Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Oregon View Estates Drainage Project
DENIS NONCARROW �� �� Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 C Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER �'f�+®� �' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER g www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March'18, 2024 Richard Corazzini Corazzini Asphalt Inc. PO Box 1281 Cutchogue,NY 11935 Dear Mr. Corazzini: r Congratulations. At the regular Town Board meeting held on March 12, 2024, the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. t DENTS NONCARROW Town Hall,53095 Main Road TOWN CLERK ® w'3 y>-'�; P.O.Box 1179 REGISTRAR OF VITAL STATISTICS �' �;.. Southold New York 11971 ® Fax(631)765-6145 MARRIAGE OFFICER * ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �Vq �� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Sandra Pimentel Macedo Contracting Services, Inc. PO Box 64 Ronkonkoma,NY 11779 Dear Ms. Pimentel: At the regular Town Board meeting held on March 12, 2024,the Town Board accepted the bid of Corazzini Asphalt Inc'. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. r- The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. DENIS NONCARROW �� �� Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 11.79 CA5 , . Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER °8' RECORDS MANAGEMENT OFFICER ®� ��® Telephone oldt nny.gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Michael Them United Paving Corp. 6316 Northern Blvd. East Norwich,NY 11732 Dear Mr. Them: At the regular Town Board meeting held on March 12, 2024, the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, 1't"—VV\ Lynda M Rudder Deputy Town Clerk Ens. DENIS NONCARROW ,yam ®�� 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 nny. ov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Luigi Stasi Roadwork Ahead Inc. 2186 Kirby Lane Syosset, NY 11791 Dear Mr. Stasi: At the regular Town Board meeting held on March 12, 2024, the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. 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 nny.go0 FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Bob Panchak KJB Industries Inc. 14 Center Drive Riverhead,NY 11901 Dear Mr. Panchak: At the regular Town Board meeting held on March 12, 2024,the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. of DENIS NONCARROW ®0 M R. ��.� 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 ®� �'a� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 John Gulino Laser Industries Inc. 1775 Route 25 PO Box 315 Ridge,NY 11961 Dear Mr. Gulino: At the regular Town Board meeting held on March 12, 2024,the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, qj-(- vv�-LL-� Lynda M Rudder Deputy Town Clerk Ens. DENIS NONCARROW ® ',�}� '';� �� Town Hall,53095 Main Road TOWN CLERK M `^'` "'''` P.O.Box 1179 �' Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ` 'e Fi'rg =>^"- ' Fax(631)765-6145 MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER ��® Telephone oldt nny.gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Grant Hendricks Independent General Contracting PO Box 150 Westhampton, NY 11977 Dear Mr. Hendricks: At the regular Town Board meeting held on March 12, 2024, the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. 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 °b RECORDS MANAGEMENT OFFICER ®� � �°�® Telephone(631)765-1800 FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Brian Klug Brian V. Klug Landscaper, Inc. PO Box 349 Speonk,NY 11972 Dear Mr. Klug: At the regular Town Board meeting held on March 12, 2024, the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. DENIS NONCARROW k N ,,,:..,�, �� � Town Hall,53095 Main Road TOWN CLERK ® a s`y P.O.Box 1179 Southold New York 11971 REGISTRAR OF VITAL STATISTICS '�' �` ;'°`® � �_µua_ :. � Fax(631)765-6145 MARRIAGE OFFICER - �s' RECORDS MANAGEMENT OFFICER ®� ��® Telephone oldt 76 n .goo '�`" www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Perry DeLalio DeLalio Coal & Stone Co. Inc. D/b/a South Fork Asphalt 224 North Main St. Southampton,NY 11968 Dear Mr. DeLalio: At the regular Town Board meeting held on March 12, 2024, the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, r \ Lynda M Rudder Deputy Town Clerk Ens. DENIS NONCARROW ,� Town Hall 53095 Main Road TOWN CLERK � � ; - P.O.Box 1179 22A." � tr{; { Southold New York 11971 REGISTRAR OF VITAL STATISTICS „E_.w , � -Q °,*.. r�� Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®� �� ww phone(63 )765- 800 FREEDOM OF INFORMATION OFFICER gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 18, 2024 Donald Gatz Gatz Sitework &Landscape Construction 6477 Sound Ave/PO Box 104 Mattituck, NY 11952 Dear Mr. Gatz: At the regular Town Board meeting held on March 12, 2024, the Town Board accepted the bid of Corazzini Asphalt Inc. for the Oregon View Estates drainage project. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, 4 i Lynda M Rudder Deputy Town Clerk Ens. ��gUFfO(,Cp� RESOLUTION 2024-251 d ADOPTED DOC ID: 20067 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-251 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 12,2024: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzini Asphalt Inc. in the amount of$189,580.00 for the Oregon View Estates drainage project; and be it further RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Albert J. Krupski, Jr. to execute an Agreement between the Town of Southold and Corazzini Asphalt Inc. in the total amount of$189,580.00, subject to the approval of the Town Attorney. Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Anne H. Smith, Councilwoman SECONDER:Jill Doherty, Councilwoman AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty, Evans Q��gUFfO(�►�O DENIS NONCARROW o~� G.j� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 ca = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS 5 .F Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ��•� `t►a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2024 Oregon View Estates Drainage Project Bid Opening 3/7/2024 @ 2:00 PM Ten(10) bids received Name/Contact/Address/Ph. # Total Alternate Macedo Contracting Services, Inc. $107,300.00 $1,875.00 c/o Sandra Pimentel PO Box 64 Ronkonkoma,NY 11779 631-698-1120 United Paving Corp. $209,818.75 $5,250.00 0c/o Michael Them 7- 6316 Northern Blvd. East Norwich,NY 11732 516-922-3940 Roadwork Ahead Inc. $270,535.00 $3,150.00 r� c/o Luigi Stasi J 2186 Kirby Lane Syosset,NY 11791 516-997-0505 KJB Industries Inc. $331,662.00 $5,250.00 c/o Bob Panchak 14 Center Drive Riverhead,NY 11901 631-727-5600 DENIS NONCARROW o� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 y Z Southold,New York 11971 REGISTRAR.OF VITAL STATISTICS O Fax(631)765-6145 MARRIAGE OFFICER y RECORDS MANAGEMENT OFFICER ��,( �`�� Telephone oldt 76 n .gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Name/Contact/Address/Ph. # Total Alternate Laser Industries Inc. $192,400.00 $3,000.00 c/o John Gulino 1775 Route 25 PO Box 315 Ridge,NY 11961 631-924-0644 Independent General Contracting $369,000.00 $4,500.00 c/o Grant Hendricks �P PO Box 150 Westhampton,NY 11977 631-234-3567 Brian V. Klug Landscaper, Inc. $235,335.00 $6,000.00 c/o Brian Klug PO Box 349 Speonk,NY 11972 631-369-3620 Corazzini Asphalt Inc. $183,955.00 $5,625.00 c/o Richard Corazzini PO Box 1281 Cutchogue,NY 11935 631-734-5600 DeLalio Coal & Stone Co. Inc. $187,125.00 $5,250.00 Dba South Fork Asphalt q c/o Perry DeLalio ` 224 North Main St. Southampton, NY 11968 631-283-0037 Gatz Sitework & Landscape Construction $241,858.00 $11,625.00 c/o Donald Gatz 1 6477 Sound Ave/PO Box 104 Mattituck,NY 11952 631-298-8877 Colonial Surety Company Administrative Office 123 Tice Boulevard,.Suite 250 Woodcliff Lake, NJ 07677 201-573-8788 BID BOND Approved by The American Institute of Architects A.I.A. Document No.A-310 (Feb.1970 Edition) KNOW ALL PERSONS BY THESE PRESENTS, that we, KJB INDUSTRIES INC., Riverhead, NY as Principal, hereinafter called the Principal, and COLONIAL SURETY COMPANY, a corporation duly organized 1 nder the laws of the Commonwealth of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold, Southold, NY as Obligee j hereinafter called the Obligee, in the sum of 5% of amount bid not to exceed $20100 for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. nts. WHEREAS,, the Principal has submitted a bid for Drainage Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee.in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bon,ds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such,larger amount for which the Obligee 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. Signed and sealed this 7th day of arch 2024. r KJB INDUSTRIES INC. f Witness: / Robert chak (Principal/Title) (Seal) Colonial Surety Company Witness: ARa5ert Panchak Michael Bonfante (Attorn4y-in-fact) (Seal) j r , COLONIAL SURETY COMPANY Duncannon,Pennsylvania Administrative Office:123 Tice Boulevard,Woodcliff Lake,New Jersey 07677 GENERAL POWER OF ATTORNEY Know all Men by These Presents,That COLONIAL SURETY COMPANY,a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania and having an administrative office in Woodcliff Lake,Bergen County,NJ does by these presents make,constitute and appoint Michael Bonfante of Riverhead,NY Its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred In its name, place and stead, to execute, acknowledge and deliver. Bid Bonds and Consent of Surety Only and to Ld the Company thereby as fully and to the same extent as if such bids were signed by the President,sealed with the corporate seal of the Company,hereby ratifying and confirming all that the said Attomey(s)-in-Fact may do In the premises.Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Colonial Surety Company at a meeting held on the 25th day of July,1950. I'Be it Resolved,that the President,any Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Comp ny subject to the following provisions: `Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver,bid bonds and consent of surety only,recognlzances,contracts,agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-In-Fact shall be binding upon the Company as If signed by the President" '7n Witness Whereof,Colonial Surety Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed the 7th day of April A.D.,2023. (2) COLONIAL SUREfY COMPANYNew Jersey B yCounty of Bergen SS. Wayne Nunziata,President On this 7th day of April in the year 2023, before me Theresa La Monica a notary public, personally appeared Wayne Nunziata J personally known to me to be the person who executed the within instrument as President on behalf of the corporation therein named and acknowledged to me that the corporation executed it. w 4P THERESA LA MONICA e A Notary Public of New Jersey My Commission Expires September 9,2025 Theresa La Monica Notary Public I,the undersigned President of Colonial Surety Company,hereby certify that the above and foregoing is a full,true and correct copy oflthe Original Power of Attorney issued by said Company,and do hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hand and the seal of said Company,at Woodcliff Lake,New Jersey this 7th day of Marche 20 24 I Wayne Nunziata,President Original pnrted oath Blue and/or Black ink For venficao'on of the a thenfiuty of this P—r of Atlomey you may call(201)673-8T88 and ask ,or the Power of Attorney dark.Please refer to the above named indimdual(s)and details of the bond to whilh the pourer is attached. a Colonial Surety Company Duncannon,Pennsylvania -Inc 1930- Balance Sheet as at December 31, 2022 Cash&Invested Assets: Liabilities: Cash $9,057,792 Outstanding Losses&Loss Expenses $4,119,774 Cash Equivalents 3,519,458 Unearned Premiums 18,018,052 Common St cks* 9,757,005 Funds Held 5,412,876 Bonds* 49,594,003 Reinsurance Payable 9,118,420 Receivables for Securities 100,000 Accrued Expenses 609,482 Income Taxes Payable 2,146,546 Total Cash&Invested Assets $72,028,258 Payable to Parents,Subs&Affiliates 2,314,262 Miscellaneous Liabilities 11,364 Total Liabilities $41,750,776 Other Assets: Accrued Investment Income $493,741 Capital&Surplus: Premiums Receivable 20,448,949 Common Capital Stock $ 4,000,000 Funds Held Collateral 5,406,668 Additional Paid in Capital 1,000,000 Reinsurance�Zecoverable 5,295,919 Unassigned Surplus 57,754,325 Net Deferred Tax Assets 830,542 Other Assets 1,024 Total Capital&Surplus $62,754,325 Total Admitted Assets $104,505,101 Total Liabilities,Capital& $104,505,101 Surplus *Bonds and stocks are valued on basis approved by National Association of Insurance Commissioners. STATE OF NIEW JERSEY } ss.: COUNTY OF BERGEN } I,Wayne Nur ziata,President of Colonial Surety Company,do hereby certify that the foregoing is a full,true and correct copy of the Financial Starment of said Company,as of December 31,2022. IN WITNESS WHEREOF,I have signed this statement at Woodcliff Lake,New Jersey,this 7th day of April,2023. Wayne Nunziata,President 5yLa4j z�� o) Notary Public 2eN JetSe� Theresa La Monica,Notary Public THERESA LA MONICA A Notary Public of New Jersey My Commission Expires September 9,2025 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 BID BOND Macedo Contracting Services Inc PO Box 64,Ronkonkoma,NY 11779 OW ALL MEN BY THESE PRESENTS, thatwe (Here insert fill name and address or legal title of Contracted) Hudson Insurance Company as/Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surely) 100 William Street, 5th Floor,New York,NY 10038 Delaware corporation duly organized under the laws of the State of as Surety,hereinafter called the Surety, are held and firmly bound unto Town of Southold (Here insert full name and address or legal title of Owner) . 53095 Main Road,Southold,NY 11971 five percent of the bid (5%) as Obligee, hereinafter called the Obligee, in the sum of Dollars($ XXXXXX ), For the payment of which sum well and truly to be made,the said Principal and the said Surety, bind oursel ves, our heirs executor, administrators,successors and assign,jointly and serverally, firmly by //1 , these presents. WHEREAS, the Principal has submitted a bid for Oregon View Estates Drainage Project (Here insert full name,and description of pr-jel';0 1 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Princir a Contract wisth the Obligee in accordance with the terms of such bid, and give may be specified in.the bidding payment of labor and material furnished in 0- the event of the failure of the Principal to enter hereof between the amo- larger amount for which the Obligee may in good faith contract W,i+' covered by said bid, then this obligation shall be null and effect. Signed and sealed this 7th (Witness) , (Witness) AIA DOCUMENT A310 BID BOND AIA FEBRUARR 1735 N.Y.AVE.,N.W.,WASNINGTON,D.C.20006 � THIS FORM MUST BE SU. Individual Acknowledgment State of County of On this day of 2024 before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument,.and acknowledged to me that he/she executed the same. My commission expires Notary Public --------- ---------------------------------------- Corporation Acknowledgment State ofww Iy— I County of �- On the _ day of O(C n , 20Z before me personally came KA O OI'I M&C&G to me known;who bein by me duly sworn, did depose.and say that he resides irr3gLLI(,�.�V?U i)f• NCSifig� )11iQ7 he is the BSI o of_ 0 CG �i(1G -er S (. .,the corporation described in and which executed the above instrument; that he/she.hey khow(s)be seal of said corporation;that the seal affixed to said instrument is such corporate seal;that it wasso affixed by authority of S RA PlMENTEL of said corporation, and that he/she/theysigned his/he r rn thorj ,tary Public,State of New York '-'1 No.01 P16129920 My commission expires J Notary Public tualified in Suffolk County CoMMission Expires July 5,20� -------------------------------------------------- Surety Acknol ledgment State of New York County of Queens On the 7th day of March 2024 personally came Yannis Legakis to me known, who being by me duly sworn did depose and say that he/she is an Attorneyln-Fact of Hudson Insurance Company in and which executed the above Instrument know(s)the corporate seal of said corporation;that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-In-Fact by authority of the Board of Directors of said corporation and,by authority of this office under the standing resolution thereof. J My commission expires Notary Public MICHAEL CAR$oNE Notary Public-;State of New York NO.0166431249 QuaUFed in Nassau County My Commission Expires Mar 28, 2026 yJ UDSN t; 5U3kAN0_GP,()UP BID BOND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That HUDSON INSURANCE COMPANY, a corporation of the State of Delaware, with offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, and by these presents, does make, constitute and appoint Yannis Legakis of the state of New York its true and lawful Attomey(s)-in-Fact,at New York City in the State of New York, each of them alone to have full power to act without the other or others,to make,execute and deliver on its behalf,as Surety,bid bonds for any and all purposes. Such bid bonds,when duly executed by said Attomey(s)-in-Fact,shall be binding upon said Company as fully and to the same extent as if signed by the President of said Company under its corporate seal attested by its Secretary. In Witness hereof, HUDSON INSURANCE COMPANY has caused these presents to be of its Senior Vice President thereunto duly authorized,on this 6th I day of July ,20 22 at New York,New York. �ayas'rvgS tit � HUDSON INSURANCE COMPANY bF � Attest.....Y..:-..........:�-:::i..--.:.......F........ By......... . .. 5...... ..............> ,�......... Dina Daskalakis,Corporate Secretary Michael P.Cifone,Senior Vice President STATE OF NEW YORK COUNTY OF NEW YORK SS. On the 6th I day of fitly 20 ?2 before me personally came Michael P.Cifone to me known,who being by me duly sworn did depose and say that he is a Senior Vice President of HUDSON INSURANCE COMPANY,the Company described herein and which executed the above instrument, that he knows the seal of said Company,that the seal affixed to said instrument is the corporate seal'of said Company,that it was so affixed by order of the Board of Directors of said Company,and that lie signed his name thereto by like order. ... ..... ................. �fh'•Ea; fit; :............. ANN M.MURPHY (Notarial Seal) ,:Norq s Notary Public,State of New York No.01MU6067553 Qualified in Nassau County •......•� Commission Expires December 10,2025 NEUC'�� d• CERTIFICATION STATE OF NEW YORK COUNTYOFNEWYORK SS. The undersigned Dina Daskalakis hereby certifies: THAT the original resolution,of which the following is a true and correct copy,was duly adopted by unanimous written consent of the Board of Directors of Hudson Insurance Company dated July 27",2007,and has not since been revoked,amended or modified: "RESOLVED, that the President, the Executive Vice Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and discretion,to appoint such agent or agents,or attorney or attorneys-in-fact,for the purpose of carrying on this Company's surety business,and to empower such agent or agents,or attorney or attorneys-in-fact,to execute and deliver,under this Company's seal or otherwise,bonds obligations,and recognizanccs, whether made by this Company as surety thereon or other-A'isc, indemnity contracts, contracts and certificates, and any and all other contracts and undertaking made in the course of this Company's surety business, and renewals, extensions, agreements, waivers, consents or stipulations regarding undertakings so made;and FURTHER RESOVLED,that the signature of any such Ofticer of the Company and the Company's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seal when so used whether heretofore or hereafter,being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed." THAT the abo e and foregoing is a full,true and correct copy of Power of Attorney issued by said Company,and of the whole of the original and that the said Power of Attorney is still in full force and effect and has not been revolved, and furthermore that the Resolution of the Board of Directors,set forth in the said Power of Attorney is now in force. Witness the ha id of the undersigned and the seal of said Company this 7th day of, March 20 24 s`.•x�+ By......! :':.............. '....:....11........................... Dina Daskalakis,Corporate Secretary r HUDSON INSURANCE COMPANY SHORT FORM FINANCIAL STATEMENT AS OF DECEMBER 31,2022 ASSETS Bonds $ 485,914,449 Real estate 0 Mortgage Loans on Real Estate 73,581,960 Cash on hand and on deposit 44,223,336 Reinsurance Receivable 629,031,777 FIT recoverable(including net deferred tax asset) 25,025,629 Aggregate write-ins for other than invested assets 492,356,287 Deferred premiums, agents'balances and installments booked but deferred and not yet due(including earned but unbilled premiums) 126,326,463 Stocks 415,394,105 Other Assets 62-959-618 Total Assets $ 2 354 713.624 LIABILITIES& SURPLUS Losses $ 337,517,938 Loss adjustment expense 36,920,563 Other expenses 29,857,382 Unearned Premiums 160,331,236 Ceded reinsurance premiums payable 988,181,837 Payable to parent, subsidiaries and affiliates 6,337,448 Commissions payable,contingent commissions and other similar charges 42,920,776 Other Liabilities 147,279,591 Total Liabilities $ 1,749,346,771 Preferred and Common capital stock $ 7,500,238 Gross paid in and contributed surplus 293,480,097 Unassigned11 funds(surplus) 304,386,518 Surplus as regards policyholders $ 605.366,853 Total Liabilities and Surplus $ 2,354,713.624 STATE OF NEW YORK ) ss: COUNTY OF NEW YORK ) I,Rory Rose,the undersigned Chief Financial Officer of Hudson Insurance Company hereby certify the foregoing to be a short form financial statement in the form of a balance sheet,showing the Company's assets and liabilities on a provisional basis,at the close of business on December 31,2022. IN TESTIMONY WHEREOF,I have set my hand and affixed the seal of the Company,this 611 day of March ,2023. Rory Rose Chief Financial Officer, :74f Subscribed and sworn to before me this 611 day of March 2023. Ann M.Murphy ANN M. MURPHY Notary Public Mc.9°. Notary Public,State of New York �OTq ay No.01MU6067553 Qualified in Nassau County,Certified in New York Ny 'AGBLIG.' s Commission Expires December 10,2025 w THE AMERICAN INSTITUTE OF ARCHITECTS 1 _ AIA Document A310 BOND NO: N/A Bid Bond ` KNOW ALL MEN BY i THESE PRESENTS that we UNITED PAVING CORP. 6316 NORTHERN BLVD.,EAST NORWICH,NY 11732 as Principal, hereinafter called the Principal and THE OHIO CASUALTY INSURANCE COMPANY 1200 MACARTHUR BLVD.,MAHWAH,NJ 07430 a corporation duly organized under the laws of the State of NEW HAMPSHIRE as SURETY, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 MAIN ROAD,SOUTHOLD,NY 11971 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF AMOUNT BID Dollars ($ 5%OF BID AMOUNT for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs,executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for OREGON VIEW ESTATES DRAINAGE PROJECT NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and givelsuch bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee 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. Signed and sealed this 4TH day of MARCH 2O24 UNITED PAVING CORP. rincipal) (Seal) (w l ) lql��/ e (Title) THE OHIO CASUALTY INSURANCE COMPANY a�I I-, (Surety) (Seal) (Witness) I �4 e Terri DaVolio Attorney-in-tact GLENN G.GLUBIAK,ATTORNEY-IN-FACT AIA DOCUMENT A310 * BID BOND AIA @ * FEBRUARY 1970 ED o THE AMERICAN I N S T I T U T E 0 F A RC H I T E CT S, 1735 N.Y., N.W., WASHINGTON, D.C. 20006 l .4 ACKNOWLEDGMENT OF CONTRACTOR(PRINCIPAL IF A CORPORATION STATE OF NEW YORKItl ) uss - )SS.: COUNTY OF ) On the, day of `� in the year2024 before me personally 1 /came � ``x l to me known,who being by me duly sworn,did depose K' and say that he resides in �'f ���wf c�f. N-that he is the Y,1119 of 0n.`w ea Urn`) `�"�� >the corporation described in and which cxccuted the above instrument;and that hesigned his name thereto by authority of the board of directors of said corporation. BRENDA=CHAMBERS Notary PublicYorkN0.01 NOTARY PUBLIC Qualified iyMy Commission , 2026 ACKNOWLEDGMENT OF(SURETY STATE OF NEW YORK ) )SS.: COUNTY OF SUFFOLK ) On the 4th day of March in the year 2024 1 before me personally came Glenn G. Glubiak to me known,who,being duly sworn,did depose and say that he resides at Commack, New York ,ghat he the Attorney of THE OHIO CASUALTY INSURANCE COMPANY the corporation described in and which executed the above instrument;and that he signed his name thereto by order of the board of directors of said corporation. NOTARY PUBLIC TINA M. GRENNAN NOTARY PUBLIC,STATE OF NEW YOR', Registration No.OIGR6188736 Qualified in Suffolk County Commission Expires June 09.�= Z.y i This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company mute The Ohio Casualty Insurance Company Certificate No:8197249-015100 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Glenn G. Glubiak;David A.Goldstein;Penny Rocco;Jennifer Spadaro all of the city of I Melville state of NY each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 29th day.of October , 2018 . Liberty Mutual Insurance Company P�INSUR9 P-,Z`! INS&R a INSU,4 The Ohio Casualty Insurance Company AJ `env°'L�rF'✓!0 oa`� �oaPORgT�'9y `4P�ORPORar�'yn West American Insurance Company 2 0 V4 o m CU W .•` o to .a 19120 a 19190 g 1991 dpl sSACHl75F'l.aa yO hAMP`'�dam YS �'t'DIANP A By: � ? C c David M.Carey,Assistant Secretary m State of PENNSYi5 cc LVANIA Z County of MONTGOMERY ssCo 0 a) On this 29th day of October 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o a Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—U) > therein contained by sign'ing on behalf of the corporations by himself as a duly authorized officer. 0 LIJ T IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. n C CDR P.qg 0C, cu 0 �tr'TC`�. COMMONWEALTH OF PENNSYLVANIA Q Notarial Seal i/ , '0 } O do 1~ G 0r Teresa Pastella,Notary Public - CU C 6 Upper Merton Twp.,Montgomery County By: 0) C ^�: M Commission Expires March 28,2021 � E yy.ry T p eresa Pastella,Notary Public a co Member,Pennsyl ania Association of Notaries C7 q�PU to o CU t(D This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o.S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 a)a) aS ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o co Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the a >, President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o co C any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall s 4 ` have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such "0O 0 � instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the E M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. co 0 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. o m Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,F- shall appoint suchi attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by theirlsignature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever applearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the onginal power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 4th day of March 2024. P4 1NSUg4 SY INS&p INSU� j voRgroy�m �J2`oavorrgr��gy� \V=`oavortyTFo20co a 19 0 0 1919 ; 2 1991 0 "c. S-A m O d 3 By: rd�?SSAceus�t-0a3 O�y& P '' D�g��da3' ds NOIgNP da Renee C.Llewellyn,Assistant Secretary * LMS-12873 LMIC OCIC WAIC Multi Co 062018 THE OHIO CASUALTY INSURANCE COMPANY Liberty Financial Statement— December 31, 2022 Mutual® SURETY Assets Liabilities Cash and Bank Deposits...................................... $381,391,653 Unearned Premiums...............................................$1,621,337,313 *Bonds—U.S Government.................................. 624,259,230 Reserve for Claims and Claims Expense.................. 4,472,582,937 *Other Bonds........................................................ 4,696,075,391 Funds Held Under Reinsurance Treaties................. 0 *Stocks................................................................. 123,765,396 Reserve for Dividends to Policyholders................... 220,687 Real Estate.......................................................... 0 Additional Statutory Reserve.................................. 0 Reserve for Commissions,Taxes and Agents'Balances of Uncollected Premiums....... 936,691,175 Other Liabilities................................................. 510,304,288 Accrued Interest and Rents................................ 40,821,253 Total.................................. ... $6,604,445,225 Other Admitted As ets....................................... 2,318,373,499 Special Surplus Funds.................. $31,311,376 Total Admitted)Assets................................ 5%A21,377.597 Capital Stock............................... 4,500,000 Paid in Surplus............................. 738,183,897 Unassigned Surplus.....................1,742,937,099 Surplus to Policyholders...................................... 2,516,932,372 Total Liabilities and Surplus................................. 9,121.377,597 JP�ZY INSU'49 `e5 oyToti�� * Bonds are stated at amortized or investment value;Stocks at Association Market Values. s 1919 The foregoing financial information is taken from The Ohio Casualty Insurance Company's ��2NgMPS�Q�T= financial statement filed with the state of Ohio Department of Insurance. * 1 I,TIM MIKOLAJEWSKI,Assistant Secretary of The Ohio Casualty Insurance Company,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2022,to-the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington,this 8th day of March 2023. Assistant Secretary 4 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 pr hicipal place o f bushiecs) United States Fire Insurance Company Roadwork Ahead, Inc. 305 Madison Avenue This document has important 2186 Kirby La l e Morristown, NJ 07960 legal consequences.Consultation Syosset, NY 11791 Mailing Address for Notices with an attorney Is encouraged with respect to its completion or modification. OWNER: (Name,to qal status and addn ss) Any singular reference to Town of Southold Contractor,Surety,Owner or other party shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Name,location Ir address and Project number,t f m{i j Oregon View Estates Drainage Project, Cutchogue, 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 licirs,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 agreedl to by the Owner and Contractor,and the Contractor either(t)enters into a contract with the Owner in accordance with the terms of such bid,mid gives such bond or bonds as may be speci tied 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 perforivancc of such Contract and for tho prompt payment of laborlmid material furnished in the prosecution thereof;or(2)pars to the Owner the difference,not to exceed the amount of this Bond,between the aniount 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 tiill fierce and ofl'ect.The Surely hereby%vanves any notice ol'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,lima Ibr acceptance o£bids specified in the bid documents,and[lie Owner and Contractor shall obtain the Suret}?s consent Ibr an extension beyond sixty(60)days. If this Bond is is,tied in connection with a subcontractor's bid to a Contractor,the terni Contractor in this Bond shall be deemed to be Subcontractor and the teen Owner shall be deemed to be Contractor. When this Bond has been furnished to comply viiilh a statutory or other legal requirement in(he location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herelrom and provisions conlbrining to such statutory or other legal requirement shall be deemed incotporaled herein.When so lurnished,(lie intent is that this Bond shall be constr ucd as a statutory bond and not as a common law bond. Si-ic¢and scaled this 22nd day of February, 2024. 1 Roadwork Ahead, Inc. Q14,nk.L (Principal) (seal) 1 llttess') � � �� l.ti j B (fit e) United States Fire asurance Com ny pp t !1 Pinres: lw+ :�,, (Ti(e)Fern P ry,Attorney-in-Fact ,oe W�ui�wN'y0�' S•0054/AS 8110 ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF New York } COUNTY OF ss: �J�Q day of On this 20 24, before me personally appeared ICE y IU�C�i 1 S�aS to me known, who, being by me duly sworn,did depose 1 I and say that he/she resides at lL� I LQ 11-Q- S Q�Q 'U ,that he/she is the 1r ,� Yts`�,�X,�� of Roadwork Ahead, Inc. the'corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. BR[AN NA LAVIOLA Notary Pubfie State Of New Yobs No.01LA6444033 0,q6 ry Public Qualified In Nassau County Commission Expires November 14,2026 ACKNOWLEDGMENT OF SURETY STATE O 'NEW YORK } COUNTY OF NASSAU } ss: On February 22,2024 before me personally came Fern Perry tol me known who, being by me duly sworn, did depose and say that he/she resides at 255 Executive Drive, Plainview, New York 11803,that he/she is the Attorney-In-Fact of United States Fire Insurance Company the corporation described in and which executed the foregoing instrument;and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. otary Public Peter Henry Notary Public State Of New York No.I OIHE4784829 Qualified In Nassau RtY ��19981e1SS3On�Xpire`: January 31, � POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 0063523 KNOW ALL MIEN 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: Robert Finneli,Peter Henry,Jennifer Laura Johnston-Ogeka,Fern Perry each,its true and lawful Attorney(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,in amounts or penalties not exceeding:Seven Ylillion,Five Hundred Thousand Dollars($7,500,000). 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. 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 Corporation 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 28th day of September,2021. UNITED STATES FIRE INSURANCE COMPANY ti Matthew E.Lubin, President State ofNew Jersey} County of Morris } On this 28th day of September,2021,before me,a Notary public of the State ofNew 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. hAEUM K M0TARYR8=0FKWMW utft9lon D W`12 and U7= Melissa H.D'Alessio (Notary Public) 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. E 8 -2 4� 20) IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES FIRE INSURANCE COMPANY -SINS--k-1 Michael C.Fay,Senior Vice President I UNITED STATES FIRE INSURANCE COMPANY 1209 ORANGE STREET,WILMINGTON,DELAWARE 19901 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DF.CFMBER 31,2022 I 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 jDerivatives..................................................................................................................... 10,695,142 OtherInvested Assets........................................................................................................ 337,125,033 Investment Income Due and Accrued...........................................................:.......................... 19,572,352 Premiums and Considerations............................................................................................... 340,327,513 Amounts Recoverable from Reinsurers................................................................................... 61,688,599 i Funds Held by or Deposited with Reinsured Companies............................................................... 70,688,033 NetDeferred Tax Asset...................................................................................................... 140,619,760 Electronic Data Processing Equipment..................................................................................... 1,507,891 Receivables from Parent,Subsidiaries and Affiliates................................................................... 158,857,542 OtherAssets.................................................................................................................. 145,928,507 TOTALASSETS.......... ............................................................................. $ 6,490,928,636 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred But Not 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 UnearnedPremiums.......................................................................................................... 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 Provision for Reinsurance................................................................................................... 2,638,135 Payable to Parent,Subsidiaries and Affiliates............................................................................ 91,545,650 OtherLiabilities................................................................................................... ........... 73,407,186 TOTAL LIABILITIES................................................................................. $ 4,445,110,813 CommonCapital Stock...................................................................................................... 18,780,000 Gross Paid In and Contributed Surplus.................................................................................... 1,502,074,940 Unassigned Funds(Surplus)................................................................................................ 524,962,883 Surplus as Regards Policyholders.................................................................... 2,045,917,823 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. 4-1 G' f 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 J 1 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 principal place of btcshnesa) Liberty Mutual Insurance Company Laser Industries Inc. 175 Berkeley Street This document has important 1775 Route 25 Boston, MA 02116 legal consequences.Consultation Ridge, NY 11961 Mailing Address for Notices with an attorney is encouraged g with respect to its completion or OWNER: modification. ' (Naine,legal status and address) Any singular reference to Owner or Town of Southold other party hall Surety, e considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Name.location oraddruss andl'roject,niniber,ifany) Oregon View Estates Drainage Project. 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 hairs,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 dil1crence,not to exceed the amount of this Bond between the amount specified in said bid and such larger amount for which the O%vuer may in good faith contract with another party to peribmi the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full lbrce and ellect.The Surely hereby Naives any notice ol'an agreement between the Owner and Contractor It)extend the time in which the Owner may accept the bid.Waiver ornotice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance or bids specified in the bid docunents,and Ilia O%v ner and Contractor shall obtain ilia Suret)?s consent li,r an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,ilia tame 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 Mind conflicting with wid statutory or legal requirement shall be deemed deleted herellrom and provisions conlbrining to such statutory or other legal requirement shall be deemed incorporated herein.When so 1'umished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and scaled this 1st day of March,2024. Laser Industries Inc. QagiiLk�' W c�—� tPrtn ' (Seal) (11'ir�ress) , B �' JoM.n ono, President; I Sol LibertV Mutual 1p$uranW Company ��P�aP0 $� 1912 lit rn,c ay rd'9S`SgCHUSP.�aa B 7 * )� r a La fran o,Attorney-in-Fact Seal Plo.4943 S-0054/AS 8110 4 ' Individual Acknowledgment State of County of On this day of , 2024 before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. My commission expires Notary Public Corporation Acknowledgment State of WCW County of SIC)I IC �PTda of MH-QD4 ,2024 before me personally came U� �I �'I 'y O ®n the— Y to me known; who being by me duly sworn, did depose and say that hen/she/they reside(s) that he/she/they is (are)'the - E 1()E Q T of the corporation described in and which executed the above instrument;that he/she/they know(s)the seal of said corporation;that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation,and th he/she/they signed his/her/their name(s) thereto by like authority. STEPHANIE WORTH NOTARY PUBLIC-STATE OF NEW YORK 1 My Commission expire QUeNo.1iW06444308 n Su Notary ublic My Commission Expires 11-28-2026 P Surety Acknowledgment State of New York County of Nassau 1st March 2024 On the day of before me personally came Theresa A Lanfranco who, being by me duly sworn, did depose and say that he/she/they is an attorney in fact of Liberty Mutual Insurance Company the corporation described in and which executed the within instrument; that he/she/they know(s)the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing resolution thereof. ----� My commission expires Notary 4dublic RAYMOND C.CARMAN Notary Public•State o/New York NO.01CA5617975 Qualified In Nassau County My Commission Expires Jan 31,2027 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company muttxaI. The Ohio Casualty Insurance Company Certificate No: 8211199-969521 West American Insurance Company SURETY. POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Comelia DeSouza,Daisy Haber,Denese Thompson,Raymond C.Carman,Theresa A.Lanfi-anco all of the city of Uniondale state of NY each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 10th day of January , 2024 . Liberty Mutual Insurance Company INS u �1v INSG ►tssu� The Ohio Casualty Insurance Company gJ�°onroaq P�fi Jac°cPORQrP'ey�� pPr°apa�roti0 West American Insurance Company 1912 c 0 1919 0 d 1991 0 d� SkcNuSw yD O �hANPS� a� � �hD1AL1l dot c O S �' 0 U c David M.Carey,Assistant Secretary c m State of PENNSYLVANIA c a) � County of MONTGOMERY o E m On this 10th day of January 2024 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance mCompany,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes`> > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >— = IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. Q qp PAST d O O wr'pan w c< Comnio.vealtb a1 Pennsylvania-Notary Seal _ Teresa Pastella,Notary Public 60 `�. s' v Monlyomery ,County E N 6 O �F h1y commission expires March 28,2025 By N c rf ar Comnussion number 1126M4 Teresa aste la,Notary Public Yt`+r �bS `LAG Member,PelrsyWania Association of Notaries O O Ca a) a This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 N 00 o c Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: M E aS ARTICLE IV-OFFICERS:Section 12.Power of Attorney. 0 00 o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the�o a President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety cco cfl m any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attomey,shall-o co o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o Z instruments shall be as binding as lf signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the Q m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in wrung by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attomey executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 15t day of March 2024. P�1PISU� P�-,,I INS& a 141Su 'r � j2°o�ORor��,m �ooa9O�a�F`92� �Pro�o�9ro�ptr 1912 0 1919 1991 d,�q�sacau5�r-0a �y��NacrPs�p�a f %InaP a By: A�t Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 020 , i LIBERTY MUTUAL INSURANCE COMPANY Liberty ML1tUiL1m Financial Statement—December 31,2022 10� SURETY Assets Liabilities Cash and Bank Deposits.................................... $3,908,755,039 Unearned Premiums............................................$10,133,358,204 *Bonds—U.S Government................................. 3,451,999,931 Reserve for Claims and Claims Expense................. 27,953,643,316 *Other Bonds..................................................... 18,862,255,155 Funds Held Under Reinsurance Treaties................ 368,610,620 *Stocks............................................................... 19,372,953,698 Reserve for Dividends to Policyholders................. 1,379,296 Real Estate........................................................ 190,092,373 Additional Statutory Reserve................................ 197,278,000 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums....... 7,929,876,358 ........... 9,206,000,954 Other liabilities................................... Accrued Interest and Rents............................... 166,740,412 Total..........................................................$47,860,270,390 Other Admitted Assets...................................... 15,968,062,977 Special Surplus Funds................. $195,696,103 Total Admitted Assets................................. S69.850.735.943 Capital Stock.............................. 10,000,075 Paid in Surplus...........................13,324,803,036 Unassigned Surplus.................... 8,459,966,339 Surplus to Policyholders......................................21,990,465,553 Total Liabilities and Surplus.................................$69,850,735.943 P�1N5 Uqq qJ oftP0R9T't'C F * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 7912 The foregoing financial information is taken from Liberty Mutual Insurance Company's financial y��3"�AT2 statement filed with the state of Massachusetts Department of Insurance. • I,TIM MIKOLAJEWSKI,Assistant Secretary of Liberty Mutual Insurance Company,do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2022,to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 8th day of March 2023. Assistant Secretary t THE AMERICAN INSTITUTE OF ARCHITECTS Y� t _ AIA Document A310 BOND NO: N/A Bid Bond KNOW ALL MEN BY THESE PRESENTS , that we INDEPENDENT GENERAL CONTRACTING,LLC P.O. BOX 150,WESTHAMPTON,NY 11977 as Principal, hereinafter called the Principal and BERKLEY INSURANCE COMPANY 475 STEAMBOAT ROAD,GREENWICH,CT 06830 a corporation duly organized under the laws of the State of DELAWARE as SURETY, hereinafter called the Surety, are held, and firmly bound unto TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD,NY 11971 as Obligee, hereinafter called the Obligee, in the sum of - FIVE PERCENT OF AMOUNT BID Dollars ($ 5%OF BID AMOUNT for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves,- ou.r_;heirs,executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Drainage: Removal of Drainage Structures, Removal of Curb and Gutter, Removal of 18"Corrugated Metal Pipe,Sawcutting Asphalt, Removal of Asphalt Pavement,Installation of 12"Corrugated HOPE Pipe, Installation of Catch Basins, Installation of Asphalt Pavement,Installation of Curb,Installation of Drainage Manholes. Oregon View Estates Drainage NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed tt:e penaity hereof between the amount specified in said bid and such larger amount for which the Obligee 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. Signed and sealed this 26TH day of FEBRUARY 2024 DEPENDENT GENERAL CONTRACTING,LLC (Prinipal) (Seal) nes s) \L_C'4e-.f (Title) r_. BERKLEY INSURANCE COMPANY �rQ�✓ �/' ���� (Surety) (Seal) (Witness) d orney71r7fact Terri DaVolio DAVID A.GOLDSTEIN,ATTORNEY-fN-FACT AIA DOCUMENT A310 * BID BOND AIA @ * FEBRUARY 1970 ED o THE AMERICAN I N S T I T U T E 0 F A RC H I T E CT S, 1735 N.Y., N.W., WASHINGTON, D.C. 20006 r' ACKNOWLEDGMENT OF CONTRACTORJPRINCIPAL IF A CORPORATION STATE OF NEW YORK ) )SS.: COUNTY OFC I(— On the �� day of V---e 4-'-1A)C,I .i in the year 2024, before we personally came L—.I7 -,A n ri ,t. c to me known,who being by me duly swom,did depose and say that he resides in -r P ,that be is the 1 . rt A of r e corporation T described in and which executed the above instrument;and that he signed his name thereto by authority of the board of directors of said corporation. MEGAN ELIZABETH MAZUR NOTARY PUBLIC,STATE OF NEW YORK , Registration No.01 MA0013472 NOTARY PU1if�L1 Qualified in Suffolk County Commission Expires September 13,2027 ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK ) SS.: COUNTY OF SUFFOLK ) On the 26th day of February in the year 2024;before me personally came DAVID A. GOLDSTEI N to me known,who,being duly sworn,did depose and say that he resides at MERRICK, NEW YORK ,that he the Attorney-In-Fact of BERKLEY INSURANCE COMPANY the corporation described in and which executed the above instrument;and that he signed his name thereto by order of the board of directors of said corporation. NOTARY PUBLIC JENNIFER SPADARO Notary Public,State of New York Reg.No.01 SP5017514 Qualified in Suffolk County Commission Expires September 7,_ • POWER OF ATTORNEY No.BI-7572c-el BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Glenn Glubiak; Robert Mastrantonio; Penny Rocco; Jennifer L. Spadaro; or David A. Goldstein of AssuredPartners Northeast, LLC of Melville,NY its true and lawful Attorney-in- Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars(U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company 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 Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,the Company has caused these presents to-be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 24th day of August 2020 \�SURANq, Attest: Berki Insurance Company CO x ��rarz�r" � By BY W SEAL z dermas Je fter m 1975 V 04AWt1PO Executive Vice President&Secretary Se ' e aresident STATE OF CONNECTICUT) ss: COUNTY OF FARZFTELD ) Sworn to before me, a Notary Public in the State of Connecticut,this 24th day of August 2020 by Ira S.Lederman and Jeffrey Iv1. Halter who are sworn to me to be the Executive Vice President Secretary, and Senior Vice President, respectively,ofBerl dey Insurance Company. M ar AYU PURINDBAcE CONNECTICUT MY C APFUL 30,2024SON Pt�E� otary Public,State of Connecticut CERTIFICATE I,the rindersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded an authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of t �R"N ched,is in.full force and effect as of this date. P�p "err or my hand and seal of the Company,this 26th day of Februa 2024 W SEA. 1975 °ftawAP� Vincent P.Forte BERKLEY INSURANCE COMPANY STATUTORY BALANCE SHEET DECEMBER 31,2022 (AMOUNTS IN THOUSANDS) Admitted Assets Bonds $ 13,748,920 Common &Preferred Stocks 5,444,146 Cash & Short Term Investments 1,220,600 Premiums Receivable 2,409,952 Other Assets 4,173,176 Total Admitted Assets $ 26,996,794 Liabilities & Surplus Loss & LAE Reserves $ 13,487,428 Unearned Premium Reserves 4,200,566 Other Liabilities 978,212 a Total Liabilities $ 18,666,206 Common Stock $ 43,000 Preferred Stock 10 Additional Paid In Capital 2,949,106 Unassigned Surplus 5,338,471 Total Policyholders' Surplus $ 8,330,587 Total Liabilities & Surplus $ 26,996,794 Officers: Directors: President: William Robert Berkley, Jr. William Robert Berkley Secretary: Philip Stanley Welt (Executive Chairman) Treasurer: Richard Mark Baio William Robert Berkley, Jr. Asst. Treasurer: Bertman Adam Braud, Jr. Philip Stanley Welt Asst. Secretary: Aaron Pearce Richard Mark Baio Asst. Treasurer: Ted William Rogers Paul James Hancock Carol Josephine LaPunzina James Gerald Shiel h Document A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and l?,111011e11 Plcrce c f hrcvinesti) United States Fire Insurance Company Brian V. Klug Landscaper, Inc. 305 Madison Avenue This document has important PO Box 349 Morristown, NJ 07960 legal consequences.Consultation Mailing Address for Notices with an attorney is encouraged Speonk, NY 11972 with respect to its completion or modification. OWNER: (Name, legal staters and address) Any singular reference to Contractor,Surety,Owner or Town of Southold other party shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (,Fame,location or address,and Project rnnrmber,if nit) Oregon View Estates Drainage Project, Cutchogue, NY The Contractor and Surcly are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind theniscives,their licirs,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 tine pc`riod as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner ill accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,truth a surety admitted in the,iurisdiction of the l'roiect 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)pars to the Owner the ditTerence,not to exceed the aniount of this Bond,between the aniount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlitnn the work covered by said bid,dice this obligation shall be null and void,otherwise to remain in full lorce and effect.The Surely hereby waives any notice o1'an agreement between the Owner and Contractor to extend the tinie in which the Owner may accept the bid.VL'aiver of notice by the Surety shall not apply to ally extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the hid documents,and the Owner and Contractor shall obtain the Surety's consent litr mi extension beyond sixty(60)days. If this Bond is issued in connection Will,a subcontractor's bid to a Contractor,the temt Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Wlien this Bond has been ltirnished to comply witli a statutory or other legal requirement in the location ol•the Project,any provision in this Bond conllicling with said statutory or legal requirement shall be deemed deleted herefrom and provisions conlitnning to such statutory or other legal requirement shall be deemed incorporated herein.When so limtished,the intent is that this ifond shall be construed as a statutory bond and not as a conitnoa la%v bond. Signed and scaled this 29th day of February, 2024. -- Brian V. Klug Landscaper, Inc. (P,7ncipal) (Seat) (1!'itnress n By: (Title) ;United States Fir Insurance Co pany(Witness) ne Perry,Attorney-in-Fact S•0054/AS 8110 ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF New York } COUNTY OF(- ss: On this day of N/4 20 24, before me personally appeared to me known, who, being by me duly sworn,did depose and say that he/she resides at /0 C?��,�i✓�� G'�'�cPs Si�C�c��� /l�t /I n1 ,that he/she is the j�Z P'2Side.1o7 of Brian V. Klug Landscaper, Inc. the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. No Public KIMBERLY HONIG NOTARY PUBLIC,State of New York No.01 H0615$462 Qualified in Suffolk County ACKNOWLEDGMENT OF SURETY Commission Expires-G6DWKw-2; l3 STATE OF NEW YORK } COUNTY OF NASSAU On February 29, 2024 before me personally came Fern Perry to me known who, being by me duly sworn, did depose and say that he/she resides at 255 Executive Drive, Plainview, New York 11803,that he/she is the Attorney-in-Fact of United States Fire Insurance Company the corporation described in and which executed the foregoing instrument;and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. Peter Henry Notary Public State Of New York No.01HE4784829 Notary Public Qualified In Namau Covaty Cominisslon Expims:January 31, i POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 0063523 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: Robert Finneii,Peter Henry,Jennifer Laura Johnston-Ogeka,Fern Perry 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,in amounts or penalties not exceeding:Seven Million,Five Hundred Thousand Dollars($7,500,000). 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. 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 Corporation 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 28th day of September,2021. UNITED STATES FIRE INSURANCE COMPANY Matthew E.Lubin, President State of New Jersey} County of Morris } On this 28th day of September,2021,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. MEU_SA K DIALES810 NOVA PiMOOF KEW1100 Melissa H.D'Alessio (Notary Public) 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. 2024 IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the day of 20 UNITED STATES'FIRE INSURANCE COMPANY rf 1' N Michael C.Fay,Senior Vice President a i UNITED STATES FIRE INSURANCE COMPANY 1209 ORANGE STREET,WILMINGTON,DELAWARE 19801 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2022 I I I 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 Other Invested Assets.............................................. ........... 337,125,033 Investment Income Due and Accrued............................................... . ........................... 19,572,352 Premiums and Considerations..................................................................................I............ 340,327,513 jAmounts Recoverable from Reinsurers.......................................................I.........................,.. 61,688,599 Funds Held by or Deposited with Reinsured Companies................................................. .......... 70,688,033 Net Deferred Tax Asset...................................................................................................... 140,619,760 Electronic Data Processing Equipment........................................................1............................ 1,507,891 Receivables from Parent,Subsidiaries and Affiliates............................................... . 158,857,542 iOther Assets................................................................................................................... 145,928,507 TOTAL ASSETS....................................................................................... $ 6,490,928,636 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred But Not Reported Losses)......................................................................................I............ 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 UnearnedPremiums.......................................................................................................... 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 Provision for Reinsurance.......................................................................i........................... 2,638,135 Payable to Parent,Subsidiaries and Affiliates............................................................................ 91,545,650 OtherLiabilities............................................................................. . ............................... 73,407,186 TOTAL LIABILITIES................................................................................. $ 4.445,110,813 Common Capital Stock....................................................................................................... 18,780,000 Gross Paid In and Contributed Surplus.................................................................................... 1,502,074,940 Unassigned Funds(Surplus)....................................................................i........................... 524,962,883 Surplus as Regards Policyholders.................................................................... 2,045,817,823 TOTAL LIABILTHES,SURPLUS&OTHER FUNDS.......................................... $ 6,490,928,636 I,Carmine Scagiione,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. G` 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 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Delalio Coal &Stone Co. Inc. dba South Fork Asphalt 224A North Main Street Southampton NY 11968 as Principal, hereinafter called the Principal, and The Service Insurance Company Inc. 80 Main Street West Orange NJ 07052 a corporation duly organized under the laws of the State of NJ as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53095 Main Road, Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars($ '5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs; executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Oregin View Estates drainage project NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee 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. Signed and sealed this 22nd day of February 2024 Delalio Coal ne Co. Inc. dba South Fork Asphalt — (PrincipaQ (Seat) (Witness) 1 B one)The Service Insurance Company Inc. °_� (Surety) (Seat) Witness) By: Attomey-in-Fact Thomas M Niland ;!rde1 AIA DOCUMENT A310•BID BOND a AI.4•FEBRUARY 1970 Ell.*THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.N.,WASHINGTON,D.C.20006 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF IN COUNTY OF SLtf�,) p� ON THEOD PRAY OF FAA( i,-j 2024 BEFORE ME PERSONALLY CAME �erng W �z��►� �t TO ME KNOWN,WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT(S)HE RESIDES AT3�- N- '� Su A"� '- THAT(S)HE IS THE OF DELALIO COAL & STONE CO. INC.,DBA SOUTH FORK ASPHALT A CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT(S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATIONSTATE ,++►►+++,,�,� Notary Public �\�c/ OF NEW YORK�7J NOTARY PUBLIC j aua�ea in sari \ OICU8372046 /ry ACKNOWLEDGEMENT OF SURETY '�,o��.ti`� EXP1R�S\\�� STATE OF NEW YORK COUNTY OF SUFFOLK ON THE 22ND DAY OF FEBRUARY 2024, BEFORE ME PERSONALLY CAME THOMAS M. NILAND TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT LIDO BEACH, NY THAT (S)HE IS THE ATTORNEY IN FACT OF THE SERVICE INSURANCE COMPANY INC. THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT(S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER ROBYN GUARINO Notary Public NOTARY PUBLIC-STATE OF NEW YORK No.01 GU6383323 Qualified in Suffolk County IVY Commission Expires 1 1-13-20IG i BOND NO. 11346N THE SERVICE INSURANCE COMPANY,INC. (in CT,GA,KY, MA,MD,MS,MT,NH,NJ,NY,PA,Rl,TN&WV) (d/b/a Service Guarantee and Surety Company in DC,DE,NC&SC) Service Guarantee and Surety Company(used in FL by:The Service Insurance Company,Inc.),in AL Service Guarantee and Surety Co.(used in VA by:The Service Insurance Company,Inc.) POWER OF ATTORNEY ' KNOW ALL MEN BY THESE PRESENTS: That THE SERVICE INSURANCE COMPANY, INC-, 80\klain Street 4330. West Orange, NJ 07052, a corporation of the State of New Jersey(d/b/a Service Guarantee and Surety Company in DC, DE, NC & SC), Service Guarantee and Surety Company (used in FL., by: The Service Insurance Company, inc.) and in AL, Service Guarantee and Surety Co. (used in VA by; The Service Insurance Company;Inc.)pursuant to authority granted by Article V114 Section 7 ofahe By-Laws of said Company,which reads as follows:"CONTRACTS The Board of Directors ntdv authorize any officers, to execute any surety bond instrument in the name of and on behalf of the corporation„and such authority may be general or confined to specific instances." Does hereby nominate,constitute and appoint Glen T. Burger and James S.Burger,its trice and lawful agents and Attorneys)-in-Fact,to make, execute,,seal and deliver for.,and on its behalf as surety,and its act and deed:any and all bond undertakings,and consents of surety,no one bond to exceed an aggregated penal sum liability of$5,000,000(Five Million Dollars). Does hereby nominate, constitute and appoint THOMAS M.NILAND&LEONARD SCIOSCIA JR. of COOK MARAN&ASSOCIATES,INC. Insurance Agency as its true and lawful Attorney(s)-in-Fact for the following purpose:to make,execute and deliver those bond undertakings and Consents of Surety on behalf of the Company to any Obligee for those bid bond,performance bond, payment bond and other bond undertakings not to exceed an aggregated penal sum liability of$5,000,000(Five Million Dollars). Said insurance Agency Attomey(s)-In-Fact shall obtain prior approval confirmed in writing from the Company with a bond number provided by the Company's home office prior to issuing any bonds. Said Attorncy(s)-In-Fact by executing the attached bond(s),hereby represents and warrants under oath that the Company has.,granted'it/him/her prior approval and furnished the bond number for the attached bonds,which has been logged and recorded at the Company's home office:The Company'shall not cover,honor or pay any claims for unauthorized bonds,and the Obligee may confirm the validity of the attached bond on receipt by contacting the Company in writing at 973-731-7880(fax)or.Jburgernserviceinsurancecompany.corn. IN WITNESS WHEREOF,the said Treasurer and President have hereunto subscribed their names and affixed the Corporate Seal of the said The Service Insurance Company,Inc.,this 6th day of June,A.D 2022 TIIE SERVICE INSURANCE COMPANY,INC. BY:...... ...... ................................. BY:................ ........................ GLEN T. URGER,TREASURER JAMES S.BUR 'ER,PRESIDEivrT STATE OF W JERSEY ) SS CITY OF WEST ORANGE ) On this 6th day of June.A.D.2022,before the subscribed,a.Notary Public of the State of Ncw Jersey,duly commissioned and qualified,came the above named Treasurer and President of The Service Insurance Company,Inc., to me personally known to be the individuals and officers described in and who executed the preceding instrument,and they each.acknowicdge the execution of the same,and being by me duly sworn severally and each for himself deposeth the saith,that they are the said officers of the Company aforesaid,and that the seal is affixed to the preceding instruments.is the Corporate Seal of said Company,and that the Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction,of the said Corporation. MARAA E CERQUEIRA Notaty Public,State of.New Jersey Comm.#23605? tary Public in the. :01•?\ew Jersey MY Commission Expires 614l2027 CERTIFICATE 1,the undersigned, President of The Service Insurance Company, Inc., The Company, do hereby certify that the Brier%.;'ower of':�ttr itgiy:in which the forgoing is full.true and correct copy,is in full force and effect on the date of this certificate; and I do further:ceytitx�tncrt c F esiaenr:�v}•o executed the said Power of Attomcy was specially authorized by the Board of Directors to appoint any Attorney.in Fact>i_s pro i7tP iri A i4e VIIt 7,of the By-Laws of The Service.Insurance Company.Inc. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Director.',f;he Scr�: IiLsiRsfice Company,Inc. Resolved: "That the facsimile or mechanically reproduced signature gfthe.Co+npatty President, whether made heretofore or heri5yiar.wherever appearing upon a certified copy of any power of attorney issued by the Contpanv, shall be valid and binding upon the Company with;hv sarrtz•l'brce and effect as though manually affixed" iN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the Corporate COMPANY EMBOSSED CORPORATE SEAL MUST Seal of the said Company,this 22nd day.of February .2024 -- APPEAR ON BOND FO%\I AND POWER OF ATTORNEY JAMES S.BUAG , ESIDEN7r I THE SERVICE INSURANCE COMPANY (Statutory Basis) STATEMENT OF ADMITTED ASSETS, LIABILITIES SHAREHOLDER'S EQUITY AS OF DECEMBER 31,2022 ADMITTED ASSETS (Dollar Rounded) Cash&Cash Equivalents&Short Term Investments 2,672,962 Preferred Stocks 73,010 Common Stocks 3,502,239 Bonds 12,964,520 Interest Income Receivable 69,533 Premiums&Agents Balances 359,823 Amounts Receivable from Reinsurers $ 286,592 Other Receivable 38,895 Current Federal Income Tax Recoverable 71,148 Electronic Data Equipment -' Net Deferred Tax Asset 162,172 TOTAL ADMITTED ASSETS 20,200,894 LIABILITIES &SHAREHOLDER'S EQUITY LIABILITIES Losses& Loss Adjustment Expenses 810,809 Other Expenses 557,978 Taxes, licenses&fees 77,846 Federal Income Tax - Unearned Premiums 1,553,551 Amounts Withheld or Retained by Company for Accounts of Others 4,116,039 Miscellaneous 708,134 Total Liabilities 7,824,357 SHAREHOLDER'S EQUITY Common stock, par value$20.00 per share 50,000 shares authorized issued, 32,000 shares outstanding as of December 31, 2022 1,000,000 Gross Paid-In&Contributed Surplus 839,198 Unassigned funds(surplus) 11,575,939 Treasury Stock (1,038.600) Total policyholder's surplus 12,376,537 TOTAL LIABILITIES&POLICYHOLDER'S SURPLUS "20,200,894 STATE OF NEW JERSEY ) SS COUNTY OF ESSEX ) I, Jamest, 'a Presi eQi'of of Service Insurance Company, Inc., do hereby certify that the above is a true statement of the asitief said Corporation as of December 31, 2022. James . Bur President STATE OF NE JERSEY ) r: .;r rnr;rrrr;, SS s��¢t :�.1:.��,'y .5 %f e°t �y�54i'UjI•,:n fh:: COUNTY OF ESSEX Subscribed and sworn be re me, a Notary P lic, Stagoflei Jersey`' ie,County of Essex, this 15th Day ol4y'20` 3 Notary I d WImy Public,State of New Jeme Comm.#2366736--t. My Commission Expires t118i2027 ��' ����rEjr:� r p Z 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 principal place r f Buslne s) United States Fire Insurance Company Gatz Sitework and Landscape Construction Inc. 305 Madison Avenue This document has important 6477 Sound Ave., PO Box 104 Morristown, NJ 07960 legal consequences.Consultation MattituCk, NY 11952 Mailing Address for Notices with an attorney is encouraged with respect to its completion or modification. OWNER: (Name,legal stators and address) Any singular reference to Contractor,Surety,Owner or Town of Southold other party shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (same.location or address mid Projeclnumber,ijau}) Oregon View Estates Drainage Project, Cutchogue, NY The Contractor and Surety are bound to the Owner in the amount set forth above,for ilia payment of which ilia Contractor and Surety bind themselves,their hairs,executors,administrotors,successors and assigns,jointly and sovcrally,as provided herein.Tile conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in ilia bid documents,or within such time period as may be agreed to by the Owner and Contractor,and ilia 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 Ioroicet 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 parlbrin the work-covered by suid bid.than this obligation shall be null and void,otherwise to remain in fill force and ell'ect.The Surety hereby waives any notice ofan agreement between ilia Owner and Contractor to extend the time in which the Owner may accept the bid.Waiverol'notice by ilia Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the lime for acceptance ol'bids speciltc in the bid dociuncnts,and the Ownerand Contractor shall obtain the Siuely's consent lioran extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the tent Contractor in ibis Bond shall be deemed to be Subcontractor and the term Owner shall be decniod to be Contractor. When(his Bond has been furnished to comply with a statutory or other legal requirement in the location or(lie Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hcreliom and provision conliorming tea such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,life intent is that this Hand shall be construed as a slatutory bond and not us a common law bond. Sian and scaled this 20th day of February, 2024. Gatz Sitework and Landscape Construction Inc. (Principal) J (Seal) RR / United States 're Insurance Compa (• (ll'itneaa) ,s*.........