We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing, finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 2 Betty Mucha From: Sagona Landscaping <sagonaltd@aol.com> Sent: Thursday, April 27, 2023 9:31 AM To: Audrey Lee Subject: Re: Quote request Good morning Audrey, Thank you for the opportunity, however we are unable to bid at this time due to location. Please keep us on your Bidder's List for future projects. Kindly confirm receipt of this email. Regards, Kathleen Sagona Landscaping Ltd. 718-948-5734 (Main) 718-948-5096 (Fax) -----Original Message----- From: Audrey Lee <audrey@bandwpaving.com> To: sue@steele.la <sue@steele.la>; christine@scottlawnyard.com <christine@scottlawnyard.com>; sagonaltd@aol.com <sagonaltd@aol.com>; rb@rnbsrvc.com <rb@rnbsrvc.com>; pcihvt99@gmail.com <pclhvt99@gmail.com>; nrbylindaj@gmail.com <nrbylindaj@gmaii.com>; mvendura@vendurala.com <mvendura@vendurala.com>; edmitche1134@gmail.com <edmitche1134@gmail.com>; berni@mapleridgeorganics.com <berni@mapleridgeorganics.com>; mmwallinger@landartstudiony.com <mmwallinger@landartstudiony.com>; khamhosmer@gmail.com <khamhosmer@gmail.com>; robin@hudsonhillscontracting.com <robin@hudsonhillscontracting.com>; garylee416@gmail.com <garylee416@gmail.com>; leanue.mcmullen@aol.com <leanue.mcmullen@aol.com>; arus@bedfordlm.com <arus@bedfordlm.com>; cbehan@behanplanning.com <cbehan@behanplan ning.com>; hello@beingheredesign.com <hello@beingheredesign.com>; basano11746@yahoo.com <basano11746@yahoo.com>; cbach3432@gmail.com <cbach3432@gmail.com>; niklaine1@hotmail.com <niklaine1@hotmail.com>; accounting@unitedterrain.com <accounting@unitedterrain.com>; wayne@bloomingbeds.com <wayne@bloomingbeds.com>; teresa@sussmanenterprises.com <teresa@sussmanenterprises.com>;jmjprot@gmail.com <jmjprot@gmail.com>;jcoronel@jctransportinc.com <jcoronel@jctransportinc.com>; info@agencylp.com <info@agencylp.com>; cristianoandsonllc@gmail.com <cristianoandsonllc@gmail.com> Sent: Wed, Apr 26, 2023 5:29 pm Subject: Quote request Good afternoon, We have an upcoming project in Fishers Island and are looking for some landscaping to be done. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote Q Please let me know if you have any questions. Thank you, i Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 z B&W Paving and Landscaping,LLC Job p Location of Actual Stertor Contract Date CompletedorSub or ContactAmount DOT Assoc Group DASWotk Gass List Owners Project No. Work Performed Owners/Contact Information Owner's Email Address Project/GC/Desviptlon Date Estimated Prime Town,State 11539 Seymour Industrial Park Town of Seymour 5/19/2021 11/30/2022 1 First St,Seymour,806463 Brian NesVlak Tomol'Semour $2500,000 Sc,6,16,23 2,4,7 004133-1 Seymour,Cr Deirdre Caruso BN(dhhenars com aeuYmes,P..I.d 1—.nr e,dnn rwd.bcusns M+wnY+ p Manager of Operations&Grants cubo,—".want uuh—.nd...d.—UW mnceauuw..M. Phase It&III (203)735.6028 75%complete dcarum0sevrnourct.orp. 13537 Plimpton&Hills PD5 Engineering&Construction Inc 5/14/2021 6/15/2022 POS Engineering&Construction 107 Old Windsor Rd.,Bloomfield,Cr 060D2 $591,300 1,5B 7 21.010 Manchester,Cr FrankB(dPDSec coin Yn.et.naP,wemnaeu•.Ym roor.ratnPt wee+•Wraoa S Fronk Borowski mown,aae..n,u•rnork.an,P—t.WWO 10096 Complete (860)242.8586 11613 10/25/2021 5/9/2022 Aquarian Watwer-Seymour S $483,531 2,5C,16 7 Seymour,CT Mluy Construction Inc. Mluy Construction 463 East Street,Plainville,Cr 06062 Gant Gorczya Gant Gorayca GmntLMmirzyconsAruction.cQm s•wo aePm v.Mn w.+•s.mm.ew•msu+c.dn,vrt.rmb 1DD%complete (860)793-2289 11617 Poquonnock Rd ReconstructionCity of Groton 4/5/2022 11/30/2022 P $2,055588 6 1,2,4,5,6,7 L058-0003 Groton,Cr 295 Meridian Street CitVofGroton 20%complete Groton,Cr 06340 rabareew(alcityof¢rotorM.gov, (860)449 4127 William Robarge 11450 9/14/2020 7/22/2023 Merritt 7 Railroad Station S $4,500,000 302-0014 Norwalk Cr State of Cr-DOT 2600 Berlin Tpke,Newington,Cr 06111 Banton Construction CDmEarry 1SB 7 GC Banton Construction Co. Rich Cancelma me.an.nd rawnyemn.=.++um.wxened ea.e.msnt,.ndnv 339 Washington Ave,North Haven,806473 Rconcelmg(@bantonconstruction.com anenve,.nmm.o+unndncmwnu.,bno•v.toune.uon a,Ynt 50%complete pwutem,b,roncreucv,b,mmmmommrb,nubby.rYk tIPw1k beeL Richard Coneeimo(203)234-2353 11620 16`H2o Main Crossing City of Groton 4/1/2023 9/30/2023 P $1,435,450 2$[ 2,4,5,6,7 W20-CI-19 Groton,Cr Board of Utilities Commission City of Groton,Cr Department of Utilities Mike Webber web6erm(dc"tvoferotorFct aov IVd I,ka. u. tr dmoie 295 Meridian Street mMwuan.ea,+,uon.bxua.P—e mn W.—d s b.y Groton,R 06340 (860)446-4127 11432 Groton Sub Base Submarine A School BQ 488 NAVFAC Mid Atlantic Acquisition Core 8J25/2020 10/31/2023 " 9324 Virginia Ave,Norfolk,VA 23511-3095 Don laPerle Nutmeg Companies,Inc. N40085-20.R-0034 Groton,R Rachel N.Honecker(757)341-1975 Don.Lapede(@nutmegcompanies.com s $302,541 1,3,Sb,23 7 The Nutmeg Companies,Inc Lie demo,noYon mnWL&"p.mrsre4, OWL by and&.d 1 Ohio Ave,Norwich,Cr 06360 3%com complete Evert Gavrendo 860 823.1780 Reconstruction of Intersection of Coe&Hemingway Ave P $1,138,443 3,SC,6,16,7A 7 8.13.05-090001 East Haven Town of East Haven 11289 8/28/2019 10/1/2021 Town of East Haven 3096 complete Cr East Haven,Cr Robert P.Pettinicthi a+eyau.tsc sew,mamear.dwnmeaaea,y mdnuHsnmenL Robert P.Pettlnicchl rpettinicchi(a9aaneconwitine.tam none Ydew+k hnerry+wet Hamblen corcrete d,hevry.mne,et. R.Engineering (860)422.0394 Job on Hold 11600 Flood Control System Clowre Structure Repair 21-12 East Hartford,Cr Town of East Hartford 5/1/2022 9/30/2022 P $1,213,320 Town of East Hartford Engineering Division Job kLocation of Actual Owners/ConbR lnfozmatlon Owner's Email Addles Smit or Contract Date Completed or Project/GC/DeWlptlon Sub or Contract Amount DOT Aszoo Group DAS Work[lass list Owner's Project No, Work Performed Date Estimated Prime Town,State t 1,2,358 1,2,4,5,6,7 Kazl Reza (860)291-7382 Kretar@easthartfordct.aov oemesmn,cpnmrcrcwtrtue.art.ver maa,um ewnopn, 20%complete prot.tted eoetnme,.bt.m,anpuryarn,m.Pmintaro.copo.tr 740 Mein Street taro,Oltummpmtaro,ewmaum.Npby ropn0.pvetltw East Hartford CT 06108 15-371 Bridgeport,Cr City of Brldgepart 11619 2/22/2022 9/30/2022 Seaview Ave Corridor Im rovements P $12,326,911 45 Lyon Terrace City of Bridgeport Bridgeport,Cr 06604 a dvu-bLVti — 1,2,3,58 1,2,45,6,7 •�idiCdbrideeoartct.aov °en�"t`r �'tr`r`"p'�• --d 9%com complete 576-7211 Eng v,wrs.eam rtw,uoawoceaese.rc.tar<n n.wt.m.pnolnsieea-pa,. P ion Ur4uldldN Engineer Porte tore.tm,eete tare,eavmman tvro,u tame t W,s*a,e�rml trntt,r,tec.bnoama[Dore uwaa. Faze 203-57mford4 ut4[tt- 85 5-6831-IBPS Stamford,CT CIN of Stamford 11622 6/22/2022 11/30/2022 StrawberryP $1,322,4 HIII Ave 988 Washington Blvd City of Stamford Stamford,Cr 06901 1,2,3,58 1,2,4,5,6,7 (2031977-0107 Erik!arson elarsonria$tamfordct eov trcerrs�saw.umttadttubt rea..owsW+e.we.+ar.a.a,mbs a,a r,w�eewneQaa,uop•wpeeu.d ea.,nue event. Joe Rlmiller-BETA Group,Inc. mu,ndez.dare,as.p+nue taro.tpptma roro,etmmmat tw,e.patmrntmwno Jrimtller BETA•Inccam L1150001I Putnam,Ci Town of na Putm 11703 I 4/1/2022 I 9/30/2022 Church St Woodstock Ave Bridge St P $1,790,669 200 School St Town of Putnam Putnam,Cr 06260 25%complete 1.2,3,513 1,2.45.6,7 Job plocation of Actual / m Sub or Owners Contact lnforatJon Owners Email Address ' Stattor Contract Date Comptetedor project/GC/Description Contract Amount DOTAssoo Group DAS Work Gass LIA Owner's Project No. Work Performed Date Estimated Prime Town,State Elaine Sistare elaineslstare(a1putnammus ae, amp. Baa e.e e�„auo,,.pmc,,,eeeee,artnnwm.�e,nnynrh,y,u,t roue. 864963-6800 413 ,pavement maYNp Job p Location of Actual Start or Contract Date Completed or Sub°r Contract Amount DOT Assoc Group DAS Work Uaa lfrt Owners Project No. Work Performed Ownen/Contact Information Owners Email Address ProlecVGclOescdptbn Prime Town,State Date Estimated i 11573 Hebron-Webster,Hickory,Walnut Town of Hebron 7/27/2021 8/24/2011 Town of Hebron 54681000 11216 2,6,7 15 Gilead Street,Hebron,Cr 06248 Kevin Kelly RFP2021-05 Hebron,cr 806.228.2871 kkellv(dhebronct.com P 100%complete Kevin Kelly a,d.on•m w✓•.va•a u.n,owes,•,N 6 a•r 11571 7/6/2021 10/11/2021 Frito toy South Lot Richards Corporation Richards Cor on0on 72N.Harwinton Ave.,Terryville,R 06786 Jeff Levies $817,000 1,58,16 7 353843 Dayville,Cr Jeffrey Levin iefflevinsPrichardsco-corn v.x.ua.m w,...wce p 10096 complete (860)583.9229 11564 8/12/z02o 12/31/2021 Town Of Washington Town of Washington 696 Extended Town Of Washington 2021 $754,161 1,2,6 2,6,7 2 Bryan Plaza,Washington Depot,Cr 06794 Kevin Smith 2020 $579,720 PO 5857 Washington,Cr James Brinton 887 ksmithlr.'wxhin8tonct.ora a•mxeemuaa•wa•nwseemtlm.1HVA.1*h - ,l P Ynuaurtl, FirstSelectman wa.ame.,r,lrae.m vm+c�o-d. 100%complete 19601868-2259 11534 4/1412021 11/3o2021 Village at Wethersfield Apts MI=ry Construction Inc Mizry construction 463 East Street,Plainville,CT 06062 Grant Gorayco $505,650 SB,5C 7 Wethersfield,CT Grant Gofctyca GrantlBmltzyconflmVion.rom 5 e...u.mmues,,mw,s (860)793.2289 11524 4/15/2021 6/21/2021 Westford Highland Associates Westford Highland Associates Westford Highland Associates 58 7 � 734 Hebron Ave,Glastonbury,CT 06033 John Abercomble $494465 Meriden,CT John Avercrombie abl,0370cox.net P 100%complete WHAVice President r•.cuae,m P..e,•seeet.�o,.r.un n..ka.ease - (103)600-8436 11522 7/13/2021 5/26/2021 Amazon DLY1 BCI BU company SB 7 848 Marshall Phelps Rd.,Windsor,R 06095 Bill Sheriffs $677,284 2170320 Windsor,Cf RobertJacobsen bsheriff 6Dthebutierco.com n.e c�de.m r...,.wm kamw 5 100%complete Division Manager (660)688.8024 11458 9/13/2020 9/3/2021 05114-Barkhamsted DOT Richards Corporation Richards Corp. 72 N.Harwintan Ave.,Terryville,R 06786 left levies SC,6 7 353128 Barkhamsted,R Jeffrey Levies iefnevinsrarichardscoro.mm 5 $292,852 ssgrwu.,vee•ea w+• (860)583.9229 100%complete Reconstruction of Various Roads Phase 2020.1 P $2,176,396 5C,6 7 Torrington City of Torrington 11386 3/5/2020 7/30/2020 LitVofTorrington 2020.1 10036 complete 2020.1 140 Main Street,Ury Hall Paul kundzrns0tomin¢tonctore am.s�s,v,a.yww.us•wrs +uh ssrmea.°ae,a.a Torrington,Cr ;unto.,,.•yn.0 tee.em,..r•w°a.run mw,.ee uw.m ,neo.W Ama.eaeevar� Paul Kundzlns,PE 860 489-2234 Clinton Railroad Station 5 S26L181 5C 7 Clinton Lawrence Brunoli,Inc 11381 2/5/2020 11/30/2021 Lawrence Brunoli,Inc 100%complete 3100059 R SS Eastview Drive Farmington,Cr 06034 mma8erilDibrunoli.com Matt Maher 860 982.8934 Job R Location of Actual Startor Contract Date Completedor Who' CoM,actAmount DOT Assoc Group DASWork Ctau Ust Owners Project No. Work Performed Oers/COMact Information Owners Email Address Project/GC/Description Date Estimated Prime Town,State Peck Road Reconstruction P $498540 SC,6 7 Torrington Town of Torrington 11382 2/24/2020 7/30/2020 Town ofTorrin ton 100%complete PFR 027-020620RB LT 140 Main Street UN Hall Torrington,CT Paul kundiinshltominetona.org YvnW ponmre{uk W old tvYn•M4nivaehm6W4 prmmr r�mr•u•�+,b,s•ms,ubmnmu�ea.•..rt Paul Kundzins,PE 860 489-2234 2/1/2020 10/1/2020 Ulberty Storage S $330,000 2,3,5,23 7 SC-19-190-007 East Lyme Town of East Lyme,C1 11378 PDS Engineering&Construction 10091 complete CT PDS Engineering and Construction Paula@PDSeccom wrmn•m msus Delord a•sct u•.ua xovt par.uur•n wr 107 Old Windsor Road,Bloomfield Cf D6002 ,smwm.�d.,.,.w.,.awo...s.u�o-nr.aom.mmm rmse.o4 r.n.n.xd.m suusmro,u pa..un,.vu,drke..r.araro.rot..n PaulBorowski (860)242.8586 nsdm.ma a,mo.srxn,s•wN•n.,a ea•ana,.�d wsa M••an+a 1/22/2020 10/1/2020 Bradley Airline Waste Triturator Improvements S $140,131 2,3,5,6, 7 SC-19.190007 Windsor Locks Connecticut Airport Authority Paul Tierney 11375 Bentley Builders,LLC 10096 complete CF Ben0ey Builders LLC Werney@ben[Ieybullders.com s•m..�asuu/wno N—a.pn4r.m a r•mrnAne.ad.,o^s North Kingstown Rl .•modnurd WJm•M v,bua,.Fm.•re W tlr•r•a ur6ub, ra,ws.rmwuma mo.re••.suu.•rsrum..rmus Neff•,sa Paul Tierney(401)29S-2022 Wrtlu4n 12/5/2019 10/1/2020 Traffic Safety Improvements at Buckland Street P $L037,922 1,3,6,13,14,15,16,20 7 13DOT0160AA Manchester Town of Manchester 11354 Town of Manchester 0076-0221 494Main5treet Mark Czerepuszko,P.E.860305.5702 Cr Manchester Cf D6045 marka@manchesterctgov Wr•u emrvy hkM a,mar-hd%teak Skew srum MID mun,sanre.wrdwase.+ra.rid Mark Czerepuszko,P.E.860305-5702 scanty.wooTnmcrmo-a SOD%complete •num w.mew .Mormcu ua•r,se..uvna.WuN•o-e .•m m•b re..,b..wua r,un mrsu•�m.nhoks uw.a o•�r,uww anus o-.me metra aouar•.s s..,mmr m•nms.. Job R location of Actual Startor Comma Date Completedor Subor CorttractArroum DOT Assoc Group OAS Work Class list Owner's Project No. Work Performed Owners/CordaR information owners Email Address Project/GC/Description Prime Date Estimated Town,State SJ28/2019 5/31/2020 Coolidge Street&Taft lane Utility Reconstruction P $50000 2,3,5,6, 7 2019 Windsor Locks Town of Windsor Locks 6 Stanton Road Matt Brown,PE,(860)633-8770 11298 Town of Windsor locks 10091 complete Cr Windsor Locks,Cr Mbfown@ancharengr.mm Matt Brown,PE,(860)633-8770 tr...wov r,ec a,w.e s.arppe.m,uuawe.,,a,ssaa,cr.x, xmuQo.w,a.m su,.,4 ay.umca,00eaWau City of Waterbury and Library Perk Renovation Phase I $2,138,400 11407 S/26J2020 9/23/2021 Waterbury Development Corporation P Waterbury Development Corporation 100°,6 complete 1,2,3,58,17,23 7 6610 Waterbury,Cr 83 Bank St,Waterbury,Cr 06702 MlambardoPWaterburvn.ura Mark Lombardo Sn pr,p,n tlm a rmrw,b,e,Mwa1 uN Padma.un uaEUn raw wl, (203)574-6793 11404 7/6/2020 6 11!521 Goshen Road,Lebanon SPIN!907OaDD7 Town of Lebanon Town of Lebanon P $612,857 1,6,23 1,2,45 Lebanon,Cr 569 Exeter Rd.,Lebanon,Cr 06249 WO%compWa, Denise Lord Dlord6DAnchorEng-om suss,rip,b.Em aAen.amr w,a,,Pwm6 mlb d m (860)633-8770 11210 2/1/2019 6/30/2020 Intersection Improvements Rt 37 at Stacey Road P $3,766,412 1,2,3,6,7 1,2,45,6,7 0034-0305 Danbury State of Connecticut De artmentafTrans ortatien 13,14,IS,16 100%mmpiete. 17,18,20,23 Cr Department ofTmnsportation kathy.damato@ctgOv aamu.ees,bkrsr,ew..a klaauns.a'm°'esas "*a1h Newington Cr 06111 v...m,.cr�.rew.+msroo,me..a.++o..surm s^^ (860)594-2000 Kathy D'Amato R. Alterations P $917,728 5,6 7 EastWindsor Crocker Building Company,Inc 11694 11/1/2021 11/26/2021 1g CmftsmAN R 1B65taHord Street 10096 complete Cr Springfield,MA dmathesPcrockerbuildinx.com (4130737.7803 snso,e n.rot w.ro,rsa:y,s.no:�a,awes swan v..anmc w,mswa.,�wnsna,,a.<,a.s lMe aunmes (413)21&2cell Dave Mathes r Jobe - .. , _ - - Location - r - - SpKorfopNaut= Uatrt Gomgatedm soba- -DOTAssodded'•-.: Owneri Projadt No.. %eoespi.tiow. 'Wodpami ed .Owmeta/6wdublrshems Dort- owners @lsvO Address proJeeE%Centr•ct Descfptlnn Pdme CrntraQAtmmott: Group No.'i; - . - . Data - Fatittsated. _ .-Team,Sb e 11086 9/1/2018 6/1/2020 Tolland intersection Rt74.195 P $2,222,446 1,2,5,6,7 ConnDot 142.149 Tolland Town of Tolland Town of Tolland 13,14,15,16 rmwavua.,.w.s..n s,oam,,uvaNsyT•dru.r. Cr 31 Tolland Green 20,23,24 slaoPenPtolland.ar8 v. ..w.d,vu.rvN.Ntav,.urs..�.acon....r.ve,.au. 100 Tolland Ct06094 wuoro,e.sma----w.urasa10096 complete gran Tnn,rMim aMTal.avu0 LNrMrKNµIaW P•Mnn,Maul (860)871-3694 14a,Lryp,IiauO Ydc GUNlmarna•wbvuYT,•I&ranudl LP.iaau•m Scott Lppn 11211 New Roadway System-BadieffAirport P $4,313,978 1,2,5,6,7 CAA2016007 Windsor Locks The Connecticut Airport Authority 2/9/2019 1/15/2020 100 The Connecticut AirportAuthod 13,14,15,16 CT Windsor Locks,Cr Istarr@travelers.com 202324 300%complete (860}386.6000 w.nNW..rce.=�.w.rnx¢s.tnzs.�.ne wam.ue. nr,..wunauo�+a�..