Loading...
HomeMy WebLinkAboutElizabeth Field Airport Phase I & II olffoLt DENIS NONCARROW ,� Town Hall, 53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS lt5 ® Fax(631)765-6145 MARRIAGE OFFICER 41- RECORDS MANAGEMENT OFFICER ®� ��® Telephone oldt 76n .gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 26, 2024 Earl W. Tucker, III Empire Paving, Inc 30 Burnhard Road North Haven, CT 06473 Dear Mr. Tucker, III: Congratulations, At the regular Town Board meeting held on May 21, 2024, the Town Board accepted the bid of Empire Paving, Inc. on behalf of the Fishers Island Ferry District for RW 12-30 Rehab—Phase II & III project for Elizabeth Field Airport. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, � �am, Lynda M Rudder Deputy Town Clerk Ens. DENIS NONCARROW "� ®� Town Hall,53095 Main Road TOWN CLERK ® � > "r � P.O.Box 1179 Southold New York 11971 REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®� `� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 26, 2024 James Wray B & W Paving &Landscaping, LLC 305 Butlertown Road Oakdale, CT 06370 Dear Mr. Wray: At the regular Town Board meeting held on May 21, 2024,the Town Board accepted the bid of Empire Paving, Inc. on behalf of the Fishers Island Ferry District for RW 12-30 Rehab—Phase II & III project for Elizabeth Field Airport. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ®%�� ®��� DENIS NONCARROW �� ®�' �: Town Hall,53095 Main Road TOWN CLERK ® x. ,5 P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS *x-= Fax(631)765-6145 MARRIAGE OFFICER �,' RECORDS MANAGEMENT OFFICER ®� ��� Telephone oldt 76 n .gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 26, 2024 Robert Carani Rosemar Construction 56 Pine Street East Moriches,NY 11940 Dear Mr. Carani: At the regular Town Board meeting held on May 21, 2024, the Town Board accepted the bid of Empire Paving, Inc. on behalf of the Fishers Island Ferry District for RW 12-30 Rehab—Phase II & III project for Elizabeth Field Airport. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, 4LP&aN J� Lynda M Rudder Deputy Town Clerk Ens. yQFFO( G RESOLUTION 2024-452 may"°' erg ADOPTED DOC ID: 20257 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-452 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 21,2024: RESOLVED that the Town Board of the Town of Southold hereby ratifies and approves the resolutions of the Fishers Island Ferry District Board of Commissioners dated May 13, 2024 meeting, as follows: FIFD Resolution# Regarding 2024-067 Warrant 2024-070 Airport Phase 2 and 3 contract Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:Greg Doroski, Councilman AYES: Doroski, Mealy, Smith, Krupski Jr, Evans ABSENT: Jill Doherty FISHERS ISLAND FERRY DISTRICT May 13,2024 Airport Improvement RESOLUTION 2024-070 Whereas the 2023 Airport Capital Improvement Program ("ACIP")has been approved; and Whereas the Ferry District has been requested by the Federal Aviation Administration ("FAA")to move a Recommendation of Award package to progress the RW 12-30 Rehab—Phase 2 and 3 grant application for Elizabeth Field Airport. Additionally, the FAA has requested a request for FAA concurrence to award. WHEREAS the Town of Southold received a bid for the project on March 28, 2024 from Empire Paving, Inc. in the amount of$2,455,625.00; and WHEREAS the bid was reviewed for conformity by C&S Engineers, Inc. and found to be acceptable, and a Recommendation of Award was made; and WHEREAS.C&S Engineers, Inc. has submitted a Construction Oversight Services fee proposal in the amount of$266,500.00, which was reviewed and found to be reasonable based upon a third party review ; and WHEREAS in order to solicit for federal AIP funding for the construction and associated construction oversight services, a formal FAA grant application is required; and THEREFORE it is RESOLVED to approve submission of the formal FAA grant application for federal funding to complete the RW 12-30 Rehab—Phase 2 and 3 (Construction) project in the amount of$2,455,625.00 which will be 90% funded by the FAA, 5% funded by NYSDOT, and 5% funded by Town of Southold/Ferry District; and Now,therefore be it RESOLVED that the BOC of the FIFD approves the Award of contract to Empire Paving Inc, authorizes submission of the FY24 FAA grant application, and accepts the grant upon offer by FAA, subject to the review of the Town Attorney and District Counsel. Moved by: Commissioner Ahrens Seconded by: Commissioner Reid Ayes:Ahrens, Burnham, Cashel, Reid and Shillo Nays: None i-MvI 1 Document A31 0TM - 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place Rosemar Construction Inc. of business) 56 Pine St. Euler Hermes North America Insurance Co. This document has Important legal East Moriches,NY 11772 800 Red Brook Boulevard. consequences.Consultation with OWNER: Owings Mills,MD 21117 an attorney is encouraged with (Name, legal status and address) respect to its completion or modification. Town of Southold 5305 Route 25,Southold,NY 11971 Any singular reference to Contractor,surety,Owner or BOND AMOUNT: Five percent of Bid Amount (5%) other party shall be considered plural where applicable, PROJECT: (Name, location or add/•ess,and Project n:rtnber, if anv) Runway 12-M Rehabilitation Phase II and III Project at Elizabeth Field Airport Fishers Island The Contractor and Surety are bound to the Owner in the amount set forth-above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period'as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days, If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming,to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a co non law bond. Signed and sealed this day of _AV _ ___ (Princi (Seal) (Witness) Qrs tit Q.�� (Title) (surety) ��ean (Witness) Marc T. Hudak Power of Attorney ('Title) -------- -- ---- CAUTION:You should sign an original AIA Contract Document,on which this text appears in RED.An orIginat assurci.that. changes will not be obscured. Init. AIA Document A310TO—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved.WARNING:This AW Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of thi=AV..*Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible vnd.,4 the taw. / Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contra:t Dc'pments,a-mai! The American Institute of Architects'legal counsel,copyright@aia.org. es+„c r . A CORPORATE ACKNOWLEDGMENT STATE OF t�lt,w�aR,�t COUNTY OF sue„F fra�.�c On this -L--1 NN day of M AR\3j% IAA- -4 , before me personally appeared "Roa. ; 0. �ASC...1�,. to me known to be and Q0.�J'�Q��,i of the corporation executing the above instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation,for the uses and purposes therein mentioned and on oath stated that the seal affixed is the seal of said corporation and that it was affixed and that RoG';Q 3 'l- %i kM4-L executed said instrument by order of the Board of Directors of said corporation. IN OFFICIAL WITNESS SEAL the WHEREOF, I have hereunto set my hand and affixed my OFFICIAL SEAL the day and year first above written. NP94 (Seal) Notary Pub a, residing at (Commission expires JOHN P.BELLOTil NOTARY PUBLIC STATE OF NEWYORK NO:01 BE4S99425 QUALIFIED IN SUFFOLK COUNTY COMMISSION EXPIRES 7/20/ZL ACKNOWLEDGMENT BY SURETY STATE OF ss. COUNTY OF On this �'� day of , before me personally appeared .r s. ,OG- to me known to bef and ..�► - -� Q-�A'r,2rn=n2 of Lu"-a,. the corporation that executed the within instrument,and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my OFFICIAL SEAL in the aforesaid County,the day and year in this certificate first above written. A RAYMOND A REINHARDT NOTARY PUBLIC,STATE OF NEW YORK (Seal) Notary Public, residing at Registrm6on No.OIRE6430335 Qualiliedm Suffolk County (Commission expires Commission Expires 3/14/2026 anz Affla z ATrlade EULER HERMES NORTH AMERICA INSURANCE COMPANY 11598 800 Red Brook Boulevard * Owings Mills,Maryland 21117 The number of persons authorized by this Power of Attorney is not more than: 2 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That EULER HERMES NORTH AMERICA INSURANCE COMPANY (EULER HERMES), a corporation organized and existing under the laws of the state of Maryland,does hereby nominate,constitute,and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for and in its name,place,and stead to execute on behalf of EULER HERMES,as surety,any and all bonds,undertakings,and contracts of suretyship,or other written obligations in the nature thereof, provided that the liability of EULER HERMES on any such bond,undertaking,or contract of suretyship executed under this authority shall not exceed the limit stated below. NAME ADDRESS LIMIT OF POWER Marc T.Hudak 50 Glen Street Unlimited Theresa Treimanis Glen Cove,NY 11542 This Power of Attorney revokes all previous powers issued on behalf of the attorneys)-in-fact named above. IN WITNESS WHEREOF, EULER HERMES has caused these presents to be signed and attested by its appropriate ".P^1efj a'' officers and its corporate seal hereunder affixed this 1st day of November ,20 22 . °off°Barg; : ' SEAL James Daly,President and CEO The Americas Nicholas P.Verna II,Senior Vice President and Regional Head of Surety and State of Maryland,County of Baltimore Guarantee,Americas On this 1st day of November ,20 22 ,before me personally appeared Nicholas P.Verna II,tome known,being duly sworn,deposes and says that he resides in Southeastern,PA;that he is Senior Vice President and Regional Head of Surety and Guarantee,Americas of Euler Hermes North America Insurance Company,the Company described herein and which executed the above instrument;that he know the seal of EULER HERMES;that the seal affixed to said instrument is such corporate seal;that it was so affixed by authority of the Board of Directors of EULER HERMES;and-that he§igned his name thereto by like authority. -e Notary Publi ° EE`Notarial Seel This Commission Expires February 2,2026 c� L In e This P6 aefb Attornny }s`bra ttte by authority of the following resolutions adopted by the Board of Directors of EULER HERMES NO CE COMPANY(Company)by unanimous consent on October 1,2015. �'�+'rffi aensre RESOLVED:That the President,Executive Vice President, Senior Vice President,Vice President, Secretary, and Assistant Vice Secretary,be and hereby are authorized from time to time to appoint one or more Attorneys-in-Fact to execute on behalf of the company,as surety,and any and all bonds,undertakings and contracts of suretyship,or other written obligation in the nature thereof,to proscribe their respective duties and all respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and signature of the aforesaid officers and may be affixed by facsimile to any Power of Attorney given for the execution of any bond, undertaking, contract of suretyship, or other written obligations in the nature thereof, such signature and seal when so used 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 thought manually affixed. CERTIFICATION I,Nicholas P.Verna II, Senior Vice President and Regional Head of Surety&Guarantee,Americas of EULER HERMES NORTH AMERICA INSURANCE COMPANY,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of October 1, 2015,have not been revoked and are now in full force and effect. Signed and sealed this day of ,20 �t "pJnerla� ' = SEAL = E 2003 0 Nicholas P.Verna II,Senior Vice President and Regional Head of Surety and Guarantee,Americas Euler Hermes North America Insurance Company and its affiliated debt collection company are part of the Allianz group and market their products and services using the'Allianz Trade'trademark. STATE OF NEW YORK DEPARTMENT OF FINANCIAL SERVICES . CERTIFICATE OF SOLVENCY UNDER SECTION 1111 OF THE NEW YORK INSURANCE LAW it is hereby certified that Euler Hermes North America insurance Company of Owings Mills, Maryland a corporation organized under the.laws of Maryland and duly authorized to transact the business of insurance in this State, is quallfied to become surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligations required or permitted by law; and that the said corporation is possessed of a capital and surplus including gross paid,in and contributed surplus and unassigned funds (surplus) aggregating the sum of$167,110,465, (Capital $2,500,000), as is shown by.its sworn financial�statement for the quarter ending, March 31, 2021, on file in this Department, prior to audit, The said corporation cannot lawfully expose itself to loss on any one risk or hazard to an amount exceeding 10% of.lts surplus to policyholders, unless it shall be protected in excess of that amount in the manner provided in Section 4118 of the insurance Law of this State, In Witness Whereof, I have here- unto set my hand and affixed the official seal of this Department at the City of Albany, this 16th day of July, 2021. Linda A, Lacewell Superintendent ; By Colleen M. Diaper ' Special Deputy Superintendent State of New York DEPARTMENT OF FINANCIAL SERVICES WHEREAS IT APPEARS THAT Euler Hermes North America Insurance Company Home Office Address Owings Mills,Maryland Organized under the Laws of Maryland has complied with the necessary requirements of or pursuant to law, it is hereby licensed to do within this State the business of accident and health, fire, miscellaneous property, water damage, burglary and theft, glass, boiler and machinery, animal,collision,personal injury liability,property damage liability,workers'compensation and employers'liability, fidelity and surety, credit,motor vehicle and aircraft physical damage,marine and inland marine,marine protection and indemnity,residual value and credit unemployment insurance,as specified in paragraph(s)3,4,5,6,7, 8,9, 11, 12, 13, 14, 15, 16, 17, 19, 20, 21, 22 and 24 of Section 1113(a) of the New York Insurance Law and also such workers' compensation insurance as may be incident to coverages contemplated under paragraphs 20 and 21 of Section 1113(a), including insurances described in the Longshoremen's and Harbor Workers' Compensation Act (Public Law No. 803, 69 Cong. as amended; 33 USC Section 901 et seq. as amended) to the extent permitted by certified copy of its charter document on file in this Department until July 1,2022. n � In Witness Whereof, I have hereunto set yOf1K sTq� my hand and affixed the official seal of this * ' Department at the City of Albany, New York, this 1st day of July, 2021 Linda A. Lacewell Superintendent yT By op FINPN 4 �fia1 � Colleen m". Draper• Special Deputy Superintendent Original on Watermarked Paper Alhanz Afflanz Trad- 0 ELILER HERMEO NORTH AMERICA INOURANCE COMPANY Statutory Statements of Admitted Assets, Liabilities,and Policyholders'Surplus Statutory Basis at December 31,2021 (In thousands,except share data) Admitted Assets 2021 Bonds $ 529 749 Common stocks 8,005 Cash and cash equivalents CAM Other investments 28,502 Total cash and invested assets Premiums receivable 104,477 ReiI1SLIrajjCQ recoverable on paid Imes 635 Reinsurance receivable profit wrnmis5lons 55 8 4 Accrued investment income 1,7$1 Federal income tax recoverable — Net deferred tax assets 17,921 Electronic data processing equipment and software, net 303 Receivable from parent, subsidiaries, and affiliates 1%014 Other admitted assets 16,100 Total admitted assets 700,697 Lipbilifles and Policyholders' Sur plus Liabilities; Unpaid losses and loss adjustment expenses $ 240,735 Unearned premiums 171?Q75 Prell1iUrn taxes, licenses, and fees 3,070 Provision for reinsurance 00 Ceded reinsurance premiums payable 16,696 Reinsurance payable on paid losses 21179 Payable to parent, subsidiaries, and affiliates 13,426 Federal and foreign taxes 3,488 Accounts payable and accrued expenses 46,306 Funds held Linder reinsurance agreements 1,274 Total liabilities 504,315 Alking TrA(Jo k tlio Irmcltn-iiukusod to&qnAw A rrnge of ervitn providod by ftilor Ilorrws Mllanz Afflanz Trade Policyholders' SUrTILIS.' Common stack—par VdUe$10 per share, Authorized, issued, and outstanding shares_25Q,QQQ dress paid-in alj(j WlltlipLjted WmW5 13 107 UnassiOned SLIrPILIS 24D,715 Total policyholders' surplusS Total liabilities and policyholders' SUrplus $ 70Q,1397 Louise Jordan, being duly sworn,affirms that she is the Chief Financial and Administration Officer of Euler Hermes North America Insurance Company,and that to the best of her knowledge and belief, the foregoing statement Is a true and correct statement of financial condition, of said Company as of December 31,2021. Subscribed and sworn to before me this day of Ta 4 0 2022. Signed by; I'mlise Jer4m) SIgaft tinic:jul-()5-2022 93;00;53 PM Wa0dr 199.247,42.26 Elaine A, McClean -J-rd-Lou se o an Notary Public tililfllii Chief Financial and Administration Officer C." s 4Q + 8 L 9 20T 0 Allianz Trbdo 1§ Ilics tuldombrk L150-d to dC-5fIg118tC'a rbllg@ of scirvices provIcIcid by 5ui@f H@rm§ w MEULER ! 1ERMIJ Notice/Contact Information If you are making a claim on a surety bond issued by Euler Hermes North America Insurance Company ("EHNA"),please provide the following information in the claim notice: • Contact information for the claimant or its legal representative, including an email address • Name of bonded Principal • Bond Number(if known) • In the case of a performance bond or a payment bond - Project name/description • In the case of a payment bond claim -Name of entity that claimant supplied services, labor or materials to (if different than Principal) • Amount of the claim • Brief description of the nature of the claim Notices are to be sent to the following address: Euler Hermes North America Insurance Company Attn: Surety Claims 800 Red Brook Blvd. Owings Mills, MD 21117 You may also send the notice and documentation electronically to the following email address: Note -- Many bonds issued by sureties contain unique and specific notice requirements to perfect a claim against the bond. Each claimant should review an executed copy of the final bond from the Obligee to confirm that it is complying with the form of claim notice, method of delivery, and timing requirements. Applicable statutory and contractual notice provisions should be consulted to ensure that the notice is sufficient. The information provided herein is provided with the understanding that EHNA is not rendering legal services or advice. If legal advice or other expert assistance is required with regard to the submission of your claim,the service of a competent professional should be sought. , Document A310 TM — 2010 Conforms with The American Institute of Architects AIA Document 310 Bond Number: 46292-TRA-24-05 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name, legal status and principal place of business) Empire Paving, Inc. Travelers Casualty and Surety Company of America One Tower Square 30 Bernhard Road Hartford,CT 06183-6014 This document has important legal North Haven, CT 06473 State of Inc: Connecticut consequences. Consultation with OWNER: an attorney is encouraged with (Name, legal status and address) respect to its completion or The Town of Southold modification. 53095 State Route 25 Southold,NY 11971 Any singular reference to Contractor,Surety,Owner or other party shall be considered BOND AMOUNT: Five Percent of Amount Bid(5%) plural where applicable. PROJECT: (Name,locution or address, and Project number, if any) Runway 12-30 Rehabilitation-Phase II&III Project at Elizabeth Field Airport Fisher Island Town of Southold NY The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or(2)pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 28th day of March 2024 Emp're Paving,Inc. (Principal) (Seal) `T'(Witness) (Title) {arcs?oer�r Travelers Casualty and Surety Company of America IAI� (Surety) (Seal) (WltneSs) dlivia Spada \f( Q_ ( 1-1___ (Title) Joanne Czla in i,Attorney-in-Fact a SURETY ACKNOWLEDGMENT STATE OF Connecticut COUNTY OF Hartford On this 28th day of March in year 2024 Before me personally come(s) Joanne Czlapinski to me known,who,being by me duly sworn, deposes and says that same resides in Hartford,CT that same is the Attorney-in-Fact of the Travelers Casualty and Surety Company of America the corporation described in and which executed the foregoing instrument;that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation,and that same signed the name thereto by like order. Qka& (Signature of Notary taking acknowledgment) ngela O'Hara E::Angela O'Hara My Commission Expires: November 30,2027 ic-Connecticutssion E^x�ires e r 3 ,Q$.