�. *vS e)Fern Perry,Attorney-in-Fact 8•0054/AS 8/10 ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF New York } COUNTY OF � � }ss. On this S4l day of ��.20 24, before me personally appeared to me known, who, being by me duly sworn,did depose and say that he/she resides at V"-1 C° ,that he/she is the ��� - �� � of Gatz Sitework and Landscape Construction Inc. the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporati n. STACIE POLLIO NOTARY PUBLIC,STATE OF.NEW YORK Notary Public Registration No.01 P06046557 Qualified in Suffolk County Commission Expires August 14 ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK } COUNTY OF NASSAU J On February 20,2024 before me personally came Fern Perry to me known who, being by me duly sworn,did depose and say that he/she resides at 255 Executive Drive, Plainview, New York 11803,that he/she is the Attorney-In-Fact of United States Fire Insurance Company the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. . Peter Henry Notary Public Notary Public State Of New York No.OIHE4784829 Qualified In Nassau County coamoission lExt►ir.."S.January 31,�_� r r� , POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 0063523 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: Robert Finnell,Peter Henry,Jennifer Laura Johnston-Ogeka,Fern Perry each,its true and lawful Attorney(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,in amounts or penalties not exceeding:Seven Million,Five Hundred Thousand Dollars($7,500,000). 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. 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 Corporation 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 28th day of September,2021. UNITED STATES FIRE INSURANCE COMPANY SIR 17 kf _ — Matthew E. Lubin, President State of New Jersey} County of Morris } On this 28th day of September,2021,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. M9EUM K(YALESM ROTARY P4!&1,IG CF fed MEY Melissa H.D'Alessio (Notary Public) 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 WANESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on..e- day of +{1� Q 20 d q UNITED STATES FIRE INSURANCE COMPANY Michael C. Fay,Senior Vice President r UNITED STATES FIRE [,VSURANCE COMPANY n' !209 ORANGE STREET.W[I.MisIGTUN,DL•'LA W ARE 19801 STATE.YtFv i OF ASSETS.LIABILITIES.SURPLUS AND OTHER FUNDS AT OfiCEVBER 31,2022 ASSETS Bonds,Amortized Value) ... 1:705,252,232 Preferred Smck.i Market Value) 114j29.067 Common Stooks(Market Value) 1,762,08403 Mortgage Loans(vtusket Value). . . 796,032,00E Cash,Cash Equivalents,and Short T,:m lneestrnents ...... .... . 626.020,353 Derivatives i0,695.142 Other invested Assets 337.125,033 Investment Income Due ana Accrued . 19,572,352 Premiums aid Considerations . 340,327,513 Amounts Recoverable from Reinsurers . . . 61,688,599 Funds Held by or Deposited with Ramsured Compames 70,688,033 Net Deferred Tax Asset .... i 40,619,760 Electronic Data Processing Equipment 1,507.891 Receivables from Parent.Subsidiaries and AfFkatcs 158,857,542 Other Assets ... .. 145,928,507 TOTAL ASSETS S 6,490,928,636 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred But Not Reported Losses') 2.212,036,852 Reinsurance Payable on Paid Losses and Los:Adjustment Expenses 68,359,436 Lass Adjustment Expenses .. . 374,380,070 Commisson:s Payable.Conung nt Commissions and Other S:milar Chdrges 10,899,929 Other Expenses(Excluding Taxes,Licenses and Feci) 95,863,9;1 Taxes,Licenses and Fees(Excluding Federal Income Tax-s) 30559,093 Current Federal and Foreign Ir..:ume Takes 197,142,687 Unearned Prem;urr.; . 999,534,655 Advance Premium 12,81)6,716 Ceded Reinsurance Premiums Payable 99.5,15,135 Funds Held by Company under Reinsurance Treaties . 42,360,469 Amounts Withheld by Company for A,aount of Others 133 940,889 Provision for Reinsurance. 2,638.135 Payable W Parent,Subs.diunes and Affiliate, 91.545,65C Other Liabilities 73,407.186 TOTAL LIABILITIES 5 4,445,110,813 Common Capital Slock _.. 18,780,060 Gross Pa;d In and Contributed Sumo us 1502.074,940 Unassigned Funds(Surplus)... 524,962,883 Surplus as R.ga:ds Po!icyhold.i 2,045,817,923 TOTAL LIAMI-THES.SURPLUS&O-DIFR FUNDS _. S 6,490,928,636 1.Cain;ne Scaglione,Senior Vice President and Controller or UNITED STATES FIRE:INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets. Liab;li:ics,Surplus and Other Funds of this Company,at the close or business,December 3!,202Z as reflected by its book;and records and as reported in its statement or.file with the Insurance Department of:he State of Delaware. G" IN TESTIMONY WHEREOF,I have set my hand and af5.xed the seal of the Compdny,tnu 23rd day a Ma:;:h.2023 UNITED STA TES FIRE INSLRAN;CE COMPANY i o,c ed o Town of Southold C� J "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! } Thank you! Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the llowing forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. dAssumed Name Certification. LJ' Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement.'It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME:N)J&CIO 00*00�IVI 1 Se�vl VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: g I`(� t 261(j IF APPLICABLE: DATE FILED: STATE FILED: Nf %�L If a non-publicly owned Corporation: CORPORATION NAME: fr LIST PRINCIPAL STOCKHOLDERS: (5% of outstan 'ng shares) Iola nil ma(tdo 1a) r� LIST OFFICERS AND DIRECTORS: NAME TITLE .................................................................................I If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 I I ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: mo(-ed o 00mroch na §p-ru f u um C . ADDRESS: P•© , ga LO CONTACT: Sand r o P(mmid TELEPHONE:COA I-(f q v - ill® FAX: E-MAIL: (OPD 6M(2ffI0(nC,(6 m ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 VENDOR NAME: MaC-edo! OC OOAM' 0�y-(HI CAS I n c ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the.,corporation, or other person;authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing,Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on 3N 20 DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DIS L BIDDER. THOR ZE IGNATURE Proposal Package 5 of 10 i AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. 4T,ih,ierson signin this b' , nder the penalties of perjury, affirms the truth thereof. Y?S�m-to SWORN TO BEFORE ME THIS /e� o(mpany Pos15'iti�f� P e n� �VIYC DAY OF 20 �4 Type Name&Compa y Position r ye 00( traMq C'e(kl!21 ►n C- Company Name =Public, MENTEL 2� te of NewYork 29920Date igned ffolk County Q1 —3fa3U19� s July 5,201r Federal I.D.Number Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: Ocwdo an*. iffm cos 1 I I VENDOR ADDRESS: I/• o • g o\( (SLR I Off' Q ti 0`7 Iq TELEPHONE NUMBER: �3 "��B — 112C� FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Adde dum No. Dated Proposal Package 7 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Pro osal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATE[) UNIT DESCRIPT ION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY i (Fili in Unit Price Written in Words) DOLL DCILLARS CENTS uDOLLAFtS CENT.S— Ge-n,era-1 06 nd Tio n s�T.M&!I iZefio ns.� r7 coo 1 1 i LS 00 --.—/LS Dollars Cents 77 777777, 777 76ataation a-Grading 2 i LS !LS Dollars Cents 7 1,250 LF /LF 1w Cents Dollars wt 4 6 EA 1 for QVI-e /EA Dollars Cents L 7777777*777777,,..,'�,�-'.-� 7 77 777 3 EA 2_/EA Dollars Cents cl.Me'tal Pip coo 0 C) 700 LF &F L NO for Dollars Cents "HOPE- pe'. 1t2C50 7 1 700 LF !LF for L 's Cents 777� Dolia, 77777= 7(e--R 7777 a a -77-pt C, 5,925 SF for /SF Ili Dollars Cents Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Pro posai for: Oregon View Estates Drainage Project ITEM NO ESTIMATED I UNIT] DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) D 0 L _R_�7S_ CENTS DOLLAR, CENTS R eftvaf of,Exist!riji-ObnaeW C 6 rb,&!i'26ttq�&'Re0I I Co6crete Curb'Onty 9 530 LF c-) �� C90(� Dollars Cents 7 777-777�, no 10 6 EA for-'rW /EArJFa Dollars Cents 11 3 EA for EA Dollars Cents 12 77777- 2,050 i SF 1 ISF for D Dollars cents .(Add All Rems) TOTAL forL Dollars Cents Total All Items(Numerically►, WRITTEN IN WORDS o or after award of the bid. NOTE: The own of Southold reserves I right to increase,decrease,or eliminate in its entirety any or all items prior t e lace oval, f'Ex P m9nt" Re�n Add ARoma ALTI 'la LF 61 rise$ e /SF forTars Cents Cents ------- Page 9 of 10 AUTHORIZED SIGNATURE PRINT NAME McAnutl (7jV(0 TITLE P DATE 3 2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF y'F����- ) ss.: On the`7� day of (C in the year 2024 before me, the undersigned, personally appearedwn matt d , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC SANDRA PIMENTEL Notary Public,State of New York No.01 P16129920 Qualified in Suffolk County Commission Expires July 5,20? Proposal Package 10 of 10 1 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: 1a(e o l'lJ' G vaV01 Inc A Corporation {{ A Partners ip or Entity FIRM NAME:�a��(IQ �G' rGG�l�rl St?rcelC�S I n c An Individual PRINCIPAL OFFICE: t'o nmad fael J , �P I PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE �S1 �' V N►�i�uCl �1'lU(�d(� 30 WO VC11(.Q I�YIt,t, NesLC��S-(�t, M� 111(p'7 PV can , P, ����+�I�y ► 2�4 \tearS -5t CM910Q-ed TrfGl Sud�� Pt 6f m►n� all pW p-C dr0 1nQ9e,- o,)Cr c e , ft s a na 14-1 s i+e w d K-, ez cq v&4-ior1, 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? 100 % List trades that you organization normally performs below: .. 3. Have you ever failed to complete any work awarded to you?Imo. If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. 10 cSli II dccI ��, r-CSuI hn �� t� loll- - WOr� Can Ise p� V � ; JP •P1 su4 - 20Z3 - mo e-GLtsik cap! � p,vui cl.ed i 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. NO , 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name ele hone# Telephone# Amount Complete Completion `11041 Pam# �► ad �i 13 ow, 22S •/� march 202 �H Pw -W �wO X + I 2l� U �• Mfg 2o24 Z1- 2 3 itmr 6-lMJ C�QsI�I i? 11 nV-4XCl (�uMg (�Q 00 r1�-cR,�I I C� �d �►��n a �,� &nn�F1 6 0 2 f3ra1na V Pr ec+ F-ast RatyIVA(A U'3I-067-oo-5 ��0 f �vY� Z 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work `vv r) °(-I Debrui n 31360,000 JQn- 202q qo,,I o - s�U rUgq �313 (boo PtM V1 (Gg-eof- v.1110,9-e6� -111 UC '2023 Nemgladi xrq p e JUU201_3 qb /6 lbwn,� NV 0,-�2b�1 Hemrs E3 T�ca.�Y i� F p - terry vllu WVI;4 5�i Jul Q b i - Y7� 4)24 �5-�TA 20122 eG0-d vil1ag-e 6f bfi� [, �WiCO� MA02023 60 l6 1 ��'bV • rn,TQaR V -3i U QS-2 Sic ��u(o qV 96 0-1 � i 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity S�,Prfo e&monifor ail PLO AWC1 even Dep(-c SuVcrvKm- 40 yCa kiWyvise fO(em(iaS, otd rape U; engirteal Ai 1 ca rd mun16p 1i 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: T act - cyan 2-12, 5s 11. Trade Association Membership: L©(D l 16� 6pq(-CAft" LOW( IM LgOVUS. 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? 021 - Rudi� on Q Spec fl*(, Prti ec PVU4* 09-21 w� rClo 2 �.e�Ulis 06 np O o l"Or), melt+e QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. ��- � STATE OF W W Y U ) COUNTY OF ! 'jff6\1(- ) e— IM Qf -ab being duly sworn deposes and says that he is the of �Q( LrQI Uln q Qcls contractor and that answers to the foregoing qu ions and all statements therein col4ained are true and correct. (Signature of perso who signed bid) Sworn to bef a me this day of 02024 Notary Public Commission E ' Lion te: SANDRA PIMENTEL Notary public,State of New York No.01 P16129920 Comission Expirefied in s my 5,2lk 0?� QS-4 CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 3/6/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Atlantic Coast Risk Services NAME: Anna KalonarOS 25-63 Francis Lewis Boulevard E-MAIL t' 718 489-9727 FA»PHONE No): 718 489-9730 ADDRESS:info@atlanticcoastrisk.com Flushing,NY 11358 INSURER S AFFORDING COVERAGE NAIC q INSURER A:The Travelers Indemnity Company 25658 INSURED Macedo Contracting Services,Inc INSURER B:The Phoenix Insurance Company 25623 INSURER C:GuideOne National Insurance Co 14167 685 Station Road INSURER D: Bellport,NY 11713 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS TYPE OF INSURANCE POLICY NUMBER MMIDD/YYYY MM/DD/YY COMMERCIAL GENERAL LIABILITY �/ �/ EACH OCCURRENCE $1,000,000 4 DAMAGE TO RENTE CLAIMS-MADE ®OCCUR X X PREM SES Ea occurrDence $300,000 DT1 N-CO-7W767617- 07/0112023 V01/2024 MED EXP(Any one person) $5,000 TCT-23 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY®JJE C LOC PRODUCTS-COMPIOP AGG $2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident P I $ UMBRELLA LIAR OCCUR X X EACH OCCURRENCE $5,000,000 EXCESS LIAR �9 CLAIMS-MADE 71 E000313-00 07/0112023 7/01/2024 AGGREGATE $5,000,000 DED I I RETENTION$ $ WORKERS COMPENSATION STER ATUTE ER AND EMPLOYERS'LIABILITY 1,000,000 ANY PROPRIETORIPARTNER/EXECUTNE YIN N 0710112023 7/0112024 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A X UB-7W768896-23-26-G (Mandatory in NH) ❑ E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) the Town of Southold is listed as an additional insured. Coverage is on a primary and non-contributory basis. Waiver of subrogation applies. 30 Days Notice of Cancellation applies,except for reason of non-payment of premium at 10 days CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Town Of Southold THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 53095 Main Road Southold,NY 11971 AUTHORIZED REPRESENTATIVE Anna Kalonaros ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD "'W 1 orkers' CERTIFICATE OF INSURANCE COVERAGE STOAT Compensation 13pard NYS DISABILITY AND PAID FAMILY LEAVE BENEFITS LAW PART 1.To be completed by NYS disability and Paid Family Leave benefits carrier or licensed insurance agent of that carrie 1 a.Legal Name&Address of Insured(use street address only) 1 b. Business Telephone Number of Insured MACEDO CONTRACTING SERVICES INC (631)615-2448 685 STATION ROAD BELLPORT, NY 11713 1c.Federal Employer Identification Number of Insured 2.Name and Address of Entity Requesting Proof of Coverage 3a.Name of Insurance Carrier (Entity Being Listed as the Certificate Holder) ShelterPoint Life Insurance Company Town of Southold 3b.Policy Number of Entity Listed in Box"I a" 53095 Main Road Southold, NY 11971 DBL569826 3c.Policy effective period 01/01/2024 to 12/31/2024 4. Policy provides the following benefits: © A.Both disability and paid family leave benefits. B.Disability benefits only. C.Paid family leave benefits only. 5. Policy covers: X❑ A.All of the employer's employees eligible under the NYS Disability and Paid Family Leave Benefits Law. B.Only the following class or classes of employer's employees: Under penalty of perjury,I certify that I am an authorized representative or licensed agent of the insurance carrier referenced above and that the named insured has NYS Disability and/or Paid Family Leave Benefits insurance coverage as described above. Date Signed 3/06/2024 By (Signature of insurance carrier's authorized representative or NYS Licensed Insurance Agent of that insurance carrier) Telephone Number 516-829-8100 Name and Title Richard White, Chief Executive Officer IMPORTANT: If Boxes 4A and 5A are checked,and this form is signed by the insurance carrier's authorized representative or NYS Licensed Insurance Agent of that carrier,this certificate is COMPLETE. Mail it directly to the certificate holder. If Box 413,4C or 5B is checked,this certificate is NOT COMPLETE for purposes of Section 220, Subd.8 of the NYS Disability and Paid Family Leave Benefits Law. It must be emailed to PAU@wcb.ny.gov or it can be mailed for completion to the Workers'Compensation Board, Plans Acceptance Unit, PO Box 5200, Binghamton, NY 13902-5200. PART 2.To be completed by the NYS Workers'Compensation Board (only if Box 413,4C or 56 have been checked) State of New York Workers' Compensation Board According to information maintained by the NYS Workers'Compensation Board,the above-named employer has complied with the NYS Disability and Paid Family Leave Benefits Law(Article 9 of the Workers'Compensation Law)with respect to all of their employees. Date Signed By (Signature of Authorized NYS Workers'Compensation Board Employee) Telephone Number Name and Title Please Note:Only insurance carriers licensed to write NYS disability and paid family leave benefits insurance policies and NYS licensed insurance agents of those insurance carriers are authorized to issue Form DB-120.1.Insurance brokers are NOT authorized to issue this form. DB_120.1 (12.21) II 11111111 iiiiiiiiiiiiiiii1111111111111111111111111 x- Additional Instructions for Form D13-120.1 By signing this form, the insurance carrier identified in Box 3 on this form is certifying that it is insuring the business referenced in Box 1 a for disability and/or Paid Family Leave benefits under the NYS Disability and Paid Family Leave Benefits Law. The insurance carrier or its licensed agent will send this Certificate of Insurance Coverage (Certificate)to the entity listed as the certificate holder in Box 2. The insurance carrier must notify the above certificate holder and the Workers'Compensation Board within 10 days IF a policy is cancelled due to nonpayment of premiums or within 30 days IF there are reasons other than nonpayment of premiums that cancel the policy or eliminate the insured from coverage indicated on this Certificate. (These notices may be sent by regular mail.)Otherwise, this Certificate is valid for one year after this form is approved by the insurance carrier or its licensed agent, or until the policy expiration date listed in Box 3c, whichever is earlier. This Certificate is issued as a matter of information only and confers no rights upon the certificate holder. This Certificate does not amend, extend or alter the coverage afforded by the policy listed, nor does it confer any rights or responsibilities beyond those contained in the referenced policy. This Certificate may be used as evidence of a NYS disability and/or Paid Family Leave benefits contract of insurance only while the underlying policy is in effect. Please Note: Upon the cancellation of the disability and/or Paid Family Leave benefits policy indicated on this form, if the business continues to be named on a permit, license or contract issued by a certificate holder,the business must provide that certificate holder with a new Certificate of Insurance Coverage for NYS disability and/ or Paid Family Leave Benefits or other authorized proof that the business is complying with the mandatory coverage requirements of the NYS Disability and Paid Family Leave Benefits Law. NYS DISABILITY AND PAID FAMILY LEAVE BENEFITS LAW §220. Subd. 8 (a) The head of a state or municipal department, board, commission or office authorized or required by law to issue any permit for or in connection with any work involving the employment of employees in employment as defined in this article, and not withstanding any general or special statute requiring or authorizing the issue of such permits, shall not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair, that the payment of disability benefits and after January first, two thousand and twenty-one, the payment of family leave benefits for all employees has been secured as provided by this article. Nothing herein, however, shall be construed as creating any liability on the part of such state or municipal department, board, commission or office to pay any disability benefits to any such employee if so employed. (b)The head of a state or municipal department, board, commission or office authorized or required by law to enter into any contract for or in connection with any work involving the employment of employees in employment as defined in this article and notwithstanding any general or special statute requiring or authorizing any such contract, shall not enter into any such contract unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair,that the payment of disability benefits and after January first, two thousand eighteen, the payment of family leave benefits for all employees has been secured as provided by this article. D113-120.1 (12-21)Reverse MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES,INC. COMBINED FINANCIAL STATEMENTS (See Independent Accountant's Review Report) DECEMBER 31, 2022 MACEDO CONSTRUCTION„INC. MACEDO CONTRACTING SERVICES, INC. CONTENTS Page INDEPENDENT ACCOUNTANT'S REVIEW REPORT 1 FINANCIAL STATEMENTS Combined Balance Sheet 2-3 Combined Statement of Income and Retained Earnings 4 Combined Statement of Cash Flows 5-6 NOTES TO COMBINED FINANCIAL STATEMENTS 7-24 COMBINED SUPPLEMENTARY INFORMATION INDEPENDENT ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION 25 Combined Aged Contracts Receivable 26 Combined Contracts in Process 27 Combined Contract Assets by Contract 28 Combined Reconciliation of Gross Profit 29 Combined Cost of Operations 30 Combined General and Administrative Expenses 31 Scon GREENE Certified Public Accountant INDEPENDENT ACCOUNTANT'S REVIEW REPORT To the Board of Directors and Stockholder Macedo Construction, Inc. Macedo Contracting Services, Inc. Bellport, New York Report on Financial Statements I have reviewed the accompanying combined financial statements of Macedo Construction,Inc.and Macedo Contracting Services,Inc.which comprise the combined balance sheet as of December 31, 2022, and the related combined statements of income and retained earnings, and combined cash flows for the year then ended,and the related notes to the combined financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, I do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these combined financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, implementation,and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility My responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. I believe that the results of my procedures provide a reasonable basis for my conclusion. Accountants' Conclusion Based on my review, I am not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. Scott Greene , CPA Dix Hills,New York May 23, 2023 125 Village Hill Drive • Dix Hills • New York 1174IG 1,Tel:516.381.2320 0 sgreenecpa@optimum.net MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. COMBINED BALANCE SHEET (See Independent Accountant's Review Report) DECEMBER 31, 2022 ASSETS CURRENT ASSETS Cash and cash equivalents $ 195,365 Contracts receivable 1,342,132 Contract assets, including conditional retainage of$117,892 1,114,316 Prepaid expenses 323,506 Prepaid income taxes 4,613 ERC receivable 252,722 Loan receivable 100,000 Total Current Assets 3,332,654 PROPERTY AND EQUIPMENT, at cost, less accumulated depreciation 1,450,291 $ 4,782,945 See notes to financial statements. -2 - Y MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. COMBINED BALANCE SHEET (See Independent Accountant's Review Report) DECEMBER 31, 2022 LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES Current maturities of long term debt $ 363,867 Current maturity of settlement payable 284,430 Accounts payable 321,037 Accrued expenses 56,165 Deposit payable 20,000 Income taxes payable - current 3,300 Total Current Liabilities ,p ,7 LONG TERM LIABILITY Long term debt, less current maturities 255,642 CONTINGENCIES STOCKHOLDER'S EQUITY Common stock 1,100 Additional paid-in capital 100,000 Retained earnings 3,377,404 Total Stockholder's Equity 3,478,504 $ 4,782,945 See notes to financial statements. -3 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. COMBINED STATEMENT OF INCOME AND RETAINED EARNINGS (See Independent Accountant's Review Report) YEAR ENDED DECEMBER 31, 2022 REVENUE $ 8,063,665 COST OF OPERATIONS 6,029,461 GROSS PROFIT 2,034,204 GENERAL AND ADMINISTRATIVE EXPENSES 1,137,225 INCOME BEFORE OTHER INCOME (EXPENSE) AND PROVISION FOR INCOME TAXES 896,979 OTHER INCOME(EXPENSE) Interest income 7,352 Bad debt recovery 100,000 Employee retention credit 548,606 Gain on sale of equipment 61,500 Interest expense (36,989) TOTAL OTHER INCOME 680,469 INCOME BEFORE PROVISION FOR INCOME TAXES 1,577,448 PROVISION FOR INCOME TAXES 3,300 NET INCOME 1,574,148 RETAINED EARNINGS Beginning of year 2,008,324 Distributions 205,068 End of year $ 3,377 404 See notes to financial statements. -4- MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. COMBINED STATEMENT OF CASH FLOWS (See Independent Accountant's Review Report) YEAR ENDED DECEMBER 31, 2022 CASH FLOWS FROM OPERATING ACTIVITIES Cash received from customers $ 8,414,415 Interest received 7,352 Cash paid to suppliers (8,385,692) Other receipts 548,606 Income taxes paid (3,139) Interest paid (36,989) Net cash provided by operating activities 544,553 CASH FLOWS FROM INVESTING ACTIVITIES Proceeds fi•om sale of assets 89,499 Deposit payable 20,000 Capital expenditures (601,464) Net cash used in investing activities (491,965) CASH FLOWS FROM FINANCING ACTIVITIES Proceeds from long-term debt 262,984 Cash paid to loan receivable (100,000) Distributions (205,068) Net cash used in financing activities (42,084) NET INCREASE IN CASH AND CASH EQUIVALENTS 10,504 CASH AND CASH EQUIVALENTS Beginning of year 184,861 End of year $ 195,365 See notes to financial statements. -5 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. COMBINED STATEMENT OF CASH FLOWS (See Independent Accountant's Review Report) YEAR ENDED DECEMBER 31, 2022 CASH FLOWS FROM OPERATING ACTIVITIES Net loss $ 1,574,148 Bad debt recovery (100,000) ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH PROVIDED BY OPERATING ACTIVITIES Depreciation 397,619 Gain on sale of equipment (61,500) Changes in assets and liabilities Contracts receivable 250,750 Contract assets (943,406) Prepaid expenses (68,936) Prepaid income taxes (705) ERC receivable (252,722) Accounts payable 222,639 Accrued expenses 35,802 Contract liabilities (1,941) Settlement payable (507,195) NET CASH PROVIDED BY OPERATING ACTIVITIES $ 544,553 See notes to financial statements. -6- MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 1. Nature of Operations and Summary of Significant Accounting Policies Nature of Operations Macedo Construction, Inc. (MCI) and Macedo Contracting Services, Inc. (MCS) were incorporated in the State of New York in January 2004 and August 2016 respectively.The Companies are engaged as concrete contractors specializing in foundation installation for commercial and governmental projects in the New York Metropolitan area. Principles of Combination The accompanying combined financial statements present the financial statements of Macedo Construction, Inc. and Macedo Contracting, Services, Inc., which are under common control. All inter-company transactions and accounts have been eliminated in combination. Use of Estimates The preparation of the financial statements in conformity with accounting principles generally accepted in the United States of America requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Management periodically evaluates estimates used in the preparation of the financial statements for continued reasonableness. Appropriate adjustments, if any, to the estimates used are made prospectively based upon such periodic evaluation.It is reasonably possible that changes may occur in the near term that would affect management's estimates with respect to the percentage of completion method, allowance for doubtful accounts and accrued expenses. Revisions in estimated revenue from contracts are made in the year in which circumstances requiring the revision become probable. - 7 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Balance Sheet Classifications The Companies include in current assets and liabilities the following amounts that are in connection with construction contracts that may extend beyond one year:contract assets and contract liabilities (including retainage invoiced to customers contingent upon anything other than the passage of time), capitalized costs to fulfill contracts retainage payable to subcontractors and accrued losses oil uncompleted contracts.A one-year time period is used to classify all other current assets and liabilities when not otherwise prescribed by the applicable accounting principles. Cash and Cash Equivalents and Credit Risk For purposes of reporting cash flows, the Companies consider all highly liquid investments purchased with a maturity of three months or less at acquisition as cash and cash equivalents in the accompanying balance sheet. The Companies have deposits with their financial institutions that maintained federal insurance in full for all accounts and limited coverage up to $250,000 per financial institution. The portion of the deposits in excess of this amount is not subject to such insurance and represents a credit risk to the Companies. At times, balances held at each financial institution may exceed $250,000, which represents a credit risk to the Companies. At December 31, 2022 there were no uninsured deposits. Contracts Receivable Contracts receivable include billed and unbilled amounts for services provided to customers for which the Companies have an unconditional right to payment. Billed and unbilled amounts for which payment is contingent on anything other than the passage of time are included in contract assets and contract liabilities on a contract-by-contract basis. When payment of the retainage is contingent upon the Companies fulfilling its obligations under the contract it does not meet the criteria to be included in contracts receivable and remains in the contract's respective contract asset or contract liability, determined on a contract-by-contract basis.Retainage for which the Companies has an unconditional right to payment that is only subject to the passage of time are included in contracts receivable. - 8 - MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES,INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Contracts Receivable The Companies provide an allowance for doubtful accounts,which is based upon a review of outstanding receivables, historical collection information and existing economic conditions. Contracts receivable are ordinarily due 30 days after the issuance of the invoice. Delinquent receivables are written off based on individual credit evaluation and specific circumstances of the customer. No allowance was deemed necessary as of December 31, 2022. Fair Value of Financial Instruments Fair value is defined as the price that would be received to sell an asset or paid to transfer a liability in an orderly transaction between market participants at the measurement date. To increase the comparability of fair value measurement,a three-tier fair value hierarchy, which prioritizes the inputs used in the valuation methodologies, is as follows: Level 1 - Valuations based on quoted prices for identical assets and liabilities in active markets. Level 2 - Valuations based on observable inputs other than quoted prices included in Level 1, such as similar assets or liabilities in active markets, quoted prices for identical or similar assets and liabilities in markets that are not active,or inputs that are observable or can be corroborated by observable market data. Level 3 - Valuations based on unobservable inputs reflecting the Companies' own assumptions, consistent with reasonably available assumptions made by other market participants. These valuations require significant judgement. At December 31,2022,the fair values of the Companies' financial instruments including cash and cash equivalents, contracts receivable, contract assets, prepaid expenses, accounts payable,settlement payable,and accrued expenses and other current liabilities, approximates book value due to the short maturity of these instruments. At December 31, 2022 the Companies do not have assets or liabilities required to be measured at fair value in accordance with Financial Accounting Standards Board ("FASB") Accounting Standards Codification ("ASC") Topic 820, Fair Value Measurements. - 9 - MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Property and Equipment Property and equipment are stated at cost less accumulated depreciation.Depreciation is computed using the straight-line method over the estimated useful lives of the assets, which range from 5 to 15 years. Additions, renewals, and betterments that significantly extend the life of the asset are capitalized. Expenditures for repairs and maintenance are charged to expense as incurred. For assets sold or otherwise disposed of,the cost and related accumulated depreciation are removed from the accounts, and any related gain or loss is reflected in income for the period. Changes in Accounting Policy/Recently Adopted Accounting Pronouncements In February 2016,FASB issued ASU No. 2016-02,Leases(Topic 842). FASB ASC 842 supersedes the lease requirements in FASB ASC 840.Under FASB ASC 842,lessees are required to recognize assets and liabilities on the balance sheet for most leases and provide enhanced disclosures. The Company adopted FASB ASC 842, with a date of initial application of January 1, 2022, by applying the modified retrospective transition approach and using the additional(and optional)transition method provided by ASU No. 2018-11,Leases(Topic 842): Targeted Improvements.,The Company did not restate prior comparative periods as presented under FASB ASC 840 and instead evaluated whether a cumulative effect adjustment to retained earnings as of January 1,2022,was necessary for the cumulative impact of adoption of FASB ASC 842.There was no significant effect of adopting FASB ASC 842. FASB ASC 842 did not have a significant effect on the results of operations or cash flows for the year ended December 31, 2022. As part of the transition,the Company implemented new internal controls and key system functionality to enable the preparation of financial information on adoption and elected to apply the following practical expedients: Package of practical expedients: • Election not to reassess whether any expired or existing contracts are or contain leases. • Election not to reassess the lease classification for any expired or existing leases. • Election not to reassess initial direct costs on any existing leases. - 10 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Changes in Accounting Policy/Recently Adopted Accounting Pronouncements (Continued) Other practical expedients: • Election whereby the lease and non-lease components will not be separated for leases of office space, warehouse, and vehicles. • Election not to record ROU assets and corresponding lease liabilities for short- term leases with a lease term of 12 months or less, but greater than one month. Leases of one month or less are not included in short-term lease costs. Leases The Company accounts for leases in accordance with FASB ASC 842. Leases for other equipment are evaluated using the criteria outlined in FASB ASC 842 to determine whether they will be classified as operating leases or finance leases. The Company determines if an arrangement is a lease,or contains a lease,at inception of a contract and when terms of an existing contract are changed. The Company determines if an arrangement conveys the right to use an identified asset and whether the Company obtains substantially all of the economic benefits from and has the ability to direct the use of the asset.The Company recognizes a ROU asset and lease liability at the commencement date of the lease. The Company has elected for all underlying classes of assets,to not recognize ROU assets and lease liabilities for short-term leases that have a lease term of twelve months or less, but greater than one month at lease commencement, and do not include an option to purchase the underlying asset that the Company is reasonably certain to exercise. The Company recognizes lease cost associated with its short-term leases on a straight-line basis over the lease term. Impairment of Long-Lived Assets The Companies review long-lived assets for impairment whenever events or circumstances indicate that the carrying value of such assets may not be fully recoverable. Impairment is present when the sum of undiscounted estimated future cash flows expected to result from use of the assets is less than carrying value. If impairment is present, the carrying value of the impaired asset is reduced to its fair value. - 11 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Impairment of Long-Lived Assets (Continued) Fair value is determined based on discounted cash flows or appraised values,depending on the nature of the assets. For the year ended December 31, 2022, there was no impairment losses recognized for long-lived assets. Revenue Recognition For contracts that are within the scope of FASB ASC 606, the Companies perform the following five steps; (1) identify the contract(s) with a customer; (2) identify the performance obligations in the contract; (3)determine the transaction price;(4) allocate the transaction price to the performance obligations in the contract; and (5) recognize revenue when (or as) the entity satisfies a performance obligation. Performance Obligations and Recognition Method The Companies evaluate whether two or more contracts should be combined and accounted for as one single performance obligation and whether a single contract should be accounted for as more than one performance obligation. ASC 606 defines a performance obligation as a contractual promise to transfer a distinct good or service to a customer. A contract's transaction price is allocated to each distinct performance obligation and recognized as revenue when,or as,the performance obligation is satisfied. The Companies' evaluation requires significant judgment and the decision to combine a group of contracts or separate a contract into multiple performance obligations could change the amount of revenue and profit recorded in a given period. The majority of the Companies' contracts have a single performance obligation,as the promise to transfer the individual goods or services is not separately identifiable from other promises in the contract and, therefore, is not distinct. However, occasionally the Companies have contracts with multiple performance obligations. For contracts with multiple performance obligations, the Companies allocate the contract's transaction price to each performance obligation using the observable stand- alone selling price,if available,or alternatively the best estimate of the stand-alone selling price of each distinct performance obligation in the contract.The primary method used to estimate stand-alone selling price is the expected cost plus a margin approach for each performance obligation. - 12 - MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Performance Obligations and Recognition Method(Continued) Revenues related to contracts with customers is recognized over time as work is completed because of the continuous transfer of control to the customer(typically using an input measure such as costs incurred to date relative to total estimated costs at completion to measure progress). Costs that do not depict progress toward satisfaction of the performance obligation are included items such as uninstalled materials and re-work. Revenues on contracts with customers is measured based on consideration specified in a contract with a customer, and excludes any amounts collected on behalf of third parties. Taxes assessed by a government authority that are both imposed on and concurrent with a specific revenue-producing transaction, that are collected by the company from a customer, are excluded from revenue. Contract revenues are primarily derived from fixed-price construction contracts. The Companies have determined that generally these fixed-price construction projects provide a distinct service and, therefore qualify as one performance obligation as the promise to transfer the individual goods or services is not separately identifiable from other promises in the contracts and,therefore,not distinct. Revenue is recognized over time,because of the continuous transfer of control to the customer as work is performed at the customer's site and,there,the customer controls the asset as it is being constructed.The cost-to-cost measure of progress best depicts the transfer of control of assets to the customer,which occurs as costs are incurred. Revenues from time-and-material contracts are billed to customers as work is performed. The Companies determined that generally time-and-material contracts contain a single performance obligation as the services and maintenance provided by the contracts are considered a series that are substantially the same and have the same pattern of transfer to the customer.The performance obligation is considered to be satisfied over time since the customer simultaneously receives and consumes the benefits of the time-and-material contracts. Cost of revenues earned include all direct material, subcontractors, and labor costs and those indirect costs related to contract performance,such as indirect labor,supplies,tools, repairs,and depreciation costs.The cost of significant uninstalled materials,re-work,or scrap is generally excluded from the cost-to-cost measure of progress as it is not proportionate to the-entity's progress in satisfying the performance obligation. - 13 - MACEDO CONSTRUCTION,,INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Performance Obligations and Recognition Method, (Continued) Costs to fulfill a contract, including mobilization costs, prior to substantive work begirming are capitalized as incurred and amortized over the expected duration of the contract.General and administrative costs are charged to expense as incurred.Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. The Companies' contracts may include retention provisions to provide assurance to customers that the Companies will perform in accordance with the contract terms. The retention provisions are not considered a significant financing component.The balances billed but not paid by customers pursuant to these provisions generally become due upon completion and acceptance of the project by the customer. The Companies have determined that there are no significant financing components included in construction contracts as of December 31, 2022. Contract Estimates including Claims, Unapproved Change Orders and Variable Consideration Accounting for long-term contracts with customers involves the use of various techniques to estimate total transaction price,total estimated costs at completion,and progress toward satisfaction of performance obligations which are used to recognize revenue earned. Unforeseen events and circumstances can alter the estimate of the costs associated with a particular contract. Total estimated costs at completion, can be impacted by changes in productivity, scheduling, the unit cost of labor, subcontracts, materials, and equipment. Additionally, external factors such as weather, customer needs, customer delays in providing permits and approvals, labor availability,govermnental regulation and politics may affect the progress of a project's completion, and thus the timing and amount of revenue recognition. To the extent that original cost estimates are modified, estimated costs to complete increase, delivery schedules are delayed, or progress under a contract is otherwise impeded,cash flow,revenue recognition,and profitability from a particular contract may be adversely affected. - 14 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Contract Estimates including Claims, Unapprovedi Change Orders and Variable Consideration (Continued) The nature of the Companies' contracts gives rise to several types of variable consideration,including contract modifications(unapproved change orders and claims), liquidated damages, volume discounts, performance bonuses, shared savings, incentive fees,and other terms that can either increase or decrease the transaction price.Transaction price for contracts is required to include evaluation of variable consideration to which the Companies have an enforceable right to compensation or obligation for a reduction(as for liquidated damages),which can result in increases or decreases to a contract's transaction price.The Companies estimate variable consideration as the most likely amount to which it expects to be entitled. The Companies include variable consideration in the estimated transaction price to the extent it is probable that a significant reversal of cumulative revenue recognized will not occur when the uncertainty associated with the variable consideration is resolved. The estimates of variable consideration and determination of whether to include estimated amounts on the transaction price are based largely on an assessment of the anticipated performance and all i$formation (historic, current and forecasted)that is reasonably available to the Companies. The effect of a change in variable consideration on the transaction price of a performance obligation is recognized as an adjustment to revenue on a cumulative catch-up basis. Contract modifications can result from changes in contract specifications or requirements that either creates new or changes existing enforceable rights and obligations of the parties to the contract.The Companies consider unapproved change orders to be contract modifications for which customers have agreed to changes in the scope of the contract but have not agreed to the price. The Companies consider claims to be contract modifications for which the Companies have sought or will seek, to collect from customers, or others, for customer-caused changes in contract specifications or design, or other customer-related causes of unanticipated additional contract costs on which there,is no contractual agreement with the customer for changes in either the scope or price of the contract. Claims can also be caused by non-customer-caused changes,such as weather delays,work stoppages or other unanticipated events. - 15 - MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Contract Estimates including Claims,Unapproved Change Orders and Variable Consideration (Continued) Costs associated with contract modifications are included in the estimated costs to complete the contracts and are treated as project costs when incurred. In most instances, contract modifications are for goods or services that are not distinct and, therefore, are accounted for as part of the existing contract. In those instances, the effect of a contract modification on the transaction price, and the measure of progress for the performance obligation to which it relates, is recognized as an adjustment to revenue on a cumulative catch-up basis. To the extent unapproved change orders and claims reflected in the transaction price are not resolved in the Companies' favor,or to the extent other contract provisions reflected in the transaction price are not earned,there could be reductions in or reversals of previously recognized revenue. As a significant change in one or more of these estimates could affect the revenue and profitability of the Companies' long-term construction contracts,the Companies review and updates contract-related estimates regularly.The Companies recognize adjustments in estimated revenue on contracts on a cumulative catch-up basis. Under this method the cumulative impact of the revenue adjustment is recognized in the period the adjustment is identified. Revenue in future periods of contract performance is recognized using the adjusted estimate. If at any time the contract estimates indicate an anticipated loss on a contract,the projected loss is recognized in frill,including the reversal of any previously recognized profit, in the period it is identified and recognized as an accrued loss on uncompleted contracts on the balance sheet.No adjustments resulting from revisions to estimates on any individual contract was material to the financial statements for the year ended December 31, 2022. Contract Assets and Contract Liabilities The timing of when the Companies bills their customers on long-term construction contracts is generally dependent upon agreed-upon contractual terms,which may include milestone billings based on the completion of certain phases of the work,or when services are provided. When billings occur subsequent to revenue recognition as a result of contingencies, the result is in unbilled revenue, which is included in contract assets. Additionally, the Companies may receive advances or deposits from customers before revenue is recognized, resulting in deferred revenue, which is included in contract liabilities. - 16 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31.,2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Contract Assets and Contract Liabilities (Continued) Retainage for which the Companies have an unconditional right to payment that is only subject to the passage of time are classified as contracts receivable. Retainage subject to conditions other than the passage of time do not meet the definition of a receivable and are therefore included in contract assets and contract liabilities, as determined on a contract-by-contract basis. On a contract-by-contract basis,the conditional retainage is included in the contract asset "revenues in excess of billings and conditional retainage on uncompleted contracts"and contract liability "billings and conditional retainage in excess of revenues earned on uncompleted contracts" to arrive at a net contract asset or liability by contract. The following table provides information about contract assets and contract liabilities from contracts with customers as of: December 31, January 1, 2022 2022 Contract Assets Revenues in excess of billings and conditional retainage on uncompleted contracts $ 1,070,552 $ 123,049 Billings and conditional retainage in excess of revenues on uncompleted contracts (74,128) (4,769) Conditional retainage 117,892 52,630 Total Contract Assets 1,114.316 $ 170.910 Contract Liabilities Billings and conditional retainage in excess of revenues on uncompleted contracts $ -0- $ 1,941 Total Contract Assets $ -0- $ 1. 441 Transaction Price Allocated to Remaining Performance Obligation As of December 31, 2022, the Companies have approximately $7,415,000 of estimated revenue expected to be recognized in the future related to performance obligations that are unsatisfied (or partially satisfied). See Note 11, Backlog, for further discussion. - 17 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Warranties Contracts generally include assurance-type warranties that the Companies'performance is free from material defect and consistent with the specifications of the contracts,which do not give ride to a separate performance obligation. Historically, the Companies has not experienced significant warranty costs. Income Taxes The Companies account for income taxes in accordance with FASB ACSC 740,Income Taxes. The income tax accounting guidance results in two components of income tax expense: current and deferred. Current income tax expense reflects taxes to be paid or refunded for the current period by applying the provisions of the enacted tax law to the taxable income or excess of deductions over revenues. The Companies recognize a net deferred tax asset or liability based on the tax effects of the differences between the book and tax bases of assets and liabilities. Enacted changes in tax rates and laws are recognized in the period in which they occur. Deferred income tax expense results from the change in the net deferred tax asset or liability between periods. These temporary differences result primarily from the Companies' pollicy of reporting income for tax purposes by use of the cash method whereas for financial statement purposes income is reported by use of the percentage of completion method.The deferred tax asset is reduced by a valuation allowance if, based on the weight of evidence available, it is more likely than not some portion or all of deferred tax asset will not be realized. Tax positions are recognized if it is more likely than not, based on the technical merits, the tax position will be realized or sustained upon examination. The term "more likely than not" means a likelihood of more than 50%; the terms examined and upon examination also include resolution of the related appeals or litigation processes,if any.A tax position that meets the more-likely-than-not recognition threshold is initially and subsequently measured as the largest amount of tax benefit that has a greater than 50% likelihood of being realized upon settlement with a taxing authority that has full knowledge of all relevant information. The determination of whether or not a tax position has met the more-likely-than-not recognition threshold considers the facts,circumstances,and information available at the reporting date and is subject to management's judgment.As of December 31,2022,there were no uncertain tax positions. - 18 - MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 1. Nature of Operations and Summary of Significant AccountinjZ Policies(Continued) Income Taxes (Continued) The Companies recognize interest and penalties on income taxes as a component of income tax expense. The stockholder has elected that the Companies be treated as"S"Corporations for Federal and New York State tax purposes. Accordingly, no provision has been made for these taxes; however, a provision has been made for the liability that exists to local taxing authorities. Variable Interest Entities A legal entity is referred to as a variable interest entity (VIE) if any of the following conditions exist: • The total equity investment at risk is not sufficient to permit the legal entity to finance its activities without additional subordinated financial support from other parties. • As a group, the holders of the entity's equity investment at risk do not have the decision-making power, through voting or similar rights over the activities that most significantly impact the entity's economic performance or do not have the obligation to absorb expected losses or receive the expected residual returns of the entity. • The voting rights of some investors are not proportionate to their obligation to absorb expected losses or receive the expected residual returns and substantially all of the entities' activities either involve or are conducted on behalf of an investor with disproportionately few voting rights. A VIE's primary beneficiary is the entity that has the power to direct the VIE's activities that most significantly impact its economic performance and has an obligation to absorb losses or the right to receive benefits that could be potentially significant to the VIE. The Companies must consolidate a VIE when determined to be the primary beneficiary. In addition to consolidated VIES,the Companies have significant variable interests in other VIES that are not consolidated because the Companies are not the primary beneficiary. - 19 - MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 1. Nature of Operations and Summary of Significant Accounting Policies(Continued) Variable Interest Entities (Continued) All facts and circumstances are taken into consideration when determining whether the Companies have variable interests triggering primary beneficiary status that would require consolidation of the VIE or otherwise require disclosure in the Companies' financial statements. In many cases, it is qualitatively clear based on whether: • The Companies have the power to direct the activities that most significantly impact the VIE's economic performance and, if so, whether that power is unilateral or shared, and • The Companies are obligated to absorb losses of or has a right to receive benefits from the VIE that could be potentially significant to the VIE. In other cases,a more detailed qualitative analysis and possibly a quantitative analysis are required to make such a determination. The Companies monitor the consolidated and unconsolidated VIEs to determine if any reconsideration events have occurred that could cause any of them to no longer be a VIE. The Companies reconsider whether it is the primary beneficiary of a VIE on an ongoing basis. A previously unconsolidated VIE is consolidated when the Companies become the primary beneficiary. A previously consolidated VIE is deconsolidated when the Companies cease to be the primary beneficiary, or the entity is no longer a VIE. The Companies do not guarantee any financial obligations and have no exposure to loss. Sales Taxes Sales tax is assessed by a governmental authority on the purchase of goods and services. The Companies collect sales tax for the state of New York. Taxes are assessed on each project that does not fall under the criteria of being tax-exempt,for example government proj ects. Subsequent Events The Companies evaluated subsequent events through March 14, 2023 when these financial statements were available to be issued. Management is not aware of any significant events that occurred subsequent to the balance sheet date but prior to the filing of this report that would have a material impact on the financial statements. - 20 - MACEDO CONSTRUCTION,iINC. MACEDO CONTRACTING SERVICES,INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 2. Contracts Receivable Contracts receivable $ 1,342,132 3. Revenues Recognized and Costs Incurred on Uncompleted Contracts The following is a summary of contracts in process at'December 31, 2022: Costs incurred on uncompleted contracts $ 2,494,944 Estimated gross profit 859,322 Contract revenues earned on uncompleted contracts 3,354,266 Billings to date (including conditional retainage) 2,357,842 Less conditional retainage 117,892 Billings to date (excluding conditional retainage) 2,239,950 $ 1,114.316 This amount is included in the accompanying combined balance sheet under the following at December 31, 2022: Contract assets 1 114 316 4. Property and Equipment A summary of property and equipment is as follows: Furniture and equipment $ 36,065 Office equipment 12,622 Machinery and equipment 3,200,792 Transportation equipment 1,075,324 Improvements 438,575 4,763,378 Less: Accumulated depreciation 3,313,087 $ 1.450,291 -21 - ` MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31, 2022 5. Financing Agreements Line of Credit MCI has a $950,000 revolving line of credit with a bank. Borrowings under the line of credit are evidenced by a note which bears interest at 1%above the bank's prime-lending rate (8.5% at December 31, 2022), which is due on demand. There was no outstanding balance at December 31, 2022. Long Term Debt Long-term debt consists of the following; Installment note payable used to finance the Companies' insurance policies in equal monthly installments of$43,503 including interest at 6.75%per annum through May 2023. $ 213,894 Various installment loans payable in equal monthly installments of $18,162 with interest ranging from 0% to 6.49%per annum through March 2027, secured by the related equipment. 405,615 619,509 Less: Current maturities 363,867 $ 255.642 Principal payments are due as follows: Years Ending December')], 2023 $ 363,867 2024 99,772 2025 102,091 2026 49,523 2027 4,256 619,509 - 22 - • K MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES,INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 6. Continstencies Contingencies include the usual obligations of contractors for performance completion of construction contracts. The Companies are contingently liable wider a general indemnity agreement. The Companies agree to indemnify the surety for any payments made on contracts of suretyship, guaranty or indemnity. The Companies believe that all contingent liabilities will be satisfied by their performance on the specific bonded construction contracts involved. Certain of the Companies' construction contracts contain various compliance provisions relating to the payment of wages and benefits. These provisions extend to all subcontractors employed by the Companies. The Companies are financially responsible for its compliance with these contract provisions and ultimately for the compliance of its subcontractors. 7. Related Party Transactions The Companies occupy their office facility from a related company on a month-to-month basis. Rent expense charged to general and administrative expenses for the year ended December 31, 2022 amounted to $228,000. At December 31, 2022, one of the companies owed the related company $100,000, which was subsequently paid down to $25,000. 8. Income Taxes The provision for income taxes is detailed as follows: Current: New York State 3.300 9. Common Stock Common stock of MCI and MCS as of December 31, 2022 is summarized as follows: Macedo Construction, Inc. - No par value, 200 shares authorized, 100 shares issued and outstanding $ 1,000 - 23 - MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES, INC. NOTES TO COMBINED FINANCIAL STATEMENTS (See Independent Accountants' Review Report) DECEMBER 31,2022 Macedo Contracting Services Inc. - No par value, 200 shares authorized, 100 shares issued and outstanding 100 1,100 10. Settlement The Companies have settled a claim for underpaid wages with the U.S. Department of Labor,which includes back wages,liquidating claims and penalties.An installment plan was made which included a$150,000 payment upon signing the agreement and monthly payments of$46,532 including 0.9%interest per annum through June 2023.At December 31,2022,the balance was$284,430,which was subsequently paid off during April 2023. 11. Backlog The following schedule shows a reconciliation of backlog representing signed contracts at December 31, 2022. Balance January 1, 2022 $ 4,240,950 New contracts and contract adjustments— Year ended December 31, 2022 11,353,354 15,594,304 Less: Contract revenues earned 8,178,665 Balance December 31, 2022 7,415, 339 - 24 - SUPPLEMENTARY INFORMATION ScoTTGREENE Certified Public Accountant INDEPENDENT ACCOUNTANT'S REPORT ON SUPPLEMENTARY INFORMATION To the Board of Directors and Stockholder Macedo Construction, Inc. Macedo Contracting Services, Inc. Bellport,New York The supplementary combined schedule of aged contracts receivable,combined schedule of contracts in process,combined schedule of contract assets by contract,combined schedule of reconciliation of gross profit, combined schedule of cost of operations, and combined schedule of general and administrative expenses are presented for purposes of additional analysis and are not a required part of the basic financial statements. Such information is the responsibility of management. I have not audited or reviewed such information and I do not express an opinion,a conclusion,nor provide any assurance on it. Dix Hills,New York May 23, 2023 125 Village Hill Drive• Dix Hills •New York 1174Wel:516.381.2320 • sgreenecpa@optimum.net optimum.net MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES,INC SUPPLEMENTARY INFORMATION DECEMBER 31,2022 COMBINED AGED ACCOUN'rS RECEIVABLE Subsequent Collections To Total I-30 Days 31 -60 Days 61 -90 Days Over 90 Days Retainage O5/23/2023 DBD Realty Group,LLC-Carle Place $ 329,800 $ 329,800 $ 329,800 GOSR Island Park 610.320 610,320 LMJ Construction and Management-MG 14,135 14,135 14,135 '['own or I lempstead-Streetscape Beautification 12,336 $ 3-000 9336 Village of Moral Park-Roadway Improvements 375.541 $ 352,746 22,795 $ 42,560 375,541 Village ol'Mincola Road Program 2022 75.332 75,332 1,341132 3.000 352.746 986.386 1 17,892 794,808 Less Conditional retainage included in contract asserts 117,892 $ 1.342.132 $ 3.000 $ 352,746 $ $ 986.386 $ $ 794,808 3 See independent accountant's report on supplementary intbrmation. -26- IIACEDO cowrRUCHON.INC MACEDO CONTRAurING SERVICES.INC SUPPLEMENTARY I NFO It NIA TIM DECEMBER,1.2022 COMBINED COWI-RAC'rs IN PROCESS Total Billings Revenues In Billingsand Total Estimated Total to Date rucs,or Conditional Total 'fetal Estimated Gross rot,,i Eminmt.d (Including, Billings and Retan,age In Contract Estimated Gloss Profit Casts Cosisic, Revenues Conditional Conditional E.,ccss or Price Costs Profit to Date to Date Complete Percentage Earned - Retainage) Rcrainage Revenues Tnwn ol'I Icnipste.id-SErcciscapc Front Street S .1139,590 S 31S,792 S 20.798 S 44.3 S 6,792 $ 312.000 2.1,,-,; S 7.23.5 S 7.235 Village of-Floral Park-Roadway Improvements L2S7.000 986,132 300.568 197.579 648.4312 338.000 65.74'�. 846.011 S S51.209 S 5,199 Village ofMi,,wl,,-RMLIIway Improvement.;2022 1.506,63 33 1.1.36.587 370,0JG 353,116 1.084.587 52.000 95.42'. 1,437.703 1.506,63,33 6S.930 Village of Freeport-2021 Nass: Ave 900.770 (121.423 279.347 278.S97 620.423 1.000 qq Sgo.o 899.320 399.320 Village H-le psicad-VON 17 771.500 671.430 100.070 2.300 1 S J30 6.16.000 2.30% 17,731) 17.730 Terryville Fire District-Station I Skework 794.000 671.880 122,120 2,886 15.880 656.000 18,766 18,7o6 Town orl-jenipacad.Roosevelt Yard 1.809.975 1.441.400 428.575 11,120 37.400 t.,I04.000 48.520 48.520 T.-off lcrnpstcad-Washington A- 3,300.437 2.758.000 542,41.37 12.981 66.001) 2,692,000 2.39-6 78,981 78.981 S IU,769.905 S 8,605944 S 2.163.961 S 859.322 S 2.494.944 S 6.111.000 S 3,354.266_ S 2.357,942 S 1.070.552 S 74.128 See lndqcndcnt aeeountanis l,pon on .27. MACEDO CONSTRUCTION,INC. MACEDO CONTRACTING SERVICES,INC. SUPPLEMENTARY INFORMATION DECEMBER 31,2022 COMBINED CONTRACT ASSETS BY CONTRACT Total Billings Revenues In Billings and Total Billings to Date Excess of Conditional to Date (Including Billings and Retainage In (Excluding Revenues Conditional Conditional Excess of Conditional Conditional Contract Contract Description Earned Retainage) Retainage Revenues Retainage Retainage) Assets Town of Hempstead-Streetscape Front Street $ 7,235 $ 7.235 $ 7.235 Village of Floral Park-Roadway Improvements 846.011 $ 851.209 $ 5.198 $ 42.560 $ 808,649 37362 Village or Mineola-Roadway Improvements2022 1,4377703 1.506.633 %930 75.332 1,431,301 6,402 Village of Freeport-2021 Nassau Ave 899.320 - 899,320 - 899,320 Village ol'Hempstead-VOH#7 17.730 - 17.730 - 17.730 Terryville Fire District-Station I Sitework 18.766 - 18,766 - 18,766 Town of Hempstead-Roosevelt Yard 48,520 - 48,520 - 48,520 'town of Hempstead-Washington Ave 78.981 - 78.981 - 78,981 $ 3,354266 $ 2357,842 $ 1,070.552 $ 74,128 $ 117.892 $ 2.239.950 $ 1,114,316 • t a_ See independent accountan's report on supplementary information. c -28- MACEDO CONSTPU,CTION.INC MACEDO CONTRACTING SERVICE.S.INC SU[I]IL.[,.Nlr.,N'I'AR)'[.N[--Oit,\,]A'I'ION )TAR ENDED DECEMBF.R.3 1.2022 COMBINED llr'.CONC'IL.JA'r[ON OF CROSS PROFIT 1,0111 Total Gross Gross Prolit Gross Profit Collilacl Costs plot![ Recognized Recognized Percentage Price to Date to Date in Prior Periods in this Period Beechwood Organization Country Pointe at East Meadow 100.00% S 1.124.708 S 978.214 S 146.494 S S5.S66 S (10.628 Village or Mineola Roadway Improvements 2021 100.00% 1.166.2.35 988,324 177.911 32.924 144.997 Roadway I mprovernents 2022 95.42% 1,5 06.6.113 1.084,587 3.5.3.11 o Department or Veteran Affairs-Calvurlon National Cemetery 100.00% 1.487.032 1.3,26.027 161.905 81.464 50,441 MG Electronic-Hauppauge 100 00-1. 45.3.700 371.214 92,436 13.557 6S.929 GOSR Island Park 100.00% 1,152.230 M.S.36 272.400 2,227 270.173 'town orl lempstead-Strectscape Beautification 100.00% 189,728 159.402 30.326 472 29,554 'Down"I'llempslead-PW 100.00% 324.795 264.047 60.748 7.11.11 60.015 Town orSmilhiown-Everercen Ave 100.00% 303.609 198.394 105.2 1.; 4.076 101,1319 Village orl lenipstead-VOFI I 00.0W 6- 770.40 592,014 T78.440 1.326 177.120 Town of I lempstead-Street.seape Front Street 2 134s, 339590 6.792 443 443 VillageofFloral Park-Roadway lrnprovcnicrus 65.74% 1.287.000 648,432 197,571) 197.579 Village or Freeport-20'1 NRSSaU Ave 99 S4% 000.770 620.423 '78.997 278.S97 Village of Hempstead-VOH IV 2.300-0 771.500 15.430 2.300 2.300 'rerryville Fire District-Station I Sitework 2 36% 794,000 15,880 2.S86 2.836 Town orl-lumpstead-Rooscvclt Yard 2.59% 1.869.975 37.400 11,120 11,120 Town of Hempstead-Washington Ave 2.319% 3.300.437 66.000 12.981 Miscellaneous Jobs 100 00% 592.431 410.392 1820.19 182,039 S 15,335,730 S 8_(,62.180S S 2,257,292 S 22.3,088 S 2_034 204 See independent accountant's report on supplementary inflonnation -29. r MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC, SUPPLEMENTARY INFORMATION YEAR ENDED DECEMBER 31. 2022 COMBINED COST OF OPERATIONS Materials $ 2,089,527 Subcontractors 560,126 Labor 810,715 Payroll taxes 82,850 Bond premiums 226,040 Depreciation 380,413 Equipment rental and repair 36,264 Insurance 838,714 Job expense 259,602 Plans and permits 33,849 Small equipment and tools 73,511 Union 364,299 Vehicle expense 273,551 $ 6,029,461 See independent accountant's report on suppleinentary information. -30- yr J MACEDO CONSTRUCTION, INC. MACEDO CONTRACTING SERVICES, INC. SUPPLEMENTARY INFORMATION YEAR ENDED DECEMBER 31, 2022 COMBINED GENERAL AND ADMINISTRATIVE EXPENSES Officer's salary $ 174,760 Office salaries 403,302 Payroll taxes 32,478 Payroll service 8,512 Employee benefits 53,733 Auto 27,676 Bank charges 14,111 Depreciation 17,206 Fines and penalties 7,615 Office 39,036 Professional fees 57,089 Rent 228,000 Meals and entertainment 50,915 Utilities 17,230 Miscellaneous 5,562 $ 1,137,225 See independent accountant's report on supplementary information. -31- v n c 4 Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. dNotarized Affidavit of Non-Collusion as required by NYS Law. dA Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. E4As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. v PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: `Z I 2�1 , N y IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: L)r:+,ej ra✓�M Grp LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) 04 /' Le e—tv P_o T ems„ LIST OFFICERS AND DIRECTORS: NAME TITLE M.P.rc ✓x/ res A- m rz,r a ei 1 kevh err S,—CleA 4— If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: V(n P� �r ADDRESS: ' 6 31u 1�1 &sa- K 0 rw M4 117 3'Z CONTACT: /y�G (4 ae-J •/i to-7., yP TELEPHONE: ��� ) I ZZ -3 q 4-0 FAX: E-MAIL: �y'p�dari '�/a�.c�n c�• c-d� ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy' of the certificate required to be filed under the New York general business law must be attached. ASSUMED J ,p NAME: V r i e j 11 ao-` If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid d Insurance Certificate filed on 3 L S T�k DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL IS UALIFY BIDDER. THORIZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. .My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The per on sig ng this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS S' ature `&Company Possi ions r ` �� GQ.Qi! / l�`L►'yl �( I `I/ DAY OF 20 Type Name&Company Position un 4ed C Company Name NOTARY PUBLIC BRENDAN CHAMBERS Date Signed Notary Public-State of New York NO.01CH6427463 Qualified in Nassau County t> S— ( My Commission Expires May 2,2026 Federal I.D.Number Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: ur)(-Jtj J O"v,1VX VENDOR ADDRESS: 3 b r -I� rr• Q I A ( ) '73 Z TELEPHONE NUMBER: (�IJ4 Z - — FAX:CS/6 Z Z' T� , The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) e V OL V' 21 Tvro The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions::&Mobilizations K. _ 1 1 LS for �1oLl CU-S aw� �() /LS I O 000 (7 v ` orxo pro Dollars Cents Unclassified-Excavation&Grading:':"�.:----=���......r__ �,v__�_•__��..._�.