�mN•'nu'.wnr�.u�+•T Lewis Starr Waterbury Milling&Paving P $2,207,750 3,5C,6 RFP 6466 Waterbury City of Waterbury 11360 3/26/2020 11/6/2020 U OfW'terbu 100 Cr 235 Grand Sheet ob II a balm N rb tt Mnive,v..w.mwuaea P.4•svnnranw wwtlwsnnea 10016 complete Waterbury,Cf •ate, Paul M.Bellagamba,PE 203 574.665110182 11249 Walker Kill Ad&Tollgate Rd Water Main p 5769,392 2,6,14,23 GU-19-01 100 Groton Cry of Groton 5/31/2019 6/30/2020 U of Gromn CT Department of Utilities kruszm%kiNWgrownutIllt(O,coJii ,N.nto.•v.n.nlRmnldduWw.m MYnWmV.ahu 10096 complete Groton Cr ua aul.nrwiec.0 v.Nn,PMavm 1E-11'.Npann .nu...ndlmuux..NtlWCTm'na•d auwa W..u.,m„ (860)446-40W mn„.am Brum Krustewski --- Mansfield Town of Mansfield 11274 7/9/2019 6/30/2020 Route 89 Safe Routes TO School p $493,060 1,2,3,5,6, 77-236 100 - Town of Mansfield 14,16,23 - IODcomplete CT Public Works Department VellletteTJ@Mansfleldct.org wuu sus.M.lavvw.ns,onn..raoro..w^mw.+w•n.•... Mansfield,Cr .v.cum,e•w..r..n..wcuucn.v<vsa••d e..N�. Tim VeOlette,PE(860)429-3331. Deerfield Road Rehabilitation P $872,775 SC,6 L164-0005 100 Town of Windsor Town of Wlndsor 11397 4/27/2020 Town of Windsor SODA complete CT Deerfield Road k I rhltownO(windsorct.com alawe.na e,wwudo..ruua_.,.ae uad.s�..uMh.n.. Windsor,Cr Va•.tllranVnn,.YawaM1 N Wrtbu4aC,wu1T WYn Np. .d.rnMa tl..e�ve.u�a,..n..a.n1n„mro,na Adam Kessle,P.E.(860)255.1868 ,alnaumd4.uuaea Neap Riverside Road&Drake HN Road Pavement TownofSimsbury Town of Simsbury 4/27/2020 7/23/2020 BridgeR P $481,138 3,5,6,8 128-151 100 11398 Town of Sfmsbu _ 10096 complete Cf 933 HODmeadow Street Ishea6Dsimsburrctcov MNaM orMrdluw,Yb n..a.eu.mnuvu•oa�o....^u Simsbury,Cf e.yn up.n4mamt w.wu..r W aem.nu..•c•.+ ma.us.x osaraaoras.tm aesavad.n„nd.na r.d.amms left Shea(860)658-3260 d e.duw..o.wm Jtlm uv*s r.u.0 w,.q.e.r.ns d 4. uAaw.W pl4irratl tl,aduNa�n•4.Y••r•WV•a 5:\PROJECTS;CURRENT-B&WLB&W Cument&Completed for Betts\B&W Current and Completed•TSalsx2020 JobH - - Loarion'ofActuel Start oiContract- DateCoinPleted'or -.- `Sub'or. -_- .Frolect/Contract Desaiptlon�' - -•;Owner's Piolect Poo• .`ContractArrount- % orepletlom.,.Work PeiFtirriaed•: Owneis/CuMaRInformation- Date; Estimated ':'P.iime,: '. -' -.- - -Town,State'-' - - 11273 7/8/2019 9/30/2019 2019 Roadway Improvements P $2,019 387,446 100% East Hampton Anchor Engineering Services,CIA Anchor Engineering Services CM CT Town of East Hampton East Hampton,Cr micna of yarbus roads,mphatt and mnaelesaw cpning,seely markings. Curhing,Catch Bmim,D,Wmn Aprons,myon and seeding. Matt Brown,PE,(860)633.8770 Mbrown@anchorengr.com 11250 5/31/2019 10/31/2019 Pavement Restoration 2019 P 938,363 100% South Windsor Town of South Windsor Town of South Windsor er Department of Public Works Remove and Imran mphah,curbini4th ways,catch bslm,ulwly South Windsor Cr 06074 rhanholes,sale noses and bop ddetton.Instars W e markings and land—ping. Joe Perna,PE(860)644-2511 lose h.ema@southwindsor.o 11209 2/2/2019 8/27/2019 ACES at Leeder HIII p 244-0040 SP/PF/EA 2,274,535 SOD% Hamden Area Cooperative Educational Services Area Cooperative Educational Services Cr 350 State Street Remava/Insbn Sanlmrysewer PIP-,Rorm/rrench Ones,Conuete sldeeam,Cwbing,Monolghk Concrete curb,cararalefor she New Haven Cr 06473 nshdng/relephane/Einuk,Imuli Bogards.Imus Hardscape Benchn, Bae Racks,Flag Pales,Remove,Resurface,Inang Basketbel murt,hoops, and fenctng.Intl tandn Ping materwr,Vee,grass,bb..1.0.0 we Newfield Construction Inc,860-953-1477 nrippingend sae Rgnage. Josh Johnson; JosWohnson@newfleldconstruction.com 11121 10/22/2018 11/1/2019 Eddy Glover Blvd Traffic Safety P 88-191 994,083 100% New Britain City of New Britain City of New Britain Cr 27 West Main Street near ens Eenvne Eahtreg Road mrersactbn.hanag Dle n.,Catch New Britain CT 06051 Bashe and Manholes.imtau mnuetedrbeways and grange=Mrq• Inslaa sdetyTrdfkSfyut Synem and detection system.Instars canraete Jason Outlaw:)ason.outiaw@newbritafnet.gov sid-11d and Handkap acten.Install U e striping andslgnage 860-612-5009 11107 10/1/2018 10/31/2019 Stove Pipe Water Main P CWF{2016-003) 1,480,335 100% Manchester Town of Manchester Town of Manchester 17/18-77 Cr General Service Remove Eahuoa Asphah,Rdewdks,Drlveway.nd Mein.Innau naw e• 2016089 Manchester CT 06045 DucNe Iron Mala nneand Hydrant.Imtan new Asphalt,Sidewalks and Drlyew.n Mark Czerepuszko,P.E. markcz@manchesterct.gov r-,....,Deena_Te via.in10 Jobp > .. _ _. - - - _ _ _ Location ofActuel Start or Contract.':Dat_eComplete dor _ Sub or*. I .Owner'sProJectNo.: -. ContractAmouM %Completion. ,Workperf6rmed,: — Oimers/CuMectleformation - _ •ProJecVcontraRDescriprion, `�me'.,:. - - .Towo:State. - --_Date - Estimated' -. ,.. - - 11072 8/1/2018 9/30/2019 Hartford Speed Bumps P DPW 17-09 422,500 100% Hartford City of Hartford City of Hartford PO 20184061-00 Cf 550 Main Street room 100 Hartford Cr 06103 Install Speed Humps wah HMA Frank Dellaripa,P.E. frank.dellari a@hartford.ov 11080 6/14/2018 9/30/2019 Day Hill Road Reconstruction P L164-0004 1,657,320 100% South Windsor Town of South Windsor Town of South Windsor Cr 1540 Sullivan Ave ltenave E.IW,gSite,Qeadn&Earts,Ecaeadon,Install HMA,Tad,Cast, South Windsor Cr 06074 Process Gra.,Bhuminow Concrete P—Mle t.DtNeway,Sidewalb. Gramecwhhy muu Catch Bain,Wate Ba;Manhole.Land-W& Robert Grillo Insta0lWm,HrEroseedln&mull.In an Us.Marklnp,Loop Detector, or.org Metal eao,sltnaze 11075 4/1/2018 9/30/2019 Barks&Recreation at Camp White P C38-057 226,085 100% Ludlow Town of Ludlow Town of Ludlow MA 488 Chapin Street Ludlow MA Tree Removal,Install Loam,Fine Grade,Fertilize and Seed,Install Concrete Walkways,Benches and DougStefanclk,Town Planner Wooden Fence with Gate dstefanclk@ludlow.ma.us 10908 09/01/18 09/30/19 Ocean Avenue Reconstruction reclamation P L094-0001 1,804,999 New London,Cr City of New London City of New London Remove/reinstall 13 Masonic Street drainage,catch basins,driveway aprons,curbing,fine New London,Cr 06320,Kyle Hauber, grade&pave khaubert@ciaengineers.com l0D% 10935 9/24/2018 5/31/2019 Public Works Facility S 160438.01 115,484 100% Waterbury KBE Cr 30 Batterson Park Rd Landscaping;Planting of trees,shrubs,herbaceous Farmington Cr 06032 plants and ground cover.Install loam,seeding and TerryTerragna sodding. tterragna@kbebuilding.com 11055 Fishers Island Ordnance Building P 17044 553,000 100% Fishers Island Fishers Island NY NY 1420 Gloaming 5/15/2018 2/20/2019 Fishers Island NV Demo Concrete Foundation - Ralph Carbone ralph.carbone@ctcomp.com 10938 5/7/2018 2/6/2019 Airport Pump Station 11192 P 20130459.A90 942,711 100% Windsor Locks Connecticut Airport Cr Bradley International Windsor Locks C Installation of manholes,sewer pipess,grinder pumps,meters,cast In place pipe. Laurie Slrols 06096 lsirois@ctairports.org 10328 09/01/15 OS/15/19 Construction of Charter Oak Greenway Shared Use P 0076-0217 4,005,490 100% Manchester,Cr State of Cr DOT District I Path(DOT 076.217):excavation,F/I pedestrian 1107 Cromwell Avenue bridge,culverts,drainage,concrete driveway, landscaping Rocky Hill,CT 06067 Kathy D'Amato:kathy.damato@ct.gov ------ Job If Start orContratt: ;Date Completed or Sub 'or'. p ersProJectNo contmct:AUm unt ,ge6mpletiom =Work"Performed: _ .>Owners/CoMactInformation" ;Prdiect/Contract Descriptlon"_ .Prime erEstimated p - - - - 10642 07/01/17 01/11/19 Uconn NW Science Quad Phase lA(Project ii015896): S W-T Job Number:015896.004 Uconn 6,948,286 100% Storrs,Cr Whiting-Tumor Contracting Co. selective demolition,site prep,excavation&backfill, Project 902115 195 Church Street,loth Floor New Haven,Cr 06510 HVAC/plumbing distribution,water/sewer Luis Diego ,Prof.Eng. Installation,drainage,grading&paving Diego.maurlal@whftlng-tumer.com whhingtumer.com 11073 6/1/2018 3/31/2019 Town Wide Sewer and Storm Drains Is PO 20181022-00 829,426 100•/ Trumbull Town of Trumbull Cf 5866 Main Street sanitary sewn Reptacement.cannetalon pines and main rake Trumbull Cf 06611 replacement,Install Catch Berms,pumps and connections,Remove Ik Replace Bhuminuus Concrete Pavement and Nrm.1-su new Frank Smerililio,P.E. Landscapina,Son,TuA fsmeri Ila@trumbull-ct.ov 11128 6/6/2018 6/30/2019 Central Street Parking Lot P FY 17-6 795,021 10Yo Southbridge Town of Southbridge Escalation and removal of anfina sidewalk',curet,ramps.Install sidewalk'and ernne Clam.hotel wheelchair Ram pa.Imtau tralnt MA 41 Elm Street control and pedeelm mfetyrotma.lnsta0 brick and granite paver on concrete base.Ret6lm eating pavement and fine grade,ren,compact Southbridge MA 01550 area for Parting.Imrall asphalt parking lot,install fine makings,reset as hank signs and restore all landscape area wah loam and seeding.Install weber gurdr4 fencing,gee and mnorete camps.lnsr"sealoente Rose Cournoyer,coordinator,508-764-5402 220Imew fee retainingwan.Istel Parting lot lighting Item,conduh, wiring and mntrul panel.ImuR drainage pipes,tach Nuns and manholes wrtnconereseframes. reoumo er@southbrid emass.o . - - - _ t = �'OW`nets[tl�ritaCthffot►[Ietlon'-".,t-"�'' - - = Amtiuin! S%¢�tiiPfetloet::;�W01kl�eifr►nfwr - - _- f;, - stt6oc ownersPetiJeetNc: Cdlrtaer _ .- _ -sfairortad+ttrast��,r cgtttPlbind. pro ��c;,oeeeilptto •pfime�' - _ _ - - - ""- ' iocEstiiriated_.' City of Bristol •'":=_ _. 100% Bristol +: P $239,763 Munchausen&Bartholomew 111 North Main Contracts CT -10/24/2016 12/28/2017 I 2C17.009 Bristol CT 06010 P.O.Number 21700648.00 Ray Rogozinsk Installation of sewer manholes and piping. raymondrogozlnski@ bnstolct.gov o CitV of Waterbury i 5963 S1,718,719 100/ Waterbury 10/1_'/201.' 1_/6/'-017 Waterbury Cr Milling and Paving P 235 Grand Street j _ Waterbury Cr 06702 Milling and paving of various streets.install concrete Paul Beliagamoa,PE. curbing,pedestrian ramps and manhole extensions, Install loop detectors and line markings pbellagamba@waterburyct.or. Fusco Corporation 10/17/16 I '-1!21/'_7 UConn New Engineering&Science Bldg Phase II S 901376 $1,043,151 100% Storrs,L? 555 tong Wharf Drive,Ste 14 I New Haven,CT 06511 (it901376):original landscaping for new construction including:metal edging&Pavers,soil prep&grading, Chris Kaufman,5r.Project Mgr turf sod,tree grates,install trees,ornamental ckautman@fusco.com shrubs/grasses,perennials,decorative gravel, j I muching,install crushed stone oaths $226,480 100% No tth Stonington Town of North Stonington N Stdnmg[on Waterline Ex[ p Joh NO CT North main Street 07124/201' 10/05/2017 17.325.1 I � North Stonington Ci 06359 Robin Roohr installation of water line and services. Rroohr@northstonin tonct.gov j $996,930 100% South Windsor,Cf Town of Sbuih'-Windsor P N/A 1540 Sullivan Avenue I OS/OS/1? i 09128/1% IPavement Restoration 2017! oadwaymilling,curb Soutn'Wlndsor,CT 06074 I removal,pavement patching,installing/adjusting& (replacing catch basins/basin tops,utility Jeffrey DoOlIttle,P.E. imanholes/gate boxes,curbing,pavement shimming, Ieffreydoolittle@soucnwindsor.org new pavement,pavement markings,paving driveway ' entrances,lawn restoration 51,146,521 100% Waterbury City of Waterbury Wilby Chase P 2016-0SiF 235 Grand Street 04J2g/'201' 071191201' i Waterbury Crosby Y CT Waterbury Cr 06702 Demolition&Inst of Tennis Courts,Removal of Paul Beliagamba,P.E. existing drives/parking lots and sidewalks.Milling, pbellagamba@wa[erburyct:or Paving of drives/parking lots and Ins of new sidewalks Borough-ot Naugatuck IKBAa16058.00 5439,698 100% Naugatuck I Naugatuck Cross&Western Sch P Q Board of Eduction 06/23/2017 07/08/_0_. 16059 Naugatuck Cr 06770 Reclaim,Pave,Install Markings,Remove Existing Michael Lynch walks and Stairs.Install HMA Ramp mike:lynch@naugatuck*12.ct.uc $40,922 100% Farmington,CT Paul Hutlkins 03/27/17 06/23/1? Uconn Health Center Outpatient Pavilion ADA Parking p 16-603.02 UConn Health Center I(a11-042):construct(4)ADA handicap parking spaces, I arm na ton,CT Ave 106030 including asphalt work,concrete flatwork,granite Farmington,cn .eau (curbing and general site wort rtud stns t Britt l I i 100% Bristol,CT City of Bristol p 2C17-085 $382,350 0-4103117-1706/21/2-017 Contract 2C17-085:Sidewalk,curbing and asphalt 111 North Main Street surface replacement at Bristol Schools Bristol,Ci 06010 Raymond Rogozmski,Assr City Engmeei. raymondroganSki@bristolct.g0v i ' _ _ �l,�Itipri ofjAdtu�l'_ ,-.__-_.".;�:'�•_::.'�y:.;;�; ;": - - - - � _ .-:+ f?�IIPI%d�� - '"01Allltn/_♦�/IIttC!!f(1�9Vfi0t(On`o:'L. ledan_3 y; lorCt .z Qee�Ot-scipto . i-n ::Su- - s� ' � - - >�t�et>Rmount;t%:fJ-o 3a t�- ._-r.,3r;; r!�`-. -�• - .. °fie'; - •• _ -- - - - - °. Datr 100% 'Rocky Hill BCI,me 5277,500 OS/25/2017 ,,106/10/2017 BCI;Town Center West 2017 i Windsor Ci 06095 Ronertlacobsen Fine Grade and Pave.Install 2"Binder rlacobsen(D[hebu[lerco.com I 104-1fawn of 010 Lyme 72 5677,939 SOD% Old Lyme Route 156 Blke Way/S view Impr P L7 52 Lyme Street 11/09/2016 06/09/2017 Old Lyme CT 05371 installation of drainage,granite curbing,sidewalks, Bonnie Reemsnyder 1 site furnishings,milling and paving. breemsn tler@old/me-cc. ov N/A 5252,008 100% Branford Linden Shores Association Linden Shores Association P 50 linden Shore 05/01/2017 05/15/_017 Branford CT 06405 Office 203.488=5582 Resurfacing of driveways and parking lots. 5275,990 100% Manchester,CT Town of Manchester 04/08/17 05/12/17 Manchester High School Parking Lot Reconstruction P 2015092 41 Center street,PO Box 191 (92015092):remove existing pavement,form Manchester.CT 06045 subgrade,pave,reset catch basin[ops,pavement mark Czefepu52ko,Town Engineer markings.Change orders added McKee St(1700 SY)& markcz@manchesterct.gov Ellling Middle School(2600 SY) 5271,012 100% Manchester Town or Manchester P 2015092 General Service 04/08/2017 5/10/2017 1 Manchester Schools - CT Manchester CT 06045 installation of drainage,repaving,and striping of MarkCzerepuszko,P.E parking lots at Manchetser High School,Illing Middle markcz@manctiestercc. ov 1 school,and Fire Deparment. Town of Hebron NUAN 1092.0001 5308,683 100% Hebron Hebron Center Parking/Ped Impr P CT Town Manager 6/27/1016 5/3/2017 I Hebron CT 06410 i ! installation of drainage,parking areas,hydroseeding I Town Manager and landscaping. 860-228.5971 Oct-18 , PO# YEAR MAKE MODEL DESCRIPTON VIN 010 2010 FORD EXPEDITION SPORT UTILITY 1FMJU2A57-AEA00768 012 2016 FORD F-350 DUALLY C/C UTILITY BODY 1FD8X3HT2-GEC94038 016 2012 CHEVY SILVERADO X-TRA CAB,SHORT BOX 1GC2KYE88-CZ130253 017 2011 FORD F-350 X-TRA CAB,SHORT BOX 1FT8W3BTO-BEB35575 018 2017 FORD F-350 X-TRA CAB,UTILITY BODY,CC 1FD7X3FT7-HEC72004 019 2006 FORD F-350 FLAT BED 1FTWF31P4-6EA66892 035 2015 CHEVY SILVERADO X-TRA CAB,SHORT BOX 1GC4KOC82-FF529422 046 2004 FORD F-550 MASON DUMP 1FDAF57P9-4EC60243 052 2004 FORD F-350 SERVICE BODY 1FDSX35P6-4ED99139 053 2012 FORD F-550 MASON DUMP 1FDUF5HT5-CEB33271 057 2013 FORD EXPLORER SPORT SPORT UTILITY 1FM5K8GT8-DGB95918 059 2006 FORD F-350 MASON DUMP 1FTWF33P1-6EA16559 063 2005 FORD RANGER CAB+HALF 1FTYR14U9-5PA83888 067 2003 CHEVY S-10 REG CAB 1GCCS14HS-38131508 069 2013 FORD F-350 X-TRA CAB,UTILITY BODY,CC 1FD8X3HTO-DEB16558 072 2007 FORD F-350 CREW CAB.SHORT BED 1FTSW31R5-8EB52456 075 2013 FORD F-150 SHORT BOX 1FTFW1ET9DFC08558 078 2017 FORD F-350 X-TRA CAB,C.C,SERVICE BODY 1FD8X3HT2-HEE67719 079 2004 FORD F-450 MASON DUMP 1FDXF47PO-4ED48179 080 2004 FORD F-350 MASON DUMP 1FDWF37P2-4EC32472 082 2012 FORD F-250 LONG BOX 1FTBF2B65-CEB51508 083 2010 FORD F-350 FLATBED DUALLY,C.C. 1FDWF3HY2-AEBZ0404 084 2010 MERC GRAND MARQUIS CAR 2MEBM7FVX-AX632403 086 2007 FORD F-350 DUALLY, UTILITY BODY 1FDWF37P6-7EA79602 087 2011 FORD F-450 CREW CAB RACK BODY DUMP 1FDUF4HTX-BEC76144 089 2012 FORD F-350 DUALLY, UTILITY BODY 1FDRF3HT7-CEB25621 090 2011 FORD F-350 X-TRA CAB, DUALLY 1FT8X3DT5-BEA41332 091 2005 FORD F-650 6 WHEEL DUMP 3FRWF65T7-5V204097 092 2015 FORD F-350 XTRA CAB, UTILITY,C.C. 1FD8X3HT-3FED10178 093 2016 FORD F-350 XTRA CAB, UTILITY,C.C. 1FD8X3HT3-GEB62602 095 2003 FORD F-350 X-TRA CAB 1FTSX31S5-3EB63501 096 2005 FORD F-350 CREW, RACK BODY;DUMP 1FDWW37P9-5ED37205 B&W PAVING PICKUPS PON YEAR MAKE MODEL DESCRIPTION VIN 100 2011 FORD F-350 REG CAB,MASON DUMP iFDRF3H69 BEA43141 101 2005 STERLING ACTERRA 6 WHEEL DUMP 2FZACFCT7-5AN68247 103 2006 FORD F-350 STAKE BODY 1FDWF37P3-6ED55877 106 2010 FORD F-650 HOOKBED 3FRNF6FH2-AV268175 110 2008 FORD F-350 CREW,STAKE BODY,DUMP 1FDWW37Y1-8EE48280 111 2006 FORD F7350 REG,UTILITY BODY 1FTWX31596EC46896 112. 