�QRAT CKNOWLEDGMENT STATE OF C t COUNTY OF >11 Ct J On this ofglh day of In the year before me personally come(s) C5fTa4_ Vy. 'iv_-/<er, to me known,who,being by me duly sworn, deposes and says that same resides in eranfr-d, CST that same is the ?Fe-s, ,-a ewyr of the &mp l re— ate; n j Cafes the corporation described in and which executed the foregoing instrument;that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation,and that same signed the name thereto by like order. 1�.a alv� ( nature of No&ry taking acknowledgment) JANET SAI+ PERI NOTARY PUBLIC-CT 168600 LIMITED LIABILITY COMPANY ACKNOWLEDGMENT lAY GOIYWISS10t4 EXPIRES FEB.28,2025 State of County of On this day of in the year before me personally come(s) to me known,who,being by me duly sworn, deposes and says that same resides in that same is the of the the Limited Liability Company described in and which executed the foregoing instrument; that same knows the seal of the said corporation;that the seal affixed to the said instrument;and that same authorized under the Articles of Organization and the Operating Agreement as amended and in effect this date to execute the forgoing instrument and so bind the Limited Liability Company. (Signature of Notary taking acknowledgment) /r Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Joanne Czlapinski and Olivia Spada of Hartford Connecticut , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. ♦�r COQ Fc6 r u: 'i<:a a i 1L`.riTFURQ. < CC10YlS( ,,,, CONN. ;oe State of Connecticut By: City of Hartford ss. Robert Raney,Senior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. ;�vN$My Commission expires the 30th day of June, 2026 sy b Anna P. Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President, any,Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E.Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy ofthe Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 28th day of March 2024 S++PNCSUA.... ,, :.fJAI.tY•lN� .,nv �y� `tee.• 'o .'bp! 9� _� HART=ORD,.y z l H,IirrFURD,E< �' L+.R?:+4•'l Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fart and the details of the bond'to which this Power of Attorney is attached. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA i HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENT AS OF JUNE 30,2023 CAPITAL STOCK$6,480.000 ASSETS LIABILITIES&SURPLUS BONDS $ 6,150,661,933 LOSSES $ 1,536,742,249 STOCKS 115,760,594 LOSS ADJUSTMENT EXPENSES 136,032,224 CASH AND INVESTED CASH 83,310,786 COMMISSIONS 38,298,447 OTHER INVESTED ASSETS 6,561,822 OTHER EXPENSES 36,588.082 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 25,993,585 TAXES,LICENSES AND FEES 11,726.720 INVESTMENT INCOME DUE AND ACCRUED 43.143,069 UNEARNED PREMIUMS 1,453,378.390 PREMIUM BALANCES 347,718,526 ADVANCE PREMIUM 2,435,053 REINSURANCE RECOVERABLE 43,481.728 POLICYHOLDER DIVIDENDS 18.990.836 NET DEFERRED TAX ASSET 70,753,315 CEDED REINSURANCE NET PREMIUMS PAYABLE 97,783,193 CURRENT FEDERAL AND FOREIGN INCOME TAXES RECOVERABLE, 4,319,605 AMOUNTS WITHHELD/RETAINED BY COMPANY FOR OTHERS 21,267,969 GUARANTY FUNDS RECEIVABLE OR ON DEPOSIT 1,369,093 REMITTANCES AND ITEMS NOT ALLOCATED 5.152,800 RECEIVABLE FROM PARENTS,SUBSIDIARIES AND AFFILIATES 26.863,847 PROVISION FOR REINSURANCE 6,464,384 OTHER ASSETS 1.590,021 PAYABLE FOR SECURITIES LENDING 25,993,585 OTHER ACCRUED EXPENSES AND LIABILITIES 317,899 TOTAL LIABILITIES $ 3,391,171,831 CAPITAL STOCK $ 6.480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 2.090,072,333 TOTAL SURPLUS TO POLICYHOLDERS $ 2,530,356.093 TOTAL ASSETS $ 5,921,527,924 TOTAL LIABILITIES&SURPLUS $ 5,921,527.924 STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT-FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 30TH DAY OF JUNE,2023, VICE PRESIDENT-FIN_AN E SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 16TH DAY OF AUGUST,2023 SUSAN M.WEISSLEDER Nolaty Public d!y Commission Expires November 30,2027 c) _N * M= ��UBLY� ,fir; ti/U E c r�o,,�� 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 nfl-hies►) United States Fire Insurance Company B &W Paving & Landscaping, LLC 305 Madison Avenue This document has important 305 Butlertown Road Morristown, NJ 07960 legal consequences.Consultation Oakdale, CT 06370 Mailing Address for Notices with an attorney is encouraged with respect to its completion or OWNER: modification. (Name,legal status and address) Any singular reference to Town of Southold Contractor,Surety,Owner or other party shall be considered 53095 Route 25 plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (.Vame,location oradd►e=andl'rojectnumber,(fain} Rehabilitate Runway 12-30-Phase II &III The Contractor and Surety arc bound to the Owncr in the amount sct forth above,for tlmc payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Otvner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as inky be aerced to try the Owiicr and Contractor,and the Contractor either(1)enters into a contract-with the 0%%mcr in accordance with the terms of such bid,and eives 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 othernise acceptable to the 0micr,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 tiro Ottnier may in good faith contract with another party to perlorn the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and ell'ect.The Surety hereby%%zives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiverol'nolice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time tin acceptance ol'bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent Iin an extension beyond sixty(60)days. If this Bond is issued in connection-with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond hus been famished to comply-with a statutory or other legal requirement in the location oflhe Project,any provision in this Bond conilicling-with mid statutory or legal requirement shall be deemed deleted herefionm and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as k statutory bond and not as a common law bond. Signed and scaled this 19th day of March, 2024. B&W Paving & Landscaping, LLC rr'141)a (Principal) (seal) EL less) IrJ1R u B : z4— j United States Fire Insurance Company Fey-r tsrrtrl}} (seal) q: �mtQ By $ W��f1AWPPr (1'i1le)V1ct la P. Lyons,Atto ey-in-Fact S•00541AS 8/10 CORPORATE ACKNOWLEDGMENT State of County of Ss.: On this day of in the year 2024, before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides in that same is the of the the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation,and that same singed the name thereto by like order. (Signature of Notary taking acknowledgment) LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of 6/1 County of NL Ss.:G&r6bLv' On this day of ONKCI� in the year 2024, before me personally come(s) I(, �� it to me known, who, being by me duly sworn, deposes and says that same resides h 15UV$6 that same is the (rtm6e.f of the 1 �W P&V1.4, 1 1 p,QWALLC, the Limited Liability Company described in and wfiich executed the f regoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument; and that same authorized under the Articles of Organization and the Operating Agreement as amended and in effect this date to execute the forgoing instrument and so bind the Limited Liability Company. a (Signatur;po4tary aking a kN1" 9fmucha Notary Public,State of Connectic:u CoW"'ission Expires flay 31,2027 SURETY ACKNOWLEDGMENT State of Connecticut County of Hartford Ss.: On this 19th day of March in the year 2024, before me personally come(s) Victoria P. Lyons to me know, who, being by me duly sworn, deposes and says that same resides in Farmington,CT that same is the Attorney-in-Fact of the United States Fire Insurance Company,the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation and that same signed the name thereto by like order. JESSICA L PICCIRILLO ignature of Notary taking acknowledgment) NOTARY PUBLIC Jessica L.Piccirillo My comm expires:6/30/2025 MY COMM EXP 6/3012025 CONNECTICUT POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint:Victoria P.Lyons each,its true and lavd'ul 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 duty executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office. This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. SwctyBondNo.: _Bid Bond Principal: B&W Paving&Landscaping, LLC Obligcc: Town of Southold 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 M 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 attomey 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 siguatures,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. 'MB M K IYALFMW NOTARY Pl OX OF.,WN JF1tSEY carrierdsalort 0'.5?i 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'%Vn'NESS 1?TiETt a affixed OF,I have hereunto set my hand and axed the corporate seal of United States Fire Insurance Company on the 19th day of March 2024 UNITED STATES FIRE INSURANCE CO1IPAi1'Y /"0-4 '�—J— y Michael C.Fay,Senior Vice President Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of B&W Paving&Landscaping,LLC (Contractor) of 305 Butlertown Road,Oakdale,CT 06370 (Address) for the Rehabilitate Runway 12-30—Phase II&III project for which bids will be received on: March 28,2024 (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute.the requisite bonds. We are duly authorized to do business in the State of New York. / United States Fire Insurance Company f ATTEST: Surety's Au ed Signature(s) toria P.Lyons,Attorney-in-Fact (Corporate seal,if any.If no seal,write"No Seal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACK POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-21 { UNITED STATES FIRE INSURANCE COMPANY 1209 ORANGE STREET,WILMINGTON,DELAWARE 19801 i STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2023 ASSETS Bonds(Amortized Value)..........................................:... .. 1,726,028,698 ..........,...............,,.......................... Preferred Stocks(Market Value)..........................:......................: .. 144,307,613 Common Stocks(Market Value).................................................... 2,369,575,849 Mortgage Loans(Market Value).:....................::................:: 1,043,090,964 Cash,Cash Equivalents,and Short Term Investments.........:.......................................................... 173,632,698 Derivatives...................................................................:...................:....................I........ 14.049,444 Other Invested Assets.......................................ued :..............:..?........... ......,..........................._.. 531,165,524 Investment Income Due and Accrued..................................................................................... ' 31,165,524 Premiums and Considerations...................................................:...::. 531,854,761 Amounts Recoverable from Reinsurers....:..................... ........ 137,741,085 .... ..... ................... Funds Held by or Deposited with Reinsured Companies.............. 153,726,393 Net Deferred Tax Asset........................................... 192,552,999 Electronic Data Processing Equipment................................... ..... 1,126,732 Receivables from Parent,Subsidiaries and Affiliates:......................................:.::....::.....::.:...:::...:.. 59,012,393 Other Assets............................................................................. 132,253,074 TOTAL ASSETS. .................................................... $ 7,218,664.454 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred But Not Reported Losses)..............................:.................................................................... 2,664,609,947 Reinsurance Payable on Paid Losses and Loss Adjustment Expenses................................................, 75,510,927 Loss Adjustment Expenses..................................................................::...:::: ............ 432,456,225 Commissions Payable,Contingent Commissions and Other Similar Charges....... , ......... 16,849,866 Other Expenses(Excluding Taxes,Licenses and Fees)..................................:.:............:...::.....:.... 110,490,333 Taxes,Licenses and Fees(Excluding Federal Income Taxes)........................:........::....::::..:.....::.:.. 35,485,242 Current Federal and Foreign Income Taxes............................................,.........t........,,..,..,.:..... 11,452,403 Unearned Premiums..................................................................................:.......:.:........:::..:... 1,120,526,178 Advance Premium............................................... - 21,919,186 Ceded Reinsurance Premiums Payable..... .........................,..................... 153.400,619 Funds Held by Company under Reinsurance Treaties....................................:.....:,...................... 63,328,858 Amounts Withheld by Company for Account of Others..,..,,......................................................... 146,272,077 Provision for Reinsurance............................. ........................:............. .........:.................. 1,706,282 Payable to Parent,Subsidiaries and Affiliates...................................................I......................... 25,899,852 Other Liabilities.....................................:.............................................:::....::....:..:.:...:..:.. 56,882,388 TOTAL LIABILITIES..........................................................,........................ S 4,936,790,383 Common Capital Stock........:...................................I....................,... _........._.....,.,,.........., 18,780,000 Gross Paid In and Contributed Surplus............................................:...:,.:........... ..................:. 1,502,074,940 Unassigned Funds(Surplus)...............................................' • ' 761,019,131 Surplus as Regards Policyholders. ..................•........• 2,281,874,071 TOTAL LIABILTBES,SURPLUS&OTHER FUNDS.......:...........:.:::............ ...:.. $ 7,218,664,454 I,Carmine Scaglionc,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 31,2023,as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of Delaware. IN TESTIMONY WHEREOF,I have set my hand and affixed the seal of the Company,this 19th day of March,2024. UNITED STATES FIRE INSURANCE COMPANY PROPOSAL FOR CONSTRUCTION OF THE REHABILITATE RUNWAY 12-30—PHASE II & III PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined and read the Contract Documents and Contract'Drawings for the work and all addenda relative thereto furnished prior to the opening of bids; that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement, located in the front of these Contract Documents, contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation; compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated, implies,although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent(5%) of this bid in accordance with the subsection titled BID GUARANTEE of Section 20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. 2018 PROPOSAL-1 rlirwi t RUNWAY 12-30 PHASE II AND III REHABILITATION BID ALTERNATE NO.1 FAA ITEM LIST: UNIT PRICE ITEM" SPEC-,: ITfi1vf DESCRIPTION' '` .:=IN:FIOUItES, TOTAL t1tvI0UNr- . NO. NO.QUANTITY; (PRICE WR7TTEN'IN'WORD) DOLLARS` '` CENTS DOLLARS CENTS' CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) 1 C-100 ILS AT PER LUMP SUM MOBILIZATION(8%MAX.) 2 C-105 I LS AT • ��a Alva '� PER LUMP SUM SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 3 C-106 1LS AT %tr!%g5r,N�,4f4 Tl %A a PL4.4 V N% 3S�iia 3fJ��1 PER LUMP SUM JOINT AND CRACK REPAIR 4 P-101 1,500 LF AT %L Jp,, PER LINEAR FOOT I FULL DEPTH JOINT AND CRACK REPAIR 5 P-101 1,500 SF AT PER SQUARE FOOT PROFILE MILLING 1 � � 6 P-101 14,000 SY AT «./ PER SQUARE YARD O ASPHALT SURFACE COURSE,GRADATION 2 7 P-401 2,600 TON AT �1 c�R Vy �� V S Q V 1�4'i PER TON EMULSIFIED ASPHALT TACK COAT 8 P-603 750 GAL AT w \ V�► �� 1)� �� !PER GALLON JOINT SEALING FILLER 9 P-605 3,000 LF AT �V N ���� PER LINEAR FOOT PROPOSAL-2 fir` t RUNWAY 12-30 PHASE II AND III REHABILITATION BID ALTERNATE NO.1 FAA ITEM LIST UNIT PRICE ITEM SPEC ITEM DESCRIPTION IN FIGURES TOTAL AMOUNT NO. NO. QUANTITY (PRICE WRITTEN IN WORD) DOLLARS CENTS DOLLARS CENTS' SURFACE PREPARATION 10 P-620 I LS AT PER LUMP SUM MARKING 11 P-620 12,500 SF AT PER SQUARE FOOT REFLECTIVE MEDIA 12 P-620 I LS AT PER LUMP SUM TEMPORARY RUNWAY AND TAXIWAY MARKING 13 P-620 8,200 SF AT �ti PER SQUARE FOOT TOTAL BID ALTERNATE NO.1 PRICE(WRITTEN IN WORD) DOLLARS CENTS v.��Mr��,»v ���u, t�«+N� tt,�`o•5��� i �ovrdwo ��v�,� �0��v PROPOSAL-3 t RUNWAY 12-30 PHASE 11 AND III REHABILITATION BID ALTERNATE NO.2 FAA ITEM LIST" ' �UNIT PRICE I' �l 'f. �I,� ,�., ITEM SPEC ITEM DESCRIPTION IN FIGURES TOTAL pMQUN-11 s N©. NO: QUANTITYp d _:-� e-_(PRICE:WRI7TEN.INf;W,ORD),::, e_ - -a.