`.• �_..__.. __.�,. _.�.,�._._._ ---. 2 1 LS for �iG s /LS B pp0 00 3o Coo op � rr oce.. ctv�. ct�, Dollars Cents Saw Cutting_Asphalt_.__.__ 3 1,250 LF for /LF 00 I ��� C?0 Dollars Cents Removal of Existin Catch.Basins.. - _-.__ g 4 6 EA ��— // /�� for �"Gee,,� eG.. � /EA 5-0 000 � Dollars Cents Removal of.Existing Manholes__ 5 3 EA for O w �� /EA �U V c9 o t S'C�C7 cTt� Dollars Cents Removal of+Existing_18"Corrugated Metal Pipe--_ w__ •_.•_ T:- _ 6 700 LF 7_ ©� OD for �LAV-- -011A rD /LF Dollars Cents 7 700 LF tO 0 0,0 o OC7 0 0 for J t �4-,j &, /LF -! Dollars Cents Full_De th As_halt_Restoration=(6°_RCA,4"_Type P_.P _ 8 5,925 SF 7� for �T�- cF.-,.� �'��. t���J`e !SF Dollars Cents Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Pro osal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Removal of Ezistin Concrete Curb&Gutter&Re lacernent with-__ Concrete Curb Only: --- - 9 530 LF L !�- for I,�s"Ol /LF Dollars Cents Catch Basins -_ _�7 7 Se 10 6 EA for— ir5�+..-d I/�l�E� +�arG� v,., r' q 3 Z� �� _L y �b UO Dollars Cents 4':Dia.:Manholes' art /� 11 3 EA for �� , LL��' �.� cam. -;p /EA to O 0 t� OD 100000 00 / , Dollars Cents 'fo soil&Seed r 12 2,050 SF I Vp 2d�0 no for !SF Dollars Cents .(Add All Items) �j TOTAL for �(✓D [7�7G'�esJ� -I/7DccSaw� �d{l� �rP �in Cs� �'+a �^lr��t'L° � ( 0 7s Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. ,Add Alternate 1 --Removal of Existing Concrete Curb&Gutter.&Replacement with.,, Concrete_Curb.Oniv on Horseshoe Dr;�_.-�_•_`_�___T_ ,_^. ___�, ��_ ALT1 75 LF - 7 'G 6 for ` '�"f oC i.. c� ZQ /SF c�0Dollars Cents 0 Page 9 of 10 i AUTHORIZED SIGNATURE PRINT NAME / �L YVl TITLE V DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ;kAsC,Lt ss.: On the day of 1 X(J') in the year 2024 before me, the undersigned, personally appeared, / ltc-ko-c I Tkw , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s).whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. BRENDAN CHAMBERS Notary Public-State of New York No.01CH6427463 NOTARY PUBLIC Qualified in Nassau County My Commission Expires May 2,2026 Proposal Package 10 of 10 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. 11'-d'qJ VP I j SUBMITTED BY: j decq v;n q �r Corporatio 1 9 A Partnership or Entity FIRM NAME: 0101+d f G UlIV1 9 G q An Individual PRINCIPAL OFFICE: O I / r-"-Ls � PRINCIPAL OFFICERS: BACKGROUND TITLE A�NAME ADDRESS PROFESSION/TRADE Vr �r� erc-aaw Ai��ITke-, ����� end � 1. How many years has your organization�b�ee�n,in business under its present business name? 2. You normally perform what percent of the work with your own forces? 11 % List trades�thnat you organization n/o/rmally performs below: , 11 IJ A 1 1 A �1'-l..�Y01;-)4t,b) >4�0.ivy GE�.�/ Cc,�,C.,- � W o r4� 9 o U-A `-)-,i c) J1-C�k-ln. XC aV, k'� Y3 Woor / C�v)I �„)orK.� L4wc�S 1O� Lr,,� 3. Have you ever failed to complete any work awarded to you?�b ,. If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. N�- QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. �)0 . 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# pAmount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: Xf h 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes, when? What was the outcome of the investigation? � br QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF COUNTY OFj, M r%�l�t - ,,- being duly sworn deposes and says that he is the of U n'4f,A VPc&-,J6.t contractor and that answers to the foregoing questions and all statements therein contained kre true and correct. (Signatu of erson ho signed bid) p Sworn to before me this I day of 2024 Notary Public Commission xpiration Date: �/� Emy BRENDAN CHAMBERS tary Public-state of New York No.01CH6427463 Qualified in Nassau County Commission Expires May 2,2026 QS-4 UNITED PAVING CORP REFERENCE LIST All of the projects listed here were: a) performed within the timeline specified by the owner, b) completed to the owner's satisfaction, c) performed without extensions requested, d) absent of litigation and/or arbitration being commenced by either the owner or the bidder as a result of the work of the project completed by the bidder, e) without liens filed on the project by subcontractors or material suppliers of the bidder, f) without default on the project by the owner, g) without unrequested claims for extra work on the project, and have full documentation supporting as such upon request. Proiect No.l Owner: ORCHID SEWER AND WATER 11 DENNIS ST,NEW HYDE PARK,NY 11040 Contact: CHRIS FALBO(516)247-1311 Location: MULTIPLE LOCATIONS-VILLAGE OF HEMPSTEAD,EAST WILLISTON,MINEOLA Description: ROAD RESTORATION Contract Amt: $200,000.00 Completed: 2016 Proiect No.2a&2b Owner: BROOKHAVEN NATIONAL LABORATORY PO BOX 5000,UPTON,NY 11973 Contact: JOE TORRE(631)332-2260 Location: UPTON ROAD,UPTON,NY Description: MILLING AND PAVING Contract Amt: $390,000.00 Period: 2015-2016 Location: ROCHESTER Description: MILLING AND PAVING Contract Amt: $130,000.00 Completed: 2016 Proiect No.3 Owner: GARDEN CITY PARK WATER DISTRICT 333 MARCUS AVE,GARDEN CITY,NY 11040 Contact: MIKE ZIMINSKI(516)746-3194 Location: GARDEN CITY PARK Description: ROAD RESTORATION Contract Amt: $25,000.00 Completed: 2016 Proiect No.4 Owner: VILLAGE OF UPPER BROOKVILLE 1395 PLANTING FIELDS RD,OYSTER BAY,NY 11771 Contact: KEVIN MANSFIELD(516)-746-2350 Location: FRIENDLY ROAD AND CHAPEL GATE LANE,UPPER BROOKVILLE,NY 11771 Description: ROAD RECONSTRUCTION Contract Amt: $400,000.00 Completed: 2016 Page 1 of 11 UNITED PAVING CORP REFERENCE LIST Project No.5 Owner: VILLAGE OF LATTINGTOWN 299 LATTINGTOWN ROAD,LOCUST VALLEY,NYi 11560 Contact: MICHAEL DUSSO 516-721-4563 Location: OVERLOOK ROAD AND BIRCH HILL ROAD,LXM INGTOWN,NY 11560 Description: ROAD RECONSTRUCTION Contract Amt: $375,000.00 Completed: 2016 Proiect No.6 Owner: U.S.MERCHANT MARINE ACADEMY 300 STEAMBOAT ROAD,KINGS POINT,NY 11024 Contact: RONALD SEQUEIRA(5I6)-984-5681 Location: STEAMBOAT ROAD,MCNULTY CAMPUS,KINGS-POINT,NY 11024 Description: ROAD RESURFACING AND DRAINAGE Contract Amt: $300,000.00 Completed: 2016 Proiect No.7 Owner: GREAT NECK PARK DISTRICT 65 ARRANDALE AVE,GREAT NECK,NY 11024 Contact: NICK DESANTIS(516)-922-2672 Location: VARIOUS LOCATIONS INCLUDING GREAT NECK TRAIN STATION Description: ROAD RESURFACING Contract Amt: $1,320,000.00 Completed: 2016 Project No.9 Owner: U.S.MERCHANT MARINE ACADEMY 300 STEAMBOAT ROAD,KINGS POINT,NY 11024 Contact: RONALD SEQUEIRA(516)-984-5681 Location: POWELL OVAL(WILEY HALL),MCNULTY CAMPUS,KINGS POINT,NY 11024 Description: ROAD REPAVING Contract Amt: $200,000.00 Completed: 8/31/17 Proiect No.10 Owner: VILLAGE OF LAUREL HOLLOW 1492 LAUREL HOLLOW RD,LAUREL HOLLOW,NY 11791 Contact: JAMES ANTONELLI,WEST SIDE ENGINEERING,'PC(516)-541-8530 Location: STEWART LANE,SYOSSET,NY 11791 Description: ROAD IMPROVEMENT Contract Amt: $125,000.00 Completed: 9/18/17 Page 2 of 11 UNITED PAVING CORP REFERENCE LIST Protect No.11 Owner: VIILLAGE OF PLANDOME 65 SOUTH DR,PLANDOME,NY 11030 Contact: JAMES ANTONELLI,SIDNEY B.BOWNE&SON(516)-541-8530 Location: PLANDOME Description: ROAD REPAIRS Contract Amt: $335,000.00 Completed: 9/21/17 Proiect No.12 Owner: VIILLAGE OF ROSLYN ESTATES 25 THE TULIPS,ROSLYN ESTATES,NY 11576 Contact: JAMES ANTONELLI,WEST SIDE ENGINEERING,PC(516)-541-8530 Location: ROSLYN ESTATES Description: REPAIR OF ROADS AND CURBING Contract Amt: $840,000.00 Completed: 9/22/17 Proiect No.13 Owner: VIILLAGE OF KINGS POINT 32 STEPPINGSTONE LN,KINGS POINT,NY 11024 Contact: RUSSELL Z.SCOTT,NELSON&POPE ENGINEERS&SURVEYORS(631)-427-5665 Location: KINGS POINT Description: ROAD RECONSTRUCTION Contract Amt: $1,835,000.00 Completed: 11/6/17 Proiect No.14 Owner: NORTH MERRICK PUBLIC LIBRARY 1691 MEADOWBROOK RD,NORTH MERRICK,NY 11566 Contact: JOHN TANZI ARCHITECTS(631)-751-0108 Location: NORTH MERRICK PUBLIC LIBRARY Description: PAVING,SITE WORK Contract Amt: $95,000.00 Completed: 5/4/18 Proiect No.15 Owner: VIILLAGE OF MUNSEY PARK 1777 NORTHERN BLVD,MANHASSET,NY 11030 Contact: JAMES ANTONELLI,WEST SIDE ENGINEERING,PC(516)-541-8530 Location: HAWTHORNE PL,EAKINS RD,MUNSEY PARK,NY 11030 Description: REPAIR OF HAWTHORNE PL,EAKINS RD Contract Amt: $250,000.00 Completed: 7/11/18 Page 3 of 11 UNITED PAVING CORP REFERENCE LIST Project No.16 Owner: FRANKLIN SQUARE UNION FREE SCHOOL DISTRICT 760 WASHINGTON ST,FRANKLIN SQUARE,NY 11010 Contact: MARK WIEDERSUM—WIEDERSUM ASSOCIATES ARCHITECTS(631)-434-7900 Location: POLK STREET ELEMENTARY SCHOOL,FRANKLIN SQUARE,NY 11010 Description: SITE WORK,EXCAVATION,DEMOLITION,UTILITIES,PAVING,CONCRETE Contract Amt: $380,000.00 Completed: 9/20/18 Proiect No.17 Owner: BROOKHAVEN NATIONAL LABORATORY 98 ROCHESTER ST,UPTON,NY 11973 Contact: THOMAS JOOS(631)-344-7707 Location: BROOKHAVEN NATIONAL LABORATORY Description: PAVING,SITE WORK Contract Amt: $300,000.00 Completed: 9/25/18 Proiect No.IS Owner: SAYVILLE FIRE DEPARTMENT 107 N.MAIN ST,SAYVILLE NY 11782 Contact: RICK BARTLETT—BARTLETT,AMORUSO&RECCE ARCHITECTS(631)-567-6767 Location: HEADQUARTERS BUILDING OF THE SAYVILLE FIRE DISTRICT Description: PAVING AND RELATED SITE WORK Contract Amt: $330,000.00 Completed: 10/10/18 Project No.19 Owner: NYS DEPARTMENT OF PARKS,RECREATION,AND HISTORIC PRESERVATION 625 BELMONT AVE,WEST BABYLON NY 11704 Contact: CRAIG DENAME Location: PLANTING FIELDS ARBORETUM,OYSTER BAY,NY 11771 Description: SANITARY SYSTEM UPGRADE AND REPLACEMENT Contract Amt: $350,000.00 Completed: 10/11/18 Project No.20 Owner: VILLAGE OF LATTINGTOWN 299 LATTINGTOWN RD,LOCUST VALLEY,NY 11560 Contact: JAMES ANTONELLI,WEST SIDE ENGINEERING,PC(516)-541-8530 Location: LUDLAM LN,LATTINGTOWN NY 11560 Description: ROAD REPAIR Contract Amt: $150,000.00 Completed: 10/17/18 Page 4 of 11 UNITED PAVING CORD REFERENCE LIST Protect No.21 Owner. VILLAGE OF MUNSEY PARK 1777 NORTHERN BLVD,MANHASSET,NY 11030 Contact: JAMES ANTONELLI,WEST SIDE ENGINEERING,PC(516)-541-8530 Location: HUNT LN,MORSE LN,EARLE PL,MUNSEY PARK,'NY Description: REPAIR OF HUNT LN,MORSE LN,EARLE PL Contract Amt: $120,000.00 Completed: 11/9/18 Proiect No.22 Owner: VILLAGE OF VALLEY STREAM 123 S.CENTRAL AVE,VALLEY STREAM,NY 11580 Contact: JOE LUCCHESI,LUCCHESI ENGINEERING,P.C.(516)-650-5749 Location: VARIOUS ROADWAYS IN VALLEY STREAM Description: SURVEYING,RECONSTRUCTION OF ASPHALT ROADWAYS,RECONSTRUCTION OF GUTTERS&CURBS,SIDEWALKS. MIX-IN-PLACE. DRAINAGE Contract Amt: $2,200,000.00 Completed: 10/18/19 Proiect No.23 Owner: VILLAGE OF MUNSEY PARK 1777 NORTHERN BLVD,MANHASSET,NY 11030 Contact: JAMES ANTONELLI,WEST SIDE ENGINEERING,PC(516)-541-8530 Location: MUNSEY PARK,NY Description: REPAIR OF EAKINS RD,STUART PL,BELLOWS LN,BURNHAM PL Contract Amt: $400,000.00 Completed: 10/25/19 Proiect No.24 Owner: THE GOLF CLUB AT MIDDLE BAY 3600 SKILLMAN AVE,OCEANSIDE,NY 11572 Contact: JAMES BEHRINGER,CARRIAGE HILL DEVELOPERS(516)-935-4111 Location: 3600 SKILLMAN AVE,OCEANSIDE,NY 11572 Description: RECONSTRUCTION DUE TO HURRICANE SANDY Contract Amt: $300,000.00 Completed: 11/19/19 Proiect No.25 Owner: VILLAGE OF LAUREL HOLLOW 1492 LAUREL HOLLOW RD,LAUREL HOLLOW,NY 11791 Contact: JAMES ANTONELLI,WEST SIDE ENGINEERING,PC(516)-541-8530 Location: VARIOUS ROADS,LAUREL HOLLOW,NY Description: PHASE II ROAD PROJECT,CONTRACT NO. 1-2019 Contract Amt: $1,800,000.00 Completed: 11/26/19 Pagc 5 of 11 UNITED PAVING CORP REFERENCE LIST Protect No.26 Owner: VILLAGE OF BELLEROSE 50 SUPERIOR RD,BELLEROSE,NY 11001 Contact: MATTHEW MOHLIN,H2M ARCHITECTS&ENGINEERS(631)-392-5381 Location: ONTARIO RD&HUDSON RD,BELLEROSE NY Description: 2019 ROADWAY IMPROVEMENT PROGRAM Contract Amt: $757,000.00 Completed: 12/16/19 Proiect No.27 Owner: BROOKHAVEN NATIONAL LABORATORY 98 ROCHESTER ST,UPTON,NY 11973 Contact: MIKE VISCUSI,CONSTRUCTION INSPECTOR(631)-804-7501 Location: BROOKHAVEN NATIONAL LABORATORY ROUNDABOUT Description: PAVING,SITE WORK,BIKE LANES,CONCRETE DRAINAGE,LANDSCAPING Contract Amt: $2,500,000.00 Completed: 1120/20 Project No.28 Owner: ASSOCIATION OF OWNERS OF MILL NECK ESTATES C/O 732 SOUNDVIEW AVE,MILL NECK,NY 11765 Contact: MATTHEW MOHLIN,H2M ARCHITECTS&ENGINEERS(631)-392-5381 Location: VARIOUS ROADS,MILL NECK ESTATES Description: REHABILITATION OF ROADWAYS Contract Amt: $700,000.00 Completed: 10/23/20 Protect No.29 Owner: CONNETQUOT CSD 780 OCEAN AVE,BOHEMIA,NY 11716 Contact: JOHN ALLEN(631)506-9753 Location: CHEROKEE ELEMENTARY SCHOOL, 130 CHEROKEE ST,RONKONKOMA,NY 11779 Description: ASPHALT,CONCRETE,&SITEWORK RECONSTRUCTION BASKETBALL COURTS Contract Amt: $650,000.00 Completed: 8/14/20 Proiect No.30 Owner: MERRICK UFSD 2400 CENTRAL PKWY,MERRICK,NY 11566 Contact: BBS ARCHITECTS,DONALD EPP(631)475-0349 Location: BIRCH ELEMENTARY SCHOOL, 130 CHEROKEE ST,RONKONKOMA,NY 11779 Description: ASPHALT,CONCRETE,&SITEWORK RECONSTRUCTION BASEKETBALL COURTS Contract Amt: $1,200,000.00 Completed: 8/14/20 Page 6 of 11 UNITED PAVING CORP REFERENCE LIST Project No.31 Owner: SMITHTOWN CSD 26 NEW YORK AVENUE,SMITHTOWN,NY 11787 Contact: JOHN A.GRILLO,ARCHITECT,P.C.(631)476-2161I Location: ST.JAMES ELEMENTARY SCHOOL,580 LAKE AVE,ST JAMES,NY 11780 ACCOMPSETT ELEMENTARY SCHOOL, 1 LINCO I ST,SMITHTOWN,NY 11787 SMITHTOWN WEST HIGH SCHOOL, 100 CENTRAL RD,SMITHTOWN,NY 11787 Description: ASPHALT,CONCRETE,&SITEWORK RECONSTRUCTION Contract Amt: $1,300,000.00 Completed: 8/28/20 Project No.32 Owner: HAMLET GOLF COUNTRY CLUB HOME OWNERS ASSOCIATION C/O FAIRFIELD PROPERTIES 538 BROADHOLLOW RD,THIRD FLOOR EAST,MELVILLE,NY 11747 Contact: H2M ARCHITECTS&ENGINEERS 538 BROADHOLLOW RD,FOURTH FLOOR EAST,MELVILLE,NY 11747 Location: 1 CLUBHOUSE RD,COMMACK,NY 11725 Description: REHABILITATION OF ROADWAYS Contract Amt: $600,000.00 Completed: 7/30/20 Proiect No.33 Owner: INCORPORATED VILLAGE OF FLORAL PARK 1 FLORAL BLVD,FLORAL PARK,NY 11001 Contact: LOCKWOOD KESSLER&BARTLETT,INC(516)-938-0600 Location: EMERSON AVE,LOWELL AVE,W.HITCHCOCK AVE,DEPAN AVE,CROCUS AVE, ELM AVE,MAPLE AVE Description: ROADWAY&DRAINAGE IMPROVEMENTS Contract Amt: $400,000.00 Completed: 9/23/20 Project No.34 Owner: TOWN OF OYSTER BAY 54 AUDREY AVE,OYSTER BAY,NY 11771 Contact: GILBERT ANDERSON,L.K.MCLEAN ASSOCIATES,P.C.(631)286-8668 Location: HICKS AVE AREA Description: CONSTRUCTION AND HIGHWAY IMPROVEMENTS Contract Amt: $2,300,000.00 Completed: 8/27/21 Project No.35 Owner: DASNY 515 BROADWAY,ALBANY,NY 12207 Contact: HEATH RUSSO,DASNY(917)577-8382 Location: SHORE DRIVE,OAKDALE,TOWN OF ISLIP Description: DRAINAGE IMPROVEMENTS,RAISING ROADWAYS,INFRASTRUCTURE HARDENING Contract Amt: $1,800,000.00 Completed: 11/16/21 Page 7 of 11 UNITED PAVING CORP REFERENCE LIST Proiect No.36 Owner: TOWN OF HEMPSTEAD 1 WASHINGTON STREET,HEMPSTEAD,NY 11550 Contact: BRET ZACCOLI,INSPECTOR TOWN OF HEMPSTEAD(516)641-0865 Location: NIAMI STREET&ANCHOR PLACE,SEAFORD Description: STORM WATER DRAINAGE AND ROAD IMPROVEMENTS,ROAD RAISE Contract Amt: $1,500,000.00 Completed: 12/10/21 Project No.37 Owner: VILLAGE OF ROCKVILLE CENTRE l COLLEGE PLACE,ROCKVILLE CENTRE,NY 11571 Contact: MARIO BENTO,ENGINEER VILLAGE OF ROCKVILLE CENTRE(516)678-9288 Location: MORRIS AVENUE,MORRIS AVENUE REHABILITATION Description: ROAD IMPROVEMENTS Contract Amt: $1,650,000.00 Completed: 10/19/21 Proiect No.38 Owner: INCORPORATED VILLAGE OF BAYVILLE 34 SCHOOL STREET,BAYVILLE,NY 11709 Contact: 112M ARCHITECTS&ENGINEERS Location: PERRY AVE,GODFREY AVE,MOUNTAIN AVE Description: ROADWAY IMPROVEMENTS Contract Amt: $345,000.00 Completed: 9/28/21 Proiect No.39 Owner: NEW YORK STATE OFFICE OF GENERAL SERVICES 163 WEST 125TH STREET,#215,NEW YORK,NY 10027 Contact: PETE HICKEY,OGS(631)484-7395 Location: PILGRIM PSYCHIATRIC CENTER Description: DRAINAGE Contract Amt: $960,000.00 Completed: 12/4/20 Proiect No.40 Owner: TOWNE HOUSE AT LIDO BEACH 750 LIDO BLVD,STE 112C,LIDO BEACH,NY 11561 Contact: MATTHEW MOHLIN,H2M ARCHITECTS&ENGINEERS(631)-392-5381 Location: TOWNE HOUSE AT LIDO BEACH Description: DRAINAGE IMPROVEMENTS AND PAVEMENT REPLACEMENT Contract Amt: $2,100,000.00 Completed: 9121/21 Page 8 of 11 UNITED PAVING CORP REFERENCE LIST Project No.41 Owner: UNIONDALE UFSD 933 GOODRICH STREET,UNIONDALE,NY 11553 Contact: MATTHEW MOHLIN,H2M ARCHITECTS&ENGINEERS(631)-392-5381 Location: SMITH STREET ELEMENTARY SCHOOL Description: SITE WORK,BUILDING ADDITIONS,INTERIOR�ALTERATIONS,DRAINAGE Contract Amt: $621,000.00 Completed: 11/9/21 Proiect No.42 Owner: MIDWOOD INVESTMENT GROUP 2350 NORTH OCEAN AVENUE,FARMINGVILLE,NY 11738 Contact: JOHN DELUITUS(908)319-1569 Location: BERLINGTON COAT FACTORY&STOP AND SHOP Description: SITE WORK,ASPHALT PAVING,CONCRETE WORK Contract Amt: $3,900,000.00 Completed: 12/10/2022 Protect No.43 Owner: HUNTINGTON UFSD 50 TOWER STREET,HUNTINGTON STATION,NY 11746 Contact: BBS ARCHITECTS+ENGINEERS Location: J.TAYLOR FINLEY MIDDLE SCHOOL Description: SITE WORK,ASPHALT PAVING,CONCRETE WORK Contract Amt: $833,000.00 Completed: 3/4/2023 Project No.44 Owner: ISLAND TREES UFSD 74 FARMEDGE ROAD,LEVITTOWN,NY 11756 Contact: MICHAEL J.GUIDO ARCHITECTS AND ENGINEERS Location: MICHAEL F.STOKES ELEMENTARY SCHOOL Description: SITE WORK,ASPHALT PAVING,CONCRETE WORK Contract Amt: $513,000.00 Completed: 3/4/2023 Protect No.45 Owner: MILLER PLACE UFSD 7 MEMORIAL DRIVE,MILLER PLACE,NY 11764 Contact: MICHAEL J.GUIDO ARCHITECTS AND ENGINEERS Location: SOUND BEACH SCHOOL Description: SITE WORK,ASPHALT PAVING,CONCRETE WORK Contract Amt: $779,000.00 Completed: 7/3/2023 Page 9 of 11 UNITED PAVING CORD REFERENCE LIST Proiect No.46 Owner: VILLAGE OF BROOKVILLE 18 HORSE HILL ROAD,BROOKVILLE,NY 11545 Contact: PAUL STEVENS,LIRO ENGINEERING(516)938-5476 Location: VARIOUS ROADS,BROOKVILLE,NY Description: CONCRETE WORK,ASPHALT PAVING Contract Amt: $220,000.00 Completed: 6/28/2023 Proiect No.47 Owner: NEW YORK STATE OFFICE OF GENERAL SERVICES 163 WEST 125TH STREET,#215,NEW YORK,NY 10027 Contact: THOMAS PETRASEK,OGS(917)639-7009 Location: SAGAMORE CHILDREN'S PSYCHIATRIC CENTER,DIX HILLS,NY Description: DRAINAGE,CONCRETE WORK,ASPHALT PAVING Contract Amt: $1,100,000.00 Completed: 9/21/2023 Proiect No.48 Owner: SYOSSET CENTRAL SCHOOL DISTRICT 70 SOUTH WOODS ROAD,SYOSSET,NY 11791 Contact: MATT ELLIS,H2M ARCHITECTS+ENGINEERS(315)439-8687 Location: SYOSSET HIGH SCHOOL,SYOSSET,NY Description: CONCRETE WORK,ASPHALT PAVING,TENNIS COURTS Contract Amt: $550,000.00 Completed: 9/12/2023 Proiect No.49 Owner: BAYSHORE UNION FREE SCHOOL DISTRICT 217 5TH AVENUE,BAYSHORE,NY 11706 Contact: GEORGE LEEMAN,TRITON CONSTRUCTION(212)388-5700 Location: 57H AVENUE ELEMENTARY SCHOOL,BAYSHORE,NY Description: DRAINAGE,CONCRETE WORK,ASPHALT PAVING Contract Amt: $530,000.00 Completed: 8/26/2023 Proiect No.50 Owner: WESTBURY UNION FREE SCHOOL DISTRICT 455 ROCKLAND STREET,WESTBURY,NY 11590 Contact: DENNIS KARNESSIS,H2M ARCHITECTS+ENGINEERS(631)756-8000 Location: WESTBURY MIDDLE SCHOOL,WESTBURY,NY Description: DRAINAGE,CONCRETE WORK,ASPHALT PAVING Contract Amt: $650,000.00 Completed: 8/31/2023 Proiect No.51 Owner: ELWOOD UNION FREE SCHOOL DISTRICT 100 KENNETH AVENUE,GREENLAWN,NY 11740 Contact: CHRISTINA DASILVA,PARK EAST CONSTRUCTION(631)494-7535 Location: ELWOOD MIDDLE SCHOOL,GREENLAWN,NY Description: CONCRETE WORK,ASPHALT PAVING Contract Amt: $750,000.00 Completed: 8/31/2023 Page 10 of 11 UNITED PAVING CORP REFERENCE LIST Proiect No.52 Owner: VILLAGE OF VALLEY STREAM 120 ALBERMARLE AVENUE,VALLEY STREAM,NY 11580 Contact: JOSEPH LUCCHESI,LUCCHESI ENGINEERING(516)650-5749 Location: VARIOUS ROADS,VALLEY STREAM,NY Description: CONCRETE WORK,ASPHALT PAVING Contract Amt: $4,200,000.00 Completed: IN PROGRESS—90% Project No.53 Owner: NEW YORK STATE OFFICE OF GENERAL SERVICES 163 WEST 125TH STREET,#215,NEW YORK,NY 10027 Contact: THOMAS GAUDIO,OGS(718)776-041 Location: CREEDMOOR PSYCHIATRIC CENTER,QUEENS VILLAGE,NY Description: DRAINAGE,CONCRETE WORK,ASPHALT PAVING Contract Amt: $1,600,000.00 Completed: IN PROGRESS—40% Page 11 of 11 UNITED PAVING CORP EQUIPMENT LIST Located At:850 Grand Blvd,Deer Park,NY 11729 (1)2000 KENWORTH W900 DUMP TRUCK (1)2005 KENWORTH T800 DUMP TRUCK (2)2001 PETERBILT DUMP TRUCKS (1)2002 PETERBILT DUMP TRUCK (1)2002 KENWORTH T800 DUMP TRUCK (1)2004 KENWORTH T800 (1)2007 KENWORTH W800 (1)2007 CAT BACKHOE LOADER (I)2018 JOHN DEERE 135 EXCAVATOR (1)2017 KOBELCO SK85 EXCAVATOR (1)2016 KOBELCO SK75 EXCAVATOR (1)2014 KOBELCO SK55 EXCAVATOR (1)2007 KOMATSU PC300 EXCAVATOR (1)2016 GEHL V400 SKID STEER (1)2014 GEHL V400 SKID STEER (1)2016 TL 10 SKID STEER (1)2019 DYNAPAC CC1000 ROLLER (1)2014 130OCC DYNOPAC ROLLER (1)2014 120OCC DYNOPAC ROLLER (1)2013 90OCC DYNOPAC ROLLER (1)2004 HYSTER ROLLER (1)2001 DYNAPAC CC220 ROLLER (1)2018 JOHN DEERE 331 SKID STEER (1)2009 GEHL 5564 SKID STEER (1)2008 GEHL 6635 SKID STEER (1)2012 CAT 430E BACKHOE (1)2009 DEERE 875 LOADER (1)2017 CHEVROLET PICKUP (1)2007 FORD BOX TRUCK (2)ARROW BOARDS (1)INTERAN SOL COMPRESSOR (1)20 TON INTERSTATE TRAILER (1)22.5 TON 2007 OVERBILT TRAILER (1)22TON 2004 TRAILERKING TRAILER (1)2014 CASE 570 NXT (1)INTERNATION MASON DUMP 2001 (1)2017 INTERSTATE TRAILER (1)2014 DEERE 180 EXCAVATOR (1)2012 CHEVY PICKUP (2)2006„CHEVY DUMP TRUCKS (1)2008 CHEVY DUMP TRUCK (1)2020 CHEVY PICKUP (1)2014 CHEVY LONG PICKUP TRUCK (1)2021 5500 CHEVY CREW CAB (1)GEHL V420 2021 SKID STEER (1)2012 VOLVO EXCAVATOR 55 (1)2019 JOHN DEERE 160 EXCAVATOR (1)2020 WIELER 385P PAVER (1)2021 CAT 555 PAVER (1)2020 DYNAPAC C200 ROLLER (1) 1000 GALLON NEAL SEAL COAT TRAILER 2022 (1)500 GALLON TACK COAT DISTRIBUTOR 2019 (1)60 GALLON CRAFTCO CRACK FILL HOT TAR MELTER MACHINE 2022 MISC CONES,BARRELS AND SIGN SAFETY EQUIPMENT Condition of All Equipment is Great or Better N. Y. S. DEPARTMENT OF STATE DIVISION OF CORPORATIONS AND STATE RECORDS ALBANY, NY 12231-0001 FILING RECEIPT ENTITY NAME: UNITED PAVING CORP DOCUMENT TYPE: INCORPORATION (DOM. BUSINESS) COUNTY: NASS FILED 02/09/2015 DURATION PERPETUAL CASH#:150209000634^FILM #:150209000579 DOS ID:4707470 FILER: EXIST DATE ------ ---------- RICHARD SPITZENBERGER, CPA, P.C. 02/09/2015 9 RED BARN LANE PORT JEFFERSON, NY 11777 ADDRESS FOR PROCESS: -------------------- THE CORPORATION 322 FOXWOOD LANE MILL NECK, NY 11765 REGISTERED AGENT: ----------------- STOCK: 200 NPV The corporation is required to file a Biennial Statement with the Department of State every two years pursuant to Business Corporation Law Section 408. Notification that the biennial statement is due will only be made via email. Please go to www.email.ebiennial.dos.ny.gov to provide an email address to receive an email notification when the Biennial Statement is due. SERVICE COMPANY: ** NO SERVICE COMPANY ** SERVICE CODE: 00 FEES 160.00 PAYMENTS 160.00 -------- -------- FILING 125.00 CASH 0.00 TAX 0.00 CHECK 0.00 CERT 0.00 CHARGE 160.00 COPIES 10.00 DRAWDOWN 0.00 HANDLING 25.00 OPAL 0.00 REFUND 0.00 ==cc===cee=acocc^s==c=cc==cc====c=cc=aa= ca=c==c=cc=acoccaa=c====c=oc=ccc==ccc = DOS-1025 (04/2007) Ail'An .......IF V ALT�. A.NE Signatory Contractor: February 8,2023 United Paving Corp.: 6316 Northern Boulevard East Norwich, New York 1i732 FEIN 47-3095219 Merit Apprenticeship Alliance-NYSDOL Sponsor Code 51979 NYSDOL Apprentice Training Program Codes: • Skilled Craft Laborer#18514,recertified September 15,2017 • Operating,Engineer(Heavy Equipment)#18318,recertified May 17,2018 • Carpenter.412037,recertified September 15,2017 • Ironworker(Outside).#15221,approved October 5,2017 • Cement Finisher/Cement Mason#11038,approved October 12,2017 To Whom It May Concern, Please be advised that the above noted contractor was accepted as a signatory employer effective November 24, 2020, and is in good standing with the Merit:Apprenticeship Alliance NYSDOL registered Skilled Construction Laborer, Carpenter, Operating Engineer(heavy equipment), Cement Finisher and Ironworker apprenticeship program agreements. The Merit Apprenticeship Alliance Skilled Construction Laborer,Carpenter,Operating Engineer(heavy equipment) apprenticeship programs, respectively, are recognized as "Class A Apprenticeship Programs" as each program is currently registered with and approved by the U.S. Department of Labor,and the New York State Department of Labor state apprenticeship agency;and has graduated apprentices to journeyperson state for at least three(3)of the past five(5)years. The Merit Apprenticeship Alliance apprenticeship standards were reviewed,approved,and registered in accordance with NYS Labor Law,Art.23;§811 and the NYS Department of Labor Part 601 regulations per the above noted dates. Pursuant to USDOL Title 29 CFR Part.29.13(a)Recognition of State:Apprenticeship Agencies,the New York,State.Apprenticeship,Agency(SAA)is currently recognized by the Unites.states Department of Labor(USDOL)and any apprentices registered in occupations.officially recognized by the Department are recognized by the USDOL. Additionally,this will certify'that pursuant to N.J.A:C.12:62-2.1(h)(2),the above noted contractor "pays ongoing contributions into.an ERISA=covered apprenticeship training program trust fund that is used to fund apprentice benefit plans and direct training costs." The Merit Apprenticeship Alliance holds all signatories to the standards of the Program Registration EMPIRE STATE MERIT APPRENTICESHIP ALLIANCE,INC. East Islip,New York East Syracuse,New York www.MeritAll iance.o�e AA. Y f■IT"4PP f f YTI[f I N I ALLIANCE Agreements and requires that each signatory commit that theywill support the diversified training so as to result in normal advancement of the apprentice;employ craft workers.to ensure safe-and quality worksite training at all times in full compliance with the apprentice journeymen standard ratios and prevailing wages in the respective state in which the-work is performed;and, employ the,apprentice in a manner that-will not conflict with our approved apprenticeship standards: Signatory contractors are reviewed annually by the Board) of Trustees; only those firms who demonstrate a commitment to our quality standards are renewed. The Alliance is truly dedicated to our mission to provide Industry leading, registered apprenticeship training programs in full compliance with,state and federal regulations. Authorized by: `a%etoe(JL4 Penelope M.Hazer, President, EMPIRE STATE MERIT APPRENTICESHIP AUTANCE,,INC. East Islip,New York East Syracuse, New York www.MeritAlliance.ors i iJNITED PAVING CORD FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION YEAR ENDED DECEMBER 31,2022 I 44� RICHARD SPITZENBERGER,CPA. P.C. '►Red Barn Lane ('c rii/ied Public•Acruruuuc)► Telephone 631 331 3144) INDEPENDENT A CCOUNTANT'S REVIEW REPORT Port Jefferspn,ICY 11777 TcleTax 631 331 3148 rich(i3spiizenhergerepaxom Mr.Marc Underberg United Paving Corp Mill Neck,New York I have reviewed the accompanying financial statements of United Paving Corp(an S Corporation),which comprise the balance sheet as of December 31,2022,and the related statements of income and retained earnings and cash flows for the year then ended, and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of company management. A review is substantially less in scope than an audit, the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly,I do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America;this includes the design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountant's Responsibility My responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require me to perform procedures to obtain limited assurance as a basis for reporting whether I am aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. I believe that the results of my procedures provide a reasonable basis for our conclusion. We are required to be independent of CAS,Incorporated and to meet our',other ethical responsibilities,in accordance with the relevant ethical requirements related to our review. Accountants Conclusion Based on my review, I am not aware of any material modifications that,should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America Supplementary Information The accompanying schedules of cost of goods sold and general and administration expenses are presented for purposes of additional analysis and are not a required part of the basic financial statements. Such information is the responsibility of management and was derived from, and relates directly to,the underlying accounting and other records used to prepare the financial statements. The supplementary information has been subjected to the review procedures applied in our review of the basic financial statements. I am not aware of any material modifications that should be made to the supplementary information. I have not audited the supplementary information and do not express an opinion on such information. September 22, 3 UNITED PAVING CORP Balance Sheet December 31,2022 ASSETS Current Assets Cash S 429,944 Accounts Receivable 5,302,452 Prepaid Expenses 450.000 Total Other Current Assets 6,182,395 Fixed Assets Machinery&Equipment 3,399.337 Less:Accumulated Depreciation (1,674,416) Not Fixed Assets 1.724,921 TOTAL ASSETS S 7,907,317 LIABILITIES&EQUITY Current Liabilities Revolving Credit Line 200.000 Current Portion of Long Tenn-Debt 4S5,740 Accounts Payable 2,135,780 Total Other Current liabilities 2.901,620 Long Term Liabilities Long Tenn Debt,lase current portion 362,215 Total Long Term Liabilities 362,215 Total Liabilities 3,163.735 Equity Common Stock,no par value,100 shares Issued and outstanding 10.000 Retained Earnings 4,733.682 Total Equity 4,743,582 TOTAL LIABILITIES&EQUITY S 7,007,317 See accompanying notes and accountant's review report. RICHARD SPiTZMERGER,CPA.P.C. rodfied Pahlte Auountant UNITED PAVING CORP Statement of Income and Retained Earnings For Year Ended December 31,2022 construclion Income S 16,202.401 Cost of Goods Sold 13,810.509 Gross Profit 2,451,892 General and Adminlstrattve Expenses 2,110,377 341.515 Other Income: SBA PPP2 Proceeds 480,267 Income Before Income Taxes 601,782 Income Texas 3,750 Not Income 798.032 Retained Earnings-Beglnning 4.128,470 Sub S Distributions (192,920) Retained Earnings-Ending 5 4,733.502 See accompanying notes and accountant's review report. RICHARD SPiTZENBERGER,CPA,P.C. Certified Mile Accountant UNITED PAVING CORP Statement of Cash Flows For Year Ended December 31, 2022 CASH FLOWS FROM OPERATING ACTIVITIES: Net Income $ 798.032 AdJustments to reconcile Net Income to net cash provided by operations: Depreciation Expense 398.305 Decrease!(Increase)in: Accounts Receivable 1.830,262 Prepaid Expenses (450,000) Increase/(Decrease)In: Accounts Payable (1,190,056) Net cash provided by Operating Activities 1,386.543 CASH FLOWS FROM INVESTING ACTIVITIES Purchase of Equipment (441.566) Not cash(Used in)Investing Activities (441.665) CASH FLOWS FROM FINANCING ACTIVITIES New Borrowings 688,423 Repayment of Debt (626.931) SBA Payroll Protection Loan (460.267) Line of Credit (200.000) Sub S Distributions (192.920) Net cash(Used In)Financing Activities (8 INS) Net cash Increase for year 53.283 Cash at beginning of year 376.661 Cash at and of year $ 429.944 SUPPLEMENTAL DISCLOSURES: Interest Paid $ 26.378 Income Taxes Paid $ 3.750 See accompanying notes and accountM%y ,¢ ERCER.CPA.P.C. Cenified Public Accountant UNITED PAVING CgH NOTES TO FINANCIAL STATEMENTS NOTE 1—SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES NATURE OF BUSINESS United Paving Corp is a commercial general contractor specializing in municipals paving site construction projects since 2015. Marc Underberg and Michael Them each own 50%of the business. REVENUE RECOGNITION Revenue is recognized when contracts are complete. JJSE OF ESTIMATES Management uses estimates and assumptions in preparing the fmancial statements. Those estimates and assumptions effect the reported amounts of assets and liabilities,the disclosure of contingent assets and'I liabilities,and the reported revenues and expenses. Actual results could differ from these estimates. TRADE ACCOUNTS RECEIVABLE Trade accounts receivable are stated at the amount management expects to collect from outstanding balances.Management provides for probable uncollectible amounts through a charge to earnings and a credit to a valuation allowance based on its assessment of the current status of individual accounts. Balances that are still outstanding after management has used reasonable collection efforts are written off through a charge to the valuation allowance and a credit to trade accounts receivable. Changes in the valuation allowance have not been material to the financial statements. DEPRECIATION The Company's machinery and equipment are depreciated using the straight-line method. ADVERTISING The Company expenses advertising costs as they are insured. Advertising expenses for the year ended December 31,2022 was $6,097 S CORPORATON-INCOME TAX STATUS The Company,with the consent of its shareholders,has elected under the Internal Revenue Code to he an S corporation. In lieu of corporate income taxes,the shareholders of an S corporation are taxed on their proportionate share of the Company's taxable income. Therefore,no provision or liability for federal income taxes has been included in the financial statements. Only the minimum state filing fees on gross receipts are included on the financial statements. DATE OF MANAGEMENT'S REVIEW Management had evaluated subsequent events through September 22,2023,the date which the financial statements were available to be issued. NOTE 2—REVOLVING CREDIT LINE The company has a$500,000 revolving line of credit with First Bank a@ prime of which$300,000 was unused at December 31,2022. The credit line is secured by substantially all corporate assets and is personally guaranteed by the two principal shareholders of the corporation. RICHARD SPITZENSERGER.CPA,P.C. C.erdfled JON eAeeounranr 1 II UNITED MING CORP NOTES TO FMANJCIAL STATEMENTS NOTE 3—LONG-TERM DEBT Long-term debt at December 31,2022 consisted of the following: Notes Payable to Well Fargo due in monthly installments of$4,251.71 @ 09/6 interest,due February 2023,secured by 2019 Kobelco SK85 excavator 4,503 Notes Payable to GM Financlal due in monthly installments of$1,197.03 @ 3.9%interest,due January 2024,secured by 2020 GMC Slams 15,215 Notes Payable to Bank of America due in monthly installments of$1,250.17 @ 3.390/a interest,due December 2023,secured by 2020 GMC Sierra 4,778 Notes Payable to Takeuchi Financial Services due in monthly installments of$2,258.33 @ 01Y*interest,due July 2023,secured by 2020 Takeuchi TL 12R2 track loader 12,215 Notes Payable to GM Financial due in monthly installments of$1,235.10 @ 0%interest,due June 2024.secured by 2019 Chevy LCF 5500 boxtruck 21,209 Notes Payable to John Deere Financial due in monthly installments of$2.987.12 @ 0%interest,due October 2024,secured by JD1600 excavator 61,562 Notes Payable to GM Financial due in monthly installments of$1,056.18 @ 04'o interest,due March 2025,secured by 2020 Chevy Silvemdo 27,461 Notes Payable to CAT Financial due in monthly installments of$10AW.00 @ ll%interest,due March 2024,secured by 2020 Caterpillar asphalt paver 160,000 Notes Payable to Bank of the West due in monthly Installments of$2369.44 @ 0%interest,due March 2024,secured.by 2019 Dynapae CC2200 37,911 Notes Payable to Bank of the West due in monthly installments of$845.83 @ 0%interest,due March 2023,secured by Leeboy L600T tack tank 3,799 Notes Payable to Wells Fargo Financial due in monthly installments of$4,209.62 @ 0.45%Interest,due April 2024,secured by 2021 Weller P395B pave force 71,349 Notes Payable to CAT Financial due in monthly installments of$3,176.11 @ 0%interest,due May 2024,secured by Caterpillar skid steer planer 53,994 Notes Payable to Ally Financial due in monthly installments of$2076.43 @ 5.990A interest,due March 2026,secured by 2021 Chevy Silveredo 73,297 Notes Payable to Bank of the West due in monthly installments of$1597.43 @ 435%interest,due March 2026,secured by Gehl V400 Skid Steer Loader 59,153 Notes Payable to GM Financial due In monthly installments of S1398.75 @ 0%interest,due July 2025,secured by 2022 GMC Sierra 41,963 Notes Payable to Takeuchi Financial Services due in monthly installments of$1990.36 @ 1.99%interest,due December 2025,secured by 2022 Takeuchi TLI OV2 69,200 Notes Payable to Citizens Loan Servicing due in monthly installments of$1650.74 @ 6.990A interest,due December 2025,secured by 2023 OMC Sierra 2500HD 53,314 Notes Payable to GM Flmmcial due in monthly installments of$1629.44 @ 0'/o interest.due.October 2025,secured by 2023 GMC Sierra 3500 57,032 RICHARD SPITZENBERGER,CPA.P.C. Cerdfred Pub9cAccountant UMM PAV1tr1G CORP NOTES TO FINANCIAL STATEMENTS Total debt $927,955 Less:cummt portion 465.740 Long-term debt $ The following is a summary of principal maturities of long-term debt during the next five years: 2023 465,740 2024 240,100 2025 111.367 2025 10.74 $ 9 NOTE 4_SBA PAYCHECK PROTECTION PROGRAM LOAN PAYABLE In February 2021, the Company borrowed $460,267 under the Paycheck Protection Program ("PPP'j, established as part of the Coronavirus Aid,Relief and Economic Security Act("CARES Act").The Company has the option to elect use of an eight or twenty four week period after which time the loans and accrued interest are forgivable as long as the borrower uses the loan proceeds for eligible purposes, including payroll,benefits,rent and utilities,end maintains its payroll levels. The unforgiven portion of the PPP loan is payable over two or five years,at the Company's election,at an interest rate of 10/6,with a deferral of payments starting 10 months after the completion of the covered period.As the Company was granted forgiveness of PPP2 in June 2022,the$460,267 is reported under other income. NOTE 5—DESCRIPTION OF LEASING A NGEMENT-8 The Company pays monthly rent for equipment storage in Deer Park on a month to month basis at$250011month plus utilities. NOTE 6—IMPACT OF COWD-19 PANDEMIC The COVID-19 outbreak in the United States and around the world has caused business disruption across a range of industries. While disruption is currently expected to be temporary,the extent of the impact of COVE -19 on the Company's operation and financial performance will depend on certain developments,including the duration and spread of the outbreak,impact on our customers,employees and vendors all of which are uncertain and cannot be predicted. As of the financial statement date.the company was not adversely impacted by COVID-19. RICHARD SPI72ENBERGER,CPA.P.C. Cenified Public Accountant Supplementary. Information UNITED PAVING CORP Schedules of Cost of Goods Sold and General and Administrative Expenses For Year Ended December 31, 2022 Cost of Goods sold Materials and Supplies $ 7,286,827 Sub-Contractors 2,190,162 Equipment Fuel,Repairs&Maintenance 784,D71 Direct Labor 3.173,228 Job Related Costs 398,221 Total Cost of Goods Sold $ 13,610,609 General and Administrative Expenses: Officer's Compensation $ 165,000 Office Salaries 130,858 Payroll Taxes 322.294 Consulting 83.813 Advertising 6.097 Depreciation Expense 398.305 Insurance 777.848 Licenses and Permits 33,740 Office Expense 21,752 Taxes-HUT 5,584 Professional Fees 30,453 Rent 55,271 Telephone 8.595 Travel and Meals 2,157 Miscellaneous 36.234 Interest Expense 26,378 Total General and Adminletretive Expenses $ 2.110,377 See accompanying accountant's review report. RICHARD SPITZENBERGER.CPA,P.C. Cerrified RohlicArrnnntunt MICHAEL THEM 346 Harbor Drive,Oyster Bay,NY 11771•(516)-945-7436 mike@ahconco.com NON-WORKING SUPERINTENDENT An entrepreneur who believes in fulfilling the specific needs of his customers with efficiency and value. Establishes a trusting and lasting connection with his associates,suppliers,and vendors. In this way I've developed a reputation that both public municipalities and private owners can rely upon. EXPERIENCE FEBRUARY 9,2015-PRESENT OWNER&VICE PRESIDENT, UNITED PAVING CORP. • Negotiation of Contracts,Customer Relations,Sales. • Senior Estimator for all Projects. • Stabilizing sufficient yield with necessary investment in equipment,and resource growth. • Budget Balancing,Employee Hiring&Management,Maintenance of Insurance Coverage. • Supervision of All Construction,Safety,&Public Relation Practices. • Lead Communication with Architects,Engineers,Public Officials,Home Owners,Private Clients,Vendors, Subcontractors,&Inspectors. 2007-2014 SENIOR ESTIMATOR,AMERICAN PAVING • Preparation of complete estimates on all phases of construction;including asphalt paving,concrete work, drainage,and general site work. • Scheduling of Workforce&Project Timelines. • Communication with Leads Regarding Current Jobs&New Prospects. 2003-2007 PROJECT MANAGER,CARLO LIZZA&SON PAVING INC. • Establishing&Maintaining Relationships with Vendors. • Blueprint Analysis&Detailed Quantity Take-offs. • Field Personnel Management&Safety Protocol Establishment. • Assisting in Contract Negotiation&New Business Cultivation. SHILLS • Assessing Internal Organization • Adept art Microsoft Office,PlanSwift • Strong Leadership,Communication,&Empathy • Organization,Forethought,Risk Management • Flexible&Adaptable to Solving Obstacles 0 Cost Control,Contract/Supply Management SEAN CALLAHAN 119 Mill Dam Rd,Centerport, NY 11721—seanQahconco.com(631)-624-0510 NON-WORKING SUPERINTENDENT WORK EXPERIENCE United Paving Corp.—Project Manager/SuperintendentfEstimator/Operator 2015-Present • Schedule and oversee all phases of municipal and residential construction projects,from preconstruction development to completion. • Manage multiple projects simultaneously containing up to 20 laborers and 5 Operators • Planned and facilitate progress meetings with owners,engineers/architects,subcontractors,and suppliers. • Manage costs and schedule related to project budgets to maintain efficiency. • Dispatch trucking and order material for completion of projects. • Complete digital Take-Offs for estimating purposes,calculate quantities for pricing,and develop Spread sheets using Microsoft Excel. • Operate Equipment(Backhoe,Excavator,Skid Steer,Roller,Compactor, Payloader,Tractor,Dozer) BackgroundBlo: Well rounded,diverse individual efficient both on and off the field.Experienced in all phases of construction and construction management.Skilled in working with municipalities to reach requirements of public works contracts, leading large construction crews,while working well organized and safely.Proficient in working with digital take-off programs,Microsoft Excel,And Microsoft Word.Able to design in depth spread sheets for estimating purposes used in bidding municipal,commercial,and private construction contracts.Qualified to calculate quantities in all phases of construction projects.Knowledgeable in construction materials such as aggregates,concrete,concrete pre-cast,and piping.Very adept at organizing trucking,pick up and drop off of construction materials,and mobilization of jobsites. Proven asset to organizations by my continued ability to meet project goals and deadlines. Highlighted Projects Supervised. U.S.MERCHANT MARINE ACADEMY,300 STEAMBOAT ROAD,KINGS POINT,NY 11024 STEAMBOAT ROAD,MCNULTY CAMPUS,KINGS POINT,NY 12024 ROAD RESURFACING AND DRAINAGE-$300,000.00-2016 VILLAGE OF LAUREL HOLLOW,1492 LAUREL HOLLOW RD,LAUREL HOLLOW,NY 11791 STEWART LANE,SYOSSET,NY 11791 ROAD IMPROVEMENT-$125,000.00-9/18/17 VIILLAGE OF PLANDOME,65 SOUTH DR,PLANDOME,NY 11030 PLANDOME-ROAD REPAIRS-$335,000.00-9/21/17 VIILLAGE OF KINGS POINT,32 STEPPINGSTONE LN,KINGS POINT,NY 11024 KINGS POINT-ROAD RECONSTRUCTION-$1,835,000.00-11/6117 FRANKLIN SQUARE UNION FREE SCHOOL DISTRICT,760 WASHINGTON ST,FRANKLIN SQUARE,NY 11010 POLK STREET ELEMENTARY SCHOOL,FRANKLIN SQUARE,NY 21010 SITE WORK,EXCAVATION,DEMOLITION,UTILITIES,PAVING,CONCRETE-$380,000.00-9/20/28 BROOKHAVEN NATIONAL LABORATORY,98 ROCHESTER ST,UPTON,NY 11973 BROOKHAVEN NATIONAL LABORATORY-PAVING,SITE WORK-$300,000.00-9/25/18 SAYVILLE FIRE DEPARTMENT,107 N.MAIN ST,SAYVILLE NY 11792 HEADQUARTERS BUILDING OF THE SAYVILLE FIRE DISTRICT PAVING AND RELATED SITE WORK-$330,000.00-10/10/18 NYS DEPARTMENT OF PARKS,RECREATION,AND HISTORIC PRESERVATION 625 BELMONT AVE,WEST BABYLON NY 11704 PLANTING FIELDS ARBORETUM,OYSTER BAY,NY 11771 SANITARY SYSTEM UPGRADE AND REPLACEMENT-$350,000.00-10/11/18 Frank B i o rd i NON-WORKING SUPERINTENDENT Mason Queens, NY Retired owner/operator my own business for 40 years. Would like to continue in the same industry . Like to mentor my skill and knowledge to new generation of masons. I feel this skill Is slowly diminishing over new technologies.And at the same time create a smooth efficient working environment for the employer goals and reputation. Authorized to work in the US for any employer Work Experience Project Manager, Operations BRD development corp.-College Point, NY January 2001 to Present Foreman and project coordinator In all phases of cast in place concrete. Estimate and calculate cost of job. Write up new proposal to present in bidding process. CEO and President Biordi construction corp-Queens, NY January 1997 to Present Started with small company a 1 mil annual revenue. Successfully grew to 30 mil annual. Contracts with major general contractors. City,state,federal agency's Supervised and coordinated concrete applications on time and with quality workmanship. Employee supervision count up to 35-50 Education Associate in Design Drafting Queensborough CC-New York, NY September 1979 to April 1983 Skills • Site manager and also hands on for concrete cast in place all phases of concrete and masonry(10+ years) • Operations(10+years) • training Edwin W. Vertiz 80 Old Farm Rd Levittown,NY 11756•edwinwverdz@gmail.com • 516.658.5607 NON-WORKING SUPERINTENDENT EDUCATION Construction Management and Engineer Technology Farmingdale State College,Farmingdale,NY Sept.2018-Aug.2020 GPA:2.78/4 Relevant Coursework Includes: Management Theories & Practices; Materials/Methods of Construction II; Hydraulics; Mech.,Elec.,Plumbing&Energy System,Construction design, Civil Engineering Tech Nassau Community College,Garden City,NY Sept.2015-May.2018 GPA:3.09/4.0 Relevant Coursework Includes: Structural Drawing I & II; Blueprint Reading; Construction Estimating; Statics of Structures; Route Surveying; Elementary Surveying; Materials/Methods of Construction I; Soils, Foundations & Earth Structure EXPERIENCE United Paving Corp,East Norwich,NY Assistant Project Manager Feb.2023-Current • Reviewing and Estimating Jobs. • Supervising Job Sites. • Gathering quantities of completed work. • Familiarizing blueprints and spec.books for Jobs. D&B Engineers&Architects,Woodbury,NY Field Inspector May 2022-Feb.2023 • Writing and completing daily reports. • Client interaction and teamwork with colleagues to complete projects. • Familiarizing blueprints and spec books for assigned projects. • Assess and gather drainage inventory. • Gathering quantities of completed work and reviewing pay reqs. School Construction Consultants,Hauppauge,NY Assistant Project Manager May 2021-May 2022 • Familiarizing blueprints and spec books for assigned projects. • Tracking and reporting project progress. • Completing tasks given by the Project Manager in a timely manner. Roman Stone Construction,Bay Shore,NY Associate Engineer July 2020-April 2021 • Reporting weekly status of submitted work for products ordered by customers and assisting with any questions or encounters that come along the way. • Assist in gathering or producing drawings of products requested by the customer. • Verifying all required hardware and paperwork(certifications,approval forms,etc.)have been filled out correctly. SKILLS&ACHIEVEMENT Language:Proficient in Spanish Computer:AutoCad,Microsoft Word,PowerPoint,Excel,and Outlook Other Activities&Involvements: Efficient communicator with strong presentation skills,Attentive to detail and able to cope effectively with required deadlines,and highly efficient in problem analysis and problem-solving. CO® DATE(MM/DDNYYY) �`� CERTIFICATE OF LIABILITY INSURANCE 03/05/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT TracyiAnziano AssuredPartners Northeast,LLC. PHON e E (63'1)465-4000 ac No: 100 Baylis Road E-MAIL s: tract'.anziano@assuredpartners.com ADDRESuite 300 INSURER(S)AFFORDING COVERAGE NAIC# Melville NY 11747 INSURERA: Continental Casualty Company 20443 INSURED INSURER B: UNITED PAVING CORP. INSURERC: 6316 NORTHERN BLVD INsuRERD: INSURER E: EAST NORWICH NY 11732 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2382914415 REVISION NUMBER: THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE IN SD WVD POLICYNUMBER MMIDDI YYM EFF MM/DD/YYYY POLICY EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGETO CLAIMS-MADE �OCCUR -PREMISES Ea occurrence)nce $ 100,000 X Contractual Liab MED EXP(Any oneperson) $ 15,000 A X X,C,U Included 7039480479 08/23/2023 08/23/2024 PERSONAL&ADV INJURY $ 1,000,000 M'OTHER: LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY ❑XJET LOG PRODUCTS-COMP/OPAGG $ 2,000,000 $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED 7039480465 08/23/2023 08/23/2024 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED • NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS-MADE 7039480482 08/23/2023 08/23/2024 AGGREGATE $ 5,000,000 DED I X1 RETENTION$ 10,000 $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y/N STATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ NIA E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) The following are included as additional insureds if required by written contract,subject to the terms and conditions of stated policies:Town of Southold. General Liability,Auto and Umbrella Liability Coverage applies on a primary and non-contributory basis with a Waiver of subrogation in favor of the Additional Insureds. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Town of Southold ACCORDANCE WITH THE POLICY PROVISIONS. 53095 Main Road AUTHORIZED REPRESENTATIVE Southold NY 11971 67&*- @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD I CNACNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement 1, This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part;but only with respect to liability for bodily Injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations'hazard, and only if: 1. The written contract requires you to provide the additional insured such coverage; and 2. This Coverage Part provides such coverage; and C. Subject always to the terms and conditions of this policy, including the limits of insurance,the Insurer will not provide such additional insured with: 1. Coverage broader than what you are required to provide by the written contract;or 2. A higher limit of insurance than what you are required to provide by the written contract. Any coverage granted by this Paragraph 1.shall apply solely to the extent permissible by law. Ill. If the written contract requires additional insured coverage under the 07 I,04 edition of CG2010 or CG2037,then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part„but only with respect to liability for bodily Injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: i A. In the performance of your ongoing operations subject to such written contract; or B. In the performance of your work subject to such written contract, but only with respect to bodily Injury or property damage included in the products-completed operations,hazard,and only if: 1. The written contract requires you to provide the additional insured such coverage;and i 2. This Coverage Part provides such coverage. N III. But if the written contract requires: " A. Additional insured coverage under the 11-85 edition, 10-93 edition,or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B. Additional insured coverage with"arising out of language; then paragraph L above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Par(but only with respect to liability for bodily Injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. i CNA75079XX(3-22) Policy No: 7039480479 Page 1 of 3 Endorsement No: 3 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name: UNITED PAVING CORP. copyright CNA All Rlghts Reserved. CNA CNA PARAMOUNT i Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement IV. But if the written contract requires additional insured coverage to the greatest extent permissible by law, then paragraph I.above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this Coverage Part, but only with respect to liability for bodily Injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. V. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage,or personal and advertising injury arising out of: A. The rendering of,or the failure to render, any professional architectural, engineering, or surveying services, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;and 2. Supervisory, inspection, architectural or engineering activities;or B. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. VI. Under COMMERCIAL GENERAL LIABILITY CONDITIONS,the Condition entitled Other Insurance is amended to add the following,which supersedes any provision to the contrary in this Condition or elsewhere in this Coverage Part: Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from'such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1. Primary and non-contributing with other insurance available to the additional insured; or 2. Primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above,this insurance will be excess of all other insurance available to the additional insured. VII. Solely with respect to the insurance granted by this endorsement,the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence,Offense,Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. Give the Insurer written notice of any claim,or any occurrence or offense which may result in a claim; 2. Send the Insurer copies of all legal papers received, and otherwise,cooperate with the Insurer in the investigation, defense, or settlement of the claim;and 3. Make available any other insurance,and endeavor to tender the defense and indemnity of any claim to any other insurer or self-insurer,whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory,this paragraph 3. does not apply to other insurance under which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. CNA75079XX(3-22) Policy No: 7039480479 Page 2 of 3 Endorsement No: 3 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. i CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement Vill.Solely with respect to the insurance granted by this endorsement,the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: A. Was executed prior to: 1. The bodily injury or property damage;or 2. The offense that caused the personal and advertising injury; for which the additional insured seeks coverage;and B. Is still in effect at the time of the bodily injury or property damage occurrence or personal and advertising injury offense. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. � I m o I r m n 0 0 s N CNA75079XX(3-22) Policy No: 7039480479 Page 3 of 3 Endorsement No: 3 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. i CNA PARAMOUNT CNA Waiver of Transfer of Rights of Recovery Against Others to the Insurer Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: ANY PERSON OR ORGANIZATION WHOM THE NAMED INSURED HAS AGREED IN WRITING IN A CONTRACT OR AGREEMENT TO WAIVE SUCH RIGHTS OF RECOVERY, BUT ONLY IF SUCH - CONTRACT OR AGREEMENT: 1. IS IN EFFECT OR BECOMES EFFECTIVE DURING THE TERM OF THIS COVERAGE PART; AND 2. WAS EXECUTED PRIOR TO THE BODILY INJURY, PROPERTY DAMAGE OR PERSONAL AND ADVERTISING INJURY GIVING RISE TO THE CLAIM. (Information required to complete this Schedule, if not shown above,will be shown in the Declarations.) Under COMMERCIAL GENERAL LIABILITY CONDITIONS, it is understood and agreed that the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended by the addition of the following: With respect to the person or organization shown in the Schedule above, the Insurer waives any right of recovery the Insurer may have against such person or organization because of payments the Insurer makes for injury or damage arising out of the Named Insured's ongoing operations or your work included in the products-completed operations hazard. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy;unless another effective date is shown below, a and expires concurrently with said Policy. m o I o ' 0 N i � II CNA75008XX(10-16) Policy No: 7039480479 Page 1 of 1 Endorsement No: 7 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. i CNACNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York i It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured-Primary And Non-Contributory To Additional Insured's Insurance 3. Bodily Injury—Expanded Definition 4. Broad Knowledge of Occurrence/Notice of Occurrence 6. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability-Railroads I 8. Electronic Data Liability 9. Estates,Legal Representatives and Spouses 10. Expected Or Intended Injury—Exception for Reasonable Force' 11. General Aggregate Limits of Insurance—Per Project i 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability—Damage To Premises I Alienated Premises i Property In The Named Insured's Care,Custody or Control 16. Liquor Liability 17. Medical Payments s 18. Non-owned Aircraft Coverage N 19. Non-owned Watercraft 20. Personal And Advertising Injury—Discrimination or Humiliation 21. Personal And Advertising Injury-Contractual Liability 22. Property Damage-Elevators i� 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards ` 26. Waiver of Subrogation—Blanket 26. Wrap-Up Extension:OCIP CCIP,or Consolidated(Wrap-Up)Insurance Programs CNA74705NY(8-15) Policy No: 7039480479 Page 1 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any'person or organization described in paragraphs A.through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A.through H.below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by,on behalf of,or for such additional insured. B. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily Injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily Injury, property damage or personal and advertising Injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705NY(8-15) Policy No: 7039480479 Page 2 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily Injury or property damage,or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee,Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily Injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of,or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions—Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising Injury arising out of. 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults,street banners, or decorations and similar exposures; or is b. the construction, erection,or removal of elevators; or gc. the ownership, maintenance or use of any elevators covered by this insurance; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. m The coverage granted by this paragraph does not apply to: N " a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily Injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only With respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: CNA74705NY(8-15) Policy No: 7039480479 Page 3 of 17 Endorsement No: I CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services office,Inc.,with its permission. i I CNACNA PARAMOUNT 1 Contractors' General Liability Extension Endorsement New York a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations;at the trade show event premises during the trade show event. 2. The coverage ranted b thisparagraph does not apply to bodily injury or property damage included within g 9 Y ppY Y J ry p P Y 9 the products-completed operations hazard. 2. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional Insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS,the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness, shock, humiliation, disability or disease, mental injury or mental r anguish sustained by a person, including death resulting from any of these. 4. BROAD KNOWLEDGE OF OCCURRENCE/NOTICE OF OCCURRENCE Under CONDITIONS,the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be'prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily Injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence,offense or claim. 5. BROAD NAMED INSURED i WHO IS AN INSURED is amended to delete its Paragraph 3.in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the policy period, CNA74705NY(8-15) Policy No: 7039480479 Page 4 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved, Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York I qualifies as a Named Insured, provided that there is no other (similar liability insurance, whether primary, contributory, excess, contingent or otherwise,which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture;or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting,) appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by,virtue of Paragraph 3, above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising Injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 6. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k.and I.and replace them with the following: 9 This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: 0 s (1) fire; 0 (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of It and included in the products-completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or CNA74705NY(8-15) Policy No: 7039480479 Page 5 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York (2) If the cause of loss to the damaged work arises as a result of. (a) fire; (b) smoke; (c) collapse; or (d) explosion. _ I B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 6.above, $100,000 is the most the Insurer will pay under,Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged,work, or the work out of which the damage arises,was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY—RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed,for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f:does not include that part of any contract or agreement: (1) That indemnifies an architect,engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications;or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or ' damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising.out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. CNA74705NY(8-15) Policy No: 7039480479 Page 6 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York 8. ELECTRONIC DATA LIABILITY A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p.Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability I Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. The above exclusions apply even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph(1)or(2)above. However, unless Paragraph (1)above applies, this exclusion does not apply to damages because of bodily injury. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5,above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives,cells,data processing devices or any other media which are used with electronically controlled equipment. W D. For the purpose of the coverage provided by this ELECTRONIC!DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: g a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use N shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured.All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this Insurance,electronic data is not tangible property. 9. ESTATES,LEGAL REPRESENTATIVES,AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks CNA74705NY(8-15) Policy No: 7039480479 Page 7 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. i CNA PARAMOUNT CNA Contractors' General Liability Extension Endorsement - New York } damages from marital community property, jointly held property or property transferred from such natural person l Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity'or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership '. Named Insureds are Insureds with respect to such spouses'acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: i Expected or Intended Injury Bodily injury or.property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products-completed operations hazard;and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate I Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily Injury or property damage included in the products-completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for i Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705NY(8-15) Policy No: 7039480479 Page 8 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with Its permisslon. CAM CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project, F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A -- Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1)and 1.b.(2)with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: I. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its e limits). e ii. delete the exclusion entitled Contractual Liability and replace it'lwith the following: This insurance does not apply to: g Contractual Liability g N the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. III. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin,, religion, disability, marital status or sexual orientation, Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act,error or omission. CNA74705NY(8-15) Policy No: 7039480479 Page 9 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,Wth Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York i Medicare/Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: I. add the following definitions: Health care Incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; i. Speech therapist; j. Other allied health professional;or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ill. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by`any common fact,circumstance, situation,transaction, event, advice or decision will be considered to constitute a single occurrence; lii. amend the definition of Insured to: a. add the following: • the Named Insured's employees are Insureds with respect to: (1) bodily Injury to a co-employee while in the course of the co-employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and CNA74705NY(8-15) Policy No: 7039480479 Page 10 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. CHA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York r (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. • the Named Insured's volunteer workers are Insureds,with respect to: (1) bodily Injury to a co-volunteer worker while performing duties related to the conduct of the Named Insured's business; and (2) bodily Injury to an employee while in the course of the employee's employment by the Named i Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs(a), (b), (c)and(d)of Paragraph 2.a.(1)of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Otherinsurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other valid and collectible insurance, self- insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES/PARTNERSHIP 1 LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: 93 a. any offense giving rise to personal and advertising Injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; s b. the bodily Injury or property damage first occurred after such termination date; and 0 0 s c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and .. If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) i. insurance program,then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered'under the Contractors General Liability Extension Endorsement provision entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED, (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated(wrap-up)Insurance program. 16. LEGAL LIABILITY — DAMAGE TO PREMISES 1 ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE,CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j.Damage to Property in'its entirety and replace it with the following: I CNA74705NY(8-15) Policy No: 7039480479 Page 11 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. • CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York This insurance does not apply to: j. Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair„ replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care,custody or control of the Insured; (6) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs(1),(3)and(4)of this exclusion do not apply to property damage (other than damage by fire)to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days.A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph(2)of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (6) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products-completed operations hazard. Paragraphs(3)and(4)of this exclusion do not apply to property,damage to: i. tools, or equipment the Named Insured borrows from others, nor Ill. other personal property of others in the Named Insured's care, custody or control; while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs(3)and(4)idoes not apply to: a. property at a job site awaiting or during such property's installation,fabrication,or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; ' d. property in transit;or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. CNA74705NY(8-15) Policy No: 7039480479 Page 12 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Orflce,Inc.,with its permission. CNA PARAMOUNT CNA t Contractors' General Liability Extension Endorsement - New York A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE j as amended below. B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of _ premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. C. The following paragraph is added to LIMITS OF INSURANCE: j Subject to 5. above, $25,000 is the most the Insurer will pay under'Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody,or control, while being used in the Named Insured's operations away from any Named Insured's.premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds$1,000. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS,OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 6. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damage's because of property damage to any one .premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rehted to the Named Insured for a period of 7 or fewer consecutive days.The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii)of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by a the Named Insured with the permission of the owner; or for ;personal property of others in the Named Insured's care, custody or control; e 16. LIQUOR LIABILITY a Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled N Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS o A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C—Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: ;or (2) the amount shown in the Declarations for Medical Expense Limit. CNA74705NY(8-15) Policy No: 7039480479 Page 13 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1:a.(3)(b)with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident;and 18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft,Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada,designating that person as a commercial or airline transport pilot; I 2. the aircraft is rented with a trained, paid crew to the Named Insured;'and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON-OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property ;Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS,the definition of personal and advertising Injury is amended to add the following tort: • Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising Injury.This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation: (a) is based solely on disparate impact or vicarious liability; and (b) is not done intentionally by or at the direction of the Named,Insured; or any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. CNA74705NY(8-15) Policy No: 70394BO479 Page 14 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,wfth its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York , 2. add the following exclusions: This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any room, dwelling or premises by or at the direction of any Insured. This exclusion shall not apply to discrimination or humiliation based solely on either disparate impact or vicarious liability that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured;or (b) any executive officer,director,stockholder, partner, member or manager(if the Named Insured is a limited liability company)of the Named Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from • Provision 1.ADDITIONAL INSURED of this endorsement; or • attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY g A. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability, 0 0 B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - s CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled N SUPPLEMENTARY PAYMENTS—COVERAGES A AND B: 1. Paragraph 2.d.is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 21(2)(b)is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. CNA74705NY(8-15) Policy No: 7039480479 Page 15 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted materiel of Insurance Services Office,Inc.,with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE—ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any other valid and collectible insurance,whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the$250 limit shown for the cost of bail bonds and replace it with a$5,000. limit;and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000, limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part,the Insurer will not deny coverage under this Coverage Part because of such failure. 26. WAIVER OF SUBROGATION-BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part;and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP,CCIP,OR CONSOLIDATED(WRAP-UP)INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) Insurance program by applicable state statute or regulation. CNA74705NY(8-15) Policy No: 7039480479 Page 16 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement - New York t If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs(C.C.I.P.)is attached, then the following changes apply: A. The following wording is added to the above-referenced endorsement: nth respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage,or personal or advertising Injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the product's-completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4.Other Insurance is amend to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other valid and collectible insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up)Insurance program. C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap-up) Insurance program means a construction,)erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program(O.C,I.P.)or Contractor Controlled Insurance Program(C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: N 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit $ developments; and e 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, 0 detached garages, guest houses or any similar structures). N N However,when there is no individual ownership of units, residential structure does not include military housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. ii All other terms and conditions of the Policy remain unchanged. —' This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705NY(8-15) Policy No: 7039480479 Page 17 of 17 Endorsement No: 1 CONTINENTAL CASUALTY COMPANY Effective Date: 08/23/2023 Insured Name:UNITED PAVING CORP. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with Its permission. i i I STATE OF NEW YORK WORKERS'COMPENSATION BOARD CERTIFICATE OF NYS WORKERS' COMPENSATION INSURANCE COVERAGE Ia.Legal Name&Address of Insured(Use street address only) lb.Business Telephone Number of Insured United Paving Corp. (516)922-3940 6316 Northern Blvd lc.NYS Unemployment Insurance Employer East Norwich, NY 11732 Registration Number of Insured Work Location of Insured(Only required if coverage is specifically Id.Federal Employer Identification Number of Insured limited to certain locations in New York State, i.e., a Wrap-Up or Social Security Number Policy) 47-3095219 2.Name and Address of the Entity Requesting Proof of 3a. Name of Insurance Carrier Coverage(Entity Being Listed as the Certificate Holder) Crum & Forster Indemnity Company Town of Southold 3b.Policy Number of entity listed in box"la" 53095 Main Road 4087451358 Southold, NY 11971 3c. Policy effective period 06/04/2023 to 06/04/2024 3d. The Proprietor,Partners or Executive Officers are ❑ included. (Only check box if all partners/officers included) ❑✓ all excluded or certain partners/officers excluded. This certifies that the insurance carrier indicated above in box "Y insures the business referenced above in box "la" for workers' compensation under the New York State Workers'Compensation Law.(To use this form,New York(NY)must be listed under Item 3A on the INFORMATION PAGE of the workers'compensation insurance policy). The Insurance Carrier or its licensed agent will send this Certificate of Insurance to the entity listed above as the certificate holder in box"T'. The Insurance Carrier will also notify the above certificate holder within 10 days IFa policy is canceled due to nonpayment ofpremiums or within 30 days IF there are reasons other than nonpayment ofpremiums that cancel'the policy or eliminate the insured from the coverage indicated on this Certificate. (These notices may be sent by regular mail.) Otherwise,this Certificate is valid for one year after this form is approved by the insurance carrier or its licensed agent,or until the policy expiration date listed in box"3c",whichever is earlier. Please Note: Upon the cancellation of the workers' compensation policy indicated on this form,if the business continues to be named on a permit,license or contract issued by a certificate holder,the business must provide that certificate holder with a new Certificate of Workers' Compensation Coverage or other authorized proof that the business is complying with the mandatory coverage requirements of the New York State Workers'Compensation Law. Under penalty of perjury,I certify that I am an authorized representative or licensed agent of the insurance carrier referenced above and that the named insured has the coverage as depicted on this form. Approved by: Integrated Brokerage Services, Inc. (IBS) (Print name of authorized representative or licensed agent of insurance carrier) Approved by: N pa,� 03/05/2024 (Signature) (Date) Title: President Telephone Number of authorized representative or licensed agent of insurance carrier: 516-997-2900 Please Note: Only insurance carriers and their licensed agents are authorized to issue Form C-105.2. Insurance brokers are NOT authorized to issue it. C-105.2(9-07) www.wcb.state.ny.us Workers' Compensation Law Section 57. Restriction on issue of permits and the entering into contracts unless compensation is secured. 1. The head of a state or municipal department,board,commission or office authorized or required by law to issue any permit for or in connection with any work involving the employment of employees in a hazardous employment defined by this chapter,and notwithstanding any general or special statute requiring or authorizing the issue of such permits,shall not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair,that compensation for all employees has been secured as provided by this chapter.Nothing herein,however,shall be construed as creating any liability on the part of such state or municipal department,board, commission or office to pay any compensation to any such employee if so employed. 2. The head of a state or municipal department,board,commission or office authorized or required by law to enter into any contract for or in connection with any work involving the employment of employees in a hazardous employment defined by this chapter,notwithstanding any general or special statute requiring or authorizing any such contract,shall not enter into any such contract unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair,that compensation for all employees has been secured as provided by this chapter. C-105.2(9-07)Reverse I"N PORK Workers!TATE Compensation CERTIFICATE OF INSURANCE COVERAGE Board NYS DISABILITY AND PAID FAMILY�LEAVE BENEFITS LAW PART 1.To be completed by NYS disability and Paid Family Leave benefits carrier or licensed insurance agent of that carrier 1 a.Legal Name&Address of Insured(use street address only) 1 b.Business Telephone Number of Insured UNITED PAVING CORP. 6316 NORTHERN BLVD 5169223940 EAST NORWICH, NY 11732 Work Location of Insured(Only required if coverage is specifically limited to 1 c.Federal Employer Identification Number of Insured certain locations in New York State,i.e.,Wrap-Up Policy) 2.Name and Address of Entity Requesting Proof of Coverage 3a.Name of Insurance Carrier TOntity WN Being OFListed SOUTHOLp Certificate Holder) Standard Security Life Insurance Company of New York 53095 Main Road 3b.Policy Number of Entity Listed in Box 1a Southold, NY 11971 R12505-000 3c.Policy Effective Period 3/25/2015 to 3/4/2025 4. Policy provides the following benefits: Q A.Both disability and Paid Family Leave benefits. B.Disability benefits only. C.Paid Family Leave benefits only. 5. Policy covers: Q A.All of the employer's employees eligible under the NYS Disability and Paid Family Leave Benefits Law. B.Only the following class or classes of employer's employees: Under penalty of perjury,I certify that I am an authorized representative or licensed agent of�the insurance carrier referenced above and that the named insured has NYS disability and/or Paid Family Leave benefits insurance coverage as descr' d above. ' Date Signed 3/5/2024 By 41ill (Signature of Insurance carrier's authoflJ6d representative or NYS licensed insurance agent of that Insurance carrier) Telephone Number (212) 355-4141 Name and Title SUPERVISOR-DBL/POLICY SERVICES IMPORTANT:lf Boxes 4A and 5A are checked,and this form is signed by the insurance carrier's authorized representative or NYS Licensed Insurance Agent of that carrier,this certificate is COMPLETE. Mail it directly to the certificate holder. If Box 4B,4C or 5B is checked,this certificate is NOT COMPLETE for purposes of Section 220, Subd.8 of the NYS Disability and Paid Family Leave Benefits Law. It must be emailed to PAU@wcb.ny.gov or it can be mailed for completion to the Workers'Compensation Board, Plans Acceptance Unit, PO Box 5200, Binghamton, NY 13902-5200. PART 2.To be completed by the NYS Workers'Compensation Board(only if Box 4B,4C or 5B of Part 1 has been checked) State of New York Workers' Compensation Board According to information maintained by the NYS Workers' Compensation Board, the above-named employer has complied with the NYS Disability and Paid Family Leave Benefits Law(Article 9 of the Workers'Compensation Law)with respect to all of their employees. Date Signed By (Signature of Authorized NYS Workers'Compensation Board Employee) Telephone Number Name and Title Please Note:Only insurance carriers licensed to write NYS disability and Paid Family Leave benefits insurance policies and NYS licensed insurance agents of those insurance carriers are authorized to issue Form DB-120.1. Insurance brokers are NOT authorized to issue this form. D13-120.1 (12-21) IIIIIIIP11°°1°2°0°°1°1°(11°2�°�2°1�)°IIII�I Additional Instructions for Form D13-120.1 By signing this form,the insurance carrier identified in Box 3 on this form is certifying that it is insuring the business referenced in Box 1 a for disability and/or Paid Family Leave benefits under the NYS Disability and Paid Family Leave Benefits Law.The insurance carrier or its licensed agent will send this Certificate of Insurance Coverage(Certificate)to the entity listed as the certificate holder in Box 2. The insurance carrier must notify the above certificate holder and the Workers' Compensation Board within 10 days IF a policy is cancelled due to nonpayment of premiums or within 30 days IF there are reasons other than nonpayment of premiums that cancel the policy or eliminate the insured from coverage indicated on this Certificate. (These notices may be sent by regular mail.) Otherwise, this Certificate is valid for one year after this form is approved by the insurance carrier or its licensed agent, or until the policy expiration date listed in Box 3c,whichever is earlier. This certificate is issued as a matter of information only and confers no rights upon the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policy listed, nor does it confer any rights or responsibilities beyond those contained in the referenced policy. This Certificate may be used as evidence of a NYS disability and/or Paid Family Leave benefits contract of insurance only while the underlying policy is in effect. Please Note: Upon the cancellation of the disability and/or Paid Family Leave benefits policy indicated on this form, if the business continues to be named on a permit, license or contract issued by a certificate holder,the business must provide that certificate holder with a new Certificate of Insurance Coverage for NYS disability and/ or Paid Family Leave Benefits or other authorized proof that the business is complying with the mandatory coverage requirements of the NYS Disability and Paid Family Leave Benefits Law. NYS DISABILITY AND PAID FAMILY LEAVE BENEFITS LAW §220. Subd. 8 (a) The head of a state or municipal department, board, commission or office authorized or required by law to issue any permit for or in connection with any work involving the employment of employees in employment as defined in this article, and not withstanding any general or special statute requiring or authorizing the issue of such permits, shall not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair,that the payment of disability benefits and after January first, two thousand and twenty-one,the payment of family leave benefits for all employees has been secured as provided by this article. Nothing herein, however, shall be construed as creating any liability on the part of such state or municipal department, board, commission or office to pay any disability benefits to any such employee if so employed. (b)The head of a state or municipal department, board, commission or office authorized or required by law to enter into any contract for or in connection with any work involving the employment of employees in employment as defined in this article and notwithstanding any general or special statute requiring or authorizing any such contract, shall not enter into any such contract unless proof duly subscribed by an insurance carrier is;produced in a form satisfactory to the chair,that the payment of disability benefits and after January first, two thousand eighteen,the payment of family leave benefits for all employees has been secured as provided by this article. DB-120.1 (12-21)Reverse �cx�cl waYk Town of Southold nVAP-ad "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form, must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Er Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 i VENDOR NAME: �V�� � G oc VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. N PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: 1b qj2� 1 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned CoGDA ation: CORPORATION NAME: I� LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: 1� VENDOR NAME: MOMM . ADDRESS: �� C �C��,�a 1L7�►1 CONTACT: I U1a1 �T�►�� ff,^ q TELEPHONE: FAX: E-MAIL: �1N ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 1 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: ` If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on L 12V 12 DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. Y AUTHORIZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. Th$person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position ` .M� / t cQ f VbWVQ__DAY OF 2014 Type Name&Company Position A00,0JR)m Company Name BRIAI� �, 2120120 Nobly Pd&state of New rock k 01LA6444033 Date Signed f���Z�� I Qualified In Nassau County Federal I.D.Number bmfId dm Was November 14,2026 Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME:UM V aL Nm X. J VENDOR ADDRESS: la (,G A Tf q I TELEPHONE NUMBER: No-liq °01 FAX: 6�10 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in-the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions,.&Mobilizations 1 1 LS for ` UJ V1�Vt I i00 /LS i VOO o0 4�t QV� VV Dollars Cents Unclassified Excavation_&_Grading 2 1 LS for 1° zf :1=�)6 Itoo /LS Dollars Cents Saw_Cutting_Asphalt_ I 3 1,250 LF for cc /LF V 00 3l (A) v" Dollars Cents Removal of Existing.Catch,Basins__^ I 4 6 EA for 1 r "V "`�511�lJl t vt M 1�l/I (�/EA �I 00 `� v ©G Dollars Cents --:---_____r.__--_.-• Removal of Existing Manholes_--_,_ _n. __ /�___ — 5 3 EA for-NO� O ��OuS7CM6 T q l 1,m(��o �/EAR L��I V oo �� V� �V Dollars Cents Removal_of Existing 18'Corrugated_Metal_Pipe_;_` \�\(—�_ 6 700 LF \, , n ®c5f (Od �t` J 60 for W� /LF Dollars Cents ---1 Z'HDPE_Drainage Pipe_ 7 700 LF for /LF " " " W �W GO Dollars Cents An tio s shalt Restoran_(T RCA, 8 5,925 SF V j/Y 1 �y��� /SF VV �t od for ��,yyy Dollars Cents Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Removal"of Existin Concrete Curb&Gutter&Re lacement with Concrete ((_��Curb_\Only �(-�= 9 530 LF for t/` '1 1 O 1(06 /LF 2 `� 21, Catch.Basins- Dollars Cents _._ - •_-.___-.__. _ - _ 10 6 EA for V 1WJ{�, /EA �'00 06 000 vV � W�1�1� Dollars Cents 4'.Dia..Manholes 11 3 EA ` (��� h/� �CQ �� Cam' tc f n v i foSk 1� T�WSO 1 d t \� �"I �J� /EA Ul Dollars Cents 12 2,050 SF for61M /SF I �" �`�VO v" Dollars Cents (Add All Items) ` w,\m NS01) Nz tAu(1C`AeA 2�o �� ' TOTAL for 1r��I 1U2 I�OIkQr� ,OLY)A 2PYO cep+S. Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS .- NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. Add Alternate 1 -Removal of.Existing Concrete Curb&Gutter&Replacement With Concrete Curb Only_onn Horseshoe Dr,_. ALT1 75 LF for `4V\ \V v y - �\O /SF �Vr) Dollars v Cents Page 9of10 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE L � ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, 1 1 , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. &w&W �-; NOTARY PUBLV BRIANNA LAVIOLA Nobay Puff&Stm Of Nav U& No.OlUS444033 "ad In Nassau County Ime h ton EjWres Norem6er 14,2028 Proposal Package 10 of 10 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter�mrade. SUBMITTED BY: MOM 1 �`r1 \1�,. < C�� \ l A Partnership or Entity FIRM NAME: 'm a 1- 1 An Individual PRINCIPAL OFFICE: 1 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE OJ - CC��1St�U�tion S��+ Mq 1. How many years has your organization been in business under its present business name? 25 *Its . 2. You normally perform what percent of the work with your own forces? qU % List trades that you organization normally performs below: Q hk-X C��Gf��e, Vu0cm-e 3. Have you ever failed to complete any work awarded to you?�ZIf so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. !Vo - \ 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion UZ 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity Q 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? -C�. 10. Bank References: 11. Trade Association Membership: bocai � 2Q6 focal 2 2 �00 l-Z 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What,was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal.<�.. 9 STATE OF fV�UVI yV V ) COUNTY OF �\ being duly sworn deposes and says that he is the�� Q,x � of YlC contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day ofkft0024 Notary Public Commission Expiration Date: BRIANNA LAVIOLA Notary Pu6[ic State of New 7oifc No.01LA6444033 Qualified In Nassau County Eommisslon EWM November 14,2028 QS-4 a - s Roadwork Ahead, Inc. 2186 Kirby Lane Syosset NY 11791 Phone:516-280-8745-516-997.0505 Fax:516-240-6978 Key Personnel Resume LUIGI STASI:President/Roadwork Ahead,Inc. 2186 Kirby La. Muttontown.,NY 11791 516-993-8722 Experience; Managed and worked in the family business President of Roadwork Ahead,Inc. On site Foreman/Equipment Operator. Member Local 138 Operating Engineers. Has Worked In Multiple Municipality Road Projects Asphalt,Concrete Paving and Drainage projects Heavy equipment operator. M 1 l ROADAHE-01 DMIGNON11 DATE(MMIDUNYYY) CERTIFICATE OF LIABILITY INSURANCE 8/8/2023 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES 1 BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,cartaln policies may require all endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements. PRODUCER 8MOT L.ibardi Service Agency Inc I 1 0%. -3611 97-0816Llbardi Service Agency Inc a"rcExlr(518)333 100 Stewart Avenue Info@llbardi.com Hicksville,NY 11801 INSURER AFFORDING COVERAGE NAIC 1 SURER :Trans artatlon I S Co 20494 INSURED INSURER 9 Nalley Forge Insurance Co 20608 Roadwork Ahead Inc INSURER c AGE American Insurance Co 22687 2186 Kirby Lana INSURER D tAmerican Cas Co of Reading20427 Syosset,NY 11794 INSURER F;American Alternative Ins Corn 19720 INSURER F I ShelterPoint Life Ins Co 8143A COVERAGES CERTIFICATE NUMBER., REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENTWITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, MSR TYPE OF INSURANCE ADOL9UBR POLIOYNUM13ER POLIpYEPF POLICY P LIMITS L7nA X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE 1,000,000 CLAIMS-MADE FV'OCCUR 7014668396 4110/2023 411012024 FgAMAGE o ENTEC 100,000 MEDVP(Anyonaparsonl S 51000 PERSONALS,AGV INJURY s 1,000,00- 1"OTHER: LAGGR LIMIT APPLIES PER: GE ERALAGGREGATE S 2,00,000 POLIGY j LOCPRODUCTS-CO P(OP O 2,000,000 S OOMBI EDSINGLELIMIT 1,000,000 AUTOMOOILE LIA13JUTY a X ANY AUrC CH 7014668401 411012022 411012024 BODILYINJURY(Per atsaa S AUIOSONLY AU��TNNOSyyUy�LN,E��ppp 11�0�131� 1 JURY at accident S AUTOS ONLY A01'O�-Ot�iLY PeOra c a AMAGE S S C+ UMBRELLA LIAR N OCCUR E C CMRREM09 S S,OQQ,000 X EXOESSLIAs CLAIMS-MADE N10837273010 411012023 4/1012024 G`eG TE 6,000,000 pED I X I RETENTION$ 101000 S D WORKERS�COMPEISAJL7N X PE ER AND EMP DYERS' B ty 7034235267 612612023 612s12024 1001000 ANYPROMEIETORI Ai�1tlEUEXECUTIVE I—{ E. E C ACCIDENT anp �„""E ER 9 LJ NIA 100,000 da 01 In NNI D O E.1-DISEASE-VAIEMKOYE OES"ft PT Oa under S below 600,OOQ E.L.dSEABE-POLICY LIMIT E Excess Liability BOA2FF000330306 411012623 411012424 5,000,000 F statutory Disability lD422909 IM12023 11112024 DESCRIPTION OF OPERATIONS LOCATIONS IVEHICLES(ACORC 101,Additional Remarks Schedule.Innylin attached It more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Evidence of insurance THE EXPIRATION DATE THEREOF, NOTICE WILL Be IIELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 26(2016103) O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD naine and logo are registered marks of ACORD r ROADWORK AHEAD INC. Reference List as of 02/17/2023 Municipality Project Contact Phone Email Town of Hempstead PW 16-21 Jeffrey Tierney 516-812-3483 JeffTie@hemysteadny.aov PW 20-21 Jeffrey Tierney 516-812-3493 Jefffie@hempsteadnv.Rov Village of Floral Park Misc. Kevin'Ginnane KGinnane@fpViliggg.org fpviliaae.ora Village of Farmingdale 2021 Misc.RoadImprov. Jeff Patanjo 516-249-0093 Jpatanio farminadalevillaae.com Village of Freeport Sunrise Hwy Improv. Ben TerzuIli 516-952 3062 Bterzulii(@freeportnv.aov Village of Westbury 2020/2021 RoadImprov. John Mangino 516-745-2350 Man0noJ@Iiro_com City of Glen-Cove 2021 Road Improv. Mike Capobianco 516-746-2350 CapobiancoM@liro.com 2021 Road Improv. Noris Ramirez-Walton- 516-636-3726- _RamirezWaltonN@firo.com FTown of Oyster Bay Massapequa Flood Dan Midgette 516-677-5897 Dmid ette@oysterbay-ny.aov Diversion City of Long Beach 2021 Road Improv. Brooke Anderson 516-431-1011 Banderson@lonabeachny.aov i COUNCIL MEMBERS DOROTHY L. 0008BY TOWN OF HEMPSTEAD o� � THOMA6 a, MUSOARELLA MELISSA MILLGR DEPARTMENT OF ENGINEERING LAURA A. RYOER x ORRIS OARINI •'M DENNIS DUNNE, SR. 36C FRONT STREET, HEMPSTEAD, NY 11056•4037 RATE MURRAY (610) 612.34711 FAX (616) 303-0074 TOWN CLERK DONALD X. CLAVIN, JR. JEANINE 0. DRISCOLL SUPERVISOR R>OEIVER OF TAXES BRIAN KUNZIO P:9. COMMISSIONER JEFFREY M. T15KNEY DEPUTY COMMISSIONER August 2,2023 Town of Islip Housing Authority 963 Montauk Highway Oakdale,NY 11769 Rw. Roadwork Ahead,Inc, Letter of Endorsement To Whom It May Concern, Roadwork Ahead,Inc.has successfally completed numerous multimillion dollar construction coubtaets for the Town of Hempstead over the yeasts, They have always been attentive to our needs,expeditiously addressing any issues that inherently arise from such large eonstmotion projects, Please accept this letter as my department's endorsement and positive recommendation of this firm. Very truly yours, Brian Kuii g,P.E. Commissioner Rngineadng i I p,Gis•Op. I AO KEVINm..FiTzzcERALo VILLAGE ADMINISTRATOR TRUSTEE 01 GERARD M.BAMBRICK DR,LYNN POMBONYO VILLAGE CLERK a, TRUSTEE SUSAN E.WALBH FRANK J.cNwRA SUPERINTENDENT OF PUBLIC WORKS zRusTcs KEVIN GINNANE dENNIFER S71;WART 1wnvom*d-(/GiG w d� 576 _� p_�/ SUPERINTENDENT OF BUILDINGS TRUSTEE " ONE FLORAL BOULEVARD,PO Box27,FLORAL PARK N'Y�11GOD$1"'R�il4 RENT E MARCUS,A►A MICHAEL F.LONGOBARDI TEL914IONE 518-326,6300 POLICE COMMISSIONER VILLAW HALL FAX 618-326-2734 STEPHEN G,MOALUSTER BUILDINaDEPARTn1ENTPAX616-328-2761 PUBLIQ WORKS DBPARYMENT PAX 610-320-6436 WM..FPVILLAG5.ORG August aid 2023 To whom it may concern, Road Work Ahead has done a number of projects with the Inc, Village of Floral.Park which include two major road reconstruction projects designed by the etigineering firm of Lockwood,Kessler and Bartlett,over fifteen road resurfacing projects as well as numerous masonry projects, Owner Luigi Stasi is ettremely helpful and always available when needed.The customer service of his entire staff including construction foreman and crews are professional,highly skilled and'always ready to help where needed. We have had a working relationship with Road Work Ahead for the past three years planning and doing many projects and I highly recommend R.WA for any construction projects. Please feel free to call me with any questions at 516-326-6320 Regards, o Kevin Gin vane Supet.�intendent of Public Works Inc, Village of Floral Park .............. Roadwork Ahead Work on Hand as of 09/30/2023 Remaining Pt. n n Percent Percent Billed On Site Work a Notes .......... Job Name Change Orders.: Total contract fiac.co's Remaining to Date completed Job ff Original Contract fulled' 1 20-004 Island Tree School-Capital Improvements Phase 5 $228,000-00 $22$000.00 t209,09.50 -- $11,000.50 51% 95%. 100% closing out 21-004 Town of Oyster Bay-Project#1-PW 034-20-Massapequa $2,648585.00 -t163,217.79 $2,485,367.21 $2A85.367.21 $0.00 0%— 10011. 100% Closing out-Waiting for payment Various roads and random- 21-005 Villageof Farmingdale 2021 Miscellaneous Roadway Improvement $1,797,000.001 $1,797,000.00 $1,785,450.69 $11549.31 ily . 99% contract renewed *21-006 PS 70-Dernattles $920,000.00 $457,500.00 $1,377,500.00 $1,299,125.00 $68,375.00 7% 93% 100% Contract went up 21-008 Town of Hempstead PW 16-21-California Place $6,741,150.00 $49,421.23 $6,790.571M $5,499,623A0 $1,241,526.60 I84 82%. 98% In Progress to close out 21-009 Town of Hempstead PW 20-21-Inwood $3,423,425.00 $3,423,425.00 $2,843,225,27 S580,199.73 17% 83% 99% Closing out 21-013 City of Glen Cove-2021 Road Improvements $1,489,054.65 $45:1,290.34 $1,920_344.99 $1,824,327.74 $96,01725 691. -----94% 95% in Progress to close out Piggy Back Farmingdale-various 22-002 Village of Floral Park 2022 $867,420.63 07 100% I I roads as needed 23-001 Commack School $653,350.00 $7.6,600.00 $669,950.00 $6691950.00 $0.00 0%. 1.00% 99% Closing out-Waiting for payment 23-003 Village of Rockville Contra-North Ave.Electric $416,400.00 $426,400.00 $346,906.30 $69A93.70 171/ 83% In Progress to close out 23-004 Village of Rockville Centre-Streetscape $219,187.50 $219,I87.50 S165,956AS $53=.0S 24% 76% 95% In Progress to closeout 23-007 Town of Hempstead-Storm Water Restoration PW 5-21 $1,213,28050 $1,23.3,280.50 $933,717.29 $279,563,71 23% 77% 100% In Progress to close out 23-008 Town of Brookhaven-Pipe Stave Hallow Rd.Drainage&Improv. $2,275,200.00 $2,273,200.00 $183,373.75 $2,089,826.25 92% 8% 10% 23-009 Town of Babylon-Brookside Court $236,030.00 $236,030.00 $0.00 $235,030.00 100% 0% 0% Not Started yet 23-010 Town of Hempstead-Parking Field L5-PW 7-23 $933,685-00 $933,685.00 S720691.47 $212,993.53 23% 771% 99% 2.3-011 Town of Hempstead-Wadsworth&Poe-PW 14-22 $425,800.00 $42S,800.00 $333,760.79 $87,039.2Z 20% 80% 10ov. 23-012 Town of Hempstead-Aron Drive-PW 22-23 $1,353,550.00 $1,353,550.00 $0.00 $1,353,550.00 100% G*A 10% Just Started 23-013 Town of Hempstead-Hunt Rd&Brenner Ave-PW 25-23 $1,465.850.00 $1,465,850.00 $0.00 $1,455,850-00 100% 0% 10% 23.014 City of Long Beach-Asphalt overlays 2023 $506.800.001 ssouoo.oa 1 $0.00 $506,800.00 100% oy. 0% Getting ready to sign contract 221-015 Village of Mineola S55B5 5.00 $568,575.001 $0.00 $568,575.00 100% 0% 0% Not Started yet .... ..... . ....... . ............:r6 =,453.73 22-CO3 Village of Hempstead-Kennedy Park $281,060.00 $281,060.00 $281,060.00 $0.00 crA 200% Closed out 23-002 Village of Rockville Centre-Parking Field#25 S78,915.05 $78,915.05 $77,485.96 $1,429.09 2% 98% 100% Closed out 21-010 CltV of Long Beach Asphalt Requirements 2021' $469,400.00 $469,400.00 $674,09.20 $0.Do 036 100% dosed out' Phase I completed not..2.3-005 Jq Elite Cons�truction-79D 31th Ave.... - g... $465,000.00 $465,000.00 $100,000.00 $865,000.00 79% 22% forward 23-006 H&L-Curb Ramps $IA73.200.00 $1,473,300.00 $0.00 $1,473,300.00 100% 0% Neverawarded' f f 2019/2020 Complete Projects PR01ECr NAME TOWNIVILLAGE CONTACT PHONE# EMAIL PW2217 MARGINALRD.STREETSCAPF,LEvrrroWNAND TOWN OFHEMSPTEAD JoeMarsclliano S16538.73DO jmarschiano@tohmail.org UNIONDALESTREETSCAPE-UMONDAI$NY ROAD IMPROVIUFNT-ROSEMONTSfREE ETTAREA PW 30-13 BaLMORE CABBIE COURT,EAST MEADOW ANDTHIRD TOWN OP HENiSPTEAD Liz Walker 631-a27-5665 [wa0�r@nelsonpope_com AVE./OAK COURT-MERRICK ROAD EMPROVEM EMS-RESADE COURT,SIC LLMANAVE., TOWN OFHEMSPTEAD DominickDecatio 516-489-5000 domidec@Whmsil.crg WAUKENAAVE.PHASE 2-OCEANSIDE ROAD IMPROVEMENT-95TH AVE.,BELLROSETERRACE- TOWNOFHEMSPT pW40-3$ ADMONTAVE.,FRANKi1N SQUARE-GARDEN PLACE EAU Dominick Aecar[o SI6�189-5000 domidec@WhmaU.org WEST HEMPSTEAD TOWN OFHEMPSTEAD HOUSING AEJTPIORITY TOWNOFHEMSPTEAD Peter 41F- �-9666 12apetera@gmaiI.com VOH6 MAIN STET RE BEAEITIRCATI0N&PEDBMWAN ACCESS viLLAGEOF HFIv15FIEAD Ricky Cooke SWA 5 5737 rcookE@V�ageofiiempstmdcdR.org ENHANCEMENT VOH7 BID;,I.7HEMV2017/2018(2NDCONTRACT[DD7ENSION VILIAGEOFHEMSFTFAD BijanFanhani 516-4893400 B{arahani@villagecfhempsteadny-gov OF BID;#7 HEMV(2015 2IY1 1 vOM 2017 ROADWAYAND DRAINAGE IMPROVEMENTS VMLAGE OF MINEOIA Patrice-Pinckambe 516-364-9590 ppindmmbe@db-eng com PROGRAM VOM 2019 ROADWAYIMPROVEMENTS VILLAGE OF MINEOLA Patrice Pinckombe 516-364A890 ppinrkambet)db-eng.com ROAD REPAIR2020 VILLAGE OFBELLEROSE George Braun 516354-1000 commissionerbraun@beliwuseasge org ROADWAYIMPROVEI E4 r CURB AND SIDEWALKS VaLAGEOFIAWRENCE Genycastro 515-239.4 00 gca=@v11eReaffawrenmarg ROAD AND DRAINAGE IMPROVEMENM 2019 CITY OF GLEN COVE Michael Capobianco 51.6-746-7350 capobiancoM@llro.com FARMIDlGDALEMTE COLLEGE FARICNGLOT SUNY FARMINGDALE COLLEGE Joe Kral 607-277-40D0 JkraIIeeE29muP.-m IMPROVEMENTS PHASE25 - 1 Roadwork Ahead, Inc. 2186 Kirby Lars Syosset NY 11791 Phone:516-997-0505 Fax-.516240-6978 REyERENCE.LIST-MTIA L-20012-2018 These Projects were all completed on time and to the Owner's satisfaction. We have never defaulted on a project, nor have there ever been any liens filed against us. E OJI;CT NAM: COM %BTION; Village of Hempstead IMAM 2016 Road Resurfacing&Requirements Work Along Various Roads Bid#4 $2,458,742.00 Village of Mineola 11/30/2018 2017 Roadway Program $1,122,891.00 Town ofNorth Hempstead 11/1/2018 Plandome Drainage Improvements PW No.13-14 $50,146.40 Town of North Hempstead 11/29/2018 Reconstruction of Grand Blvd Sidewalk $525,449.00 GreatNeckUFSD 3h/2018 2015 2016 Capital Projects Saddle Rock&Cumberland $905,192.00 Baldwin IMSD 3/1h018 ContractNo.l Site Work $194,000.00 Three VillageUPSD 9/1/2016 improvements Site Work $145,125.00 Babylon UpSD 3/Ih018 Athletics Fields Reconstruction Site Improvements $1,159,600.00 i Village of Hempstead 11/28/2016 516-489 3400 Reconstruction of Police Parking Lot i &Field#15 Bid#8 HSMV 2015/2016 f jj $599,625.00 I Town of Hempstead 11/1/2016 516-489-5000 3 2015 Town ofHempstead Road Improvement BW#21-15 $798,983.14 i Town.of Hempstead 11/1/2016 ` 516-489-5000 Storm Water Drainage,Greentvay Blvd PW 58-15 $856,383.38 Westexu Suffolk Boces 10/11/2016 Taukomas Parking Lot Paving Contract C, $162,500.00 Western Suffolk Boces 09/06/2016 James Allen Parking Lot Expansion $113,000.00 Village of Shormara 09/20/2016 Shoreham Village Roadway&Drainage 1,520,131.63 Village ofUpper Brookville 10/1/2015 Linden Lane/Colony Road Contract#11527994 $268,452.06 Village of Rockvllle Centre 7/14/2016 Police Dept,Parking Lot Bid 01608PD(819) $68,000,00 Village ofRockville Centre 05/13OM Road Improvement Program Vorlous Locations#1511CP1(792) $3,369,740.85 Village of Rockville Centre 05/03/2016 2015 Maple Ave.Brick Replacement Bid 1607CF1(815) $236,086.00 County of Suffolk 2/29AO16 Safety Improvements CR14Indian Head Rd $1,225,203.50 Town ofHempstead RooseveltStreetscapeBeautification West Side 01/01/201fi NassauU,Henry Stto Valdur Ct tii Inn 6R � I ! TOM of Hempstead 1/1/2018 ! Road linprovement Range Drive Wayne Ct PW 37-16 i $520,715.07 County ofNassau 8/31117 516-571-8055 I Rehab of South Oyster Bay Rd H61587-41G $2,019,338.98 Town of Hempstead M21/2917 516-489-5000 2016 Requirements Work Along Various Roads PW 22-16 $350,805.93 Village of Rockville Centre 11/1/2017 516-678-9213 2016 N,Park Ave Streetscape(848) $1,076,386.49 Village of Rockville Centre 11/1/2017 516-678-9213 2016 ParkAve Rehab#1603(841) $289,471.12 Village of Plandome Heights 12/1/2017 516-627-1136 2016 Mise,Roadway Rcgolrements Contract 3518-C $273,595.82 Village ofRockville Centre 12/1/2017 516-678-9213 2016 Road Program Phase 11 Bid 1708 CPI(957) $2,7K116.49 Village ofFarmingdale 11/l/2017 Municipal Parldng Lot Rehab $636,265,50 Village of Hempstead 6/2 017 516-489-3400 Requirements Specifications for Cleaning, Reconstructions&RepIacement of Storm Catch Basins Bid#7 HSMV 2015/2016 $446,083.84 Village of Hempstead 12/21/2016 516-489-3400 Requirements Specifications for Cleaning, Reconstruction&Replacement of Storm CatchBasinsBid#17 HEMV 2014/2015 $372,659.05 Town of Hempstead 01/01/2016 i Atlantic Ave,Strectscape PW 14-15 $152,640.13 City of Glen.Cove 12/11/205 improvements of Road&Drainage $866,014.14 I 4 Village of Thomaston 811120 16 , 516-482-3110 Road Improvements 2016-1 $294,000.00 I Village of Hempstead 12J1712015 Nan Farahani 516-489-3400 Roadway Improvement of Wellington St. &Remsen Ave Bid 1108 HEMV 2014/2015 { $821,488.05 Village of Hempstead 12/1/2015 Nan Farahani 516-489-3400 2014 Road Improvement Jackson Ave Bid#07 HBMV 2014/2015 $359,556.54 Town of$rockhaven 10/12/2015 Road Improvements HammondLaue Contract#20140043 $1,048,950.00 Village of Mineola 1/05/2015 2012 Bruce Tbarace Drainage $1,236,188,50 Town of North Hempstead 1/13/2015 Allen St,Drainage New Hyde Park DPW Proj cot#12-06 $191,240.55 Town of Brookhaven 11/20/2014 Canal Road Traffic Calming Phase 11Improvements PIN 0760.19 $883,913.69 Town of Hempstead Joe Marschiano 516-538-7100 Streetscape Improvement Seabury Avenue&Sprague Ave 4130/13 $192,876.25 Inc.Village of Hempstead 12/15/2013 Bijan Parahaul 516-489-340 0 Roadway Improvement of Bedell Avenue Bid#11 HEMV 2012AOl3 $541,354.50 Inc.Village of Hempstead 12/15/2013 BijanFarahant 516-489 3400 2012 Roadway improvementProgratn n-nwell Sh•e.,#Rid#13 HRMV 201WO13 i Inc.Village ofHempstead 12/15/2013 Bijan Farahani 516-489-3400 2012 Requirements Specification for Cleaning, Reconstruction,and Replacement of Storm Water Catch Basins at Vadous StreetLocations Bhd#4 HEKV 2012/2013 I l $373,600.00 I North Merrick Fite District 12/15/2012 Concrete Driveway Reconstruction $144,500.00 Town of Hempstead 06/01/2013 Corey Schneider 516-315-5252 Improvements Voorbis Lane&Brooklyn Ave. PW 32-12 $837,525.00 Village of Mineola 03/01/2014 Tom Rini 516-746.5291 2012 Misc.Concrete Repairs on Village Roads Requirements Contract $326,200.00 Town of Hempstead 09/15/2013 Corey Schnelder 516.315-5252 2013 Requitement Pedestrian Ramps PW 15-13 $96,615.00 Village of Rockville Centre 12/15/2013 Mario Bento(516)-678-9213 Parking lot&Road Improvements cpl#666 $3,200.000.00 Falcon Construction 06/15/2013 Mike Rodriquez 1-908-825-8702 Parking lot Reconstruction Drainage&Paving ofBjs Garden City $2,650,186.00 2012 Roadway and Drainage improvements Program 03/01/2013 Inc.Village of New Hyde Park D&B No.3255-B 1,307,383,73 Town of Hempstead'Dept.Of Engineering 11/15/2012 Corey Schneider 516 315-5252 Reconstruction of Bast Meadow Parking Lot PW 50-11 $363,820.00 Town o£Hempstead.Dept.of Sanitation 06/15/2012 Lou DiGrazia(516)378-4210 Replacement of Truck Scale PW 49-11 $255,675.00 Village of Hempstead 04/15/2012 B>on(516)489-3400 Roadway Tnprovements of Florence Avenue $361,450.00 • i Village ofTarmingdale OS/I5/20I2 ' Brian Harty(516)249-0093 Misc.Roadway Improvements Contract � $464,690.50 s 1 Village of Farmingdale 03/01/2014 1 Brian Harty(516)249-0093 2012 Requirements Contract ` $540,347.50 Village of Great Neck 12/15/2011 Matt Malin 631-756-8000 Village Panting lots&Roadway improvements $963,020.00 Village of Rockville Centre 07/01/2012 Mario Bento(516)678-9213 Electric Tunnel Repair#693 $164,250.00 Nassau Boces 06/15/2012 Sonny Mulholland-(631)-756-8000 ext.1035 Garage Renovations at Rosemary Kennedy Center $199,600.00 Wantagh hire DIstrict 07/15/2012 Frank G.Reif(631)271A432 New Concrete&Trench Drains $145,363.00 Now Hyde park--Garden City Park Schools 11/01/2012 Sohn Grillo(631)476 2161 2010 Capital Reserve program Phase 2 $427,901.00 i .. Roadworic Ahead., hn-c. 2186 Kirby Lane Syosset NY 11791 Phone;516-280-8745.516-997-0505 Fax:516 240-6978 ]EQUIPIVENT LIST (1-'ARU") Dump Trucks 1999 INTERNATIONAL ROLL OFF 2004 NIACK,10 WHEELER Pavers 2004 LEE BOY 8816 PAVER(road class)ASPHALT PAVER,8-16) Roller 1999 IR DD90,12 TON WIVIBRATOR 1998 HYPAC,10 TON ROLLER 2001 DYNAPAC CC 142 ROLLER 2002 DYNAPAC CC 122 2004 CAT DIRT ROLLER Loader 2013 NEW HOLLAND TRACK SKID STEER 2013 BEW HOLLDAND SKID STEER 2012 NEW HOLLAND SKID STEER.(4) 2006 NEW HOLLAND SKID STEER(milling,'hammer,drill)stump grinder,forks) 2006 NEW HOLLAND 8I0)STEER.(mMing,bammer,drill,stump grinder,forlo) 2006 TAEEUCEY7[H1.50 1998 CAT BACKHOE 446,2CY BUCIMT 2014 VOL'VO BACIMOE 70V Flat Trucks 2006 FORD FLATBED 2006 FORD FLATBED Trailer 1998-2005,4 TRAILERS,ONE 10 TON,ONE 20 TON,ONE 5 TON,ONE 3 TON 2007 INTERSTATE 20 TON i i , , II Excavator 2004 KOBELCO SK1.601C EXCAVA.TOR.,1.5 BUCK T VOLVO EC210 VOLVO EC160 CAT 330 BL 2006 CAT 308 2010 Box Tracks 2006 DODGE SPIMTER VAN 2000 AARTSUBISIR BOX TRUCK Payloader 2007 CAT 9660 2004 CAT 938G 2001 KOMASTU 380 Pick Up 2013 DODGE RAM W/PLOW 2001 F 350 PICKUP PLOW N1isc 2006IR.185 COWNRESSOR 2004 36"ROAD SAW DIESEL Dozer 2004 CAT D4 2002 CAT D6 1999 JOLT DEERE T450 Digging Box 20FT X 8FT HIGH ENGINEERED BOX ® Page 2 • i i oY of SCHOOL(631)285-8677 FAX(631)286.8683 APPRENTICESHIP AND TRAINING JOURNEYMEN-RETRAINING SCHOOL .. n lNTERNAT'IONAL UNION OF OPERATING ENGINEERS LOCAL UNIONS 138,13BA,138B Nassau&Suffolk Counties �2470 1 UNION-P.O.BOX 206,FARMINaDALS,N.Y.11705.0206 SCHOOL-576 HORSEBLOCK ROAD,BROOKHWF-N,N.Y 11719 i i February 16, 2023 Re; Local 138 Apprenticeship School (the"Apprenticeship School") NYS Sponsor#00422 NYS ATP Code# 18318 Roadwork Ahead Inc. To Whom It May Concern, This letter serves to confirm that the Apprenticeship School currently conducts a fully registered and approved New York State Training (ATP).The ATP Is co-sponsored by Local 138 and all employers/signatories, including but not limited to Roadwork Ahead, Inc., to the Local 138 Agreement Covering Working Conditions, dated June 1,2019 to May 31,2023.The ATP complies with all provisions of Suffolk and Nassau County Law. Any further Inquiries should be directed to the undersigned's attention. Sing reI , F J HN DUFFY BUSINESS MANAGER &TREASURER CHAIRMAN BOARD OF TRUSTEES LOCAL 138 APPRENTICESHIP TRAINING FUND I LABORERS LOCAL UNION N ,1298 JINTPPENTIEIP T WING FUND NASSAU fie, SUFF0LK COUNTIES .; 1161 IAOLIST AVENUE j {tt f w a HOHEMIA,RY.11716 Telephone;(631)218-1376 Fax:(631)918-1379 Fund Administrator BOARD of TRUSTEES ANNALISA C,DEFALCO,ESQ. GEORGE F.TRUICI(O JR, GEORGE S.TRuicKo ' Training Director FRANK DAMIANOJR, STEVEN M.AURIGEMA JAMES WINSHIP_ DONNA DEFEDE PHILIP BEYER JASON GOLDEN MARc HERBST Re: Road and Heavy Construction Laborers Local #1298 Local 1298 joint Apprenticeship Training Program NYS SPONSOR CODE # 01764 NYS ATP CODE # 18514 March 3, 2023 TO WHOM IT MAY CONCERN; This letter will serve to confirm that Local 1298 Joint Apprenticeship Training Program currently conducts a fully registered and approved New York State "Apprenticeship Training Program for Skilled Construction Craft Laborers" ("ATP' . The ATP is cosponsored by Local 1298 and all employers/signatory contractors, Including but not limited to Roadwork Ahead Inc., to the local 1298 Working Agreement Covering Wages and Working Conditions, dated June 1, 2022 to May 31, 2026.' Any additional questions should be directed to my attention. Sincerely, Steven M. Aurigema Training Director joint Apprenticeship Training Fund i I I j ROADWORK AHEAD, INC. FINANCIAL STATEMENTS DECEMBER 31, 2022 i i I ROADWORK AHEAD, INC., CONTENTS i Page Independent Accountants' Review Report 1-2 Financial Statements Balance Sheet at December 31, 2022 3-4 Statement of Income and Retained Earnings for the Year Ended December 31,2022 5 Statement of Cash Flows for the Year Ended December 31, 2022 6-7 Notes to Financial Statements 8-22 Supplementary Information Independent Accountants' Review Report on Supplementary Information 23 Schedule of Contract Receivables at December 31, 2022 24 Schedule of Earnings from Contracts for the Year Ended December 31, 2022 25 Schedule of Contracts Completed During the Year Ended December 31, 2022 26 Schedule of Contracts in Process at December 31, 2022 27 Schedule of Cost of Revenues for the Year Ended December 31, 2022 28 Schedule of General and Administrative Expenses for the Year Ended December 31, 2022 29 1 i i GrRASS1 i ADVISORS&ACCOUNTANTS INDEPENDENT ACCOUNTANTS' REVIEW REPORT To The Stockholder Roadwork Ahead, Inc. Syosset, New York I We have reviewed the accompanying financial statements of Roadwork Ahead, Inc,, which comprise the balance sheet at December 31, 2022, and the related statements of income and retained earnings and cash flows for the year then ended, and the related notes to the financial statements. A review Includes primarily applying analytical procedures to management's financial data and making inquiries of company management.A review is substantially less in scope than an audit,the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly, we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design, Implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement whether due to fraud or error. Accountants' Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of Roadwork Ahead, Inc. and to meet our other ethical responsibilities, In accordance with the relevant ethical requirements related to our review. Accountants' Conclusion Based on our review, we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be In accordance with accounting principles generally accepted in the United States of America. MOORE 50 JERICHO QUADRANGLE, STE. 200,JERICHO.NY 11763 AN INDEPENDENT FIRM P;516.336.2450•F:516.256.3510 •GRASSICPAS.COM ASSOCIATED WITH MOORE NEW YORK I NEW JERSEY I MASSACHUSETTS I FLORIDA GLOBAL NETWORK LIMITED i i i Emphasis of Matter i As discussed in Note 2 to the financial statements, Roadwork Ahead, Inc. changed its accounting policy related to Its recording of leases whereby it is recognizing a right-of-use asset and a lease liability for lease agreements with a term greater than 12 months. The policy'was adopted retrospectively effective January 1, 2022. There was no cumulative effect of initially applying the policy as of the date of application. Our conclusion Is not modified with respect to this matter. , I I GRASSI & CO., CPAs, P.C. Jericho, New York March 8, 2023 2 ROADWORK AHEAD, INC. BALANCE SHEET DECEMBER 31, 2022 ASSETS � I CURRENT ASSETS: Cash and cash equivalents $ 9,741 Contract receivables 5,135,325 Employee Retention Credit receivable 311,163 Contract assets 106,994 Prepaid expenses and other current assets 91,287 i Total Current Assets 5,654,610 PROPERTY AND EQUIPMENT, NET 1,555,986 OPERATING LEASE RIGHT-0E-USE ASSETS 701,755 OTHER ASSETS: Due from related party 737,810 TOTAL ASSETS $ 8,660,061 See independent accountants' review report and notes to financial statements. 3 • � I ROADWORK AHEAD, INC. 1 BALANCE SHEET DECEMBER 31, 2022 LIABILITIES AND STOCKHOLDER'S EQUITY i CURRENT LIABILITIES: j Line of credit $ 996,160 Current maturities of longterm debt 312,007 Accounts payable 1,724,679 1 Contract liabilities 665,799 Income tax payable-current 3,000 Current portion operating lease liabilities 172,131 Accrued expenses and other current liabilities 160,706 Total Current Liabilities 4,033,472 LONG-TERM LIABILITIES: Operating lease liabilities, less current portion 529,624 Long-term debt, less current maturities 507,407 Due to related party 280,000 Stockholder loan payable 490,000 Total Long-Term Liabilities 1,807,031 Total Liabilities 5,840,503 COMMITMENTS AND CONTINGENCIES STOCKHOLDER'S EQUITY; Common stock, no par value;200 shares authorized; 100 shares issued and outstanding 100 Additional paid-in capital 500 Retained earnings 2,808 958 Total Stockholder's Equity 2,809,558 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY $ 8,650,061 See Independent accountants' review report and notes to financial statements. 4 f ROADWORK AHEAD, INC. STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED DECEMBER 31, 2022 t CONTRACT REVENUES $ 12,713,116 COST OF REVENUES 9,122,645 I 1 GROSS PROFIT 3,590,471 GENERAL AND ADMINISTRATIVE EXPENSES 3,019,816 INCOME FROM OPERATIONS 570,655 OTHER INCOME(EXPENSE): Employee Retention Credit 311,163 Other income 27,777 Interest expense (99,677) Total Other Income 239,263 INCOME BEFORE PROVISION FOR INCOME TAXES 809,918 PROVISION FOR INCOME TAXES 31000 NET INCOME 806,918 RETAINED EARNINGS, BEGINNING OF YEAR 2,064,957 2,871,875 LESS: DISTRIBUTIONS 62,917 RETAINED EARNINGS, END OF YEAR $ 2,8081958 See independent accountants'review report and notes to financial statements. 5 , � 1 i I i ROADWORK AHEAD, INC. ' STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2022 I CASH FLOWS FROM OPERATING ACTIVITIES: Cash received from customers $ 11,230,059 Employee Retention Credit 51,413 Cash Provided By Operating Activities 11,281,472 i Cash paid for cost of revenues (9,331,938) Cash paid for general and administrative expenses (2,385,283) Income taxes paid (3,000) Interest paid _ (99,677) Cash Disbursed For Operating Activities (11,819,898) NET CASH USED IN OPERATING ACTIVITIES (538,426) CASH FLOWS FROM INVESTING ACTIVITIES: Purchase of property and equipment (77,875) NET CASH USED IN INVESTING ACTIVITIES (77,875) CASH FLOWS FROM FINANCING ACTIVITIES: Advances from affiliates 280,000 Advances from stockholder 490,000 Cash Provided by Financing Activities 770,000 Principal payments of longterm borrowings (291,882) Distributions to stockholder (62,917) Cash Disbursed For Financing Activities (354,799) NET CASH PROVIDED BY FINANCING ACTIVITIES 416,201 NET DECREASE IN CASH AND CASH EQUIVALENTS (201,100) CASH AND CASH EQUIVALENTS, BEGINNING OF YEAR 210,841 CASH AND CASH EQUIVALENTS, END OF YEAR $ 9,741 See Independent accountants'review report and notes to financial statements. 6 i s ROADWORK AHEAD, INC. STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31, 2022 RECONCILIATION OF NET INCOME TO NET CASH USED IN OPERATING ACTIVITIES: NET INCOME $ 806,918 ADJUSTMENTS TO RECONCILE NET INCOME TO NET CASH USED IN OPERATING ACTIVITIES: Depreciation 249,500 Bad debt 388,436 Non cash operating lease expense 169,972 Employee Retention Credit receivable (311,163) (Increase)Decrease in Assets: Contract receivables (2,787,427) Employee Retention Credit 51,413 Contract assets 657,611 Prepaid expenses and other current assets 265,000 Increase(Decrease) In Liabilities: Accounts payable (517,836) Contract liabilitles 618,982 Operating lease liability (169,972) Accrued expenses and other current liabilities 40,140 Total Adjustments (1,346,344) NET CASH USED IN OPERATING ACTIVITIES $ {538,426) SCHEDULE OF NONCASH INVESTING AND FINANCING ACTIVITIES: Property and equipment acquired through longterm financing $ 273,549 Operating right-of-use asset $ 871,727 Operating lease liability $ 8711727 See independent accountants' review report and notes to financial statements. 7 • i t ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 i Note 1 - Nature of Operations Roadwork Ahead, Inc. (the "Company") earns its revenues principally from construction f contracts, which generally provide payment for various types of road construction and paving for governmental, institutional and commercial projects at specified prices. These contracts normally range between one to twelve months. Substantially all of the Company's contracts are performed within the State of New York. i Note 2- Summary of Significant Accounting Policies I I i Revenue and Cost Recognition The Company recognizes revenue in accordance with Financial Accounting Standards Board ("FASB") Accounting Standards Codification ("ASC")Topic 606, Revenue from Contracts with Customers ("ASC 606'), The guidance affects any entity that either enters into contracts with customers to transfer goods or services or enters into contracts for the transfer of nonfinancial assets unless those contracts are within the scope of other standards. ASC 606 provides that an entity should recognize revenue to depict the transfer of promised goods or services to customers in an amount that reflects the consideration the entity expects to receive in exchange for those goods or services. An entity should apply the following five- step process to recognize revenue: (1) Identify the contract with a customer; (2) Identify the performance obligations in the contract; (3) Determine the transaction price; (4) Allocate the transaction price to the performance obligations in the'contract; and (5) Recognize revenue when (or as)the entity satisfies a performance obligation. Construction Contracts Revenues on construction contracts are recognized overtime, as performance obligations are satisfied, due to the continuous transfer of control to 'the customer. The customer typically controls the asset under construction, as the performance creates or enhances an asset that the customer controls as the asset is created or enhanced. The Company's construction contracts are generally accounted for as a single performance obligation, since the Company is providing a significant service of integrating components into a single project. The Company recognizes revenue. with an "Input method" using the percentage-of-completion method, whereby progress towards completion Is recognized-according to the percentage of Incurred costs to estimated total costs. This method best depicts the transfer of control to the customer, which occurs as the Company incurs costs on its contracts. Incurred costs represent work performed, which corresponds with and 'thereby best depicts the transfer of control to the customer. Because the Company almost always acts as a principal in the construction contracts, gross revenues are recognized, The Company is considered the principal because the Company controls the contractually specified goods and services before they are transferred to the customer. 8 i I ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 ' Note 2- Summary of Significant Accounting Policies(cont'd.) I Revenue and Cost Recognition (cont'd.) i Construction Contracts(contd.) i Revenues on uninstalled materials are recognized when control is transferred to the customer. Under certain circumstances (e.g., transfer of control occurs significantly before services are provided, the cost of the material is significant), revenue on certain uninstalled third-party materials is recognized when the cost is incurred; however, profit is not recognized until the material is ultimately installed in the project. Practical Expedients and Exemptions The Company utilizes certain practical expedients and exemptions as follows: o In cases where the Company has an unconditional right to consideration from a customer in an amount that corresponds directly with the value of the performance completed to date, the Company recognizes revenue in the amount to which there Is a right to invoice for services performed. • The contract price Is not adjusted for the effects of a significant financing component if the Company expects, at contract Inception, that the period between when the Company transfers a service to a customer and when the customer pays for that service will be one year or less. • incremental customer contract acquisition costs are expensed as they are incurred when the amortization period is less than one year. Contract Assets and liabilities Billing practices are governed by the contract terms of each project based upon costs incurred, achievement of milestones, or predetermined schedules. Billings do not necessarily correlate with revenue recognized over time using the percentage-of-completion method. Contract assets Include unbilled amounts typically resulting from revenue under longterm contracts when the percentage-of-completion method of revenue recognition is utilized and revenue recognition exceeds the amount billed to the customer. Contract liabilities consist of advance payments and billings In excess of revenue recognized as well as deferred revenue. The Company's contract assets and liabilities are reported in a net position on a contract-by- contract basis at the end of each reporting period. In accordance with normal construction industry practice, the Company includes in current assets and current liabilities amounts relating to construction contracts realizable and payable over a period In excess of one year. 9 i s ROADWORK AHEAD, INC. NOTES TO FINANCIAL.STATEMENTS j DECEMBER 31, 2022 f Note 2- Summary of Siq_nlficant Accounting Policies (cont'd.) Revenue and Cost Recognition(cont'd.) Contract Assets and Liabilities (contd.) '. i The opening and closing balances of contract receivables, contract assets and contract liabilities from contracts with customers are as follows: Contract Contract Contraot Receivables Assets Liabilities Balance,January 1,2022 $ 2,736,334 $ 764,605 $ 46,817 Balance,pecember 31,2022 $ 5,135,325 $ 106,994 $ 665,799 Combining Contracts The Company evaluates whether two or more contracts with the same customer should be combined and accounted for as a single contract, and whether a single or combined contract should be accounted for as more than one performance obligation. This evaluation requires significant judgment and could change the amount of revenue and profit recorded In each period. Performance Obligations Generally, the Company's contracts contain one performance obligation. A performance obligation is a promise in a contract to transfer a distinct good or service to the customer and is the unit of account. The Company's performance of the contracts with customers typically provides a significant service of integrating a complex set of tasks and components into a single project or capability (even if that single project results in the delivery of multiple units), and as such, the entire contract is accounted for 'as one performance obligation, The transaction price is allocated to the performance obligation and recognized as revenue when, or as, the performance obligation Is satisfied with the continuous transfer of control to the customer. Less commonly, a contract may be considered to have multiple performance obligations even when they are part of a single contract. For contracts with multiple performance obligations, the Company allocates the transaction price to each performance obligation using the best estimate of the standalone selling price of each distinct good or service In the contract. Transaction Price The transaction price is the amount of consideration the Company expects to receive in exchange for transferring goods and services to the customer. The consideration promised In a contract with customers may include both fixed and variable amounts to the extent that a significant reversal of cumulative revenue recognized will not occur when the uncertainty associated with the variable consideration is subsequently resolved (i.e., probable and capable of being estimated). 10 I ` � 5 ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 Note 2- Summary of Significant Accounting Policies (cont'd.) i Revenue and Cost Recognition (cont'd.) Variable Consideration The nature of the Company's contracts gives rise to several types of variable consideration, Including claims, bonuses, incentives and/or penalties and liquidating damages. The Company includes in the contract estimates additional revenue for variable consideration when the Company believes it has an enforceable right to the modification, the amount can be estimated reliably, and it Is probable that a significant reversal of cumulative revenue recognized will not occur when the uncertainty associated with the variable consideration Is 1 resolved. The Company uses the expected value (i.e., the sum of a probability-weighted amount) or the most likely amount method, whichever is expected to better predict the amount. These estimates are based on management's assessment of legal enforceability, Company performance, and all information (historical, current, and forecasted) that Is reasonably available to the Company. Contract Modifications Contract modifications are routine in the performance of the Company's contracts. Contracts are often modified to account for changes in the contract specifications or requirements. In most instances, contract modifications are for goods or services that are not distinct and, therefore, are accounted for as part of the existing contract. The Company accounts for contract modifications as a separate contract when the modification results in the promise to deliver additional goods or services that are distinct and the increase in price of the contract is for the same amount as the standalone selling price of the additional goods or services included in the modification. Cost Recognition Contract costs include all direct material and labor costs and all other direct and Indirect costs related to contract performance. General and administrative costs are charged to expense as incurred. Provisions for estimated losses on uncompleted contracts are made In the period In which such losses are determined. Costs incurred that do not contribute to satisfying performance obligations are excluded from the cost input calculation as these amounts are not reflective of transferring control to the customer. Costs are generally recognized as Incurred. Under certain circumstances, costs Incurred In the period related to future activity of the contract or costs that benefit the entire performance obligation (fulfillment costs)may be capitalized. Deferred Contract Costs The Company defers mobilization costs such as surety bond costs until the projects begin. 11 I ROADWORK AHEAD, INC. j NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 i Note 2- Summary of Significant Accounting Policies (cont'd.) Revenue and Cost Recognition 1 Changes in Contract Performance Changes in job performance,job conditions and estimated profitability, including those arising from settlements, may result in revisions to costs and income and are recognized in the period j in which the revisions are determined, The Company recognizes adjustments In estimated profit on contracts under the cumulative catch-up method. Under this method, the impact of the adjustment on profit recorded to date is recognized In the period the adjustment is Identified. Revenue and profit in future periods of contract performance are recognized using the adjusted estimate. Because of the inherent uncertainty in estimating the costs to complete on contracts In process, it is at least reasonably possible that the estimates used will change In the near term. Economic Factors Type of customers - The Company works with governmental, Institutional and commercial customers. e Geographical location of customers- The Company's customers are located within the State of New York. • Type of contracts -The Company operates under fixed-price contracts. The length of the Company's contracts is expected to be one to twelve months. Use of Estimates The preparation of financial statements In conformity with accounting principles generally accepted in the United States of America ("U.S. GAAP") requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Actual results could differ from those estimates. Contract Receivables The Company carries its contract receivables at cost less an allowance for doubtful accounts, The Company estimates the allowance for doubtful accounts based upon a review of outstanding receivables and historical collection information by customer. Normally, contract receivables are due within 30 to 60 days after the date of the requisition. Contract retentions are generally due within one year after completion of the project. Receivables more than 90 days old are considered past due. Contract receivables are written off when they are determined to be uncollectible. The Company does not accrue Interest on past due receivables. 12 r f ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 i 3 Note 2- Summary of Signlficant Accounting Policies(cont'd.) { Contract Receivables(cont'd.) i Contract receivables include billed amounts for services provided to customers for which the Company has an unconditional right to payment. Billed amounts for which payment is contingent on anything other than the passage of time are included in contract assets and contract liabilities on a contract-by-contract basis. When payment of the retainage is contingent upon the Company fulfilling its obligations under the contract, It does not meet the criteria to be included in contract receivables and remains in the contract's respective contract asset or contract liability, determined on a contract-by-contract basis. Retainage for which the Company has an unconditional right to payment that Is only subject to the passage of time is included in contract receivables. At December 31, 2022,the Company's payment of retainage is only subject to the passage of time, so the Company Includes retainage in contract receivables during performance on contracts even though the amount may be subject to refund in the future. Employee Retention Credit On March 27, 2020, the Coronavirus Aid, Relief, and Economic Security Act ("CARES Act") was enacted to provide emergency assistance for Individuals, families, and organizations affected by the coronavirus pandemic.The Employee Retention Credit CERC")Is a refundable tax credit against certain qualified wages and employment taxes. The Company has elected to record its ERC by analogizing the accounting to international Accounting Standards ("IAS") 20, Accounting for Government Grants and Disclosures of Government Assistance, due to U.S. GAAP not recognizing grants or forgivable loans from a government entity to a for-profit company. Property and Equipment Property and equipment Is stated at cost. The costs of additions and betterments are capitalized and expenditures for repairs and maintenance are expensed in the period incurred. When items of property and equipment are sold or retired, the related costs and accumulated depreciation are removed from the accounts and any gain or loss Is included in income. Depreciation of property and equipment is provided utilizing the straight-line method over the estimated useful lives of the respective assets as follows: Transportation equipment 10 years Machinery and equipment 5 to 10 years The Company reviews the carrying value of the long-lived assets to determine if any facts and circumstances exist which would suggest that the assets might be impaired. If Impairment is indicated, an adjustment will be made to reduce the carrying amount of the long-lived assets to their fair value. Based on the Company's review at December 31, 2022, no impairment of long-lived assets was indicated. 13 I I ROADWORK AHEAD, INC, NOTES TO FINANCIAL STATEMENTS I DECEMBER 31, 2022 Note 2- Summary of Significant Accounting Policies(cont'd. i I Income Taxes Generally, income taxes have not been provided because the stockholder has elected to have the Company treated as an S corporation for federal, and state income tax purposes as provided in Section 1362(a) of the Internal Revenue Code. As such, the corporation's Income or loss and credits are passed through to the stockholder and reported on the individual income tax returns. Any provision for income taxes represents only state taxes. Construction contracts are reported for tax purposes using the percentage-of-completion method. The Company files income tax returns in the U.S. In federal and New York State jurisdictions. With few exceptions, the Company is no longer subject to U.S.federal, state or local tax examinations by taxing authorities for years before 2019. The years 2019 to 2021 remain subject to examination by taxing authorities. The Company did not identify any uncertain tax positions requiring recognition and disclosure in these financial statements. Entities Under Common Control The Company applied the accounting alternative provided in Accounting Standard Update ("ASU") No. 2018-17, Consolidation (Topic 810): Targeted Improvements to Related Party Guidance for Variable Interest Entities, which allows private companies to not to apply variable interest entity ("VIE") guidance to any legal entities under common control (including common control leasing arrangements) if both the parent and legal entity being evaluated for consolidation are not public entities.The guidance will be applied to all current and future legal entities under common control that meet the criteria for applying this alternative. See Note 7. Adoptlon of ASU No. 2016-02 As of January 1, 2022, the Company adopted 1;ASB Accounting Standards Update ("ASU") No. 2016-02, Leases (Topic 842) ("ASC 842"). This ASU requires all lessees to recognize a right-of-use asset for the underlying leased asset and a lease liability for the corresponding lease liability for lease agreements with a term greater than 12 months, Initially measured at the present value of the lease payments. It also requires that Initial direct costs (incremental costs of a lease that would not have been Incurred if the lease had not been obtained) be assessed and added to the right-of-use asset and be included in its subsequent amortization. In accordance with ASC 842, the modified retrospective method was applied to all lease agreements In effect at January 1, 2022. Under the modified retrospective method, the cumulative effect of applying ASC 842 is recognized at the date of initial application. As a result of adopting ASC 842 effective January 1, 2022, the Company recorded right-of use assets and lease liabilities of approximately$872,000. 