2001 ISUZU NPR BOX TRUCK W/LIFT GATE JALB4B34317012340 113 2018 CHEVY SILVERADO CREW CAB SHORT BED 1GC4K1EY7JF239835 114 2014 LINCOLN MKX SUV 2LMDJ8JK6EBLO3593 115 2018 CHEVY 3500 HD 1GB5KZCYOJZ310110 116 2018 CHEVY 3500 HD CREW CAB SHORT BED 1GC4KYCY6JF243774 117 2018 CHEVY 3500 HD CREW,C.C.,UTILITY BODY 1GB4KZCY8JF269691 118 2018 CHEVY 3500 HD CREW,C.C.UTILITY BODY 1GB5KZCY9JZ309974 119 2016 FORD EXPLORER SUV 1FM5K8D88GGA54707 120 2016 FORD F-250 X-TRA CAB iFT7X2B6XGEB71441 121 . 2019 CHEVY 1500 CK15043 CREW CAB SHORT BED 1GUCUYDEDSKZ169863 123 2016 FORD F 350 DUALLY LARIAT 1FT8W3DTSGED34801 124 2019 CHEVY 2500 CREW CAB 1GCIKTEYSKF191901 125 2010 FORD F250 CREW CAB 1FTSW2BR7AEA03531 126 2016 FORD F350 CREW CAB 1FT8W3BT5GEB71432 130 2013 FORD F550 1FDUF5HTXCED19890 131 2019 FORD F350 CREW CAB DUALLY 1FT8W3DT2KEG84014 132 2020 FORD F-250 XLT CREW CAB short bed iFT7W2BT4LEE24935 133 2021. FORD F-350 CREW CAB 1FT8W3BN8MEC72154 134 2022 FORD F-350 SUPERCAB 1FD8X3FT6NEC69496 135 2022 FORD F-350 CREW CAB 1FT8W3BT6NEC69494 136 2022 FORD F-350 CREW CAB 1FD8W3HT4NEC69495 137 2022 FORD F-350 SUPERCAB CHASSIS-utility 1FDSX3HT1NEC69497 138 2022 FORD F-350 CREW CAB SFT8W3BT9NED01578 139 2022 FORD F-350 SUPERCAB 1FD8X3HTXNEC97735 140 2022 FORD F-350 CREW CAB DUALLY 3FT8W3DT4NED01579 141 2022 FORD F-550 SERVICE TRUCK 1FDOX5HT2NED18019 151 2022 FORD F-150 CREW CAB 1FTFWIE83NF807822 152 2022 FORD EXPEDITION SUV 1FMJU1RT3NEA01595 153 2005 FORD F-350 CREW CAB 1FTWX31P46EA12215 154 2005 FORD RANGER TRUCK 1FTZR45E95PA19010 AR 16 2008 FORD F-550 HOMED 1FDAF57R3-8EB97082 AR 18' 2008 FORD F 350 X-TRA UTILITY BODY,C.0 1FDWX37RX8ED98534 AR 19 2006 FORD F 350 X-TRA UTILITY BODY 1FTWX31PX6EA70796 AR 20 2017 FORD EXPLORER SPORT UTILITY 1FM5K8GT5-HGA53144 AR 23 2003 FORD F-350 C/C 2-WHEEL DRIVE 1FDWF36P2-3EC66539 AR 24 1991 FORD F-450 MASON DUMP 1FDXF47PX-4ED66771 AR 26 2008 FORD F-750 CHIP DUMP BODY 3FRNF75CX-8V058302 AR 28 2003 INTL 4200 BUCKETTRUCK iHTMPAFP2-3H595580 AR 37. 2013FORD F-350 X-TRA,UTILITY BODY 1FDSX3HT6-DEB05399 AR 38 2011 FORD F-350 1FTRF3B60BEA95867 AR-47 2011 CHEW K3500 CREW CAB FLATBED 1GC4K1C88BF222840 AR 50 2019 CHEVY 5500 HD CAB CHASSIS 1HTKJPVK8KH811917 AR 53 2020 FORD Edge SUV 2FMPK4AP8LBA01388 AR 54 2020 FORD F-350 CAB CHASSIS utilitv 1FD8X3FN5LEE55299 AR 56 2021 JEEP GRAND CHEROKEE SUV 1C4RJFLG8MC700272 CLASS 8 , TRUCKS PO# YEAR MAKE MODEL VIN# 22 2019 KENWORTH T880 1XKZP4TX9KJ309258 23 - 2019 KENWORTH T880 1XKZP4TXOK1309259 041 1997 KENWORTH W900B 1XKWDB9X4VJ-739677 050 1996 VOLVO 4U5DCFPF3UR-733815 054 2007 FREIGHTLINER M2-106 1FVACWCS87H-X71561 061 2006 MACK CV-713 1M2AG11C26M-039023 066 1988 INTERNATIONAL 519001954 1HTLDTVN3JH-604817 068 1994 INTERNATIONAL 4900 1HTSDAAN85H-646777 070 2001 PETERBILT 379 1XP5DBOXOIN-564317 071 2020 KENWORTH T880 1NKZX4TX6U308628 077 2020 KENWORTH T880 1NKZL4TX1U312971 085 2020 KENWORTH T880 1NKZX4TX8U308629 127 2020 KENWORTH T880 1NKZX4TX9U432800 128 2020 KENWORTH T880 1NKZX4TX2U432802 129 2020 KENWORTH T880 1NKZX4TXOMJ443525 142 2023 1 KENWORTH T880 1NKZX4TX3PJ162050 143 2023 KENWORTH T880 1NKZX4TX5PJ162051 144 2023 KENWORTH T880 INKZX4TX7PJ162052 145 2023 KENWORTH T880 INKZX4TX9PJ162053 146 2023 KENWORTH T880 1NKZX4TXOPJ162054 147 2023 KENWORTH T880 1NKZX4TX2PJ162055 148 2023 KENWORTH T880 1NKZX4TX4PJ162056 149 2023 KENWORTH T880 1NKZX4TX6PJ162057 150 2023 KENWORTH T880 1NKZX4TXOPJ162058 AR-41 2005 INTERNATIONAL 7400 IHTWHAARISJ163430 AR-57 2004 PETERBILT 379 1XP5DBOX84N834284 AR-58 2007 INTERNATIONAL 1 7300 1HTWAAAN071552810 CLASS 8 BAILERS PO# YEAR MAKE MODEL VIN# 505 1999 CPS 474 4Z4515225XP002150 S08 1989 EAGER BEAVER 40-GSL 112SCO439KTO31496 535 2008 KAUFMAN HP20TN 5VGFH312X8L002032 599 2016 EAGER BEAVER 55-GSL/PT 112SE5525GLO80876 600 2012 EAGER BEAVER EAGER 112SE2462CLO77480 600-2 2012 EAGER BEAVER #600 FLIP AXLE 112KAP059CLO77434 658 2004 landoll trailer 930A 1LH930VH441A13316 682 2018 KAUFMAN FAP-22.5K-35D 5VGAP352XJL006269 683 2018 KAUFMAN FAP-22.5K-350 5VGAP352XJL006262 726 1998 WABASH HIBOY IJJF482W3WL441635 756 2022 KAUFMAN FAP-22.5K-35D SVGAP3524NLOO5320 757 17022 KAUFMAN FAP-22.5K-35D SVGAP3523NLOO5339 CLASS 5 PO# YEAR MAKE MODEL DESCRIPTION 503 2007 CARMATE CM820EGL ENCLOSED TRAILER`*TYG" 504 2010 CARMATE CM820EGL ENCLOSED TRAILER 509 2006 HAULMARK ENCLOSED TRAILER 513 1998 HOME MADE HOMEMADE WATER TRAILER 517 2003 HUDSON DHD34 TILTTRAILER 537 2012 BRAVO ST8524TA3 ENCLOSED TRAILER*TYG 550 544 2018 CARRY UTILITY CORE DRILL TRAILER 556 1997 FINN T-120GN II HYDROSEED TRAILER 564 2012 BRI-MAR DT612LPLE-30 LEAF/DUMP TRAILER 576 2011 CARMATE CM820EGL ENCLOSED TRAILER 578 2011 KAUFMAN FDDT-7K-22D SMALL EQPT TRAILER 579 2011KAUFMAN FDDT-7K-22D SMALL EQPT TRAILER 580 2010 BIG TEX 14-LX SMALL DUMP TRAILER 587 1999 AVENGER GREEN UTIUTYTRAILER 603 2013 CARMATE CM822EGL ENCLOSED TRAILER 610 2009 BIG TEX 10LP-12BK7SIR LEAF/DUMP TRAILER 615 2010 DOWN2EARTH LANDSCAPE TRAILER 630 2015 CARMATE CM822EGL ENCLOSEDTRAILER 639 2015 CARMATE CM822EGL ENCLOSEDTRAILER 644 2006 TOWMASTER TG-12DD GOOSENECK EQPT TRAILER 645 2015 KAUFMAN FDDT-7K-22D SMALL EQPT TRAILER 646 2015 KAUFMAN FDDT-7K-22D SMALL EQPT TRAILER 652. 2011 MAGNUM MLT5060 LIGHTTOWER 653 2016 KAUFMAN TILT SMALL EQUI PM ENT TRAI LER 6542016 KAUFMAN TILT SMALL EQUIPMENT.TRAILER 656 2008 CROSS 6HD820DO PIPETRAILER 666 2017 MULTI-QUIP WTE5C WATERTRAILER 667 2017 MULTI-QUIP WTE5C WATERTRAILER 668 2017 MULTI-QUIP WTE 5C WATER TRAILER 671 2012 BRAVO ST8524TA3 ENCLOSED TYG TRAILER#554 673 2013 MAGNUM MLT3060K LIGHT TOWER TRAILER 674 2013 MAGNUM MLT3060M LIGHT TOWER TRAILER 675 2013 MAGNUM MLT3060M LIGHT TOWER TRAILER 676 2010UNITED EXPRESS ULT-8.520TA50-S ENCLOSED TYG TRAILER#549 678 2012 BRAVO ST8520TA TRAILER 680 2008 CARMATE M7188CC ENCLOSED TRAILER UNE STRIPER 681 2006 HAUUN TRAILERS HAFC8518TA3 ENCLOSED TYG TRAILER#502 691 2007 CONTRAIL C10 OPEN TRAILER 692 2005 ikMERICAN HAULEF NH612SA ENCLOSED TYG 534 693. 2005 AMERICAN HAUL N6125A ENCLOSED TRAILER 694 2005 PACE SL714TA2 ENCLOSED H2O PARTS 708 2019 CAR MATE CM824EGL ENCLOSEDTRAILER 723 2010 TEREX LIGHT PLANT TRAILER 724 2011 ATLAS COPCO XAS2185JD7TBV AIR COMPRESSOR TRAILER 727 2020 Crafco Super Shot 125D Crack Fill Trailer 729 2016 MULTI-QUIP WTE5C WATER TRAILER 730 2017 MULTI-QUIP WTS WATERTRAILER 773 1998 ANDERSON TE162 TRAILER AR 01 2008 LEEBOY 250T TACK TRAILER AR 30: 2005 CONTRAIL C10 OPEN TRAILER AR 31 2005 VERMEER BC-1400 CHIPPER AR 33 1999 VERMEER BC-1800a CHIPPER AR 39 2003 STAR UTI SMALL DUMP TRAILER PO# YEAR MAKE MODEL VN DESCRIPTION BUCKET STYLE 530. 2008 JOHN DEERE 544 J DW544JZ616375 JIB S/N DAV1978 92FM0004 HYDRAULIC JRB ' 531 1992 JOHN DEERE 624 E DW624EB526221 533- 1996 JOHN DEERE 544G DW544GB557565 MANUAL JRB 540 1996 JOHN.DEERE 544G DW544GB555909 MANUALJRB 543 1999 JOHN DEERE 544 H DW544HX572644 T06068T818772 HYDRAULIC JRB 545 1998 JOHN DEERE 544 H DW544HX568061 550 2007 JOHN DEERE 410 G T0410GX899595 .PIN#6509 BACK HOE HYDRAULIC JRB 559 1999 JOHN DEERE 544 H DW544HX571830 560 1994 JOHN DEERE 544-G DW544GD540769 SE5069T513865 HYDRAULICJRB 568 1993 JOHN DEERE 544 G DW544GB539996 T06059T403043 REGULAR PIN 571 1993 JOHN DEERE 544 G DW544GB543753 575 .2008 JOHN DEERE 244J LU244JX-720537 592 1992 JOHN DEERE- 624 EH DW624EH536621 T06O68T356928 HYDRAULIC JRB 593 1995 JOHN DEERE 624 G DW624GD554128 T06068T568319 REGULAR PIN 594 - 2002 JOHN DEERE 544 H DW554HX583865 T06068T906937 614 2007 JOHN DEERE 624 G DW624GD545209 REGULAR PIN 620 1995 JOHN DEERE 544 G DW544GB539107 621. 2008 JOHN DEERE 524 K DW524KH622007 HYDRAULIC JRB 624 1996 JOHN DEERE 544 G DW544GB555119 REGULAR PIN 626 2001 JOHN DEERE 544 H DW544HX580859 AB19391 641 2006 VOLVO L40B-TP 1921732 MANUALJRB 642 . 2003 VOLVO BL-70 BL70010043 BACK HOE 661 2009 - JOHN DEERE 410JTC T0410TJ177477 67248A HYDRAULIC JRB j692001 JOHN DEERE 644H DW644HX58025 5 1995 JOHN DEERE 644E DW644ED528874 67249A AB12573 707 2 LOADER 711 2003 JOHN DEERE 624H DW624HX588076 WHEEL LOADER 728 19971 JOHN:DEERE 544G ! DW544GB559989 LOADER REGULAR PIN 772 2020 _JOHN DEERE 244L 11LU244LXPZBO55400 LOADER i PO# YEAR MAKE MODEL 512 2004 NEW HOLLAND LS185.13 SKIDSTEER 514 2011 CATERPILLAR 226B SKIDSTEER 542 2008 NEW HOLLAND L180 SKIDSTEER 563 2006 NEW HOLLAND L180 SKIDSTEER 584 2008 'NEW HOLLAND C-190 TRACK SKIDSTEER 606 2012 NEW HOLLAND L225 SKIDSTEER 609 2012 NEW HOLLAND L223 SKIDSTEER 611 2009 BOBCAT S70 SKIDSTEER 617 2007 BOBCAT 463 SKIDSTEER 636 2013 NEW HOLLAND L223 SKIDSTEER 638 2014. NEW HOLLAND L225 SKIDSTEER 651 2010 BOBCAT S70 SKIDSTEER 672 2003 . CATERPILLAR 236 686 2017 NEW HOLLAND L228 688 2018 NEW HOLLAND L228 689 2018 NEW HOLLAND L228 712 2019 KUBOTA SVL75-2HWC TRACK SKIDSTEER 721 2020 NEW HOLLAND L 228 SKIDSTEER 731 2015 BOBCAT S70 SKIDSTEER 742 2021 NEW HOLLAND L328 SKIDSTEER 743 2018 NEW HOLLAND L228 SKIDSTEER AR 27 2003 BOBCAT A-300 AR 46 2006 BOBCAT T-300 ATTACHMENTS PO# YEAR MAKE MODEL 554 2010 MCMILLEN EARTH AUGER X1475 W/12"&8"BITS 566 2010 JOHN DEERE HH50 HAMMER i i PO# YEAR MAKE MODEL 502 2014 JOHN DEERE 135 G 510 2014 JOHN DEERE 135 G 511 2007 HITACHI ZX-225 U5LC 524 1999 JOHN DEERE 160 LC 532 2009 JOHN DEERE 50 D MINI 539 2013 HITACHI ZX-350 LC-5N 546 2010 BOBCAT E-60 565 2006 HITACHI 180W ZAXIS 583 2004 VOLVO EW-180 B 591 2006 HITACHI ZX-350LC-3 596 2016 JOHN DEERE 50G 601 2012 HITACHI ZX-135US-3 602 2012 JOHN DEERE 50 D 607 2010 JOHN DEERE 50 D 613 2006 JOHN DEERE 50 D MINI 632 2012 HITACHI ZX-210 LC-5N 655 2007 BOBCAT 435 AG 663 2007 VOLVO EC360 CL 664 2013 JOHN DEERE 225D 665 2014 HITACHI ZX60 USB-5N 679 2016 HITACHI ZX50 U5N 684 2016 JOHN DEERE 50 G 685 2018 JOHN DEERE 345 G 687 2018 HITACHI ZX50-U5 701 2019 HITACHI 345US LC-6 703 2018 JOHN DEERE 245GLC 722 2015 HITACHI ZX130LCN 738 2020 HITACHI ZX50U-5N 741 2020 ZAXIS ZX60-5 750 2022 JOHN DEERE 245GLC 751 2022 JOHN DEERE 345G LC 759 2022 JOHN DEERE 60G .760 2022 JOHN DEERE 60G EXCAVATOR ATTACHMENTS PO# YEAR MAKE MODEL 547 2004 TRAMAC 1200 548 2009 TRAMAC 900 566 2010 JOHN DEERE HH50 581 2005 TRAMAC V45 2015 ALLIED HO-PAK 1000 B RAM PAC RP-30-2 TRAMAC TR14-B TRAMAC TR14 2011 TRAMAC TR21 t PO# YEAR MAKE MODEL ,4 500 2014 VOLVO DD110 B 506 2001 DYNAPAC CC102 ROLLER 507 2001 DYNAPAC CC102 ROLLER 518 2005 INGERSOLL RAND SD-70D ROLLER 521 2007 INGERSOLL RAND DD-22 ROLLER 522 2008 INGERSOLL RAND DD-34HF ROLLER 523 2008 INGERSOLL RAND SD-77DX ROLLER 558 2008 HAMM HD-10C ROLLER 618 2006 INGERSOLL RAND SD-77-DX ROLLER 622 2008 VOLVO DD90HF ROLLER 625 2013 VOLVO DD38HF ROLLER 648 2015 VOLVO DD25B ROLLER 649 2015 VOLVO DD25B"ROLLER 690 2014 VOLVO DD38HF ROLLER 698 2015 HAMM HD-12 VV 717 2015 VOLVO DD 140B 718 2012 VOLVO SD100D 732 2020 VOLVO DD110-13 740 2016 VOLVO SD115B 753 2022 VOLVO DD35B 754 2022 VOLVO DD35B PO# YEAR MAKE MODEL 527 2004 JOHN DEERE 6501 XLT DOZER 595 2008 JOHN DEERE 700J BULLDOZER 706 2001 JOHN DEERE 700H AR 06 2007 LEEBOY 685B GRADER AR 12 1985 CAT 120G MOTOR GRADER AR 55 2012 LEEBOY' 685C ROAD GRADER j i i PAVERS PO# YEAR MAKE MODEL DESCRIPTION 588 2007 BLAW KNOX PF-5510 713 2017 VOLVO PF7110B PAVER 715 2020 LEEBOY 8520 B PAVER .716 2020 LEEBOY 8520 B PAVER 739 2019 LEEBOY 5300 TRENCH PAVER 752 2018 VOLVO P4410B PAVER 761 2022 LEEBOY 8520 PAVER 762 2022 LEEBOY 8520 PAVER MILLERS&RECLAIMERS PO# YEAR MAKE MODEL DESCRIPTION AR 09 2000 WIRTGEN W500 TRIMMER AR 10 2010 WIRTGEN W210 MILLING MACHINE AR 11 1996 ROADTEC SB1500 SHUTTLE BUGGY AR 14 2008 WIRTGEN W2500 RECLAIMER AR 29 2012 WIRTGEN W-50 TRIMMER AR 43 2014 WIRTGEN W210i MILLING MACHINE AR 49 1999 ROADTEC SB1500 SHUTTLE BUGGY AR 51 2019 WIRTGEN W120i MILLING MACHINE AR 59 20081 WEILER E1250 TRANSFER MACHINE AR 60 20071 ROADTEC SB1500D TRANSFER MACHINE i i HAULTRUCKS PON YEAR MAKE MODEL DESCRIPTION 528 2005 JOHN DEERE 300•D OFFROAD HAUL TRUCK 529 2005 JOHN DEERE 30D-D OFFROAD HAUL TRUCK CRUSHERS&SCREENERS PON yEAR MAKE MODEL =549 2008 VIBROTECH SCM-75B SCREENER 597 2005 PEGSON XA-400 JAW CRUSHER(105,500 lbs 709 2000 CEC SCREEN-IT SX12SCREENER 719 2019 KLEEMAN KT80 STACKER 720 2018 KLEEMAN MS13Z SCREENER FORKLIFT Op YEAR AKE MODEL DESCRIPTION 520 WORLD LIFT FG25ZH LIFTATOFFICE 650 1998 LULL 64413.42 HIGHLANDER 660 1998 CAT GP-25 UFTATSHOP 662 NISSAN CPF02A25V LIFTATPAVERSHOP 758 CAT TC60DS FORK UFT PON Y MAKE MODEL DESCRIPTION 572 2007HOLDER 9.88 SIDEWALKMACHINE 573 1998 TRACKLESS MTST SIDEWALK MACHINE 582 1996 HOLDER 414 (SKI DER)WEST HAVEN TRAIN 627 1999 TRACKLESS MT5T SIDEWALKMACHINE 628 1999 TRACKLESS MTST SIDEWALK MACHINE 633- 2001 TRACKLESS MTST SIDEWALK MACHINE 634 2014 TRACKLESS RMTST SIDEWALK MACHINE 637 1998 TRACKLESS MTST SIDEWALK MACHINE 696 2017 HONDA TRX420FMIH 4 WHEELER 697 2016 HONDA PIONEER 700 SIDE BY SIDE 733 2020 VENTRAC 2100C SIDEWALK MACHINE 734 2020 VENTRAC 2100C SIDEWALKMACHINE 735 2020 .VENTRAC 2100C SIDEWALK MACHINE 735 2020 VENTRAC 2100C SIDEWALK MACHINE 744 2020 BOSS SNR24001 SIDEWALK MACHINE 745 2021 VENTRAL 2100C SSV KAWASAKI SIDEWALK MACHINE . 746 2021 VENTRAC 2100C SSV KAWASAKI SIDEWALK MACHINE 747 2021 VENTRAC 2100C SSV KAWASAKI SIDEWALK MACHINE 748 2021 VENTRAC 2100C SSV KAWASAKI SIDEWALK MACHINE 749 2021 VENTRAC 2100C SSV KAWASAKI SIDEWALK MACHINE 763 2022 VENTRAC 2100 SSV SSV STAND ON SIDEWALK MACHINE 764 2022 VENTRAC 2100 SSV SSV STAND ON SIDEWALK MACHINE 765 2022 VJE RAC 2100 SSV SSV STAND ON SIDEWALK MACHINE 766 2022 VENIRAC 2100 SSV SSV STAND ON SIDEWALK MACHINE 767 2022 VENTRAC 2100 SSV SSV STAND ON SIDEWALK MACHINE 768 1 022 VENTRAC NT 2120M SSV 23 HP SIDEWALK MACHINE 769 1 20221 VENTRAC NT 2120M SSV 23 HP SIDEWALK MACHINE 770 20221LINER RAC NT 2120M SSV 23 HP SIDEWALK MACHINE 771 2022RAC 2100 SSV SSV STAND ON SIDEWALK MACHINE WEEPERS PON YEARKE MODEL DES PTION AR 13 2000 FL-70 ELGIN BROOM BEAR SWEEPER FL42H AR 44 1997 ATHEY M-9DTOPGUN MOBILSWEEPER AR45 2009 JOHNSTON STREET SWEEPER AR52 1994 MOBIL-ATHEY SWEEPER ISL. All 40 2014 BANDIT STUMP GRINDER AR42 2018 MRL MM30E UNE STRIPING MACHINE I � 1, .w 1983 7" • , y, � B&W Paving & Landscaping, LLC, 305 Butlertown Road, Oakdale CT 06370 Phone: 860-572-9942, Fax: 860-536-5833 Seo-siti' "AN AFFIRMATIVE ACTION/EQUAL OPPORTUNITY EMPLOYER" B&W PAVING & LANDSCAPING,LLC KEY PERSONNEL James Wray–Owner, CDL Class A, OSHA 10 Certified, Experience in Construction& Paving since 1989. Member-International Operating Union Engineers,Paving Operator Training, Financial Decision Maker, RI Hoisting License, Operator, Paving Crew Manager, EEO Officer;NETTCP Inspector Keith Chapman –Project supervisor, OSHA 10 Certified, CDL Class A, Brake Inspector, RI Hoisting License. With company since 2001, Equipment operator and project supervisor. P7 license. Kevin Gasper–Supervisor, OSHA10 Certified, Operator, Supervisor of paving crew, With company since 2006.NETTCP Inspector Andrew Dunkle –Supervisor, OSHA10 Certified, Operator, Supervisor of paving crew, With company since 2005. NETTCP Inspector Thomas Conley–Site Supervisor, OSHA 10 Certified, CDL Class A, Operator, over 25 Years Heavy Equipment Experience Michael Eldredge—Site Supervisor, OSHA 10 Certified, Operator, Over 30 Years Heavy Equipment Experience Wm. Spencer Palmieri—Site Supervisor, OSHA 30 Certified, Operator, Over 15 Years Heavy Equipment Experience, Safety Officer, OSHA Trainer Additionally: Multiple site supervisors with collective construction experience of 90 years. 