-_"w r DOLLARS CENTS MOM .. C�TST' CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) I C-100 I LS AT FO Ot, A PER LUMP SUM MOBILIZATION(6%MAX.) 2 C-105 1 LS AT NkVP1 Q &L&^Z'�ft-*Qvvs PER LUMP SUM SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 3 C-106 I LS AT TM A-1.3 J ��4i�3 a\ T�v� 3-1 PER LUMP SUM JOINT AND CRACK REPAIR 4 P-101 1,800 LF AT 1 y ♦ Is ^ 1114.0,4 PER LINEAR FOOT FULL DEPTH JOINT AND CRACK REPAIR 5 P-101 2,000SF AT 'ap-A Q�Vv PER SQUARE FOOT PROFILE MILLING 6 P-101 21,000 SY AT PER SQUARE YARD ASPHALT SURFACE COURSE,GRADATION 2 7 P-401 3,900 TON AT PER TON EMULSIFIED ASPHALT TACK COAT 8 P-603 1,100 GAL AT �� �1� V .6 PER GALLON JOINT SEALING FILLER 9 P-605 4,000 LF AT PER-LINEAR FOOT I PROPOSAL-4 RUNWAY 12-30 PHASE II AND III REHABILITATION BID ALTERNATE NO.2 FAA ITEM LIST UNIT PRICE ITEM SPEC ITEM DESCRIPTION IN FIGURES TOTAL AMOUNT NO. NO. QUANTITY (PRICE WRITTEN IN WORD) DOLLARS CENTS DOLLARS CENTS SURFACE PREPARATION 10 P-620 1 LS AT 1% �V PER LUMP SUM MARKING 11 P-620 17,500 SF AT PER SQUARE FOOT REFLECTIVE MEDIA 12 P-620 1 LS AT `� 1 1'�Vt ��A�'^ �� -!ti Sra� PER LUMP SUM TEMPORARY RUNWAY AND TAXIWAY MARKING A3 13 P-620 11,500 SF AT N W% �W PER SQUARE FOOT TOTAL BID ALTERNATE NO.2 PRICE(WRITTEN IN WORD) DOLLARS CENTS i. z, tl)'Q Nxw- -410A -Na" W T wo2;1�n PROPOSAL-5 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III The bidder states that this proposal is based upon prevailing wagesi in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project ins full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: 2018 PROPOSAL-6 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-7 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER,IF A CORPORATION: BY: n,,O,uci 7 NRa a-4: (Printed Name&Title) (Signature) CORPORATION NAME: �eN rTRNk,11a-N INS(, ADDRESS: S�o Q a:� S i (SEAL) Ck i STATE OF CORPORATION CHARTER: 1V y PHONENO: Ct-3 a1b• -L3%7 DATE: PRESIDENT'S NAME: RJ,A•�-1Li 9 . `AM��. BUSINESS ADDRESS: SECRETARY'S TREASURER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: S�, 2018 PROPOSAL-8 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification - Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions, Section SP 70-23,subsection A-12 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise(DBE)and Small Business Element(SBE) Statement Bidder's List Collection Form(Bidder's Information) Bidder's List Collection Form(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-9 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law, by submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies,and in the case of a joint Bid each party thereto certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly,to any other Bidder or to any competitor;and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: R o 'M i fog if Principal is Corporation BY: TITLE: In,—.1 STATE OF NEW YORK) SS: COUNTY OF S.o f o On the '1 1�day of MAA\,y ,20%'T ,before me personally came `A�L, to me known,who,being by me duly sworn, did swear and affirm that he/she resides at CAT\' M�tt,��,\� ,f �y`t ;that he/she is the f VNr>tq•'%4J (r,%f�ZMW of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is true. lle>7JBLIC NOTARY UBLIC STATE OF NEW YORK MY COMMISSION EXPIRES: No:01 B'IFE01 25 QtJl161FI€9 IN S1JFFni K r.ni IIVN COMMISSION EXPIRES 7/20/4 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-10 k t Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that '!fie 64001 0. `&U N.? be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Rehabilitate Runway 12-30—Phase II& III and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by 16 sic r•ww f;ILNICI> ►t Corporation at a meeting of its Board of K If.1. Directors held on the L'1�` day of 20%A . ( cretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-11 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005 "Made in America Laws"means all statutes, regulations,rules,and Executive Orders relating to federal financial assistance awards or federal procurement, including those that refer to"Buy America"or`Buy American,"that require,or provide a preference for,the purchase or acquisition of goods,products, or materials produced in the United States, including iron,steel, and manufactured products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron,steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic icables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign, date,and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101,BABA and other related Made in America Laws,U.S.statutes,guidance,and FAA policies,by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.,not both)by inserting a checkmark(✓)or the letter «X„ Gd Bidder or offeror hereby certifies that it will comply with�49 USC § 50101,BABA and other related U.S.statutes,guidance, and policies of the FAA by: a) Only installing iron,steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material,or supply—other than an item of primarily iron or steel; a manufactured product;cement and cementitious materials; aggregates such as stone,sand, or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals; plastic and polymer-based products(including polyvinylchloride,composite building materials, and polymers used in fiber optic cables);glass(including optic glass);,lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or 2018 PROPOSAL-12 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III � Y d) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S. domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder,a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S.domestic products at or above the approved U.S.domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research,consideration where appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-13 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs, excluding labor costs,iassociated with final assembly and installation at project location. Type 4 Waiver(Unreasonable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC §47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious, or audulent certification may render the maker subject to prosecution under Title 18,United States CA de. 311,INN — /V Date Signature 11,47S,;;,c1AN 1 ..Vg i R6*AyS1.%VA IAI., ?i1-::�f 111Z*4i Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-14 R Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III CERTIFICATIONS BIDDER'S NAME: S MAti GaHS IL'y�:i tart`1,.11� ADDRESS: SZ C t No�t tla�f 'W`% )t 9%y.t TELEPHONE NO.: (t.7 t ) %I%• "t3'L,� FAX NO;. `%o i VI IRS EMPLOYER IDENTIFICATION NUMBER: NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed',in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribe&in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees, any segregated facilities at any of his establishments land that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms,restaurants and other eating areas,time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-15 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III housing facilities provided for employees which are segregated'i by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origins,because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction' under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered (transaction, the FAA may pursue any available remedies,including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment, or modification of any Federal contract,grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in 2018 PROPOSAL-16 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this(certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all s,ub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Anyi person who fails to file the required certification shall be subject to a civil penalty of not less than$10,Q00 and not more than$100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements.The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe applicable response. The Contractor agrees that, if awarded a contract resulting from this solicitation,it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is(__)is not(_X)a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor represents that it is(_)is not L-)a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four(24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically 'classifies the offense as a felony and conviction of an offense that is classified as a felony under, 18 U.S.C. § 3559. 2018 PROPOSAL-17 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III Tax Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted, or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TRADE RESTRICTION CERTIFICATION By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S.firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneouslwhen submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR§ 30.17,no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list;or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a fir from a foreign country included on 2018 PROPOSAL-18 r r ' Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III the list of countries that discriminate against U.S.firms as published by USTR,unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: o��'� aN�t Signature: AN/ Date: (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-19 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has J has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has___sj has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: TOSCMAtt` IN, 1N�, (Firm or Corporation Making Bid) Si atu of utl rized Person) P.O.Address: t � S. C 1 Dated: (This form must be completed and submittedvith the Proposal.) 2018 PROPOSAL-20 I Ellzabeth l field Airport Rehabilitate Runway 12-30 -Phase 11&ill STATEMENT OF SURETY'S INTENT TO; Town of Southold We have reviewed the hid of Rosemar Construction Inc. 56 Pine St.East Moriches,NY 11771e0ntractor) (Address) for the Rehabilitate Runwav 12�30—Phase II& III -ro ect for which bids will be received on; March 28,2024 (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present Intention to become surety on the performance bond and labor and material bond required_by the Contract, Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York, ATTEST;— _ Euler Hermes N.A. Insurance Company Surety's Authorized Signatures) Marc T.Hudak (('orporate,swa�i, any, If no seal write"No Seal"across this place and sign,) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This forms must be complete and submitted with the Proposal, Copies of this forms may be filled out and attached to this page,) 2QI� PRO#���AI�=21 ALLianz Alllanz ili Trade EULER HERMES NORTH AMERICA INSURANCE COMPANY 11599 800 Red Brook Boulevard* Owings Mills,Maryland 21117 The number of persons authorized by this Power of Attorney is not more than: 2 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That EULER HERMES NORTH AMERICA INSURANCE COMPANY (EULER HERMES), a corporation organized and existing under the laws of the state of Maryland,does hereby nominate,constitute,and appoint the person or persons named below,each individually if more than one is named,its true and lawful attorney-in-fact,for and in its name,place,and stead to execute on behalf of EULER HERMES,as surety,any and all bonds,undertakings,and contracts of suretyship,or other written obligations in the nature thereof; provided that the liability of EULER HERMES on any such bond,undertaking,or contract of suretyship executed under this authority shall not exceed the limit stated below. NAME ADDRESS LIMIT OF POWER Marc T.Hudak 50 Glen Street Unlimited Theresa Treimanis Glen Cove,NY 11542 This Power of Attorney revokes all previous powers issued on behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF, EULER HERMES has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunder affixed this 1st day of November ,20 22 . 2003 "4 SEAL �= James Daly,President and CEO-The Americas Nicholas P.Verna II,Senior Vice President and Regional Head of Surety and Guarantee,Americas State of Maryland,County of Baltimore On this 1st day of November ,20 22 ,before me personally appeared Nicholas P.Verna II,to me known,being duly sworn,deposes and says that he resides in Southeastern,PA.that he is Senior Vice President and Regional Head of Surety and Guarantee,Americas of Euler Hermes North America Insurance Company,the Company described herein and which executed the above instrument;that he know the seal of EULER HERMES;that the seal affixed to said instrument is such corporate seal;that it was so affixed by authority of the Board of Directors of EULER HERMES;andillat h0jigned his name thereto by like authority. 0 E� O O e C 0° ib'o ". o .k r�®J� Notary Publi =a A This Commission Expires February 2,2026 Notar�l S�al �ptt�llG�ceo:�:'� g�" ''`'-°ate o This Po pe�rrf o°t�tto' ue s ra"ntte by authority of the following resolutions adopted by the Board of Directors of EULER HERMES NORTH Aly1�RiCN�St�L2o-Q�10E COMPANY(Company)by unanimous consent on October 1,2015. RESOLVED:That the President,Executive Vice President, Senior Vice President,Vice President, Secretary,and Assistant Vice Secretary,be and hereby are authorized from time to time to-appoint one or more Attorneys-in-Fact to execute on behalf of the company,as surety,and any and all bonds,undertakings and contracts of suretyship,or other written obligation in the nature thereof;to proscribe their respective duties and all respective limits of their authority;and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and signature of the aforesaid officers and may be affixed by facsimile to any Power of Attorney given for the execution of any bond, undertaking, contract of suretyship, or other written obligations in the nature thereof, such signature and seal when so used 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 thought manually affixed. CERTIFICATION I,Nicholas P.Verna II, Senior Vice President and Regional Head of Surety&Guarantee,Americas of EULER HERMES NORTH AMERICA INSURANCE COMPANY,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of October 1, 2015,have not been revoked and are now in full force and effect. Signed and sealed this day of ,20 . ,.•r:pme�rea��, 2003 0' ygm,P' °°= Nicholas �Hlenior President and Regional Head of Surety and Guarantee,Americas Euler Hermes North America Insurance Company and its affiliated debt collection company are par,of the A--group and market their products and services using the'Allianz Trade'trademark. Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III m y IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled�"Iranian Energy Sector Divestment", in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more in the energy sector of Iran including but not limited to the provision of oil 'or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran; or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the New York State Finance Law as a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) `By submission of this bid, each bidder and each person signing on behalf of any bidder certifies,and in the case of a joint bid,each'party thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder is not on the list created pursuant toy NYS Finance Law Section 165-a (3)(b)„ 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set' forth in subdivision (a) above, the Bidder/Proposer shall so state and shall furnish with the bid l a signed statement setting forth in detail the reasons therefore. The Owner reserves its rights, in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted, publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption, the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act"form with your proposal. 2018 PROPOSAL-22 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III I CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-al,and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in `;`investment activities in Iran" (both are defined terms in the law)(the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b), the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto,icertifies, under penalty of perjury, that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at theltime the Contract is renewed,extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. ,being duly sworn, deposes and says that he/she is the r of the "Ra 1, to Alt, C.4-% tL.-+►t,N%4r4 Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SI ED SWORN to before me this In iL, day of M4&\N 201-t JOHN RBELLOTTI NOTARY PUBLIC STATE OF NEW YORK NO:01 BE4999425 QUALIFIED IN SUFFOLK COUNTY Notary Public: COMMISSION EXPIRES 7/20/ja (Th form must be completed and submitted with the Proposal.) 2018 PROPOSA L-23 s Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III DISADVANTAGED BUSINESS ENTERPRISE(DBE) STATEMENT The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. An overall DBE goal of 6.3 percent will be utilized for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Special Provisions to the General Provisions, Section SP 70-23,subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms"from each of the DBE firms the Bidder or Offeror intends to use. If the contract goal is not met, Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located in Section 200.The website for the Unified Certification Program directory in the state of New York is: https://nysucp.newnycontracts.com/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The Bidder or Offeror, is unable to meet the DBE utilization goal stated above. However, we are committed to a minimum of IX%DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. IRS Number: 11 - Zug f g%.1 t e nd itle 2018 PROPOSAL-24 i r Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S LIST COLLECTION FORM (Bidder's Information) The sponsor is required by CFR Title 49, Subtitle A, Part 26, Subpart A, Section 26.11 to collect the following information from the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project. The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase II& III Bidder's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts CMA^ S'. Q�r1y. S`+` ❑ Less than 1 year ❑ Less than$500K �o1,1$i Rv ❑ 1-3 years ❑ $500K-$IM - ' ❑ DBE 1 nit N`1 \I A-4.4 ❑ 4-7 years ❑ $1-$2M Sc Non-DBE ❑ 8-10 years ❑ $2-$5M A More than 10 yrs. More than$5M (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-25 r I Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III � Y BIDDER'S LIST COLLECTION,FORM (Subcontractor's Information) The sponsor is required by CFR Title 49, Subtitle A,Part 26,Subpart A,Section 26.11 to collect the following information from each subcontractor submitting a quote,bid or proposal to the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project.The sponsor will consider incomplete information to be an irregular proposal. Please note that the information requested below must be filled out for each quote received by the bidder, regardless of DBE status. For example, if the bidder requests quotes from three contractors for electrical work,the information requested below must filled out for the three)subcontractors. It is important to note that providing the information does not commit the bidder to using any one of the three subcontractors in the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase II& III Subcontractor's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts ❑ Less than 1 year ❑ Less than$500K n.V,.s.)A' r4-4 L� DBE ❑ 1-3 years El $500K-$1M ❑ Non-DBE L 4-7 years ❑ $1-$2M ❑ 8-10 years LJ $2-$5M Cr More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE 111-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ ,Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$lM El Non-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ' ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M 2018 PROPOSAL-26 i a Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III Firm Street Address, DBE/Non Firm Name City, State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts ❑ 'Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M D Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M ❑ Less than 1 year ❑ Less than$500K ❑ DBE ❑ 11-3 years ❑ $500K-$1M Non-DBE ❑ 4-7 years ❑ $1-$2M 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M (Copy this form and submit with your original proposal if more space is needed.) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport Project Name: Rehabilitate Runway 12-30—Phase II& III FAA AIP Project No: 3-36-0029-024-2019 Total Awarded Contract Amount: $ Name of Bidder's Firm: 1�.oS,4t—tAAk GK S i¢14 \.:V•N AC, Street Address: Ss City: Go—, State: *lr► Zip: 11yVa Printed name of signer: •� � �,A�,aN� Printed title of signer: DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ x 1.00= $ 1'Ly ar, "� $ % DBE Suppliers* $ x 0.60= $ % DBE Brokers ** $ x 1.00= $ % DBE Manufacturers $ x 1.00= $ % Total Proposed DBE Participation*** $ %;k 4v.. Z. 8 % Established DBE Goal $ 6.3 % * Applicable only to regular dealers. ** Applicable only to the amount of fees or commissions charged for assistance in the procurement of material and supplies,or fees and transportation charges for delivery of material and supplies. *** If the total proposed DBE participation is less than the established DBE goal, bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Civil Rights Staff of the Federal Aviation Administration. By: f►n t'.�+1 ( (gna e o der representative) (Title) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-28 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Rehabilitate Runway 12-30—Phase If&III/Elizabeth Field Airport FAA AIP Project No: 3-36-0029-024-2019 Name of Bidder's Firm: a P•c M All C+N t i k-4%,>>�nl Street Address: City: C—& % State: Zip: It-A. Name of DBE firm: Street Address: bZ% City: A%a." -,N State: 144 Zip: t I 1 lb Contact Person: Ay,- Q��qQ k%� Telephone: t t? 11$• 433'Y Certifying Agency: Expiration Date: (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: ❑ Prime Contractor >% Subcontractor ❑ Broker ❑ Manufacturer ❑ Supplier Disadvantaged Group check one : Black American ❑ Hispanic American ❑ Native American ❑ Subcont.Asian American❑ Male ❑ Male ❑ Male ❑ Male Ll Female ❑ Female ❑ Female ❑ Female ❑ Asian Pacific American ❑ Non-Minority ❑ Other(not of any group listed here) ❑ Male ❑ Male ❑ Male ❑ Female ❑ Female ❑ Female ❑ SUMMARY OF WORK ITEMS Work Item(s) Description of Work Item NAICS Estimated Quantity Total Value S.