14 • l i ROADWORK AHEAD, INC. { NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 Note 2- Summary of Significant Accounting Policies (cont'd.) Adoption of ASU No.2016-02(contd.) As of January 1, 2022 (the implementation date of ASC 842), right-of-use assets and the corresponding lease liabilities were recognized based on the present value of lease payments as of the application date over the remaining life of the lease term. Thereafter, right-of-use assets and the corresponding lease liabilities will be recognized as of the lease commencement date based on the present value of lease payments over the life of the lease 1 term. To determine the present value of lease payments, the Company must use the rate Implicit in the lease if it Is readily determinable; otherwise, the Company may use either (a) a borrowing rate based on similar debt or (b) the practical expedient option provided by ASC 842, which allows an entity to use a risk-free rate for each class of underlying asset for a period comparable to the lease term to discount the lease payments to present value. The Company considers the lease term to be the non-cancellable period that it has the right to use the underlying asset, including all periods covered by an option to (1) extend the lease, if the Company is reasonably certain to exercise the option, (2) terminate the lease, if the Company Is reasonably certain not to exercise that option, and (3) extend or not to terminate the lease, In which exercise of the option is controlled by the lessor. The Company has elected to use the practical expedient provided by ASC 842 to determine the present value of Its lease payments.The Company's right-of-use assets and lease liabilities relate to office space, The Company has also utilized the following practical expedients: • Short-term leases -- for leases that are for periods less than 12 months, the Company will not apply the recognition requirements of ASC 842. • For leases that contain related non-lease components, such as maintenance, the Company will account for these payments as a single lease component. In addition,the Company has utilized transitional practical expedients as follows: • As of January 1, 2022,the Company has not reassessed--- o Whether any expired or existing contracts are or contain leases; o The lease classification for any expired or existing leases; and o Initial direct costs related to any expired or existing leases. Leases are classified as either finance or operating leases. For operating leases, the lease liability is initially and subsequently measured at the present value of the future payments at the lease commencement date. For finance leases, the lease liability is Initially measured In the same manner and is subsequently measured similar to financed purchases, with interest expense recorded in connection with the lease liability. The classification between operating and finance leases determines whether lease expenses are recognized based on an effective interest method or on a straight-line basis, respectively,over the term of the lease. 16 ROADWORK AHEAD, INC. , NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 l Note 2- Summary of Significant Accounting Policies (cont'd.) i Adoption of ASU No. 2016-02(contd.) I The right-of-use asset is initially measured at cost, which comprises the initial amount of the lease liability adjusted for lease payments made at or before the lease commencement date, plus any Initial direct costs incurred and less any incentives received. Right-of-use assets under finance leases are amortized on a straight-line basis over the lease term. Right-of-use assets for operating and finance leases are periodically reduced by Impairment losses. The Company monitors for events or changes that could require a reassessment of its leases. j When a reassessment results in the remeasurement of a lease liability, a corresponding adjustment will be made to the carrying amount of the corresponding right-of-use asset unless doing so would reduce the carrying amount of the rlght-of»use asset to an amount less than zero. Operating lease right-of-use assets are presented as"Operating lease right-of-use assets" on the balance sheet.The current portion of the operating lease liabilities is included as "Current portion of operating lease liabilities in current liabilities, and the longterm portion Is presented separately as "Operating lease liabilities, less current portion" in long-term liabilities. The Company paid short term lease expense to a related party In the amount of $64,600 included general and administrative expenses for the year ended December 31, 2022. Note 3 - Concentration of Credit Risk The Company maintains cash balances in several financial Institutions, Such balances are insured by the Federal Deposit Insurance Corporation ("FDIC") for up to $250,000 per Institution. From time to time, the Company's balances may exceed these limits. For the year ended December 31, 2022, approximately 40% of the Company's contract revenue and 37% of the accounts receivable was derived from the same customer. Note 4-Contract Receivables Contract receivables are summarized as follows: BILLED: Completed contracts $ 1,354,690 Contracts in process 3,597,262 Retainage 183,373 5,135,325 Less: Allowance for doubtful accounts $ 6,135,326 16 ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 Note 5- Contract Assets and Contract Liabilities Information with respect to contract assets and contract liabilities on uncompleted contracts at December 31, 2022 is as follows: ' Contract costs incurred $ 8,655,754 Estimated earnings 2,654,732 11,310,486 Less: Billings to date 11,869,291 I $ (558,805)_ Included in the accompanying balance sheet as contract assets and contract liabilities: Costs and estimated earnings in excess of billings on uncompleted contracts $ 106,994 Total Contract Assets $ 106,994 Billings in excess of costs and estimated earnings on uncompleted contracts $ (665,799) Total Contract Liabilities Note 6- Property and Equipment Property and equipment, net is summarized as follows: Transportation equipment $ 1,233,740 Machinery and equipment 2,793,481 4,027,221 Less:Accumulated depreciation 2,471,235 $ 11656,986 Depreciation expense related to property and equipment amounted to $249,500 for the year ended December 31, 2022. Note 7- Related Party Transactions At December 31, 2022, the Company has a receivable from an affiliate under common control of approximately $738,000, which is included in due from related party on the balance sheet. The receivable is due on demand and noninterest-bearing. The amount Is presented as long- term as the Company does not have a policy of requiring an annual repayment of amounts due from related parties. 17 1 ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 Note 7- Related Parly Transactions (cont'd.) t At December 31, 2022, the Company has loans payable to affiliates of approximately i $280,000, which is Included in due to related party on the balance sheet. The receivable is j noninterest-bearing. The amount Is presented as long-term as the Company does not have a policy of requiring an annual repayment of amounts due from related parties. Leases I The Company's right-of-use assets and lease liabilities primarily relate to office space from a related party. Lease components in the Company's leases are accounted for following the guidance in ASC 842 for the capitalization of longterm leases. At December 31, 2022, the lease liability Is equal to the present value of the remaining lease payments, discounted using the U.S. treasury rates at lease commencement for the same period of time as the lease term. Lease activity for the year ended December 31, 2022 was as follows: Lease cost: Operating lease cost $ 180,000 Short-term lease cost 64,600 Total lease cost $ 244,60p__ Other information: Operating cash flows from operating leases $ 180,000 Weighted-average remaining lease term -operating Ceases 4 years__ Weighted-average discount rate-operating leases 1.26% Future minimum lease payments as of December 31, 2022 are as follows: Years Ending December 31: Operating Leases 2Q23 $ 180,000 2024 180,000 2025 180,000 2026 180,000 Total minimum lease payments 720,000 Less;Amount representing interest (18,245) Present value of future payments 701,765 Less: Current obligations (172,131) Long-term obligations 529,624 1a i 1 ROADWORK AHEAD, INC, i NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 i Note 8- Line of Credit i S As of December 31, 2022,the Company had approximately$995,000 outstanding under a line of credit held by a bank, which provides short-term borrowings up to $1,000,000, secured by I substantially all assets of the Company and guaranteed by an affiliate and the stockholder of the Company. The line of credit expires on October 28, 2023. Interest on the tine of credit is payable at the prime rate plus 1.50% (9.00%at December 31, 2022). Note 9- Lona-Term Debt Longterm debt is summarized as follows: Notes payable to finance company, payable in monthly installments ranging from $625 to$7,866 Including interest ranging from 0% to 9.03% per annum, through various periods from January 2024 to October 2028, collateralized by equipment with a net book value of$1,300,044 and personally guaranteed by the stockholder and affiliated companies. $ 819,414 Less: Current maturities 312,007 Long-Term Debt $ 607,407 Aggregate maturities of long-term debt are as follows: Years Ending December 31: 2023 $ 312,007 2024 265,944 2025 109,792 2026 71,563 2027 45,158 Thereafter 14,950 $ 819,414 Note 10- Employee Retention Credit The Company applied for Employee Retention Credit ("ERC") in the amount of $311,163, which is recorded as Employee Retention Credit receivable on the accompanying balance sheet. This credit was recorded within other income, As such, total amount of $311,163 Is shown within other income on the statement of Income and retained earnings. 19 i I ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS i DECEMBER 31, 2022 Note 11 - Contingencies The Company is contingently liable to Its surety under a general Indemnity agreement. Under this agreement, the Company agrees to indemnify the surety for any payments made on its s behalf. The Company believes that all contingent liabilities will be satisfied by its performance on the specific contracts covered by the agreement. The Company is involved in various legal proceedings and litigation arising In the ordinary course of business. It is too early to determine whether the outcome of such proceedings and j litigation will have a material adverse effect on the Company's financial statements. j The Company makes contributions to union-administered defined benefit pension plans under collectively-bargained agreements. If the Company were to withdraw from any of these plans or should any of the plans be terminated, the Company could be liable for a proportionate share of the unfunded actuarial present value of plan benefits at the date of withdrawal or termination. The amount of the potential impact to the Company of such unfunded liability is not known. The Small Business Administration ("SBA") may elect to undertake an audit of the Company's Paycheck Protection Program ("PPP")loans. Note 12- Multiemployer Plans The Company contributes to a number of multiemployer defined benefit pension plans under the terms of collective-bargaining agreements that cover its union-represented employees. The risks of participating In these multiemployer plans are different from single-employer plans in the following aspects; a. Assets contributed to a multiemployer plan by one employer may be used to provide benefits to employees of other participating employers. b. If a participating employer stops contributing to a plan, the unfunded obligations of the plan may be borne by the remaining participating employers. c. If the Company chooses to stop participating in a multiemployer plan, the Company may be required to pay that plan an amount based on the underfunded status of the plan, referred to as a withdrawal liability. The Company's participation in these plans for the yeariended December 31, 2022, is outlined In the table below. The "EINIPension Plan Number" column provides the Employer Identification Number ("EIN") and the three=digit plan number, If applicable. The most recent Pension Protection Act ("PPA") zone status is based on information that the Company received from the plan and is certified by the plan's actuary. Among other factors, plans in the red zone are generally less than 65 percent funded, plans in the yellow zone are 65 percent to 80 percent funded, and plans in the green zone are at,least 80 percent funded. The "FIP/RP Status PendIng/Implemented" column Indicates plans for which a financial Improvement plan ("FIP") or a rehabilitation plan ("RP") is either pending or has been implemented. The last column lists the expiration dates of the collective-bargaining agreements to which the plans are subject. 20 A 4 • I 1 ROADWORK AHEAD, INC. 1 NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 Note 12- Multlemployer Plans(cont'd.) } Pension FP1RP Stalus Contribultons for the Expirallon Datoof E NlPension ProteolionAd Pendtngf Year Ended Surcharge Collective-Bargaft I Pension Fund Plan Number Plan Year zone Status bnplenmented Decenibar 31,2022 Imposed Agreement i L Central Pension Fund of the laternatlonal Union of Engineers and Participating 36.60523901 Era ftrs 001 .MOAN Green No $ 24,090 No 5131/2023 t I ii.Laborers Local Union No,1298 of Nassau and Suffolk Counties Pension 11-19703851 Fund 001 613012021 Green No 100,707 No 5131PO23 ill.Local 282 Pension Trust fund 11.62453131 001 212812022 Green No 21,247 No 613012023 Note 13- Change in Accounting Estimate During the year ended December 31, 2022, the Company had an Increase in estimated profit on contracts, which resulted in a current period increase in net Income of approximately $426,000. The increase would have been reported In the preceding period had the increase in estimated profit been known at that time. Revisions in estimated profits are made in the period in which the circumstances requiring the revision become known. Note 14 - Backlog The following schedule is a reconciliation of backlog representing signed contracts at December 31, 2022: Balance,January 1,2022 $ 9,114,273 New contracts--year ended December 31, 2022 9,462,283 18,576,556 Less: Contract revenues 12,713,116 Balance, December 31, 2022 $ 5,863,440 In addition, subsequent to December 31, 2022, the Company signed additional contracts with estimated revenues of approximately$4,000,000. 21 I 1 ROADWORK AHEAD, INC. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2022 i Note 14- Backlog(conVd.) Remaining construction performance obligations represent the remaining transaction price, Including variable consideration not constrained,for which work has not been performed.As of December 31, 2022, the aggregate amount of transaction price allocated to remaining performance obligations was approximately $5,863,440. The Company expects to.recognize revenue of approximately 75% of the remaining performance obligations over the next 12 months,with the remaining amount recognized thereafter. i Note 15- Subsequent Events The Company has evaluated all events and transactions that occurred after December 31, 2022 through March 8, 2023, which is the date that the financial statements were available to be issued. During this period,there were no material subsequent events requiring disclosure. 22 1 1 4 i SUPPLEMENTARY INFORMATION f i i INDEPENDENT ACCOUNTANTS' REVIEW REPORT ON SUPPLEMENTARY INFORMATION i To The Stockholder Roadwork Ahead, Inc. Syosset, New York Our report on our review of the basic financial statements of Roadwork Ahead, Inc. at December 31, 2022 and for the year then ended appears on pages 1 and 2.'The objective of that review was to perform procedures to obtain limited assurance as a basis for reporting whether we were aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America. The supplementary information included in pages 24 through 29 is presented for purposes of additional analysis and is not a required part of the basic financial statements. Such Information is the responsibility of management and was derived from, and relates directly to, the underlying accounting and other records used to prepare the financial statements. The supplementary Information has been subjected to the review procedures applied in our review of the basic financial statements. We are not aware of any material modifications that should be made to the supplementary Information. We have not audited the supplementary information and do not express an opinion on such,information. GRASSI &CO., CPAs, P.G. Jericho, New York March 8, 2023 23 ROADWORKAHEAD,INC. SUPPLEMENTARYINFORMATION SCHEDULE OF CONTRACT RECEIVABLES DECEMBER 31,2022 Regu[ar Subsequent Retamage Total Coilft-Vons Current 31-60 61-90 91+ Total ReceWable Receivables To 316/23 CONTRACTS COMPLEMO Village of Garden City-202D12D21 $ 0 S 0 $ 0 3 124,312 S 124.812 S 0 S 124,812 S 124,812 V111ageofWestbury202012021 Requirements 0 0 0 2,099 2,059 0 Z059 0 PS70-Dematties 0 0 0 683,626 963425 0 583,525 605,15Q V@ageof Floral Park2022 45,750 0 0 101821 56A71 0 5%571 0 Town of Hempstead Road ImpnNerment PW 120 D D 0 238.901 238= 0 238,901 238,901 Small end Previously Completed Contracts 93,054 0 500 165,268 248.822 0 248.822 96.841 138,8D4 0 5o0 i215,3B6 1,354,690 0 1,364,890 1,065,704 CONTRACTS IN PRO.= Town of Oyster Bay-ProjectT1-PW034-20-Massapequa 52ZWS 0 0 846,66i 1,169,496 0 1,169,496 646,661 % lageofFamungdale2021 MisceOaneous Roadway Improvement 4.710 30,869 6.319 0 40,698 0 40,698 6,310 Town ofHempstwdPW16-2i-CafdomlaPlaw 1,277,78E 0 0 0 1.277,785 183,373 1,461,158 1,277,78E Town of Hempstead PW20-2t-Inwood 361.558 0 0 D 361,E58 0 361,SS8 361,b58 City of Glen Cove-2021 Road Improvements 439277 0 261,43E 27,013 747.72E 0 747.725 439.277 ' {55' 6 9 286. l 673.674 3.9 .373 2.730.6D0 S 2,744.969 S 30.669 S 287.254 S t,889.060 S 4 951.952 $ 183,373 S 5.1 S 3.796.3D4 See indepee7Cent accountants'ravlew report on supplementary information. 24 ur a f � f I ROADWORK AHEAD, INC. SUPPLEMENTARY INFORMATION SCHEDULE OF EARNINGS FROM CONTRACTS FOR THE YEAR ENDED DECEMBER 31, 2022 I l Contract Cost of Gross Revenues Revenues Profit , , CONTRACTS COMPLETED DURING THE YEAR $ 3,708,033 $ 2,207,894 $ 1,500,139 CONTRACTS IN PROCESS 9,005,083 6,9141751 2,090,332 i i $ 12,713,116 $ 9,122,645 $ 3,5 90,471 See independent accountants' review report on supplementary information. 25 ROADWORKAHEAD,INC. SUPPLEMENTARY INFORMATION SCHEDULE OF CONTRACTS COMPLETED DURING THEYEAR ENDED DECEMBER 31,2022 During The Year Ended Contract Totals PriorTo Jammry 1,2D22 December 31,2022 Contract Contract Gross Contract Contract Grass Contract Contract Gross Revenues Costs Proflt Revenues Costs Profit Revenues Costs Profit village of Garden City-2D=021 S 2,564.350 $ 1,B45569 $ 738,781 S 2,464,178 S 1,B48.134 $ 616,D44 S 120,172 S (2,565) S 122,737 Village of Westbgry202012021 Roadway lmprovements 2,1t12,472 1,574,723 607,749 2,154,171 1,-=337 430,834 28,301 (148,814) 176,915 Village of Westbury2D20/2021 Requiremanfs 109=3 33,123 26,100 107,530 81,722 25.808 1,S93 1.401 292 Village of Hempstead-Jackson MatnMementary Safe route 401,761 305,771 9601D 178,672 142,93E 35,724 223.109 162.833 60,276 PS70-Demat6es 1,377,500 926,847 450,653 311,768 233,841 77,947 11065,712 693,006 372,706 City of Long Beach Asphalt Requirements 2021 674,659 520,931 163,728 225,814 1 B1,451 4383 447,845 339ABO 10B.365 Vlltage of Plandome Heights 101,138 72,944 28,194 0 0 0 101,138 77 944 28,194 'Afte of Floral Park 2= 776,5Gi 621,405 157,158 0 0 D 778.563 821,405 157.150 MftgeofVreeport-Sunrise Highway StreetscapetmProv. 200,974 149,S73 51,601 0 0 0 20D,974 149,373 51,601 Small and Previously Completed Contracts 740,526 3181631 421.895 0 0 0 740.525 318,631 421.895 S 91151,186 S 6,419,317 S 2,731,869 S 5,443,153 S 4,2i1423 S 123L730 S 3,706,033 $ 2207,694 S 1.500.139 Sae Independent accottntante review report on supplementary information. 28 r s + RDADWDRKARSAD,Wr- &WPLWbrrA Yff6MMAA=N sCMULaCP CORSRAMSM PROCE95 ATDEMD2A31..= F.T8nYw&ded TP1d Cam fie PeapQan Tb Po,Lb 314077 13Daeamber3t,30l3 Deoeaber31.7022 NarmammaT�mams �Md mr-I t r,dR*d E--ar CaeC rw=d Ce=Ald Fw x La1a aC 6tass O.W= Nomad Wane PX= 0opn b.— E.&MW c ftd 1:.9itiR WPP: Wo&load C=TP C— Pdm Pm RaPPrnaO ib0� PMU O-pla T.Dma C[Gl103 r w= RerP C-% pm RmuW00 tc Tm MIX bwd7-3—d_ dDap— ,HPtm 5 s 3 s s S 1T72W a M.33T 97.9]S an D s Tz31s s o s D s D s o s D71s s 1v1 s 170 Ta�lld 0�-Pm7adR'P1Y 1.81sp/s 3TT.T91 Tr-.= 2aaxr 81419 0 1.uu m 1=171 3SA/6 60.1.7t3 sa,10[ 150tt18 %Mg.a(F.Piwd P7021 Mh-dannBS 1.78T.C80 S39.100 101167 1A08.41T 478m a?-m% 1.018291 a d7.CA %MIS= 701.120 =Am 2VAZ SSPAD 08J50 Ta.1e 01Ne8iPawmIfm-CdQPndaPt= m=5m 1.SSQ.114 3.-04 2.72SAU esism =17% 3557AM 0 260,710 3AM.7AO 27s= 681253 S.R7.B24 $707= 6797Sa TaatelMMman1UPW0631-bn+POd 3AU4Z as= 3.093.170 1,57a$78 to 324= atx% 9PMAL 0 m 1AT9.T71 1.04AM 35P$Q t2TS455 992MI a=" t7gmmntaw-78if RaPdOtpmrvmmYl JAMVs yqm Into* t.IId1;ST_ 4MS53 87M% 0 3a5065 1A70.M6 1.IfrJ210 3a7.73s 22S'JA6 178.7Z7 504 S 57.173.856 S 3.9P1.96ri 5 11210A88 S BRSi.7sP S 3ASd2M S T1 w9291 S a0ST9R s t3 OUM S S9t4J81 S Z1g= S SARSM0 S a978207 S 1287217 SaP1ndPPPmanlscammmtrnlowe.PenaP a9ploatanvryORfeam9an a i i ROADWORK AHEAD, INC, i SUPPLEMENTARY INFORMATION SCHEDULE OF COST OF REVENUES FOR THE YEAR ENDED DECEMBER 31, 2022 MATERIALS $ 4,475,103 DIRECT LABOR 1,643,436 PAYROLL TAXES 110,704 UNION DUES 578,876 BOND EXPENSE 4,139 AUTO AND TRUCK EXPENSE 154,612 OTHER DIRECT COSTS 2,255,776 TOTAL COST OF REVENUES $ 9,122,645 See independent accountants' review report on supplementary information. 28 i ROADWORK AHEAD, INC, SUPPLEMENTARY INFORMATION SCHEDULE OF GENERAL AND ADMINISTRATIVE EXPENSES FOR THE YEAR ENDED DECEMBER 31, 2022 AUTO EXPENSE $ 64,339 BAD DEBT 388,436 BANK CHARGES 4,819 COMPUTER EXPENSE 6,794 CONTRIBUTIONS 5,200 DEPRECIATION 249,500 DUES AND SUBSCRIPTIONS 2,610 INSURANCE 805,821 LEASE EXPENSE 244,600 MISCELLANEOUS 13,868 OFFICE EXPENSE 18,621 OFFICE SALARIES 167,960 OFFICER'S SALARY 418,200 OTHER TAXES 1,795 PAYROLL TAXES 69,445 PERMITS AND FEES 31,480 POSTAGE 6,002 PROFESSIONAL FEES 204,697 REPAIRS AND MAINTENANCE 271,362 TELEPHONE 11,303 TRAVEL AND ENTERTAINMENT 25,986 UTILITIES 6,978 TOTAL GENERAL AND ADMINISTRATIVE EXPENSES $ 3,019,816 See independent accountants' review report on supplementary Information. 29 , i ✓� vsi y- e.S Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 16 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if 7 the fo lowing forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. dA Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold'listed as additional insured, to be on file in the Purchasing Department. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: `7 �—' 94— IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST P NCIPAL STO cO,LDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE h6c 41W /Ltd If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: /��®� ��� • N G ADDRESS: LJ' CONTACT: U6 TELEPHONE: //3/ S�dFAX: 6 ,;1-- 7d 7 E-MAIL: rL'b a�S�r��s L 4.0 G'Pz;" ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED ,(� NAME: A/v If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANC HALL I U I ER. UTHORI ED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to preparation, approval or submission of my firm's bid on this project and have be advise by each of them that 'he or she has not participated in any communication, con ltation, scussion, agreement, collusion, act or other conduct inconsistent with any of the stat ments a representations made in this affidavit. Th p rs i the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Sig ur &Company Wsiwn DAY OF 2 ' Type Name&Company Position Company Name NOT B IC HIL RY ANNE HUBBARD Date Signed No Public-State of New York No.01HU64W16 Ousl'died in Suffolk County Federal I.D.Number M}±Commission Exp.09/06/2026 Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: Kz� ��D, 7, c VENDOR ADDRESS: 6,31 TELEPHONE NUMBER: 70 7— S'6 oO FAX: 7a7�Qs�� The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 TOWN OF SOUTHOLD 3 OREGON VIEW ESTATES DRAINAGE PROJECT JVC. Itemized Pro osal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions&Mobilizations / v 1 1 LS for /Ls f�N CL f w e:lu P /Jo 301 Z��Z� 3 1p �� Dollars Cents Unclassified Excavation&Grading 2 1 LS for /`���r 7 fa tJ$�f�l� )00 LS �1 S Dollars Cents Saw Cutting Asphalt „ 3 1,250 LF V K � D /LF s,for ( Dollars Cents Removal of Existing Catch Basins 4 6 EA for /" y /EA 3 (Po I �06 / Dollars Cents Removal of Existing �Manholees. l 5 3 EA �y /EA Z/ �00 -� Dollars Cents Removal of Existing 18"Corrugated Metal Pipe 6 700 LF for, j ei :;A /LF 'Z • �al'D --� P Dollars Cents 12"HDPE Drainage Pipe- L 7 700 LF 3'a'Cep /4— ��/U �6 oo for /LF ) S Dollars Cents Full Depth Asphalt Restoration(6"RCA,4"Type 6) 8 6,925 SF / ` /�� for �e` �� �� /SF �� �!/ ` Dollars Cents - - Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY. (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Removal of Existing Concrete Curb&Gutter&Replacement with Concrete Curb Only ,, } �f o v /tom 9 530 LF for �l�✓e "! 0 /LF < D Dollars Cents Catch Basins 10 6 EA for --f0A 4dP �G✓�� D /) L) /EA Dollars Cents 4'Dia.Manholes 11 3 EA .4dR f(!,�V$ l� (�C� lEA �/�� �.�l �0 f for "" jJ/is� Dollars Cents l Topsoil&Seed 12 2,050 SF ,n for 1/P do /SF Dollars Cents (Add All Items) 'n, TOTAL for 1 ` �k�J�Cl.li® �'Ti D'd � -S' 1�!�y��~�i T� S' ��. 5 �3f Dollars Cents �S Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease, or eliminate in its entirety any or all items prior to or after award of the bid. Add Alternate 1-Removal of Existing Concrete Curb&Gutter&Replacement with ALT1 75 LF Concrete Curb Only on Horseshoe Dr, ® � 5/�S0 � for fe� /SF L Dollars Cents Page 9 of 10 11 1 Wad AUTHORIZED SIGNATURE 1 n PRINT NAME TITLE DATE -3 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the JdaVof in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. 41 A 14, O A L F ANNEIHUBBARD c-State of New York 01 HUS434316 in Suffolk County sion Exp.09/06/2026 Proposal Package 10 of 10 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogator' hereinafter made. SUBMITTED BY: � A Corporation A Partnership or Entity XrA FIRM NAME: An Individual PRINCIPAL OFFICE: /e PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE i rr;A It e_r 4t�u&/ f //Vl 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? -7-0-% List trades that you organization normally performs below- / C9v4 + 3. Have you ever failed to complete any work awarded to you? If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS_1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five ears? If yes, please provide details. O 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion SK ulllC7-p' 1/, c 0bop D 'J'N%/'40-4 40-6-10 1�k ' 7. List five major projects you organization has completed in the past five years: Name of. Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): i Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: a©AP 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF COUNTY OF being duly sworn deposes and says that he is the eK7 is-fv1L of p r/3 X,✓�� �e,vC- contractor and that answers to the foregoing que i ns and all statements therein contained are true and correct. (S ure of person who signed bid) Sworn to befor4ei d f 024 Notary Public Commission Ee Oj` l5� l U HILLARY ANNE HUBBARD Notary Public-State of New York No.01 HUB434316 Qualified in Suffolk County Commission Exp.09/06/2026 QS-4 Pahida A. Panchak 14 CENTER DRIVE RIVERHEAD,NY 11901 Phone:(631)727-5600 Email.KJBINDUSI<RIES@AOLCOM EDUCATION 1966 St Edmund High School 7966-1969 Merrimack College EMPLOYMENT 19.94-Present President&Owner,KJB Indusfrfes,Inc- Responsible for au a!specafs of running business 1989 1998 Suffolk County National Bank- Teller,Platform,and Sr.Trainer in framing department. i 1 , t ' MICHAEL V. PANCHAK 18 CENTER DRIVE RIVERHEAD, NY 11901 Phone: (631) 727-560,0 Email: KJBINDUSTRIES@AOL.COM EDUCATION J992 Riverhead High School EMPLOYMENT 1994-Present KJB Industries Inc. Foreman of KJB Industries Inc. Responsible for field work,running crews,equipment and time Management. 1992- 1994 Laborer-Newborn Construction Inc. Union Laborer-working on trench restoration for LILCO and other heavy highway contracts I990- 1992 Laborer, D &F Masons Doing Belgian Block curbs and brick pavers for two summers. Robert AL Pmehak,P.E. 14 Center Drive fterhead,NY 1i901 (631)727-4243 Experience, April 2004—Present—Estimator KJB industries Inc. 'Aprii 2005 to December 2009—Town of Southampton— Public Worlas Engineer—Design and inspect Stormater `Abatement Program March 1997to March 2005-Town of Southampton- Public Works Engineer-Supervise the operation of four ' Transfer Stations_ Coordinate the transportation of materials to various recycling centers. Supervise staff of Been Design and 'inspect Stormwater Abatement Program. January 1994 to March 1997-Newborn C6nstruction, ti Center Morkhes,New York-Coordinate,plan and run reconstruction of Route 135,Seaford Oyster Bay Expressway. Responsible for meeting with State Inspectors and overseeing resolutions to any problems that may have occurred. May 1951 to December 1992-South Fork Asphalt Corporation, Easthampton,New York-'dice President and General Manager. September 1978-May 1981-Lima Industries,Rost %N.Y.- Technical l~n*eer for MidTnampfionAsphalt Corporation- May 1977-September 1978-Harlan Engineerfug,Fort Meyers,Florida-Branch Manager-supervised staff or eight. June 1969-May 1977-New York State Department of Transportation-Engineer Materials Section-Design Section. Cap$bffiC s: Ability to analyse and synthesize input from various sources. Broad internal focus of attention in conceptualizing relationships among events,able to plan(business projections),develop strategies,and anticipate consequences of action. Adjust quickly to changes inpnorities and generate creative approaches to problems. i 'L J MEMO W Licensed Professional EnglAm-New Yorks and Florida S.UX Y.Fmnh%4ale,Workshops in Project dement Plgoing Scheduling and Control. Consftwtion Cost Est matt by University Seminars,New York- city,New YorIL B.S.C.E.-MelTimac$College,North Anclover-Massachusetts- Civ}1 Egg May 1969 I.omg bkm4 Chapter Society of Asphalt Tmhuologists-Board of ]]irw ors,19&a io 1988 Loyq.Order of Moose-member ' A4=49an Society of Civil E i&ms .s I i i i NEW YOIt'K STATI? A'xTAC::HMENil:'U- CI1VCtDAPL ETED CONSIltUC" ION CONTRACTS � ,�- NYS Vendor I1D;Vevidor Name, tv 11) i 1 t n-co t _ \�� rd Date Cotnplotin�n�l5r�_ytu,M Rencylt7tvncr a c;' `,tJ C'c''/L%Rfl� /- �� ram" '�' tz9w Contract Per--.. � )) / � 'I'�m1�Te'i�u. ~�^l')esi{;ner Archilct:l attd/nr l)rysgyn.l?uUinul'1' Gontrtict No. nkWe or 5ull Joint Vcntum l'JVt Nantc.if npplicoblc Ia1N ol'.1V.il'appliclblc 'Total Contract Ammu+l- tlntouttt Sultl�t oiltur Uncuutnlcletf e1mn++++ 0. rlgonu�f0��rtmr __~^ -- A�t•ard fist: Cawpletlon I�t¢ 2. I'clal7hitncNu.G�� Duslgu4, ; hitacttutdlor esl)t 1'inColitacl +freer TO C,itnlrnt;t No, Priut r Sub joint Venture oV)mate.if applicable hiN ul'1V,if applicnblc .- .. Ilncnm�lc •I:lmntutl Total( ntlracl:Anxtuttl y�tin+unl. liblut to alhcr.4 l l ..�- E— %Lp �^ �Q /� / I �1t�nrd Duly winploD 3.�T1�t nc}1C)ti'ner _ c✓' PRO hm L^ Du;inner Archil"land Av fr i,+t lie m r f'nnl.IGl 13Q1�fp�c' 'Al �r� f31-3 S J / _ f�F� �'" .. -. . - C'ot aUl No. i'rin •in'Sul+ � Juini 1+enlurc iJV l T�uuwr ifttppltuiblo �=IN ol'JV•if applitaalc i ulall C.ryu}t Iffict: nwunt Amount Stibl(ett^^^to oillars l)n;umpl�Antnunt M~ (I 'Awattl Dole l Cnmtolalion Dal. 4. 'rule)link,No. Dcsi � sner Arcbilacl tut(1 for I)csitzn I:nt;incer ContactPcr;mt � l_......._.^ ..__....,...,.�_...._.., _..._._.._._...w,.... ______._.._........._._.._....._._ ._._.__ ^joint Venlurc(JV)Name.if applicnhlc IilTl of JV,1t'tq,ltliaasdr. 1 W,_,�,..+..__�___. I'utatl Coulrciel Aniaun! :intutntt Subict lu utbors Unc.+ntplei+d:\ntunnt I I'aLC 1 Clf.i ti t Ac:295-s 0'12t iWEW YORK STATE, VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT B—LINCONIP1L.CTED CONSTRUCTION CONTRACTS ti etudr>r Nn>Inet I 1' T. .1,,- 6 ;,y + S' NVS Vendor ID: i 1. r1 cncv/Ctu'ncr• ....... contact ' r 1/ J/ ft�jt t rt �> l Dosipner Ambiluel at ��t�l'ngin�tr C:ontr;tct 1\0,. M Prit r Sub Joint Venturc(JV4'Name.irapplicuble FUN 0 JV.if uppliable 9'aral i tram A tint Ant ''„"'bur:. Uncumplcb.'il Amount 2. Agancv,'Owner / �o ,� Anard Dote _ Completion I)utp C:ontnct Pa m l �� I'ele pltane No. er Architect turd/or Design Engineer C'aUract No. PrIm4r Sub Joint Venturc(M Numu,il'a{tplicable PIN olW.irapplicuhle Tnlol('aniract Antu+.inl II lrttonnl sit +t to others I Incomplcled Amovirf _ 3, Agenuvl(ksncr , ` / Aviard Dr 2,9-21 AF,'— tictn Unto l'untact Perst+ /.._ I'cic�honc Nc,S'—/ 1'Jcsi�nur chilcct and lcrl•Desisr : gineer �. Ct}nirot t No. I'nnt gull Joint Ventura(,IVI fame,il'upitlicublc !.slid ol'JV.if appliel I —7 i I'uhQ 'ct trncl�ijmount Amount Suhlct to others Uncompletd Amount d. Agenuy/Own, 11�1%,arcl Dare C'or thb'tiott Dalz , ^Telephone No.dp nccisncr Arclulect and for Design Friginc er lI C"'ontrtua ho-_..._...._...�_ ihrimc car fiuh� —�—. ,mint.Venture(.IV)Monte,if appiicnl+lc—� ^— �T laN ot'JV.it'applicable 11un1 C'unlrac A uu lit Anrtnmt 'uhlet th other: Uncompleted Amount I r l L a5e;r Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BIJDOPENS: March '7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. [Y Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. 2 As per specifications,the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form, 0 Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME: LASER INDUSTRIES, INC. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP.. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 11-2645901 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 1/24/1983 IF APPLICABLE: DATE FILED: 1/24/1983 STATE FILED: NEW YORK If a non-publicly owned Corporation: CORPORATION NAME: LASER INDUSTRIES, INC. LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) JOHN GULINO PRESIDENT 82 WOODLOT RD, RIDGE, NY 11961 -70�WGU lM—VMnRETARY-%-GWODLOT-RD, RIDGE,NY 11961 MICHAEL_G_UlINO VP/T�ASURR,ER 30 WOODI.OT,RDTR0GF.NY_119.61 LIST OFFICERS AND DIRECTORS: NAME TITLE JOHN,GULINO PRESIDEN_L R2-W1 aOD10T-RD,-R.ID.GE, NY 1 S6-1 — JOSEPH GULINO VP./SECRET RY 96 WO�D-DIDT__RD,-I.DG.EAY__11(�6-1---- MICHAEL GULINO VP/TREASURER 30 WO_O1J_QT RD RIDGE; NY_1136.1— If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: LASER INDUSTRIES, INC. ADDRESS: 1775 RT 25, RIDGE, NY 11961 CONTACT: JOHN GULINO TELEPHONE: 631-924-0644 FAX: 631-924-3275 E-MAIL: JOHNG@LASERINDUSTRIESINC.COM ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 LASER INDUSTRIES, INC. VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached ❑ I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURAN SHALL S LIFY BIDDER. HORIZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so,on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion,act or other conduct inconsistent with any of the statements and representations made in this affidavit. e person si ni this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature& pany Position JOHN GULINO, PRESIDENT MARC.H_Z,_DAYOF2o_24 Type Name&Company Position LASER INDUSTRIES, INC. Company Name NOTARY PUBLIC 7!� 3/7/2024 Stephanie Waszak Notary Public—State of New York Date Signed No.01WA6057797 Qualified in Suffolk County _JJ 26_45Wl My Commission Expires April 23,2027 Federal I.D.Number Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: LASER INDUSTRIES, INC. VENDOR ADDRESS: 1775 ROUTE 25 RIDGE NY 11961 TELEPHONE NUMBER: 631-924-0644 FAX: 631-924-3275 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 TOWN,OFSOUTHOLD , OREGON VIEW ESTATES DRAINAGE PROJECT ' Itemized Proposal for: Ore on View Estates Draina e.Pro'ect ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID. QUANTITY (Fill.in Unit Price Written in Words) DOLLARS. CENTS DOLLARS CENTS General Conditions&Mobillzations =_• ._ _ ._ _ 1 1 Ls 15,000.00 - for Fifteen Thousand. Zero /LS . '15,000 00 Dollars Cents - - Unclassified Excavation-&Grading. . 2 1 LS for Twenty Three Thousand . Zero ILs 23,000 00 23,000 00 Dollars Cents SawCutting:As phalt -_- - 3 1,260 . LF 4,00 5,000 0. for _ : Four Zero, _ /LF Dollars Cents. Rem'ovai,of•Existing.Catch;Basins: 4 . s: EA One Thousand Two Hundred 1;200 00, :7,200. 0 for Zero iEA : . Dollars Cents - Removal.of•Existing;Manholps~' = "' 5 .3 FA One Thousand Five.Hundred 1;500 00 4;500: 0 for Zero !EA Dollars Cents . . Remov'I,of Existing.l8"Corrugated:Metel!Pipe 700 LF s for Fifteen Zero /LF 15 00 10,500 00 Dollars Cents 12 HDPE•;Dralna a Pipe,.- - - 7 700 LF 30.00 21,000 00 . . for Thirty Zero /LF Dollars Cents - Fuji;Depth Asphalt Restoration(6"RCA.4 Toe.6), 8 5,925 SF- for Seven. . Zero . iSF '_ : 7 00 41,475 00. Dollars, Cents Page 8.of 10 TOWN OF-SOUTHOLD, OREGON'VIEW ESTATES'DRAINAGE PROJECT. Itemized.Proposal for:. Oregon View Estates Draina a Project ITEM NO. ESTIMATED :UNIT' DESCRIPTION OF.ITEM _ UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS. CENTS DOLLARS A -CENTS _ Removal.of EitfsNn Concrete Curb&Gutter&-Re leCementwith Concrete.Curb Only 9 530 LF for Forty. Zero /LF 40,00 21,200 00 Dollars Cents: Catch'Basins 10 s EA 4,200. 0: 25,200 00. for Four Thousand Two Hundred •Zero'. 1EA Dollars Cents V Dia:Manholes 11 3 Fro 4,400 00 13,200 00 for :Four*Thousand.Four Hundred Zero /.EA Dollars Cents. Topsoil:&Seed . 12 2,050 SF 3 00 5,125 00 for Two Fifty, /SF . . Dollars, Cents . -(Add All Items) One Hundred Ninety-Two Thousand; $192,400:00 TOTAL for'Four Hundred Zero Dollars Cents. Total All Items(Numerically) WRITTEN IN WORDS. NOTE: The Town of Southold reserves the right to increase;decrease, or eliminate in its entiret _ny.or all items.prior to or after award of the bid: Add.Altemate.l-Removal of.Existing Concrete Curb.&•,Gutt9r-&Replacement-with Concrete Curb Only on!Horseshoe,Dr. ALT1 75 LF for Forty Zero /SF 40 00 3,000 00 Dollars Cents Page.9 of 10 AUTHORIZED SIGNATURE PRINT NAME JOH GULINO TITLE PRESIDENT DATE 3/7/2024 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF SUFFOLK ),;ss.: On the 7TH day of MARCH in the year 2024 before me, the undersigned, personally appeared, JOHN GU"10-, personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s)acted, executed the instrument. OTAP��PUBLIC Stephanie Waszak Notary Public—State of New York No.OIWA6057797 Qualified in Suffolk County My Commission Expires April 23,2027 Proposal Package 10 of 10 Town of Southold BIDDER'S;OUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY-. .JOHN GULINO A Corporation LASER INDUSTRIES, INC. A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: 1775 RT 25, RIDGE, NY 11961' PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE. SEE ATTACHED 1. How many years has your organization been in business under its present business name? 41 2. You normally perform what percent of the work with your own forces? 85 % List trades that you organization normally performs below: LABORER, MASONS, TEAMSTER, OPERATING ENGINGEERS 3. Have you ever failed to complete any work awarded to you? If so,note where and why. NO 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes, please provide details. NO QS-1 PRINCIPAL OFFICERS NAME TITLE YEARS RESPONSIBILITIES John Gulino President 51 Finances, Banking, Bonding Office 82 Woodlot Road Management, Office Personal, Ridge, NY 11961 Commercial Bids and Estimating Joseph Gulino VP/Secretary 49 Scheduling, Installation Personal 96 Woodlot Road Customer Service,Job Site Ridge, NY 11961 Supervision, Installations, Michael Gulino VP/Treasurer 40 Job Supervision,Scheduling, 30 Woodlot Road Installations, Customer Service, Ridge, NY 11961 Personal Management 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes,please provide details. NO 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion SEE ATTACHED 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract ,Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work SEE ATTACHED QS-2 QUESTION 6 HWY 2022-01/0-E DRAINAGE CONSTRUCTION REQUIREMENTS CONTRACT TOWN OF HUNTINGTON 100 MAIN STREET HUNTINGTON,NEW YORK 11743 DPW 1-2023 REQUIREMENTS CONTRACT FOR DRAINAGE CONSTRUCTION TOWN OF ISLIP 401 MAIN STREET ISLIP,NEW YORK 11751 20200020 CONCRETE REQUIREMENTS CONTRACT TOWN OF BROOKHAVEN-HIGHWAY DEPT 1140 OLD TOWN RD CORAM,NY 11727 AC 3294-S(4/12) , NEW YORK STATE QUESTION 7 VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A-COMPLETED CONSTRUCTION CONTRACTS Vendor Name: LASER INDUSTRIES, INC. NYS Vendor ID: 1100004348 % Question 3.0:-List the ten most recent construction contracts the Business Entity has completed.If less than ten,include most recent subcontracts on projects up to that 70 number: 1• Agency/Owner Award Date Amount Date Completed VILLAGE OF LYNBROOK FOREST AVE 6/30/2023 Contact Person Telephone No. Designer Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable - 2 2 2. Agency/Owner Award Date Amount Date Completed 70 VILLAGE OF LYNBROOK OAK ST 10/20/2022 72 134.50 6/30/2023 Contact Person Telephone No. Designer Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable B-720222 PRIME 3. Agency/Owner Award Date Amount Date Completed 85 Contact Person Telephone No. Designer Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable 4: Agency/Owner - Award Date Amount Date Completed TOWN OF ISLIP ROBRTO CLEMENT SKATE PARK 1 014 783.80 -6/30/2023 -90 Contact Person Telephone No. Designer Architect and/or Design Engineer RUSSELL SCOTT 631-427-5665 NELSON & POPE Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable 5• Agency/Owner Award Date Amount Date Completed VILLAGE OF WESTBURY STREETSCAPE IMPROVEMENTS PHASE 2 818/2022 Contact Person Telephone No. Designer Architect and/or Design Engineer SUSANNE BOYLE 212-741-8090 1 NV5 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable CIOOI114 PRIME Page 1 of 2 AC 3294-S(4/12) NEW YORK STATE QUESTION 7 VENDOR RESPONSIBILITY QUESTIONNAIRE ATTACHMENT A—COMPLETED CONSTRUCTION CONTRACTS Vendor Name: LASER INDUSTRIES, INC. NYS Vendor ID: 1100004348 Question 3.0: List the ten most recent construction contracts the Business Entity has completed.If less than ten,include most recent subcontracts on.projects up to that number: 6. Agency/Owner Award Date Amount 911319093 Date Completed 924,471.91 95 Contact Person Telephone No. Designer Architect and/or Design Engineer 631-852-4064 SCDPW ENGINEERING Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable ADA-090519-A2 I PRIME 7. Agency/Owner Award Date Amount Date Completed SUFFOLK COUNTY DPW 95 Contact Person Telephone No. Designer Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable 8. Agency/Owner Award Date T588,424.01 mount Date Completed SUFFOLK COUNTY DPW NICHOLS RD HWY23-65 1/11/2024 95 Contact Person Telephone No. Designer Architect and/or Design Engineer Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable IMF ADA-090519-A2 -PRIME 9•- Agency/Owner Award Date Amount Date Completed TOWN OF BROOKHAVEN PARKS Selden Athletic Complex Phase II Improvements 1 9/29/2022 6,739,641.06 70 Contact Person Telephone No. Designer Architect and/or Design Engineer CHRIS DWYER (631)286-8668 L.K MCLEAN ASSOCIATES, P.0 Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable 20220040 PRIME 10. Agency/Owner Award Date Amount Date Completed TOWN OF BROOKHAVEN HWY MUNSELL RD, IMPROVEMENTS 6/9/2022 3,339,379.59 80 Contact Person Telephone No. Designer Architect and/or Design Engineer ENGINEERING Contract No. Prime or Sub Joint Venture(JV)Name,if applicable EIN of JV,if applicable 20220017 PRIME Page 2 of 2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of'Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci SEE ATTACHED 9. Do you have,or can you obtain,sufficient labor and equipment to commence work when required and complete the work within the Contract Time? YES 10. Bank References: FIRST NATIONAL BANK JOHN RATE JR, 450 MAIN STREET, PORT JEFFERSON, NY 11777 631-928-4411 JOHN.RATE@FNBLI.COM 11. Trade Association Membership: UNION LOCALS 1298 LABORERS 138 OPERATING ENGINEERS 282 TEASTERS 780 MASONS 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? NO QS-3 QUESTION 8 PRINCIPAL OFFICERS NAME TITLE YEARS RESPONSIBILITIES John Gulino President 51 Finances, Banking, Bonding Office 82 Woodlot Road Management, Office Personal, Ridge, NY 11961 Commercial Bids and Estimating Joseph Gulino VP/Secretary 49 Scheduling, Installation Personal 96 Woodlot Road Customer Service,Job Site Ridge, NY 11961 Supervision, Installations, Michael Gulino VP/Treasurer 40 Job Supervision, Scheduling, 30 Woodlot Road 'Installations, Customer Service, Ridge, NY 11961 Personal Management 13. Attach current state of financial conditions showing assets liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. SEE ATTACHED STATE OF NEW YORK ) COUNTY OF SUFFOLK JOHN GULINO being duly sworn deposes and says that he is the_pRESIQENT of LASER INDUSTRIES INC. contractor and that answers to the foregoing questions and all statements therein contained are true and correct. PRESIDENT tgnatur f p rson who signed bid) Sworn to before me this 7 day of MAR,2024 Notary Public Commission Expiration Date: 4/23/2027 Stephanie Waszak Notary Public—State of New York No.OIWA6057797 Qualified in Suffolk County My Commission Expires April 23,2027 QS-4 QUESTION 13 LASER INDUSTRIES, INC. Reference Contractor's Financial Statements LASER INDUSTRIES, INC.. will provide financial statements upon request should we be deemed low bidder. T nclqen cl en+ Ge-ne-raj Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY!! (Do Not Sign the Contract Agreement: It is included only for informational purposes, and will,be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package!!! Thank you! Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications,the Town of Southold requires a current insurance certificate,with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME: Independent General Contracting LLC VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. LLC PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 46-2188054 OR SOCIAL SECURITY#: NA DATE OF ORGANIZATION: 02/27/2013 IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: NA LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) NA LIST OFFICERS AND DIRECTORS: NAME TITLE Grant Hendricks Owner/Member .................................................................................. If a partnership: PARTNERSHIP NAME: NA LIST PARTNERS NAMES: NA Proposal Package 3 of 10 i ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME:Independent General Contracting LLC ADDRESS: PO Box 150 Westhampton, NY 11977 CONTACT: Grant Hendricks, Owner/Member TELEPHONE: 631-234-3567 FAX: NA E-MAIL: grant@igcsitework.com ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: NA TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS: NA TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 VENDOR NAME:Independent General Contracting LLC ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: NA If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed 'by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows-please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ElInsurance Certificate filed on 5w( IM U14 DATE FAILURE TO PROVIDE SPECIFIED INSURANCE S L IQ LLIFYIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not,that I have written authorization,enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neither the price(s),nor the amount of this bid,have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid,or agreeing to do so,on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this ect and have been advised by each of them that he or she has not participated in any o ication,consultation,discussion,agreement,collusion, act or other conduct inconsistent wit an of a statements and representations made in this affidavit. Th rs gni this bid,ulider t e penalties of perjury,affirms the truth thereof. 0�tMW_ SWORN TO BEFORE ME THIS Signature&Company Position 27th February Grant Hendricks Owner/Member DAY OF 2024 Type Name&Company Position Independent General Contracting LLC Company Name RUTARAt PUBLIC 02/27/2024 Date Signed MEGAN ELIZABETH MAZUR 46-2188054 NOTARY PUBLIC,STATE OF NEW YORK Federal I.D.Number Registration No.01MA0013472 Qualified in Suffolk'County Commissi$1'icpp*s b(Iii bT,t027 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: Independent General Contracting LLC VENDOR ADDRESS: PO Box 150 Westhampton, NY 11977 1. TELEPHONE NUMBER: 631-234-3567 FAX: NA The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated NA Proposal Package 7 of 10 ` TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT , Itemized Proposal for: Oregon View Estates Drainage Project ` ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 1 1 LS for Eighty thousand No /LS 80,000 .00 80,000 .00 Dollars Cents Uncl43ified:Ezcavation&Gradin : 2 1 LS for Fourteen thousand three hundred No /LS 14,300 .00 14,300 .00 Dollars Cents SaW q"in 'As'halt= - 3 1,250 LF for Four No /LF 4 .00 5,000 .00 Dollars Cents 4 6 EA for Two thousand five hundred No /EA 2,500 pp 15,000 .00 Dollars Cents . _. .-.-. Remov_al_ Existin§Manholes 5- 3 EA for Two thousand No /EA 2,000 .00 6,000 .00 Dollars Cents ;. r: Removal-of Existin 18":Corru ated Metal"Pi e. 3 6 700 LF for Fifty No /LF 50 .00 35,000 .00 Dollars Cents 12 HDPE-Draina 7 700 LF for One hundred forty No /LF 140 .00 98,000 .00 Dollars Cents - epth Asphalt. - -- �6 RCA;_.... ._.. _ Full D Restotatio 8 5,925 SF for Six No /SF Dollars Cents 6 .00 35,550 .00 Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Renio`val of Ezistin Cori&ete`Curb lli Gutter"&"Re lacement with ` p ,. Concre_t®_.Curb Only:` z_ . ,. _.. _ _._,:.. _r._•___. y._ h: _v. _ �. _<V��� _. 9 530 LF for Forty No /LF Dollars Cents 40 .00 21,200 00 .�' - tch Basins:: 10 6 EA for Six thousand four hundred No /EA 6,400 .00 .00 Dollars Cents 38,400 - - 4- Dia..Manholes .. Yt"• - .,.." e -_. S .1'."-. > .........is _ .....Y .wf•. -_.w L... 11 3 EA for Four thousand eight hundred No /EA 4,800 •00 14,400 .00 Dollars Cents N T. oilSee 12 2,050 SF for Three No /SF 3 .00 6,150 .00 Dollars Cents (Add All Items) - TOTAL for Three hundred sixty nine thousand -No $369,000.00 Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase decrease or eliminate in its entirety any or all items prior to or after award of the bid. - ` = Add �-.RemovaI'-o Ezistin »Concrete Curb'&Gutter 8 Re lacement with Concrete:Curb Only,.on.Horseshoe;Pr ALT1 75 LF for Sixty No /SF 60 .00 4,500 .00 Dollars Cents Page 9 of 10 AUTHORIZED SIGNATURE PRINT NAME Grant Hendricks TITLE Owner/Member DATE 02/27/2024 ACKNOWLEDGMENT STATE OF NEW YORK,COUNTY OF Suffolk )ss.:, On the 27th day of February in the year 2024 before me, the undersigned, personally appeared, Grant Hendricks ,personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),and that by his/her/their signature(s)on the instrument,the individual(s),or the person upon behalf of which the individual(s)acted,executed the instrument. NOTA 'PUBLItC.� MEGAN ELIZABETH MAZUR 'VOTARY PUBLIC,STATE OF NEW YORK Registration No.01 MA0013472 Qualified in Suffolk County Commission Expires September 13,2027 Proposal Package 10 of 10 t ' Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: Grant Hendricks A Corporation A Partnership or Entity FIRM NAME: Independent General Contracting LLC An Individual PRINCIPAL OFFICE: PO Box 150 Westhampton, NY 11977 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE Owner/Member Grant Hendricks 11 Maple Avenue Apt 219 General Contractor Bay Shore NY 11801 1. How many years has your organization been in business under its present business name? 10 2. You normally perform what percent of the work with your own forces? 100 % List trades that you organization normally performs below: Demolition, Civil Engineering Projects 3. Have you ever failed to complete any work awarded to you? No . If so,note where and why. NA 4. Are there any claims,judgments,arbitration proceedings or suits pending or outstanding against your firm or its officers?If yes,please provide details. No QS-1 1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes,please provide details. No 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion Percent Scheduled: Project Name Narneof.Owner Engineer ContractAmount Complete ComPLetian Beechtvood Yaphank Vollmuth&Brush YaphahkMeadows (631)239-7755. (631)3$3-2683 $700,503.50 854 6/1/2024 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work W&koone Date of with Own Forces Project Name Name:ofOwner Engineer ContractAmount Completion %Work Bristol Group Bohler(631) 11/1/2023 49MLCornib6ck (425)905-0114 896-11M $20;653,213 25% PPFS 535 Hope Si LLC RoccoV.D'Andrea,Inc 535.Hope5i: (631)539-0200 (203)537-1779. $f.,09o.500 6/23I2022 85%-subabatement TRftEC. BBV Bayshore.Residence (631)751-0300. (631)435-1111.. $6,031,506 9/26/2023 ibo% PPF52710 North Me LLC VHB Bridgeport Demo (MI)539-0200 (631)787-3400 $1,191,290 8122/2023..85%.-sub.abatement IAR Aneara Bronx.Demo (7181335-0304 (212)461-1987 $1,055,000'. ,1/2912024 100% P7 Sfonefield Hi-eksvilleD'emo (515)620-2800 (201)340-4468 $352.090 2l2I M4 100=tb North Shore.Cgntracting- Nelson&Pope TuscanyDevelopment (516j676-2772 (631)427-5665 $925.500 10/2612023 100.E QS-2 t M 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity .Individual'sNarrie Position Years Experience Type of Work In What Capacity. . Grant Hendricks President 3a GeneralContracfor Full service Construction Management and General Contractingfirm FrankAmiciaia CEO 25 Demolition Division Management and.oversight.ofall.demoliiion activities Kent Katter vPof_Constfucdon 321ndustrialProjects Project oversight ofthelndustrialandSelf Storage p"rojects VP of Esiimating and JoeSampogna Field Operations 20 Project Management Administrative onsite management of all construction activities Laura Lucente CFO 20 Accounting Accounts Paya b le,Receivables and•Payrall 9. Do you have,or can you obtain,sufficient labor and equipment to commence work when required and complete the work within the Contract Time? Yes 10: Bank`References: Webster National Bank 845 Wheeler Ave. Hauppauge, NY 11788 631-724-4848 Lindsay NoJinsky Lnovinsky@snb.com Acct. No: 8311110624 Principal: Grant Hendricks Jr. President 11. Trade Association Membership: NA 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? No QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF' ) COUNTY OF ) Grant Hendricks being duly sworn deposes and says that he is the O ne Memb r of Independent General Contracting LLC contractor and that answ rs t the f re o'ng questions and all statements therein contained are true and correct. ( tgnature of person who signed bid) Sworn to before me this 27th day of February,2024 Notary Public MEGAN ELIZABETH MAZUR Commission Expiration Date: C( l�v�z ; NOTARY PUQLIC,STATE OF NEW YORK J— C 1 Registration No.01MA0013472 1 Qualified in Suffolk County 'Commission Expires September 13,2027 QS-4 y ACORO® CERTIFICATE OF LIABILITY INSURANCE F DATE(MM/DD/YYYY) L� 02/29/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT K m O'Gara NAME: y AssuredPartners Northeast,LLC. a/cNr o..t: (631)465-4000 PAX No): (631)465-4005 100 Baylis Road E-MAIL kym.ogara@assuredpartners.com ADDRESS: Suite 300 1 INSURER(S)AFFORDING COVERAGE NAIC ff Melville NY 11747 INSURERA: American Fire and Casualty Company 24066 INSURED INSURER B: Ohio Security Insurance Company 24082 Independent General Contracting LLC INSURER C: Ohio Casualty Insurance Company 24074 P.O.Box 150 INSURER D: Stale Insurance Fund INSURER E: Philadelphia Indemnity Insurance Co. 18058 Westhampton NY 11977 INSURER F: COVERAGES CERTIFICATE NUMBER: CL235108345 REVISION NUMBER: THIS IS TO CERTIFYTHATTHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICYNUMBER MMIDDNYYY MM/DD LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE Fx_]OCCUR PREMISES Ea occurrence) $ 300,000 X BlnktAI Comp Ops,WOS,PNC 15,000 MED EXP(Any one person $ A X Contractual Liability BKA59781113 05/01/2023 05/01/2024 PERSONAL BADVINJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 , JECT LOC PRODUCTS-COMP/OP AGG $POLICY[gPRO 2,000,000 OTHER: I $ AUTOMOBILE LIABILITY COMBINED Ea accidenl SINGLE LIMIT $ 1,000,000 IX ANYAUTO BODILY INJURY(Per person) $ BOWNED SCHEDULED BAS59781113 05/01/2023 05/01/2024 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 5,000,000 C EXCESS LIAB CLAIMS-MADE US059781113 05/01/2023 05/01/2024 AGGREGATE $ 5,000,000 DED I X1 RETENTION$ 101000 $ WORKERS COMPENSATION X STER ATUTE I I ERH AND EMPLOYERS'LIABILITY Y I N D ANY PROPRIETOR/PARTNER/EXECUTIVE N/A 22704027 FOR INFO ONLY 04/01/2023 04/01/2024 E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDED? 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Excess Liability E PHUB861764 05/01/2023 05/01/2024 Each Occurence&Agg $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) The following and/or certificate holder are included as additional Insureds if required by written contract,subject to the terms and conditions of stated policies: Town of Southold. Coverage applies on a primary and non-contributory basis with a Waiver of subrogation in favor of the Additional Insureds. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN Town of Southold ACCORDANCE WITH THE POLICY PROVISIONS. 53095 Main Road AUTHORIZED REPRESENTATIVE Southold NY 11971 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 26(2016/03) The ACORD name and logo are registered marks ofACORD � r . n J - EIEPIT 11PPRENi10E5NIP ALLIANCE Signatory Contractor: March 5,2024 Independent General Contracting LLC 76 North Summit Blvd, PO Box 150 West Hampton, NY 11977 FEIN 46-2188054 Merit Apprenticeship Alliance NYSDOL Sponsor Code 51979 NYSDOL Apprentice Training Program Codes: • Skilled Craft Laborer#18514,recertified September 15,2017 • Operating Engineer(Heavy Equipment)#18318,recertified May 17,2o18 • Carpenter:#12037, recertified September 15,2017 • Ironworker(Outside)#15221,approved October 5,2017 • Cement Finisher/Cement Mason#11038,approved October 12,2017 To Whom It May Concern, Please be advised that the above noted contractor was accepted as a signatory employer effective e tember a.7, zoo and is in good standing with the Merit Apprenticeship Alliance NYSDOL registered Skilled Construction Laborer, Carpenter, Operating Engineer(heavy equipment), Cement Finisher and Ironworker apprenticeship program agreements. The Merit Apprenticeship Alliance Skilled Construction Laborer,Carpenter,Operating Engineer(heavy equipment) apprenticeship programs, respectively, are recognized as "Class A Apprenticeship Programs" as each program is currently registered with and! approved by the U.S. Department of Labor, and the New York State Department of Labor state apprenticeship agency. PART 6ol REGISTRATION OF APPRENTICESHIP PROGRAMS AND AGREEMENTS(Statutory authority:Labor Law, art.23; § 811.1) establishes procedures and standards for the approval and registration of Apprenticeship Programs and agreements. Based on the calculation method defined by the NYSDOL [§6ol.8(b)and(c)]the Alliance graduation(completion)rates,,as of August 15,2023,are 677.,5o%and 69%respectively. The Merit Apprenticeship Alliance apprenticeship standards were reviewed,approved,and registered in accordance with NYS Labor Law,Art.23;§811 and the NYS Department of Labor Part 6oi regulations per the above noted dates. Pursuant to USDOL Title 29 CFR Part 29.13(a)Recognition of State Apprenticeship Agencies,the New York State Apprenticeship Agency(SAA) is currently recognized by the Unites States Department of Labor(USDOL)and any apprentices registered in occupations officially recognized by the Department are recognized by the USDOL. EMPIRE STATE MERIT APPRENTICESHIP ALLIANCE,INC. 6320 Fly Road Suite 210A East Syracuse, NY 13057 315.440.8989 pmhazer@MeritAlliance.ors www.MeritAlliance.org A& Y MENIT RP PR ENT IC IS N IP ALLIANCE Additionally,this will certify that pursuant to N.J.A.C.12:62-2.1(h)(2),the above noted contractor pays ongoing contributions into an ERISA-covered apprenticeship training program trust fund that is used to fund apprentice benefit plans and direct training costs." The Merit Apprenticeship Alliance holds all signatories to the standards of the Program Registration Agreements and requires that each signatory commit that theywill support the diversified training so as to result in normal advancement of the apprentice;employ craft workers to ensure safe and quality worksite training at all times in full compliance with the apprentice journeymen standard ratios and prevailing wages in the respective state in which the work is performed;and, employ the apprentice in a manner that will not conflict with our approved apprenticeship standards. Signatory contractors are reviewed annually by the Board of Trustees; only those firms who demonstrate a commitment to our quality standards are renewed. The Alliance is truly dedicated to our mission to provide Industry leading, registered apprenticeship training programs in full compliance with state and federal regulations. Authorized by: 4 Gwe+��cvLf Penelope M. Hazer, President EMPIRE STATE MERIT APPRENTICESHIP ALLIANCE,INC. 6320 Fly Road Suite 210A East Syracuse, NY 13057 315.440.8989 pmhazer@MeritAlliance.ore www.MeritAlliance.org L knA az e Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. RrAssumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME.&Gq � S C . VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 7g IF APPLICABLE: DATE FILED: STATE FILED: �VF'�cZ��7rf If a non-publicly owned Corporation: - / CORPORATION NAME:C liQ,y/ V, Gt�za.41 Sea - LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) r C,Dnlan KA;:�q LIST OFFICERS AND DIRECTORS: NAME TITLE r L ' f S If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME. >/? s9 ADDRESS: )()6& m 7d, CONTACT: vIca- TELEPHONE: 6,j1- j,6% 0 F E-MAIL: /On i eG1-n `I ri1 n, I-,-00ivv ONLY if different - MAIL PURCHASE ORDER TO: AV/)q ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: /v`19 ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 0 VENDOR NAME. ? In ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED All NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be lattached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on 3o ao r ATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. 4 1 1 ga�- AUTHO Z IGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered,�promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. .A SWORN TO BEFORE ME THIS Ak� Signature&Company Posit' 11 o n/� Q/r: DAY OF 20 a7 Type Name&Compa Position L_L7/viDl e, CV Company Name N TA Alav, 6/ pc oa KIMBERLY HONIG Signed Date Si N07ARY PUBLIC,State of NewYotk g No.01HO615S462 f3 9 Qualified in Suffolk County 00 comm ission Expires- Federal I.D.Number Proposal Package 6 of 10 1 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: n VENDOR ADDRESS: CSo,eo�k /�1 Y TELEPHONE NUMBER: b2 I`j j�Z?6 RQ FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) //// The undersigned hereby acknowledges receipt of the following,Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT r P Itemized Pro osal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions,&_Mobilizations 1 1 LS for FIVe ousa&4w OV(TD /LS ��©(/a 00 IS 006r Dollars Cents _-•- _ A__y__Unclassified._Excavation&Grading-- 2 1 LS for�Si,& 7PV 13r° /l?DU Saa d' "//07� lLS � , 0-0 ��"ova DU Dollars Cents U._' Saw Cutting Asphalt 3 1,250 LF for cL �OO / L�� LF // aDDDi Oro Dollars Cents Removal of Existing Catch Basins 4 6 EA for _ 1` . LPi� ✓� /EA / �� Dollars Cents Removal of Existing Manholes._ 5 3 EA �/ f °� for /? 1 f A li(L04 v- ai /EA Dollars Cents Removal of Existing-18"Corrugated Metal-Pipe_._ 6 700 LF r for /LF / Dollars Cents -12"-HDPE_Drainage Pipe. — g7 700 LFfor G t '`L � C��O /LF / OD� ollars Cents Full Depth Asphalt Restoration_(6"RCA�4'�TYpe 6)____----.----_--___ - .' �_ _ .__�_��_ __�..__ 8 5,925 SF /SF Dollars Cents Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Concrete Curb Only,:."__._, 9 530 LF / �' r ��/� /LF Dollars Cents Catch Basins . 10 6 EA ^-�� , pD //7 for /{?YP_� Ora9S� s/X`ur� �' S�/�� 77 Ve fi/�'D /EA !l� / i Dollars Ce s _..., _. . __. 4'-Dia�Mariholes 11 3 EA f i // J / //�� GTYI v L for Maori& �✓�L s/1�Nf&,&d,2d.�P/y�/NTV-A/e r T& /EA �( >�V. Dollars Cents 12 2,050 SF ,/ for ,140E-,-'P7' C64_s /SF Q�► '_� / Dollars Cents (Add All Items) _ �/ , � /� / - / / __�y� � TOTAL for Fwa YiDoll /!'I///V'n✓��f906fS 'lam _A-ye`Grilil?iiZ1� 7`�Y�y�PI` d �Antems �J / alb Cents Total ( y) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. Add;Altemate 1 -Removal.of:Existing'Concrete Curb&Gutter.&Replacement with Concrete Curb,-Only on_Horseshoe Dr,_._:, /� v ALT1 75 LF 6 v v Vs /10 for ElQ v1_ /SF �a! Dollars Cents Page 9 of 10 R AUTHORIZED SIGNATURE r: s PRINT NAME zvr TITLE DATE 1 4-E t (� � ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF CsUt'7— CO�� ) ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be he individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. T Y PUBLIC NOTARY PUBLICLstate of Newyork Qualified in Suffolk Co unb Commission Expires 1� Proposal Package 10 of 10 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: �O`J/CGS &&>s, A Corporation A Partnership or Entity FIRM NAME' V7n. (!, P11 - An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 41)4 IWOn cu�/u� 1. How many years has your organization been in business under its present business name? q6 yeaIrs 2. You normally perform what percent of the work with your own forces? /06)% List trades that you organization normally performs below: 1 L -I>; � d h��,�.c�'r� .��i�� �?v,�®�i�i�y/` �i✓�oL �o� s/C��/�r'l.S�-u��e�-�- 3. Have you ever failed to complete any work awarded to you?/W. If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. /V 0 QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion Ar/19 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work -Town ofs"�wHwrlm �3�430, ///,QY1,2 Clep�,��S-77 rv101'h LAW �,�,unlV" �?'Ps "r' cSG,innea rlC lfi`lls (31-a97 720�ny;'Re �3i-Boa-J717-;`1 /3go Elms ,t�,� /D D"°•6 &reras�-use To-&M o-rs nrNwy ti '0 a� JITD' 1a���0202 a!/.ah 631-,R W- Ro is ,P eC, Town 17lao-3 / �3ias�s�a© 0902/7- Mgsk'W4 �? i� A., QS-2 71�9, l�/io��3 lrTO �3�age- ass 0?3a, 1 1 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci COY%�1l� ��S, �Yrs, �/l�o�i�tsPs CSc���✓�se��oe 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? }yes, 4/1,jvaessa, Il 10. Bank References: PO e9f2 c:Sjeank- /U}' /197a L 11. Trade Association Membership: A1`4 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? NO QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF COUNTY 0F�'u �� ) r9�1%CLt_ K/ being duly sworn deposes and says that he is the m rPSi of Rr�G7r1 Zacr3(SC4�y, contractor and that answers to the foregoing questions and all statements therein con ained are true and correct. (Signature of person who ed bid) Sworn to before me this day of , 2024 Notary Public C.,oiVmission Expiration Date• ] ( f V ru KIMBERLY HONIG NOTARY No 01 H0state of 61543462 eW York Qualified in Suffolk County L3 CQ-1 Commission Expires- QS-4 12:21'PM Brian V. Mug Landscaper, Inc. ' 03/05/24 Balance Sheet Accrual Basis As of February 29,2024 Feb 29,24 ASSETS Current Assets Checking/Savings Capital One Savings 244,715.60 North Fork Bank 1,982.56 Total Checking/Savings 246,698.16 Other Current Assets Security Deposits 975.00 Total Other_.Current Assets Total Current Assets :(_-=247,673.16 Fixed Assets Accumulated Depreciation -643,658.00 Computer 1,556.64 Crop Care Sprayer 12,572.00 Fixed Assets 681,230.24 Total Fixed Assets 51,700.88 TOTAL ASSETS 299,374.04 LIABILITIES&EQUITY Liabilities Current Liabilities Other Current Liabilities Due to shareholders -220.01 EIDL Advance 2,000.00 Loan Payable -1,222.37 Loan Payable-B.&M Klug 14,000.00 Loan payable-Brian Klug,Jr. -6,950.00 Payroll Liabilities 8,763.68 Total Other Current Liabilities 16,371.30 Total Current Liabilities 16,371.30 Total Liabilities 16,371.30 Equity Common Stock 78,060.00 Retained Earnings 198,981.89 Net Income 6,020.85 Total Equity 283,002.74 TOTAL LIABILITIES& EQUITY 299,374.04 Page 1 • I TE CERTIFICATE OF LIABILITY INSURANCE . 08/30//2023 Y) 8/ 023 "PHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS `CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED`BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER NAMEACT Nate Petry Quinton Insurance PHONE (800)454-1970 FAX o A/c No): (585)388-9531 2700 Elmwood Ave E-MAIL-ADDRESS: service@quintoninsurance.com INSURERS AFFORDING COVERAGE NAIC 0 Rochester NY 14618 INSURERA: ERIE INSURANCE CO 26263 INSURED INSURER B: FLAGSHIP CITY INSURANCE COMPANY _.. ; 35585 Brian V Klug Landscaper,Inc INSURERC: SH��LTER�P.OINT. „ , 81434 P.O.BOX 349 -- - INSURER D:' ...:.. . ......a._. INSURER E: SPEONK NY 11972-0349 INSURERE: COVERAGES CERTIFICATE NUMBER: REVISIONS NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW'HAVE BEEN ISSUED TO-THE INSURED NAMED ABOVE LFOR THE POLICY:PERIOD INDICATED. NOTWITHSTANDING ANY.REQUIREMENT,-TERM OR CONDITION,OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT.TO WHICH THIS CERTIFICATE MAY.BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY,THE,POL-ICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY'PAID CLAIMS. - - INSR ADDL SUBR POLICY EFF- '-POLICY EXP--_._ ____ ____ LTR TYPE OF INSURANCE POLICY NUMBER MMIDD MMIDD i C.i'LIMITS,--„_; COMMERCIAL GENERAL LIABILITY - -- EACH,OCCURRENCE 1 $ 1,000,000' -.... <:.;I 2i`_E(,):'ir'' L ':..D G _O RENTED — CLAIMS MADE OCCUR PREMISES Ea occurrence $ 1,000,000 MED EXP(Any one person) $ 5,000 A Y Q32-8120097 08/31/2023 08/31/2024 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY JECT LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: ! $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea ac dent $ 1,OOO,OOO ci X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED AUTOS ONLY AUTOS Q08-8130206 08/31/2023 08/31/2024 BODILY INJURY(Pe raccident) ,$ X HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY /� AUTOS ONLY Per acciden t $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 1,000,000 A EXCESS LU\B CLAIMS-MA DE Q32-8170039 08/31/262" '08/31/2024 AGGREGATE -- $11,000,000 DIED RETENTIONS $ WORKERS COMPENSATION X STATUTE ERH AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE Y/N® E.L.EACH ACCIDENT $ 500,000 B OFFICERIMEMBER EXCLUDED? N/A Q91-6000155 07/10/2023 07/10/2024 (Mandatory in It yes,describe under E.L.DISEASE-EA EMPLOYE $ 500,000 nd DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 Group Short Term Disability O D255547 06/21/2023 06/20/2024 statutory DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) Town of Southold is included as additional insured with respects to the General Liability policy where required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ITHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Town of Southold ACCORDANCE WITH THE POLICY PROVISIONS. 