'S 1 PROPOSAL FOR CONSTRUCTION OF THE REHABILITATE RUNWAY 12-30—PHASE 1 PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,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 BID 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 REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-191 UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS CENTS DOLLARS CENTS 1 C-100 CONTRACTOR QUALITY CONTROL PROGRAM(CACP) 1 LS � / 1 FOR �e1 ni l V e 1 awjbcLnj -oz PER LS $ "IS DO© .�� $ -7 WO ..� 2 C-105 MOBILIZATION(8%MAX.) 1 LS FOR PER LS $ IAO 00d .d $ d-6 60a .d 3 C-106 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS �I C FOR �Jf 1`i L) e, IDD tLo-,rs PER LS $ 25 d I &1 S .®® $ S 6 -lis ' v 4 P-101 JOINT AND CRACK FILLING REPAIR 1,000 LF FOR PER LF $ /S.00 $ poo, �--ro PROPOSAL-2 ELIZABETH FIELD AIRPORT REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-19] UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS CENTS DOLLARS CENTS 5 P-101 FULL DEPTH JOINT AND CRACK REPAIR 1,000 SF Lam, FOR �1 '3�C `'� 1�'� «0.r S PER SF $ S-0 -c!)® $ ��( o0b-0 b 6 P-101 PROFILE MILLING 12,000 SY� , --�� FOR I V 1 I fes+ )►1�`�� PER SY $ 3. (P O $ D j O Q- 0 0 7 P-401 ASPHALT SURFACE COURSE,GRADATION 2 2,050 TON FOR ] !,t> O c'�o !g�l 1c Zr o It Q ,r� PER TON $ $ S 33 000-0 0 8 P-603 EMULSIFIED ASPHALT TACK COAT 600 GALS FOR �` /� PER GAL $ 'alOo $ -1 U o PROPOSAL-3 ELIZABETH FIELD AIRPORT REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-19] UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS CENTS DOLLARS CENTS 9 P-605 JOINT SEALING FILLER 2,210 LF FOR (tgg rs PER LF $ Q ,C78. $ a CDC) 10 P-620 SURFACE PREPARATION ILS [ -- FOR 1 1 �CS�YI {-��,,a r PJ PER LS $ / D •CrU $ Z� ,•v V 11 P-620 MARKING 8,600 SF FOR I WCO oc7 PER SF 17 12 P-620 REFLECTIVE MEDIA 1 LS - --� FOR PER LS $ CyD PROPOSAL-4 r ELIZABETH FIELD AIRPORT REHABILITATE RUNWAY 12-30-PHASE 1 PROJECT[AIP 24-191 UNIT PRICE SCHEDULE FAA UNIT PRICE IN FIGURES TOTAL AMOUNT ITEM SPEC ITEM AND DESCRIPTION NO. NO. AND UNIT PRICE IN WORDS DOLLARS CENTS DOLLARS ICENTS 13 P-620 TEMPORARY RUNWAY AND TAXIWAY MARKING 5,600 SF II FOR `rS 11- �i de- ��y��,S PER SF $ a,0,5 $lll*f 10=z TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES - DOLLARS CENTS TOTAL en c , , 4Ui { CONTRACT � 4 i PROPOSAL-5 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 of 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 money 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: 2018 PROPOSAL-6 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-7 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER,IF A CORPORATION: BY: L=�'(Z c_ (,v j •u G t�P_ {' – �c rinted arm Title) ignature) CORPORATION NAME: L �M��'�t e✓4'J►A q 2�'1 c ADDRESS: ` O �PX c� �1Ctf�- a (SEAL) VyD� Gy�v�� C-1 O(oL(1�J STATE OF CORPORATION CHARTER: PHONE NO: DATE: PRESIDENT'S NAME: EA(2L W . i uc.11,ec, BUSINESS ADDRESS: Warm, 4�,jer . CF 073 SECRETARY'S _ TREASURER'S NAME: cv��1T i1J . � � 'r NAME: if Mg L- Ld Cl(—et, BUSINESS '2 BUSINESS lJ ADDRESS: `3o ernnufd- 9-L ADDRESS: 3G ern�na�cL �—ct 20 t 8 PROPOSAL-8 4 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 Reklution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification - Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions, Section SP 70-23, subsection A-12 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification 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(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-9 i Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the 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 of perjury,that to the best of knowledge and belief- 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 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: —rn NP4, 2t..i ` /1 n C if Principal is Corporation BY: uc-tce� TITLE: C'T STATE OF NFW-Y ZK) SS: COUNTY OF Kep,) ) On the day of 20_�J- ,before me personally came &{ 1 vcKec, to me known,who,being by me duly sworn,did swear and affirm that he/slavresides at d GY-Y n CT-'Lu v ;that he/she is the �?�e5 eg;T of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is t NO ARY PUBLIC MY COMMISSION EXPIRES: -? / (This form must be completed and submitted with the Proposal.) JANET SAMPERI NOTr9RPPUBLIC-CT 168600 - MY COMMISSION EXPIRES FEB.28,2025 2018 PROPOSAL-10 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that G19'2L W o,<�K6r,1E:-- be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Rehabilitate Runway 12-30–Phase 1 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 IMS i 6 Z "?CAJA n!a-1G Corporation at a meeting of its Board of Directors held on the – day of 20 . (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-11 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC§ 50101,BABA and other related Made in America Laws(Per Executive Order 14005 "Made in America Laws"means all statutes, regulations,rules, and Executive Orders relating to federal financial assistance awards or federal procurement,including those that refer to"Buy America"or`Buy American,"that require,or provide a preference-for,the purchase or acquisition of goods,products,or materials produced in the United States, including iron,steel,and manufactured products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron,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. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder"or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber;or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS 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,BABA and other related Made in America Laws,U.S. statutes,guidance,and FAA policies,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 checkmark(✓)or the letter Bidder or offeror hereby certifies that it will comply with 49 USC§ 50101,BABA and other related U.S. statutes,guidance,and policies of the FAA by: a) Only installing iron, steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material, or supply—other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand,or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride,composite building materials, and polymers used in fiber optic cables); glass(including optic glass); lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or 2018 PROPOSAL-12 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 d) 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: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S. domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC§ 50101(a)but may qualify for 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: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder, a formal waiver request and required documentation that supports the type of waiver being requested. b) 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. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research,consideration where appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-13 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) 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(Unreasonable Costs) -Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious,or u t certification may render the maker subject to prosecution under Title 18,United St Code. Date Signatur E p-2i: f f✓der J Comp ny Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-14 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CERTIFICATIONS BIDDER'S NAME: C`�nn -e 6� �G-y n Q n G ADDRESS: 30 ?_X_rn0ar A- To"k, Mardi, '�aJ ec�t UT- o bq ? TELEPHONE NO.: 203-7Sa ^ O OQrR FAX NO. 903—?s ,P-oa 9 2 IRS EMPLOYER IDENTIFICATION NUMBER: C7(� _ �(o cd a R Sr 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 of the 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 pepalty 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 areas, 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-15 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 or 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 LOWER 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: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),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 failed 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 of any 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) If 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 2018 PROPOSAL-16 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 when this transaction was made or entered into. Submission of this 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$100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements. The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space following the applicable response. 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(ya 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 taxi/liability. 2) The Contractor represents that it is L�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 SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a 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 U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-17 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 is not being paid in a timely manner pursuant to an agreement with the authority responsible for 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— 1) 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(USTR); 2) 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 USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. 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 USC § 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 CFR§ 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 USTR;or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list;or 3) who incorporates in the public works project any product of a foreign country on such USTR 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 a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on 2018 PROPOSAL-18 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 the list of countries that discriminate against U.S. firms as published by USTR,unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: C . I U c Signature:" Date: (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-19 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has 9 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 ?(� 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-l", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: O n DATED: L/ —d- ADDENDUM ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: (Firm or orporation mg Bi (Signature of Mithorizedrr 1_f JZL W • +oc Ket, - �Ffe5i De<,r P.O.Address:`3 0 C'n6QC'A. 9• Nz• }AU Gn 1 CT o64-73 Dated: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-20 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of Um i0 i(e, ? y,t\ti 1 . (Contractor of 3 a ' ���n�f1<e<� -DO M o 6 n 'R{�iN`P� G� 6 -7 (Address) for the Rehabilitate Runway 12-30—Phase 1 , 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 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: Surety's Authorized Signature(s) (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-21 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 of Iran; 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 for Bids/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 a 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. 2018 PROPOSAL-22 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 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 list 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 a Contract awarded hereunder,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 Entities 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 included 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 within 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 reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of 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. I, ��`t(LL (IJ,1 u c\_,_er -TTI— ,being duly sworn,deposes and says that he/she is the �ey1 i of the Gm g► re- Corporation 2Corporation and that neither the Bidder/Contractor nor any proposed s ctor is identified on the Prohibited Entities List. SIGNE SWORN to before me this day of MA 200L Notary Public: JANET SAMPERI (This form must be completed and submitted with the Proposal.) NOTARPPUBLIC-CT 168600 W COMMISSION EXPIRES FEB.28,2025 2018 PROPOSAL-23 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 DISADVANTAGED BUSINESS ENTERPRISE(DBE)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 firms 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 DBE goal of 6.3 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 Special Provisions to the General Provisions, Section SP 70-23, subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms" from each of the DBE firms the Bidder or Offeror intends to use. If the contract 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: htips://nysucp.newnycontracts.com/. 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): 4— 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 will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. IRS Number: Signature and Title -LLA3 - V cKr�- S ` 1 6 e5 i 2n i 2018 PROPOSAL-24 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase 1 Bidder's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts CM Fire, 30 &rn ha,-d. 2A ❑ Less than 1 year ❑ Less than$500K Aloe' ���den�U C! 1-3 years1 $500K-$1M U DBE D b 7 3U 4-7 years LJ $1-$2M i.l Non-DBE a03-75a-000-L .a 8-10 years C1 $2-$5M [_' More than 10 yrs. EI :ore tD$5 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-25 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER'S LIST COLLECTION FORM (Subcontractor'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 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 in the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase 1 Subcontractor's Information Finn Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross r Phone No. Status Receipts G-F�r�e P O GO V- S (o [J Less than 1 year IJ Less than$500K 1f4�{ G�C'r al NPa4 Lr&0f% i-J 1-3 years D $500K-$1M [-1D E U(o a O 17 Non-DBE i_I 4-7 years C 1 $1-$2M �j 6D-3�3's'oS j IJ 8-10 years [J $2-$5M ❑ More than 10 yrs. ri More than$5M � e 7 gee S"(' U Less than 1 year i,. Less than$500K ca,C-tom;n g No &-,40CdC-7 L BE ❑ 1-3 years ❑ $500K-$1M - 0 Non-DBE ❑ 4-7 years ❑ $1-$2M _waw Cl 8-10 years ❑ $2-$5M 0 More than 10 yrs. ❑ More than$5M M4.r�'o� D Less than 1 year 11 Less than$500K <Ire J DBE ❑ 1-3 years ❑ $500K-$1M G� D6�o s 1.-1 Non-DBE I-1 4-7 years !-1 $1-$2M J 8-10 years ❑ $2-$5M a03 ?01 ❑ More than 10 yrs. ❑ More than$5M 2018 PROPOSAL-26 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts z w ��j dJ�(�Dr���� ❑ Less than 1 year I.7 Less than$500K Unt:J DBE ❑ 1-3 years ❑ $500K-$1M U, 6(0 o—; I-1 4-7 years FJ $1-$2M � LI Non-DBE C)-;k;' C1(rz 11 8-10 years ❑ $2-$5M I-] More than 10 yrs. 1-1 More than$5M 5aao� �- t 6-Al-M ❑ Less than 1 year I] Less than$500K [--,' 1-3 years U $500K-$1M �— 17 DBE oCvc 3 ! / C] 4-7 years -1 $1-$2M C! Non-DBE [i 8-10 years 0 $2-$5M I More than 10 yrs. ❑ More than$5M U Less than 1 year 1-] Less than$500K yru g�ao`c�c�iJj� 17- DBE L:I 1-3 years ] $500K-$1M LI 4-7 years ❑ $1-$2M —�2 1_l 8-10 years ❑ $2-$5M ❑ More than 10 yrs. U More than$5M ❑ Less than 1 year ❑ Less than$500K DBE i 1-3 years C1 $500K-$1M h CJ Non-DBE r! 4-7 years D $1-$2M L; 8-10 years 0 $2-$5M .i More than 10 yrs. ❑ More than$5M (Copy this form and submit with your original proposal if more space is needed.) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport Project Name: Rehabilitate Runway 12-30-Phase 1 FAA AIP Project No: 3-36-0029-024-2019 Total Awarded Contract Amount: -7 � 2 3t = C:r� �� Name of Bidder's Firm: l=Yh Cc71 C 2� G�\�n Q --Ld,C- Street Address: °J D DcC'n V 1G c City: NDVTkn V-\ `-JeA l State: C,1 Zip: Oto 1 Printed name of signer: '-fel W •(uc e-Y-1i l Printed title of signer: ?fe-S 1 !fiey1 T DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ x 1.00= $' _t: % % DBE Suppliers * $ x 0.60= $ % DBE Brokers ** $ x 1.00= $ % DBE Manufacturers $ x 1.00= $ % Total Proposed DBE Participation*** $ % Established DBE Goal $ Z) b oa 6.3. * Applicable only to regular dealers. ** Applicable only to the amount of fees or commissions charged for assistance in the procurement of material and supplies,or fees and transportation charges for delivery of material and supplies. *** If the total proposed DBE participation is less than the established DBE goal, bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perforin a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Civil Ri a f f the Federal Aviation Administration. By: i ?res ^'T (Signa re of Bidder's r entative.,_-,_.---- (Title) (This orm must be completed and submitted with the Proposal.) 2018 PROPOSAL-28 1131 rslib Eli�ttbedl Ficlil Ai ori .Rehabilitate Runway 12-30 -Phuse ! DBE LEITER OF iNTENT FbRik (Submit one farm for"cach(1Bli xuftcontrac(or,sapplieror manufacturer.) Pr0jcc1 Nntne/Locution: Itch thilit ttc lttnmaY I�•3t1=1'.hnsthtiinht�ih richt xirnnri FAAAP Project Nn J-1h-4N►29-u2 i__v_+21)i9 ... Name of Bidder's Pine: 5trcet:Addi�•ss: 3O�j��t", In.a r�-`�" ��—� City: moo` �_ 0.`t2-C1. Slato: C-7 dip;O� �. Nairic of DBE ftmt: -- -- street Address: Contact Person:'30—'r I Ccrtifymg Agcuey: S'E Cb e:'G"Vf1 Q:) : ," ' _F'(pjra llgp D,ic:. (UDE,firm Eialt cu�tnii'eviNciicc;sucL'as a pttutpcopy,pf tI ii.ccniticalioits1ates) Clasci`fccation: :Er Ptime Contmct`5,ri .`; :✓r,t,Suhconirticlor;_ Broker So t tlIcr N46 r_ 1} Disndvantn O Group cltcck.onc)i' BlaekAtncrican llis)iniiic'Ariipiic u: ';"", ;;i_'. NadVc'Amcricmo' Subcont:Asion"MicricanD '.` . Mole ? Male it lvlale i\lalc:;. i Fcntalc' Fenihlc=tf ', :. ;;: Fcttinic Fcmaic t Asian Pacific American Non-t4lioority;ti f;i''p :, .Other(not,orany gm-p listed hero) 'M 'C j Mblc Female Eunale", ,.p,vr;'` ? Fcutalq 9 `SUAtd�r{721'.'OF AVUItK,E'1'1s1iS 1Yorkdtcin(s) ,'' 'Discriptionof: NAfCS EstiinatedQuantity Total h)rs 3 7, R •,l Tile bidder is committed to utilWng the above-named,UBE limt for the work.described above. Tlie estimated dolltic.valpa work is S ; The utruvw!n ucd DBI.:,Grm;tt " t hat it will perfnrot iltc,portiun urtitc contract for the estituated dollar vadttc as stated above. By. �Y/tom p :y (SigtiuturcofDBG firth s,re rcsc»ta1(vc) (Title) (Signature'ol f3iddershpmsentative) (Title) ,1f,-1he bidder flocs 1101 receive ni6rd of tlic,pt-line contract,an)'mill all,rrprescnf,titimts,lit=llils'Letler or Intent and 'Affirtnntion shall bb null and void: (T)iis M611,1nust.be_c011114 tett and Submitted iyith itie:!'ropasal:) 2018 PROPOSAL-29 rya Current Usr:r STATE OF' CONNEC' Home Biznet Menu Log IniOul About Us Program and Services PublicationsForms Contact Us Home Search Results List of companies matching search criteria Search Criteria:Company Name includes'devoe' i Items per Page 125 « O ;J v �> » 1 company listed Coinpalny Name Services Other luno J.DeVoe Trucking Trucking of Construction Materials. 27 Beech Street North Branford,CT 06471 NAICS Code(s):484110 Contact:DeVoe,James Phone:(203)457-1320 FAX:(203)457-0379 Email:jdevoe7611(7n,aol.eom Items per Page '25 « > Home I CT.gov Home I Send Feedback State of Connecticut 91claimer and EU?LqXZ2jW Copyright©2002-2007 State of Connecticut Hit Counter 150,880 x Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Rehabilitate Runway I2-30-Phase l /Elizabeth Yield Airport FAA AIP Project No: 3-36-0029-024-2019 Name of Bidder's Firm: t C IDl e- �C�lljli�i C Street Address:30 err,n Na<d- M City: 0 /State: Zip: 0(a -7 Name of DBE firm: ��r����Lt Cy v L co'c*�bk -Mn C Street Address: ED x 15- 7(P City:N)ew 1.-D.r\ State: C-k Zip: 0(0 3 a c _ r Contact Person: G u s+a V O SM) - 3 8-3 Certifying Agency: 51ray e- ek Cr Expiration Date: (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: C Prime Contractor V Subcontractor Broker Manufacturer v Supplier Disadvantaged Group(check one): Black American �'i Hispanic American J Native American D Subcont.Asian American Male J Male Ll Male J Male U Female J Female J Female ❑ Female Li Asian Pacific American J Non-Minority LJ Other(not of any group listed here) J Male a Male J Male ❑ Female C Female J Female Ll SUMMARY OF WORK ITEMS Work Iteim(s) Description of Work Item NAICS Estimated Quantity Total Value F q e,ys 5(® 1 g9D (.cw hr -7$ 000 The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. t� By: (Signature of DBE firm's representative) (Title) By: (Signature of Bidders representative) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation Shall be null and void. (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-29 i, .N,x�v STATE OF 'CONNEC . Current User: Horne Bimot Menu Log In10,tt About Us Program and Services Publications Forms Contact Us Home Search Results . List of companies matching search criteria Search Criteria:Company Name includes'G-Force' Items per Page 25....._.._.... J « 0 !,.�...........`�..: ❑> » 1 company listed Company [Name father Info G-Force Traffic Control,Inc. Flagging/Traffic Control Services P.O.Box 1576 New London,CT 06320 WebSite:ht g-forcetrafficcontroline.com Contact:Pereira,Jr.,Gustavo Phone:(860)383-5053 NAICS Code(s):561990 FAX: Email:gforcetcontrol@gmail.com Items per Page i25 _; « 0 ........... Home I CT.gov Home I Send Feedback - State of Connecticut Dtsclalmer and j!riygcy_epl1cy Copyright©2002-2007 State of Connecticut Hit Counter 150,886 yyL� 1 �7 M . Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase I SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: E/1 za,bcA i:�i e�I /'f i Ir 9Csr 1, �_05�crS ,-51�r,�, Project Name: Re-6,6 R u n v,.5 cud a-3® ' P��c f �n�LC 1 Contractor's Official Name: L�,rn�f �c�v �1 G =n G Contact Person: LffRt_ yG�Ger, 'A= Telephone: CO3"?S a-000 Z Street Address: —30 City: State: ` 1- /C.1 zip: 0 �S� `T�U-2'n Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP) included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. 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 work,if awarded this Contract, and that I will provide any additional information re u b the Owner. Printed Name of Signer Si ture 0reS�© -2— Title Title Date END OF PROPOSAL 2018 PROPOSAL-30 r, .., V �I"1-. i-n EE MAY - 9 2023 Elizabeth field Airport Il ials►i't Itlr., y 3A -Phase ��teri, STATEMENT 01,Sl1RETV'S INTENT TO: Town of Southold We have reviewed the bid of Gm i(e- ?c.y (\C, (Contractor of 3 �7ec n�cicilcL 1—Oc d r 1ti o fTh i ver+ G-( b(nL( 7 (Address) for the Rehabilitate Runway 12-30—Phase I 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 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 Stale of New York. L Travelers Casualty and Surety Company of America ATTEST Joan a Czlapins uret s 1thot izc gnattn•c(s ohn B.O'Keefe,Attorney-in-Fact (Corporatctsehl if any.If no seal,write"No Scal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER Or ATTORNEY ('Phis forte must be complete and submitted With the Proposal Copies of this farm may be filled out and attached to this page.) 201s PROPOSAL-21 Travelers Casualty and Surety Company of America AM Travelers Casualty and Surety Company TRAVELERS J St.Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint John B.O'Keefe and Joanne Czlapinski of Hartford Connecticut their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. SURfjy Jp�Tr•h" ( ���NART%OPD,4J� � rt�f11F07�, i State of Connecticut By: Robert aney,Senior Vice President City of Hartford ss. On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. .T My Commission expires the 30th day of June,2026 .unue ,Anna P.Nowik,Notary Public This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizences,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed In the office of the Secretary;and it is FURTHERRESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this glh day of May 2023 p`1V 44r ' .H,`�'.,•NART=0P0;�� a•µtiar0!* � , CONN. /lam 'y GONN. n [ Kevin E.Hu hes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Aftorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. i Noncarrow, Denis From: DeChance, Paul Sent: Tuesday, May 9, 2023 12:50 PM To: 'Tom Horth'; Geb Cook; David McCall; Born, Sabrina; Mudd, Jennifer; Rudder, Lynda; Mirabelli, Melissa; Noncarrow, Denis Subject: RE: Rehab Runway 12-30 - Phase I : Surety Intent form There is no objection to the inclusion of the attached surety note to the bid package of Empire Paving. Paul M. DeChance, Esq. Town Attorney Town of Southold Southold Town Hall Annex 54375 Route 25 (Main Rd) P.O. Box 1179 Southold, NY 11971 Office (631) 765-1939 Fax (631)765-6639 From:Tom Horth<thorth@cscos.com> Sent:Tuesday, May 9, 2023 12:44 PM To: Geb Cook<gcook@fiferry.com>; David McCall <DMcCall@fiferry.com>; Born, Sabrina <sabrina.born@town.southold.ny.us>; Mudd,Jennifer<jennifer.mudd@town.southold.ny.us>; Rudder, Lynda <lynda.rudder@town.southold.ny.us>; Mirabelli, Melissa <melissa.mirabelli@town.southold.ny.us>; DeChance, Paul <pauld@southoldtownny.gov>; Noncarrow, Denis<denisn@southoldtownny.gov> Subject: FW: Rehab Runway 12-30- Phase I : Surety Intent form Importance: High Attached please find the surety note from Empire Paving's bonding company. It was not available in time for the bid to be delivered today but is scanned.They've have requested it be considered as part of the proposal. C&S believes this is acceptable to be included with their bid as it demonstrates responsiveness as a bidder, but defer to the Town. Please advise if the Town suggests otherwise. Thank you, Tom Thomas J. Horth, P.E. calls Principal Engineer * C&S Companies thorth@cscos.com office:(315)455-2000 1 direct:(315)703-4244 1 cell:(315)413-9574 Build your career at C&5! 1 www.cscos.com 1 Facebook 1 Twitter 1 Linkedin i 1 CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information.If you are not the intended recipient,you are hereby notified that any use,disclosure,copying,distribution,or taking of any action in reliance on this information is strictly prohibited.If you have received this e-mail in error,please notify the sender immediately by e-mail and delete the message. -----Original Message----- From: Loretta Quattrini<LorettaQ@empirepaving.com> Sent: Tuesday, May 9, 2023 10:01 AM To: Laurie lauco<Llauco@cscos.com> Subject: Rehab Runway 12-30- Phase I : Surety Intent form Importance: High Laurie: My man just left to deliver today's bid. The attached form,did not make it in time forme to include in the envelope so I'm sending it to you now' Is this okay? Loretta Quattrini Bid Administrator Empire Paving, Inc. 30 Bernhard Road North Haven, Ct 06473 Tel. 203-752-0002 An Equal Opportunity Employer -----Original Message----- From: Czlapinski,Joanne H<Joanne.H.Czlapinski@marsh.com> Sent:Tuesday, May 9, 2023 9:40 AM To: Loretta Quattrini <LorettaQ@empirepaving.com> Subject: Surety Intent form Loretta See the attached Joanne Czlapinski Assistant Vice President I Surety Senior Fulfillment Specialist Marsh USA, Inc. 120 Church ST., 8th FL, Hartford, CT 06103 Office: (860)723-5686 Fax: (860) 723-5855 www.marsh.com I joanne.h.czlapinski@marsh.com 2 This e-mail, including any attachments that accompany it, may contain information that is confidential or privileged.This e-mail is intended solely for the use of the individual(s) to whom it was intended to be addressed. If you have received this e-mail and are not an intended recipient, any disclosure, distribution, copying or other use or retention of this email or information contained within it are prohibited. If you have received this email in error, please immediately reply to the sender via e-mail and also permanently delete all copies of the original message together with any of its attachments from your computer or device. ********************************************************************** 3 Document A310TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bond Number: 46292-TRA-23-14 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) Empire Paving, Inc. Travelers Casualty and Surety Company of America One Tower Square 30 Bernhard Road Hartford,CT 06183-6014 This document has important legal North Haven,CT 06473 State of Inc: CT consequences.Consultation with OWNER: an attorney is encouraged with (Name,legal status and address) respect to its completion or The Town of Southold modification. 53095 State Route 25 Southold,NY 11971 Any singular reference to Contractor,Surety,Owner or other party shall be considered BOND AMOUNT: Five Percent of Amount Bid(5%) plural where applicable. PROJECT: (Name,locution or address,and Project number,if any) Runway 12-30 Rehabilitation-Phase 1 Project at Elizabeth Field Airport Fisher Island- Town of Southold,NY The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,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 within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with 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 Owner,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 Owner the difference, not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for 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 term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of'the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 9th day of May 2023 Epi aving,Inc. (Principal) !— N (Seal) (Witness) (Title) .,-r—L. CJ ,j vet - �;<-esi7cLea,l velers Casualt a Suret Company of America Surety (Seal) ItneSS) Joanne zl inki (Title) John B O'Keefe, ttorney-in-Fact ti Travelers Casualty and Surety Company of America ,�. Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut(herein collectively called the "Comies"), and that the Companies do hereby make, constitute and appoint John B.O'Keefe and Joanne Czlaoinski of Hartfpanord Connecticut their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. _ P�v AHn env W E v r HART-ORD.?�? CODrJY'i CONN. i ii -•�. .ay�T �. 1� State of Connecticut By: Robert Raney,Senior Vice President City of Hartford ss. On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2026 vue:w Anna P.Nowik,Notary Public c�•VNEr/� This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President, any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President, any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 9th day of May 2023 ;""ya•a',•��:`�:'a.��M„*AN�1R.TS.+U?HO..E�RD.?.9o,'o t,,w."C.+�'yrf'J•t'i1.v ."F.w...1%.