+I'V `•C � VV The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ Affirmation: The above-named DBE firm affirms-that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature of DBE firm's re sentative) (Title) By: Q`.l ( g re f Ors representative) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-29 f S K Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) CERTIFICATION Project Location: f—I S liz 1t! Project Name: '[Re.14A6%% tfV— NZ''714 - It-kASt .lil. 90mNyu Contractor's Official Name: 'R S�hAsi Ca n1 S Qy `T\�A Contact Person: Telephone:Ti) %1)4 "\,31.3 Street Address: S S i City: CAS? h+k%1Q04Z'(' State: Zip: Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract, I will abide by its requirements as written; I certify that I will provide the information required in the SPCD prior to the start of construction work, if awarded this Contract, and that I will provide any additional information requested y the Owner. Printed Name of Signer Signature Title Date END OF PROPOSAL 2018 PROPOSAL-30 ��T�s-l.J1�• �aas 3'i{LEA.Zi\stet � i ri CRAB 2 8 2024 . Y Tv,9� blt„� Albs QN r• d A y PROPOSAL FOR CONSTRUCTION OF THE REHABILITATE RUNWAY 12-30—PHASE II & III PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids;that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement,located in the front of these Contract Documents,contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be'in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated,implies,although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in .the specifications and any details not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent(5%) of this bid in accordance with the subsection titled BID GUARANTEE of Section 20; the proposal guaranty shall become the property of the'Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond,or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force,plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the'time stated, and in accordance with this Contract and Specification. 2018 PROPOSAL-1 RUNWAY 12-30 PHASE H AND III REHABILITATION BID ALTERNATE NO.I F CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100 I LS AT Forty thousand 40,000 00 40,000 00 zero PER LUMP SUM MOBILIZATION(8%MAX.) 2 C-105 1 LS AT One hundred forty thousand 140,000 00 140,000 00 zero PER LUMP SUM SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 3 C-106 I LS AT One hundred thousand 100,000 00 100,000 00 zero PER LUMP'SUM JOINT AND CRACK REPAIR 4 P-101 1,500 LF AT Ten 10 00 15,000 00 zero PER LINEAR FOOT FULL DEPTH JOINT AND CRACK REPAIR 5 P-101 1,500 SF AT Thirty three 33 00 49,500 00 zero PER SQUARE FOOT PROFILE MILLING 6 P-101 14,000 SY AT Fifteen 15 00 210,000 00 zero PER SQUARE YARD, ASPHALT SURFACE COURSE,GRADATION 2 7 P-401 2,600 TON AT Three hundred fifty 350 00 910,000 00 zero PER TON EMULSIFIED ASPHALT TACK COAT 8 P-603 750 GAL AT Twelve 12 00 9,000 00 zero PER GALLON JOINT SEALING FILLER 9 P-605 3,000 LF AT Fifteen 15 00 45,000 00 zero 'I I L PER LINEAR FOOT PROPOSAL-2 RUNWAY 12-30 PHASE It AND III REHABILITATION BID ALTERNATE NO.I ,SURFACE PREPARATION 10 P-620 I LS AT Two hundred thousand. 200,000 00 200,000 00 zero PER LUMP SUM MARKING Eleven I I P-620 12,500 SF AT 11 00 137,500 00 zero PER SQUARE FOOT REFLECTIVE MEDIA 12 P-620 I LS AT Twenty five thousand 25,000 00 25,000 00 zero PER LUMP SUM TEMPORARY RUNWAY AND TAXIWAY MARKING 13 P-620 8,200 SF AT Fourteen 14 00 114,800 00 zero PER SQUARE FOOT MOP ` -1 SO III Bill PROPOSAL-3 i RUNWAY 12-30 PHASE 11 AND III REHABILITATION BID ALTERNATE NO.2 P"t um" 10. 'OT CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) I C-100 its AT Forty thousand 40,000 00 40,000 00 zero I PER LUMP,SUM MOBILIZATION(6%MAX.) One hundred forty eight thousand 2 C-105 I IS AT 148,000 00 148,000 00 zero PERLUMP:SUM SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 3 C-106 I LS AT One hundred thousand 100,000 00 100,000 00 zero PER LUMP SUM JOINT AND CRACK REPAIR 4 P401, 1,800 LF AT Ten 10 00 18,000 00 zero I PER LINEAR FOOT FULL DEPTH,JOINT AND CRACK REPAIR 5 P-101 2,000 SF At Thirty three 33 00 66,000 00 zero PER SQUARE FOOT PROFILE MILLING 6 P-101 21,000 SY AT, Fifteen 15 00 315,000 00 zero I PER SQUARE YARD ASPHALT SURFACE COURSE,GRADATION 2 7 P-401 3,900TON AT Three hundred.fifty 350 00 1,365,000 00 zero PER TON EMULSIFIED ASPHALT TACK COAT 8 P-603 1,100GAL AT Twelve 12 00 13,200 00 zero PER GALLON JOINT SEALING FILLER 9 P-05 4.000 LF AT Fifteen 15 00 60,000 00 Lzero PER LINEAR FOOT PROPOSAL-4 . BID_ALTERNATE NO.- ,^ Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project'in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: CIA BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: 2018 PROPOSAL-6 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: James Wray,Member (Printed Name) (Signature) COMPANY NAME: B&W Paving&Landscaping LLC ADDRESS: 305 Butlertown Road Oakdale,CT 06370 860-572-9942 PHONE NO: 3/28/24 DATE: PARTNER'S PARTNER'S NAME: James Wray,Member NAME: BUSINESS BUSINESS ADDRESS• 305 Butiertown Road ADDRESS: Oakdale,CT 06370 PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-7 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER,IF A CORPORATION:96 BY: (Printed Name&Title) (Signature) CORPORATION NAME: ADDRESS: (SEAL) STATE OF CORPORATION CHARTER: PHONE NO: DATE: PRESIDENT'S NAME: BUSINESS ADDRESS: SECRETARY'S TREASURER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-8 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. ✓Non-Collusive Bidding Certificate ✓Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification - Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions,Section SP 70-23,subsection A-12 /Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act /Disadvantaged Business Enterprise(DBE)and Small Business Element(SBE)Statement /Bidder's List Collection Form(Bidder's Information) ✓Bidder's List Collection Form(Subcontractor's Information) /Contractor's DBE Plan 5,zZ aAKOVA 1e*-4- DBE Letter of Intent Form Spy q ,(�! 1eANctr -Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-9 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law, by submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies,and in the case of a joint Bid each party thereto certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief: I. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening,directly or indirectly,to any other Bidder or to any competitor;and 3. No attempt has been made or will be made by the Bidder to induce any other person,partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: B&W Paving&Landscaping LLC if Principal James Wray is Corporation BY; la-- TITLE: MembJr STATE OF&EW96W SS: Oakdale COUNTY OF New London ) On the 28 day of March ,20 24 ,before me personally came James Wray to me known,who,being by me duly sworn,did swear and affirm'that he/she resides at 83 Burdick Lane,Griswold,CT 06351 ; that he/she is the Member of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certi " true. Eliza et uc a MY COMMISSION EXPIRES: Notary Public,State gfConnecticut b,CwilElzil-sifin EXPires May 31 2027 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-10 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III ` RESOLUTION FOR CORPORATE BIDDERS N/A RESOLVED,that be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Rehabilitate Runway 12-30—Phase II & III and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation,and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of 20 (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-11 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005 "Made in America Laws"means all statutes, regulations,rules, and Executive Orders relating to federal financial assistance awards or federal procurement,including those that refer to"Buy America"or"Buy American,"that require,or provide a preference for,the purchase or acquisition of goods,products,or materials produced in the United States, including iron,steel,and manufactured products offered in the United States.), U.S. statutes, guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron,steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber;or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101,BABA and other related Made in America Laws,U.S. statutes,guidance,and FAA policies,by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.,not both)by inserting a checkmark(✓)or the letter © Bidder or offeror hereby certifies that it will comply with 49 USC § 50101,BABA and other related U.S.statutes,guidance,and policies of the FAA by: a) Only installing iron, steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material,or supply—other than an item of primarily iron or steel; a manufactured product;cement and cementitious materials;aggregates such as stone,sand,or gravel;or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride,composite-building materials,and polymers used in fiber optic cables);glass(including optic glass); lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or 2018 PROPOSAL-12 I Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III d) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S. domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA1 determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder,a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States. The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research,consideration where'appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S.domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). I� 2018 PROPOSAL-13 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs,excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver(Unreasonable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent. The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid'and/or offer. False Statements: Per 49 USC §47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18,United Sta Code. 3/28/24 James Wray Date Signature B&W Paving&Landscaping LLC Member Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-14 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III CERTIFICATIONS BIDDER'S NAME: B&W Paving&Landscaping LLC ADDRESS: 305 Butertown Road,Oakdale CT 06370 TELEPHONE NO.: 860-572-9942 FAX NO. 860-536-5833 IRS EMPLOYER IDENTIFICATION NUMBER: 06-1466584 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract.awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-15 C Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies,including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of.any Federal loan, the entering into,of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in 2018 PROPOSAL-16 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub_awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. CERTIFICATION OF OFFEREMIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements.The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space following the applicable response The Contractor agrees that, if awarded a contract resulting from this solicitation,it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is(_)is not(X )a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a;timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor,represents that it is(__)is not( )a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four(24) months of a felony criminal violation under any Federal law-and includes conviction of an offense defined in a section of the U.S. code that specifically!classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-11 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III Tax Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TRADE RESTRICTION CERTIFICATION By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S.firms as published by the USTR;and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR§ 30.17,no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on 2018 PROPOSAL-18 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III the list of countries that discriminate against U.S.firms as published by USTR,unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: James Wray,Member Signature: Date: /28/24 (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-19 I Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has x has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has x has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that'representations indicating submission of required compliance reports signed by.proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements,the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: B&W Paving&Landscaping LLC (Firm or Corporation Making Bid) James Wray,Member (Signature of Xuthorized Person) P.O.Address: 305 Butlertown Road,Oakdale,CT 06370 Dated: 3/28/24 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-20 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of (Contractor) of (Address) for the—Rehabilitate Runway 12-30—Phase II&III project for which bids will be received on: (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. ATTEST: Surety's Authorized Signature(s) (Corporate seal, if any. If no seal,write"No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-21 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment", in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran; or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the New York State Finance Law as a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) `By submission of this bid, each bidder and each person signing on behalf of any bidder certifies,and in the case of a joint bid,each party thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a (3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision (a) above, the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The Owner reserves its rights, in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted, publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that,absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act'form with your proposal. 2018 PROPOSAL-22 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in "investment activities in Iran"(both are defined terms in the law)(the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b), the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies, under penalty of perjury, that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL§ 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed,extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, James Wray ,being duly sworn,deposes and says that he/she is the member of the B&W Paving&Landscaping LLC Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SWORN to before me this SIGNED 28 day of March 20 24 Notary Pub 'c: Elizabeth P Mucha NgtaryPublic,State off Connecticut Yry'Cgpuniss-ion EJl iro Ala 31,202 (This form must be completed a d sub'mltted wi rth4ty 2018 PROPOSAL-23 , Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CFR Part 26,Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. An overall DBE goal of 6.3 percent will be utilized for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Special Provisions to the General Provisions, Section SP 70-23,subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms"from each of the;DBE firms the Bidder or Offeror intends to use. If the contract goal is not met, Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located in Section 200.The website for the Unified Certification Program directory in the state of New York is: hqs://nysucp.newnycontracts.com/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): The Bidder or Offeror is committed to meeting orlexceeding the DBE utilization goal stated above on this contract. he Bidder or Offeror, is unable to meet the DBE utilization goal stated above.However, we are committed to a minimum of o %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. IRS Number: Z—T James Wray,Member Signajure and Title 2018 PROPOSAL-24 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S LIST COLLECTION FORM (Bidder's Information') The sponsor is required by CFR Title 49, Subtitle A, Part 26, Subpart A, Section 26.11 to collect the following information from the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project. The sponsor will consider incomplete information to be an irregular proposal. Airport Name: _Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase II& Ill Bidder's Information'I Firm Street Address, DBE/Non Annual Gross Firm Name City,State,Zip Code, DBE Age of Firm Receipts Phone No. Status B&W Paving& 305 Butlertown Road 0 Less than 1 year ❑ Less than$500K Landscaping LLC Oakdale,CT 06370 0 1-3 years ❑ $500K-$lM ❑ DBE 860-572-9942 0 4-7 years ❑ $1-$2M 19 No_n-DBE 0 8-10 years ❑ $2-$5M Ck More than 10 yrs. a More than$5M (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-25 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S LIST COLLECTION FORM (Subcontractor's Information) The sponsor is required by CFR Title 49,Subtitle A,Part 26,Subpart A,Section 26.11 to collect the following information from each subcontractor submitting a quote,bid or proposal to the bidder. As such,it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project.The sponsor will consider,incomplete information to be an irregular proposal. Please note that the information requested below must be filled out for each quote received by the bidder, regardless of DBE status.For example,if the bidder requests quotes from three contractors for electrical work,the information requested below must filled out for the three subcontractors. It is important to note that providing the information does not commit the bidder to using any one of the three subcontractors in the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name:_Rehabilitate Runway 12-30—Phase II & III Subcontractor's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts None at this time ❑ Less than 1 year ❑ Less than$500K 0 DBE 0 1-3 years ❑ $500K-$lM 0 Non-DBE 0 4-7 years ❑ $1-$2M 0 8-10 years ' 0 $2-$5M More than 10 yrs. 0 More than$5M ❑ Less than 1 year ❑ Less than$500K 0 DBE 0 1-3 years ❑ $500K-$1M 0 Non-DBE 0 4-7 years ❑ $1-$2M 8-10 years ❑ $2-$SM ❑' More than 10 yrs. 0 More than$5M ❑ Less than 1 year 0 Less than$500K 0 DBE 0 1-3 years ❑ $500K-$1M 0 Non-DBE `' '4-7 years 0 $1-$2M 8-10 years 0 $2-$5M 0 More than 10 yrs. 0 More than$5M 2018 PROPOSAL-26 f l Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III Firm Street Address, DBE/Non Annual Gross Firm Name City,State,Zip Code, DBE Age of Firm Receipts Phone No. Status a Less than 1 year 1_1 Less than$500K DBE 0 1-3 years ❑ $500K-$1M Non-DBE ❑ 4-7 years ❑ $1-$2M 0 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M l7 Less than 1 year ❑ Less than$500K ❑ DBE 0 1-3 years ❑ $500K-$1M Non-DBE 0 4-7 years ❑ $1-$2M 0 8-10 years ❑ $2-$5M 0 More than 10 yrs. ❑ More than$5M G Less than 1 year ❑ Less than$500K ❑ DBE ❑ 1-3 years ❑ $500K-$1 M ❑ Non-DBE ❑, 4-7 years ❑ $1-$2M ❑; 8-10 years ❑ $2-$5M ❑j More than 10 yrs. ❑ More than$5M ❑I Less than 1 year ❑ Less than$500K DBE ❑� 1-3 years ❑ $500K-$1M ❑ Non-DBE ❑I 4-7 years. ❑ $1-$2M Or 8-10 years ❑ $2-$5M ❑, More than 10 yrs. ❑ More than$5M (Copy this form and submit with your original proposal if more space is needed.) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 ` Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name:_Elizabeth Field Airport Project Name: Rehabilitate Runway 12-30—Phase 11&III FAA AIP Project No: 3-36-0029-024-2019 Total Awarded Contract Amount: $0 Dollars(we are not able to meet DBE requirement)See attached documents Name of Bidder's Firm: B&W Paving&Landscaping LLC 305 Butlertown Road Street Address: City: Oakdale State: CT Zip: 06370 Printed name of signer: James Wray Printed title of signer: 0 Dollars_(-we.are.notzble.to-meet-DBE-requirement)See.attached•doc DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ DBE Subcontractors $ x 1.00= $ DBE Suppliers* $ x 0.60= $ DBE Brokers** $ x 1.00= $ DBE Manufacturers $ x 1.00= $ % Total Proposed DBE Participation*** $ Established DBE Goal $ 6.3 % * Applicable only to regular dealers. ** Applicable only to the amount of fees or commissions charged for assistance in the procurement of material and supplies,or fees and transportation charges for delivery of material and supplies. *** If the total proposed DBE participation is less than the established DBE goal, bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Civil Rights Staff of the Federal Aviation Administration. By: James Wray,Member (Signature of P idder's representative) (Title) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-28 i Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: _Rehabilitate Runway 12-30—Phase II&III/Elizabeth Field Airport FAA AIP Project No: 3-36-0029-024-2019. Name of Bidder's Firm: B&W Paving&Landscaping LLC Street Address: 305 Butlertown Road Oakdale CT 06370 City: State: Zip: Name of DBE firm: 'e are notable tameetJB)d_requirement)See a tacked-doeumgn-t Street Address: City: State: Zip: Contact Person: Telephone: Certifying Agency: Ex I?Iiration Date: (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: ❑ Prime Contractor ❑ Subcontractor ❑ Broker ❑ Manufacturer ❑ Supplier Disadvantaged Grout) check one Black American ❑ Hispanic American ❑ Native American ❑ Subcont.Asian American❑ Male ❑ Male ❑ Male ❑ Male ❑ Female ❑ Female ❑ Female ❑ Female ❑ Asian Pacific American ❑ Non-Minority ❑ Other(not of any group listed here) ❑ Male ❑ Male ❑ Male ❑ Female ❑ Female ❑ Female ❑ SUMMARY OF WORK ITEMS Work Item(s) Description of Work Item NAICS Estimated Quantity Total Value The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ 0.00 Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature of DBE firm's representative) (Title) By: _ ZaL 1/,,"04 U Kry 4 03U-M6CZ ' (Signature of B ders representative) (Title) If the bidder does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-29 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) CERTIFICATION Project Location: Fishers Island NY Project Name: Runway 12-30 Rehabilitation Phase II&III Project @ Elizabeth Airport Contractor's Official Name: B&W Paving&Landscaping LLC James Wray,Member 860-572-9942 Contact Person: Telephone: Street Address: 305 Butlertown Road Oakdale CT 06370 City: State: Zip: Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SPCD,prior to the start of construction work,if awarded this Contract,and that I will provide any additional information requested by the Owner. James Wray Printed Name of Signer Signature Member 3/28/24 Title Date END OF PROPOSAL, 2018 PROPOSAL-30 19�� . B&W Paving & Landscaping, LLC, 305 Butlertown Rd, Oakdale CT 06370 Phone: 860-572-9942, Fax: 860-536-5833 "AN AFFIRMATIVEACTION/EQUAL OPPORTUNITY EMPLOYER" March 28 2024 Town of Southold Re: Runway 12-30 Phase II & III Rehabilitation) To whom it may concern: This is to advise you that we are.not able to meet the 6.3% DBE goal on this project. We solicited the entire listing of all the registered DBEs for the State of NY for this project, the list is attached. Out of all the emails that were sent there were only three companies that responded.'They were either not interested in the project or it was out of their service area. Email responses are attached. We will self-perform this project. 4ameray �r_-���—r-��.....�s��r���.,-�ms��e-s�a�rar+�r-���a�.�c�e ��r�-�®�-r��� �����mm��©mom m���0�0 �����®oo��no����®��� ������©o��©000��mo�� ������oo��oo�����o�� ���®��©m��©mom©��®o�� ������©m��©om���oo�� ��©���oo��o��m��®o�� ������©o��©mom®��oo ������mm��mm����oo ��®���mo��mom���oo�� ��®®��©���©m����®mom ������©���©m�������� ��®���o���o®o���oo�� ������oo��o©o���oo�� ������©m��©o�����o�� ��®���om��oomm��®��� ������©m��©o�������� ������oo��©o����mo�� ������©���mo����mm�� ������mm��mm����oo�� ������oo��o©����®o�� ����... ���©�®©mom©©©����®o�� �����®o©�®mo����®mom ������o©��000���®o�� ������om��©m����m0�� ������m���mm����m0 ������©o��m©����mo�� ������©���©gym®��®o�® ��®���om��mm����m0�� ������©o��©o����oo�� ��©���o®��o�m������� ���®��oo��©mom®���� ������mm��©mom®��®o�® ������mm��©o����mo�� ������oo��m®����oo�� ��®���oo��oo����m0 ������om��oo����®o�® ������om��oo����mo�® ������oo��©o����®o�� ��®®��©o��©m����®mom® ��©���om��om����®o�� ������©���m������0 � ������©o��©��������� ������©o��©o����mo�� ��®���©���m��������� ������©���©o�����0�� ������mo��mom����o�� ������oo��moo���®o ���®��©m��omm���mo�� ��®���©m��©mom®��®o�© ������mm��©om���®0��� ������©o��©om���mo�� ��®���mo��mm����o��® ��®���©m��©mom®����� ������©���©m����m��� ������©o��©o�����o�� ������©o��oo����m0�� ������©o��©o�m��oo�� ������©®��o®����®mom ������©o��©o�����o�� ������®o��©omo��m0�� ������mo��©�����mo�� ������©���©om����o�� ���® �©mom©o����®� ������mo��©o����®0�� ������©���©�����m0�� ������om��m�����m� ������©o��©o�����o�� ������mo�®ommm��mo�� ������©m��©m�����o�� ������©���©�����mo�� ������m���m�����®o ������oo��om����oo�� ������©m��©om���mo�� ������om��©©om��oo�� ���©�®©mom®©©����m0�� ������©o��©o����mo��� ������mo��m�����mo�® ������mo��momm��®o�® ������mm��©mo���©o�� ������mm��©m����®o�� ������om��m®�����o�� ������©o��©m����oo�� ������oo��oo����oo ������©o��©om���oo�� ������0���©������0�� ������m m �m��������� -®���©m��©mom���®0�® ��®����������m��00�� -����©m��©mom®��®0�© �����������0���®��� ������mo��mo����oo ������©m��©mm���®mom ������oo��oo����®o�� ������©mom©©m����oo�� ������©o��©o����00�� ������m���m�����®o�® ��®���©mom®©m����mo�® ������mo��moo���®o�� ������oo��oo���m®o�� ������om��oo�o��®o ������om��o�����oo�� ������©o��©o����m��� ��®���mo��mmm���m��� ������om��omm����o�� ������om��om����®o�m ��®���oo��oo����mo�� ������©o��©o����mo�� ������om��©m����®0�� ������©m��mo����mo�� ������©���oo������ ������©���©�����mo�� ������oo��oo0���®0 ������mo��mo����oo � ������oo��oo�o��oo�® ��®���m���oo�������� ������m���oo����m0�� ������©m��©������o�� ������©mom®©�����m0�� ������o���o�m���m� � ������oo��©o����mo�© ������©o��©mm���mo�� ��©���0���O�m�m�®0�� ������©���©������0�� -����©mom�©����ADO ��®®m®®®m®gym=������� -®© �mm��m®�®� ®per® ©® ma ®mom®E m®®gym m®CE��m®mom ++� cz �amz=m� �mm�® -®OAF ������o���o®����®��� ������oo��©o����®o�� ������®���mm�������� ������©m��mm�����o�� ������©o��©mom®��mo ������o���©��o��m0�� ������m©��mmo���mo�� ������©o��©o����oo�� ������©©��oom���oo�� ��®���oo��oo�0��00�� ������o���o©�®���0�� ������©®��mm�������� �_�_®__� ������©©��©mom®��m0��� ������©m��©mom®��®o�� ®�®��©o�®©mom®� ®0�® ������©o��©o�����o�� ������©o��m®����mm�� ������m���©�����®o�� ������©o��©o�m���o�� ������om��oo�®��®o�� ������©m��©o����00�� ������oo��oo0���00 ������om��om����®o�� ������m©��©m����mo�� ������om��©mm���®m�� �����®mom®©©����oo ������om��o©�o��®o�� ������m���m�����®o��� ������oo��o©����®ova ������m���mm����� ������o���©�o���®o�� �����®©mom®©o����®o�� ��®���mm��m©�������� �����®©o��mom���oo�� ������mo��©o����®o�� ������©m��©m�o��mo�� �����®mm��©omo��®mom® �����®©mom®©m����®0�� ������oo��©om���mo�m ������o���o�����®0�� ������o���m�����®0 �����©©mom®©mm����0�� ������©o��©o�m���o�� ��®���oo��om�����0�� ���©��mo��mo����®o�v ���©�©©mom©000mm�oo�v ��®���oo��mom���mo ������mm��mmo���®o�v ��©���©mom®©m����mo�� ��®���oo��©o�������� ������o©��oo0���®0�� ������m���m�m���®��� �����®©mom®©®����m0 ������m©��mm����®0�� ������©o��©o�0��00�� ������m���m�����©o�� ������oo��oo����®m�� ������oo �oo����®0 ������mo��©m�o��®o�� ������©m��omm�m�mo�� ������o®��o®�����0�� ������©o��mo����o� ���®��©m��©mom®��mo® ������m©��mm����mo�© ������©m��©m�����0�� �����®©mom®©m����®0�© ������©©��©®®���®mom® ������oo��oom���mo�� ������o©��o©����mo�� �����®©m��mm����m��� ���� �©mom®©o����m0�� ®�����m���©�����oo�m ������©m��©m����m0�� ��®���om��mmo����o��� ������mo��mo����®o ������0 m��©m0���®0�� ������©���©G�����0�� ������©mom�©�����®0�� ������©o��©o����mo�� ������©���©o����oo�� ������o���©������0�� ������©m��©o�m��mo�� ������mm��mm�o���o ������©���©�����mo�v ������o���©�m���oo ������©o��©o�o���o�� ������o���o©�m��mo�v �����©©mom®©m����m0�� ������©m��©m����mo�� ������o���m�m���mo ������o���o�m���®o�� ������o���oo�m��®��� ���®�®©mom®m�����®0�� ��©®��©mom©©m����o�® ������oo��000���oo�� ������mm��mm�o��®o�� ��®���m® moo©����o��® ���®������0������0 -©���©mom�©��m��® �����©mom®©®����®0�® -������ �0������� -®���©mom�©m���-®��® cm � ®omc�� ������mo��©moo��m��© ������oo��oo����®0�� ������m���m������ ��©���mo��©mmo��mo�� ������oo��o��o���o ������©���©m����mo�� ������©m��oo�o��®o�� ������©���©�����m��� ���� �o� �oomm��®o�� ������oo��oo����®o ������mm��mmo���o0 ���©��oo��oo����®0�m ������om��o��o��®��� ���®��mm��mm����mo�� ������©o��©o����o0�v ������©���©mm������� ������©mom©©om���©o�� ��®���m���mm�����0 ������©o��©om���mo�� ������©o��mmm���mo�© ������©o��©o�mo�mo�� ������oo��oomm���0 ��©���oo��om����mm�� ������oo��©o����mo�� ���©��om��om�m��oo�© ������om��©om����0 �����®oo��mo����®o�� ������©o��©o�m��m��� ������o���©om���®o�� ������mo��mo�����o�� ®�����©o��mo�����o�� ������mo��mm������® ������mo��©o����®o�� ������o���o��������� ���� �©mom©©o�����0�� ������oo��mm����o0�� ������o©��om�©������� �����®©mom®©©����o� � ®����©©m®©©mom®��®o��.- ������o®®gym®����®o�® ..,_ . . ®�����oo��o� ®®��®0 ��®���©o��©memo ������mo��mo�����0�® ������mo��©m�mm�mo�© ���©��©mom®©mom®��m0�� ������mm��om����mo�� ������oo��oo����®��� ������oo��©o��m�oo ������mo��©o�m��®o�� ����®��om��mm�����o�� ������©m��©m�o������ ������m©��m®����oo�� ������oo��©o����mo�� ������©o��©m����m0�� ������mo��moo���®0�� ��®���©mom®mm��v�mo ®�®��oo��oomo��m0 ������©m��omm���®o�� ��©���o���o��m��®o�� ������©���©m�����0�� ������©m��©�����o��� ®����©mom®©m����m0 � ������mo��©�m���oo ������©mom©©m����®0 ������©o��©m����mo�� ������mo��©o����m0�© ������©o��©o����oo�� ������mm��mmo���®0�� ��®���©���mm����m��� ��®���oo��oo����mm ������om��o�����mo�� ������oo��oo����®o�� ������©o��©om����o�� ������©m��moom��mo�� ������o���©��o��mm�� ������m���m®����mo ������©m��©o����m��� ������©o��mo����®o�� ��©v��o���m�����m�� ���©��oo��oo����®o�� ������©o��©o��0�m��� ������o���o�����®o�� ��©���©m��om�������� ®��®t�■�©mom©mm���®��� omE= om©m==E3= �■�����©mom®©m����®o�� ®����mm��mm�����o�v ®����©mom®mm����®o�� ������©o��oo����®m�� ������m���©��o��mo�� ��®®��om��o������o��� ��®���mm��mo�����o�v ��®���oo��o�����®o�� ������©m��©������0�� ������mm��mm�����o�v ���©��mm��m��m ��o �����®m®��m�����®mom ������mm��mm�����0�� ������©���©�����m��� ������mm��mm�����o�� ������om��oo����®mom ������om��o�����®o ��®���©mom®©®����®0�� ��®���oo��o�����®m�� ������mo�®moo����o ������©���©�����m0�� �����®m���m�����oo�� ������oo��oom���®o ������oo��oom���®o�� ������oo��oo����®o�� ������mm��mmmm��®o ������©o��©o�m��oo�� ������©���©mom®��®o�® ���©��©m��©mom®��mo�� ������o©��oo�����0�� ������mm��mm®���®o�� ������©m��©m����m0�� ��®®��©®��©®����m��®ate �����©om�©omoo��®o�v ������oo��oo����®� ������o���oo����®��� ��©���©m��©mom®��®o�® ������©®��m®mom®�©o�� ��®���©m��©®��®�®mom© ������oo��oomo��®o�� ������mm��mm�mo�®o�v ������om��oo����®o ������om��om����®o�� ��©���©m��mmm���mm�� ������©o��©m�m��mo�� ������mo��mo����oo�� ������o���oo����mo�� ������oo��oo����®o�� ������©o��©com���o�� ������©���m�����®0�� ������o©��om����®m�� ������mo��©o�0��®0�� ������©m��©m����mo�� ������om�®mmoo���o�� ������o���m�����mm� ������oo��oo����oo ������o���o�o���m� ������mo��©m����mo�© ������©®��o��m��m��� �����©©mom®®m�m��®0�© ®©���oo��oo����mo��� ������©���©m����®mom® ���®��©©��©®®®memo ��®���©mom®©m�m��o���� ������oo��©om���o0� ��©®��©®��©mom®��®o�® ������mm��m®mm������ �����m���m��������� ������©o��©m����m0�� ������oo��oom�m�®o�� ������oo��©o����®m�� ®�����O���Om����®0�� -��������������0 ������©m��©m�����0�� ��©���©o��mo����o��� ������©o��oo����®o�v ������©m��©m����mo�� ���©��om��mm�m��o0�� ������©���mm�o��®m�� ������mm��mo����®0�� ������oo��om����mo�� ������o���o©����®��� ������oo��©o����mo ������®o��mo�������� �����®©mom®©om���®0 ��©©��o���o��m��m0�� ���®��mo��m�����®o�� ���©��o���o��������� ��©���oo��oo�m���o�v ���®��o���o�����m��� ��®���o���©��m���o�� ������om��omm�m�mo�� ������oo��oo����®��© ������oo��om����m0�� ������oo��om��m�mo�� ������©o��mo����®o�� ������o®��oo����o��� ������om��mm����®o�v ������o©��om�����0 � ������oo��oo����®o�� ������©o��©o�������� ���®�©©mom®©mo���®m�� ������©o��oom�m�®o�� ������©m��©m�m���0�� ������©o��©o����mo�� ������©o��mo����®o�� ��®®��mo��mo�����0�� ������oo��©©�����o�o ���©��om��moo���mo ���®��n���o�����®��� ������m���m�����o��� ���©��m���mmo���®0�v �����®©mom®©m�������� ��©���om��om��v�oo�� ������oo��oo����®0�� �����©©mom©©®�����o � ������mo��©m����m��v ������©o��©m�������� �����®©mom®©m����®o�� ������©���©�����oo�� ���� �m���m�����o�� ��©®��©mom®©�����®0�© ������©o��©o����m��� ������©o��©m����mo��� ���©��©���m��������� ������©���©o�o������ ������oo��mm�����o ������mm��mm����®o��� �����®®mom®©m����®o�® ���®��mo��om����®0�� ������oo��oom���©o�� ������m���m�����®� ������m���m��®��o��� ���©��mm��mm����oo�� ������o���©�����®��� ������om��oo����®o�� ������©o��o®�����o�� ��®���©o��om����mo�� ��®���m���mo��� �o�� �����®©®��©�����®mom® ������m���mm����®0�v ������©o��©o����mo�� ��®���oo��oo����®o�� ��©���oo��oo����m��� ������oo��om����®m�� ������©���©��o��m��� ������mo��mm����oo�� ��®���©o��mmm���mo�� ������oo��©o�����o mmc==K accm: �moEC=Em= gm MIME= co om®M CE=M csm mom®r����� _ ® �0 ©®gym ®®o�� ©®®®©®®®cam cm KE= am csm mm m©gym mm � .. mz�mmx� amm����mz oMEKmc= o ©©gym ®o��e ©®mo mCZ3 � amwim mo ® ®��®®�mm� ©mom® om ©mEM= �omQ=® emo��� ®©mom®mmCm==���®0�� m® �mmoomov mom® mom m ©mm�m �m0 � ©mc= m ��®���oo��oo����m0�� ������©���©o����m0�� ������©o��©oo����m�� ������©���©o�m������ ������©o��mo����m� � ������oo��om����m0�m ���ms��©m��©m����m0�� ®�®���o���u�����m��� ��©���©m��m�����m0�� ��®���mm��m�����oo�� ������©���©m����mo�� ������mm��mm�om�®o�� ������©���m�����mo�� ������©���©m����mo�� ���m��mm��mmm���mo�� ��®m��mo��©mo���mo�� ������©m��©m����mo�� ������om��om����mo ������om��om����mo�� ������©m��©m����m��� ������©���o�����m��� ������o���©�����mo ���©��oo��oo�����o�v ��®���mo��mo��m�oo�� ������m���m�����m0�� ������©o��©om���mo�� ������©o��oom���mo�� ��®���©mom®©m����m��� ������mm��©�����mo ��®ms��mm��mm�����o�v ������mo��©o����®o�� ���©��©m��mm����m��� ������©���©m����mm�� ������©m��©m����mo�� ������m���m���m�mo ������©m��©m����oo�� ������oo��oo����m0�® ������©���©�m���mo�� ������mm��©m����mo�© ©�®��oo��oom����mo�v ��_©���o®��o®�®mom®o�� ®���®©©mom®©mm���®o��® ������©m��©m®���®�®®ems ®�����©®��©®®����®ter ®® ������o©��mm����oo�■� ��©���mm��mo�����o�� ������®®��©®����®mom© ���©��om��omom��®��©cam ������oo��oo�m��®o�� ®�����m©��©m����®mom© ������oo��o©��m��o�� ®���®gym®®gym®�®��®��© ������©mom©©o����m0�© ������mm��m���������� ®��©��©mom©�����®0�� ������oo��o�����mo�� ��© ©®®®mom®©�© ������©m®�©mom®®�®0�� ������om��om����®��� ������mm��mm����oo�� ������oo��oo����mo�� �����®©mom®mm����mo ������©o��mo�����o�v ������om��o�m���®o�v ������©m��mm����®o�� ������oo��oom���®0�� ������mo��©omm��®��� ��®®��om��om����mm�� ®����oo��oo����o���� ������om��o�����oo�® ������oo��om��m�®o�� ������oo��oo����mo�� ���®��oo��o�����®��� ������oo��©omm���o � �����®©mom®©m����oo�� ������m���o�����®� � ������©o��©m����mm�� ���� �©mom©m����� -���©©mom©©�����®��� �����Om���m����®0�� ���©��©m��mo�����0�� ������m®��m®����o��� ������©m��©mom® �®��� ������o©��©mom®®�®o�� ���� �-�� .. ������©���©�����m��� ������©o��©o����mo�� ���®��om��m�o���®��� ������©o��omo���®o�� ������©o��©m����oo�� ������oo��oomo��®o ������©o��©m����mo�� ��©���oo��omm���®o�� ������oo��o�����®o�� ��®���©���©mom®��mo�� ��®���©m��mo����m��� ������m���m�����00 ������om��om�o���o�� ������mo��©000��mo�� �����®©mom®©m��m�®��� ������m©��mo����oo�® ������©���o�mo��mo�� ��®���©mom®©���� ®��� ���©��om��o�����®��� ���©��o���o�����®o�� ������mo��m�����m��� ������oo��oo����®��� ������om��om�����0�® ��®���om��o�����mo�� ������o���®�����m ������om��om����®��� ��©���mm��om�m����o� ��®���om��©o�����o�� �����®©mom®©®����m��� ������o®��om����mo�� ������m©��m®�o��mo�� ������oo��mm����m0 ������©m��©om�m�mo�� ���©��©mom®©o����mo�� ������©m��©o����mo�� ������mm��mm����mo�� ������©o��©m�����0�� ������om��om�����0�� ������mo��mo����®o�� ��®���mm��m�����mo�� ��©���©m��©mom®��®o�� ������©mom®mo�mm�mo�� ������oo��oo����oo�® ������©m��©mom���mo�� ������mo��©o����®o�� ������©mom©©mmm���o�� ������mm��mm����®0�� ������mo��mo�����0 � ������mm��mm�����o�® ������©o��©o�����o�v ���®��oo��uo�����0�® �����®m���m��o� ���� ������©mom©®����®��© ������m���mm����oo�� ������0���������®0�� ���©��m���m�����®0�0 -���©©���©mom®��®0 �����®©mom®©m�m�-�0 ���©©mom©©�����®��� �����®©mom®©������0 � ������oo��oo����®��� ������©m��©m����mm�� ���©�®©mom®©o����®o�� ������©���©o0����0�� ������©m��o�����®o�� �����©mo��©om���mo�� ������©o��©m��m��o�� ������©mom®©©����®��� ������©���©�����oo�� ������mo��omm���®��� ������©���©�����m��� ���®��o���oo����®��� ������m���©��������� ������om��om����m�� ������mm��mm�o��m0 ������om��©o�����m��� mmc=lc= cc� ��®• �mo��m©�®mom®o�� m0 ��©���m���©�����®mom ���®��om��©m����m��� ������©o��©o�����o�� ������mm��mo����®m�� ������©���©�����mo�� ������m���o�����®o�� ���©��oo��oo�����m�� ®�� �mm��mo����o��� ������©���©o����mo�� ������©o��©o����mo�� ������om��o�����®��� ������©m��©�����®mom ������m���©omm��®o�� ������©m��©m����mo�� ������om��om����® ������om��o�m���mo�v ������©o��©o�����o�� �����®om��o��������® ������©m��©m�����o�� ���©��mm��m������o ������©o�®m�����oo�� mom ������m®��m®�������� ������mo��mo����m��� ������©���©�����o��� ������©o��©o�������� ������m���©o�������� ������m���©�����m��® ������mo��oo����m� ���®��©mom®©������m�� ������oo��oom���®��� ���®��no��o������� ���®��oo��oo����®��� ������oo��om�������� ��©���oo��oo������ � �����©m���oo�������� ���®��m���m�����m���� ������oo��oo�������� ��®���mm �mo�������� ������om��mo�����o � ������m���mm����®0 ������mo��mo����m� ® ������o���©m��� �� ������©o��©omm��m��� ������©m��©m�����0�� ������oo��©o�����0�� ������©m��©m����®mom® ������mo��mo����m� ������mo��mo����m��� ���®��mm�®mm����m0�� ��®���©mom©m����®��© ������©m��o���������� ��®���m���oo�������� ������o©��o©���������� �_�_�__���_©®®_�_©mom® �®0�� �om����®��® ���®®moo©®�©©����®��® � ������mm��mm����m��� ������m®��©�����o��� ������mm �m��o��®��� ������mo��mo����mm�� ������©mom®mm�������� ������©m��©m�����0�� ������©o��©o����mo�� ������m®®gym®����®��� ����®gym©��m®�®��® ������©m��©m�������� ��®0�� __ ®�_� .. ��®��� ������mm��mm�o��mo�� ���0�� ������©m��©o����m��� ������©m��©�����m0��� ������m���m�����m��® ���� �m���mm�������� ������m���©�����m0 � ������©���mm�������� �����©om�©mm�������� ������om��oo����o��� ������©o��©m�����0�� ������©m��©m����m��� ������©o��om����®��� ������o���o�m���®o�� ������©o��mo��m�®o�� ��©���mm��m�����®o�� ������om��0000��oo �����®o���o��0���0�� ������©m��o�����mo�� ������©m��©mm���mo�� ��©���mm��mo����®0�� ������oo��oo����oo ���©��o©��om�����o�� ������mo��mo�m��®o�� ������©o��©m����m��� ������o���oo�m��®o ������o©��o©�m��oo�� ��®���om��oo�o��®o�� ®�����oo��oomo��oo ������©m��©omm��mo�� ������o� �o��o��®o ��®���mm��mm��������� ���®��©��®©o����®mom ���®��o���o�����®��� ������©m��©m����mo�� ������m���m�m���mo � ������©®��©®����®mom ������©m��©o����m0�v ������mm��©�����00 ������m���mm����®o�� ������o���o�����®o�� ������©o��mo����®��� ������©m®�©m����®mom® ������o®��om�����o ������om ��©m�o��®o��� �������©mom©®®���®o�� ®��®��o®®moo®����®o�� ������©m��©mom®��®��© �®®���©m®gym®����®o�® ©©���©®��©mom®�®®0�� ��©���©m��©®�®mom®o�� ��®���©m��©mom®��m0�� ������o©��oo����®o�� ������©m��©mom®��m� ������m®��m®����mo��� ®�����©©��©©o®���o�©tom �����©m��®©mom®�����® ������©m®�©mom®��®o�� ������©©��©mom®��®o�� ������mo�®m©����m��� ������©���©m����m��� ��®���©m��©mom®���� ® ��®���©���©mom®���� � ������©���©mm���m��� ���©��mm��©m�������� ������©���®�����00�� ������mm��mm����®� � ������mo��m�����m0 � ������m���m������ ���©�®©mom®©mm���mo�� ��®���mo��mo����00 ��®��©©mom®©�����00 � ������©o��o�����®��� ������m���mo����mm�� ������©���©�m����0�� ������©���©�m���m��� ������©m��©�����®mom® ������©m��©��������� ������oo��oo������ � ������oo��©m����®��� ������©m��©��������� �����®©mom®©m�����0 ������©m��©��������� ������©���©m����m��� Betty Mucha From: Sagona Landscaping <sagonaltd@aol.com> Sent: Wednesday, March 13, 2024 9:08 AM To: Audrey Lee Subject: Re: RFQ Good morning Audrey, Thank you for the opportunity, however we are unable to bid at this time. Please keep us on your Bidder's List for future projects. Kindly confirm receipt of this email. Regards, Kathleen Sagona Sagona Landscaping Ltd. 718-948-5734 (Main) 718-948-5096 (Fax) Info@sagonalandscaping.com CHANGE OF EMAIL: Sagonaltd@aol.com will no longer be active or accept emails as of 12/01/23. Please update your contact list to include our new email address below: info@sagonalandscaping.com On Wednesday, March 13, 2024 at 08:44:55 AM EDT, Audrey Lee<audrey@bandwpaving.com>wrote: Good afternoon, We have an upcoming project in Fishers Island and are looking for some landscaping to be done. If interested, please take a look at the attached plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be factored in your quote @ i Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 2 a Bbtty Mucha From: Larry Torro <Itorro@civil-tec.com> Sent: Wednesday, March 13, 2024 11:16 AM To: Audrey Lee Cc: Rachel Barese Subject: RE: RFQ Good morning Audrey, Thank you for the opportunity but this project is currently out of our service area. La rry Lawrence Torro, P.E. Civil Tec Engineering & Surveying PC. 845-610-3621 (Chester) 845-547-2241 (Suffern) From:Audrey Lee<audrev@bandwpaving.com> Sent:Wednesday, March 13, 2024 9:26:36 AM To: Rachel Barese<rbarese@civil-tec.com> Subject: RFQ Good morning, We have an upcoming project in Fishers Island and are looking for some engineering work to be done; surveying,testing, finalize builds, layout, etc. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job,is on Fisher's Island and-travel will need to be factored in your quote Q Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 1 i Betty Mucha From: Mary Jane Dreher <mj@mjdreher.com>' Sent: Wednesday, March 13, 2024 9:54 AM To: Audrey Lee Subject: RE: RFQ Sorry I should have also said we don't go that fair.We work locally in Rochester, NY From:Audrey Lee<audrey@bandwpaving.com> Sent:Wednesday, March 13, 2024 9:50 AM To: Mary Jane Dreher<mj@mjdreher.com> Subject: Re: RFQ My apologies, I meant to send you the trucking RFQ. I was on auto pilot earlier. I sent you the corrected request a bit ago. Thankyou, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 From: Mary Jane Dreher<mi@midreher.com> Sent:Wednesday, March 13, 2024 9:4.9 AM To:Audrey Lee<audrey@bandwpaving.com> Subject: RE: RFQ do not do landscaping.Thank you.. From:Audrey Lee<audrey@bandwpaving.com> Sent:Wednesday, March 13, 2024 8:38 AM To: Mary Jane Dreher<mi@midreher.com> _ Subject: RFQ Good afternoon, We have an upcoming project in Fishers Island and are looking for some landscaping to be done. If interested, please take a look at the attached specs and plans and send me a quote. PLEASE keep in mind this job is on Fisher's Island and travel will need to be..factored in your quote Q 1 Please let me know if you have any questions. Thank you, Audrey Lee 305 Butlertown Rd Oakdale, CT 06370 (860) 572-9942 2 Jab U Location of Actual Start or Contract Date Completed or Sub or Project/GC/Description Prime Contract Amount DOT Assoc Gt'aup DAS Work Class List Owner's Project No. Work Performed t Owners/Contact Information Data Estimated Town,State 11810 Sit—millne Elementary 4241 Norwalk City of Norwalk 6/19/2023 8/18/2023 City of Norwalk p $1,744,000 5B,16 7 PO 02300958 CT 125 East Ave Site demo,Retaining wall,storm retention,drainage, PO BOX 5125 grading,reclaiming,grading,lighting,sidewalks, Norwalk,Ci06856-5125 curbpave,topsoil landscaping,pavement markings, Mary Wolpiuk PM signs 11007 Roadway Improvements at the Library for the Blind 22DAS1013AA Rocky Hill State of Connecticut 5/16/2023 9/13/2023 State of CT-Dept of Administrative Svcs P $575,OD0 PO DASMI-0000020172 Cr Dept of Administrative Svcs Remove&Repace catch basins,storm line,HMA path. 1,2,3,SB,16,23 1,2,3,4,7 Proj BI-SS-119 450 Columbus Boulevard Reclaim,supplement base,grade,pave.Elec trench, Hartford,CT 06103 bases,lighting.Geofabric swale,flip Rap splash pad. Concrete pad,walk,curb,dumpster pad. Extruded concrete curb,scalping,landscape 'a7 7^9-sea 11806 Shoreline Greenway Trail P $1,227,780 Old 1122=15 East Haven Town Of East Haven 4/1/2023 9/28/2023 Town of East Haven DOT 43-129 CT 2.50 Main st Earth Ex,Subbase,Sediment Control,Processed 20%complete FAP H074(006) East Haven,CT 06512 base,Paving,drainage,catch basins,concrete 1,2,58,16,17 4,5,7 Dawn Cummings 203-468-3274 Purchasing curb,sidewalks,ramps,driveways,topsoil,turf, Jonathan Bodwell Town Engineer pavement markings,chain link fence an 1-4. .3 •an , National Guard Readiness Center $2,458,739 DI-Q-691 Putnam Morgantl Group,Inc. Marganti Group,Inc. S 2210.004 CT 100 Reserve Rd 11804 3/22/2023 9/13/2024 19%complete - Suite 210 Site&Utility demo,erosion control,Earth Ex,cut &Fill,Trench&Backflll,Paving,Granite curb, 1,2,3,5B,23,25A 1,3,4,5,6,7 Danbury,CT 06830 precast curb,drainage,sewer,H2O,Hydrants Pricer B300 Warehouse $540,978 E26471 Groton AZ Corp 31788 AZ Corp. 5 1,2,3,5,16,23,25A 1,3,4,5,6,7 CT 46 Norwich Westerly Rd 1/20/2023 8/31/2023 69%complete NorthStonington,CT06359 clear,grub,utility demolition,reundallan,slab an Qnda,(gating drain, undndraln,rrlacate hyd—%No itne,sewer(area main,trench telecom. electrical,Ara anrm,rettlnlna-Its,connate curb,sl0ywallc manullthla curb a sldayralk,bituminous walk gravrl walk,Paulnt,alrlpina 11781 Rt 12 Sidewalk improvement Prp)ect $1,570,930 L315-0002 Putnam Town of Putnam Town of Putnam SB 4,5,7 CT i 200 School St 3/21/2023 7/21/2023 45%complete Putnam,CT 06260 Remove Granite Curb,install concrete sidewalk ramps, Elaine Sistare littps://bwpavingalidiandscaping-my.sharepoint.com/personal/betty_bandwpaving_com/Documents/Desktop/B&W Current and Completed-KP.xlsxCurrent , i Job R Location of Actual Start or Contract .date Completed or Sub or i Date Estimated Project/GC/Description Prime Contract Amount D07 Assoc Group DAS Work Class list Owner's Project ttlo. Work Performed Owners/Contact Information Town,State warning strip,fence,topslol,turf I i ' 11 860-963-6800 x113 4 I , 11765 Patricia,Dolly,and Coventry Lane P $889,175 tTB 1122-2 Beacon Falls Town of Beacon Falls 11/28/2022 5/30/2023 Town of Beacon Falls _ 1,2,6,16,23 4,6,7 Req 1100000379 CT 10 Maple Ave 100%Complete PO 1122000376 Beacon Falls,CT 06403 Eanh Ey,Porm Sum,rode,SedMent comrol,anlnaae,ntchbalm.dpbp Robert Pruzinsky wale,rpddm,pave,wb,tepall wd 203-490-4395 j 11774 Bulls Bridge Road Pavement Rehab 4/28/2023 11/30/2023 $770,763 RMMCP 067.0122 Kent Town of Kent Town od Kent P 1,2,5C,16,18,23 7 FAP 1067(106) CT Town Hall 41 Kent Green BpuIevafd Earth Ex,Subgrade,Reclaim,pave,gullerail.pavement 30%complete Kent,CT 06757 markings,sedimentation control system,concrete driveway Rick Osborne F6•ABR-A R 11707 Evergreen Walk 2272281-03 South Windsor BCI,Inc. BCI $668,990 s CT 848 Marshall Phelps Rd 7/1/2022 11/30/202.3 58,16 7 - Windsor,CT 06095 Milling,Grading,prvinry clamped cpncralp,odONe 78%complete Robert Jacobs 86a-688-8024 11542 Maritime Center of Excellence - - - - s $1,029,844 C-7-9391 NeW London A2 Corp 5/20/2021 6/20/2023 Coast Guard Academy X79845-0003 CT 46 Norwich Westerly Rd 1,2,3,23,25A 113,4,5,6,/ North Stonington,CT 06359 E...a,Ion,dttlnapgspwer,+Id.—Ik.—b,reundatiee drain,nrence drain 100%Complete 11450 Merritt 7 Railroad Station 9/lA/2020 9/15/2023 S $4,949,695 302-0014 Norwalk,Cr State of Cr-DOT Banton Construction Company 2800 Berlin Tpke,Newington,Cr 06111 1,2,58 4,5,6,7 GC:Banton Construction Co. Shalt snJ Pnln[.eaM1h ecravatlpn,processed base,mllling,updwipeund do.rtu.-,nem catch W+!m,manholaa,bigsttr&rqund.11-gralm, 80%complete 339 Washington Ave,North Haven,CT 06473 Branile cuN,concMte curb,blluminpul cWb,ralalNngwallr,tepsoll,trpcl. seed,ac.. Richard Concelmo(203)234.2353 11620 16'"H2o Main Crossing City of Groton 4/1/2023 9/30/2023 P $1,415,450 2,SC 2,4,5,617 W20-Q-19 Groton,CI' Board of Utilities Commission De artment of Utilities City of Groton,CT IlLtps://bwPavinpandiarldscapiiig-niy.sliarepoint.cam/personal/betty_bandwpavIng_com/Documents/Desktop/B&W Current and Completed-KP.xlsxCurrent job U Location of Actual Start or Contract Date Completed or Sub or / Prima Contract Amount DOT Assoc Group DAS Work Class List OwneY's Protect No. Work Performed Owners/Contact Information Project/GC Description Data Estimated Town,State 1 Not Started Mike Webber 29S Meridian Street 161 duatire trun watermatn,126 dagle ben watermeln,Wwat—In mmdnneasravavan,bsdM,P.WLmPeontoad&hay Groton,&06340 860 446-4127 11432 Groton Sub Base Submarine A School GO 488 8/25/2020 10/31/2023 NAVFAC Mid Atlantic Acquisition Core Nutmeg Companies,Inc. 9324 Virginia Ave,Norfolk,VA 23511-3095 N40085-20-R-G034 Groton,CT Rachel N.Honecker(757)341-1975 s $302,541 1,3,5b,23 7 The Nutmeg Companies,Inc. Site dem%erasion oentm4 drainage,tanaete,aaphal{top jug&sod 1 Ohio Ave,Norwich,CT 06360 20%complete Evert Gawendo((860)823-1780 Reconstruction of Intersection of Coe&Hemingway Ave P $1,138,443 3,SC,6,16,7A 7 B-13.05-09-0003 East Haven Town of East Haven 12289 8/28/2019 10/1/2021 Town of East Haven 10%complete Cf East Haven,CT Dralrata,Trdfe t.%nddnt&redaka0n&terbb&turf estabMhat-M Robert P.Pettinicchi conaele ddewat,dnvevray apron,Wlemlmoa conaete dnv.y,.—is ramp Re-Engineering (8fi0)422-0394 Job on Hold 11619 2/22/2022 10/26/2023 Seaview Ave Corridor Improvements P $12,326.911 15-371 Bridgeport,Cr City of Bridgeport City of Bridgeport 45 Lyon Terrace 6604 Clock4/1/2022 olamanblws,�,carwets mpatrs,Dbposel Controlled Materbt,siteworkand 1,2,3,50 1,2,4,5,6,7 P022007719-00 Bridgeport, Paw .althearmtlon,Praanedbaae.otdtbasln&nunholm,dde U 42%complete (203)576- 07211 t smile mb,mnneteaegbttumiwmarb.aenln twalb,OWnWk FED H072(003) Jon Urquldl Ctty Engineer ranee.trees,vtaras,sroundtowgtopsaa,aaagato.. Fax:7 3-7-72 4 21622 6/22/2022 2/10/2023 - -- Strawberry Hill Ave P - $1,322,485 S-6831-SBPS Stamford,CT City of Stamford CI of Stamford -—888 Washington Blvd Sitrtab,ameras,eleddu4 PedesblanSyruls,SBawaib.1tedalmbt 100%complete 1,2,3,SB 1,2,4,5,6,7 Stamford,Cr0k Larson 01 Tmtnc and Pavb&eaMacentlon,proceued basecatdsbadm, (203)977-4307 Erik Larson n—Wes.skleenalla,tranitecwb,toncete stab,Mtumbwus aerb,pavemem Joe Rimiller-BETA Group,Inc. markbp kiM I r BET-I o https://bwpavingandiandscaping-my.sharepoint.com/personal/betty_bandwpaving_com/Documents/Desktop/B&W Current and Completed-KP.xlsxCurrent B&W Paving and landscaping.LLC Job R Location of Actual Startor Contract IDat.Compi.tedor Sub or Date Estimated Project/GC/Description Man, ContractAmount DOT Assoc Gloup DASWork Class Nst Owner's Project No. Work Performed Owners/Contact Information Owner's Email Address Town,State 11539 Seymour Industrial Park e/1/z4zo 1]/3D/1o22 Town atSeymour Town of Seymour 1 First St,Seymour.CT 06463 Brian Nestrlak $3,996,242 Sc,6,16.23 2,4,7 DO 41-53-1 Seymour,CT Deirdre Caruso RNfmhnenvrs.cnm •,dtl,nML tladNeaMpaWy efva,bu.,uO,YWedNaMupIW1 ,u,YYg edv..arapranurA6adn+mdray.waaodnN p Manager of Operations&Grants 100%complete (203)735-6028 Cleaves our o 11537 Plimpton&Hills 5/14/2021 6/15/1@2 - P PDS Engineering&Construction Inc PDS Engineering&Construction 207 Old Windsor Rd.,Bloomfield,CT 06002 $591,300 1,58 7 21-010 Manchester,CT ram sxs.e.bnd eamasanwwWYapw,r+mpr,pmumYH.4lemNµ 5 Frank Borawskl rW..as,W Wdu,pa.mympsw 100%Complete (860)242.8586 11613 Aquarian Watwer-Seymour 10/25/2021 5/9/2022 5 $1,033,255 2,Sc,16 6,7 Seymour,Cr Mluy Canstruttion lnc. Mlzzy construction 463 East Street Plainville,CT 06062 Grant Gorczyca Grant Gor zyca Gmnthami>rvconslrudinn.con+ r Fps d.h corn r.rKmana p..satl.unconsw,e 100%complete (860)793-2289 12617 Poquonnodt Rd Reconstruction 4/5/2022 13/30/2022 P $2,038,590 6 1,2,4,5,6,7 1A58-0003 Gratan,CT City of Groton CItVofGroton 295 Meridian Street Eanh Fx,concrete Pavement Removal,InneU dralnage, 200%complete Grata.,Cr 06340 rnMreew acirvolxroron-rc vav gravel,paving,sidewdFfconcrete curb,ramps,TralOc slgnab — - -- — _ (860)446.4127 and loop detectors,eposy stdpin&H2O boxes,remove& relocute signs,sewer manhder,seed&has William Robarge A -44 11600 Flood Contras System Closure Structure Repair 5/1/2022 S/24/2023 P $2,213,320 21-12 Fart Hartford,CT - Town of East Hartford Town of East Hartford Engineering Division 1,2,3,58 1,2,4,5,6,7 Kai]Reza wmpou,n,cnn„m,roaY,sx.xo,s.ndrowy..ann..nrnsn 100%complate (860)291.7382 Xrerdroea Yhartfordrt onv s evb.xvpnunovs.pn.asmmvnaapxvswvreM1 r..d.nr-�a 740 Main Street " •d 11703 4/1/2022 10/24/2022 1 Church St W=dstockAve Brld a St P $1.840,182 L115 0001 Putnam,Cr Town of Putnam Town of Putnam 20o School St 100%complete 1,2,3,Sc,16,17,23 1,2A,5,6,7 Putnam,Cr 06260 htips://bwpaving4ndlaiidsQping-my.sharepoint.com/personal/bettv_bandwpaving com/Documents/Desktop/B&W Current and completed-KPAIsx2022 Job a lotallon of Actual Startor Contract Dale Completedor Project/GC/Descrlptlon Wbor Contract Amount OOTAssoc Group DASWork Clan Ust Owner's Project No. 'Work Performed Owners/Contact Information Ownee iEreall Address Dale Estimated Prime s Town,State coo L•• Elaine Slstare „lain+swt:rmrmuyrn rnr�m r unrarbn,iremndbarWuhWMf.mrnYoln.or.NllvYfmu. w.HVMm.Nes•.i��u 860-963-6800 x113 11700 5/3/2022 7/32/2024 Epoxy Markin P $1.200,000 20PSK0155 CTStatewide Department of Administrative Services State of Connecticut Procurement Division 100%complete 16 7 450 Columbus Blve Suite 1202 ianct derorrcot�n All,oessugW sor.ew[s Hartford.Cr06103 7 '7 11621 2/15/2022 11/18/2022 Mornin side5ea Wall MiO atlon P $1,680,000 Bid 1751 Milford Milford Public Works O of Milford P002201724 CT 7OWest BlverSt Stevelohnson 100%complete 5C,16 1,2,4,5,7 Millard,R06460-3317 ouamrunasm...tNnswnwram..mmns nr.mYy.•w. Fred Bialka srevdohnsonWlmllcrwt urn anlrn•v+awFr.N¢aar•a.TYnae p•ren0,MOM,IleM4 wf lr•tbq sarnmLr.owtrera - 203-783.3225 203-783-3769 11735 8/22/2022 11/4/2022 Roadwav Improvement. P $IA41,252 ENG21-0917 Thomaston Town of Thomaston Town of Thomaston R Ise Main St 10016complete SC,26,27,23 2,4,5,7 Thomaston,CT06787 wtvsw:.:mrtmn MaMLe•drMW.r•NnL f WNLu1rYGYn4enN•N.•nm William ROM rrmmeuNu,EaM4eoM1 F.,nrs.ropraw•«aahFF 860-616-6453 httpsr//bwpavingandlandscaping•my.sharepoint.mm/personalibettv_bandwpaving_com/Documents/Desktop/B&W Current and Completed-KPASX2022 t B&W Paring and Landscaping,UC Job M Location of Actual Slarsar Contract Data Complatedar 1 Sub or Prolsct/GC/DeacdpUon Prime Contract Amount OOT Assoe Group OAS Wait[lass List Owner's Project No. Work Performed Owners/Contact lnfatrfurlian Owner's Finall Address Date Estimated Town,State M73 7/27n021 B/za/zou Hebron-Webster,Hickory,Walnut i Town of Hebron Town of Hebron $468,000 2.2.6 2.6,7 15 Gilead Street,Hebron,Cr 06248 Kevin Kelly RFP 2022-05 Hebron,Cr BG6-228.2871 ',kellvcdheo•nvc[mm aewm,am p,w.vaaea,ara�wwa seraa6,r P 100%complete Kevin Kelly 11571 7/6/2021 10/11/2021 Frlto Lay South Lot Richards Corporation Richards Corporation 72 N.Harwinton Ave.,Terryville,Cr G6786 Jeff Lewns $817,000 1,SB,16 7 353843 Dayvllie,Cr Jeffrey Levin, _JJ)+yln,0r,rh—S,C.r...... ,nde,nriaM Drv4rripc P 100%complete (860)583.9229 21544 8/12/I020 12J31/I021 Town Of Washington Town of Washington Extended Town Of Washington 2021 $754,161 1,2.6 2,6,7 2 Bryan Plaza,Washington Depot,CT 06794 Kevin Smith 2020 $579,720 PO SB57 Washington,CT lames Brinton ksmitht�wa,h:n,•tonrr.nm xa[4Yn edtM,.Vh,h Wrman4 WWM,NappM,W ra,tWWUW P First Selectman W,Na.ddmnrapmm W arnirmlreL 100%complele (860)860-2259 860-671-9699 IIS34 4/14/I021 11/30/2021 Village at Wethersfield Apts Mitry Construction Inc Mlsty ConstruNan 463 East Street,Plainville,Cr 06062 Grant Gorayca $505,550 58,5C 7 Wethersfield,Cr Grant Gorctyca brantu�mamco•'+s[ructioncnel - S pawac,.e mnm�necey - - - (860)793-2289 11524 4/I5/2021 6/21/2021 Westford Highland Associates Westford Highland Associates Westford Highland Associates 50 7 734 Hebron Ave,GlaslanbuM Cr 06033 John Abercomble $494,466 Meriden,Cr John Avercwmble nbbWi7+aco+rani pm.was,mr..a,sp,sd prmpya,d,wvp.,ow P 100%complete WHA Vice President (203)600-8436 IIS22 Amazon OCY2 BCI 1/13/2021 s/I6J2021 BCI company 5B 7 840 Marshall Phelps Rd.,Windsor,Cr 05095 Bill Sheriffs S677,284 2270320 Windsor,Cr Robertlambsen hshdrf-.v[h is nevro mm ra,c„d.awa..,sD.,ds�+n 5 100%complete Division Manager 18601688-8024 11458 9/23/I020 1 9/3/2021 05114-Barkhamsted DOT Richards Corporation Mips://bwpavingandlandscaping-my.sharepalnt.com/personal/bettY_bandwpaving_cam/Documents/Oasktap/S&W Current and Completed-KP.xIsa2021 e lab H location of Actual Startar Contract Date Campletedor Sub or Date Estimated ProJect/GC/Descrlp0on Prima Contract Amount OOT Assoc Group DAS Work Class Llrt Owner's Project No. Work Performed Owners/Contact Information Owner's Email Address 1 Town,State Richards Corp. 1 72 N.Harwinton Ave.,Terryville,CT 06786 Jeff Levins ! SC,6 7 353128 Barkhamsted,CT Jeffrey Levins —h-lnrnm svar,mYn,o•e..MPn. S $292,l52 1 . 1006complete (660)583.9229 Reconstruction of Various Roads Phase 2020.1 P $2,176,396 5C,6 7 Torrington City of Torrington 11386 3/5/2020 7/30/2020 CityrofTorrington 2020.1 100%complete CT 140 Main Street,City Hall Iswi 4nnd>instdtorrin4lnnttrvl; n,.+,Ynw,w eus•ne wane wP roumu•M is coon on.nw,w.a, tirna.u+...,ywsmro.s.da...vwonwtmY.,mu.auv.•na Torrington,Cr .r,wuteamwn••w.fwa. Paul Kundtlns,PE !6 484. 34 Clinton Railroad Sta0on 5 $261,181 5C 7 Clinton Lawrence Brunel],Inc 11381 2/5/2020 11/30/2021 Lawrence Brunoll,Inc 100%complete 310.0059 CT 11 Eastview Drive s�soasPmmut Farmington,Cf 06034 mmaxdr(lihmm�li.nrm Mall Maher 60 .8934 Peck Road Reconstruction P $498,540 SC,6 7 Torrington Town of Torrington 21382 2/24/2020 7/30/2020 Town of Torrin on 100%complete PFR 027-020620RB CT 140 Main Street,City Hall inmWtbn xr np,Yoron.W..uM d—alf.ae,4p.—I Torrington,CT Paui kundzin4P4tnrrinxmnttom nnomYn and•nwntW mlr<aaw•P,wvrY Paul Kundtlns,PE !050J4g9.2j}c — 2/1/2020 10/1/2020 llber y Storage S $330,000 2,3,5,23 7 SC-19-190-007 East Lyme Town of East Lyme,CT 1137R PDS Engineering&Construction 100%complete CT IDS Engineering and Construction Pau18�w P05ecrnm rvnam,M wu4 ou uta m,a,M—t.—t PIP%r,o.,t•tw .uvot,.e,.u...w..wmu.ecucwasmumnwt..ow 307 Old Windsor Road,Bloomfield CT 06002 nu.rwwk am m,m u.a,t.P•d�ddw-.m,an..w.v.Pnm•M uw. tvaou.ax,m•••uhtiyawY•n••aa•p•4Ww•.•••ntrduM1. Paul Borowski (860)242.8586 2/22/2020 10/1/2020 Bradley Airline Waste Triturator improvements S $140,231 2,3,5,6, 7 SC-19-290-007 Windsortocks Connecticut Airport Authority 12375 Bentley Builders,LLC Paul Tierney 100%compiete CT Bentley Builders LLC Ptierney@bentleyhuilders.cam e.mw.o:,ma/Yous NfearWa4uuuwa•wn rvPr.aamYn ..r•oyntuww,n,.nda•wn.uns•u•M rw..uvukue., North Kingstown RI tootwcswma.ronr.eoa.ra..m i.•mrknmu.mu,etucn.nm m. yr*au Paul Tierney(401)29$-2022 12/5/2019 10/1/2020 Traffic Safety Improvements at euckland Street P $1,037,922 1,3,6,13,14,15,16,20 7 13 DOT 015SAA Manchester Town of Manchester 11354 Town of Manchester 0076-0221 494 Main Street Mark Cterepustko,P.E.060.305-5702 r.nvneouwuww.e..•P.••wmamtnsb,usttrm,e+o Cr Manchester Cr 06045 markct@manchosterct.gov Mu,.«uws..r„e..w,u,a.u...ww,�rtsna.m.uammecwrwi 100%complete Mark Czerepustko,P.E.860-305-5702 ry,um,Mtleaa,p,n,l W W tine dwabn,ruanwaauPMkaM w ad...4.m,uv nw t».w.M m.•san. litips.