54375 Main Rd. AUTHORIZED REPRESENTATIVE PO Box 1179 Southold,NY 11971 GZefi t+ceNr wit L<.o a.talc ©1988.2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD -�YORK Workers' CERTIFICATE OF � STATE Compensation Board NYS WORKERS' COMPENSATION INSURANCE COVERAGE 1 a.Legal Name&Address of Insured(use street address only) 1 b.Business Telephone Number of Insured Brian V.Klug Landscaper,Inc P.O.BOX•349 SPEONK,NY 11972-0349 1c. NYS Unemployment Insurance Employer Registration Number of Insured Work Location of Insured(Only required if coverage is specifically limited to 2."Name•and Address of entity Requesting Proof of Coverage U.Name of Insurance'Carrier (Entity Being Listed-as the,Certif1dAWHolder) FLAG$Hlp CITY,IN6uFkANCE COMPANY" Town otSouthold 54375 Main Rd. 3b.Policy Number Entity Listed,in,'Box:'1a" PO.Box 1179" r1. Southold,NY 11971 Q96-6100169 3c.Policy effective,period . nwinign9n to n7/ln/ongd 3d.The Proprietor,Partners or Executive Officers are Included.(Only check box if all partners/officers included) all excluded or certain partnerslofficers excluded. This certifies that the insurance carrier indicated above in box 7'insures the business referenced above in box"l a"for workers' compensation under the New York State Workers'Compensation Law. (To use this form, New York(NY)must be listed under Item 3 on the INFORMATION PAGE of the workers'compensation Insurance policy). The Insurance Carrier or its licensed agent will send this Certificate of Insurance to the entity listed above as the certificate holder in box"2" The insurance carrier must notify the above certificate holder and the Workers'Compensation Board within 10 days IF a policy is canceled due to nonpayment of premiums or within 30 days IF there are reasons other than nonpayment of premiums that cancel the policy or eliminate the Insured from the coverage indicated on this Certificate.(These notices may be sent by regular mail.)Otherwise,this Certificate is valid for one year after this form is approved by the insurance carrier or its licensed agent, or until the policy expiration date listed in box"3c",whichever is earlier. This certificate is issued as a matter of information only and confers no rights upon the certificate holder.This certificate does not amend, extend or alter the coverage afforded by the policy listed,nor does it confer any rights or responsibilities beyond those contained in the referenced policy. This certificate may be used as evidence of a Workers'Compensation contract of insurance only while the underlying policy is in effect Please Note:Upon cancellation of the workers'compensation policy indicated on this form, if the business continues to be named on',a permit,license or contract Issued by a certificate holder,the business must provide that certificate holder with a new Certificate of Workers'Compensation Coverage or other authorized proof that the business is complying with the mandatory coverage requirements of the New York State Workers'Compensation Law. Under penalty of paqury,I certify that I am an authorized representative or licensed agent of the insurance carrier referenced above and that the named Insured has the coverage as depicted on this form. Approved by: Gordon Quinton (Pant name of authorized representative or licensed agent of Insurance carrier) Approved by: 4" r+m Rimmca 4 myx 08/30/2023 (Signature) (Date) Title: President Telephone Number of authorized representative or licensed agent of insurance carrier: (585)244-9004 Please Note:-Only insurance carriers and their licensed agents are authorized to issue Form C-105.2.Insurance brokers are AM authorized to issue it. C-105.2(9-17) www.wcb.ny.gov �e Workers' Compensation Law Section 57. Restriction on issue of permits and the entering into contracts unless compensation is secured. 1. The head of a state or municipal-department, board, commission or office authorized or required by law to issue any permit for or in connection with any work involving the employment of employees in a hazardous employment defined byAhis chapter, and,notwithstanding any general or special statute requiring or authorizing the'issue of such permits, shall not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair, that compensation for all employees has been secured as provided by this chapter. Nothing herein, however, shall be construed as creating any liability on .the, part of such state or municipal: department, board, commission or'office to'pay any compensation to any such employee if so employed. 2. The head of a state or municipal department, board, commission or office authorized or required by lawn to enter into any contract for or in connection with any_work involving,the employment',of employees in, a:hazardous employment defined by this chapter.,,notwithstanding any-general or special statute requiring or authorizing any such contract,;shall not enter into any'such.contract unless proof duly subscribed by an insurance carrier,is produced,in,a form satisfactory to the chair,that compensation for all',employees has been secured as provided by this chapter, . e",r•... ...�. ,,... ... . .. 6'i?e,�g.ilp'Si'a ... ";'a.:w' A''C; is;=,:..� .:. .. ' .. • ,fir C-105.2(9-17) REVERSE aew Workers' "? STAr Compensation CERTIFICATE OF INSURANCE COVERAGE - Board NYS DISABILITY AND PAID FAMILY LEAVE BENEFITS LAW PARTA.To be completed by NYS disability and Paid Family Leave benefits carrier or licensed insurance agent of that carriell 1 a.Legal Name&Address of Insured(use street address only) 1 b.Business Telephone Number of Insured BRIAN V KLUG LANDSCAPER INC 631-369-3620 PO BOX 349 SPEONK, NY 11972 1 c.Federal Employer Identification Number of Insured Work Location of Insured(Only required if coverage is specifically limited to or Social Security Number certain locations in New York State,Le.,Wrap-Up Policy) (Entity Being Listed as the Certificate Holder) Shelter0oint1ife Insurance Company Town of Southold 54375 Main Rd. 3b.Policy Number ofEntity Listed in Box".Ia" PO Box 1179 DBL255547- +Irs. .. Southold, NY 11971 3c.Policy effective,peeiod 06/21/2023 to 06/20/2024 4. Policy provides the following benefits:- © A.Both disability and paid family leave benefits. B.Disability benefits only. C.Paid family leave benefits only. 5. Policy covers: © A.All of the employees'employees eligible under the NYS Disability and Paid Family Leave Benefits Law. B.Only the following class or classes of employer's employees: Under penalty of perjury,I certify that I am an authorized representative or licensed agent of the insurance carrier referenced above and that the named insured has NYS Disability and/or Paid Family Leave Benefits insurance coverage as described-above. Date Signed 8/30/2023 By a� (Signature of Insurance carrier's authorized representative or NYS Licensed Insurance Agent of that insurance carrier) Telephone Number 516-829-8100 Name and Title Richard White, Chief Executive Officer IMPORTANT: If Boxes 4A and 5A are checked,and this form is signed by the insurance carrier's authorized representative or NYS Licensed Insurance Agent of that carrier,this certificate is COMPLETE. Mail it directly to the certificate holder. If Box 4B,4C or 5B is checked,this certificate is NOT COMPLETE for'purposes of Section 220, Subd.8 of the NYS Disability and Paid Family Leave Benefits Law. It must be'emailed to PAU@wcb.ny.gov or it can be mailed for completion to the Workers'Compensation Board, Plans Acceptance Unit, PO'Box 5200, Binghamton, NY 13902-5200. PART 2.To be completed by the NYS Workers'Compensation Board(Only if Box 46,4c or SB have been checked) State of New York Workers' Compensation Board According to information maintained by the NYS Workers'Compensation Board,the above-named employer has complied with the NYS Disability and Paid Family Leave Benefits Law(Article 9 of the Workers'Compensation Law)with respect to all of their employees. Date Signed By (Signature of Authorized NYS Workers'Compensation Board Employee) Telephone Number Name and Title Please Note:Only insurance carriers licensed to write NYS disability and paid family leave benefits insurance policies and NYS licensed insurance agents of those insurance carriers are authorized to issue Form DB-120.1.Insurance brokers,are NOT authorized to Issue this form. DB-120.1 (12-21) uooiouiuiiuioii �II Additional Instructions for Form DB-12O.1 r By signing this form, the insurance carrier,identified in Box 3 on this form is certifying that it is insuring the business referenced in Box 1 a for disability and/or Paid Family Leave benefits under the NYS Disability and Paid Family Leave Benefits Law. The insurance carrier or its licensed agent will send this Certificate of Insurance Coverage(Certificate)to the entity listed as the certificate holder in Box 2. The insurance carrier must notify the above certificate holder and the Workers'Compensation Board within`10 days IF a policy is cancelled due to nonpayment of premiums or within 30 days IF there are reasons other than nonpayment of premiums that cancel the policy or eliminate the insured from coverage indicated on this Certificate. (These notices may be sent by regular mail.)Otherwise,this Certificate is valid for one year after this form is approved by the insurance carrier or its licensed agent, or until the policy expiration date listed in Box 3c,whichever is earlier. This Certificate is issued as a matter of information only and confers no rights upon the certificate holder.This Certificate does not amend, extend or alter the coverage afforded by the policy listed,'nor does it confer any rights or responsibilities beyond those contained in the referenced policy. This Certificate may be used as evidence of a NYS disability and/or Paid Family Leave benefits contract of insurance only while the underlying policy is in effect. Please Note: Upon the cancellation of the disability and/or Paid Family Leave benefits policy indicated on this form, if the business continues to be named on a permit, license or contract issued by a certificate holder,the business must provide that certificate holder with a new Certificate of Insurance Coverage for NYS disability and/ or Paid Family Leave Benefits or other authorized proof that the business is complying with the mandatory coverage requirements of the NYS Disability and Paid Family Leave Benefits Law. NYS DISABILITY AND PAID FAMILY LEAVE BENEFITS LAW §220. Subd. 8 (a) The head of a state or municipal department, board, commission or office authorized or required by law to issue any permit for or in connection with any work involving the employment of employees in employment as defined in this article, and not withstanding any general or special statute requiring or authorizing the issue of such permits,shall not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair, that the payment of disability benefits and after January first,two thousand and twenty-one,the payment of family leave benefits for all employees has been secured as provided by this article. Nothing herein, however, shall be construed as creating any liability on the part of such state or municipal department, board, commission or office to pay any disability benefits to any such employee if so employed. (b)The head of a state or municipal department, board, commission or'office authorized or required by law to enter into any contract for or in connection with any work involving the employment of employees in employment as defined in this article and notwithstanding any general or special statute requiring or authorizing any such contract, shall not enter into any such contract unless proof duly subscribed by,an insurance carrier is produced in a form satisfactory to the chair,that the payment of disability benefits and.after January first,two thousand eighteen,the payment of family leave benefits for all employees has been secured as provided by this article. DB-120.1 (12-21)Reverse 4 Cc)ra -z zt_n, Town of Southold "Oregon View Estates Drainage Projeet" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.)- All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is .a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you!' Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. S 9 500 — As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. Loou will be given ten (10) business days from notice of award to supply thisor the bid will be rescind d. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: I l a OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IQ I ct IF APPLICABLE: DATE FILED: STATE FILED: (\I ew O If a non-publicly owned Corporation: CORPORATION NAME: p rap_l A,n i ���hak+ `r1c_ LIS'T,P,R,INCIPAL STOCKHOLDERS: (5% of outstanding shares) CR i ►OL"-(A C0�1_C121A n% LIST OFFICERS AND DIRECTORS: NAME TITLE Ri Ohara y P S m a a a m m m m m a m a a a m a a a m a a a m m a a a m a m m a a m a m a m a a a m m m a a m m m m a a m m a a a m m m a m a a m m m a m m m a m m m m m m m a If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: p VENDOR NAME: Co'��2—�ri ' s,�ln �- �n C- ADDRESS: TIO 'B O?�, I a C LAJ-C-,\0 e_ I 3 CONTACT: CO YYOA"Lu ^ ` TELEPHONE: ON _T 3q—E:XQO 6 FAX: E-MAIL: 0+ C eG_ CD'y�a"Zu r:, CQ+ Co rp ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FA CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FA : CONTACT: E-MAIL:, Proposal Package 4 of to VENDOR NAME: r�Z7rt vim' �h�� C ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED Co1 NAME: W Y-aZ—tit.Y.� PSf I(\0-� ` n C- If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) nv yl e_ INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SII DI UAL,I Y BIDDER. AUTH IZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written 1 authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. Thep " on signin this bid, under the penalties of perjury, affirms the truth thereof. V SWORN TO BEFORE ME THIS Signature&Company Position"Rl t f \G� 1 G�'Zti�(y Z, V e fi� DAY OF 20�l Type Name&Company Position ' Company Name - NOT Y P LC Date Signed 0*try Publi.OISTT5Sta070979 of eYork NOW in suffolk Federal I.D.Number Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: Cor a Z Zt ri kpI1O-�A ' C- VENDOR ADDRESS: -?b Q- 93 5 TELEPHONE NUMBER: bl3 -7 a>4—9X0 0 FAX: (QThe undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The .submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated A- Proposal Package 7 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General_Conditions&Mobilizations 1 1 LS I 00 for I��tP `wu5CLn A c�n� --5� ''�`/iov�_ /LS �C7i00() ° a aG1OUb Dollars Cents Unclassified Excavation&'Grading 2 1 LS v d -1�,►ee h��ds� � y,,,�d o� 3� ® 0 for d US�n '//LS L4 aJ Dollars Cents SawC ttin u .As" 3 1,250 LF ,��,f(6 � p 60 for `3I� C u ✓C, -_s °� no CC�n� /LF (p 1�� Dollars Cents s`of xistin Catch:BasinRem oval _.. N: 4 6 EA for /)Q OtISG t��rLQ.�vvY� �10"1Q�'L ✓45/EA 1900 y�U o r7 Dollars Cents Removal_ f_ExWin 'Manholes14 o g 5 3 EA ford f\0_�0,J9 1A Y\y iW �Wd� t--J &kJ,a j�- �O CeA* /EA 1 00 o U �i �� ¢' Dollars Cents Remova I'of-Existing:18"'Corru ated..MetaLPi a". g. . P 6 700 LF for J-l\Iker -v rvb Cer\f5 /LF 9 1 � 0c) Z00 ° t� Dollars Cents 12"HDPE.Drainage Pipe" 7 700 LF for q One- C��� ��� � /LF � � � ,,,,87� G o I Dollars Cents .. - .. - 1' n - - - ora on,6. CA 41.T e Full Depth As Rest ti ( R - 8 5,925 SF for 570U`- ADlKarS Y\Cj C,,,+ /SF r b C7 2-•3)!CO a 7 Dollars Cents Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project J ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Removal of.Existing ConcreteCurb&Gutter&'Re lacement with_: " `= Concrete.Curb•Only 4 9 530 LF ( !S 06 for &Uays `+ YNG C2rlks /LF Dollars Cents Catch Basins 10 6 EA for ST 14" &kkovs � �e Ceki-b lS�`'�J o[ 00 T�71/SQ.✓� SI � /EA 1 Dollars Cents 4k Dia.Manholes 11 3 EA for 410V1avi rxo C_C►li3 /EA 00 6121 100 OD Dollars Cents Topsoil&Seed 12 2,050 SF OZ, Ob for 'rWD Q�a''S 0, nc� ro CGr� /SF Z yj C Co Dollars Cents (Add All Items) j o /� TOTAL for4ne hunded1�h/ h�� vusav,dy�„tiel�vr�R�`-�A i�- �/ ��O�Givs U �. Dollars Cents / CL'A no CCr&s Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. AddAlternate:l -.Re'rrioyal,of-Existing.Concrete�Curb&.Gutter.&„Replacement with.- _. . . _ .. .._ Concretkbri b Only on Horseshoe Dr: = _ _ _ ALT1 75 LF Sly for (Zot►'l�7q ��e JA�arS ayi d n0 Cetl-� /SF � � 0 O Dollars Cents Page 9 of 10 AUTHORIZED SIGNATURE PRINT NAMES TITLE DATE —� aL ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF I le- ) ss.: On the -1 day of CJ-) in the year 2024 before me, the undersigned, personally appeared, '�Rj &hoty-cl --a , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NO ARYPUBL �pY A.$TAPOW �ry Public,Stat������k pp.O1S$ 1k Coyy� E*0 Ian- Proposal Package 10 of 10 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: Rtchay-a (vct'2 .nt—UL LA Corporation n - A Partnership or Entity Z FIRM NAME: COV-CL2 nk J��h�-� I o L An Individual PRINCIPAL OFFICE: r (Qa 4S Cox Lane 66&+Ch03 Ve PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1,% q ayaCc✓eaz"-� 8SW 1kW5 tv A- gu�� o" c Le k,s-I-�. cA Vice Res�rrF ?Itck � Coraz '�'.� 9 Ita3r 1. How many years has your organization been in business under its present business name? 35 years +- 2. You normally perform what percent of the work with your own forces? + U List trades that you organization normally performs below: 0,5phai4- ro2dtc/6L/f 3. Have you ever failed to complete any work awarded to you? No. If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? if yes, please provide details. Al 0 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work -fown of -D°"n I�3iI o,r�hol� �o23 10 0 S SGw -R- bra�n1 L 21 ZOz`( (6 a fx\G1vY06Xue-CaW 0 ( 631) sc�3-634 I QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity C')r c"'' '� V Co c eavr /0 0 l VC Uin go&or,owski Vbv-cman ZS years l d0 '/'. 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: Lo cca [�>g d(12t'—A�V'S Lo c aA 1 ZA 6 Lc oo,- 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? v I QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF S A 'R+ 61avd COYCI'z-Li;I W being duly sworn deposes and says that he is the Vic Pr-5 �deJt- of C,or�12�N� &0 x ' I cn Ccontractor and that answers to the foregoing questions and all statements therein contained are true and correct. it_7; ' I (Signature of person who signed bid) a 14 Sworn to before me this=day om , 2024 Notary Public Commission Expiration Date: WENDY A.STAPON Mry Po 0ic5T507�Stato of9w�QUBMW in Suffolk I a O mission Fxp M 1sn. i, QS-4 CORAZZINI ASPHALT INC. FINANCIAL STATEMENTS AND SUPPLEMENTARY INFORMATION FOR THE YEAR ENDED DECEMBER 31,2022 BMKR,LLP Certified Public Accountants BMKR,LLP Certified Public Accountants BM T 631-293-5000 1200 Veterans Memorial Hwy., Suite 350 F 631-234-4272 Hauppauge,New York 11788 www.bmkr.com Thomas G.Kober CPA Brian Mayhew,CPA Charles W.Blanchfield CPA(Retired) Alfred M.Rizzo CPA Moises Sa,CPA Bruce A.Meyer CPA(Retired) Joseph Mortimer CPA Matthew Papadopoulos,CPA INDEPENDENT ACCOUNTANT'S REVIEW REPORT To the Board of Directors Corazzini Asphalt Inc. Cutchogue,NY 11935 We have reviewed the accompanying financial statements of Corazzini Asphalt,Inc. (an S Corporation),which comprise the balance sheet as of December 31,2022,and the related statements of income,changes ini,stockholder equity,and cash flows for the year then ended,and the related notes to the financial statements. A review includes primarily applying analytical procedures to management's financial data and making inquiries of Company management. A review is substantially less in scope than an audit,the objective of which is the expression of an opinion regarding the financial statements as a whole. Accordingly,we do not express such an opinion. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes the design,implementation, and maintenance of internal control relevant to the preparation and fair presentation of the financial statements that are free from material misstatement whether due to fraud or error. Accountant's Responsibility Our responsibility is to conduct the review engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA.Those standards require us to perform procedures to obtain limited assurance as a basis for reporting whether we are aware of any material modifications that should be made to the financial statements for them to be in accordance with accounting principles generally accepted in the United States of America.We believe that the results of our procedures provide a reasonable basis for our conclusion. We are required to be independent of Corazzini Asphalt, Inc. and to meet our 'other ethical responsibilities, in accordance with the relevant ethical requirements related to our review. Accountant's Conclusion Based on our review,we are not aware of any material modifications that should be made to the accompanying financial statements in order for them to be in accordance with accounting principles generally accepted in the United States of America. Supplementary Information The supplementary information included on pages 16-17 is presented for purposes of additional analysis and is not a required part of the basic financial statements.The information is the representation of management.We have not audited or reviewed such information and,accordingly,we do not express an opinion,a conclusion or provide any assurance on it. Hauppauge,New York November 30,2023 / 'I CORAZZINI ASPHALT INC. BALANCESHEET DECEMBER 31,2022, ASSETS CURRENT ASSETS: Cash and cash equivalents $ 1,166,097 Contracts receivable 525,238 Securities available for sale 544,378 Inventory 52,500 Prepaid expenses 74,225 TOTAL CURRENT ASSETS 2,362,438 PROPERTY AND EQUIPMENT: Costs 4,859,313 Less: accumulated depreciation 3,028,539 TOTAL PROPERTY AND EQUIPMENT 1,830,774 TOTAL ASSETS 4.193,212 See accompanying notes and independent accountant's review report. Page 2 BMKR,LLP Certified Public Accountants CORAZZINI ASPHALT INC. BALANCESHEET ' DECEMBER 31, 2022 LIABILITIES AND STOCKHOLDER'S EQUITY CURRENT LIABILITIES: Accounts payable $ 576,605 Accrued expenses 54,996 Payroll taxes payable 21,546 Current portion of long-term debt 211,783 TOTAL CURRENT LIABILITIES 864,930 OTHER LIABILITIES: Long-term debt 219,311 TOTAL LIABILITIES 1,084,241 CONTINGENCIES & COMMITMENTS STOCKHOLDER'S EQUITY: Common stock no par value: 200 shares authorized: 100 shares issued and outstanding 5,000 Treasury Stock: 50 shares at cost (400,000) Accumulated other comprehensive income 45,343 Retained earnings 3,458,628 TOTAL STOCKHOLDER'S EQUITY 3,108,971 TOTAL LIABILITIES AND STOCKHOLDER'S EQUITY 4,193,212 See accompanying notes and independent accountant's review report. Page 3 BMKR,LLP Certified Public Accountants CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Four by and between the Town of Southold, party of the first part (hereinafter called the Owner), and party of the second part (hereinafter called Contractor). WITNESSETH: That for and in consideration of the-premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Oregon View Estates Drainage Proiect. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), , Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive arry additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE BY Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that�by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 4 Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. y� Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME: 1)aq(i %m C d6a &A Foil'- AzP64 VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 1160 IF APPLICABLE: DATE FILED: I9 0 STATE FILED: �y If a non-publicly owned Corporation: CORPORATION NAME: DeLa(►o CA'' SAWS ULP2 d6Q F��k As�"AA LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) pef ru IA De.LQ 110 S c-. I 6"s (De.La l i J i'e-(N W- lDkLCA(�v I. LIST OFFICERS AND DIRECTORS: NAME TITLE �eryU W. 5r P(eS)&A 1 , i/. 1 C�' P�C&- \\A V —Tlrvs,,. ). h_- La f No y`t C., -?"S L MEN"■eneaeemeeeeeemeeeee OMEN mmeae Menge memeeeemmmame"men NON eeeoeeeeeameaeeeeeeeseai If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: t VENDOR NAME: l i o Cook e S-�'o t C�Ss, 8,65 ADDRESS: o�ay ��1 �� S-' CONTACT: ptf pE LC4 TELEPHONE: �31 - �`�� ' c 6-4 FAX: (�31 E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: E-MAIL: CONTACT: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 VENDOR NAME: De.Lci dhA EA ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE S DISQU LIFE' BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within Imy firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or!her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, ,collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The on signing this ' unde�r the penalties of perjury, affirms the truth thereof. �� SWORN TO BEFORE ME THIS Signatures V➢V&/Com _an_ W Vy Position pefN • W AI Y �rtS1k4 G DAY OF 204D" Type Name&Company PositichI�'ILtYCh bel a(i.Coa.V r S6 ('�'�► ,_ 86 ,Gck ,raft P .t p �N vV CUB Company Name NOTARY-JI, PCsjrr s I - ate Signed p dry` Federal I.D.Number ION '���Q-� Proposal Package 'of`10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: h2L AI i Cba 156k Ce 1v VENDOR ADDRESS: �a''I Nils ►' ��n S� I196b TELEPHONE NUMBER: (31 - ag3 - 0®3-4 FAX: 63� - a�3- 0-14 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals 'as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such at leas one partnership, by one of the partners or other person authorized by a writing signed by general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the frill nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS obilfzatioris=°':`'= " __..- - - - General Conditions:&M - -- 1 1 LS 100 for (4 !LS Dollars Cents tJnciass�ed ExcaVati6n:&Giddin" 9 - 2 1 —LS ( � 15' p0® c)o for �tk'een-Tkolr_,�a.� L lays 4,A no C.eAs /LS Dollars Cents _.... . ` . ..._.. . -._. . . . .�...As Saw uttt Halt 3 1,250 LF T oa 3-" for I lkteQ &1 1 al a(\j no Ce(\�S /LF Dollars Cents -A' �j"� �,,�] i ` 1 1 11 �00 6® 15,000 ®0 4 6 EA forT-W0 16kT44 FIVL 11�Al\CftA 80ll rS oA C\o &.4EA I Dollars Cents 5 - 3 EA one-7 �S" Five 1 ama � �e`�t r", for ha C� � /EA Dollars Cents '"Corfu ated_Nletat:Pi e__ ". Removat_of_Existing 18_ - g - --!Pei - - - 6 700 LF �7 ®�i ��J ®� for Five Dollar n� Celks /LF Dollars Cents - 7 700 LF 1 ao for-Caen-�y N len �l� h� UrAS_ /LF Dollars Cents Full-DepfhAsphaltReMdratioR::C"CA,_4 _ZYPe`-. .:.'. - A 8 5,925 SF for F i 1h b0l I(Xs �•�+ W nJ Celis /SF aq, _ 00 Dollars Cents Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UN:BBIDPRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOL CENTS DOLLARS CENTS n with:': _ . ,. ,�a.,.,-;:::-� �,:. ..a,,; .;z'.-`°--='~`., :;,:<_.=<:-.;__. ,:..:.ram.;,•_,_.,.. =Removal o€Existin -Conti-te�Curli&-Ggttec&Re laceme t, -- Concrete_CurbOnly-- ::::::° ` :':: _;.__:_::-:. :'.-_�-�=_:_�- 00 9 530 LF �^ for {' I Jo1IQ a,.d no CCn /LF Dollars Cents -F --: _ Catch Basins- 10 6 EA - -.. .. _. a„ bOl I l?�S �.� r� e���s /EA ��aoo 3L4��C) for V l Y.-r� �S � Dollars Cents - - 4.'Dia:Manholes- 3 EA for l ll 110 ���5 / �I k `r � � �O lars QY�C EA Dollars Cents TOP d 12 2,050 SF 1 for \/Q- �Ga S �C 110 c��s /SF Dollars Cents (Add All Items) 'l \ \ I ( �j � r\ T 1 �* �l � U�- TOTAL for0l)e 4Ut�YiGd EIRh't4-&Veyx I hr�'S� �1YtC �t(t� 1G�.Ty Ilv1a P�S Gin11 Dollars Cents hQ, C-RG Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the ri ht to increase,decrease, or eliminate in its entirety an or all items prior to or after award of the bid. Add:Alte"te,l=Removal of•Existin- Concrete.Curb&Gutter&Replace mentwith :_.,: _ -.._ -• -- - - - - Concrete Curb Only_on'-Horseshoe Dr.; � 57o 0 o ALT1 75 LF for eve n�,j Lb l Imo, a n C6 r\O 0--s /SF r� Dollars Cents Page 9 of 10 AUTHORIZED SIGNATURE PRINT NAME �2�f�(� W �a�i a TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF Su.%mil L ) ss.: On the G day of (Y "CAN in the year 2024 before me, the undersigned, personally appeared, Tejry W- -DeLAa 41r , personally !known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the i�instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. `1�� N � `7 NOTARY P,UBLIC ;OF NEW YORK NOTARY PUBLIC �� o�eea h cd,ny ►�� p\ OtCU6372oa8 /�`y' "ON, 40AF Proposal Package 10 of 10 Town of Southold BIDDER'S UQ A JFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. ^ A Cor oration SUBMITTED BY: Pef�, W. Ma(iu Partnership or Entity An Individual ', �': ��� 1 6 FIRM NAME: r PRINCIPAL OFFICE::' t ,1 @Q�7 '�6 l � S� �a ., W1 I 1 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESpS� 'PROFESSION/TRADE sz. k, ce�ns�a.� �'�ny�d•Qel-�lz�� �5 I�'(�►S �a�\ 1. How many years has your organization been in business under its present business name? y 'rs 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. N� QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion Tow, A £� } > �� Sieve Lry k s a 31 y IDC N�Z4i�cg ;Ti � o pore To o� n� (� IDS.SG So /o ^3 Q1oa�. Woi 11 S�tee� 1%lla� 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces r Name Telephone# Telephone# Amount Completion % of Work �L7Wri 4A sciu4 t 141- TI-1-11r a-x T��hV�xJ1� 14�zj,�11 l�'3�1a 1 �a�a l a cc►,N -A (41.1 �l S6 P 1�4- N r- had l +r. � ►` °^� C�3J �� -��ba I ss�p Aug Q� ,�. ��l l ►�c Rayn°r 6 pke ►ate �$ � Jkr QJO' 1a13z�aa 1J� ,Iv ((A' OZ)a 0 QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work y Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci qo y r-, 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the ContractTime? 1-/-eS 10. Bank References: l01, Milo, S� SbA 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 r 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. y l STATE OF k-e W NhAC ) COUNTY OF 0"A'IIL ) PfUN W` NLalIN11 "J'r being duly sworn depose ar d sa ss that he is the fr��i�� of 1�elal�a C�1 s C� i a c1► S&::�' ont aMir anti that answers to the foregoing questions and all statements therein contained are true and correct. (Signa ire of person who signed bi ) Sworn to before me this 6 day of ftWL„ 2024 Notary Public Jc t&oak_ Commission Expiration Date: ,\00 �WiC�'''' STATE �a OF NEW YORK NOTARY PUBLIC S/ON QS-4 Client#:85612 DELACOA2 M/DD/YY ,A00RDTM CERTIFICATE OF LIABILITY INSURANCE 12/1 DATE(MMIDDNY4/2023 YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Commercial Support Edgewood Partners Ins.Center HONEo FAX / (A/C N Ext: 3 - 0- -390-9790 40 Marcus Drive E-MAIL ADDRESS: NEcertificates ap icbrokers.com 3rd Floor INSURER(S)AFFORDING COVERAGE NAIC# Melville,NY 11747 INSURER A:Berkley National Insurance Company 38911 INSURED INSURER B:Berkley Insurance Company 32603 DeLalio Coal&Stone Co.,Inc. American Alternative Insurance CorpINSURER C: 19720 224-A North Main Street StarNet Insurance Company 40045 INSURER D: P Y Southampton,NY 11968 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY IEFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DDIYYYY MMIDD/YYYY A X COMMERCIAL GENERAL LIABILITY MKG00000046 12/16/2023 12/16/2024 EACH OCCCUR��RENCE $1,000,000 CLAIMS-MADE I OCCUR PREMISES Ea occurrence $100 000 MED EXP(Any one person) $5 000 PERSONAL&ADV INJURY $1,000 000 GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $2,000,000 PRO- LOC PRODUCTS-COMP/OP AGG $2,000,000 POLICY FX JECT OTHER: $ D AUTOMOBILE LIABILITY MKA00000020 12/16/2023 12/16/202 CO accldentSINGLE LIMIT 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per accident B X UMBRELLA LIAB X OCCUR MKC11100006 12/16/2023 12/16/2024 EACH OCCURRENCE $5 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 00O 000 DED I X RETENTION$10000 $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N 'TA LITE I 1FR ANY PROPRIETOR/PARTNERIEXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Excess Liability 93A2FF1000057 12/16/2023 12/16/2024 $5,000,000 Occ/Agg A Pollution Liab. MKG00000046 12/16/2023 12/16/2024 $100,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Town of Southold is included as Additional Insured with respect to General Liability,Auto Liability and Umbrella Liability coverage as required by written contract. 30 Day Notice of Cancellation applies. CERTIFICATE HOLDER CANCELLATION Town of Southold SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 53095 Main Road ACCORDANCE WITH THE POLICY PROVISIONS. Southold,NY 11971 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S6089976/M6089737 EAB01 • 13, KANDELL, FARNWORTH & PUBINS, CPA's, P.C. A growth organization... To Management DeLalio Coal & Stone Co., Inc. 224 N Main St Southampton, NY 11968 Management is responsible for the accompanying financial statements of DeLalio Coal & Stone Co., Inc. (an S corporation), which comprise the statements, of assets, liabilities.and equity -tax basis as of December 31, 2022 and December 31, 2021, and the related statements of revenues and expenses -tax basis for the years then ended in accordance with the tax basis of accounting, and for determining that the tax basis of accounting is an acceptable financial reporting framework. We have performed a compilation engagement in accordance with Statements on Standards for Accounting and Review Services promulgated by the Accounting and Review Services Committee of the AICPA. We did not audit or review the financial statements nor were we required to perform any procedures to verify the accuracy or completeness of the information provided by management. We do not express an opinion, a conclusion, nor provide any form of assurance on these financial statements. The financial statements are prepared in accordance with the tax basis of accounting, which is a basis of accounting other than accounting principles generally accepted in the United States of America. Management has elected to omit substantially all the disclosures ordinarily included in financial statements prepared in accordance with the tax basis of accounting. If the omitted disclosures were included in the financial statements, they might influence the user's conclusions about the Company's assets, liabilities, equity, revenues, and expenses. Accordingly," the financial statements are not designed for those who are not informed about such matters. Kandell, Farnworth & Pubins, CPA's, P.C. Riverhead, New York November 15, 2023 i Del-allo Coal & Stone Co., Inc. y STATEMENTS OF ASSETS, LIABILITIES AND EQUITY - TAX BASIS As of December 31, 2022 and 2021 ASSETS CURRENT ASSETS CASH $ 684,316.67 $ 813,338.98 ACCOUNTS RECEIVABLE 505,077.21 811,112.87 INVENTORY 36,643.19 32,622.24 TOTAL CURRENT ASSETS 1,226,037.07 1,657,074.09 PROPERTY AND EQUIPMENT LEASEHOLD IMPROVEMENTS 164,959.78 164,959.78 MACHINERY & EQUIPMENT 2,603,592.39 2,600,343.51 AUTOMOBILES 2,206,705.76 2,194,659.94 LESS: ACCUMULATED DEPRECIATION (4,912,337.87) (4,864,081.91) NET PROPERTY AND EQUIPMENT 62,920.06 95,881.32 OTHER ASSETS GOODWILL 325,000.00 325,000.00 ACCUMULATED AMORTIZATION (625,000.00) (625,000.00) COVENANT NOT TO COMPETE 300,000.00 300,000.00 TOTAL OTHER ASSETS 0.00 0.00 TOTAL ASSETS $ 1,288,957.13 $ 1,752,955.41 See Accountants' Compilation Report 1 DeLallo Coal & Stone Co., Inc. STATEMENTS OF ASSETS, LIABILITIES AND EQUITY - TAX BASIS As of December 31, 2022 and 2021 LIABILITIES AND EQUITY 243� 2021 CURRENT LIABILITIES N/P-MACHINERY& EQUIPMENT $ 152,481.17 $ 150,024.05 DEPOSITS ON CONTRACT 519,147.64 625,013.94 ACCOUNTS PAYABLE 542,906.99 735,048.25 SALES TAX PAYABLE 2,581.38 1,310.81 PAYROLL LIABILITIES (4,241.52) 357.67 TOTAL CURRENT LIABILITIES 1,212,875.66 1,511,754.72 LONG-TERM LIABILITIES N/P-MACHINERY& EQUIPMENT 174,648.55 332,047.34 OFFICERS LOANS 2,547.06 2,134.59 TOTAL LONG-TERM LIABILITIES 177,195.61 334,181.93 TOTAL LIABILITIES 1,390,071.27 1,845,936.65 STOCKHOLDERS' EQUITY COMMON STOCK 65,000.00 65,000.00 ADDITIONAL PAID IN CAPITAL 300,000.00 300,000.00 RETAINED EARNINGS (316,373.83) (328,680.20) SHAREHOLDER DISTRIBUTIONS (471,681.00) (190,118.00) TREASURY STOCK (141,607.41) (141,607.41) NET INCOME(LOSS) 463,548.10 200,424.37 TOTAL STOCKHOLDERS' EQUITY (101,114.14) (92,981.24) TOTAL LIABILITIES AND STOCKHOLDERS' EQUITY $ 1,288,957.13 $ 1,752,955.41 See Accountants' Compilation Report 2 0 Del-allo Coal & Stone Co., Inc. STATEMENTS OF REVENUES AND EXPENSES - TAX BASIS 12 Months Ended 12 Months Ended December 31, 2022 December 31, 2021 INCOME SALES $ 7,862,077.25 $ 6,968,712.51 TOTAL INCOME 7,862,077.25 6,968,712.51 COST OF GOODS SOLD PURCHASES 2,345,777.30 2,247,518.70 PAYROLL TAXES 178,002.58 147,896.53 TRUST BENEFIT& FRINGE 740,763.32 706,646.87 DIRECT LABOR 1,163,205.56 1,049,030.21 SUBCONTRACTORS 347,188.23 403,171.54 TOTAL COST OF GOODS SOLD 4,774,936.99 4,554,263.85 GROSS PROFIT 3,087,140.26 2,414,448.66 OPERATING EXPENSES SALARIES &WAGES 965,077.45 373,344.80 ADVERTISING 12,263.53 11,983.95 GAS&OIL 225,570.76 158,405.08 AUTOMOBILE EXPENSE 152,200.27 138,749.72 BANK SERVICE CHARGE 13,570.85 1,899.54 BUSINESS DEVELOPMENT 40,000.00 0.00 COMPUTER EXPENSES 2,644.71 0.00 CREDIT CARD FEES 33,409.55 34,913.85 DUES & SUBSCRIPTIONS 29,616.91 36,830.23 EMPLOYEE BENEFITS 109,632.47 114,204.62 _. MEALS & ENTERTAINMENT 6,359.39 10,861.25 INSURANCE 201,577.51 277,316A9 INTEREST 9,210.42 6,237.49 LICENSES 16,632.11 8,408.75 OFFICE EXPENSE 69,780.83 77,486.28 PAYROLL FEES 44,779.19 49,167.11 PERFORMANCE BONDS & BIDS 43,936.13 15,378.94 PENALTIES 1,209.75 0.00 PROFESSIONAL EXPENSE 15,964.15 56,397.47 RENT 300,400.00 226,000.00 RENTAL OF EQUIPMENT 3,596.03 684.34 REPAIR & MAINTENANCE 33,166.58 26,794A5 SHOP EXPENSE 133,815.57 107,807.26 PAYROLL TAXES EXPENSE 56,784.20 59,592.32 TAXES 6,735.30 4,069.26 TELEPHONE 14,144.23 13,902.46 TRAVEL 7,137.46 575.50 UTILITIES 14,059.54 13,029.69 DEPRECIATION 60,288.94 469,693.71 TOTAL OPERATING EXPENSES 2,623,563.83 2,293,734.56 OPERATING INCOME (LOSS) 463,676.43 120,714.10 OTHER INCOME (EXPENSE) INTEREST INCOME 2,561.92 218.19 FINANCE CHARGE INCOME (6,825.25) 799.47 GAIN (LOSS)ON SALE OF ASSETS 2,000.00 73,500.00 UNITED STATES TREASURY REFUND 2,235.00 5,192.61 TOTAL OTHER INCOME (EXPENSE) (28.33) 79,710.27 NET INCOME (LOSS) $ 463,548.10 $ 200,424.37 See Accountants' Compilation Report 3 , Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 10 WA-5119VYOM&Lanascape Cons►ructxon Inc. 6477 souad Avenue - - P;O-Box 104 - BIDDER'S CHECK LIST' MO#1i"elt N'Y'119$2 - Your response to our above-referenced bid will be considered unresponsive.and will be rejected if the following forms are not included at the time of the bid opening.. ' Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the.amount.of Five.Percent of Bid Price as required in.the. . Invitation to Bid. ' As.per.specifications, the Town of Southold requires a current insurance certificate, With the Town of Southold listed.as additional insured, to be on file in-the Purchasing Department. You will be given ten(10)business days from notice of award to supply this form or the bid will be rescinded. Vendor Information.Sheet and Address Record Form. FV Assumed Name Certification. Bidder's Qualification Statement. . NOTE:.Please do NOT.sign.the Contract.Agreement. It is included only..for informational purposes, and will be signed by the successful bidder after award of . the contract. Proposal Package 2 of 10 VENDOR NAME:��\�� VENDOR INFORMATION SHEET TYPE OF ENTITY•CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID 9k OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESSA, �m CONTACT: c� TELEPHONE ����a,�g—���1? Z FAX: . Cow`— y� E-MAIL: � \C— - ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 VENDOR NAME: Q�n ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached' K I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. Thnrs il n -bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS ure&Compa/n'y Position 1 sikll_ DAY OF 20 Type Name&Company Position Company Name 140TARY PUBLIC STACIE POLLIO Date Signed NOTARY PUBLIC,STATE ORNEW YORK Registration No. 01 P06046557 � —D' Qualified In Suffolk County Federal I.D.Number Commission Expires August 14 Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAMECP — �` wo Ac, 13, VENDOR ADDRESS: C'A-7--) TELEPHONE NUMBER: �� FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 GATZ SITEWORK AND LANDSCAPE CONSTRUCTION TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Ore on View Estates Drainage Project. ITEM NO.. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General-ConditionsA Mobil-izations_ LS NINE THOUSAND DOLLARS AND NO CENTS for /LS 9,000 00 91000 00 Dollars. :. Cents Unclassified Excavation&Grading :- 2 1 LS for THIRTY ONE THOUSAND DOLLARS AND NO CENTS 31,000 00 31,000 00 /LSDollars Cents Sew Cutting Asphalt 3 1,250 LF TWO.DOLLARS AND FIFTY SIX CENTS 2 56 3,200 00- for /LF Dollars Cents Removal of Existing Catch Basins - 4 6 EA ELEVEN HUNDRED DOLLARS AND NO CENTS 1,100 00 6,600 00 for /EA Dollars Cents Removal of-EAsting Manholes - 5 3 EA for NINE HUNDRED DOLLARS AND NO CENTS /EA 900 00 2,700 00 Dollars Cents' Removal of Existing I&'Corrugated Metal Pipe__ 6 700 LF for TWENTY SEVEN DOLLARS AND NO CENTS /LF 27 00 18,900 00 Dollars Cents 12"HDPE Drainage Pipe - 7 700 LF for FIFTY TWO DOLLARS AND /LF NO CENTS 52 00 36,400 00 Dollars . Cents Full Depth Asphaft Restoration(6"RCA;4"Tye 6) 8 5,925 SF. for SEVEN DOLLARS AND SIXTY CENTS /8F. 7 60 45,030 00 Dollars Cents Page 8 of 10 GATZ SITEWORK AND LANDSCAPE CONSTRUCTION TOWN.OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS Removal of E)dsting Concrete Curb&Gutter&Re lac ement with Concrete.Curb Only' 9 530 LF for NINETY THREE DOLLARS AND SIXTY CENTS /LF .93 60 49,608 00 Dollars Cents. . Catch Basins. 10 s EA FORTY ONE HUNDRED DOLLARS AND NO CENTS 4,100 00 24;600 00 for /EA Dollars Cents 4'Dia:Manholes 11 3 EA for THIRTY THREE HUNDRED DOLLARS AND NO CENTESS 3,300 00 9,900. 00- Dollars Cents Topsoil&:Seed 12 2,050 SF, TWO DOLLARS AND FORTY CENTS 2 40 4,920 00 for /SF. Dollars Cents (Addtl Items)TWO HUNDRED FORTY ONE THOUSAND.EIGHT HUNDRED FIFTY EIGHT 241 8SH=00 . TOTAL DO LLARS-A��T�oENTS Dollars Cents: Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the fight to increase,decrease;or eliminate in its entiretyany or all items prior to or after award of the bid. : Add-Altemate 1-Removal of EAsting Concrete Curb&Gutter&-RePlaceriient wlth Concrete Curb Only on:Horseshoe Dr. - - ALT•-1 • . 75 LF for ONE HUNDRED FIFTY FIVE DOLLARS%LF 155 00 11,625 00 Dollars Cents Page 9 of.10 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, -�a , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARV PUBLIC STACIE POLLIO NOTARY PUBLIC,STATE gQrjNEW YORK Registration No.01 P06046557 Qualified In Suffolk County Commission expire sA pust 14 Proposal Package 10 of 10 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY:��c--' A Corporation Cw,-k-t--'--- A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFI PRINCIPAL OFFICERS: BACKGROUND TITLE`` NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? —�� p_rP�,�2. ,Y Spym -ec e, m pe �g. i ou normally perfor w at rcent of the work your own forces? List trades that you organization normally performs below: Vaat 3. Have you ever failed to complete any work awarded to you? lam. If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes;please provide details. �J 6. List the major construction projects your organization has underway at this date: Name of- Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of- Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: �o 11. Trade Association Membership: L.D 12.,Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the g� investigation'? _ �� ,o�`(1 A1. fa c,�� ` VQk QS-3 \n 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in re'ection of the Bidder's Proposal. STATE OF COUNTY OF �_4,�C�.4�Z— b iinng duly swRM deposes and says that he is the yw_ of y� contractor and that answers to the foregoing questions and all statements therein contained are true and correct. gnature of person who signed bid) Sworn to before me t is day of 2024 Notary Public ' Commission Expirati n Date: �IL FACIE POLLIO NOTARY PUBLIC,STATE OR NEW YORK Registration No.01 PQ6046557 Qualified in.Suf Olk county COmmisSIOn ftlfbb Mgw 14 QS-4 COCIVICATEOF;ZORPO""m OF LJW �MHO�E �•�� SHEN pjo-` jV4FAJD,W. 11901 anise •. ZY'��. �.��is�em.Ya���� p�a�iesil�� •� ' for sir 3as . �!► �aewi�!I► ykpeapdadeltat "don 4or.00ds� . Piebald.gvou l 1 pj Fcrs� ,wit ' R - do ZW VC, OF A MOMENT OF THE OFDXORPORATM OF. QATZ — ►- - ;i�a'�oios�5 mm Sacmak 'bs drat ALYIm* . s �'rArseam how* Pmmmmb aE*b cuditmarm! I 't�s a afoo�o�sl K is ���ie�esli�►aa � . '14f Z 19YS t Of Sftte moldes of Cwpwad s Raft Tbo- - Oo�ta;oediia.�isa�bsae�: 1`2017. .fit Z.ft X"uw G^TZ ST EW w�ttID�.�kfi�IDS+CAPE�QN �i ' DOG ID 178286 bwaLow gifts Daft]ULY 20.29" coolo" FOLIC NEWYORK DOi ®t RPO Cri�MN Sim A ' �sPi.ais{�Cs�s:�.�D178�wlE�:l. � ii11�c,tttis.�►� G,MSrOMM AND LANPSCAM cotalRucnaN M BOX tag MATMUCK.3M .11952 cmd . CQUELDMGA- 6477 SOUND AMM 11952 MATnT DCL p lodDmm fsA-a grnW=AND LANDSCAPE cm&Tnucnm4 we 6471901AID A MATFt'n= TOM 11992 DONE hip • i f • iAEZ dye.as d =wp ftdig'eL . ,�oe;ssoc�oe �a�a hdwmadm it 200a pwvsbm ilk . !lone 2WeAAWO �, islor�s m� Malmo : a GArrZ SrMwe". LANDSCAPS May 24, 2027 Internal ROveaLe Service Cincisu�ti OH 45989 ge: Ksme. Change it's its Inc. has cuang" . Please be advisad that Sitewo= sue P* tau Inc. oospo a of now York is €; �a rate nab � The DAVA. c�sax4Va f led stt� the Star of apztl- t8, 2017. Tl-.e Employer lot BF 12-20#SS'7.- filed as � and exc:3ss taxes will be All futtss. corpQ�te� payrollz�ian Inc. Utz S'itsork and landscape Us at ff any . LtiaMl infazmatian is =brad plsass Your e=ljest Convenience• ;elY, sine Satz Jiden't .� iQp IS3C• iteiro=k s Landscape f Est" i pyw,,�od��1.•4rl�� fa � Wald �.�ro.+r.o�►. . GKIZ Win, N. Y. S. P141 T: OF STATE DIVISION OF CORPORATIONS AND STATE P =P.DS ALEANY, BY 22231-0001 FILmG •nz=PT imm : c Tz sinmm Aum LmmscAPs cmpJmwcTim Iic. DOCmwa'T TYPE: AmmmmmT tDaesTSc suss Sss) COVEY: SBFF MWE FILSD:04�18/201? I7O8'ATIt :**�****** CASB.:170418000433 FILM #:170A1$.00"18 i F31M SA BQBG, BSQ. TWMI'LATIMIAMMIENJAYIDMUF LLP P.O. SCM 9398 i RIY BXD, BY 11901 s Foy Piss: --------- --��wr--- I I ----------------- •s �' �,,,.-�`' `. j r r, ••' 9 r- w la .!•�...�'. • G a r}i.F a SSIr"U.18 f'' W=:. C019Y ATWMMM ON== CMWJWY - 08 .8889= Can: fl8 FEW 98.00 PA '8 95 X flQ Chm Coo TAX 0,00 CSitg 0.00 cmka= 0.40 . ooPsss zo.o0 .0,00 . Zn iG 2.5.00 orax. 0.00 gggum 040 00 :�.ssssss:s_----.=s-s--_-_sss=__=-•.-^---s:ssssss-=_-��=xs=s Dps=1o25 (0412007) LABORERS LOCAL UNION NO. 1298 JOINT APPRENTICESHIP TRAINING FUND 1 NASSAU & SUFFOLK,000NTIES 1161 LOCUST AVENUE BOHEMIA,N.Y.11716 Telephone:(631)218-1376 Fax:(631)218-1379, Fund Administrator BOARD OF TRUSTEES ANNALISA C.-DEFALCO,:ESQ. GEORGE F.TRUICKO JR. GEORGE S.TRUICKO Training Director' FRANK DAMIANO JR. STEVEN M..AURIGEMA JAMES.WINSHIP DONNA D.EFEDE PHILIP BEYER JASON GOLDEN MARL HERBST Re: Road and Heavy Construction Laborers Local #1298 Local 1298 Joint Apprenticeship Training Program NYS SPONSOR CODE # 01764 NYS ATP CODE,# 18514 February 20, 2024 Owner : Town of Southhold Bid Number Description : Oregon View Estates Drainage Project TO WHOM IT MAY CONCERN: This letter will serve to confirm that Local 1298 Joint Apprenticeship Training Program currently conducts a fully registered and approved New York State"Apprenticeship Training Program for Skilled Construction.Craft Laborers" ("ATP' .The ATP is co-sponsored by Local 1298 and all employers/signatory contractors, including but not limited to Gatz Sitework and Landscape Construction Inc., to the Local 1298 Working Agreement Covering Wages and Working Conditions,dated June 1, 2022 to May 31, 2026. Any additional questions should be directed to my attention. Sincerely, Steven M. Aurigema Training Director Joint Apprenticeship Training Fund oN OF oo SCHOOL.(631)286-8677- v�r .q. FAX(631)286-8683 .y~ APPRENTICESHIP AND TRAINING-JOURNEYMEN-RETRAINING SCHOOL 6� a= INTERNATIONAL UNION.OF. OPERATING ENGINEERS t LOCAL UNIONS 138,138A,138B Nassau&Suffolk Counties ®Z4-C_ UNION-P.O.BOX 206,FARMINGDALE,N.Y. 11735-0206 SCHOOL-575 HORSEBLOCK ROAD,BROOKHAVEN,N.Y. 11719 February 19, 2024 Town:of Southold Re: Local 138 Apprenticeship School (the "Apprenticeship School') NYS Sponsor# 00422 -NYS.ATP Code# 18318 Gatz Sitework and Landscape Construction Inca Bid Name: Oregon View Estates Drainage Project .To.Whom It May Concern, This letter serves to confirm that the.Apprenticeship School currently conducts a fully registered and approved New York State Training,(ATP).the ATP•is co-sponsored by.Local 138 and all employers/signatories, including but not limited to GatzZitework and Landscape Construction Inc., to the Local 138 Agreement Covering Working Conditions, dated June 1,2023 to May 31, 2028. The ATP complies with all provisions of Suffolk and Nassau County Law. Any further inquiries should be directed to-the undersigned's attention. S'. c ely e/JOHN D BUSINESS MANAGER & TREASURER CHAIRMAN BOARD OF TRUSTEES LOCAL 138 APPRENTICESHIP TRAINING FUND s Gatz Sitework&Landscape Construction Inc./Gatz Landscaping Inc 6477 Sound Avenue,P.O.Box 104,Mattituck ArY 11952 B#631-298-8877 Fax#631-298-2021 Work In Progress In 2023 pl Jericho Water District-Well 33 Pump Station-Subcontractor with Construction Consultants of LI Contact:Eric Baumack-GC Phone:631-727-6604 Scope of Work:Sitework,excavation,drainage,landscape restoration Contract Value:470,000 80%complete as of October 2023 Approx.Completion Date:December 2023 Greenlawn Water District-Well#11 Bid#GDLWD2104-Subcontractor with WJ Northridge Construction Contact:Jake LaPasota-Project Manager Phone:631-421-1168 Scope of Work:Sitework,drainage,excavation Contract Value: $105,000 80%complete as of October 2023 Approx.completion date:December 2023 Greenport School District-Subcontractor with Renu Contracting and Restoration Contact:Matthew S Phone:631-842-1600 Scope of work: Sitework Contract Value:$297,574 60%complete as of January 2023 Approx.Completion Date:April 2023 Uniondale UFSD Turtle Hook School Project USND 1093 Contact:Darlington Munhenga,Elite Construction of NY-Project Manager Cell#571-251-2591 Scope: Sitework,drainage,track/field restoration Contract Value:$2,294,371.00 85%completed as of October 2023 Approx.Completion Date:April 2024 Brentwood Fire District-Subcontractor with Construction Consultants of LI Contact:Erick Baumack-GC Phone:631-727-6604 Scope of Work: Sitework,excavation drainage Contract Value:421,072.00 60%complete as of November 91'2023 Approx.completion date:December 2023 Locust Valley Water District—Plant#8-Subcontractor with Web Construction Corp Contact:Peter Bauer Phone#516-739-8398 Scope: Sitework,drainage,excavation Contract Value:$200,000 50%complete as of October 2023 Approx.completion date:December 2023 S Gatz Sitework&Landscape Construction Ina/Gatz Landscaping Inc 6477 Sound Avenue,P.O.Box 104,Mattituck AT 11952 B#631-298-8877 Fax#631-298-2021 Work In Progress In 2023 p2 Miller Place UFSD-Andrew Muller Gym Addition:Subcontractor with Renu Contracting&Restoration Corp Contact:Charles Valentino Phone:631-821-1600 Scope of Work:Sitework,excavation,drainage Contract Value:570,000 60%complete as of October 2023 Approx.Completion Date:March 2024 Plainview Old Bethpage UFSD-JFK High School Track-Subcontractor with Renu Contracting&Restoration Corp Contact:Diane LoCascio Phone:631-821-1600 Scope of Work: Sitework,Excavation,demolition Contract Value:$357,500.00 30%complete as of October 2023 Approx.completion date:February 2024 South Farmingdale Water District,AOP Treatment at Plant 6-Subcontractor with Si Hoerning Construction Inc Contact:Brian Hoerning Phone:631-206-1676 Scope of Work:Sitework,Excavation, Contract Value:245,000.00 20%complete as of October2023 Approx.completion date:January 2024 t Gatz Sitework&Landscape Construction Inc. 6477 Sound Avenue,P.O.Box 104,Mattituck AT 11952 B#631-298-88 77 Fax#631-298-2021 Gatz Completed Sitework Landscape Projects PSEG Round Swamp Road Substation Project Gatz General Contractor with PSEG Long Island LLC Contact:John fisher PSEG project manager 631-518-4866 Scope:Landscape restoration,land clearing,installation of plant materials Contract Value:$1,1165,650.00 Completed December 2022 Hempstead UFSD Demolition of Portables Gatz General Contractor Contact:Park East Construction Project Manager Gary Gonzalez 631-549-9800 Scope:Sitework Contract Value:$409,750.00 Completed July 2022 Lindenhurst Library-Gatz Subcontractor under Renu Contracting and Restoration Contact:Matthew S. Phone#631-842-1600 Scope:Landscape restoration Contract Value:279,950.00 Completed December 2022 West Islip Fire District Gatz General Contractor Alden Group Project Manager Wayne Alden,Phone 631-589-5599 Scope:Sitework Contract Value:$553,255 Completed December 2022 Town of Huntington Lakeside Drive Retaining Wall Gatz General Contractor Scope:Installation of Retaining Wall Contract Value:$438,735.00 Completed December 2022 Bayport Blue Point Library Gatz General Contractor Contact:Park East Construction Project Manager Gary Gonzalez 631-549-9800 Scope:sitework,demolition,excavation,drainage,landscape restoration Contract Value:$2,660,740.00 Completed April 2022 Half Hollow Hills Library General Contractor.Capobianco Inc,Michael Melchione Phone 631-207-0200 Scope:Landscape,hydroseed,installation of grass pavers Contract Value:$124,100.00 Completed January 2022 Lynbrook High School General Contractor:Patriot Organization:Contact Max Singler Phone 631-320-1166 Scope:Sitework,installation of storm drainage Contract Value:$194,510.00 Completed February 2022 Gatz Sitework&Landscape Construction Inc. 6477 Sound Avenue,P.O.Box 104,Mattituck NY 11952 B#631-298-8877 Fax#631-298-2021 Greenlawn Water District General Contractor:WJ Northridge Construction Corp:Contact Zach Denninger Phone 631-421-1168 Scope:Sitework and excavation Contract Value:$38,600.00 Completed February 2022 Roslyn UFSD-Athletic Field Reconstruction at Harbor Hills School BBS#19-312 Contact:BBS Architects&Engineers PC Phone: 631-475-0349 Scope of Work:Sitework,excavation installation of storm pools Contract Value:$965,382.00 Completed May 2021 Town of Islip Animal Shelter Subcontractor for CCLI Contact:Eric B CCLI Phone:631-727-6604 Contract Value:$492,125.000 Completed March 2021 Town of Oyster Bay,Lake Avenue CVM Building-GC SJ Hoeming Contact:Joseph Hoeming Phone 631-206-1676 Scope of Work:Sitework,excavation,drainage,erosion control Contract Value:$71,000 Completed Nov 2021 Half Hollow Hills Library Contact:David Chen,Calgi Construction Phone:914-666-9423 Ext. 102 Scope of Work:Demolition of Half Hollow Hills Library Contract Value:$801,860.00 Completed April 2019 Sag Harbor UFSD,Stella Maris Elementary-Renu Contracting and Restoration GC Contact:Matthew Squillacioti Phone 631-842-1600 Scope of Work:Sitework and landscape restoration Contract Value:$318,207.00 Completed October 2019 HRH Patchogue Project-GC Tritec Contact:Richard Krill Phone:631-706-4097 Scope of Work:Sitework,landscape restoration Contract Value:$2,219,590.00 Completed September 2019 t Riverhead CSD-Misc.Requirements Contract 2017/2018 Contact:Ryan Jacobellis Riverhead Buildings&Grounds Phone:631-369-6702 Scope:demolition,excavation,drainage,grading,sports equipment, Value:$600,000.00 Completed June 2018 Port Washington Water District-Beacon Hill restoration Contact:D&B Engineers&Architects: Michael Savavese Phone:516-364-9890 Scope:Sitework and landscape construction Contract Value:$129,726 Completed Dec 2018 Port Washington UFSD-Guggenheim School-Irwin Contracting GC Contact:JC Irwin Phone:631-434-8400 Scope of work Sitework,landscape,lawn restoration Contract Value:$325,000 800/o complete as of Oct 2018 Locust Valley CSD-Bayville Elementary Contact:H2M Architects-Andrew Lawrence Phone:631-756-8000 Scope:Sitework and landscape construction Contract Value:$420,864.00 1000/o complete as of Oct 2018 Town of Brookhaven-Blue Point Ave Pond Restoration Contact:Nelson Pope Engineers&Surveyors-Joe Deluca Phone:631-427-5665 Scope:Sitework and landscape construction Contract Value:$326,703.00 Completed August 2018 Northwell Surgical-Syosset;NY EW Howell-GC Contact:EW Howell-Robert Tempiero Phone:(516)921-7100 ext. 106 Scope:landscape,sod,installation plant material Contract Value:$110,000 Completed Oct 2018 Stony Brook MART-Stony Brook,NY—EW Howell-GC Contact:Dan McAree EW Howell Phone:631-725-5300 ext.421 Scope:Engineered soils,stone,plantings,irrigation Contract Value:$1,027,271 Completed Oct 2018 s PSAC U,Bronx-Northbrook Contracting—GC Contact:Northbrook Contracting-Michael Tedaldi Phone:914-737-4403 Scope:excavation,topsoil,grading,plantings and hydro seeding Value:$768,000.00 Completed May 2018 Riverhead CSD-Bus Garage Demolition-Riverhead NY Contact: BBS Architects-John Longo Phone:631-473-0349 Scope:Parking lot construction,demolition,drainage,sanitary,water,concrete,asphalt,fencing Contract Value:$1,130,000.00 Completed September 2018 Sag Harbor UFSD Contact:BBS Architects-John Longo Phone:631-475-0349 Scope:Excavation,drainage,concrete,fencing,electrical scoreboards Value:634,970.00 Completed Sept 20.17 Mercedes Benz,Brooklyn-Eastman Cooke Associates GC Contact:Eastman Cooke Associates-Bill Robinson Phone:212-265-2191 Scope:parking lot construction,contaminated soil removal,demolition,excavation,drainage,asphalt, landscaping Value:$1,688,156.00 Completed August 2017 North Shore High School Contact:BBS Architects-John Longo Phone:631-475-0389 Scope: Demolition,excavation,soils,drainage,site concrete,asphalt,fencing,bleachers,benches,sports equipment,hydro seeding,and segmental wall Value-$728,000.00 Completed August 2016 Roslyn Water District-Web Construction GC Contact:Web Construction-Richard Mucha Phone:516-739-8399 Scope:Grading,site work,drainage,plantings Value-$220,667 100%Complete Sept 2016 Riverhead CSD-Bus Garage Sitework @ Riverhead Transportation,Calverton,NY Contact:BBS Architects-John Longo Phone:631-473-0349 Scope:Sitework and landscape,lawn restoration Contract Value: 1,130,000.00 Completed Sept 2017 Sag Harbor UFSD Contact:BBS Architects-John Longo Phone:631-475-0349 Scope:Excavation,drainage,concrete,fencing,electrical scoreboards Value:634,970.00 Completed Sept 2017 Mercedes Benz,Brooklyn-Eastman Cooke Associates GC Contact:Eastman Cooke Associates-Bill Robinson Phone:212-265-2191 Scope:parking lot construction,contaminated soil removal,demolition,excavation,drainage,asphalt, landscaping Value:$1,688,156.00 Completed August 2017 North Shore High School Contact:BBS Architects-John Longo Phone:631-475-0389 Scope: Demolition,excavation,soils,drainage,site concrete,asphalt,fencing,bleachers,benches,sports equipment,hydro seeding,and segmental wall Value-$728,000.00 Completed August 2016 Roslyn Water District-Web Construction GC Contact:Web Construction-Richard Mucha Phone:516-739-8398 Scope:Grading,site work,drainage,plantings Value-$220,667 Completed Sept 2016 Village of East Hampton-Hook Pond Contact:Village of East Hampton-June Lester and Mike Bouker Phone:631-324-4150 Scope:Excavation,grading,clean up,topsoil,irrigation,seeding Value:$96,369.00 Completed Sept 2016 Wyandanch Head Start,Wyandanch NY-Construction Consultants GC Contact:Construction Consultants:Eric Baumack Phone:631-589-3244 Scope:Grading,planting,hydro seeding Completed March 2016 Riverhead CSD-McKMop Field Contact:Riverhead CSD-Mark Finnerty Phone:631-369-6702 Scope:Demolition,excavation,drainage,grading,sports equipment,fencing,topsoil,sod and seed Value:$330,000.00 Completed January 2015 Riverhead CSD-Capobianco Inc.GC Contact:Capobianco Inc-Michael Melchione Phone:631-207-0200 Scope:Grading,clean up,topsoil,plantings,sod,seeding Value:97,500.00 Completed Oct 2015 Plainview Old Bethpage CSD Contact:BBS Architects-John Longo Phone:631-473-0349 Scope:Restoration of baseball fields at Elementary&Middle School Value:$325,341.00 Completed Sept 2015 Randall's Island Shore Pathways-Prima Paving Corp.GC Contact:Prima Paving Corp-Zahid Khan Phone:516-681-8700 Value:$405,286.00 Completed June 2015 Eastport UFSD-Web Construction—GC Contact:Web Construction-Richard Mucha Phone:516-343-3978 Scope:Excavation,drainage,grading,tennis court resurfacing,landscaping,irrigation Value:$196,000 Completed Sept 2014 Nassau County Aquatic Center-E&A Restoration GC Contact Person:E&A Restoration Inc:Peter Lacagnina Phone:516-921-7030 Scope:Demolition,excavating,drainage,landscaping Value-$300,600.00 Completed Sept 2014 Bellport Village Shoreline Remediation Contact:Katie@ Village of Bellport Phone:631 286-0327 Scope:Demolition of existing bulk head,site debris,grading,grave and stone filling,new bulk head installed,plantings Value:$601,000.00 Completed May 2014 Bellport Golf Course Phase 1&2-Incorp.Village of Bellport Contact:Incorporated Village of Bellport Phone:631-286-0327 Scope:grading,plantings,topsoil,seed Value:$489,000.00 Completed May 2014 Village of Old Field-Storm water/Point Gabion Contact:Mayor Village of Old Field-Michael Levine Phone:631-941-9412 Scope:Excavation,drainage,site work,plantings,topsoil Value-$229,700.00 Completed Sept 2013 Old Mill Pond-Town of Islip-Bay Shore NY Contact:LK Mclean Associates-Gary Gentile Phone:631-286-8668 Scope:Demolition,clean-up of contaminated soils,sheeting,dewatering,gravel and stone filling,topsoil, plantings,hydro seeding Value:$458,000.00 100%Complete April 2013 Brookhaven National Lab-ISB and LOB projects-EW Howell GC Contact:EW Howell-Matthew Paladin Phone:516-921-7100 Scope: Excavation,Drainage,grading,soils,steel edging,decorative gravel,plantings,mulch,erosion control blankets and hydro seeding Value—1,087,650 100%Complete Sept 2012 Gatz Sitework& Landscape Construction Inc. 6477 Sound Avenue,P.O. Box 104, Mattituck NY 11952 B#631-298-8877 Fax 631-298-2021 List of Available Equipment as of April 2022 (1)70Z7 Kawasaki Wheel loader,32,100 lb.,3.4 cy bucket, 173 HP,Value: $125,000 (1)* 80Z7TMV-2 Kawasaki Wheel loader 46,050 lb.,4.8 cy'bucket,250 HP,Value: $150,000 (1)42ZV Kawaski Wheel Loader,9,2501b.,.8cy bucket,46 HP,Value: $45,000 (1)TL12V2 Takeuchi Track Loader, 13,190 lb., Icy bucket, 111 HP,Value: $55,000 (1)TL12V2-CRR Takeuchi Track Loader,12,5901b,84"27cf bucket, I11 HP,Value: $83,500 (1)TB260 Takeuchi Excavator, 12,756 lb.,.25 cy bucket,47.6 HP,Value: $72,000 (1)2021 SK140SRLC-7 Kobleco Excavator 36"Rockland bucket, 115BP Value: $170,000 (1)2022 AMI AXXIS Tilt Rotator with 64"Ditch Bucket Value$58,000 (1)* SK260SR Kobleco Excavator,59,300 lb., I cy bucket, 160 HP,Value:115,000 (1)D39PXI-24 Kamatsu Bulldozer,22,774 lb.,2.89 cy blade, 105 HP,Value: $145,000 (1) 5300 John Deere Tractor,6,745 lb.,60 HP,Value: $18,000 (1) 4600 John Deere Tractor,4300 lb.,57 HP,Value: $18,000 (1) 4720 John Deere Tractor,4,700 lb.,48HP,Value: $24,100 (1) 567 Peterbuilt 2018 Truck Tractor,34,200 lb.,480 HP,Value: $115,000 Y (1) Spec Tee 2016 Dump Trailer,30 cy capacity,Value: $651,000 (1)Kaufman 2018 Loy Boy Equipment Trailer,55 Ton,Value: $70,000 (1)Western Star/Finn 1998 Hydro seeder,3000 Gallon Capacity,Value: $30,000 (1)Interstate 2019 Equipment Trailer, 14,000 lb. Capacity,Value: $7,000 (3)Turf Tiger,Skag Ride-on Lawn Mowers,Value: $15,000 (1)BW21IDA Bomag Drum Roller,Value: $60,000 (1)450 Rotoscreen Material Screener,Value: $45,000 (1)DPU5545HE Wacker Vibratory Plate Compactor,Value: $5,000 (1)INSO48D KW Sod Installer 48"Self-Propelled,Value: $4,000 (1)3500 Chevrolet Pickup,4 Door,4 Wheel Drive,Value: $15,000 (1)4500 2021 Dodge Utility Truck-Crew Cab/w11ft Knapheide body,4 Wheel Drive,Value: $98,000 (1)4500 2016 Dodge Utility Truck,Regular Cab,4 Wheel Drive,Value: $35,000 (1)5500 Dodge,6 Wheel Dump Truck,3 cy capacity,4 Wheel Drive,Value: $25,000 (1) 1500 Dodge Pickup,4 Door,4 Wheel Drive,Value: $40,000 (2)Protec 14ft Push Plows,Snow Removal,Value: $6,000 (1)Toro Walk Behind Snow Blower,Value: $1,000 (1)Ryan Jr Sod Cutter,Value: $6,000 (1)Berreto Rototiller,Walk Behind,Value: $2,000 (1)Mikasa Plate Compactor,Value: $1,500 (1)Harley 6' Power Rake,Value: $5,000 (1)Blecavator 8' Soil Prep Machine,Value: $2,000 (1)Rotodarion 5' Soil Prep Machine,Value$1,500- (1) Gandy 8'Aerovator over seeder,400A-HP,Value: $4,500 (1)John Deere Trail Gator 6 x 4 Utility Vehicle,Value: $4,000 (1)John Deer 620I Limited Edition Gator XUV,Value: $10,000 (1)Avalanche Snow Pusher Model#LDA200-16,Serial#1211-1083,Value: $3300 (1) 2021 Prinoth Panther T14R Track loader Dump Truck Value$235,000 _ (tork State Depwiment of I.a or .�\-�4e-- • Kathy HochuL Governor n _ S �`� -� Robts Reardon.Commissioner `� er •BWLOYER DATE November 01,2021 Gate:Sifework&Landscape Consiruehon-Inc. PRC:2020000280 6477 Sound Ave CASE ID NO:PWD4 2021024487 P.O.Banc 104 MatdtucK NY 1199 PROJECT NO:Cont.ID#19-312 CONTRACTING AGENCY: Location:Reconstruction of the fields at Harbor Hid ES Roslyn UFSD prop 300 Harbor Hill Rd County: Nassau Roslyn, NY 11676 Agent Rep.On Site.Na If employer is not the xhN contractor,list ' below. Employer FEIN: 11-2063579 Prime C mtractor:n1a PrkrWs FEIN: Na PUBljC WORK CONSTRUCTION PROJECT Article 8 Section 220 of the,New York State Labor Law states,in part that: The coutraeW and every subcumra�shall keep ongmal Morns or ususerrI is thaeo4 suhsw1w and aM 14byhonestrUBM111917ftPerralties0f aUd perjury,showing the boors and days worked by each wodcroan,laborer or mechanic,the occupatiea at which he w0dw4 the hourly wage rate P aid paid or provided,on the site oftbc work whte the contractor or .contractor mawains no regular Phox or business in New York State and where the asoouat of the contract is in access ofmardy-five thousand dollars. An other contractors or sob-contracboss shall pnxlaoe within five days on site of the work and upon 5ormai order Of offfie Commissioner or hislber designated rya such aril payrolls or trot tOrig Original subscribed and affirmed by him re tore ft fePy��tt oas may be deemed ft P of this article. Ttu ori8inal payrolls or caascripts shall be prv� The fiscal office may,mqm any person or corporation pafbrzomg sucb public work to file with the fiscal officer widria 10 days of such request.payron records,sworn as to their validity and acauacy,mquested by fiscal officer,for said public work or ft any public or private work performed by sad Pmm Or too eorporation dutahg the same period oftime as said public,work in the event said person or corporation furls m provide the req a d iUSoams a w�the p toured days,t1a 5acel officer sMn,witlhffi fifteen days.orderthe�WrmCnt of jutisft=to immediately witb bold from paymentto said person or corpoiaffioa up to h sdd- five percent cethe amount,cot to exceed one baodred thousand dollars,to be paid to such person or corporation under the taring ofdm oomtrac!pursuant to which said public work is being paftm & behalfofthe slime or apublic benefit ompor or a county The"fiscal officer,"as used beoein,stall be deemed to be,on public work performed by or on or a village,or other civil division ofthe state,except aft with a populadoU in grass of one million,the Commissioner of Labor,sod on public work pafisrmed by or on bdWf of a city with s popula=in cross of one million,dLe comptroller or other offixr of such nary. ComPho m Tire fiscal officer as bemm defined shall on a verified complaint m writing of any Person rued or of airy CMW)ee m subdivision eight-d,and may on his own initiative cam a compliance investigation to W mode to debemaioe whether the aoUttactor or a subcontractor bas paid the prevar"1mg rate of wages and prevailing Prances for the wppiemenis in the same, or is fi� sack pane work is being performed,or me hours of laborperfosurd i y the workwn,mom and mabanics emPIDYW office or his agents,examinees aid Mors may eaonnioe or cause to be wortined lice books morels pertaining to Sc rate of wages paid and supplements provided such laborers,worimrea and m�ias on Wd pubne wink. 'the to the laborers,worl®aU ad mechanics on said public w�oric and the horns or labor performed by >A issue subpoenas.administer�,sod examine fiscal officer in such investig u shall be deemed to be acting in a judicial capaaty,and shell have the pourer wi°°esses rivate and[a] Public work payroll records, The employer named abm►e,is ordered to provide. Q p number,classification,hours worked per including certified payrolls,showing the name,address,social security day,hourly rate paid,and supplements:provided for the payroll period 1~"fire tmie& whWx ten(10)cakndar days of receipt of this notice at the location listed below: Location:Depa e>rt of �, su. of Public Work,400 Oak St_ Suite 02 Garden City NY 11530.Ph:Q161??.8-3219 New York State Labor Law specifics that arty person who kWwmgly falsifies any stamment ragw ed to be!sled under this act is sAOd to a fore nod imPUMMICUL Abel Potwar Approved Electronically By Abul Patwary Name hwptipasor signature Tide PW 18(10-13) Phone:(516)228 3915 Fa�c(516).796-3518 Bureau of Public Work,400 Oak Street,Suites 1o1,Garden CRY,NY 11530.6551 State of New York CASE ID NO. PW04 2021024487 Department of Labor PRC/SEC NO. 2020000280 Bureau of Public Work DATE 01/10/2022 y } Notice" Labor Law Inspection Findings 1.NAME OF EMPLOYER(IF FIRM IS A SUBCONTRACTOR,ENTER PRIME CONTRACTOR IN ITEM 10) 2.FEDERAL E.I.NUMBER GATZ LANDSCAPING INC. 11-2063579 3.ADDRESS OF EMPLOYER 6477 Sound Ave, P.O. Box 104, Mattituck NY 11952 4.EMPLOYER REPRESENTATIVE NOTIFIED AND TITLE /A 5.DEPARTMENT OF JURISDICTION S.,PROJECT OR SPECIFICATION NUMBER Roslyn UFSD aa," , Asst. to Supe.r for Admin & Proj 7.LOCATION 300 Harbor Hill Rd Roslyn, NY 11576 Reconstruction of the fields at Harbor Hill ES property 8.;COUNTY Nassau 9.REPRESENTATIVE OF DOJ ON JOB SITE THE FINDINGS OF THIS INSPECTION HAVE BEEN REFERRED TO THE FOLLOWING: (Items 1,5,10,13) 10.NAME OF PRIME CONTRACTOR(IF SUB—CONTRACTOR IS NAMED IN ITEM1) `l / 11.FEDERAL E.I.NUMBER 12.ADDRESS OF PRIME CONTRACTOR 13.ADDITIONAL PERSON/CONTRACTOR TO BE NOTIFIED(NAME and ADDRESS) 14.FEDERAL E.L NUMBER 15.INSPECTION FINDING: CONTRACTOR NAMED IN ITEM 1 IS HEREBY NOTIFIED THAT OUR INVESTIGATION DISCLOSED VIOLATIONS OF THE LABOR LAW CHECKED BELOW: VIOLATIONS:V=VIOLATION,P=PENDIN C=COMPLIED Abul Patwary Signed Electronically By Abul Patwary Name. .._. ,. .. _. _. __.Signature. . Investigator Title SEE THE FOLLOWING PAGE FOR REQUIRED'CORRECTIVE ACTION PW-28 Page 1 • State of New York CASE ID NO. Pw04 2021024487 Department of Labor PRCISEC N0. 