-H•,rO•,m�i v 6CONN. COJ " !N GKevin E.Hughes'HughesAssi— stant Secretary% To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06103 FINANCIAL STATEMENT AS OF DECEMBER 31,2022 CAPITAL STOCK$6,480,000 ASSETS LIABILITIES 8 SURPLUS BONDS $ 4,788,996,790 LOSSES $ 1,385,257,132 STOCKS 102,639,111 LOSS ADJUSTMENT EXPENSES 133,864,803 CASH AND INVESTED CASH 20,110,068 COMMISSIONS 55,456,724 OTHER INVESTED ASSETS 5,661,640 OTHER EXPENSES 49,033,047 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 25,805,872 TAXES,LICENSES AND FEES 16,807,425 INVESTMENT INCOME DUE AND ACCRUED 42,265,765 REINSURANCE PAYABLE ON PAID LOSSES AND LOSS ADJ EXPENSES (1,738,793) PREMIUM BALANCES 308,425,453 UNEARNED PREMIUMS 1,394,161,169 REINSURANCE RECOVERABLE 57,954,515 ADVANCE PREMIUM 3,680,400 NET DEFERRED TAX ASSET 68,131,600 POLICYHOLDER DIVIDENDS 18,122,229 CURRENT FEDERAL AND FOREIGN INCOME TAXES RECOVERABLE AND INTEREST 3,250,318 CEDED REINSURANCE NET PREMIUMS PAYABLE 73,928,911 GUARANTY FUNDS RECEIVABLE OR ON DEPOSIT 1,059,482 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 23,586,276 RECEIVABLE FROM PARENTS,SUBSIDIARIES AND AFFILIATES 14,866,600 REMITTANCES AND ITEMS NOT ALLOCATED 5,082,055 OTHER ASSETS 963,374 PROVISION FOR REINSURANCE 6,464,384 PAYABLE FOR SECURITIES LENDING 25,805,872 RETROACTIVE REINSURANCE RESERVE ASSUMED 785,441 OTHER ACCRUED EXPENSES AND LIABILITIES 168,614 TOTAL LIABILITIES $ 3,190,685,707 CAPITAL STOCK $ 6,48D,000 PAID IN SURPLUS 433,603,760 OTHER SURPLUS 1,809,161,022 TOTAL SURPLUS TO POLICYHOLDERS $ 2,249,444,782 TOTAL ASSETS $ 5,440,130,409 TOTAL LIABILITIES 8.SURPLUS $ 5,440,130,489 r STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT-FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THATTO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER,2022. '�fjrr ae�1r'� L VICE PRESIDENT-FINANC SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC - 17TH DAY OF MARCH,2023 SUSAN M.WEIS$LEDtiR Aloiory Public ,bly Co nunissiou E_Lpires November 30,1017 �Illf lli _U) 0L�x, J k= %o t SURETY ACKNOWLEDGMENT STATE OF Connecticut COUNTY OF Hartford On this 9th day of May in year 2023 Before me personally come(s) John B.O'Keefe to me known,who,being by me duly sworn,deposes and says that same resides in Hartford,CT that same is the Attorney-in-Fact of the Travelers Casualty and Surety Company of America the corporation described in and which executed the foregoing instrument;that same knows thesea),of the-said corporation;that the sea]affixed to the said instrument is such corporate seal;that it was so affixed by-the order of the Board of Directors of said corporation,and that same signed the name thereto by like order. (Signature otary taking acknowledgment) Angela O'Hara My Commission Expires: Angela-WHara Notary Public-Connecticut CORPORATE ACKNOWLEDGMENT My Commission Expires November30, 2027 STATE OF COUNTY OFN�' ' 'F kJen On this 1 day of 4c, In the year before me personally come(s) 0A-2L_ u CKer moi' to me known,who,being by me duly sworn, deposes and says that same resides in G that same is the Pf25 oe-„T' of the l I a"l AS =PC, the corporation described in and which executed the foregoing instrument;that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation,and that same signed the name thereto by like order. ( nature of Not y taking acknowledgment) JANET SAMP LIMITED LIABILITY COMPANY ACKNOWLEDGMENT NQTARppUBLI MYCOMMISSION 5XPRff§�tb:j$r 2t, State of County of On this day of in the year 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) ,r Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and ptfncipul place ofhracfness) United States Fire Insurance Company B &W Paving &Landscaping, LLC 305 Madison Avenue This document has important 305 Butlertown Road Morristown, NJ 07960 legal consequences.Consultation Oakdale, CT 06370 Mailing Address for Notices with an attorney is encouraged with respect to its completion or OWNER: modification. (Name,legal status 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: (.'Vann,location or address and Project number,if an}} Rehabilitate Runway 12-30- Phase 1 The Contractor and Surety are bound to the Owner in the amount set forth above.,for the payment of which the Contractor and Surety bind themselves.their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond arc such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owrncr and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as inky be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the 0imier,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 Owner the ditlerence,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbrin the work covered by said bid,then this obligation shall be null and void,otherwise to remain in!'till lihrce and effect.The Surely hereby waives any notice ofan agreemcnl between the Onrlier and Contractor to extend the lime in which the Owner may accept the bid.Waiver ofnotice by the Surely shall not apply to any extension exceeding Sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner mnd Contractor shall obtain the Surety's consent liter an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid ton Contractor,the temt Contractor in this Bond shall be doomed to be Subcontractor and the tern Owner shall be deemed to be Contractor. When this mond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this ilond conllicling with said statutory or legal requirement shall be deemed deleted herefrom and provisions wnlitmling to such statutory or other legal requirement shall be deemed incorporated herein.When so fumished,the intent is that this ilond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 26th day of April,2023. B&W Paving &Landscaping, LLC (Principal) (Seal) (1!'irire ) C tr7�l�yh Gcc�-- Gc.lh-fi�o-�' B : United States Fire Insurance Company � F ...oR (.Surra}) (teal) �,s_= •: s s (iT'lansa) an6a Jovino f.By: via .Ae)Vic a P. Lyons,A orney-i Fact S-00541AS 8110 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of B&W Paving'&Landscaping,LLC . (Contractoi) of 305 Butlertown.°Road;Oakdale;.CT-06370 (Addie§s) for the Rehabilitate'Ruriwayl2-30-_Phasel > Project for which bids will be received-on: Ma 2023 . (Aid Opening Date)._ and wish to advise that.should this Bid of the`Contract6rbe4:66Dted'andthd Contract awarded,to himjt.is our present intention to,become surety.on the;performance:liond and:labor'arid material bond,required by the Contract. Any arrangement for the bonds required-by_the Contract is..a.mattei.between the Contractor'an,d ourselves and we assure no-liability to you or third parties if.for any reason.we:do not execute the requis te:bonds. We are duly authorized-to-do business in-tlie State of New York.. United re:Insurance ATTEST: AifiddCom id SFiari _ a Jovino Witness . :;;.` :::, ' qs�. Surety's, a fiorizedSignattire(s) `:- F �* Victoria ...Lyons,,-- ttorney-ifi-Fact, " (Corporate seal,if any.If no seal,.write"No Seal"across:this.place an&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=21 Corporate Acknowledgement State County SS: On this day of in the year 2023,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 acknowledgement) Limited Liability Companv Acknowledgement State County SS: On this day of in the year 2023, 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 acknowledgement) Surety Acknowledgement State Connecticut County Hartford On this 26th day of April in the year 2023,before me personally come(s)Victoria P.Lyons, to me known,who,being by me duly sworn, deposes and says that same resides in Farmington, Connecticut that same is Attorney-in-Fact of the United States Fire 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. le d JESSICA L PICCIRILLO NOTARY PUBLIC (Signaturdessica f Notary taking acknowledgement) L. Piccirillo,Notary Public MY COMM EXP 6130/2025 CONNECTICUT POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Victoria P.Lyons each,its true and lawful Attomey(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver: Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office. This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. Surety Bond No.:Bid Bond Principal:B&W Paving&Landscaping,LLC Obligee:Town of Southold This Power of Attorney revokes all previous Powers of Attorney issued on behalf of the Attomeys-In-Fact named above and expires on March 25'`,2024. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President, any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including,without limiting the foregoing,'any bonds,guarantees,undertakings, recognizances,powers of attorney or revocations of any powers of attorney,stipulations,policies of insurance, deeds, leases,mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11,Facsimile Signatures. The signature of any officer authorized by the Corper.ation to sign any bonds, guarantees,undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition,if and as authorized by the Board of Directors, dividend warrants or checks, or other numerous instruments similar to one another in form, may be signed by the facsimile signature or signatures, lithographed or otherwise produced, of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 25`h day of March,2019. UNITED STATES FIRE INSURANCE COMPANY Anthony R.Slirnowicz,Executive Vice President State ofNew Jersey) County of Morris ) On this 251h day of March 2019,before me, a Notary public of the State of New Jersey,came the above named officer of United States Fire Insurance Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of United States Fire Insurance Company thereto by the authority of his office. SONIA SCALA _.A1" '" NOTARY PUBLIC STATE OF NEW JERSEY Sonia Scala (Notary Public) NO.2163686 AIY COMMISSION EXPIRES 3!25!2024 I,the undersigned officer of United States Fire Insurance Company,a Delaware corporation,do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy is still in force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the 26th day of April,2023. UNITED STATES FIRE INSURANCE COMPANY ��, [VP�, Al Wright,Senior Vice President V I ~. UNITED STATES FIRE INSURANCE COMPANY • 1209 ORANGE STREET,WILMINGTON,DELAWARE 19801 g� STATEMENT OF ASSETS,LiABIL1TIES,SURPLUS AND OTHER FUNDS 8 AT DECEMBER 31,2022 ASSETS Bonds(Amortized Value)................................................................................................... 1,905.252,232 Preferred Stocks(Market Value)........................................................................................... 114,529,067 Common Stocks(Market Value)........................................................................................... 1,762,084,603 Mortgage Loans(Market Value)........................................................................................... 796,032,009 Cash,Cash Equivalents,and Short Term Investments.................................................................. 626,020,353 Derivatives..................................................................................................................... 10,695,142 OtherInvested Assets........................................................................................................ 337,125,033 Investment Income Due and Accrued...................................................................................... 19,572,352 Premiums and Considerations............................................................................................... 340,327,513 Amounts Rccovemble from Reinsurers.................................................................................... 61,688,599 Funds Heid by or Deposited with Reinsured Companies.............:................................................. 70,688,033 NetDeferred Tax Asset...................................................................................................... 140,619,760 Electronic Data Processing Equipment.............................................................::...................... 1,507,891 S Receivables from Parent,Subsidiaries and Affiliates.................................................................... 158,857,542 ! Other Assets................................................................................................................... 145,928,507 TOTALASSETS.................................................................I...................... S 6.490,928.636 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred ButNot Reported Losses)................................................................................................... 2,212,036,852 Reinsurance Payable on Paid Losses and Loss Adjustment Expenses................................................ 68,359,436 Loss Adjustment Expenses.................................................................................................. 374,380,070 Commissions Payable,Contingent Commissions and Other Similar Charges....................................... 10,899,929 Other Expenses(Excluding Taxes,Licenses and Fees)................................................................. 95,863,911 Taxes,Licenses and Fees(Excluding Federal Income Taxes)......................................................... 30,559,093 Current Federal and Foreign Income Taxes............................................................................... 197,142,687 Unearned Premiums.......................................................................................................... 999,534,655 AdvancePremium............................................................................................................ 12,896,716 Ceded Reinsurance Premiums Payable.................................................................................... 99,545,135 Funds Held by Company under Reinsurance Treaties.................................................................. 42,360,469 Amounts Withheld by Company for Account of Others................................................................ 133,940,889 Provisionfor Reinsurance................................................................................................... 2,638,135 Payable to Parent,Subsidiaries and Affiliates............................................................................ 91,545,650 Other Liabilities............................................................................................................. 73,407,186 TOTAL LIABILITIES................................................................................. $ 4.445.110,813 Common Capital Stock...................................................................................................... 1080,000 Gross Paid In and Contributed Surplus.................................................................................... 1,502,074,940 UnassignedFunds(Surplus)................................................................................................ 524,962,883 Surplus as Regards Policyholders.................................................................... 