-//bwpavingandiandscaping-my.sharepaint.com/personal/betty_bandwpaving com/Documents/Desktop/B&W Current and Completed-KPalsa2o21 Job k • Lootlon of Actual Startor Contract Date Cumpletador Sub or Dato Estimated Project/GC/Doscrlptlon Prime Contract Amount DDT Assoc Group OAS Work Class list Ownar's ProJact No. WorkPo Stated Owners/Contact Information Owner's Email Address wn To ,State https://bwpavingandiandscaping-my.sliarepoinLCoM/pefsonaVbeUy_bandwpuing com/Do W inents/Desktop/D&W Current and Completed-KP.xlsx202I Job It LecaUon of Actual Startcr Contract Date Completedor es Subor ra Date Estimated - Pro)ect/GC/Dcdplton Prime Contct Amount OOTAssoeGroup DAf Work Class Ust Owner's Protect No. Work Performed ;Owners/Contort information Owner's Email Address Town,State i 8/28/2019 5/31/2020, Coolidge Street&Taft Lane Utlilry Reconstruction P $250,000 2!3,5,6, 7 2029 Windsor Locks Town of Windsor Locks 12298 Town of Windsor Locks 6Stanton Road Matt Brown,PE,(860)633-8770 100%complete Cr Windsor locks,Cr Mbrown@ancharengr.com sxry ost rM a,pku6aWuply.ndrWmrM.aadlOLGnd4 Man Brown,PE,1860)633-8770 a•W,a Curo.r.nd abm�4 eltuminan W wNv uphan Library Park Renovation Phase 1 $2,138,4DO City of Waterbury and 11407 5/26/2020 9/23/2021 Waterbury Development Corporation P Waterbury Development Corporation 100%complete 1,2,3,5B,17,23 7 6610 Waterbury,Cr 83 Bank St,Waterbury,Cr 06702 Mlr cob vdo(O yaterburvct a r sn.wrwum.aumar,a.•,nm,utsneoanr,,neuumrsn•rwd, Mark Lombardo Jd.v W,prvan.pt•aa.t n1.W+r nna (203)574-6793 11404 Goshen Road,Lebanon 7/6/2020 6/11/2021 SPIN 907041007 Town of Lebanon Town of Lebanon P $629,157 1,6,23 1,2,4,5 Lebanon,Cr 569 Exeter Rd.,Lebanon,Cr 05249 eddr•r.p,v,m,mmm�,.r.rr•+u4 p..kr.unrva.m 100%complete Denise lord 0lnrdtaAnrnorEnecrom (850)633.8770 - 11210 2/1/2019 6/30/2020 Intersection Improvements Rt 37 at Stacey Road P $4,468,795 1,2,3,6,7 1,2,45,6,7 0034-0305 Danbury State of Connecticut Department of Trans ortatlon 13,14,15,16 100%complete 17,18,20,23 Cr Department ofTranspartation kathy.damato@ct.gov umrn,N 5,rxVhn.m,.M Manhmu,ammn..d wuaaph.h Newington Cr 06112 P,w,vent C•w•1.edrxl•uM NM1up.rse.Y/•v.p4 n v,m•M snM,dnWp—utawabnh.M UwWAIn (8601594.2000 KathyD'Amato 11694 11/1/2021 11/26/2021 —_18 CraftsmAN Road Alterations s _ $917,728 5,6 7 East Windsor Crocker Building Company,Inc. -- 1865taffofd Street IDO%complete Cr Springfield,MA �mathest.lcrockerhulldi�.cam c.,.o..u.akhwgav��v,s.aoW,wuus,pnax--L (4130737-7803 rsw�,n r,m.p.e,rna4pa.4...wwa.sW (423)218.2292 rail Dave Mathes 11396 10/10/2021 11/4/2021 Rt 32 Waterford Gas Trench S $1.071,818 Eversource Rt32 Peter STurello,LLC Peter S.Turello,LLC Waterford,Cr PO Box 1270 100%complete SC,16 7 New London,Cr 063I0 Sam Turello lantrurelbFu<net e4! Ma rIAJDh ra.w,xhe'ndW b/9-dnp.Mm N�eto tpN.M prv. 860-625.0739 86n-44-647 https://bwpavingandiandscaping-my.sharepoint.mm/personal/butty_bandwpaving canV0"um"ti/0tsktOP/B&WCurrentand Completed-KPa1sx2021 Job 8 tocatlon afActual starterComiect oateeomplatedor IAopcs/Contrad Onvlplbn Sub CoatractAmount DOTNsod'ted ownees project No. Wank Performed Omm/Contact Information Owns.Em.IlAddross Date Estimated Prhsn Groupw'. TOO'n,State 11086 9/1/2018 6/1/2020 Tolland Imenection Rt 74.195 P $2,222,446 1,2,5,6,7 ConnOot 142.149 Tolland Town of Tolland Town cfT.112nd 33,14,25.16 coo..mwnsacuwse,tuu,m+•vonuwotwAmoat 20,23.24 Cr 21 Tolland Green ;iancenwtnllawi nrr r,umswr.l.nuwnmgramq.«.an.ob..•nsn..w. anM.Cmtlq.raW gWuw wuua..,wmotr.r.neap.a 30016complete Tolland Ct 06084 asmn....wrawrar.iurwu,.w,u.rs.te•.onu..cwui .W sryuae.iw.uvwo oeen�..smsmsrwwrwroe eawaappW 1860)872-3694 srnem Scott la en 21211 2/9/2019 1/15/20:0 N.w Roedway5yslem-gradleyAbporl P $4.313.978 1,2,5,6,7 CAA2016.007 Windsor Locks The Connecticut Airport Authority The Connecticut Airport Authority 23,14,15,16 20,23,24 Cr Wlndsartacks,Cs Istarr@trareteracom xngbsn+.squww.rr.mcs.rmsna tam uouraims.eow 100%complete (860).386-6000 nn.o-uwrawe ga.wux a..w m.a,a.commnw Lewis Starr Waterbury Milling&Paving P $3,207.750 3,SC,6 RFP 6466 Waterbury CiryofWaterbury 11360 3/26/2020 II/6/2020 CftyofWaterbwV Cr 235 Grand Street naell3eambaf4w4tverburvc%aw umra ruwwmwmraMsww.wrwwdavr•srsaaw.w 10096complete Waterbury Cr Paul M.Befiagamba,PE 203 574-58511It7I82 11249 5/31/2019 6/30/2020 Walker Hlfl Rd&Tollgate Rd Water Main P $769,392 2.6,14.23 GU-19-Ql Groton City ofGraton of Groton Cr Department of Utilities srnstewskibN+eroronutllibes com - - tat.nw..ua,w.e�..,twwww.uru a,wm,w.wn. _ 100%complete _ __ _ Groton CT xrwvawwryvaMaa.uvux.owaewn u•-u•,erarrw. - - - - eum,.www es+ar.aaaramawnnnuswmm�aa (gso)446-4060 Bruce Krusaewsld 11274 7/9/2D19 6/30/2020 Route 89Safe Routes To School P $493.060 1,2,3,5,6, 77-236 Mansfield Tawmaf Mansfield Town of Mansfield 14,16,23 100%complete Cr Public Works Department VellletteTl@Mansfieldct.ore rrawsrr.r —w.us Mamfleld,Cr TaeCgW NYn.fraa.wanNttrlfktamwrawmnr wr4Ws Pm Velllette,PE(860)419-3333 Oeerfield Road Rohab111taUon P $g72,775 SC,6 L164-OWS Town of Windsor Town of Windsor 11397 4/27/2020 Town OfWlndsor I00%complete Cr D.eAield Road .,6r•ssler:�rnwnmfwinnsnrr,cons aw.a wortNrradtkMW wa uww.arw.was m .r••a.a•�.v.4La Wssmo•in ti+awru,usraw. Windsor.Cr wwdra,.mra r.^u.a4•w.n,..e...�rA.,uww Adam Kessle,P.E.(860)285-1868 retanitmal4evtWwr. https,//bwpWngandlandscaping-my.sharepointxom/personal/belly_bandwpaving_com/occuments/Desktop/S&W Current and Completed-KP.3dw2020 .. Loeatton of Actual . Start or Contract Date Completed or Sub or Date Estimated Project/Contract Description SubOwners Project No. CantractAmount %Completion Work Performed owners/Contact Information Town,State 7/8/2019 9/30/2019 2019 Roadway Improvements P $2,019 387,446 100% East Hampton , Anchor Engineering Services,CM Anchor Engineering Services,CM cr Town of East Hampton Milling ertndous roads,asphalt and mnuete saw cutting,safety marld e. 1 East Hampton,CT cubing,Cards Bad..Drivewayapm.,topsoll and seeding. , Matt Brown,PE,(860)633-8770 I Mbrown@anchorengr.com 5/31/2019 10/31/2019 Pavement Restoration 2019 P 938,363 100% South Windsor Town of South Windsor Town of South Windsor CT Department of Public Works Remove and Imesll uphill,mrbinLdtiveway&utch besins,Nulty South Windsor CT 06074 manholes,tale boxes and loop datestors.Lull line markings and tandsrapb,g• Joe Perna,PE(860)644-2511 Joseph.perna@southwindsor.org 2/2/2019 8/27/2019 ACES at Leeder Hill Is 244-0040 SP/PF/EA 2,274,535 100% Hamden Area Cooperative Educational Services Area Cooperative Educational Services Cr 350 State Street Remwepmull saNramsewer Pipes,stomVrrench Drains,concrete side iks,curbing,MonoUWctoncretecurb,ex—telor site New Haven CT 06473 ushting(rellphonelaecttlr.Lail Bollards.install xndmape Benches, Bike Rah&flag polo,Remew.R.,d,.,install Basketball mutt,hoops, and lend.&h snll tandsuping materui&ties.pas&bush..instal Une Newfield Construction Inc,860-953-1477 sV(pping and Site Sienese. Josh Johnson; loshJohnson@newfieldconstructlon.com 10/22/2018 21/1/2019 Eddy Glover Blvd Traffic Safety P 88-191 994,093 100% New Britain City of New Britain City of New Britain Cr 27 West Main Street clear and Exuwle Existing Road Intersection.Install Drainage,Catch Bast and Manhole&Imuo coneseteddveways and Vast,mrbing.Imtag New Britain CT 06051 saratytuMc sipul SyflensarM detMlon VAt..ImuUCancrete - — _ sldewaildena xandlnpaccess.Imteuune sxlping and dgnege - Jason Outlaw:jason.outlaw@newbrltalnet.gov 860-622-5009 10/1/2018 10/31/2019 Stove Pipe Water Main P CWN2016.003) 2,480,335 100% Manchester Town of Manchester Town of Manchester 17/18-77 Cr General Service Remove fxbtingAsphah,Slde—%s Drlveway and Mal..install news' 2016089 Manchester Cr 06045 Ductile Iron Maln llne and xydrant.kutall newAsphal&ShImans end orlvewaya Mark Czerepuszko,P.E. markcz@manchesterct.gov https://bwpavingandlandscaping-my.sharepoint.com/personal/betty_bandwpaving_com/Documents/Desktop/B&W Current and Completed-KP.xl5x2019 Sub or Location of Actual 4 Start or Contract Date Completed or project/Contract Description Owner's Project No. Contrect Amount %Completion Work Performed Owners/Contact Information Date t Estimated Prime i Town,State 8/1/201b 9/30/2019 Hartford Speed Bumps I P DPW 17-09 422,500 .100% Hartford City of Hartford City of Hartford PO 20184061-00 CT 550 Main Street room 100 Hartford CT 06103 Install Speed Rump wlth HMA Frank Dellaripa,P.E. frank.dellaripa@hartford.gov 6/14/2018 9/30/2019 Day Hill Road Reconstruction P L364-OW4 1,657,320 100% South Windsor Town of South Windsor Town of South Windsor CT 1540 Sullivan Ave Remove Ealseng slta.Cleadng,firth Eaea V-1%l-ull HM0.Tatk CoaL South Windsor CT 06074 Proteu Graaet Bluminou Corwete PAW—T,DIIVM",Sidewalk+. Grmlte[utbinl Innall catch Bah%Warn am Manhole.tandrnpe a Robert Grillo 1nsull tuam,Hydfu,acdhtg.Molds.Innali line Mackin L loop Demo,. Metal Rail.9gnare Robert.Grillo@southwlndsor.org 4/1/2018 9/30/2019 Barks&Recreation at Camp White P C18.057 226,085 100% Ludlow Town of Ludlow Town of Ludlow MA 488 Chapin Street Tree Removal,Install Loam,Fine Grade,Fertilize and Ludlow MA Seed,Install Concrete Walkways,Benches and Doug Stefanclk,Town Planner Wooden Fence with Gate dstefandk@ludlow.ma.us 09/01/18 09/30/19 Ocean Avenue Reconstruction reclamation P L094-0001 1,804,999 New London,CT City of New London City of New London Remove/reinstall 13 Masonic Street drainage,catch basins,driveway aprons,curbing,fine New London,CT 06320,Kyle Hauber, grade&pave khaubert@daengineers.com SOD% 9/24/2018 5/31/2019 Public Works Facility S 16043B-M 115,484 100% Waterbury KBE CT 30 Batterson Park Rd Landscaping;Planting of trees,shrubs,herbaceous Farmington CT 06032 plants and ground cover.Install loam,seeding and _ _ _ Terry Terragna _ sodding. tterragna@kbebulldln&.com Fishers Island Ordnance Building P 17044 553,000 100% Fishers Island Fishers Island NY NY 1420GIoaming 5/15/2018 2/20/2019 Fishers Island NY Demo Concrete Foundation Ralph Carbone ralph.carbone@ctcomp.com 5/7/2018 2/6/2019 Airport Pump Station#192 P 20130459.A90 942,711 200% Windsor Lacks Connecticut Airport CT Bradley International Installation of manholes,sewer pipess,grinder pumps, Windsor Locks CT 06096 meters,cast in place pipe. Laurie Sirais Isirois@ctalrports.or 09/01/15 05/15/19 Construction of Charter Oak Greenway Shared Use P 0076.0217 4,005,490 S00% Manchester,CT State of CT DOT Path(DOT 076-217):excavation,F/I pedestrian bridge, District I culverts,drainage,concrete driveway,landscaping 1107 Cromwell Avenue Rocky Hill,CT 06067 Kathy D'Amato:kathy.damato@ct.gov https://bwpawingandiandscaping-my.sharepaint.comlpersonaVbetty_bandwpaving_com/Documents/Desktap/B&W Current and Completed-KP.xIsx2019 Location of Actual e Start or Contract Date Completed or Sub or Date Estimated Protect/ContractDeseript(an Prime Owner's Protect No. Contract Amount %Completion Work Performed Owners/Contact Information Town,State 07/02/17 01/11/19 uconn NW Science Quad Phase 2A(Project g01SB96): S W-T lob Number:015896.004 Uronn 6,948,288 100% Storrs,CT WhttIng Turner Contracting Co. selective demolition,site prep,excavation&backflll, Project 902115 195 Church Street,10th Floor HVAC/plumbing distribution,water/sewer Installation, New Haven,CT 06510 drainage,grading&paving Lull,Diego Maurial,Proj.Eng. Diego.inaurial@whiting-turner.com 6/1/2018 3/31/2019 Town Wide Sewer and Storm Drains P PO 20181022-00 829,426 100% Trumbull Town of Trumbull CT 5866 Main Street Sanitary Sewer Re018ttment.Coonenlon Pipe and main valve replacement,[mail Catch IlUns,pumps and connenlons,Remove& Trumbull CT 06611 Replace altumlooua Concrete Pavement and Cufh&(mull new Landsapl".sdl,Tud Frank Smerigllo,P.E. fsmerigllo@trumbull-ct.gov 6/6/2018 6/30/2019 Central Street Parking Lot P FY 17-6 795,021 10D% Southbridge Town of Southbridge Eaavallon and removal of edsU"ddewaUu,aces,ramp&Install sldewaas and Granite Colb&lmtallWheeldutr Ramp&h'tan traffic MA 41 Elm Street Control and pedaWan salary syderm.Insult Mckand gramiepavea on _ concrete base.Redalm eddi"p—tand fine grade.RII,compact area ' for wsidng.Imun"phalt parW{b4lmull lino martl"s,next an taMc Southbridge MA O15SO signs and restore all bape areas nda wllh loam and seedlns.Inuall Umber fuardall-fend",sat-Col mace ardop&Install aegmenu1220llnaar Rose Cournoyer,coordinator,508.764-5402 feet remethis wail.Install Parities lot Ushtl"rystem,condul4 wtrl"and control panel.Wull daluge piper,atds W dos and manholes wllh mncrele fame& rcourno er@southbrld emass.or https://bwpavingandiandscaping-my.sharepoint.com/personal/betty_bandwpaying_com/Documents/Desktop/B&W Current and Completed-KP.xIsx2019 Location of Actual , e StartorContract Date Completed Project/Contract Description for Owimses Project No. Contract Amount %Completion Work Performed Owners/Contact Information Date or Estimated Prime Toren,State � 7/1/2018 12/31j;2018 Plainville High School S 2006400-3616 $1,373,812 100% Plainvillie Town of Plainville Remove Excavate Area,Trench Excavation,Remove ealsWig Concrete CT C/O O&G Construction Management P—n enlAodArpbait Pavement.Ramoee Eaetkig Athleue Area 112 Wall Street,Torrington CT 06790 Pa—ens.Install New Blrumbruus Connote Pavement,Asphalt Pavement and AthlaucArea Pavement.Instal New Camara walkways, Mark Sedensky,PM CmbingandTurl. MarkSedensky@oglnd.com 11/1/2018 12/31/2018 Hartford Regional Develoment Authority P 1 19-0030 $564,629 100% Hartford City of Hartford ' CT 550 Main Street Ramove edut g Asphalt and r.bl.&Install new ears and Rne grade. Hartford CT Install Asphalt,curbing and Dne sulpha Eric Levis;CRDA 860.527-0100 ylPvi d r0 .n t 6/7/2018 12/13/2018 Trumbull Pump Station P N/A $365,000 100% Trumbull Town of Trumbull CT 6276 Park Avenue Trumbull CT 06611 Utilities:Replace pump and control panel FreddMIcicha 203452-5050 Email:fmlcha@tumbull-ct.gov 4/17/2018 12/11/2018 James Devlin Driveway/Sidewalk P Job R 1711 $259,215 200% Wethersfield Wethersfield Housing CT 60 Lancaster Road , Resurfacing of driveways,parking areas,and sidewalks Wethersfield CT 06109 In lames Devlin Sr.Housing Kate Forcler,Exc Dir kforcier@wetherstleldha.org 6/1/2018 11/30/2018 Miller Road Sewer Extension P 13914A $283,664 100% South Windsor Town of South Windsor CT 1540 Sullivan Ave Install 8"SDR Sanitary Sewer Main,Sewer Une, South Windsor CT 06074 Manhole,Pavement,Concrete driveway,topsoil Robert Grillo Robert.Grillo@southwindsor.org 10/19/2017 11/30/2018 Milford Waste Treatment Plant P $497,110 100% Milford City of Milford 16-044-20 CT 70 West River St Milford 06460 Replacement of sewer treatment plant aeration line. Mark Davis,P.E. _ westcattandmapies@snet.net 5/15/2018 11/21/2018 UConn Hlth Lot M P Project No. $194,057 10D% Farmington UConn Health Center 17.603.03 CI' Resurfacing of Uconn Health Parking Lot M,IncludingCT removal of light pole be moving of blue phone, Farmingtoni 06032 Farmington Fa Rich Allen Facilities grading and paving. allen@uchc.edu 6/1/2018 11/15/2018 Northwest Drive Reconstruction Is 2018-01E,LOTCIP 109-102 $755,502 100% Plainville Town of Plainville Cr One Central Square Install roadway slanaye,remove and Install bituminous concrete pavement,convect rampr and d,lveways,Install catch basin and manhole Plainville Cr 06062 frame,adjust water and gas valve boa,Install rein pavement marklnits, restorclandsopiny John BDsSi,Dir Bossl@plainvllle-a.gov 8/6/2018 11/13/2018 Macy's Pavement Rehabllatlan P 7302018 $1,025,924 100% Cheshire AMEC Construction LLC CT 145 Main Street,Norwalk CT 06851 RemoveealanngAsphau andcuming.lmmineweaseand rme grade. Mike Kuen Mkuen@amecllamm Insunasphalt.curbing and line striping 203.642-3530 6/1/2018 10/31/2018 Tolland Turnpike Pavement p 2016073 LOTCIP L076-CO03' $658,396 10096 Manchester Town of Manchester Ramona Eastlna SltgOearlr&Earth Ea avaeon,Install HMG,Tark Coat, CT General Service process Gravel,elturmnous Coname Pavement,Driveway,Sidewalks. Manchester CT 06045 GuNre Curbing.Install Catch Bash,Water Bak Manhole.Wdsepe& inner Loam,Hydroseeding,Mulch.Install line Markings,loop Delmar, Mark Czerepuslko,P.E. Metal Rat,signaller,Install Video DetealanSyaem markcz@manchesterct.gov Location of Actual ' n Startar Contract Date Completed Protect/Contract DescriptionSub or Owner's r's Project No. Contract Amount %Completion Work Performed Ownen/Contact information Date or Estimated Town,State 10/23/2017 9/27/2018 BCI Glastonbury Mews S Job It 16-7075-1 $231,600 100% Glastonbury BCI,Inc. Cr 949 Marshall Phelps Rd Windsor CT 06095 Fine grading,Tack-Coat,Paving Marianne Bober mbober@thebutlerco.com 4/23/2019 8/8/2018 Westover Fire Station Bay Extension S W912QR17C0026 $263,250 100% Chicopee Westover Air Reserve Base MA 57 Patriot Ave Building Foundation,Sewer,Drainage,Hydrant, Chicopee MA 01022 Asphalt Sonlay Soni ssonl@benakalnc.com 4/4/2016 7/31/2018 Coventry Walkway Replacement p SC37032O1 $246,767 100% Coventry Coventry Housing Authority CT Orchard Hill Estates Replace&Install Sidewalks,Driveway Aprons,Asphalt, Coventry Cr 06238 Topsail Laura Stone Email:lstone@coventryct.org 11/28/2017 7/31/2018 YMCA,Waterbury P $238,279 100% Waterbury YMCA,Greater Waterbury 6166 Cr 136 West Main St Parking lot reconstruction,Including lighting,precast Waterbury Cr 06702 curbing,reclaiming,grading and paving. Paula Labonte,Dev Dir plaborite@waterburyymco.org 09/05/2017 7/31/201B Mt View;Pat Kidney Park S $396,757 100% Middletown Mountain View Landscapes 2708-13 CT 67 Old James St Fine grading and paving of track,D-Areas,sidewalks, Chicopee MA 01020 parking lots at Pat Kidney Park, Ed Dwyer edd@mountainvlewinc.com 07/24/17 06/30/18 Edgerton Street Reconstruction:earth/rock P 2014126 $907,437 100% Manchester,Cr Town of Manchester excavation,drainage,sewer replacement,sidewalks& 41 Center Street,PO Box 191 curbing,fine grade&pave,railings/retaining walls, Manchester,Cr 06045 driveway aprons,lawn restoration _ Mark Czerepuszko,Town Engineer marks@manchesterct.gov 07/28/17 06/30/18 Long Hill Road,North Main&Main Street Watermaln P Public Bid No.26-189 Contract 34 $952,570 100% Wallingford,Cr Town of Wallingford Installations and pavement resurfacing(Contract 834) 45 South Main Street Wallingford,Cr 06492 Seth Lentz,Engineer seth.lentz@wallingfordct.gov 10/22/16 06/30/18 Fishers Island Club:dearing/grubbing,excavation;F/I S 16204.002 $1,207,253 100% Fishers Island,NY C.E.Floyd Co.,Inc. sewer/water lines,drainage systems,temporary 101 Centerpoint Drive access roads,pave/grade Middletown,Cr 06457 S Clark,sclark@cefloyd.com 06/O1/14 06/11/18 Hartford Intermodal Triangle Bushnell Park North: P FTA:Cr-79.002 $11,110,153 100% Hartford,CT Uty of Hartford curbing/catch basins;drainage;paving;traffic signal S50 Main Street,Room 100 installation;landscaping Hartford,Cr 06103 Jason Smith,Jsmith@beta-inc.com 07/17/17 05/32/18 Woodbury Road&Rt 144 Watermain Project: P ER21-2016-011 $584,725 100% Washington,CT Aquarian Water Co. excavation,water main installation,water service 600 Lindley Street connection,pavement resurfacing,curbing Bridgeport,CT 06606 Kevin Lott,PM,Ilott@aquarlonwater.com 10/05/15 04/30/18 Water Main Replacement Project(WPCA N2013-002): P Project If 4545 $8,330,543 100% Putnam,CT BETA Group,Inc. - remove/replace 34,000 LF of existing water main, 6 Blackstone Valley Place,Suite 101 02865 service connections,hydrants;repave, Lincoln,RI ,P.E. remove/replace existing curbing;landscaping;traffic Paul Smith,P.E. smith@beta-Inc.com control 12/01/2017 02/06/2018 PDS;Quonset Repurposed Lowes S N/A $313,733 100% North Kingstown PDS Engineering&Construction Rl 107 Old Windsor Road Bloomfield CT 06002 Installation of new loading dock and truck ramp. Dianne Gillespie Location of Actual Startor Contract Date Completed Sub or Data or Estimated Protect/ContractDesttlption Prime Owner's Project No. cantractAmount %Completion Work Performed Owners/Contactintormatlon Town,State Dglllesple@pdsec.com Location of Actual , 4 Start or Contract Date completed Sub or Date, or Estimated Protect/Contract Description SubOwner's Protect No. Contract Amount X Completion Work Performed owners/Contact Information Town,State 10/7.4/2016 12/28/2017 Munchausen&Bartholomew P Contract 8 $239,763 100% Bristol City of Bristol ZC17-009 CT 131 North Main P.O.Number 21700648-00 Bristol Cr 06010 Installation of sewer manholes and piping. Ray Rogozinski ra mondrogozinskl@bristolct.gor 10/17/2017 12/6/2017 Waterbury Milling and Paving P 5963 $1,718,719 100% Waterbury Clty of Waterbury Cr 235 Grand