2020000280 o � Bureau of Public Work DATE 01/10/2022 f Notice of Labor Law Inspection Findings T 0-b,2 ARTICLE 8 and 235.5(ARTICLE 9)of the New York State Labor law provides,in part,that the Commissioner of labor issue Sections 220:8,22 ( ) _ that an Order and Determination when a contractor or subcontractor has been found to be paying less than the prevailing rate the wages or supplements; such order shall direct payment of wages and supplementsfou�n'd to be of the including l dy ng interest mat such to of ier nterest then payment of a further as psorlbsum as a the superintendent of banks from the date of the underpayment civil penalty in an amount not exceeding twenty-five percent of the amount found due. Sections 220-b.3b(ARTICLE 8)and 235.7(ARTICLE 9)of the New York State Labor Law provides,in part,that when an Order and Determination Is issued which finds that a contractor or subcontractor has willfully failed to pay the prevailing rate of wages or supplements on two instances within a six-year period,such contractor or subcontractor shall be ineligible to submit a bid on or be awarded a public work contract with the state,a municipal corporation or public body for a period of five years from the second final Order and Determination. CORRECTIVE ACTION:YOU ARE REQUIRED TO TAKE THE FOLLOWING STEPS IMMEDIATELY Long Island Office; Bureau of Public Work;400 Oak Street;Suite 101;Garden City, NY 11530-6551 For further information, please contact the Bureau Office indicated above. ✓►6 2-2-9 — 3 9 19 i PW-28 Page 2 r• Gatz Sitework and Landscape tonstruction Inc. Balance Sheet August 31, 2023 ASSETS CURRENT ASSETS Cash In Banks $ 256,374 Accounts Receivable 1,844,896 Underbillings- 28,940 Inventory 12,000 Loan Receivable-JMG Enterprises 124,092 Prepaid Taxes&Expenses - Total Current Assets 2,266,302 PROPERTY AND EQUIPMENT Property&Equipment $ 2,733,483 Less:Accumulated Depreciation Net Property&Equipment 898,660 TOTAL ASSETS $ 3,164,962 LIABILITIES&STOCKHOLDERS' EQUITY CURRENT LIABILITIES Accounts Payable $ 1,155,316 Overbillings- 96,850 Line of Credit-Dime Savings 250,000 Officer Advances-Short Term 181,600 Installments!Payable-Current Portion 144,798 Taxes Payable 18,573 Total Current Liabilities 1,847,137 LONG TERM UABILMES Due To Officer $ 298,324 SSA Loan-EIDL 142,230 Installments Payable-Over One Year 251,903 1 Total Long Term Debt 692,457 Total Liabilities NET ASSETS Capital Stock&Paid in Capital 70,000 Retained Earnings 555,368 Total Net Assets 625,368 TOTAL LlABILI'FIES &gTOCKtfOLDERs,EQUITY 3,164,962 Exhibit A Gatz Sitework and Landscape Construction Inc. Statement of Income For The Eight Months Ended August 31, 2023 Project Revenue Contracts Revenue Earned $ 3,058,710 Gain On Sale of Equipment - SBA-PPP Payroll&EIDL Grant Other Revenues(Adjustments) 1,660 Total Income 3,060,370 Project Costs Purchases $ 415,110 Salaries--Job Site 291,104 Subcontracting 551,625 Other Direct Costs 636,2W Project Costs 1,894,079 Intercompany Equipment Rentals Indirect Project Costs 31,909 Total Project Costs 1,925,988 Gross Profit 1,134,382 Operating Expenses Officer Salaries 243,819 Office Salaries 177,214 Vehicle Expense 33,874 Insurance 128,406 Interest Expense 43,206 Legal&Professional 82,052 Pension Expense - Meals&Entertainment - Payroll Taxes&Benefits 34,379 Facilities Costs 17,125 Depreciation 1%,732 Advertising&Promotion 1344 e_ Office Expenses 3018445 Total Operating Expenses 977,996 Operating income(Loss) 156,396 Provision For Income Taxes Federal,State&Local Income Tax _ Net Income(Loss) $ 156,396 Retained Earnings-Beginning 517,988 Less:Shareholder Distributions 11%016 Retained Earnings-Ending $ 555,368 Exhibit B Y Gatz Sitework and landscape Construction Inc. Statement of Cash Flows For The Eight Months Ended August.31,, 2023 CASH FLOWS FROM OPERATING ACTIVITY Net Income(Loss) $ 156,396 Adjustments To reconcile net income(loss) to net cash provided by(used in)activities: Depreciation&Amortization $ 136,732 Losses(Gains)on Fixed Assets Decrease(Increase)in operating assets: Accounts Receivable (1,091,552) Other Current Assets (30,717) Decrease(increase)in operating liabilities: Accounts Payable 989,211 Taxes Payable 4,070 Accrued Liabilities - Prior Adjustment(Depreciation) 10,985 Total Adjustments 18,729 Net Cash Provided By(Used In)Operating Activities $ 175,125 CASH FLOWS FROM INVESTING ACTIVITY Asset Acquisitions Officer Loans Affiliate Loans - Proceeds from Sales of Assets Net Cash Provided By(Used In)Investing Activities r CASH FLOWS FROM FINANCING ACTIVITY Notes Payable Borrowings 250,000 Notes Payable Repayments (106,298) Distributions To Shareholders (119,016) Net Cash Provided By(Used In)Financing Activities 24,686 NET INCREASE(DECREASE)IN CASH 199,811 CASH AT BEGINNING OF YEAR 56,563 CASH AT AUGUST 31,2023 256,374 Exhibit C r_ �►co CERTIFICATE OF LIABILITY INSURANCE DATE 1k0/YYY1) 02/15/2024" T141S CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS 'CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.:THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED" REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy()es)must have ADDITIONAL INSURED.provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate'does not Confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER - CONTACT Debra Simicich " NAME: Roy H Reeve Agency,Inc. ac°No Err: (631)298 700 FAX No:" (631)298-3650 PO Box 54 E-MAIL dsimicich@royreeve.com ADDRESS: 13400 Main Road INSURER(S)AFFORDING COVERAGE ' NAIC# MaHituck NY 11952 INSURER A: Transportation Insurance Co- 20494 INSURED INSURER B: Continental Insurance Co. 35289 Getz Sitework and Landscape Construction Inc. INSURER C: Continental Insurance Co. 35289 PO Box 104 INSURER D: Amtrust Insurance Company INSURER E c . . . - Mattituck NY 11952 INSURER F:. COVERAGES CERTIFICATE NUMBER: CL23121520195 REVISION.NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT"TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS " CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN-IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS"SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCEADDLIbUISH POLICY EFF POLICY EXP LIMITS LTR INSO WVD POLICYNUMBER MM/DD MM/DD X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 G 100,000 CLAIMS-MADE FRI OCCUR PREMISES Ea occurrence $ X Contractual MED EXP(Any one person) - $ 15,000 A 4026956951 02/26/2024 02/26/2025 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY[g JECT LOC PRODUCTS-COMP/OPAGG $,2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident " .X ANYAUTO' BODILY INJURY(Per person) $. B OWNED" SCHEDULED. 4026956965 02/26/2024 02/26/2025 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS " X HIRED; %,ol NON-OWNED - PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Peraccldent $ X UMBRELLA LIAB X OCCUR , EACH OCCURRENCE $ 10,000,000 C EXCESS LIAR CLAIMS-MADE 4027251680 02126/2024" 02/26/2025 AGGREGATE $ 10,000,000. . . DED X 10000. RETENTION$ � � � � � � � $ WORKERS COMPENSATION _ - PER OTH- AND EMPLOYERS'LIABILITY YIN N STATUTE ER ANY PROPRIETORMARTNERIEXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 D OFFICERtMEMBEREXCLUDED? N/A KWC1339949 01/01/2024 01/01/2025 (Mandatory In NH) _ _ E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached If more space Is required) Effective 4-18-17 named insured amended to Getz Landscaping Inc Wor Gatz Sitework and Landscape Construction Inc on General Liability,Automobile, and Umbrella. Named insured amended to.Getz Sitework and Landscape Construction Inc on Workers Comp policy effective 4-18-17 due to a legal name change. .General Liability:Town of Southold is included as additional insureds with respect to General Liability.as per the terms and conditions of form CNA75079 CERTIFICATE HOLDER CANCELLATION SHOULD ANY-OF-THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE"THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of Southold 53095 Main Road 'AUTHORIZED'REPRESENTATIVE- Southold NY 11971- ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered,marks of ACORD AGENCY CUSTOMER ID: 00017926 LOC#: '4CC3111REP ADDITIONAL REMARKS SCHEDULE Page of AGENCY _ - NAMED INSURED - - Roy H Reeve Agency,Inc. Gatz Sitework and Landscape Construction Inc. POLICYNUMBER CARRIER NAIC CODE EFFECTIVE DATE: - ADDITIONAL REMARKS THIS ADDITIONAL REMARKS.FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: 'Certificate of Liability Insurance Blanket Additional Insured-Owners,Lessees or Contractors-with Products Completed Operations Coverage as required by written contract Automobile: Town of Southold is included as additional insureds on above automobile policy-as per the terms and conditions of form CA2048 -Designated Insured Blanket as required by written contract. Workers Compensation:Blanket Waiver of.Subrogation applies per written contract as per'form WC000313:Waiver of Our Right to Recover From Others Endorsement Umbrella policy is follow form ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights.reserved. The ACORD name and logo are registered marks of ACORD ' IN RK Workers' CERTIFICATE OF INSURANCE COVERAGE ATE Compensation Board NYS DISABILITY AND PAID FAMILY LEAVE.BENEFITS LAW PART 1.To be completed by NYS Disability and Paid Family Leave benefits carrier or licensed insurance agent of that carrier 1a.Legal Name&Address of Insured(use street address only) 1b.Business Telephone Number of Insured GATZ LANDSCAPING INC.&/OR GATZ SITEWORK AND LANDSCAPE CONSTRUCTION INC.6477 SOUND AVENUE 1c.federal Employer Identification Number of Insured or Social Security MATTITUCK,NY 11952 limited to certain locations in New York State,i.e.,Wrap-Up Policy) 2.Name and Address of Entity Requesting Proof of Coverage 3a.Name of Insurance Carrier (Entity Being Listed as the Certificate Holder) HARTFORD LIFE AND ACCIDENT INSURANCE COMPANY Town of Southold 53095 Main Road Southold NY.11911 3b. Policy Number of Entity Listed In Box 1a LNY191111000 3c.Policy effective period 01-01-2024 to 12-31-2024 C Policy provides the following benefits: ❑x A.Both disability and Paid Family Leave benefits. ❑ B.Disability benefits only. ❑. C.Paid Family Leave benefits only. S.Policy covers: ❑X A.All of the employer's employees eligible under the NYS Disability and Paid Family Leave Benefits Law. ❑ B.Only the following class or classes of employer's employees: Under penalty of perjury,1 certify that I am an authorized representative or licensed agent of the.insurance carrier referenced above and that the named. Insured has NYS Disability and/or Paid Family Leave benefits Insurance coverage as described above. Date Signed 02-15-2024 B (Signature of Insurance carrier's authorized representative or NYS licensed Insurance agent of that Insurance carrier) Telephone Number 212 553-8074 Name and Title: ELIZABETH TELLO—ASSISTANT DIRECTOR STATUTORY SERVICES IMPORTANT: If Boxes 4A and 5A are checked,and this form is signed by the insurance carrier's authorized representative or NYS Licensed Insurance Agent of that carrier,this certificate Is COMPLETE.Mail It directly to the certificate holder.. If Box 4B,4C or 5B Is checked,this certificate Is NOT COMPLETE for purposes of Section 220,Subd.8 of the NYS Disability and Paid Family Leave Benefits Law.it must be emailed to PAU@wcb.ny.gov or It can be mailed for completion to the Workers'Compensation Board,Plans.Acceptance Unit,PO Box 5200,Binghamton,NY.13902-5200. PART 2.To be completed-by the NYS Workers'Compensation Board(Only If Box 4B,4C or 5B have been checked) State of New York Workers' Compensation Board: According'to information maintained by the NYS'Workers'Compensation Board,the above-named employer has complied with the NYS Disability and Paid Family Leave Benefits Law(Article 9 of the Workers'Compensation Law)with respect to all of their employees. Date Signed By (Signature of Authorized NYS Workers'Compensation Board Employee) . Telephone Number Name and Title Please Note:Only insurance carriers licensed to write NYS disability and Paid Family Leave benefits insurance policies and NYS licensed insurance agents of those insurance carriers are authorized to issue Form DB-120.1.Insurance brokers are NOT authorized to issue this form. DB-120.1 (12-21) IIIIIIIIIIII�IIIIIIIIIIIIIIIII IIIIIIDB-12Q.1_ (1^-23- I'III Additional-Instructions:for Form DBA20.1 By signing this form,the insurance carrier identified in Box 3 on this form is certifying that it is insuring.the business referenced in Box 1a for disability and/or Paid Family Leave benefits under the NYS-Disability and Paid Family Leave. Benefits Law.The insurance carrier or its licensed.agent will send this Certificate of Insurance Coverage(Certificate)to the entityaisted as the certificate holder in Box 2. The insurance carrier must notify the above certificate holder and the Workers'Compensation Board within 10 days IF a policy is cancelled due to nonpayment of premiums or within 30 days IF.there are reasons.other than nonpayment of premiums that cancel the policy or eliminate the insured from coverage indicated on this Certificate. (These notices may be sent by regular mail.)Otherwise,.this Certificate is valid for one year after this form is approved,by the.insurance carrier or its licensed agent, or until the.policy expiration date listed in Box 3c;whichever.is earlier. This Certificate is issued as a matter of information only and confers no 'rights upon the certificate holder.This Certificate. does not.amend, extend or alter the coverage afforded by the policy listed, nor does it confer any rights or responsibilities . beyond those contained in;the referenced policy. This Certificate may be used as evidence of a NYS disability and/or Paid Family Leave benefits contract of insurance only while the underlying policy is in effect. Please Note: Upon the,cancellation of the disability.and/or Paid Family Leave benefits policy indicated on this form, if the business continues to be named on a permit, license or�contract issued by a certificate:holder,the business must.provide that certificate holder with;a new Certificate)of Insurance Coverage for NYS disability. and/or Paid Family-Leave Benefits or other authorized proof that the business is complying with the Mandatory coverage requirements.of the NYS Disability and Paid Family Leave Benefits Law._ NYS DISABILITY AND PAID FAMILY LEAVE.BENEFITS LAW §220. Subd. 8 (a) The head of a state or municipal department, board, commission or office authorized or required by law to.issue any permit for or in connection with any work involving the employment of employees in employment as defined in this article, . and not withstanding any general or special statute requiring or,authorizing the issue of such permits, shall not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the_chair,that the payment of disability benefits and after.January fir st,.two thousand and twenty-one,the payment of family leave benefits for'all employees has been secured as provided by this article. Nothing herein, however, shall be construed as creating any liability on the:part of such state or municipal department, board, commission or office to pay any disability benefits to any such employee if so employed. (b) The head of a state or municipal department, board, commission or office authorized or required by law to enter into any contract for or,in connection with any work involving.the employment of employees in employment as defined in this article and notwithstanding any general or:special statute requiring or authorizing any such contract, shall not enter into any such contract unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair,that the payment of disability benefits and after January first,two thousand eighteen,the payment of family leave benefits for all employees has been secured as provided by this article. DB-120.1 (12-21) Reverse 74bOe50c lynda.rudder@town.so utho ld.ny.us AFFIDAVIT OF PUBLICATION The Suffolk Times State of New York, County of,Suffolk County, The undersigned is the authorized designee of The Suffolk Times,a Weekly Newspaper published in Suffolk County, New York.I certify that the public notice,a printed copy of which is attached hereto,was printed and published in this newspaper on the following dates: 02/08/2024 This newspaper has been designated by the County Clerk of Suffolk County,as a newspaper of record in this county, and as such,is eligible to publish such notices. Signature Christina Henke Rea Printed Name DOUGLASWREA Digitally signed Notary Public-State of New York by douglas w rea NO.OiRE6398443 Date: 2024.03.09 Subscribed and sworn to before me, Qualified in Albany County 14:44:52 +00:00 My Commission Expires Sep 30,2027 This 09 day of March 2024 Notary Signature Notary Public Stamp LEGAL NOTICE INVITATION TO BID Notice is herebv aiven that sealed proposals are sought and requested for the following: Bid name: "Oregon View Estates Drainage Project" Definite specifications may be obtained at the Southold Town Clerk's Office beginning February 8, 2024. Place of ooeninas: Town Clerks Office, 53095 Main Road, Southold, Ny 11971 Date&time of openinas: March 7,2024 at 2:00 pm Contact person: Michael Collins, P.E.Town Of Southold, 631-765- 1560 Vendors must submit bids in sealed envelopes. Please print on the face of envelope: 1) name&address of bidder&2) bid name Bid must be accompanied by a 5 % bid security. It is the bidder's responsibility to read the attached bid specifications, instructions to bidders, and aeneral conditions, which outline biddina rules of the Town Of Southold. Upon submission of bid. it is understood that the bidder has read.fully understands and will comply with said aeneral conditions and specification requirements. The Town Of Southold reauires that this document be returned intact and that it be filled out completely. Please do not remove anv paaes from this bid package, and make a copv of the bid document for your records. A non-refundable fee of$10.00 will be charaed for plans and specifications. Pavment can be made by either monev order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:OOAM on February 20, 2024 at the intersection of Silver Colt Road and Old Saddle Lane in Cutchogue, New York. The Town of Southold welcomes and encouraaes minoritv and women-owned businesses to participate in the biddinq process. Date:January 30. 2024 By order of the Southold Town Board Denis Noncarrow,Town Clerk LEGAL NOTICE INVITATION TO BID Notice is herebv aiven that sealed proposals are sought and requested for the following: Bid name: "Oreaon View Estates Drainage Project" Definite specifications may be obtained at the Southold Town Clerk's Office beginning February 8, 2024. Place of openings: Town Clerks Office, 53095 Main Road, Southold, Ny 11971 Date&time of oDeninas: March 7,2024 at 2:00 pm Contact person: Michael Collins, P.E.Town Of Southold, 631-765- 1560 Vendors must submit bids in sealed envelopes. Please print on the face of envelope: 1) name&address of bidder&2) bid name Bid must be accompanied by a,5 % bid security. It is the bidder's responsibility to read the attached bid specifications, instructions to bidders.and aeneral conditions. which outline bidding rules of the Town Of Southold. Upon submission of bid, it is understood that the bidder has read,fully understands and will comply with said aeneral conditions and specification requirements. The Town Of Southold reauires ithat this document be returned intact and that it be filled out completely. Please do not remove anv Daaes from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Pavment can be made by either monev order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:OOAM on February 20. 2024 at the intersection of Silver Colt Road and Old Saddle Lane in Cutchogue, New York. The Town of Southold welcomes and encourages minoritv and women-owned businesses to participate in the bidding process. Date:January 30. 2024 By order of the Southold Town Board Denis Noncarrow,Town Clerk TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 /FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "OREGON VIEW ESTATES DRAINAGE PROJECT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning February 8, 2024. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD March 7,2024 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY., It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:00AM on February 20, 2024 at the intersection of Silver Colt Road and Old Saddle Lane in Cutchogue,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) Denis Noncarrow, Town Clerk of the Town of Southold,New York being duly sworn, says that on the ` 2 day of February , 2024, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York and the Southold Town website, www.southoldtownny.gov . Bid for Oregon View Estates Drainage Denis oncarrow Southold Town Clerk Sworn before me this 2 day of Februa 2024. (f4 kj�-- Vk otary Public LYNDA M. RUDDER Notary Public, State of New York No.01 RU6020932 Qualified in Suffolk County Commission Expires March 8, 20-�Jl I RESOLUTION 2024-114 ADOPTED DOC ID: 19927 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-114 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JANUARY 30,2024: ' RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the replacement of drainage infrastructure on Horseshoe Drive, Old Saddle Lane and Silver Colt Road in the Oregon View Estates subdivision located in Cutchogue,NY. Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Anne H. Smith, Councilwoman SECONDER:Brian O. Mealy, Councilman AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty, Evans i TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY,NEW YORK Prepared By: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold, New York 11971 February 8, 2024 (631) 765-1560 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "OREGON VIEW ESTATES DRAINAGE PROJECT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning February 8,2024. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD March 7,2024 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY. It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A non-mandatory pre-bidder's conference will be held at 10:00" on February 20, 2024 at the intersection of Silver Colt Road and Old Saddle Lane in Cutchogue,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders IB-1 thru I13-6 Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-18 Proposal Form Package Pages I — 10 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 NYS Wage Rates ------ Technical Specifications Divisions 1 —2 Contract Drawings INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form,Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 8. c fit ,for-Faithful now „ee and M nte::ane 9. Bid Reservations -,10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis 14. Municipal Exempt Status 15. Labor Law 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities r IB - 1 r INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Oregon View Estates Drainage Project in Cutchogue, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 P.M. prevailing time on Thursday, March 71h, 2024, at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM,PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent(5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained upAil filing and approval of the Perfofmanee Bond and until the completion of ten percent(10%) of the work under the Contract. IB - 2 INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds required within ten (10),days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rej ected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part,to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. IB - 3 INSTRUCTIONS TO BIDDERS (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. (f)No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. The sueeessful bidder- shall be requir-ed to execute a Peifermanee Bond equal to one hundred per-eent /1 000) of the ameupA bi s u'rlcirtibend rto be executed by a New York lieerssed insuranee o<•ls ,,-et , . it A +:.,gor- b eae.- fr- A A T Best .P. Co. .,rl a pt 1.1e to the v....aava�.�u.v�� vviiYuily' with uil 11 lulus ! yffler; or- bonds &eeur-esd by eellaterral; or seeur-iti@s approved by the Ovrizer. The Pei:fennaicc Bond shall be YMaen so as to r-emain in full foree aad effect as a maintenanee bond for- a per-i of not loss than a(1) year-after-the date of Tina ., + f t wofk-. Vl not 1�JJ lllull Vllt+ The sueeessful bidder-,upon failure to exeeute and deliver the bonds required within ten (IQ) days after-the date of notiee of shall fi3rfeit to the 7 7 refusal,the seeufity deposited-M�his f demand, and he A411 be liable for and he agrees to pa�,to the Ovmer- on the differ-enee between the ptiee bid and the priee eh eepttx-ae No plea of mistake in sueh aeeepted bid shall be available to the bidder- for r-eeevei-y of deposit or- as a defense to any aetion upen aeoepted bid urAess said mistake ean be proven by .....11l..lAr.11y...1.1..118c-ucccpcavrc-tv the Town-. After- approval of the bonds and exeetition of the Gentyaet and a-fier ten (10) per-een4 of the IB -4 INSTRUCTIONS TO BIDDERS has been completed,the bid seeurity aceempanying the bid:'A411 be returned. 9.BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 10.NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that 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. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to Michael Collins, P.E. at the Town Engineering Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to IB - 5 INSTRUCTIONS TO BIDDERS which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended,of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy (b) Comprehensive General Liability (c) Excess/Umbrella Insurance (d) Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance 18. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. IB - 6 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such. insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the Town and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits,and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold, GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract,whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $1,000,000 (one million dollars) on account of all accidents(general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $2,000,000 (Two million dollars) each occurrence and aggregate. SIR- 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF.COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products'and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit(CSL) of$1,000,000(one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage CONTRACTORS PROTECTIVE LIABILITY: An OCP Policy shall be required by the Town of Southold in limits of$1,000,000 combined single limit, each occurrence, $1,000,000 General Aggregate. This insurance must fully cover the legal liability of the Contractor,NAMING THE CONTRACTOR AND TOWN OF SOUTHOLD AS INSURED. The contractor shall furnish the Town with the original insurance policy. ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for,all.policies on certificate. included on certificate SIR- 2 STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must include the statement: "THE TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN OF SOUTHOLD . 53095 MAIN ROAD SOUTHOLD,NY 11971 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact, the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR- 3 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2._ Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary O€€iee&Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs;and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC- 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications,it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board,Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Special Conditions, Specifications, Construction Drawings, Addenda, Perfennance Bends, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest, current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC -2 GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right, before execution of the Contract,to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first- class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or(b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law (Town Code) with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure; so-that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s)pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building permit (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) Suffolk County Farmland Committee (4) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor"to GC -4 r GENERAL CONDITIONS coordinate with the building department and other agencies and to 'obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors(prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope .of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right.to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards) with all subsequent changes,additions or corrections thereto. C. 6rlc t6-be��@r 6i i�r +L, T % LI' 1, right F. ,;11 Fe k To ' e Obtainingyw Highway Depai4fnent read opening pefmit. + 1 1 h 11 1, the responsibility ef'�1Y�G7111IL—CQIQ� gl�'�YI�I�CiUJc-il�Z�e� —IC'.7F70IrJITJZSrL�-eAeceptanee of the �[11V GetAfaeten- 7 s perfefmanee bond in lieu of the GlepAfaetors read operAng bond shall be at the option of the Highway Department. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open.any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in paragraph 7.1 A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit,.the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or�print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death)and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished,- performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful,the same shall be understood to call for the best type of construction,both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications,when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors,shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer.. 10. ERRORS, OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he,will be held-responsible for the.results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make .it impossible to produce a first class piece .of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the.Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision, in writing from-the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY OFFICE & TOILET. The Gent ac+^r shall ",.^..ide ., _eff ice trailer- f="' table,—desk -^ edinside. The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet,the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and GC - 7 GENERAL CONDITIONS appliances used or to be used appear to the Engineer as insufficient or improper for assuring the quality of the- work required, or the required rate .of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures,pipe lines, etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to'all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his-entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times,provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other- cause whatsoever. The Contractor -shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative;that is in addition to each and every remedy herein provided. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used in the prosecution of the work or in connection therewith, shall. at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner,require repairing,replacing, or rebuilding,the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply .enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof,the Owner shall have the right to terminate the Contract. 21. WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. GC - 9- I GENERAL CONDITIONS All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. 22. ACCIDENT PREVENTION: During the performance of'the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and'construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed,remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours'notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary, structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original condition. 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract GC - 11 GENERAL CONDITIONS term and for six (6) years thereafter. 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground, nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person_having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided,however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger,to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. GC - 12 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather io Gentraetseetifity 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports 18. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work,Persons and Property 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades, Lines,Levels,and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC - 1 CONDITIONS OYCONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, Specifications, Form of Contract, Construction Drawings, together with any Addenda,.shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean and include the Notice to Bidders, Instructions to Bidders, Proposal Form, Conditions of Contract, General Conditions, .Specifications, Form of Contract, Construction . Drawings and any Addenda: In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications,the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgment of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his,their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope_addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will furnish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC - 2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation_of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance..of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1) By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20), percent as full compensation for all other items of profit, costs and expenses, including administration, overhead; superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional r " the perfeffnanee bond of the Contrae and the use of small tools. 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be NINETY (90) CONSECUTIVE CALENDAR DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in-force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract,the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Thousand Five Hundred ($1,500.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 — Time of Completion, provided, however,that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy,fires, floods, epidemics,quarantine restrictions, strikes,riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for:performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. Bond,10. CONTRACT-SECURITY (a) The Gen4aeter shall fumish a Performance security, hundred per-eefAi equal to one ) of the amount of the bid as seetifit�, for-the faid4u! Peffeffflanee 0 Curet, and forme-payment of all per-sons performing b fimiisWng materials i.n. for-ee and effeet as a maipAenanee bond for- a period of not less than one (1) year-after the dat U.VVei./{AA.L1Vl'\JfGilt+ YV , CC -4 CONDITIONS OF CONTRACT (b) Additional lor- Substitute Bond- if t any time the & ,.shall be vi l.o,.om v��vaie dissatisfied with any stffet-y of sufeties, or if f6r- any other reason such bond shall eease te be adequate seeuri I I the oy.,ao the Gontmeter shall within five (5) days after- noti fr-om the n te a substitute an meeptable bond in sueh feEm and stffn and signed by such other- sufet�, as may - -, satisfaetefy to the Owper. The pr-e---* ich bonds shall be made unfil the new sufet-y shall have been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney .General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled; terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities CC - 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8)hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner,the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of riot less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by,him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole. or part of the work contemplated by the CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen(16)years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others, shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash or company check and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done, the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five(5)percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, re-measure or re-estimate any portion of the work, but the expense of such re-measurement or re-estimating shall, unless material error is proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. CC - 8 CONDITIONS OF CONTRACT 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract the Peifbfmane 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish the Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall furnish the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. Without additional charge, Contractor shall famish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material CC -9 CONDITIONS OF CONTRACT respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies,materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications; the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller-. The Contractor warrants that he has good title to all materials and supplies used by him in the work. CC - 10 CONDITIONS OF CONTRACT 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority, to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. 23. PROTECTION OF WORK,PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes,traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant,materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and CC - 11 CONDITIONS OF CONTRACT (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request,the Engineer shall confirm in writing any oral orders, directions,requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgment, discretion or determination of the Engineer shall control or in which work shall be performed to his satisfaction or subject to his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed,but without exception all the work shall be governed and so performed. 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. CC - 12 CONDITIONS OF CONTRACT 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be,by the Contractor, at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance. with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final completion of the work. Neither the acceptance. of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Pow nnanev Bond. 29. WEATHER CONDITIONS In the.event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather.. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The.Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgment of the Owner, be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b) To protect the Owner from loss due to defective work riot remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. CC- 13 CONDITIONS OF CONTRACT 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (a)The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the .proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified(or any duly authorized extension thereof) or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven (7) days'notice to the Contractor, terminate the employment of the Contractor and his rights to proceed either as to the entire work or(at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work(including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated,the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed,the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event,the liability of.the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be CC - 14 CONDITIONS OF CONTRACT obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) To store his apparatus, materials, supplies and equipment in'such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b)To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material,temporary structures, plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be CC - 15 CONDITIONS OF CONTRACT submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either parry the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING,SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm,partnership, or corporation of which he is a member,partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. CC - 16 CONDITIONS OF CONTRACT 40. GRADES,LINES,LEVELS AND SURVEYS The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor, his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the CC - 17 CONDITIONS OF CONTRACT State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods,work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision(a)paragraph (L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15)and(16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision(a)of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. Contractors entering into'Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany,New York, 12227. i CC - 18 Town of Southold "Oregon View Estates Drainage Project" PROPOSAL PACKAGE BID OPENS: March 7, 2024 REMINDER NOTE!!!: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! 1 Proposal Package 1 of 10 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ❑ A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ❑ As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten (10) business days from notice of award to supply this form or the bid will be rescinded. ❑ Vendor Information Sheet and Address Record Form. ❑ Assumed Name Certification. ❑ Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 10 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 10 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 10 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 10 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 10 THE PROPOSAL FORM Oregon View Estates Drainage Project VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Pro osal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS General Conditions_&_Mobilizations _ 1 1 LS for /LS Dollars Cents Unclassified Excavation.&Grading 2 1 LS for /LS Dollars Cents Saw Cutting Asphalt..__ ... ..._._ 3 1,250 LF for /LF Dollars Cents Removal ofExisting_Catch-Basins _ 4 6 EA for /EA Dollars Cents — '-- =---Removal-of- Existing'Manholes ---- a --- s 5 3 EA for /EA Dollars Cents Removal of Existin 18"Corru ated _ _.-_--- 9 9Metal Pipe . . . 6 700 LF for /LF Dollars Cents 12"-HDPE Drainage=Pipe 7 700 LF for /LF Dollars Cents Full_Depth Asphalt_Restoration(6"RCA,-4"-Ty pe 6) 8 5,925 SF for /SF Dollars Cents Page 8 of 10 TOWN OF SOUTHOLD OREGON VIEW ESTATES DRAINAGE PROJECT Itemized Proposal for: Oregon View Estates Drainage Project ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS emoGal of Existing_Concrete Curti&Gutter&Re lacement with . Concrete,Curb Only 9 530 LF for /LF Dollars Cents Catch Basins - - - - - - 10 6 EA for /EA Dollars Cents 4'DiaManholes__:_ 11 3 EA for /EA Dollars Cents - Topsoil&°Seed 12 2,050 SF for /SF Dollars Cents (Add All Items) TOTAL for Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. :,.-Add Alternate.1:_Removal of Existing.Concrete_Curb&Gutter.&Replacement with - - -—-- -- __Concrete Curh_Only on,Hiirsesfioe Dr_ — ALT1 75 LF for /SF Dollars Cents Page 9 of 10 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 10 of 10 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of ,2024 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Four by and between the Town of Southold, party of the first part (hereinafter called the Owner), and party of the second part (hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Oregon View Estates Drainage Pro]ect. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), , Conditions of Contract, General Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE BY Town Attorney (CORPORATE SEAL) A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of -in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.ny.gov ,.A Kathy Hochul,Governor yQ' Roberta Reardon,Commissioner IVT O4 Town of Southold Schedule Year 2023 through 2024 Michael Collins,Town Engineer Date Requested 01/31/2024 53095 Main Road PRC# 2024001202 Southold NY 11971 Location Old Saddle Ln&Horseshoe Dr Project ID# Project Type Replace existing leaching catch basins and corrugated metal pipes with catch basins and HDPE pipes PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2023 through June 2024. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.ny.gov. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of.the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name&Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130,Albany, NY 12226 www.labor.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov DIVISION 1 - GENERAL REQUIREMENTS TOWN OF SOUTHOLD SOUTHOLD DRAINAGE SYSTEM REPLACEMENT GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS—DIVISION NO. 1 —GENERAL REQUIREMENTS Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities & Temporary Controls 01501 Health & Safety Provisions 01770 Project Closeout DIVISION 1 - Page 1 of 16 DIVISION 1 -GENERAL REQUIREMENTS SECTION 01010 - GENERAL SITE The site of the proposed general construction for SOUTHOLD DRAINAGE SYSTEM REPLACEMENT is located in the Town of SOUTHOLD, County of Suffolk and State of New York and more particularly shown on the Contract Drawings. SCOPE A. The work to be performed under this Contract shall include all labor, materials, equipment, services and incidentals required to perform the proposed construction as indicated in the Specifications, shown on the Contract Drawings and/or as approved by the Engineer. B. In general, the work shall include, but not be limited to, the following: • Removal of Drainage.Structures • Removal of Curb and Gutter • Removal of 18" Corrugated Metal Pipe • Sawcutting Asphalt • Removal of Asphalt Pavement • Installation of 12" Corrugated HDPE Pipe • Installation of Catch Basins • Installation of Asphalt Pavement • Installation of Curb • Installation of Drainage Manholes C. Without restricting the generality of the foregoing and for the convenience of each Contractor, the items of work are specified under the Standard 16 Uniform Divisions of the Construction Specifications Institute (CSI 1995 MasterFormat). D. The work covered under these Divisions shall be bid as (1) one Contract: Contract A - General Construction(includes all work) Contract B—HVAC (Not Used) Contract C—Plumbing (Not Used) Contract D—Electrical (Not Used) E. Each Prime Contractor shall be responsible for coordinating their contractual construction schedules with each other. Each Prime Contractor shall submit a computer DIVISION 1 - Page 2 of 16 DIVISION 1 -GENERAL REQUIREMENTS generated critical point method schedule indicating all items of work under their respective contracts and in accordance with each Prime Contractor's associated work. It shall be each Prime Contractor's responsibility to update the schedule as required to reflect changes in schedule of any or all Prime Contractors. SHOP DRAWINGS The Contractor shall make or provide any shop drawings, cuts or samples which the Engineer may require for the approval of details and to show the construction as it will be installed. No shop drawing shall be issued or used until it has been approved by the Engineer or his representative. After approval, no changes or deviations shall be made without written notice being sent to the Engineer. The Engineer's approval shall not relieve the Contractor from responsibility for deviations from the Drawings or Specifications unless he has, in writing, called the Engineer's attention to such deviations at the time of submission, nor shall it relieve him from responsibility for errors or omissions of any sort in the Shop Drawing or schedule. The Contractor shall submit six (6) copies of each requested item to the Engineer for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor,-and who shall be acceptable to the Engineer. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and'time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once discharged and shall not be again employed. INSPECTION All proposed work under this Contract shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer regarding any items of construction or reconstruction that may be questionable. MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of vehicles,pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his operations. The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such signs, channel and obstruction markers and barricades as may be required for the protection of traffic. The Contractor shall not deposit or store any equipment or materials within the Site Area except with written permission from the Engineer. DIVISION 1 - Page 3 of 16 DIVISION 1 -GENERAL REQUIREMENTS MAINTENANCE AND PROTECTION OF UTILITIES A. The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. B. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Engineer. C. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right- of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. GRADES, LINES, LEVELS AND SURVEYS A. The Owner's Engineer will establish one (1) bench mark and location of the work lines as reference points for the Contractor. B. The reference points shall be maintained by the Contractor. All other required lines, levels, grades, etc., shall be furnished by the Contractor from the reference points. C. Re-establishment of the reference points by the Engineer for the Contractor shall be done at the Contractor's expense. D. The Contractor shall verify all grades, lines, levels and dimensions as shown on the drawings, and he shall report any errors or inconsistencies in the aforementioned to the Engineer before commencing work. Commencement of work shall be corrected by the Contractor at his expense. LABOR, LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York, the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. DIVISION 1 -Page 4 of 16 DIVISION I - GENERAL REQUIREMENTS QUALIFICATIONS All bidders must have been established in and Field Construction as specified in the Contract Documents for a period of at least three (3) years. All bidders must furnish a list of three (3) projects of similar type construction that was built by them in the Nassau- Suffolk area and is to accompany their bid submission. List must contain name,address and telephone number of client's engineer for which each project was undertaken by Contract. A minimum of three (3) of the projects must have been built for municipal clients. APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Engineer. The Contract shall, within five (5) days after signing of the Contract, submit a list of proposed Subcontractors to the Engineer for approval. The list shall contain firm names, names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Engineer for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5) .projects for each proposed Subcontractor must be submitted. B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Engineer at least 24 hours prior to discharge, stating the reasons, and shall provide the Engineer with the name and qualifications of the replacement Subcontractor for approval by the Engineer. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society, the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform to the latest A.S.T.M., A.W.P.A., A.S.A., N.E.C., I.E.S., etc. Specifications as may relate to or govern the construction work. CONTRACT DRAWINGS A. The Contract drawings which accompany and form part of these Specifications,bear the general title Town of Southold, Southold Drainage System Replacement and separately numbered and entitled as follows: T1 TITLE SHEET GN1 GENERAL NOTES C2 OLD SADDLE LN. AND SILVER COLT RD. DEMOLITIONS PLAN C3 HORSESHOE DR. DEMOLITIONS PLAN C4 OLD SADDLE LN. AND SILVER COLT RD. DRAINAGE PLAN C5 HORSESHOE DR. DRAINAGE PLAN DIVISION 1 - Page 5 of 16 DIVISION 1 - GENERAL REOUIREMENTS CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him, free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the'premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean, neat and workmanlike condition satisfactory to the Engineer. GUARANTEES 1. Before issuance of the Final Payment, the Contractor shall deliver to the Owner the following guarantee in addition to those specifically required in the General Conditions and in the various Technical Sections of the specifications. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1) year, for longer periods where so provided for in any manufacturers literature, from the date of the issuance of the Final Certificate by the Engineer. Should any defect develop in the aforesaid work within the stipulated periods due to faulty materials and/or workmanship, the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. The Contractor at the expense of the Contractor shall complete such repairs and corrective work, including the cost of making good all the work damaged by or otherwise affected by the making of the repairs or corrective work, within five (5) days after notice to the Contractor by the Owner. In case the contractor fails to do the work so ordered, the Owner may have the work done and charge the.cost thereof against the monies retained as provided for in the contract and if no money is available, the contractor and/or his sureties agree to pay the owner the cost of such work. 2. Obtain, endorse and provide separate guarantees from subcontractors where called for in the various sections of this specification. PAYMENTS Payment(s) made under this Contract will be made on the basis of actual work completed in accordance with the Contract Documents. Payments will be computed from the unit and lump sum bid. Payment will only be made for the items shown in the Proposal Form. END OF SECTION 01010 - GENERAL DIVISION 1 -Page 6 of 16 DIVISION 1 -GENERAL REQUIREMENTS SECTION 01025—MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor, materials,, tools, equipment, appurtenances and all services necessary to perform all Work as required by the plans and specifications or as required by the Engineer, at the lump sum or unit prices for the items listed herein. ENGINEER'S ESTIMATE OF QUANTITIES The ENGINEER'S estimated quantities for unit price pay items are approximate only and are included solely for the purpose of comparison of Bids. The OWNER does not expressly or by implication agrees that the nature of the materials encountered below the surface of the ground or the actual quantities of material encountered or required will correspond with the estimated quantities. PAYMENT ITEMS Item 001 —General Conditions & Site Mobilization 1. Method of Measurement: The Contractor shall receive the lump sum payment which shall include temporary utilities, temporary construction fence, supervision and management, on-going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet all of the general requirements set forth under Division 1 including, but not limited to,project closeout activities, comply with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and demobilize from the construction site upon successful completion of the project. The Contractor shall furnish one (1) lump sum cost as specified, shown on the Contract Drawings and as approved by the Engineer. 2. Method of Payment: Payments shall be made in accordance with the following schedule: a. 25% first partial payment b. 75% based upon percentage of completion 3. Intent: This bid item shall facilitate requirements of Division 01000 and the boilerplate of the specification and construction operations. Item 002 —Unclassified Excavation & Grading 1. Method of Measurement: The Contractor shall receive the lump sum price for the Unclassified Excavation & Rough Grading of the proposed work areas to the proposed subgrade elevations based upon the Contract Drawings. 2. Method of Payment: Payment for this item shall be the lump sum cost of excavation and grading. The lump sum price shall include all costs of site preparation, excavating, DIVISION 1 -Page 7 of 16 DIVISION 1 -GENERAL REOUIREMENTS stockpiling, re-handling of piles, removal of vegetation, removal of asphalt pavement, removal of concrete curb;grading and compaction of subgrade(including field compaction testing in fill areas), labor, removing excess material or unsuitable material off site, materials and other incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Owner shall be included in the lump sum price bid for this Item. 3. Intent: The contractor shall prepare and grade the site as required to complete the work shown on the Construction Drawings. Item 003—Saw Cutting Asphalt 1. Method of Measurement: Payment for Saw Cutting Asphalt will be made at the unit price bid per linear foot and measured in place. 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor, materials, equipment and incidentals necessary to perform the proposed Asphalt Saw Cutting as specified and shown on the contract drawings. 3. Intent: The Contractor shall perform Asphalt Saw Cutting as shown on the Construction Drawings and in accordance with these Technical Specifications. Item 004—Removal of Existing Catch Basins 1. Method of Measurement: Payment for the removal of Existing Catch Basins will be made at the unit price bid per each catch basin removed. 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor,material,and equipment required to remove all Existing Catch Basins as specified and shown on the contract drawings. Item 005—Removal of Existing Manholes 3. Method of Measurement: Payment for the removal of.Existing Manholes will be made at the unit price bid per each manhole removed. 4. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor, material, and equipment required to remove all Existing Manholes as specified and shown on the contract drawings. Item 006—Removal of Existing 18" Corrugated Metal Pipe 5. Method of Measurement: Payment for the removal of Existing 18" Corrugated Metal Pipe will be made at the unit price bid per linear foot removed. 6. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor, material, and equipment required to remove all Existing 18" Corrugated Metal pipe as specified and shown on the contract drawings. DIVISION 1 -Page 8 of 16 DIVISION 1 - GENERAL REQUIREMENTS Item 007— 12" HDPE Drainage Pipe 1. Method of Measurement: Payment for the Installation of 12" HDPE Drainage pipe will be made at the unit price bid per linear foot Installed. 2. Method of Payment: Payment for this item shall be per linear foot installed. All costs associated with site preparation, 12" Corrugated HDPE Pipe, connections, clean fill, labor, equipment and incidentals necessary to satisfactorily complete the installation of 12" Corrugated HDPE Pipe according to the plans, specifications and/or as directed by the Owner/Engineer shall be included in the price bid for this Item. 3. Intent: The Contractor shall provide and install the 12" HDPE Drainage pipe as shown on the Construction Drawings and in accordance with these Technical Specifications. Item 008—Full Depth Asphalt Restoration (6" RCA, 4" Type 6) 1. Method of Measurement: Payment for the full depth asphalt restoration item will be made at the unit price bid per square foot and measured in place. 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor, materials,preparation,4"of Type 6F asphalt(compacted in 2" lifts), 6"of NYSDOT approved RCA,compaction,equipment and incidentals necessary to furnish and install the proposed full depth asphalt pavement as specified and shown on the contract drawings. 3. Intent: The Contractor shall provide and install the Full Depth Asphalt Restoration as shown on the Construction Drawings and in accordance with these Technical Specifications. Item 009 — Removal of Existing Concrete Curb & Gutter & Replacement with Concrete Curb Only 1. Method of Measurement: Payment for the removal of concrete curb & gutter and replacement with concrete curb only will be made at the unit price bid per linear foot and measured in place. 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor,materials, removal of concrete curb and gutter, concrete, compaction of subgrade, formwork, reinforcement, slump tests, cylinder lab testing, equipment and incidentals necessary to furnish and install the reinforced concrete curbs as specified and shown on the detailed contract drawings. Item 010—Installation of Catch Basins 1. Method of Measurement: Payment for the installation of Catch Basins will be made at the unit price bid per each Catch Basin installed. DIVISION 1 -Page 9 of 16 DIVISION 1 - GENERAL REQUIREMENTS 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor,material,and equipment required to install all proposed Catch Basins as specified and shown on the contract drawings. Item 011 —Installation of 4' dia. manholes 3. Method of Measurement: Payment for the installation of all proposed Manholes will be made at the unit price bid per each manhole installed. 4. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor,material, and equipment required to install all proposed Manholes as specified and shown on-the contract drawings. Item 012—Topsoil & Seed 1. Method of Measurement: Payment for Topsoil&Seed will be made at the unit price bid per square foot installed and measured in place. 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor, material, and equipment required to furnish and place the Topsoil and Seed as specified and shown on the contract drawings. Item 013 (Add Alt. 1) — Removal of Existing Concrete Curb & Gutter & Replacement with Concrete Curb Only on Horseshoe Dr. 1. Method of Measurement: Payment for the Removal of Existing Concrete Curb & Gutter& Replacement with Concrete Curb Only on Horseshoe Dr. will be made at the unit price bid per linear foot and measured in place. 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor, materials, removal of existing concrete curb & gutter, concrete, compaction of subgrade, formwork, reinforcement, slump tests, cylinder lab testing, restoration with top soil & seed, equipment and incidentals necessary to furnish and install the reinforced concrete curbs as specified and shown on the detailed contract drawings. 3. Intent: This add alternate is only applicable if the 75' Concrete curb & gutter section along Horseshoe Drive is disturbed during the excavation of the Corrugated Metal Pipe. END OF SECTION 01025—MEASUREMENT AND PAYMENTS DIVISION 1 - Page 10 of 16 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following: A. Temporary Utilities—Sanitary facilities. B. Temporary Controls — Barriers, enclosures and fencing, protection of the Work, and water control. C. Construction Facilities—Access roads,parking, progress cleaning,project signage. TEMPORARY SANITARY FACILITIES A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The Contractor shall observe and .enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain, service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. F. Comply with all applicable codes and arrange for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. B. Accident 1. The Contractor shall promptly report in writing to the Engineer all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site,which cause death,personal injury or property DIVISION 1 -Page 11 of 16 DIVISION 1 -GENERAL REQUIREMENTS damage, giving full details and statements of witness. 2. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Owner and the Engineer. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents,the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. SECURITY A. Provide security and facilities to protect work, and existing facilities, and Owner's operations from unauthorized entry, vandalism or theft. B. Coordinate with Owner. C. Furnish security during the course of the work. ACCESS ROAD A. Maintain roads accessing construction area as shown on the Construction Drawings. B. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants, free of obstructions. D. Provide means of removing mud from vehicle wheels before entering public and private streets. Clean all mud and debris from construction traffic at no additional expense to the Owner. Comply with all State and Local regulations. E. Designated existing on-site roads may be used for construction traffic,as directed by the Owner and Engineer. Damage to existing site roads as a result of this Contract will be the responsibility of the Contractor. PARKING A. The Contractor's personnel shall not park on the main road or adjacent private side streets. B. When space is not adequate, provide additional off-site parking. DIVISION 1 - Page 12 of 16 DIVISION 1 - GENERAL REQUIREMENTS PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as designated by the Owner. REMOVAL OF UTILITIES, FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment,facilities, materials,prior to Final Applications for Payment Inspections. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities -used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION 01500 — CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS DIVISION 1 - Page 13 of 16 DIVISION 1 -GENERAL REQUIREMENTS SECTION 01501 —HEALTH AND SAFETY PROVISIONS REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or,to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance wit the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S. Department of Labor OSHA, 29 CFR 1910—Occupational Safety and Health Standards, and 29 CFR 1920—Safety and Health Regulations for Construction. 2. U.S. Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Owner or the Engineer is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel, persons on or about the work, or public or private property, the owner of the Engineer shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions,the Owner may put the work into such a condition that it shall be, in his opinion, in all respects safety, and the Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Owner. The fact that the Owner or the Engineer does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for loss, damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Owner acting under authority of this Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION 01501 —HEALTH AND SAFETY PROVISIONS DIVISION 1 - Page 14 of 16 DIVISION 1 -GENERAL REOUIREMENTS SECTION 01770 - PROJECT CLOSEOUT—(All Contractors) A. Clean-up Prior to Final Acceptance (as applicable) 1. Clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. 2. All basins,manholes,and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration called for in the items of the Specifications shall be complete in every detail. B. Final Inspection 1. Upon completion of work under the Contract, provide written notification to the Owner and Engineer that work is complete and ready for final inspection. 2. The work shall be inspected within a reasonable period of time, and list shall be prepared showing all items of work, if any, requiring correction or attention on the part of the Contractor. 3. Upon satisfactory completion of remedial work, the Engineer will issue notification and application for final payment may be submitted in accordance with the appropriate Article of the General Conditions. 4. Use of Completed Portion - The Owner shall have the right to take possession and use any completed or partially complete portions of the work notwithstanding that the time of completing the entire work or such portions may not have expired. Such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with Contract Documents. C. Documents Required to be Delivered to Engineer 1. Release of liens 2. Affidavit from all Subcontractors and material suppliers for job, stating that they have been paid. 3. Affidavit that all payrolls, bills for materials, equipment and other indebtedness connected with the work has been paid. 4. Releases and waivers of liens from Subcontractors, if required by the Owner. 5. Consent of surety to final payment. 6. Record plans - three (3) original copies 7. Maintenance and Instruction Manuals a. The Contractor shall at the completion of the contract,deliver to the Engineer three (3) copies of a manual presenting for the Owner's guidance full details for the care and maintenance of all visible surfaces and all equipment supplied by the Contractor and included in the contract. DIVISION 1 - Page 15 of 16 DIVISION 1 -GENERAL REQUIREMENTS ti b. The Contractor shall include all literature of the manufacturer's relating to equipment, including motors or other manufactured equipment; also, cuts, wiring diagrams, instruction sheets, and all other information pertaining to same that would be useful to the owner in the operation and maintenance of same. C. The Contractor shall also instruct the Owner's designated personnel in the operation of the equipment and/or systems. D. Guarantees 1. Before issuance of the Final Payment,the Contractor shall deliver to the Owner the following guarantee in addition to those specifically required in the General Conditions and in the -various Technical Sections of the specifications. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one (1) year, for longer periods where so provided for in any manufacturers literature, from the date of the issuance of the Final Certificate by the Engineer. Should any defect develop in the aforesaid work within the stipulated periods due to faulty materials and/or workmanship, the Contractor-hereby agrees to make all repairs and do all necessary work to correct the defective parts. The Contractor at the expense of the Contractor shall complete such repairs and corrective work, including the cost of making good all the work damaged by or otherwise affected by the making of the repairs or corrective work, within five (5) days after notice to the Contractor by the Owner. In case the Contractor fails to do the work so ordered, the Owner may have the work done and charge the cost thereof against the monies retained as provided for in the contract and if no money is available, the Contractor and/or his sureties agree to pay the owner the cost of such work. 2. Obtain, endorse and provide separate guarantees from sub-Contractors where called for in the various sections of this specification. EMERGENCY REPAIRS During a valid warranty period, if the Contractor is unable or unwilling to respond immediately to make emergency repairs under conditions which the Owner may determine to be an emergency situation, the Owner reserves the right, and the Contractor recognizes such right, to make such emergency repairs and then to bill the Contractor for a fair and reasonable amount in reimbursement for such repairs. END OF SECTION 01770 -PROJECT CLOSEOUT—(All Contractors) DIVISION 1 -Page 16 of 16 DIVISION 2—SITE WORK GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under the Division. TABLE OF CONTENTS -DIVISION NO.2 - SITE WORK Included in this Division are the following sections: 02200 Site Preparation 02222 Clean Granular Fill 02320 Unclassified Excavation& Grading 02514 High Density Polyethylene Pipe 02630 Storm Drainage 02722 Pavement Subbase Preparation 02723 Recycled Portland Cement Concrete Aggregate 02740 Asphaltic Concrete Pavement 02772 Concrete Curb 02911 Topsoil 02920 Seed DIVISION 2 - Page 1 of 23 DIVISION 2—SITE WORK SECTION 02200 - SITE PREPARATION WORK INCLUDED The Contractor shall furnish labor, materials, equipment and appurtenances necessary or required to perform and complete all work including, but not limited to the following: A. Location and Stakeout B. Clearing, removing and the legal disposal of all debris and miscellaneous structures not covered under other sections of these Specifications. C. The Contractor shall do all stakeout, layout, and elevations necessary to perform the intended construction. Surveying shall be performed by a Licensed Land Surveyor acceptable to the Town's Representative. All instruments, equipment, stakes and any other material necessary to perform this work satisfactorily shall be provided by the Contractor and approved by the Town's Representative. D. The contractor shall protect all drainage structures with filter fabric. QUALITY ASSURANCE A. Location and stakeout work shall be performed by a Professional Engineer or Land Surveyor duly licensed in the State of New York. B. The Contractor shall, at their own expense, secure and pay for all permits, inspections, fees and give all legal notices that may be required in connection with the work, including the notification of owners of existing subsurface gas and other utility lines. INSPECTION A. The Contractor shall visit and thoroughly familiarize themselves with the site and with the scope of work to be done. B. When the Contractor submits their proposal, it shall be interpreted to mean that he has examined the site, fully understands the existing and proposed conditions and has made due allowances for them in their proposal. PREPARATION A. Notification of utility companies shall be in accordance with Industrial Code Rule#53 of Title 12, of the Official Compilation of Codes, Rules and Regulations of the State of New York. B. Notify all utility companies, prior to start of work and ascertain location of all existing DIVISION 2 - Page 2 of 23 J DIVISION 2—SITE WORK utilities. C. Exercise extreme caution in the area of existing utilities so as not to cause damage or breakage. D. The Contractor shall verify all elevations and satisfy themselves as to their correctness by visiting the site of the proposed work and examining the actual condition prior to the beginning of the work. PERFORMANCE A. The Contractor shall exercise diligent care to protect existing trees, shrubs and under- growth not to be removed and shall replace at his own expense any such existing plants, trees, shrubs or other plant material removed, destroyed, disfigured or damaged because of his negligence with similar planting approved by the Town's Representative. B. All wood and brush shall be legally disposed of by the Contractor at their own expense. ADJUST AND CLEAN The Contractor shall clean up and remove from the site all rubbish and surplus material as fast as it accumulates and shall not permit it to be scattered about the project site. PROTECTION OF EXISTING VEGETATION A. Top soil cover over root systems of existing trees and shrubs shall be minimized and never exceed 6 inches in depth. B. Trenching across tree root systems should be a minimum distance to the tree diameter in inches, converted to feet, from the tree trunk. (e.g. 10-inch caliper tree shall have a minimum of 10 feet distance between trunk and trench.) Tunnels under the root system should start 18 inches or deeper below existing grade. Tree roots which must be severed should be cut clean. Backfill material around roots shall be topsoil. C. Construct sturdy fences, wood or steel barriers, or other protective devices surrounding valuable vegetation from construction equipment. Place barriers far enough from tree so that all equipment such as backhoes and dump trucks do( not contact tree trunk or branches. D. Trees shall be protected from grade to the lowest branch or 8' above grade, whichever is lowest. E. Material shall only be stockpiled in locations approved by the Town's Representative. No equipment shall be parked or repaired, and no oil, gasoline, concrete or other debris shall be dumped near trees and shrubs to remain. At the end of each workday, all debris shall be removed and disposed of off-site. DIVISION 2 - Page 3 of 23 DIVISION 2—SITE WORK F. Obstructive and broken branches should be pruned properly. The 3 cut method should be used on all branches larger than two inches at the cut. The branch collar on all branches whether living or dead should not be damaged. First cut the underside of the branch partly through 6 inches or more from tree. Cut through the branch 2 inches or further out from trunk. The final cut should be made by placing the shears or saw in front of the branch bark ridge and cutting downward and slightly outward. Do not paint the wounds. G. Any trees damaged during construction shall be repaired by an approved tree surgeon. Any tree erroneously removed or damaged beyond satisfactory repair shall be replaced with the same species, 6 inches in caliper, which shall be balled, bur lapped and plat formed and planted at the direction of the Town's Representative. H. Where cuts expose or affect root systems of trees, the exposed roots shall be cut off cleanly and such areas shall be backfilled with topsoil as soon as practicable and shall be watered and protected from further damage. END OF SECTION 02200-SITE PREPARATION DIVISION 2 - Page 4 of 23 DIVISION 2—SITE WORK SECTION 02222—CLEAN GRANULAR FILL DESCRIPTION Under this Item, the Contractor shall furnish, place and compact clean granular fill material in accordance with the plans and specifications and/or as directed by the Engineer. MATERIALS Clean granular fill shall be sound, hard, durable bank run sand and gravel. Gradation shall be as follows as determined by ASTM D422 Testing Methods Sieve Size Percent Passing by Weight 1-inch 100% No. 40 0-70% No. 200 0-10% The Engineer reserves the right to randomly test for conformance any material that arrives at the site. All costs associated with laboratory testing of the material shall be borne by the Contractor. CONSTRUCTION DETAILS The Contractor shall furnish and place clean granular fill material as directed by the Engineer. The fill material shall be placed in 6" to 9" lifts and thoroughly compacted with a vibratory tamper or other approved means. The fill material shall be compacted to 95% of maximum density at optimum moisture content in accordance with ASTM D698 Standard Proctor. Testing fees shall be borne by the Contractor. END OF SECTION 02222—CLEAN GRANULAR FILL DIVISION 2 - Page 5 of 23 DIVISION 2—SITE WORK SECTION 02320-UNCLASSIFIED EXCAVATION AND GRADING CLASSIFICATION Classification of excavation: Excavation shall be unclassified, and the term "unclassified excavation" shall be understood to mean any and all materials encountered during excavation work including structures, pavement, trees and stumps, earth, piping, demolition, drainage systems, recharge basin etc. GENERAL SITE EXCAVATION A. The Contractor shall cut to exact elevations, grade and transport excavated materials to fill areas of the site if the material conforms to the specifications and/or as approved by the Engineer. Material, which is unacceptable to the Engineer, shall be disposed of at the Contractor's expense. B. Unstable soil shall be removed and replaced with on-site sand or gravel and shall be thoroughly compacted. C. Adequate provision shall be made to intercept or divert all surface water from the areas of construction operations and designated wetlands. D. The Contractor shall establish a construction grid for the areas of proposed excavation a grading to establish all stakeout, layout, and elevations necessary to perform the intended construction. Surveying shall be performed by a Licensed Land Surveyor acceptable to the Engineer. All instruments, equipment, stakes and any other material necessary to perform this work satisfactorily shall be provided by the Contractor and approved by the Engineer. EXCAVATION FOR STRUCTURES: A. Depth: As indicated B. Clearance: Sufficient for formwork or other work to be performed. C. Embankments and Berms: Excavate to angle of recline or provide sheeting, shoring and bracing required for containing earth bank. D. Excess Depth: Carry footing and foundation walls to undisturbed soil. E. Loose Material and Debris: Keep out of excavation so footings will rest on solid, undisturbed soil. F. Protect against frost until concrete is poured. G. Soil Bearing Capacity: Do not proceed with pouring footings until nature of soil under footings has been inspected and approved by the Engineer. DIVISION 2 - Page 6 of 23 DIVISION 2—SITE WORK EXCAVATION FOR PIPES AND CONDUIT Trench excavation to depths and widths as indicated on the contract drawings and or as directed by the Engineer. EXCAVATION FOR PIPES & STROMWATER SYSTEMS Excavation to depths and widths as indicated on the contract drawings and or as necessary for installation of the precast concrete structures and associated piping. END OF SECTION 02320-UNCLASSIFIED EXCAVATION AND GRADING DIVISION 2 - Page 7 of 23 DIVISION 2—SITE WORK SECTION 02514 -HIGH DENSITY POLYETHYLENE PIPE DESCRIPTION The Contractor shall be responsible for furnishing all labor,materials, equipment and incidentals necessary to install all corrugated polyethylene pipe (CPEP), fittings, and couplings to the lines, grades and dimensions shown on the Contract Drawings. SUBMITTALS The Contractor shall submit to the Engineer shop drawings, for approval, providing details of pipe, fittings,joints, and construction methods. If sheeting is required, the Contractor shall submit drawings, and computations prepared, and signed and sealed by a Professional En ineer licensed in the State of New York, showing his proposed sheeting and bracing design. MATERIALS A. All CPEP shall have a heavy-duty corrugated exterior with a smooth interior. All sections and couplings shall be high density polyethylene of the size and type shown on the Contract Drawings. All pipe shall meet or exceed the AASHTO-M-294 Type S specification. Pipe and fitting material shall be high density polyethylene meeting ASTM D3350 minimum cell classification 335420C. B. The Contractor may use suitable clean excavated material, subject to the approval of the Engineer, for backfill and bedding material. In the presence of the Engineer, the Contractor shall collect a sample for every 500 cubic yards of material to be used for backfill and bedding, and submit it to the approved testing laboratory for analysis. The samples shall be tested for maximum dry density at optimum moisture content in accordance with ASTM D1557. The bedding and backfill material to a depth of not less than 12 inches above the top of the pipe (unless otherwise shown in plans), for the full width of the trench shall have a maximum particle size of 1 inch. CONSTRUCTION DETAILS All pipe and fittings shall be installed in accordance with the manufacturer's instructions. The Contractor shall inspect all piping to ensure that the piping is free of defects in material and workmanship. Defective materials shall be immediately removed from the site and replaced at no cost to the Town. DIVISION 2 - Page 8 of 23 DIVISION 2—SITE WORK Excavations for CPEP shall be shored and braced where necessary in accordance with OSHA safety requirements, and local and state regulations. All excavation required for the installation of the CPEP shall be made to the depth and width shown on the Contract Drawings. The Contractor shall render the bottom of the excavations firm and dry and in all respects acceptable to the Engineer. The trench shall be excavated in such a manner that will provide a flat bottom true to grade so that all CPEP can be evenly supported on undisturbed (virgin) material. The pipe. will be installed directly on the trench's compacted bedding. Prior to backfilling, all CPEP installed shall be inspected by the Engineer to examine the grade, orientation, and connections of all CPEP laid. Pipe shall be joined with coupling bands covering at least two full corrugations on each end of the pipe. Trenches shall be backfilled by hand to a depth of not less than 12 inches above the top of the pipe, for the full width of the trench. The trench shall be backfilled with approved material in lifts not to exceed 6 inches to a depth of not less than 12 inches above the top of the pipe. After the trench has been backfilled to 12 inches above the top of the pipe it shall be placed in 12 inch lifts. Following compaction, each lift shall be tested by the Engineer to determine in-place dry density and optimum moisture content before subsequent lifts are placed. These tests shall be performed at a frequency not less than one test for every 50 foot interval along trenches, or at least one per lift. The test results must yield the following: • In-place Dry Density(ASTM D1557): 95 percent • Optimum moisture Content: Within 3 percent Any areas not meeting the specified compaction will be reworked or replaced and recompacted and retested until the satisfaction of the Engineer, at no additional cost to the Town. END OF SECTION 02514 -HIGH DENSITY POLYETHYLENE PIPE DIVISION 2 - Page 9 of 23 DIVISION 2—SITE WORK SECTION 02630—STORM DRAINAGE WORK INCLUDED The work shall include furnishing all labor, material, equipment, and incidentals necessary to install pre-cast concrete drainage structures, pipes, slabs, frames and grates, frames and covers, suitable granular porous leaching material (soil), and all other necessary operations to construct fully functioning storm water drainage system in accordance with the plans, specifications and/or as directed by the Engineer. SHOP DRAWINGS Submit complete and accurate shop drawings, catalog cuts, details for the Engineer's approval. No installation shall be made prior to approval of the Engineer. MATERIALS A. heaeliming Gateh Basins Leaehing eateh basins shall eensist of leaehing rings, footing ring,- eateh Lass f efin� n tFaffie bearing slab shall be ., „f,.t,,fe by Long 1" 1 basin, 1VVL111�, llliR Pr-eeastBr-eekatixcayen, NY; Su f6lk Pr-eeast hie.,-Galyeftcrcvi ,NY; Coastal Pipeline LAi� �. !"'a4ye.tei ATV o e equal, 1 LLl , . rings, ? ing-t6p slab with eir-eider 6$et:iing as indieated on the plan. T�ixeterand depth e the leaebing pools shall be as indieated on the plans. The leaehing rings, footing fing-apA tfaffie beetfing slab shall be as ffianufaetufed by Long island e > > oti&lk T Pfee-ast .,•L�xx , GalyeAe , ; Coastal PipelineGalverten, NY of an appfeved C. Manhole—Manhole structures shall consist of precast concrete floor and wall structure and a traffic bearing top slab with circular opening as indicated on the plan. The curb inlet structure and traffic bearing slab shall be as manufactured by Long Island Precast, Brookhaven, NY; Suffolk Precast Inc., Calverton, NY; Coastal Pipeline Corp, Calverton, NY or an approved equal. D. Inlet Structure — Curb inlet structures shall consist of precast concrete floor and wall structure and a traffic bearing top slab with rectangular opening as indicated on the plan. The curb inlet structure and traffic bearing slab shall be as manufactured by Long Island Precast, Brookhaven, NY; Suffolk Precast Inc., Calverton, NY; Coastal Pipeline Corp, Calverton,NY or an approved equal. E. Frames and Grates (rectangular curb castings) — The frame and grate shall be heavy-duty type fame and heavy duty bicycle friendly grate as manufactured by Campbell Foundry Company or an approved equal. Frames shall receive two (2) coats of asphaltic paint prior to installation and shall conform to Suffolk County standards. DIVISION 2 - Page 10 of 23 DIVISION 2—SITE WORK F. Frames and Grates (reetangular area eastings) The frame and grate shall be heaN-y duty t)� or an ed equal F-r-a n shall receive—twe (2) Eels of asphakie paint prior- We insta4lation and shall eonfefm to Suffelk County standards.. G. Frames and Covers (circular solid cover) — The frame and solid cover shall be heavy-duty type frame and cover as manufactured by Campbell Foundry Company or an approved equal. Frames shall receive two (2) coats of asphaltic paint prior to installation. H. Frames and Grates (eireular gr-ate) The fiFame and gr-ate shall be hea-NT duty t�Te frame a gr-ate as maRti&et:Lffed by Campbell Feundfy Company or- an appr-eved equal. F-r-afnes shall. feeeive Pyo (2) ,,eats of as„halt:., paint prior-to inst.,ll.,t:,,,, I. Corrugated Polyethylene Pipe (smooth interior) — The corrugated polyethylene pipe (smooth interior) shall be dual wall high density pipe by ADS. i. Roof Dr-ain Gerqeetiens Roof leadefs shall be eanneeted to subsur-faee drainage system 101,414 emst kfea pipe with a east ken eleaneut "T" br-aneh with Brass or- Br-eptze thfeaded plug. Supply n install transition "scarypicce. INSTALLATION A. The Contractor shall excavate for the installation of the structures and pipes at the locations and to the limits as shown on the contract drawings. B. The outside area of the drainage structures shall be backfilled with clean granular porous material as specified. C. Pipes are to be installed to the lines and grades as indicated on the plans. D. Pipes may be backfilled with suitable excavated material and thoroughly compacted. The Engineer reserves the right to reject backfill material if in his opinion contains deleterious material. The Engineer shall determine if the compaction effort is sufficient to complete the installation. . E. Frames and grates/covers shall be installed to the grades as indicated on the plans. A. Frames and grates/covers shall be well mortared in place. PROTECTION AND CLEANING The Contractor shall protect newly installed drainage structures from silt and debris during construction. Standard NYS Erosion and Sediment Control techniques shall be used to control the structures. All protection shall remain in-place and is not to be removed from site. Structures which contains silt or debris at final inspection shall be cleaned at no additional cost to the owner. END OF SECTION 02630—STORM DRAINAGE DIVISION 2 - Page 11 of 23 DIVISION 2—SITE WORK SECTION 02722—PAVEMENT SUBBASE PREPARATION WORK INCLUDED The work shall include stripping and removing unsuitable materials, performing cut and fill operations, adjusting existing castings to proposed grade and fine grading the surface to construct a subbase for the proposed curbing, roadway and islands in accordance with the plans, specifications and/or as directed by the Engineer. CONSTRUCTION DETAILS A. In the area that will receive pavement, the Contractor shall strip, remove and dispose of, all asphalt, concrete and unsuitable material containing organic matter, such as muck, peat, organic silt, topsoil or grass, that is not satisfactory for use for pavement construction. Upon completion of the removal of the unsuitable.materials to the satisfaction of the Engineer, the Contractor shall grade the-area by cutting and filling as required. Any excess suitable excavated material shall be used for various backfilling operations. No additional payment will be made for re-handling of this material. In the event that during subbase preparation operations additional fill is required to stabilize the subbase and/or to achieve the specified grade, the Engineer will direct the Contractor to import Clean Granular Fill. B. After the cutting and filling operation is completed, the Contractor shall fine grade and properly compact the subbase. The subbase shall be compacted using a minimum 10-ton roller. The subbase shall be compacted to 90% of maximum density within 3 percent of optimum moisture content in accordance with ASTM D 1557 Modified Proctor. C. The Engineer will be sole judge in determining if the subbase is acceptable for placement of the subsequent courses. The Contractor shall not continue until he has received approval by the Engineer. D. Existing castings (drainage & sanitary) shall be adjusted to the proposed grades with concrete bricks and mortar. END OF SECTION 02722—PAVEMENT SUBBASE PREPARATION DIVISION 2 - Page 12 of 23 DIVISION 2—SITE WORK SECTION 02723—RECYCLED PORTLAND CEMENT CONCRETE AGGREGATE WORK INCLUDED This work includes furnishing and installing a Recycled Portland Concrete Cement Aggregate (RCA) over an approved subgrade to the depth, lines, and grades where shown on the plans and/or as directed by the Engineer. MATERIALS A. The Recycled Portland Cement Aggregate (RCA) material shall conform to the provisions of Item 173 04.1011 — Subbase Course, Type 1011, Material A, Recycled Portland Cement Concrete of the New York State Department of Transportation of January 2, 1995. B. The Contractor shall,perform and submit laboratory analysis to verify conformance of this material. Test results shall be submitted to the Engineer prior to acceptance of this material. The cost for all laboratory testing of the material shall be borne by the Contractor. CONSTRUCTION DETAILS Upon approval of the compacted soil subbase by the Engineer, the Contractor shall furnish, place and compact the recycled concrete aggregate to the specified lines and grades. Tolerance of the compacted RCA base course shall be plus/minus 1/4 inch. END OF SECTION 02723—RECYCLED PORTLAND CEMENT CONCRETE AGGREGATE BASE COURSE DIVISION 2 - Page 13 of 23 DIVISION 2—SITE WORK SECTION 02740—ASPHALTIC CONCRETE PAVEMENT WORK INCLUDED A. This work includes furnishing all labor,.materials, equipment, and incidentals necessary to construct new asphaltic concrete pavement for the proposed roads in accordance with the plans and specifications and as directed by the Engineer.. B. The construction of the asphaltic concrete pavement shall meet the requirements of sections 401, 403, and 407 of the New York State Department of Transportation Standard Specifications of May 1, 2008 as amended except as modified herein REFERENCE STANDARDS In addition to complying with all pertinent codes, regulations, and specifications comply with the referenced or applicable portions of the New. York State Department of.Transportation Standard Specifications of May 1, 2008. MATERIALS A. Tack Coat — The bituminous tack coat shall meet all requirements the New York State Department of Transportation Standard Specifications of May 1, 2008 for Item 407.01 Tack Coat. B. Asphalt Concrete-Type 6F Top Course — The asphalt concrete top course shall meet all requirements the New York State Department of Transportation Standard Specifications of May 1, 2008 for Item 407.17 Asphalt Concrete-Type 6F Top Course (High Friction) Marshall Design. INSTALLATION A. All Construction Details requirements of the New York State Department of Transportation Standard Specifications of May 1, 2008 shall apply except as herein modified. B. No asphalt concrete courses shall be place prior to Engineer's acceptance of the base course. C. Tack coat shall be applied to curb faces, clean milled asphalt surfaces immediately prior to placement of the new pavement at a rate of 0.05 gallon per square yard of surfacing. D. Existing asphalt placement to be resurfaced shall be machine swept by the Contractor prior to the placement of the new pavement. It shall be the Contractor's responsibility to insure that the pavement is thoroughly clean, free of all mud, dust and other loose material, and to the satisfaction of the Engineer, immediately prior to the application of the bituminous mixture. All loose material shall be removed with power operated sweepers and/or hand DIVISION 2 - Page 14 of 23 DIVISION 2—SITE WORK brooms as may be required and trucked from the construction site to the disposal areas approved by the Engineer. Immediately prior to asphalt resurfacing the Contractor shall apply a tack coat over the existing asphalt pavement. E. The asphalt concrete courses shall each be laid down in one lift, to the compacted depth, as shown on the plans. END OF SECTION 02740—ASPHALTIC CONCRETE PAVEMENT DIVISION 2 - Page 15 of 23 DIVISION 2—SITE WORK SECTION 02772—CONCRETE CURB (CURB ONLY-NO GUTTER) WORK INCLUDED A. Under this Item, the Contractor shall construct a conventionally formed concrete curb in accordance with the Details, Specifications and/or as directed by the Engineer. B. The construction of the concrete curbs shall meet the requirements of the New York State Department of Transportation Standard Specifications of January 2, 2002, as amended for Section 609 Conventionally Formed or Machine Formed Concrete Curb except as herein modified. MATERIALS A. The materials shall meet the requirements of the following subsections of Section 700 - Material: Portland Cement 701-01 Fine Aggregates 703-01 Coarse Aggregates 703-02 Premolded Resilient Joint Filler 705-07 Wire Fabric for Concrete Reinforcement 709-02 Polyethylene Curing Covers 711-04 Water 712-01 B. The material requirements and composition shall comply with the Specifications for Class "A" concrete in Section 501 - Portland Cement Concrete - General. Concrete shall be proportioned in accordance with the aggregate weights specified for Class "A" concrete in Table 501-3, Concrete Mixtures. C. The concrete cement shall have a minimum compressive strength of 3,500 psi at 28 days. CONSTRUCTION DETAILS A. The curb shall be conventionally formed to the size and shape shown on the Details or as directed by the Engineer. B. Curbs shall not be poured monolithically with the sidewalk unless otherwise directed by the Engineer. C. Casting Segments - Curb shall be cast in segments having a uniform length of approximately 20 feet. Segments shall be separated by contraction scoring. Contraction scoring shall be 1/4" wide x V deep - "V" shaped. D. Expansion Joints - Expansion joints 3/4 inch in width shall be formed with "Premolded Resilient Joint Filler", Section 705-07 placed at twenty (20) foot intervals as shown on the DIVISION 2 -Page 16 of 23 DIVISION 2—SITE WORK Plans and specified by the Engineer. The filler material shall be cut 1/4"below the top of the curb. E. Forms - Forms shall be steel or wood, straight, free from warp, and of such construction that there will be no interference to inspection for grade or alignment. All forms shall extend for the full curb depth and shall be braced and secured adequately so that no displacement from alignment will occur during placing of concrete. F. Handling and Placing Concrete - Concrete shall be placed in the forms in accordance with the applicable requirements of Section 555-3.04 and shall be compacted with an approved, immersion type mechanical vibrator. The vibrator shall be of the size and weight capable of thoroughly vibrating the entire mass without damaging or misaligning the forms and shall be approved by the Engineer. Forms shall be left in place for 24-hours or until the concrete has sufficiently hardened, as determined by the Engineer, so that they can be removed without injury to the curb. Upon removal of the forms, the exposed faces of the curb shall be immediately rubbed to a uniform surface. Rubbing shall be accomplished by competent finishers. No plastering will be permitted. G. Concrete Curing - Curing of the curb shall comply with the requirements of Section 502- 3.11, Curing. Minimum curing periods for the various types of curing materials used shall comply with the requirements of Table 502-3. H. Protection - The Contractor shall keep the curb clean, aligned and protected from damage until final acceptance of the work. Any curb damaged prior to the final acceptance of the work shall be repaired or replaced at the Contractor's expense. END OF SECTION 02772 —CONCRETE CURB (CURB ONLY-NO GUTTER) DIVISION 2 - Page 17 of 23 DIVISION 2—SITE WORK SECTION 02911 —TOPSOIL DESCRIPTION The Contractor shall furnish all labor, materials, equipment and incidentals necessary for hauling, stockpiling, testing, placing, grading, and compacting of topsoil in accordance with the Specifications, Engineer and as indicated on the Contract Drawings. The topsoil shall be screened to a '/2" minus gradation and shall be free of any root systems or debris that could interfere with athletic activity or cause injury to athletes. The topsoil layer shall be placed to a uniform minimum compacted thickness of 4". The Contractor shall stockpile and use existing onsite topsoil and if needed use topsoil from offsite sources. SUBMITTALS Prior to installing sod or seeding, the Contractor shall submit to the Engineer the following for topsoil from both onsite and offsite sources: 1. Test results and recommendations for modifying soil by an approved agricultural laboratory. 2. Test results including percentage of nitrogen, phosphorus, potash, soluble salt content, organic matter content, pH value and gradation. MATERIALS A. Topsoil shall be the surface layer of soil with no admixture of refuse or material toxic to plant growth and shall be free from subsoil, stumps, roots, brush, stones, clay, lumps or similar objects larger than %2" in greatest diameter. The organic content shall not be less than 5% nor more than 20% as determined by loss on ignition of moisture free samples dried at 100 degrees. B. The pH of the topsoil shall be between 5.5 and 7.6. C. All topsoil shall meet the following mechanical analysis: Percent Passim ``/z" Screen 100 1/4 Screen' 65-90 No. 100 mesh 20-80 No. 200 mesh 20-80 No more than 60% of the material passing the No. 100 mesh sieve shall consist of clay, as DIVISION 2 - Page 18 of 23 DIVISION 2—SITE WORK determined by the Bouyocous Hydrometer or by the decantation method. All percentages shall be based on dry weight of samples. CONSTRUCTION DETAILS No topsoil shall be spread until the subgrade elevations and the topsoil have been verified by the Contractors surveyor and approved by the Engineer. The Contractor shall supply all required equipment and personnel necessary to scarify, rake and fine grade topsoil. Raking shall be performed at a minimum to the top 2 inches of soil. The Contractor shall rake and fine grade all areas within the contract limit lines. All equipment tracks, depressions, etc., shall be graded smooth. The Contractor shall amend soil as required to the recommendation of an agricultural laboratory. The Contractor shall supply required erosion control to protect the contract area. Any erosion, which may occur during construction, shall be repaired by the Contractor at no additional expense to the Town. END OF SECTION SECTION 02911 —TOPSOIL DIVISION 2 - Page 19 of 23 i DIVISION 2—SITE WORK SECTION 02920 — SEED DESCRIPTION The work covered by this item consists of furnishing and sowing seed on areas shown on the plans and caring for the work as specified. The work may also include furnishing and incorporating soil amendments, lime, fertilizers and insecticides, preparing ground surfaces for seeding and furnishing mulch and mulching, as specified. MATERIALS Fertilizer, lime, and seed shall be as specified: fertilizer shall be as specified for M-54, Type 3; the lime shall be limestone as'specified for M-52; and seed shall be as required for M-58 and as follows: (A= % Purity; B =Min. % Germination; C =Pounds of Pure Live Seed) Name Variety A B C Red Fescue (Festuca rubra) Chewings or Creeping 98 85 50 Tall Fescue (Festuca elatior Arundinacea Alta or Kentucky 97 90 18 Kentucky Bluegrass (Poa Pratensis) Commercial 85 75 30 Common Ryegrass (Domestic) (Lolium perenne) (Lolium multiflorum) Commercial 98 90 20 Alsike Clover(Trifolium hybridum) Commercial Max. 25% hard seed 95 85 4 White Clover(Trifolium repens var.) Ladino Max. 25%hard seed 98 85 3 CONSTRUCTION DETAILS A. Season The seasons for seeding shall be March 15 to May 1 and August 15 to October 1 unless otherwise approved. The Contractor shall notify the Engineer at least 48 hours in advance of the time he intends to begin sowing seed and shall not proceed with such work until permission to do so has been obtained. When delays in operations carry the work beyond DIVISION 2 - Page 20 of 23 DIVISION 2—SITE WORK the dates which are specified, or when conditions of high winds, excessive moisture or ice are such that satisfactory results are not likely to be obtained for any stage of the work, the Engineer will stop the work. The work shall be resumed with the Engineer's approval when the desired results are likely to be obtained or when approved corrective measures and procedures are adopted. When sodding is to be done on the same general areas under the same contract, the sodding shall be done before the seed is sown and equipment used during seeding shall cause no damage to the sodded areas. B. Sampling Mixing and Inoculating Seeds Provisional acceptance of the seeds must be obtained before the seeds are mixed. Each lot of seed shall be subject to sampling and testing before mixing. Planting shall not be delayed pending reports of these tests. Sampling shall be accomplished by a representative of the Southold Town Highway Department. Seeds of the kinds specified shall be mixed on the job in the formula specified unless otherwise approved. All seed of leguminous plants shall be inoculated prior to mixing or sowing unless otherwise specified or approved or unless accompanied be certificate of preinoculation. When seed is to be sown dry and is to be inoculated, the culture shall be applied as directed by the manufacturer and the seed allowed to dry sufficiently to be in the proper condition for mixing or sowing. Seed must be sown within thirty hours after this treatment. Where seed is to be distributed by water pressure, the proper proportion of inoculant may be added to be water and seed mixture, together with any lime or fertilizer specified, providing the alkalinity of the solution does not exceed 8 pH. C. Ground Preparations and Seeding Areas to be seeded shall be maintained at approved grades and irregularities which form low places which will hold water shall be eliminated. Soil amendments, lime, fertilizers, seeds and insecticides in the amounts specified shall be evenly distributed on the surfaces to be seeded. Soil amendments shall be tilled into the soil to the depth specified on the plans before seeding. All mechanical equipment for soil preparation or seeding shall be as approved and shall pass parallel to the contours unless otherwise approved. The finished surface of any area that is seeded shall not be rougher, more uneven or have more or larger stones, clods, roots or other foreign materials than the area it adjoins. In built-up and residential areas, this may require hand-raking to attain this degree of smoothness and uniformity, particularly where grading and seeding is to be done adjacent to lawns. Areas to be seeded shall be harrowed, disked, or otherwise completely pulverized to a state of tillage acceptable to the Engineer. All stone or other undesirable materials over one inch in greatest dimension shall be removed and disposed of as approved. Lime and/or fertilizer as specified shall be incorporated to the depth of two inches below the finished grades unless otherwise specified. Seed shall be sown at the rate of 125 pounds of pure live seed per acre. Mechanical drills or seeders shall place the seed to a depth not exceeding one-quarter inch. Seed distributed on the surface shall be covered to a depth not DIVISION 2 - Page 21 of 23 DIVISION 2—SITE WORK exceeding one-quarter inch by raking, brush or chain harrowing or other approved method. Broadcast seeding shall not be done during windy weather. After sowing, the seeded areas shall be lightly rolled. Rollers shall be as approved. Agricultural limestone, fertilizers and seed may be mixed together immediately before placing. Fertilizers shall be distributed at the rate of 800 pounds per acre. Where the acidity of the topsoil is below 5.5 pH as determined by the Engineer, lime shall be applied at the rate of one ton per acre. Any method of distribution such as by air or water pressure will be acceptable subject to approval by the Engineer, except that the seed shall not be injured in the process of spreading. However, the distribution by air or water pressure shall not be used in residential and built-up areas. D. Mulching Mulch materials shall be applied as specified under Item 126, par. 3 - Construction Details. E. Liabilitv Final acceptance of the seed may be subject to the results of the official sampling and testing. The weight of seed sown is based on its labeled purity and germination. When the purity and germination of any kind of seed except cereal grain and legumes are shown by the official tests to be less than that shown on the label but the germination meets the minimum specified and the specified quantity or pure live seed has not been sown, the deficiency shall be sown. When the germination of any kind of seed except cereal grains and legumes is shown by the official tests to be less than the minimum specified, it will be considered a total deficiency. Such deficiency shall require complete re-seeding of the kind of seed which was deficient. If such deficiency occurs with fescues, bluegrass or bents, the re-seeding shall also include refertilizing with one half the amount of fertilizer specified for the item. Reseeding and refertilizing together with necessary grading and trimming shall be done at the expense of the Contractor by spreading the materials by an approved method and at an approved season. When, in the judgment of the Engineer, at any time prior to the acceptance of the contract any area which has been seeded fails for any reason to produce a satisfactory growth of grass after a suitable period of time as determined by the Engineer, has elapsed, the contractor shall reseed and refertilize such areas in the same manner as specified for failure to meet germination tests, and, if deemed necessary by the Engineer, also mulch such areas at the rate specified in the contract. F. Care During Construction The contractor shall care for the seeded and mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic by approved warning signs or barricades, and repairing of any damaged areas following the seeding or mulching DIVISION 2 - Page 22 of 23 DIVISION 2—SITE WORK operations due to wind, water, fire or other causes. Such damaged areas shall be repaired to re-establish the condition and grade of the area prior to seeding and shall then be refertilized, reseeded and remulched as specified herein. The contractor shall keep seeded areas mowed until acceptance of the contract by cutting to a height of two inches when growth reaches three inches in residential and built up areas, three inches when growth reaches six inches in other areas, or when the growth tends to smother seedlings or as directed. END OF SECTION 02920 — SEED DIVISION 2 - Page 23 of 23 -TOWN OF SOUTHOLD SUFFOLK COUNTY , NY Sheet List Table SHEET SHEET TITLE NUMBER T 1 TITLE SHEET GN1 GENERAL NOTES OLD SADDLE LN. AND SILVER COLT C2 RD. DEMOLITIONS PLAN C3 HORSESHOE DR. DEMOLITIONS PLAN OLD SADDLE LN. SILVER COLT RD. C4 DRAINAGE PLAN IC5 HORSESHOE DR. DRAINAGE PLAN ,zP,�� 'A IF " W", dhi Vil, 0 ftR2-J , P 2, NME Vl l� All IN l Q`- A_ 514 'T Q) A Tll� IM R cn AA nlkk W f a", R, 2�10 W,� 4, g mM" Q 0 tr?Tlk 21P,', A1111 'At > A, ," A 2, ROM SZI`-141��,�$�, X111 17 Sm N E'll 2 M w V) E Q) CONSTRUCT10" N PLANS FOR u c)_ 2/2/24 MF ISSUED FOR BID CFD 9/5/23 MF AS PER EMAIL COMMENTS FROM MICHAEL COLLINS CFD E DATE BY DESCRIPTION APPROV. BY Q) ��) 0 U T Ful 0 L D DF�� A NAU/�� E SYSTEM 4_j cn REVISIONS cn TOWN OF SOUTHOLD f� EMENT R E P LA SUFFOLK COUNTY, NY P n_ SOUTHOLD DRAINAGE SYSTEM REPLACEMENT 00 4YI T 0 S TT Ek_,,�,Z�e * FEBRUARY 2024 TITLE SHEET 0 V) CD 0 K. MCLEAN ASS 00 OCIATES7 P.C. 0 CONSULTING ENGINEERS 437 SOUTH COUNTRY RD., BROOKHAVEN, NEW YORK 11719 C.� c-) THE EDUCATION LAW OF THE STATE OF NEW YORK PROHIBITS ANY PERSON FROM ALTERING ANYTHING ON THE DRAWINGS Designed By: MF/CFD sale: AS NOTFD Sheet No. 0 AND/OR THE ACCOMPANYING SPECIFICATIONS. UNLESS IT'S PROV UNDER THE DIRECTION OF A LICENSED PROFESSIONAL n ENGINEER, WHERE SUCH ALTERATIONS ARE MADE, THE Drawn By: IMIF Date: AUGUST 2023 PROFESSIONAL ENGINEER MUST SIGN, SEAL, DATE AND DESCRIBE THE FULL EXTENT OF THE ALTERATION ON THE DRAWING AND/OR IN THE SPECIFICATION (NYS ED. LAW T 1 SECTION 7209-2). Approved By: JD File No. 23140.000 I GENERAL NOTES: 50. DEWATERING (IF REQUIRED) SHALL BE PERFORMED IN ACCORDANCE WITH LOCAL & STATE REGULATIONS, AND IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO OBTAIN ANY NECESSARY ASSOCIATED DISCHARGE PERMITS. 1. DRAWINGS SHALL NOT BE SCALED. IF A DISCREPANCY EXISTS OR A DIMENSION IS OMITTED, THE CONTRACTOR SHALL NOTIFY THE ENGINEER IMMEDIATELY. 51. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE FACT THAT DUE TO THE NATURE OF RECONSTRUCTION PROJECTS, THE EXACT EXTENT OF RECONSTRUCTION WORK CANNOT ALWAYS BE ACCURATELY DETERMINED PRIOR TO COMMENCEMENT OF WORK. THESE CONTRACT DOCUMENTS HAVE BEEN PREPARED BASED ON FIELD INSPECTION AND OTHER AVAILABLE INFORMATION. ACTUAL FIELD CONDITIONS MAY REQUIRE MODIFICATIONS TO CONSTRUCTION DETAILS AND WORK QUANTITIES. THE CONTRACTOR SHALL PERFORM THE WORK IN ACCORDANCE WITH FIELD CONDITIONS. 2. THE GENERAL CONTRACTOR SHALL PROVIDE, ERECT AND MAINTAIN TEMPORARY BARRIERS AND GUARDS IN ACCORDANCE WITH THE NEW YORK STATE BUILDING CODE. FENCE TO BE 6 FEET CHAIN LINK AND OSHA APPROVED. 52. PLACEMENT OF ANY ASPHALT OF FILL MATERIAL SHALL BE DONE IN COMPACTED LIFTS. 3. WHEN REQUIRED FOR THE WORK, THE GENERAL CONTRACTOR SHALL PROVIDE ADEQUATE WEATHER PROTECTION DURING THE COURSE OF WORK. 53, CLEAN FILL CAN BE TRUCKED AND UTILIZED ON SITE ONLY AT THE DISCRETION OF THE ENGINEER. 4. ALL CONTRACTORS SHALL EXERCISE ALL DUE CARE TO ENSURE THAT THERE WILL BE NO DISRUPTION IN ELECTRICAL, GAS, WATER OR COMMUNICATING SERVICE TO SURROUNDING AREAS DURING DEMOLITION. SITE REMOVAL NOTES: 5. MATERIALS AND/OR ITEMS NOT DESIGNATED TO BECOME THE PROPERTY OF THE OWNER SHALL BECOME THE PROPERTY OF THE GENERAL CONTRACTOR AND SHALL BE REMOVED FROM THE OWNERS PROPERTY. 1. THE CONTRACTOR SHALL PERFORM ALL REMOVALS AND RELATED WORK AS SHOWN ON THE DRAWINGS DESCRIBED IN THESE NOTES AND REASONABLY INFERRED AS NECESSARY TO COMPLETE THE SCOPE OF WORK. 6. MINOR DETAILS NOT CUSTOMARILY SHOWN OR SPECIFIED, BUT NECESSARY FOR PROPER CONSTRUCTION OF ANY PART OF THE WORK SHALL BE INCLUDED AS IF THEY ARE INDICATED ON THE DRAWINGS. 2. IT IS THE CONTRACTORS RESPONSIBILITY TO THOROUGHLY INSPECT THE SITE IN ORDER TO VERIFY ACTUAL CONDITIONS AND FULL SCOPE OF DEMOLITION WORK AND REMOVAL REQUIRED PRIOR TO BID. 7, EACH PRIME CONTRACTOR SHALL ASSIGN A SITE SUPERINTENDENT THAT WILL BE ON THE SITE EVERY DAY AND WILL DIRECT THE DAY TO DAY CONSTRUCTION ACTIVITIES AND COORDINATE DAILY WITH ALL SUBCONTRACTORS AND THE 3, THE CONTRACTOR SHALL INSPECT ALL EXISTING SURFACES TO REMAIN AND PROVIDE REASONABLE AND ADEQUATE PROTECTION FROM DEMOLITION WORK. TOWN'S DESIGNATED REPRESENTATIVE. 4. UPON COMPLETION OF THE DEMOLITION WORK, THE CONTRACTOR SHALL ENSURE THAT ALL AREAS BE LEFT CLEAN. 8. A COMPLETE SET OF CONTRACT DOCUMENTS AND CONSTRUCTION SKETCHES SHALL BE KEPT AT THE SITE IN AN ORGANIZED MANNER FOR THE USE OF THE ENGINEER, THE OWNER OR THEIR REPRESENTATIVES. 5, THE CONTRACTOR SHALL PROTECT AND BE RESPONSIBLE FOR SPACES AND ASSEMBLIES ADJACENT TO THE AREA OF OPERATION UNDER THIS CONTRACT. ANY DAMAGE OR DISTURBANCE RESULTING FROM WORK DONE UNDER THIS CONTRACT SHALL BE PROMPTLY RESTORED, REPLACED, OR REPAIRED AT NO EXTRA COST TO THE OWNER. 9. ALL CONTRACTORS SHALL BE FULLY RESPONSIBLE FOR ALL SAFETY AND WORK PROCEDURES DURING THE CONSTRUCTION OF THIS PROJECT. 6. THE CONTRACTOR SHALL INSTALL A TEMPORARY PROTECTIVE FENCE IN ACCORDANCE WITH FEDERAL, STATE, COUNTY AND LOCAL CODES AND REGULATIONS AT LOCATIONS WHERE HAZARDOUS CONDITIONS EXIST AS A RESULT OF REMOVAL ACTIVITIES. 10. THE GENERAL CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIRING ANY AND ALL SURFACES DAMAGED BY HIMSELF OR SUB-CONTRACTORS UNDER HIS CONTROL. THIS SHALL INCLUDE AREAS WITHIN THE CONSTRUCTION ZONE AS WELL AS ALL OTHER AREAS ON THE PREMISES. IF REPAIRS ARE REQUIRED, NEW MATERIALS MUST MATCH EXISTING AND BE ACCEPTED FULLY BY OWNER AND THE ENGINEER. 7. THE UTILITY INFORMATION SHOWN ON THE PLAN IS A COMPILATION OF FIELD LOCATIONS, ABOVEGROUND STRUCTURES THAT WERE VISIBLE AND ACCESSIBLE IN THE FIELD, AND RECORD DRAWINGS AVAILABLE AT THE TIME OF THE SURVEY. THE FEASIBILITY OF ALL UTILITIES (DRAINAGE, SEWER, WATER, GAS, ELECTRIC, PHONE, CABLE, ETC.) AND /OR UNDERGROUND STRUCTURES TO BE REMOVED OR RELOCATED HAS NOT BEEN CONFIRMED WITH THE GOVERNING 11. THE CONTRACTOR IS CAUTIONED TO AVOID DISTURBING ANY EXISTING FENCES, HEDGES, SHRUBS, TREES, ETC. THAT ARE ADJACENT TO HIS/HER CONSTRUCTION WITHOUT WRITTEN PERMISSION FROM THE ENGINEER. THE COST OF AGENCIES AND MUST BE REVIEWED FURTHER PRIOR TO PREPARATION OF CONSTRUCTION DOCUMENTS. REPAIRING OR ADJUSTING ANY SUCH DISTURBED AREAS WILL BE AT THE CONTRACTOR'S OWN EXPENSE. IN THE EVENT THAT TREES ARE ENDANGERED, THE CONTRACTOR WILL TAKE ALL PRECAUTIONS TO PROTECT THEM AS DIRECTED BY THE ENGINEER. S. PRIOR TO STARTING ANY DEMOLITION, THE CONTRACTOR IS RESPONSIBLE FOR/TO: a. ENSURE COPIES OF ALL PERMITS AND APPROVALS MUST BE MAINTAINED ON SITE AND AVAILABLE FOR REVIEW, 12. THE CONTRACTOR SHALL PERFORM ALL STAKEOUT SURVEY WORK NECESSARY TO INSURE THAT ALL WORK IS PERFORMED AS SHOWN ON THE PLANS, WHEN REQUIRED, PROPERTY LINES SHALL BE LOCATED. b. INSTALLING THE REQUIRED SOIL EROSION AND SEDIMENT CONTROL MEASURES PRIOR TO SITE DISTURBANCE. c. PROTECTING AND MAINTAINING IN OPERATION, ALL ACTIVE SYSTEMS THAT ARE NOT BEING REMOVED DURING ALL DEMOLITION ACTIVITIES. d. COORDINATION WITH UTILITY COMPANIES REGARDING WORKING "OFF-PEAK" HOURS OR ON WEEKENDS AS MAY BE REQUIRED TO MINIMIZE THE IMPACT ON THE AFFECTED PARTIES. 13. THE GENERAL CONTRACTOR SHALL PROVIDE ALL CUTOUTS AND PATCHING REQUIRED FOR WORK. e. A COMPLETE INSPECTION OF CONTAMINANTS BY A LICENSED ENVIRONMENTAL TESTING AGENCY, OF ALL BUILDINGS AND/OR STRUCTURES TO BE REMOVED, SAME SHALL BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE LOCAL, STATE, AND FEDERAL ENVIRONMENTAL REGULATIONS. ANY/ALL CONTAMINANTS SHALL BE REMOVED AND DISPOSED OF BY A FEDERALLY LICENSED CONTRACTOR IN ACCORDANCE WITH FEDERAL, STATE, AND LOCAL 14. THE GENERAL CONTRACTOR SHALL VERIFY THAT THE CONDITION OF THE EXISTING SUB-BASE MATERIAL IS SUITABLE FOR USE. REGULATIONS. ALL ENVIRONMENTAL WORK INCLUDING HAZARDOUS MATERIAL, SOILS, ASBESTOS, OR OTHER REFERENCED OR IMPLIED HEREIN IS THE SOLE RESPONSIBILITY OF THE ENVIRONMENTAL CONSULTANT. 15. ALL CONTRACTORS SHALL COORDINATE WORK WITH OTHER CONTRACTORS. 9. CONDUCT DEMOLITION ACTIVITIES IN SUCH A MANNER TO ENSURE MINIMUM INTERFERENCE WITH ROADS, STREETS, SIDEWALKS, WALKWAYS, AND OTHER ADJACENT FACILITIES. 10. DEMOLITION ACTIVITIES AND EQUIPMENT SHALL NOT USE AREAS OUTSIDE THE DEFINED PROPERTY LINE WITHOUT WRITTEN PERMISSION OF THE OWNER, AND/OR APPROPRIATE GOVERNMENT AGENCY. 16, ALL CONTRACTORS ARE RESPONSIBLE FOR CLEAN-UP OF THEIR OWN WORK IN ALL AREAS AND PLACEMENT OF DEBRIS IN APPROPRIATE DUMPSTER. 11. USE DUST CONTROL MEASURES TO LIMIT AIRBORNE DUST AND DIRT RISING AND SCATTERING IN THE AIR IN ACCORDANCE WITH FEDERAL, STATE, AND/OR LOCAL STANDARDS. AFTER THE DEMOLITION IS COMPLETE, ADJACENT STRUCTURES AND IMPROVEMENTS SHALL BE CLEANED OF ALL DUST AND DEBRIS CAUSED BY THE DEMOLITION OPERATIONS. THE CONTRACTOR IS RESPONSIBLE FOR RETURNING ALL ADJACENT AREAS TO THEIR "PRE-DEMOLITION" 17. THE CONTRACTOR'S ATTENTION IS DIRECTED TO THE EXISTENCE OF PROPERTY LINE MARKERS, PIPES, MONUMENTS, STAKES, ETC. THAT FALL ON OR NEAR THE WORK AREAS. THESE MARKERS ARE TO BE RETAINED. IN THE EVENT CONDITION. THESE MARKERS ARE REMOVED, BROKEN OR DESTROYED BY THE CONTRACTOR THEY SHALL BE REPLACED BY THE CONTRACTOR AT HIS/HER EXPENSE WITH MARKERS OF EQUAL SIZE AND QUALITY IN THE IDENTICAL LOCATION TO THOSE REMOVED, BY NYS LICENSED SURVEYOR. 12. THE CONTRACTOR IS RESPONSIBLE TO SAFEGUARD SITE AS NECESSARY TO PERFORM THE DEMOLITION IN SUCH A MANNER AS TO PREVENT THE ENTRY OF UNAUTHORIZED PERSONS AT ANY TIME. 18. UNSUITABLE MATERIAL, CONSTRUCTION DEBRIS, EXCESS SOILS, ETC. SHALL BE PROPERLY REMOVED AND DISPOSED OF OFF-SITE IN ACCORDANCE WITH ALL APPLICABLE CODES, ORDINANCES, AND LAWS. 13. THE REMOVALS PLAN IS INTENDED TO IDENTIFY THOSE EXISTING ITEMS/CONDITIONS WHICH ARE TO BE REMOVED. IT IS NOT INTENDED TO PROVIDE DIRECTION OTHER THAN THAT. ALL METHODS AND MEANS ARE TO BE IN 19. THE CONTRACTOR IS RESPONSIBLE TO TAKE EROSION CONTROL MEASURES NECESSARY IN ACCORDANCE WITH NYS STANDARDS AND SPECIFICATIONS FOR EROSION & SEDIMENT CONTROL TO PREVENT SEDIMENT AND/OR LOOSE DEBRIS ACCORDANCE WITH FEDERAL, STATE, LOCAL, AND JURISDICTIONAL REQUIREMENTS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL OSHA AND/OR OTHER SAFETY PRECAUTIONS NECESSARY TO PROVIDE A SAFE WORK SITE. FROM WASHING ONTO ADJACENT ROADWAYS AND PROPERTIES. 14. DEBRIS SHALL NOT BE BURIED ON THE SUBJECT SITE. ALL DEMOLITION WASTES AND DEBRIS (SOLID WASTE) SHALL BE DISPOSED OF IN ACCORDANCE WITH ALL TOWN, COUNTY, STATE, AND FEDERAL LAWS AND APPLICABLE CODES. 20. ALL ON-SITE CONCRETE SHALL BE IN CONFORMANCE WITH ACI PROVISIONS, ALL CURBING SHALL BE CONCRETE UNLESS OTHERWISE NOTED. 15. IN ACCORDANCE WITH STATE LAW, THE CONTRACTOR SHALL BE REQUIRED TO CALL THE BOARD OF PUBLIC UTILITIES OR CALL DAMAGE PROTECTION SYSTEMS FOR UTILITY MARK OUT IN ADVANCE OF ANY EXCAVATION, 21. REMOVAL INCLUDES, BUT IS NOT LIMITED TO, CURBING, PAVEMENT, UNSUITABLE MATERIALS, AND UNDERGROUND PIPING. QUESTIONABLE ITEMS ENCOUNTERED (ABOVE AND/OR BELOW GRADE) SHALL BE BROUGHT TO THE ATTENTION OF THE OWNER AND ENGINEER OF RECORD IMMEDIATELY IN WRITING BEFORE REMOVAL OR DISTURBANCE. 16. THE CONTRACTOR IS RESPONSIBLE FOR FIELD VERIFYING ALL EXISTING SITE IMPROVEMENTS AND UTILITIES. ALL DISCREPANCIES SHALL BE IDENTIFIED TO THE ENGINEER IN WRITING. 22. THE CONTRACTOR SHALL EXERCISE EXTREME CARE WHEN PERFORMING ANY WORK ACTIVITIES ADJACENT TO EXISTING FOUNDATIONS AND OTHER STRUCTURES TO REMAIN. CONTRACTOR SHALL BE RESPONSIBLE FOR TAKING THE 17. ALL DEMOLITION DEBRIS TO BE REMOVED BY CONTRACTOR IN ACCORDANCE WITH ALL APPLICABLE REGULATIONS. APPROPRIATE MEASURES AS NECESSARY TO ENSURE THE STRUCTURAL STABILITY OF EXPOSED AND/OR BELOW GRADE FOUNDATIONS/ WALLS/ SIDEWALKS AND PAVEMENT TO REMAIN, AND SHALL PROVIDE A SAFE WORK AREA. ANY DAMAGE OR DISTURBANCE DUE TO SUBJECT WORKSCOPE SHALL BE REPAIRED TO LIKE-KIND CONDITIONS AT THE CONTRACTOR'S EXPENSE. 18. CONTRACTOR SHALL BE RESPONSIBLE TO OBTAIN DEMOLITION PERMIT AND/OR NECESSARY UTILITY DISCONNECTS. 23. EXCAVA ION SHALL BE CONDUCTED IN COMPLIANCE WITH NEW YORK STATE INDUSTRIAL CODE (RULE NO.) 23 AND INDUSTRIAL CODE (RULE NO.) 53. GRADING & DRAINAGE NOTES: 1. SURVEY - VERTICAL DATUM INDICATED REFERS TO NAVD88 AND HORIZONTAL COORDINATES SHOWN REFER TO NAD83. 24. THE CONTRACTOR SHALL SCHEDULE HIS/HER OPERATIONS TO MINIMIZE THE INTERRUPTION OF PEDESTRIAN TRAFFIC. PEDESTRIAN SAFETY AND PROPERTY ACCESS MUST BE MAINTAINED AT ALL TIMES TO THE SATISFACTION OF THE ENGINEER. 2. TOP OF EFFECTIVE DEPTH IN LEACHING STRUCTURES SHALL BE NO HIGHER THAN THE GRATE ELEVATION OF THE LOWEST INLET IN THE IMMEDIATE SYSTEM. 25. THE CONTRACTOR SHALL PROTECT, AT ALL TIMES, THE PUBLIC AND HIS/HER WORK FROM HARM. THE CONTRACTOR SHALL BEAR ALL RESPONSIBILITY FOR HARM TO THE PUBLIC AND DAMAGE TO HIS/HER EQUIPMENT, TOOLS AND 3. CONTRACTOR SHALL CLEAN ALL EXISTING/PROPOSED DRAINAGE STRUCTURES AND INTERCONNECTING PIPES AT THE END OF CONSTRUCTION. MATERIALS, AND ALL NEW AND EXISTING FEATURES TO REMAIN. 4. ALL ACCESSIBLE PARKING, CURB RAMPS, AND OTHER APPURTENANCES OF ACCESSIBLE ROUTES ARE TO MEET THE REQUIREMENTS OF THE 2020 NYS BUILDING CODE CHAPTER 11-ACCESSIBILITY AND ICC/ANSI A117.1 - 2D17. 26, THE CONTRACTOR SHALL TAKE APPROPRIATE MEASURES TO PROTECT PEDESTRIANS AND VEHICULAR TRAFFIC DURING REMOVAL ACTIVITIES. ANY TRAFFIC CONTROL, ACCESS, AND SAFETY PROVISIONS WITHIN THE R.O.W. AND ACCESS ACCESSIBLE STALLS SHALL HAVE NO SLOPE GREATER THAN 2.D% IN ANY DIRECTION AND THE PROPOSED SIDEWALK SHALL NOT EXCEED A 5.D% RUNNING SLOPE AND 2.0% CROSS SLOPE. ROUTES (E.G. ACCESSIBLE RAMPS, PEDESTRIAN CROSSWALKS, SIDEWALKS, PAVEMENT STRIPING, ETC.) SHALL BE THE CONTRACTOR'S RESPONSIBILITY. THE CONTRACTOR SHALL DETERMINE APPROPRIATENESS OF REMOVAL_ ACTIVITIES AND PROVIDE TEMPORARY MEASURES FOR THE PROTECTION AND SAFETY OF THE PUBLIC UNTIL PERMANENT COMPONENTS/REPLACEMENTS CAN BE INSTALLED. 5. LOCATION OF EXISTING UTILITY SERVICES ARE UNKNOWN AND SHALL BE CONFIRMED INDEPENDENTLY BY THE CONTRACTOR WITH THE UTILITY COMPANIES AND/OR PRIVATE MARK OUT COMPANIES PRIOR TO COMMENCEMENT OF U CONSTRUCTION, 27. IF SHORING AT A DEPTH GREATER THAN 5' IS REQUIRED TO ACCOMMODATE CONSTRUCTION ACTIVITIES, IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO RETAIN A LICENSED PROFESSIONAL ENGINEER TO DESIGN THE REQUIRED 6. ALL ELEVATIONS DENOTED ON THIS PLAN REFER TO NAVD88 DATUM. L BE IN CONFORMANCE WITH OSHA REQUIREMENTS. 28. THE CONTRACTOR SHALL BE RESPONSIBLE FOR VERIFYING THE EXACT LOCATION, SIZE, TYPE, AND DEPTH OF UTILITIES, PIPING, DRYWELLS, ETC. PRIOR TO THE START OF ANY WORK. THE CONTRACTOR MUST CONTACT THE 7. IF WET CONDITION IS ENCOUNTERED, CONTRACTOR SHALL USE 3/4" CLEAN WASHED STONE IN LIEU OF SAND BACKFILL. APPROPRIATE LOCAL "ONE CALL" SYSTEM TO ENSURE THAT ALL UTILITIES ARE PROPERLY AND COMPLETELY MARKED OUT IN THE FIELD PRIOR TO ANY WORK AT THE SITE. ANY DISCREPANCIES BETWEEN THE FIELD LOCATIONS AND U THE PLANS SHALL BE REPORTED TO THE ENGINEER IN WRITING IMMEDIATELY. THE CONTRACTOR IS ADVISED THAT UTILITY INFORMATION SHOWN ON THE PLAN IS A COMPILATION OF FIELD LOCATIONS, ABOVEGROUND STRUCTURES 8. THE CONTRACTOR SHALL TAKE APPROPRIATE MEASURES TO ENSURE THE SAFETY OF ITS EMPLOYEES, THE GENERAL PUBLIC, STRUCTURES TO REMAIN, ADJACENT PROPERTIES, PUBLIC R.O.W.'S, ETC. DURING ALL CONSTRUCTION AND THAT WERE VISIBLE AND ACCESSIBLE IN THE FIELD, AND RECORD DRAWINGS AVAILABLE AT THE TIME OF THE SURVEY AND MUST BE CONFIRMED ACCORDINGLY. THE CONTRACTOR SHALL COORDINATE UTILITY DISCONNECTION WITH THE REMOVAL ACTIVITIES IN ACCORDANCE WITH FEDERAL, STATE, COUNTY AND LOCAL CODES AND REGULATIONS, THE OWNER AND ENGINEER ASSUME NO RESPONSIBILITIES FOR THE CONTRACTOR'S SAFETY PROGRAMS & PROCEDURES IN U APPLICABLE UTILITY COMPANIES PRIOR TO REMOVAL ACTIVITIES. THE CONTRACTOR IS ALSO ADVISED THAT ALL SUCH FACILITIES DISTURBED DURING CONSTRUCTION MUST BE REPAIRED OR REPLACED AT THE CONTRACTOR'S EXPENSE. CONNECTION WITH THE WORK. U` / V) 29. EXCAVATION IS TO BE DONE BY HAND NEAR ALL UTILITIES TO AVOID DAMAGING EXISTING CABLES, DUCT BANKS, PIPES, ETC. 30, IN THE EVENT OF DAMAGE TO EXISTING CABLES AND UTILITIES. THE ENGINEER AND TOWN OF SOUTHOLD ARE TO BE NOTIFIED IMMEDIATELY AND THE CONTRACTOR SHALL REPAIR THE DAMAGE AS DIRECTED BY THE ENGINEER, p IMMEDIATELY AND AT THE CONTRACTOR'S EXPENSE. i 31. THE CCNTRACTOR SHALL COMPLETELY FILL BELOW GRADE AREAS AND VOIDS RESULTING FROM THE REMOVAL OF STRUCTURES AND FOUNDATIONS WITH SOIL CONSISTING OF MATERIALS FREE FROM DEBRIS, TRASH, FROZEN MATERIALS, +, ROOTS AND OTHER ORGANIC MATTER. STONES USED SHALL NOT BE LARGER THAN 6 INCHES IN DIMENSION. PRIOR TO PLACEMENT OF FILL MATERIALS, UNDERTAKE ALL NECESSARY ACTIONS IN ORDER TO ENSURE THAT AREAS TO U BE FILLED ARE FREE OF STANDING WATER, FROST, FROZEN MATERIAL, TRASH AND DEBRIS. PLACE FILL MATERIALS IN HORIZONTAL LAYERS NOT EXCEEDING 6 INCHES IN LOOSE DEPTH AND COMPACT EACH LAYER AT PLACEMENT TO U 95% OPTIMUM DENSITY. GRADE THE SURFACE TO MEET ADJACENT CONTOURS AND TO PROVIDE SURFACE DRAINAGE. REFER TO GEOTECHNICAL REPORT (IF PROVIDED) FOR FURTHER RECOMMENDATIONS. REFER TO GRADING PLAN FOR PROPOSED SURFACE ELEVATIONS. C 0 32. UNDERGROUND STORAGE TANKS, IF ENCOUNTERED, SHALL BE EMPTIED, CLEANED AND REMOVED FROM THE SITE IN ACCORDANCE WITH FEDERAL, STATE, COUNTY, AND LOCAL REQUIREMENTS. U / >T 33. PROPOSED TREE PROTECTION FENCE TO BE INSTALLED BEFORE THE START OF REMOVAL ACTIVITIES AND TO BE REMOVED AFTER CONSTRUCTION IS COMPLETE. THE CONTRACTOR SHALL PROTECT EXISTING TREES FROM HARM USING 2X LUMBER, TO THE SATISFACTION OF THE E.I.C. _ 34. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COMPLYING WITH THE SPECIFICATIONS OF THE LOCAL AUTHORITIES REGARDING MATERIALS AND INSTALLATION OF PROPOSED WORK, FOR OBTAINING THE REQUIRED PERMITS, SIGN OFFS, •> AND CONSTRUCTION INSPECTIONS, ACCORDING TO GOVERNING BUILDING CODES AND DISPOSAL OF ALL MATERIAL IN ACCORDANCE WITH STATE AND LOCAL LAW. •U / 35. SIDEWALKS, CURBS, OR OTHER EXISTING SITE APPURTENANCES DAMAGED BY CONSTRUCTION SHALL BE REPAIRED OR REPLACED IN KIND OR UNLESS NOTED OTHERWISE (UNO), WHETHER SPECIFIED ON THIS PLAN OR NOT, AT THE U SOLE COST OF THE CONTRACTOR. p 36. THE ENGINEER OF RECORD IS NOT RESPONSIBLE FOR CONSTRUCTION MEANS AND METHODS. U C1. 37. SEQUENCE AND COORDINATION OF CONSTRUCTION IS SOLELY THE CONTRACTOR'S RESPONSIBILITY. _0 38. ANY UTILITIES INCLUDING POLES REQUIRED TO BE RELOCATED DUE TO THE INSTALLATION OF THE REQUIRED IMPROVEMENTS SHALL BE RELOCATED AT THE EXPENSE OF THE APPLICANT/OWNER/DEVELOPER/CONTRACTOR. 39. ALL TRAFFIC ROAD MARKINGS, ROAD SIGNS, AND LIGHT SIGNALS THAT MAY HAVE BEEN MOVED OR DAMAGED IN THE PROCESS OF CONSTRUCTION SHALL BE RESTORED AT THE APPLICANT'S EXPENSE TO AT LEAST THE SAME QUALITY V) AND CHARACTERISTICS THAT EXISTED BEFORE CONSTRUCTION BEGAN. THE APPLICANT SHALL BE FURTHER RESPONSIBLE TO INSURE THAT, IN THE ROADWAYS ADJACENT TO THE CONSTRUCTION SITE, THESE MARKINGS, SIGNS AND c SIGNALS, ARE MAINTAINED DURING THE ENTIRE PERIOD OF CONSTRUCTION. IF REPLACEMENT OR UPGRADE IS REQUIRED, SAME MUST BE APPROVED BY THE TOWN OF SOUTHOLD, N E 40. ALL ACCESSIBLE PARKING, CURB RAMPS, AND OTHER APPURTENANCES OF ACCESSIBLE ROUTES ARE TO MEET THE REQUIREMENTS OF THE 2020 NYS BUILDING CODE CHAPTER 11-ACCESSIBILITY, AND ICC/ANSI A117.1 - 2017. U U 41. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO REVIEW ALL OF THE DRAWINGS AND SPECIFICATIONS ASSOCIATED WITH THE PROJECT WORKSCOPE PRIOR TO THE INITIATION OF CONSTRUCTION. SHOULD THE CONTRACTOR FIND A CONFLICT WITH THE DOCUMENTS RELATIVE TO THE SPECIFICATIONS OR THE RELATIVE CODES, IT IS THE CONTRACTOR'S RESPONSIBILITY TO NOTIFY THE PROJECT ENGINEER IN WRITING PRIOR TO THE START OF CONSTRUCTION. s2 FAILURE BY THE CONTRACTOR TO NOTIFY THE PROJECT ENGINEER SHALL CONSTITUTE ACCEPTANCE OF FULL RESPONSIBILITY BY THE CONTRACTOR TO COMPLETE THE SCOPE OF WORK AS DEFINED BY THE DRAWINGS AND IN FULL Q) COMPLIANCE WITH LOCAL REGULATIONS AND CODE. 2/2/24 MF ISSUED FOR BID CFD E 42. THE CONTRACTOR SHALL COMPLY TO THE FULLEST EXTENT WITH THE LATEST O.S.HA. STANDARDS AND REGULATIONS, OR ANY OTHER AGENCY HAVING JURISDICTION FOR EXCAVATION AND TRENCHING PROCEDURES. THE CONTRACTOR DATE BY DESCRIPTION APPROV, BY U IS RESPONSIBLE FOR DETERMINING THE "MEANS AND METHODS" REQUIRED TO MEET THE INTENT AND PERFORMANCE CRITERIA OF O.S.H.A., AS WELL AS ANY OTHER ENTITY THAT HAS JURISDICTION FOR EXCAVATION AND/OR +1 TRENCHING PROCEDURES.cn REVISIONS >' 43. THE TOPS OF EXISTING MANHOLES, INLET STRUCTURES, AND SANITARY CLEAN-OUT TOPS SHALL BE ADJUSTED, IF REQUIRED, TO MATCH PROPOSED GRADES IN ACCORDANCE WITH ALL APPLICABLE STANDARDS. TOWN OF SOUTHOLDQ) 44. IN CASE OF DISCREPANCIES BETWEEN PLANS AND FIELD CONDITIONS, IMMEDIATELY NOTIFY THE PROJECT ENGINEER IN WRITING OF ANY CONFLICTS. 45. CONTRACTOR SHALL BE REQUIRED TO SECURE ALL NECESSARY PERMITS AND APPROVALS FOR ALL OFF-SITE MATERIAL SOURCES AND DISPOSAL FACILITIES. CONTRACTOR SHALL SUPPLY A COPY OF APPROVALS TO PROJECT ENGINEER SUFFOLK COUNTY NY d •� AND OWNER PRIOR TO INITIATING WORK. CD 46. CONTRACTOR SHALL DOCUMENT, WITH PHOTOS, CRITICAL STAGES OF CONSTRUCTION AND PROVIDE TO ENGINEER OF RECORD AT END OF CONSTRUCTION. SOUTHOLD DRAINAGE SYSTEM REPLACEMENT O 0 47 FINISHED THE NTWORKIO G SHALL YSTE S. THE CONTR CTTOR SHALL BEN ON THE PLANS REESPONSIBLE FOR�FURN SECT S HI PECIFIED LLEREIN, THE MATERIALS ANDNS SHOW THE LABOR AS NECESSARYLFOROPE THEOF THE CONSTR CORK NSTRUCTION AND DO NOT COMPLEETENWORKIINGILY SHOW ALL DETAILS REQUIRED FOR COMPLETE SYSTEMS. �0F Nf 48. ELECTRICAL WORK SHALL BE IN CONFORMANCE WITH THE NATIONAL ELECTRICAL CODE (NEC). �� A. Sj y�� GENERAL NOTES 0 d 0 49. ALL EXCAVATIONS SHALL BE BACKFILLED AT THE END OF EACH WORK DAY OR PROTECTED WITH TEMPORARY FENCING IN COMPLIANCE WITH OSHA REQUIREMENTS. lY 7f p 0 r .e; � L. K. McLEAN ASSOCIATES, P.C. N 0 =f CONSULTING ENGINEERS 437 SOUTH COUNTRY RD., BROOKHAVEN, NEW YORK 11719 (,I O THE EDUCATION LAW OF THE STATE OF NEW YORK PROHIBITS V Sheet No. O ANY PERSON FROM ALTERING ANYTHING ON THE DRAWINGS O `�� Designed By: MF/CFD scale: AS NOTED f AND/OR THE ACCOMPANYING SPECIFICATIONS, UNLESS WS UNDER THE DIRECTION OF A LICENSED PROFESSIONAL r�Z ENGINEER, WHERE SUCH ALTERATIONS ARE MADE, THE Drawn B MF Date: AUGUST 2023 N DESCRIBE THE LFULL TNEER EXT NT+OF THENALTERATIONTE AND ON THE y. �-' DRAWING AND/OR IN THE SPECIFICATION (NYS ED. LAW p SECTION 7209-2). Approved By: .JD File No. 23140.000 10 LEGEND: r "a "'Na EXISTING ASPHALT ROAD TO BE REMOVED 4 EXISTING CONCRETE CURB GUTTER TO BE 01 REMOVED TO NEAREST CONSTRUCTION JOINT dk 11 .0 EXISTING CONTOUR A", W 31 LIMIT OF DISTURBANCE GRADING LIMITS 0`7 A W, sc— PROPOSED SAW CUT I'M 4', '411 x EXISTING DRAINAGE MANHOLE TO BE REMOVED gk- EXISTING CATCH BASIN TO BE REMOVED LJ 9. EXISTING DRAINAGE PIPE TO BE REMOVED ft C� Acl:�l, Sit _g N -TO "M K 2 l Zg mrq 3, M V, 'l "T T n 0 0 .......... IS& AMIN L'31100 0 E SITE FP L A N SCALE: 1 "=20' Cf) 0) 0 20 40 Feet 0 U wv- K12MR1 �N n THE EDUCATION LAW OF THE STATE OF NEW YORK PROHIBITS V) ANY PER ON FROM ALTERING ANYTHING ON THE DRAWINGS ANO/OR THE ACCOMPANYING SPECIFICATIONS, UNLESS IT'S UNDER THE DIRECTION OF A LICENSED PROFESSIONAL ENGINEER. WHERE SUCH ALTERATIONS ARE MADE, THE PROF SSIONAL ENGINEER MUST SIGN. SEAL, DATE AND E DE CRIGE THE FULL EXTENT OF THE ALTERATION ON THE DRAWING AND OR IN THE SPECIFICATION NYS ED. LAW SECTION 7209-2). n 2/2/24 MF ISSUED FOR BID CFD "q V 01 9/5/23 MF AS PER EMAIL COMMENTS FROM MICHAEL COLLINS ........ CFD DATE BY DESCRIPTION APPROV. BY 4-j -77W, 11019, �IR REVISIONS co Q) TOWN OF SOUTHOLD t SUFFOLK COUNTY, NY ,45* ol _g �n' SOUTHOLD DRAINAGE SYSTEM REPLACEMENT -4 W U� 0 OLD SADDLE LN . AND SILVER m a 4-j COLT RD . DEMOLITIONS PLAN 0 V) 0 L. K. McLEAN ASSOCIATES, P.C. 00 0 - 0 OLD SADDLE- OLD SADDLE- CONSULTING ENGINEERS 4.37 SOUTH COUNTRY RD., BROOKHAVEN, NEW YORK 11719 - 0 OLD SADDLE MANHOLE 1— #111001 R 41 CATCH 1 PHOTO SILVER COLT- SILVER COLT Designed By: Sheet No. CATCH 2 PHOTO- PHOTO MF/CFD Scale: AS NOTED CATCH 1 PHOTO CATCH 2 PHOTO Drawn By: MF Date: AUGUST 2023 C2 Approved By: JD Fle No. 23140.000 --I I ------------ Zm' r �z EXISTING ASPHALT ROAD TO BE REMOVED t TE CURB, UTTER TO, , 4: EXISTING CONCRETE CURB & GUTTER TO BE REMOVED OVED jF TO NEAREST CONSTRUCTION JOINT u PROPERTY LINE t,,P?0 IL 11 .0 EXISTING CONTOUR ..........- LIMIT OF DISTURBANCE GRADING LIMITS "'em, sc— PROPOSED SAW CUT 0, �f% P" EXISTING DRAINAGE MANHOLE TO 13E REMOVED ME` �T' Z, v- Will EXISTING CATCH BASIN TO BE REMOVED L-i z, 0, 7 'A"",�,R EXISTING DRAINAGE PIPE TO BE REMOVED 1"q .......... EX '5411 0 1.8, 11 P�,312 P14, u A', j ��w' U E""Z N", ONE OUR OR W Jf q % �WIjM�, 0 ' ' W", M"m 01 4", �p, m ug n,�, '�VMR' n "NA J-iw--,, t HIT `10 4, iZ A OR g 011u, Valli, 1-314 mmM -1 Al F,2 r 4 f x �'R 40" 4, "RV n V) C- SITE PLAN 0 .t� SCALE: I "=10' 0 0 10 20 Feet n 1-1 U) 4-j C) Q) "4 rg 0 L "�V' WAW�X, 'Wm n �40 44& ""x "Apo Q) n 2/2/24 MF ISSUED FOR BID CFD 9/5/23 MF AS PER EMAIL COMMENTS FROM MICHAEL COLLINS CFD m "e, DATE BY DESCRIPTION APPROV. BY 4-j 6 REVISIONS Q) TOWN OF SOUTHOLD SUFFOLK COUNTY, NY P SOUTHOLD DRAINAGE SYSTEM REPLACEMENT 0 0 IF Nr,, HORSESHOE DR . DEMOLITIONS 0 PLAN 0 L. K. MCLEAN ASSOCIATES, P.C. 00 0 ,k:C- CONSULTING ENGINEERS 437 SOUTH COUNTRY RD., BROOKHAVEN, NEW YORK 11719 C'� 0 HORSESHOE CATCH 1 PH 0 T 0- HORSESHOE CATCH 2 PHOTO- HORSESHOE MANHOLE 1 PHOTO- THE EDUCAT10N LAW OF THE STATE OF NEW YORK PROHIBITS 7 Designed By: Sheet No. MY PERSON FROM ALTERING ANYTHING ON THE DRAWINGS MF/CFD Scale: AS NOTFD 0 AND/OR THE ACCOMPANYING SPECIFICATIONS. UNLESS IT'S UNDER THE DIRECTION OF A LICENSED PROFESSIONAL -0 ENGINEER. WHERE SUCH ALTERATIONS ARE MADE. THE Drawn By: MF Date: AUGUST 2023 PROFESSIONAL ENGINEER MUST SIGN, SEAL, DATE AND DESCRIBE THE FULL EXTENT OF THE ALTERATION ON THE DRAWING AND/OR IN THE SPECIFICATION (NYS ED. LAW C3 SECTION 7209-2) Approved By: JD File No. 23140.000 4 M, GENERAL NOTES: v, A I CONTRACTOR TO OBTAIN EXISTING INVERTS AND SHALL MATCH EXISTING INVERTS WITH NEW INSTALLATION. �41A 2. EXISTING ELEVATIONS USING LIDAR FROM THE i2l", NATIONAL OCEANIC AND ATMOSPHERIC AW" ADMINISTRATION 7 g g V PROP, IE ""TT"'N", "W"" �g p -.qg �W R* 7 ,e� H$W1,11"LL11115 a PROPQS`ED -A "Mi LD WDUE�:` PIR-� N-� 'NE, -2, 10, 4 TD 1NS I 'A" 15 � D ZiL, 06,- 011 v,- 0 11J 10 MJ �g, "'A 71 L u-CONT-'HE -3 A;db 401 g L—N 01111 4 Al 51 fr nipf"p N tl R a a -ki, IN i, A i",k R's v, 15 4 P n �g 01 0 "A" A m �J, IF V) ------ OFN 0 L S �TE PLAN n SCALE: 1 "=20' 0 20 40 Feet LE G E N D: PROPOSED ASPHALT 4" TYPE 6 ASPHALT PAVEMENT (COMPACTED IN 2" LIFTS) . ......... ISM IN 6" NYSDOT SPECIFICATION RCA ASPHALT RESTORATION PROPOSED CONCRETE CURB TO BE INSTALLED C TO NEAREST CONSTRUCTION JOINT DETAIL 0 BACKFILL AND COMPACT WITH 5l MATERIAL PROPOSED TOPSOIL AND SEED RESTORATION AREA 11 ,0 EXISTING CONTOUR — LIMIT OF DISTURBANCE GRADING LIMITS PROPOSED DRAINAGE MANHOLE AS DETAILED Em-1 PROPOSED CATCH BASIN AS DETAILED LJ PROPOSED 12" CORRUGATED HDPE DRAINAGE PIPE 6" n PROPOSED TOP SOIL AND SEED RESTORATION AREA R ill n 2/2/24 IVIF ISSUED FOR BID CFD 4" TOPSOIL 4 611 2% 9/5/23 MF AS PER EMAIL COMMENTS FROM MICHAEL COLLINS CFD E DATE BY DESCRIPTION APPROV. BY ZBEHIND CURB CIO >� 4' BEHIND STRUCTURES RESTORED REVISIONS Cn PAVEMENT THOLD AS DETAILED SUFFOLK COUNTY, NY --- ------ SOUTHOLD DRAINAGE SYSTEM REPLACEMENT #5 BARS CONTINUOUS OLD SADDLE LN . S � LVER COLT BETWEEN JOINTS OFNE 0 RD . DRAINAGE PLAN Cn 0 0 6 L. K. McLEAN ASSOCIATES, P.C. N CONCRETE CURB DETAIL CD CONSULTING ENGINEERS 437 SOUTH COUNTRY RD., BROOKHAVEN, NEW YORK 11719 5,91k , WTI C.� CD N.T.S. THE EDUCATIDN LAIN OF THE STATE OF NEW YORK PROHIBITS Sheet No. ANY PERSON FROM ALTERING ANYTHING ON THE DRAWINGS Des[gned By: MF/i Scale: AS NOTED Al THE ACCOMPANYING SPECIFICATIONS. UNLESS i UNDER THE DIRECTION OF A LICENSED PROFESSIONAL 0 9 ENGINEER, WHERE SUCH ALTERATIONS ARE MADE. THE PROFESSIONAL ENGINEER MUST SIGN, SEAL, DATE AND Drawn By: MF Date: AUGUST 2023 DESCRIBE THE FULL EXTENT OF THE ALTERATION ON THE DRAWING Al IN THE SPECIFICATION (NYS ED. LAW C4 SECTION 7209-2)� Approved By: JD File No. 23140.000 ,20 GENERAL NOTES: OF MIN QW1,� 4 �Pol CONTRACTOR TO OBTAIN EXISTING INVERTS AND "'t wgr va I I JI w m, SHALL MATCH EXISTING INVERTS WITH NEW INSTALLATION. T 10, i T, J 06 'F, R zllliaal ""s L�AAAA af 2� EXISTING ELEVATIONS USING LIDAR FROM THE 'on "6 a- T_ yog 1 Ali ADMINISTRATION cc NOW, 11", UUN U HE FE"i C UoR R, AN- NATIONAL OCEANIC AND ATMOSPHERIC To ZP TWU31 ,I�W� , 3 N,No � �Pyll`�S� "",�,, "��o ",?",�"C�:, 0 ft lip MIT A MEMO 771""', U K ORRUG E PIPE TO, 1,NS I NECTED TO j won, �T,` MP 3#000 P.S.L. PRECAST 4�t — COUCRETE MANHOLE AS 7 EMIT, mho��I`t Im C', MFG. By SUFFOLK CEMENT VFW To OR APPROVED EQUAlL. N Ru,� NO "M N." REM M I Ito A "R 4, P TIT, -a z 1211 N� M n"mR g'q CORRUGATED ,Rsiz� &jPRbPOSEV 0 R's"t- S11H GE' VE HDPE Iva Wa 0: PIPE -4, o''Aiii,7201"'Pi g;'Im mg a_�� -i'i, ��.G`11'1 1,1111"'15"V"i"", , I'll Ev, ... WON _g o-o r4, o 1" To lip oo, Wi z No Nut I V J, "n a ..... .... .. ,ap Rx P A N 141 5�4 7 '118 CAST IRON FRAME COVER. iii", "o: out 00 V �J -,A "a, �i �oz m Z� CATIPBELL FOUNDRY PXTTERN al 10076 OR APPROVED EQIJ40U I A g� 12' `a4 ...glow 0� Z',o 3.000 P.s.j. PRECAST I�R IR K oj�oo g MCI i "a� No "'D Rao jo� d "M Ing CONCRETE TRAFFIC AEARIKG COVER. i�JVW Doil","I"', "j�1'."kIlk a";,"'o, 2#.0" a B A WE A-M 'a &_ , �!�,i"' - Wwm gun, Ma o� "A 3,000 P.S.I. PRECAST bV1 ffl "'o'- 4 CONCRETE .4ANHOLE AS ME OMNI Z MFG. SY SUFFOLK CEMENT A OR APPROVED EQUAL. ps .6 !WON TAM SITE PLAN LEGEND: 4 41-V0 All SCALE: 1 10' 6 DWrIER I- - 0 10 20 T n Feet PROPOSED ASPHALT In STANDARD PRECAST MANHOLE DETAIL. N.T.S. PROPOSED CONCRETE CURB TO BE INSTALLED TO NEAREST CONSTRUCTION JOINT CORRUGATED HDPE PROPOSED TOPSOIL AND SEED RESTORATION AREA PIPE - 4_1 11 .0 EXISTING CONTOUR 0 — — LIMIT OF DISTURBANCE GRADING LIMITS PROPOSED DRAINAGE MANHOLE AS DETAILED PROPOSED CATCH BASIN AS DETAILED L:-1 PROPOSED 12" CORRUGATED HDPE DRAINAGE PIPE P L A N 40ST IRCIf FRAW is GRATE CAMPBELL GRADE FOUNDRY PATTERN 2541 OR APPROVED n EQUAL. _0 co ASPHALT PAVEMENT Q) E 6 2/2/24 IVIF ISSUED FOR BID CFD 9/5/23 MF AS PER EMAIL COMMENTS FROM MICHAEL COLLINS CFD E DATE BY DESCRIPTION APPROV. BY REVISIONS >\ TOWN OF SOUTHOLD 1 #-64 SUFFOLK COUNTY, NY 3*000 P.S . I . PRECAST CONCRETE BOX AS %WIG. SOUTHOLD DRAINAGE SYSTEM REPLACEMENT BY SUFFOLK CEMENT OR APPROVED EIQUAL. %EW jo N. ST HORSESHOE DR . DRAINAGE PLAIN' 6 0 ce_ LLJ 0 L. K. McLEAN ASSOCIATES, P.C. CD c) 0 S E C T 1 0 N CONSULTING ENGINEERS 437 SOUTH COUNTRY RD., BROOKHAVEN, NEW YORK 11719 Now 'C C'�- 0 THE EDUGAnON LAW OF THE STATE OF NEW YORK PROHIBITS Sheet No. MY PERSON FROM ALTERING ANYTHING ON THE DRAWINGS Designed By: MF/CFD Scale: AS NOTED AND/OR THE ACCOMPANYING SPECIFICATIONS, UNLE55 IT'S NO S-FAND/01) F"FRECKST CATCH BASIN DETAIL UNIDER THE DIRECTION OF A LICENSED PROFESSIONAL OF EN NEER. WHERE SUCH ALTERATIONS ARE MADE. THE Drown By: MF Date: AUGUST 2023 PROFESSIONAL ENGINETEERNTJUSTTSIGN�SEAL, DATE AND v T.s. DESCRIBE THE FULL EX OF HE LTERATION CN THE C5 DRAWING AND/OR IN THE SPECIFIC ION (NYS ED. LAW SECTION 7209-2). Approved By: JD File No. 23140.000