2,045,817,823 TOTAL LIABILTHES,SURPLUS&OTHER FUNDS.......................................... $ 6,490,928,636 I,Carmine Scaglione,Senior Vice President and Controller of UNITED STATES FIRE INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets,Liabilities,Surplus and Other Funds of this Company,at the close of business,December 31,2022,as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of Delaware. IN TESTIMONY WHEREOF,I have set my hand and affixed the seal of the Company,this 23rd day of March,2023. UNITED STATES FIRE INSURANCE COMPANY Noncarrow, Denis From: Tom Horth <thorth@cscos.com> Sent: Tuesday, May 9, 2023 4:16 PM To: Noncarrow, Denis Cc: DeChance, Paul; Mirabelli, Melissa; Rudder, Lynda; Born, Sabrina; Mudd,Jennifer Subject: RE: 2nd BID/ Empire Thank You Denis, both proposals received. From: Noncarrow, Denis<denisn@southoldtownny.gov> Sent:Tuesday, May 9, 2023 4:05 PM To:Tom Horth <thorth@cscos.com> Cc: DeChance, Paul <pauld@southoldtownny.gov>; Mirabelli, Melissa <melissa.mirabelli@town.southold.ny.us>; Rudder, Lynda <lynda.rudder@town.southold.ny.us>; Born,Sabrina <sabrina.born@town.southold.ny.us>; Mudd, Jennifer<jennifer.mudd@town.southold.ny.us>; Noncarrow, Denis<denisn@southoldtownny.gov> Subject: 2nd BID/ Empire Denis Noncarrow Southold Town Clerk. Town of Southold, New York www.southoldtownny.gov joutholdtownnygov 631-765-1800 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. i 2 : OO�n S 9 - �� -Z.,b z �I � � . � �'/ �� �� r��� � 2 ' � '� IV � J J 6 � a / r��M �� Born, Sabrina From: Tom Horth <thorth@cscos.com> Sent: Monday, May 8, 2023 11:07 AM To: Geb Cook; David McCall; Born, Sabrina; Mudd, Jennifer; Rudder, Lynda; Mirabelli, Melissa; DeChance, Paul; Noncarrow, Denis Subject: RE: Elizabeth Field Airport Runway 12-30 Project - Addendum No. 1 Attachments: AIP 24-19_068 Runway 12-30 Rehab-Ph 1-PROPOSAL SECTION ONLY.pdf Hello Everyone, Just sending a reminder that the Town will be receiving bids for the subject capital Airport project on or before 2:00 P.M. Tuesday May 9, 2023. It is anticipated that two (2) Contractors will be submitting bids. Once the bids are received, it would be greatly appreciated if someone would scan/email the proposal section to my attention so that we may evaluate the bid prices. The completed proposal section should consist of approximately 30 pages, see attached sample. Please let me know of questions. Thank You, Tom Thomas J. Horth, P.E. +IM Principal Engineer " ' C&S Companies thorth@cscos.com I office: (315)455-2000 1 direct:(315) 703-4244 1 cell: (315)413-9574 Build your career at C&S! I www.cscos.com I Facebook I Twitter I Linkedin CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information.If you are not the intended recipient,you are hereby notified that any use,disclosure,copying,distribution,or taking of any action in reliance on this information is strictly prohibited.If you have received this e-mail in error,please notify the sender immediately by e-mail and delete the message. From:Tom Horth Sent: Friday, April 28, 2023 1:44 PM To: Geb Cook<gcook@fiferry.com>; David McCall <DMcCall@fiferry.com>; Born, Sabrina <sabrina.born@town.southold.ny.us>; Mudd,Jennifer<jennifer.mudd@town.southold.ny.us>; Rudder, Lynda <lynda.rudder@town.southold.ny.us>; Mirabelli, Melissa <melissa.mirabelli@town.southold.ny.us>; DeChance, Paul <pauld@southoldtownny.gov>; Noncarrow, Denis<denisn@southoldtownny.gov> Cc:Tom Horth <thorth@cscos.com> Subject: Elizabeth Field Airport Runway 12-30 Project-Addendum No. 1 Please be advised the due date for bids on the subject project has been extend by one (1)week; new deadline is 2:00 P.M.Tuesday May 9, 2023. i Attached for your records is Addendum No. 1. {,� Thomas J. Horth, P.E. Ca� Principal Engineer � Ey office: (315)455-2000 direct: (315)703-4244 a MOP cell: (315)413-9574 Build your career at C&S! thorth@cscos.com CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information.If you are not the intended recipient,you are hereby notified that any use,disclosure, copying,distribution,or taking of any action in reliance on this information is strictly prohibited.If you have received this e-mail in error,please notify the sender immediately by e-mail and delete the message. 2 Runway 12-30 Rehabilitation—Ph 1 211.020 April 28, 2023 ADDENDUM NO. 1 to the Contract Documents for the Construction of the Runway 12-30 Rehabilitation—Ph 1 Contract at ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD, NEW YORK FAA AIP NO.: 3-36-0029-xxx-2023 TO ALL HOLDERS OF CONTRACT DOCUMENTS: Your attention is directed to the following interpretations of changes in and additions to the Contract Documents for Runway 12-30 Rehabilitation — Ph 1 Contract at the Elizabeth Field Airport, Fishers Island, New York. i GENERAL: 1. The due date to receive proposals for the subject project has been extended to Tuesday, May 9, 2023 at 2:OOPM, local time. THERE IS NO CHANGE AT THIS TIME TO THE CONTRACT PLANS AND SPECIFICATIONS. END OF ADDENDUM C&S ENGINEERS, INC. Thomas J. Horth, P.E. Principal Engineer Page 1 of 1 Runway 12-30 Rehabilitation-Ph 1 211.020 April 28, 2023 ADDENDUM NO. 1 to the Contract Documents for the Construction of the Runway 12-30 Rehabilitation—Ph 1 Contract at ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD, NEW YORK FAA Al NO.: 3-36-0029-xxx-2023 TO ALL HOLDERS OF CONTRACT DOCUMENTS: Your attention is directed to the following interpretations of changes in and additions to the Contract Documents for Runway 12-30 Rehabilitation — Ph 1 Contract at the Elizabeth Field Airport, Fishers Island, New York. GENERAL: 1. The due date to receive proposals for the subject project has been extended to Tuesday, May 9, 2023 at 2:OOPM, local time. THERE IS NO CHANGE AT THIS TIME TO THE CONTRACT PLANS AND SPECIFICATIONS. END OF ADDENDUM C&S ENGINEERS, INC. Thomas J. Horth, P.E. Principal Engineer Page 1 of 1 I ADVERTISEMENT NOTICE TO BIDDERS FOR THE CONSTRUCTION OF THE RUNWAY 12-30 REHABILITATION - PHASE 1 PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD, NEW YORK Sealed proposals for the construction of the Runway 12-30 Rehabilitation—Ph 1 Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2:00 P.M., local time,XXX_YY, 2023, and there, at said office, at said time, publicly opened and read aloud. The proposed project generally includes the rehabilitation of an approximate 1,000 LF x 100 LF portion of existing Runway 12-30 pavement, initiating at the Runway 30 end. Project tasks include partial depth milling of the runway pavement, performing full depth pavement repairs to address cracking, filling remaining cracks, and new asphalt paving. Additional work includes new pavement markings. No airfield lighting replacements will be performed as part of this project. This is a prevailing wage contract. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form, and the Specifications) and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site. Access can be obtained by contacting Thomas Horth, P.E. of C&S Engineers, Inc. at thorthC@cscos.com where the Contractor's name, contact name, address, telephone number, and email address will be recorded on the plan holders list.There is no charge to download the contract documents and contract drawings. Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. The legal notice may be viewed online at the Southold Town Website: https://www.southoldtownny.gov/187/Lecgal-Public-Notices The property is located at the Elizabeth Field Airport, Fishers Island, New York, 06390. Bidders interested in conducting a site visit must contact David McCall, Assistant Airport Manager, Fishers Island Ferry District (Phone: (631) 788-7463, ext. 201) at least 48-hours in advance to coordinate. Any questions regarding this project may be directed to Thomas Horth, P.E. of C&S Engineers, Inc. at (315) 455-2000 or email thorth@cscos.com. Elizabeth Field AirportOnly the proposal section (30 pages, including certifications) needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the total maximum proposal price (combination of base bid or alternate bid plus add- on items)for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so.All bids must be signed and sealed in envelopes plainly marked "REHABILITATE RUNWAY 12-30 — PH 1 PROJECT AT THE ELIZABETH FIELD AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK 05115 ADV-1 PROPOSAL FOR CONSTRUCTION OF THE REHABILITATE RUNWAY I2-30—PHASE 1 PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,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 BID 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. 2019 PROPOSAL-1 BID SHEETS (TO BE INSERTED) ESTIMATED 4 PAGES Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 of 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 money 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: 2018 PROPOSAL-6 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-7 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER,IF A CORPORATION: BY: (Printed Name&Title) (Signature) CORPORATION NAME: ADDRESS: (SEAL) STATE OF CORPORATION CHARTER: PHONE NO: DATE: PRESIDENT'S NAME: BUSINESS ADDRESS: SECRETARY'S TREASURER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-8 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment& Suspension Certification - Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions, Section SP 70-23,subsection A-12 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification 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(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD) Certification 2018 PROPOSAL-9 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the 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 of perjury,that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 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: if Principal is Corporation BY: TITLE: STATE OF NEW YORK) SS: COUNTY OF ) On the day of ,20 ,before me personally came to me known,who,being by me duly sworn, did swear and affirm that he/she resides at ;that he/she is the of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is-true. NOTARY PUBLIC MY COMMISSION EXPIRES: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-10 J Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Rehabilitate Runway 12-30—Phase 1 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_,20 . (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-11 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005 "Made in America Laws"means all statutes, regulations,rules, and Executive Orders relating to federal financial assistance awards or federal procurement,including those that refer to"Buy America" or"Buy American,"that require, or provide a preference for,the purchase or acquisition of goods,products, or materials produced in the United States, including iron, steel,and manufactured products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron, 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. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of. non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS 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,BABA and other related Made in America Laws,U.S. statutes, guidance, and FAA policies,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 checkmark(✓)or the letter ❑ Bidder or offeror hereby certifies that it will comply with 49 USC § 50101,BABA and other related U.S. statutes, guidance, and policies of the FAA by: a) Only installing iron, steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material, or supply—other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone,sand,or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass(including optic glass); lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or 2019 PROPOSAL-12 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 d) 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: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S. domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for 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: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder,a formal waiver request and required documentation that supports the type of waiver being requested. b) 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. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S.domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research, consideration where appropriate of qualifying alternate items,products, or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and % products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-13 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) 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(Unreasonable Costs) -Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC §47126,this certification concerns a matter within the jurisdiction of the 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. Date Signature Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-14 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CERTIFICATIONS BIDDER'S NAME: ADDRESS: TELEPHONE NO.: FAX NO. IRS EMPLOYER IDENTIFICATION NUMBER: 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 of the 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 areas, 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-15 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 or 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 LOWER 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: 1. Checking the,System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), 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 failed 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 of any 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) If 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 2018 PROPOSAL-16 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 when this transaction was made or entered into. Submission of this 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$100,000 for each such failure. CERTIFICATION OF OFFERERBIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements. The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe he applicable response. 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(__)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(__)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 SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a 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 U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-17 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 is not being paid in a timely manner pursuant to an agreement with the authority responsible for 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— 1) 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.firm' s-as published by the Office of the United States Trade Representative(USTR); 2) 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 USTR;and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the malting of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 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 CFR§ 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 USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. I 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 a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on 2018 PROPOSAL-18 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 the list of countries that discriminate against U.S. firms as published by USTR,unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: Signature: Date: (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-19 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has 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 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-l", 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: (Firm or Corporation Making Bid) (Signature of Authorized Person) P.O.Address: Dated: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-20 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of (Contractor) of (Address) for the Rehabilitate Runway 12-30—Phase 1 , 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 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: Surety's Authorized Signature(s) (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.) 2019 PROPOSAL-21 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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 of Iran; 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 for Bids/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 a 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-22 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 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 list 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 a Contract awarded hereunder,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 Entities 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 included 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 within 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 reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of 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. I, ,being duly sworn, deposes and says that he/she is the of the Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SIGNED SWORN to before me this day of 20_ Notary Public: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-23 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 DISADVANTAGED BUSINESS ENTERPRISE(DBE)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 Z origin in the award or performance of this contract. All firms 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 DBE goal of 6.3 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 Special Provisions to the General Provisions, Section SP 70-23,subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and "DBE Letter of Intent Forms"from each of the DBE firms the Bidder or Offeror intends to use. If the contract 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: https://nysuep.newnycontracts.com/. 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): 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 will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE) set-aside. IRS Number: Signature and Title 2018 PROPOSAL-24 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 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. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase I Bidder's Information Firm Street Address, DBE/Non Firm Name City, State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts I Less than 1 year 9 Less than$500K 1-3 years ❑ $500K-$1M _1 DBE .] 4-7 years I $1-$2M 0 Non-DBE 7 8-10 years -1 $2-$5M i l More than 10 yrs. -1 More than$5M (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-25 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 BIDDER'S LIST COLLECTION FORM (Subcontractor'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 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 in the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase 1 Subcontractor's Information Firm Street Address, DBE/Non Firm Name City, State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts ❑ Less than 1 year ❑ Less than$500K DBE U 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M D More than 10 yrs. ❑ More than$5M .:I Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year i J Less than$500K E DBE ❑ 1-3 years ❑ $500K-$1M Non-DBE 4-7 years ❑ $1-$2M 71 8-10 years ❑ $2-$5M —.� More than 10 yrs. ❑ More than$5M 2018 PROPOSAL-26 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 Firm Street Address, DBE/Non Firm Name City, State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts D Less than 1 year D Less than$500K J DBE 10 1-3 years D $500K-$1M LI 4-7 years D $1-$2M D Non-DBE 8-10 years 7.1 $2-$5M D More than 10 yrs. D More than$5M J Less than 1 year D Less than$500K D DBE ❑ 1-3 years D $500K-$1M D Non-DBE D 4-7 years D $1-$2M D 8-10 years D $2-$5M D More than 10 yrs. J More than$5M D Less than 1 year D Less than$500K D DBE D 1-3 years D $500K-$1M D Non-DBE D 4-7 years CJ $1-$2M D 8-10 years D $2-$5M tJ More than 10 yrs. D More than$5M ❑ Less than 1 year D Less than$500K D DBE D 1-3 years D $500K-$1M D Non-DBE FI 4-7 years D $1-$2M D 8-10 years D $2-$5M D More than 10 yrs. D More than$5M (Copy this form and submit with your original proposal if more space is needed.) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport Project Name: Rehabilitate Runway 12-30—Phase 1 FAA AIP Project No: 3-36-0029-024-2019 Total Awarded Contract Amount: $ Name of Bidder's Firm: Street Address: City: State: Zip: Printed name of signer: Printed title of signer: DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ x 1.00= $ % DBE Suppliers * $ x 0.60= $ % DBE Brokers ** $ x 1.00= $ % DBE Manufacturers $ x 1.00= $ % Total Proposed DBE Participation*** $ % Established DBE Goal $ 6.3 % * Applicable only to regular dealers. ** Applicable only to the amount of fees or commissions charged for assistance in the procurement of material and supplies,or fees and transportation charges for delivery of material and supplies. *** If the total proposed DBE participation is less than the established DBE goal, bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Civil Rights Staff of the Federal Aviation Administration. By: (Signature of Bidder's representative) (Title) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-28 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Rehabilitate Runway 12-30—Phase 1/Elizabeth Field Airport FAA AIP Project No: 3-36-0029-024-2019 Name of Bidder's Firm: Street Address: City: State: Zip: Name of DBE firm: Street Address: City: State: Zip: Contact Person: Telephone: Certifying Agency: Expiration Date: (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: ❑ Prime Contractor ❑ Subcontractor ❑ Broker ❑ Manufacturer ❑ Supplier Disadvantaged Group check one : Black American ❑ Hispanic American ❑ Native American ❑ Subcont.Asian American Male ❑ Male ❑ Male ❑ Male ❑ Female ❑ Female ❑ Female ❑ Female ❑ Asian Pacific American ❑ Non-Minority ❑ Other(not of any group listed here) ❑ Male ❑ Male ❑ Male ❑ Female ❑ Female ❑ Female ❑ SUMMARY OF WORK ITEMS Work Item(s) Description of Work Item NAICS Estimated Quantity Total Value The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature of DBE firm's representative) (Title) By: (Signature of Bidders representative) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. (This form must be completed and submitted with the Proposal.) 2019 PROPOSAL-29 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Project Name: Contractor's Official Name: Contact Person: Telephone: Street Address: City: State: Zip: Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. 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 work, if awarded this Contract, and that I will provide any additional information requested by the Owner. Printed Name of Signer Signature Title Date END OF PROPOSAL 2018 PROPOSAL-30 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 TABLE OF CONTENTS- ADVERTISEMENT PROPOSAL ATTACHMENTS TO PROPOSAL Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment& Suspension Certification - Lobbying and Influencing Federal Employees Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provision, Section SP 70-23, Subsection A-16 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise Statement Bidder's List Collection Form(Bidder's Information) Bidder's List Collection Form(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD) Certification CONTRACT FORM (SAMPLE) SPECIFICATIONS PART 1 - GENERAL,CONTRACT PROVISIONS Section 10 Definition of Terms Section 20 Proposal Requirements and Conditions 20-01 - Advertisement(Notice to Bidders) 20-02 - Qualifications of bidders 20-03 - Contents of proposal forms 20-04 - Issuance of proposal forms 20-05 - Interpretation of estimated proposal quantities 20-06 - Examination of plans, specifications and site 20-07 - Preparation of proposal 20-08 Responsive and responsible bidder 20-09 - Irregular proposals 20-10 - Bid guarantee 20-11 - Delivery of proposal 20-12 - Withdrawal or revision of proposals 20-13 - Public opening of proposals 20-14 - Disqualification of bidders 20-15 - Discrepancies and omissions 2018 TOC-1 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 Section 30 Award and Execution of Contract 30-01 - Consideration of proposals 30-02 - Award of contract 30-03 - Cancellation of award 30-04 - Return of proposal guarantee 30-05 - Requirements of contract bonds 30-06 - Execution of contract 30-07 - Approval of contract 30-08 - Failure to execute contract Section 40 Scope of Work 40-01 - Intent of contract 40-02 - Alteration of work and quantities 40-03 - Omitted items 40-04 - Extra work 40-05 - Maintenance of traffic 40-06 - Removal of existing structures 40-07 - Rights in and use of materials found in the work 40-08 - Final cleanup Section 50 Control of Work 50-01 - Authority of the Resident Project Representative(RPR) 50-02 - Conformity with plans and specifications 50-03 - Coordination of contract,plans and specifications 50-04 - List of Special Provisions 50-05 - Cooperation of Contractor 50-06 - Cooperation between contractors 50-07 - Automatically controlled equipment 50-07.1 - Additional Survey Requirements 50-08 - Authority and duties of Quality Assurance(QA)inspectors 50-09 - Inspection of the work 50-10 - Removal of unacceptable and unauthorized work 50-11 - Load restrictions 50-12 - Maintenance during construction 50-13 - Failure to maintain the work 50-14 - Partial acceptance 50-15 - Final acceptance 50-16 - Claims for adjustment and disputes Section 60 Control of Materials 60-01 - Source of supply and quality requirements 60-02 - Samples,tests and cited specifications 60-03 - Certification of compliance/analysis(COC/COA) 60-04 - Plant inspection 60-05 - Engineer/Resident Project Representative(RPR)field office 60-06 - Storage of materials 60-07 - Unacceptable materials 60-08 - Owner furnished materials Section 70 Legal Regulations and Responsibility to Public 70-01 - Laws to be observed 70-02 - Permits,licenses and taxes 70-03 - Patented devices,materials and processes 2018 TOC-2 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 70-04 - Restoration of surfaces disturbed by others 70-05 - Federal participation 70-06 - Sanitary,health and safety provisions 70-07 - Public convenience and safety 70-08 - Construction Safety and Phasing Plan(CSPP) 70-09 - Use of explosives 70-10 - Protection and restoration of property and landscape 70-11 - Responsibility for damage claims 70-12 - Third party beneficiary clause 70-13 - Opening sections of the work to traffic 70-14 - Contractor's responsibility for work 70-15 - Contractor's responsibility for utility service and facilities of others 70-16 - Furnishing rights-of-way 70-17 - Personal liability of public officials 70-18 - No waiver of legal rights 70-19 - Environmental protection 70-20 - Archaeological and historical findings Attachment A to Section 70-08—Construction Safety and Phasing Plan (CSPP) Section 80 Execution and Progress 80-01 - Subletting of contract 80-02 - Notice to proceed 80-03 - Execution and progress 80-04 - Limitation of operations 80-04.1 - Operational safety on airport during construction 80-05 - Character of workers,methods and equipment 80-06 - Temporary suspension of the work 80-07 - Determination and extension of contract time 80-07.1 - Contract time based on Calendar Days 80-08 - Failure to complete on time 80-09 - Default and termination of contract 80-10 - Termination for national emergencies 80-11 - Work area,storage area and sequence of operations Section 90 Measurement and Payment 90-01 - Measurement of quantities 90-02 - Scope of payment 90-03 - Compensation for altered quantities 90-04 - Payment for omitted items 90-05 - Payment for extra work 90-06 - Partial payments 90-07 - Payment for materials on hand 90-08 - Payment of withheld funds 90-09 - Acceptance and final payment 90-10 - Construction warranty 90-11 - Contractor Final Project Documentation 2018 TOC-3 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 SPECIAL PROVISIONS TO THE GENERAL CONTRACT PROVISIONS SP 20-16 Addenda and interpretation SP 20-17 Sales tax exemption SP 30-09 Conformed Contract Documents SP 30-10 Issued for Construction Contract Documents SP 50-17 Additional Survey Requirements SP 50-18 Removal of water SP 50-19 Sheeting and bracing SP 60-09 Shop and setting drawings and catalogue data SP 60-10 Electrical shop drawings SP 60-11 Substitute items SP 60-12 Submittal procedure SP 70-22 Additional sanitary,health,and safety provisions SP 70-23 Federal Contract Provisions for procurement and contracting under AIP A1.Access to Records and Reports A2.Affirmative Action Requirement A3.Breach of Contract Terms A4.Buy American Preference Statement A5. Civil Rights-General A6. Civil Rights-Title VI Assurance AT Clean Air and Water Pollution Control A8. Contract Workhours and Safety Standards Act Requirements A9. Copeland"Anti-Kickback"Act A10.Davis-Bacon Requirements A11.Debarment and Suspension Al2.Disadvantaged Business Enterprise A13.Distracted Driving A14.Energy Conservation Requirements A15.Drug Free Workplace Requirements A16. Equal Employment Opportunity(EEO) All.Federal Fair labor Standards Act(Federal Minimum Wage) A18.Lobbying and Influencing Federal Employees A19.Prohibition of Segregated Facilities A20. Occupational Safety and Health Act of 1970 A21.Procurement of Recovered Materials A22.Right to Inventions A23. Seismic Safety A24. Tax Delinquency and Felony Convictions A25. Termination of Contract A26. Trade Restriction Certification A27.Veteran's Preference A28.Domestic Preferences for Procurements SP 70-24 New York State Department of Transportation(NYSDOT)standard clauses for New York state contracts 1. Executory Clause 2. Non-Assignment Clause 3. Comptroller's Approval 4. Workers' Compensation Benefits 5. Non-Discrimination Requirements 6. Wage and Hours Provisions 7. Non-Collusive Bidding Certification 8. International Boycott Prohibition 9. Set-Off Rights 2018 TOC-4 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 10. Records 11. Identifying Information and Privacy Notification 12. Equal Employment Opportunities for Minorities and Women 13. Conflicting Terms 14. Governing Law 15. Late Payment 16. No Arbitration 17. Service of Process 18. Prohibition on Purchase of Tropical Hardwoods 19. MacBride Fair Employment Principles 20. Omnibus Procurement Act of 1992 21. Reciprocity and Sanctions Provisions 22. Compliance with New York State Information Security Breach and Notification Act 23. Compliance with Consultant Disclosure Law 24. Procurement Lobbying 25. Certification of Registration to Collect Sales and Compensating Use Tax by Certain Contractors,Affiliates and Subcontractors SP 70-25 NYSDOT terms and conditions SP-70-26 Labor affidavits,New York State Laws of 1988 SP 90-12 Security for construction warranty SP 90-13 Lien law DISADVANTAGED BUSINESS ENTERPRISE DBE PARTICIPATION SUMMARY SUBCONTRACTOR'S PROMPT PAYMENT CERTIFICATION MONTHLY DBE REPORT EQUAL EMPLOYMENT OPPORTUNITY POSTER FEDERAL WAGE RATES STATE WAGE RATES SPECIAL NOTE NEW YORK STATE DEPARTMENT OF LABOR PREVAILING WAGE RATES PRIME CONTRACTOR'S CERTIFICATION(NEW YORK STATE LABOR LAW SECTION 220-a) SUBCONTRACTOR'S CERTIFICATION(NEW YORK STATE LABOR LAW SECTION 220-a) 2018 TOC-5 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase 1 PART 2—GENERAL CONSTRUCTION ITEMS Item Number Description Item C-100 Contractor Quality Control Program(CQCP) Item C-105 Mobilization Item C-106 Safety, Security and Maintenance of Traffic Item C-110 Method of Estimating Percentage of Material Within Specification Limits(PWL) TECHNICAL SPECIFICATIONS Item Number Description P-101 Preparation/Removal of Existing Pavements P-401 Asphalt Mix Pavement P-603 Emulsified Asphalt Tack Coat P-605 Joint Sealants for Pavements P-620 Runway and Taxiway Marking CONTRACT DRAWINGS Sheet Ref.No. Title No. 1 GI-001 TITLE SHEET 2 GI-002 LEGEND,ABBREVIATIONS, SHEET INDEX 3 GI-003 GENERAL NOTES 4 GC-101 GENERAL PLAN 5 GC-102 CONSTRUCTION SAFETY&PHASING PLAN 6 CD-101 PAVEMENT MILLING PLAN 7 CG-101 GRADING PLAN AND PROFILE 8 CG-102 GRADING PLAN AND PROFILE 9 CG-501 DETAILS 10 CM-101 MARKING PLAN END OF TABLE OF CONTENTS 2018 TOC-6