Street Milling and paving of various streets.Install concrete Waterbury CT 06702 curbing,pedestrian ramps and manhole extensions, Install loop detectors and line markings Paul Be ,P.E. belle amba@wa[watbaerhu ct.ar 1O/17/16 11/21/17 UConn New Engineering&Science Bldg Phase II S 901376 $1,043,151 100% Storrs,Cr Fusco Corporation (11901376):original landscaping for new construction 555 Long Wharf Drive,Ste 14 Including:metal edging&pavers,soil prep&grading, New Haven,Cr 06511 turf sod,tree grates,install trees,ornamental Chris Kaufman,Sr.Project Mgr shrubs/grasses,perennials,decorative gravel, ckaufman@fusco.com muching,install crushed stone paths 07/24/2017 10/05/2017 N Stonington Waterline Ext P Job No $226,480 100% North Stonington Town of North Stanington 17-325.1 Cr 40 Main Street North Stonington Cr 06359 Installation of water line and services. Robin Roohr R000hr@northstoningtonct.gov 05/08/17 09/28/17 Pavement Restoration 2017:roadway milling,curb P N/A $996,930 100% South Windsor,Cr Town of South Windsor removal,pavement patching,installing/adjusting& 15 replacing catch basins/basin tops,utility Southh Windsor,Cr Sullivan Ave06074 nue P.E. manholes/gate boxes,curbing,pavement shimming, Jeffrey Doolittle,P P.E. jeffreydoollUle@southwindsor.arg new pavement,pavement markings,paving driveway entrances,lawn restoration 04/28/2017 07/19/2017 Waterbury Crosby Wllby Chase P 2016-OS1F $2,146,521 100% Waterbury City of Waterbury Cr 235 Grand Street Demolition&Inst of Tennis Courts,Removal of __ Water"Cr 06702 existing drives/parking lots and sidewalks.Milling, Paul Bellegamba,P.E. Paving of drives/parking lots and Ins of new sidewalks pbellagamba@waterburyct.or 06/23/2017 07/08/2017 Naugatuck Cross&Western Sch P KBAJI 16058.00 $439,698 100% Naugatuck Borough of Naugatuck 16069 Cr Board of Education Reclaim,Pave,Install Markings,Remove Existing Naugatuck Cr 06770 walks and Stairs.Install HMA Ramp Michael Lynch mike.lynch@naugatuck.kl2.ct.us 03/27/17 06/23/17 Uconn Health Center Outpatient Pavilion ADA Parking P 16.603.02 $40,922 100% Farmington,Cr Paul Hudkins (1111.042):construct(4)ADA handicap parking spaces, UConn Health Center Including asphalt work,concrete flatwork,granite 263 Farmington Ave Farmington,Cr 06030 curbing and general site work hudkins@uchc.edu 04/03/17 06/21/2017 Contract 2C17-085:Sidewalk,curbing and asphalt P 2C17-085 $382,350 100% Bristol,Cr City of Bristol 111 North Main Street surface replacement at Bristol Schools Bristol,Cr 06010 Raymond Rogazinski,Asst City Engineer, raymondrogozlnski@brlstoict.gov Location of Actual Start or Contract Date Completed Project/Contract Description J Sub or Owner's Project ect No. Contract Amount %Completion Work Performed. Owners/Contact Information Date or Estimated Town,State 05/25/2027 06/10/2017 BCI;Town Center West 2017 S N/A $277,500 100% Rocky Hill BCI,Inc. Cr 848 Marshall Phelps Rd Windsor CT 06095 Fine Grade and Pave.Install 2"Binder Robert Jacobsen r)acobsen@thebutlerco.com 11/09/2016 O6/09/2017 Route'_56 Bike Way/S View Impr P 104-172 1 $677,939 100% Old Lyme Town of Old Lyme Cr 52 Lyme Street Installation of drainage,granite curbing,sidewalks, Old Lyme Cr 06371 site furnishings,milling and paving. Bonnie Reemsnyder breemsnyder@oldlvme-ct.gov OS/01/2017 05/15/2017 Linden Shores Association P N/A $252,008 100% Branford Linden Shores Association Cr 50 Linden Shore Branford Cr 06405 Resurfacing of driveways and parking lots. Office 203-488-5582 04/08/17 05/12/17 Manchester High School Parking Lot Reconstruction P 2015092 $275,990 100% Manchester,CT Town of Manchester (0201S092):remove existing pavement,form 41 Center Street,PO Box 191 subgrade,pave,reset catch basin tops,pavement Manchester,CT 06045 markings.Change orders added McKee St(1700 SY)& Mark Czerepuszko,Town Engineer Iliing Middle School(2600 SY) markcz@manchesterct.gov O4/08/2017 5/10/2017 ManchesterSchools P 2015092 $271,012 100% Manchester Town of Manchester Cr General Service Installation of drainage,repaving,and striping of Manchester CT 06045 parking lots at Manchetser High School,Illing Middle Mark Czerepuszko,P.E. School,and Fire Deparment. markcz@manchesterct.gov 6/27/2016 5/3/2017 Hebron Center Parking/Ped Impr P NUA#1092-0001 $309,683 100% Hebron Town of Hebron CT Town Manager Installation of drainage,parking areas,hydroseeding Hebron CT 06410 and landscaping. Town Manager 860-228.5971 W48r { pQ# REAR -- MAKE-. _ (MODEL DES MIPTON 111iif. " i ()jo Z©g.p FORD EXPEDITION SlJORT'UTILITY 1FMJU2A57-AEA60768 l�012 201.6 FORD F-350 DUALLY C/C UTILITY BODY 1FD8X3HT2-GEC94638 � f 016 2012 CI-IEVY , SILV( RADO X-TRA CAB,SHQR'r BOX ?.GC2KYE88-C71301J3 �ro 017 2f111 FORD F-350 X-TRA,CA5,SHORT BOX 1FT8W3BT0=BE535- 575 4a8 201.7 FORD F-350 X-TRA CAB,UTIL'ITY.BODY,CC 1FD7X3FT7-!�EC7200' 039 2006 FORD F-350 - - FLAT BED - -- FTWF31P4-6EA66892 �f}35 2(i15 , CHEVY I SlLVf R.ADO XrTRA CAG,SHORT BOX MMOCEIZ-FF529422 046 2004 FORD F-5S�? I�/IASCFl11:f�.UMP 1 FDAI 57P9=4ECG0243 1 052 2004 FORCE - F-35€1 SERVICE BODE` jF-Q$X35PG-4ED99139 053 2012 i FORD F-550 MASQN-DUMP 1FDUF5HT5-CE633271� 57 �p2; FORD M EXPLQRER SPORT SPORT UTILITY 1FM5K8 MT DGB95918 059 2006 FORD F-350 RAA$OWDVMP 1FTWF3.3P1-6EA18559 I 063 200S FORD RANGER CAB�-HALF 1FWR14U9-5PA83888 L {E67 2IJC3 CNEVY $-lE1 REC CAB 1GCCS14H5-3813150.8 i 1169 2013 FORE F-350 X TRA CAB,LIMITYWUY,CC 1FD8X3HTO-'DEB16558 072 ')0()7 FORD F-350 CR.EW,CAB/S-FIQ-I'VUED kFTSW3�R5-8C135�45f �07.5 2013 FORD F�15E SHC7.R', BOX zI=TFUV:xCT9!JFC08Sa$ i 078 I 2017 FOR F-.350 X-TRA Q° B,C.C,SERVICE BODY 1FD8X3HT2-hIEE67719 iD79 2004 �^FORD I F-450 MASaN`DU.MP - 1FDXF47P0-4'ED48.179 I -080 2004-- FORD F-350- MASON:DUMP 1FD1NF37P2-4EC32472 I (>t$2 2012FORE? F-250 LONG BiOX -- - 1FTOQB65-CEf351508 f 083 20`0 FORCE I r-3S9 rLA-.DEC1.:.I� MLY_C<C_ ;I,FI)WF81yIY?>AIiE�Z0404 - --------- - ---- - 084 2010 , MERC GRAND MA-RQUIS CAR UT 086 �007 FORD I F, SQ DUALLY, ILITY-50M v[mWF;37PG-7EA79602. _- 037 2011 FORD F-4.50 - CREW CAB.RAO-K BODY DUMB 7 F[7UF4HTY-ESCC7G144 08� g 2012 FORD F-350 DUALLY, UTILITY'BODY 1FORF3HT7-Ck625G21 090 2011 FOR( F-350 X-TRA CA&, DUALLY 1FT$X3OT5-BEA41332 091 2005 FORD F-650 6%AfHEEL'DU-NIP 3FRWF65T7-5V204097 092 2015 FQRD I F-350 XTRA CAB, UTILITI',I .C. 1FD$XMT-3FED10178 ®93 ZQ10 FORT? f'-350 XI'RA.CAI3, UTlLlll',C,C. 1FD8X3FIT -GEBf260? i og5 2p0�3 rORD ( F-350 X-TRA CAB 1FTSX3155 3L663501 096 ?0pS FQRD F-35Cs CREW, R-ACKBODY,DUMP 1FDWW37P9-5ED37205 i---•-- -- ( 1iDfl 2°J+.Mll'.. FORDF.3S0 PEG C.A �ASON DUMP� 1FDRF3HGrP O[A43241 101 ! MoS GACRPA --- " AN42 ? l t - 2006; r.Ofgi> _350 STAKE BODY 1FlaW >--F37P (iEDS.';;H77 ,63 I TM 3FRNF6FH2-AVZ68175 iris 0 r rO.:D i-650 HOMED 110 i 2U08! "ORCa t F-350 iCREW,STAKE BODY,DUP4IP lrDWW37Y1-8EE4828C �- REG,U-flLITY BODY 1f;WX31596EC46896 -= 112 70Di i ISUDU NPR jBOKTRL'CK W/LIFT GATE JALB4814327012340 r'"13 201; CHEVY j SILVERADC' CREW CAB SHORT QED 1GC4K1EY7JF239335 -- r.L1,4_2024 ?:NCOL N` f+2iCY, SUV` 2l,MDJ8JK6[61,03593 3GHSK'ZCYOJZ310110 15_ CJ3$i CHEVY 3500H.r I - - �136 023. CHEVY a 3520 MD cflEw CAB StiORT BED, 1GS:4h'YCYGJF243774 i2028i C�;�_;' 3Si)Ll+-tD ;C5Eb4'.C. UTiLSTYI~ODY � iG[i4l<ZCY81f=26969R s d.w - 3SW Hu CREW.C.C.UTILIiYBODY 1G65K7i 1'9JZ309974 113 , i 119 2C!Ia cJRD r;piOFER iSUV 1FM5KHDH8GGA54707 =_ c- g�_cR}�CAB lfT7X2B6XGEB71441 121 1 2919; rf4E�yy� 1-LUCK15ti_2g 1CREWCABSHORI'QED d YG�ICUYREDSK7.169863 `123 :01:3 L_�.ORD F,350 IDUALLY UARIAl' SF;r8W3[?THGED34801 7501J- %P,�V�CAG' 1L�C 11i T EY5KF1919g1 i 324 01±3I fiHEVY 12Srl24, RL7 L ="25f �CftEty^CA 1 1FTSVl+2E3R7AEA03531 3?Fa 2SG f17RC: aaO jCREW�A9 ! 1f j8W3BT5GE137143? f 330 M ( rC1P,O i F550 1FDUFSHTXCEDI9$`a0 I 233 Di:S FORD c3Sa ICREW LAB DUALLY 1F78W3DT2KEG84014 32 i IOzq �{aRD r v0LT CREW CAB short Ded 1FT7W26T4EE24935 S'33 ?D23. zORC S._- +'350 4CREWC�AL 1FTL1Ar36NHM�C7.2154 C—� Gt}D j F-35G ISUPERC:A.B -- 1FD8Y;3FTriIVEC6:495 13S ?0-�: -3Tt%R[a ; F-3Sn - rrw CAL �I FT.8W3QT6NEC69494 235 0_? FORD ' ;-DSO (CREW CAB 1FD8W3HT.4(dEC69495 o c X FiTINEC69497 137 I�h FORD i -,SG jSU ERCAB CHA5.,15-UVM Y 1FQ 3. FORD 35q _ICREYti'CAB 1H1N3$T9NED0157&; r L,— 1FDSY•3HSXNEC977:1$ 139 1+90 ? �O'2' rt3tiD �4 _a50 �CRE`'J C lF.DUALLY ' 1FTS1N34T4N[DQ1579 ,» 1FL�OX5HTZNED1HW19 i41 ?tom., FORD F-55O SEF Vlf E TI?UCIC r �� 1 iFV1J.[EI3f1FH0782y 1.s1---#-'-2-?.-.., Ft?nt^ i_____ F-150 CI;cWL:.A3 152 ! =022, F090 '_'XP�DITION iSUV - 1FRnJl1}RfGNEA0JS95 -F -- "V-' -�-T 1filNX31f?4GLA1r1,.15 153 ! O05( &ORrJ S F-350— ICREW GAh-- - -- lf-'77-_R45E9SPAI 9010 +54 i ROCS�._fOn_ R 1 RANGER !TZUCK _ :- �__ -I-- } FD/�FS7R>IIE[i97p82� I AR1Ei 1 k0 i? __.F. 11 1 (� =-55C f I()LlKd D - AR 'i18 ��g_��MRU i 35C. X-TRA'U C TILMY BQPY, ,G 1FDWY37RXSCD9E534 ARx� 9' ZOM PonI F_50 i X-T RA Li rit,iTY BODY 1FT W)31RX6 70796 - -3 - AR79 j :.Q's7 j FUR,) ! :XPLORER SPORT UTILITY __ 1FMSK�3CiTr't{GA$3144 i nl "2 21'Q 350 tfi. i DRIVE 1FDtNr36P2='3EGfG534 1F?X 47PK-4ED6G ?_] AR=4' 99:a F Q RD MASON DUMP i �;tr;26' 2ng3' ruRD i _r-750Ctilf=DUMR_QODY _ 3FRN€75CA-8V0`i8302 �- 2?00 j BUCKET TRUCK 1HTMPAFR2-3H595$fi0 r1R 2R.{ZOC3 iN', I tZR97 iCti3 Ton, - ?50 x rRA,UTILITY BODY 1FDQX3HT6-DEBQ5399 I 1FT11F3E3 OREA95967 f__-__ >331 LNEVY 4 500 CREW CA.9 FLATBED # 1GC4K1C88BF222840 AR SO �0_9C;;c;n SriOCIHL CAB CHASSIS r _ , 1PVK8KH87.1.I7 JT E . iSUV 2r-M,PK4AP.4L Ci~B PA0133Q AR 53 9 Zt3::0 t�Oi2i: � {A"R 53 02t1 FORD �- t:•_:5C i_ CCAR CHASSIS uCil�t}^� i 1=UI X__IN5LL•ESS7.92 - I 1C4RJFI.G£,MCC700272 RR$6 Cf?11JEeF �CRANUCHCROKEE�_____ SUv __y,^ «- ----------------- M C KS UM PO# i YEAR 1 MAAt MQDEL.. I VIM 17 KENWORTA T880 -1XK7P4TX9KJ309258 22 2,01 9. 23 2019 KENWORTH IXKZP4TXOK)309259 041 1997 KENWORTH W9008 1XKWDB9X4VJ-7A9G77 C= VOLVO 4U5DCFF`F3UR-73381,S 050 3.9 9,.; L:0:5:4�2007 FREIGHTLINER- M.2-10fl 1FvACWCS87H-X71561 1P,,12AGlIC26M-039023 1 061 i 200E HACK i QJ-713- i 066 19881 iNiTKNATIONAL i S1900 1954 1 114TI-OWNW14-604817 ... .. 6 67�AN85H 77 .49�oo , iHTSDA r7068 994 i INTERNATIONAL 4 4-- ERBIL - 1XP5DB IN-564317 DET T 070 KDOU61-1308628 071 2020, j KE WORTH I IN ...... 02c) KENWORTH TSSO INKZL4TX1U312971 035 2 0 2 0 KE T88 INKZY4TXBU308629 —T880 127 2020 .--KE-NWORTH I INKZX4TX9U432800 128 2020 i KENWORTH T880 INKZX4T)(2U432802 - + INK-7X4TXOMJ4435.k5 129 2020 KENWORTH T880 INK?Y,4TX3PJ:L62050 142 KENINIORTH T880 143 1 2023 KENWORTH T-'SQ 1 1NKZX4TXSPJ162051 144 --LIOR H T8T880INKZX4TY7PJ162052 TSQ0 INKZX4TX9PJ162053 1 145 202, i KENWORTH 146 j 2023 y ENWORTH INKZX4TXOPJ162054 147 2023 KENWORTH TS80 1NK7X4TX2Pj162055 —148 2023 T880 !NKZX4TX4PJ262056 L 149 2023 KSIOVORTH I TWO I INQAq I X6PJJ6'2057 ---4--- T—880 1 INUMTYC)IN162058 o) i KENWORT-1i i--- _11- -- ; 111TWHAAR15J163430 1 INTERNATIONAL�i 7400 AR-4 i 1 AR-57 1 20&1 i PETERBIQ =79IX115DBOX84NS34284 j -Ill I WNAANOM-521810 AR-58 r',)0 0 INTERNATIONAL ----------- MIL RS VIN V �LAK�E MODEL if, I — ---LjL I'll Y�ri YEAR 505 1 .1999 L— Cps 474 4Z4515225XP002ISO --i­ -—----------- 5 40-GSL ii2sco459KTO31496 ,O� EAGER BEAVER L,3S—! 20LI KAUFMAN HP20TN 5VGFI-131MI-002032 599 20-16 F EAGER BEAVC-R 55 GSLJPT 112SE5525GLO80876 E,.WER BEAVER �AGER I12SE2462CLO77480 600-2 i 2012 EAGER BEAVER I 41604 FLIP AXLE 112.KAP059CLQ77434 1 2004 iancioil trailer 930A ILH930VH441AI3316 058 -.32,5K-35D 5vGAP352XJLOQ6269 682 201-8 KAUFMAN FAP 683 2 C)"s KAUFMAN rAP-,22.5K-35D SVGAP352XJL006262 726 19as WABA511, i HIBOY 1.JJF482W3WL441.635 5V1 �AP3524NLOO5320 0-- KAUFMAN i FAP-22,505D 756 2 -22 Lffi 1 3 )05339 P-72.5K-35D 's-, SVGAP3523NLOO5339 2 �'AUFMAN ..A - - 01 PpA'-! YEpS 3 MAtCE M I. ----_- -� -i �7 � CpRrytAi; -f C.Ma20['E;1. p CNCLO$ED_TRAILCR."-"TY4i`° ' ;. al)$ I--'Ole UMMATE --1.._.___. CMf320EGL I ENCLOSED TRAILER'- 509 2iJty+ I NAULhgARK ENCLOSED TRAILER(RACE-CAR) _ I r--_-_ - ----.- 513 9?3 HOME MADE ! HOMEMADE WATER TRAILER j I 517 2003 I HUC.iON { DHD14 j - TUTRAILER 37 -I}—!pp; 1 13F2AVf,r- T STS524 TA3 ENCLOSED TRAILER_°TYG 55Q�' ^_ ---- 544 201s `L CARRYGc�REDRN,I,TRnlLER --� _ ------� __--- N T-12OGN a HYDROSEED TRAILER } 564 =0i3 3nl_{V9ApDT612V,LE-10 LEAF/1?UMPTRAILER i 576 1 ?Uil - C.ARNIATE�i CM°2QLGL` ! ENCLOSED TRAILER 1 578 ?011' VWIPMAN I FDDT-.7K-2`2[) SMALL[OPT TRAILER - -579-30i2 • KAUFMAN L FODT-7K-22D SMALL EQPT TRAILER j T• L 1 SMALL DUMP TRAILER - ssn I 201.. -BIG,�x 1a--x a— � I---� -58_7� ' 1999 1 AVEi\&R I _ GREEN.UTiLITYTRAILL=E; -60 I 2a13_ CARr.4.ATE -C10822 EG_L_�a F.,NCI.iaSGfl rRAtLfiR �r� 620 _2T03 1_ BIG TEX - _AOLP-128K7SIR LEAF/OUMPTRAILER�� I '�D1t7 DOWN2EP�TH f LANDSCAPE TRAILER E............ -c j-'r�a.t(Nr1T� - in9P22Eyt ENCLOSED'TRAILER -- 9 �D15 )J Cw4RklAgs Ctil©22F-�L ! ENCLOSEDTRAILIF I }�n18 ?17O±i '• 'OVUM}LSTER ( iG•±2Dt1 ' GQOSE_NCCi,CQPTTRAILER 645 i 1015 i e.AUi-MAN SMALL l QPT TRAILER i 646 i 201S )) kAUFMAN 1 FDDT-7K-221) SMALLEClPT TRAILER- 652 -iJ --MIAGnttSlGt MLTSOOQ ! __UGHTTOWER ---~ 653 ?Olfi_�i - eAUFtatAN�f TILT SMALL'[QUIPIvlENTTRAILf R .� I s.5t 2016 KAU.-MAN j TILT _4SMALGEQUIffMENTTRAILCR ���--Q--S6 ) ?OOg 4 CROSS { is iD82C `f IPE'TRAILER �666 1 ?017 4'+AULT)-QUIP ) WT" WATER-TRAILER 1 6W-1 2017 d MULTI-QUIPYr AACTE5C WATER TRAILER - I 668-1 20-17 1 MULTI-QUIP i_ WTE 5C ' NEATER TRAILER Y2012 ;~eCtAVO y-- ST8524TA3--—� ENCLOSED TYG TRAILER#554 , -- n73 ! =111� NiASNLIAq�_ NILTS060K - UGHTTUWERTRAILER_ - t,74 ---'Oh3 MAGNUM -_ Li.GHT _TQWErTRAtLC•R M—~ - �-�- - - -'i - , _ LIGHT TOWER 'RAILERGN 675 2013 ] MAUM MI.T3D,C0M I I-- ----f--- -R.520TA5O-S D TYG TRAR1~R 0949 676 .NiTcU EXPRESS iLT 'Y_ 673 2.012 1 BRAVO ST8520TA TRAILER 630 ; F108 j CARMATE — M7188CC ENCLOSED TRAILER LINE STRIPER f$1i--iO�~- E TgU IN TRAILEPS9 HAFC8518TA3 i ENCLOSED TXQ TRAILER C!50: 691 1a007 CONTRAIL i CIO I QPCN TRAILCR i T �i?ty)ER1C4(d iiAlll;ffl N!i61�S,�-�- - ENC'LQSED,TYG 53q +- 693 ! OUS 1 AN ICAN MAUL I_ _ NC125t1 t NCLO$f l?TTRAII R E- 6'td ?L}i35 PACESLi 1-ITA2 I ^ENCt,QSCD 1170 PART/ARTS_ ^� -708 ;_ ?029 I CAR MATE ; --C.M,824FCt ! E NCLQS(D TRAILER .,DID I FRGX I - - LIGHTPLANTTRAILEP 724 i O.i1 d r1T'U"S COPCO XA52185JD7TEIV AIR COMPRESSOR TRAILER �� CM Fitt Trailer '727 I 2G20 i Cn'--co 1 SUper$ho_t '5D 3---}— - WTE5C I -—WATER TRAILER I 729 _f)1Ei iVlUL31�('.I-t.' _ - c- 730 2()17 14ULT;-uUlP WT`i WATERTRA1LQr, + -�--� T-- tl'1€i�_ I _ TRAILER 773_ �� �Q.N_---...__-:SOT — _ __--_ - TACT:TRAILER� _AR CI I -�' - -> AR 30 i 2D0S I CONTRAIL I CIO � QPCN TRAILER VERNIE- - 9 r---- BC-140LI �L CHIPPER AR 31 i 2(?i7�i- - '--- L RR 33 195a i�ERRiEER I 8C:-180ia I CHIPPER —1 ._ `-r--- D-I �^STAAE DUMP TRAILER AR 39 ; 'OLl; i )TAR �_ --� ,�- # YEAR MAKE . MODEL. S N DESCRIPTION BUCKET STYLE PO 530 2008 JOHN DEERE 544 J DW5441516375 JIB S/N-DAV1978 92FM0004 HYDRAULICJRB i 531 1 1992 JOHN DEERE ( 624 E DW624EB526221 ( 533 1996 JOHN DEERE 544G DW544GB557565 MANUAL JRB I 540 1996 ` JOHN DEERE i 544 G DW544GB555909 MANUALJRB S43 1999 JOHN DEERE 1i544 Ff DW544HX572644 T06058T818772 HYDRAULICJRB i i 545 1998 ( JOHN DEERE i 544 H DW544HX568061 S50 2007 JOHN DEERE 410 G T0410GX899595 PIN#k6509 BACK HOE HYQRAULI( JRB I 559 1999 JOHN DEERE 544 H DW544HX571830 560 1994 i JOHN DEERE 544 G DW544GD540769 SE50G9TS13865 HYDRAULICJRB 568 1993 1 JOHN DEERE 544 G DW544GB539996 T06059T403043 REGULAR PIN 571 199� JOHN DEERE ( 544 G DW544GB543753 575 E 2008 JOHN DEERE 244 J LU244JX720537 592 1992 JOHN DEERE j G24 EH DW624EH53662.1. T0606ST356928 HYDRAULICJRB 1 593 !99_ 10HN DEERE 624 G DW624GD554128 T06068T568319 REGULAR PIN 594 2002 JOHN DEERE 544 H DW554HX583865 T0606ST906937 614 I 200? j JOHN DEERE G24 G DW624GD545209 REGULAR PIN 6?I 0 I-j- 9-95 JOHN DEERE ; 544 G DW544G6539107 i 66211-J--2008 1 JOHN DEERE + 52_4 K DWS24KH522007 HYDRAULICJRB 624 1996 I JOHN DEERE 544 G DWS44GB555119 REGULAR PIN 626 i 2001 ; JOHN DEERE i 544 H DW544FIX580859 AB19397. j 641 _006 VOLVO L40B-TP 1921732 MANUALJRB _- 642 j 2003 VOLVO BL-70 BL70010043 BACK HOE 55-1 ?009 JOHN DEERE 410 JTC T0410TJ177477 67248A HYDRAULIC J R B 69S 1995 JOHN DEERE 644E DW644ED528874 67249A ABI2573 707 2001 JOHN DEERE 644H DW644HX580252 LOADER i 711 2003 JOHN DEERE 624H DW624HX5$8076, WHEEL LOADER 728 1.9971 JONN DEERE 544G DW544GB559989 'LOADER REGULAR PIN 772 1 2020 JOHN DEERE 244L ILU244LXPZBO55400 LOADER i �.--.--._.._.�_�. _ i PO# YEAR MAKE _MODEL i �— 512 _n _2004 NEW HOLLAND LS185-.B SKIDSTEER I 514 20:c1 ' CATERPILLAR 226E SKIDSTEER, 542 12008 NEW HOLLAND L180 SKIDSTEER i i 563 2006 NEW HOLLAND L180 SKIDSTEER i 584 t 200R NEW HOLLAND C-190 TRACK SKIDSTEER 606 2012 NEW HOLLAND L225 SKIDSTEER -� 609 2012 NEW HOLLAND L223 SKOSTEER i 611 1 2009 f BOBCAT i S70 SKIDSTEER � 617 ;;D BOBCAT 463 SKIDSTEER 636 2013 NEW HOLLAND L223 SKIDSTEER j638 2014 NEW HOLLAND L225 SKIDSTEER ri51 i 2010 BOBCAT S70 SKIDSTEER 672 1 '0031 CATERPILLAR 236 686 ; 2017 ' NEW HOLLAND L228 I j 688 2018 NEW HOLLAND L228 J 689 2018 , NEW HOLLAND L228 712 2019 ° KUBOTA SVL75-2HWC TRACK SKIDSTEER 721 2020 3 NEW HOLLAND L 228 SKIDSTEER 731 2015 BOBCAT S70 SKIDSTEER i 742 2021 NEW HOLLAND L328 SKIDSTEER 743--- - ?01S 'NEW-HOLLAND L228-SKIDSTEER — - AR 27 2003 BOBCAT A-300 { AR 46 ( 200G BOBCr1 r T-300 ATTACHMENTS I po#R YEAR MAKE MODEL 554 1 2010 MCMiLLEN EARTH AUGER X1475 W/12"&8"BITS 566 12010 JOHN DEERE HH50 HAMMER i L , j 1i t 1 f r POk 1 YEAR MAKE. MODEL �_5d2 �2014 JOHN DEERS 510 ' 20a4 JOHN DEERS 1 135 G 521 200? y HITACHI 1 ZX-225 USLC r--- —r- 524 1999 I JOHN DEERS 160 LC i 532 ^ 2009 i JOHN DEERE 50 D MINI 539 2013 HITACHI _ ZX-350 LC-5N 546 j 2010 BOBCAT j E-60 -- SbS t 2006 11I"1"ACHt 180W?AXIS 583 '1004 VOLVO t EW-180 B 591 20o- ^ _ HITACHI _ 1 ZX-35OLC-3 .96 , 2016 I JOHN DEERE 50 G — 601---i�1012 ; HITACHI �ZX-135US-3 j 60 ; 2012 } JOHN_DEERE ; 50 D ^� c 6pj- '?Ol0 ; JOHN pE—ER E I 50 p 613 2006 i JOHN DEERE 550 D MINI 632 2012 i HITACHI 'X-210 LC-5N ' 655 2007 BOBCAT 435 AG �-663 ' 2007 VOLVO ECS60 CL 664 j 2013 JOHN DEERE 2251) 1— HITACHI 7X60 USB-5N 665 �_-"01a i 679 ; :?016 HITACHI ZX50 USN 684 2016 1 JUW\ DEERE ! 50 G j 685 ?0�8 JOHN 345G I f-- 68i 2018 i HITACHI I ZX50-U5 I _ 701 2019- i HITACHI 345US LC-6 703 2018 j JOHN DEERE j 24501C 72 —{- 2C15 i _HITACHI ZX130LCN _738 202C HITACHI --�- ZX50U-5N�� - - - __ �- ? _ 741 2020 ! ZAXIS f ZX60-5 750 202.2 1 JOHN DEERE 245GLC 75i� 202? 1 _ JOHN DEERE i 345G LC 759 2022- ! JOHN DEERE ? 60G --i 022 JOHNDEERE j 60G j EXCAVATOR ATTACHMENTS pO# -TY_EAR i -E �-�--- ~ - �' 1201 D04 TRAMAC ! S47 I 548 -7009 I 4TRAMAC 900_ 566 2010 I JOHN DEERE1 HH50 Sal 200 T12AMAC I V45 2015 i ALLIED HO-PAK 1000 B �- RAM PAC I RP-30-2 RAMAC _ j 171114-13 TRAMAC TR14 i 01; AR1AC --1'1121 POt# I YEAR MAKE MODEL =-; 500 1 2014 VOLVO DQ110 B r-506� ?��J-� DYNAPAC ! CC102 ROLLER 507 ; 2i3t}t. 1 DYNAPAC CC102 ROLLER _ _ 518- 2005 INGERSOLL RAND SD-70D ROLLER ' _521 2007 INGERSOLL RAND DD--22 ROLLER 52 2008 ' INGERSOLL RAND DD-34HF ROLLER 523 2008 INGERSOLL RAND SD-77DX ROLLER i 558 2008 HAMM HD-10C ROLLER ! 6118 2006 INGERSOLL'RAND SD-77-DX ROLLER 622 i 2008 VOLVO DD90HF ROLLER j 625 2013 VOLVO ! DD38HF ROLLER 648 I 2015 VOLVO DD25B ROLLER 649 2015 VOLVO DD25B ROLLER 690 2014 VOLVO DD38HF ROLLER 698 2015 HAMM HD-12 VV 717 f 2015 VOLVODD 140B 718 2012 VOLVO SDICIOD 732 2020 VOLVO DD13.0-B 740 I 2016 VOLVO SD115B G 753 2.022 1 VOLVO DD35B 754 ' 2022 ; VOW DD35B r^ PO# ' YEAR MAKE MODEL ~527 2004 I JOHN DEERE 6501 XLT DOZER 1 595 2008 JOHN DEERE 700J BULLDOZER ~ 706 2001. JOHN DEERE 700H AR 06 2007 t LEEBOY 685B GRADER AR 12 { 1?85 CAT 120G MOTOR GRADER lAR 55 ! 2012 LEEBOY 685C ROAD GRADER i 1 i i i i r PAVERS PO# YEAR MAKE MODEL DESCRIPTION SS8 2007 BLAW KNOX PF-5510 1. }— '�-- 1 71_3 201.7� VOLVO PF7I1013 PAVER 715 ! 2020 _ LEEBOY 852C B PAVER f r— 7i— b Z02C1 LEEBOY 8520 B PAVER E 739 , 2019 LEEBOY 5300 TRENCH PAVER r 752 2018 VOLVO P4410B PAVER j 76.1 2022 LEEBOY 8520 PAVER 762 2022 LEEBOY 8520 PAVER MILLERS&RECLAIMERS T j POD ; YEAR MAKE MODEL DESCRIPTION AR Q9 2000 f WIRTGEN 1ti�500 TRIMMER AR 10 2010 bVlRTGEN W210 MILLING MACHINE AR 11 19 66 ROADTEC SB1500 SHUTTLE BUGGY AR 14 2008 WIRTGEN W2500 RECLAIMER AR 29 2012 I WIRTGEN W-50 TRIMMER i AR 43 2014 WIRTGEN + W210i MILLING MACHINE AR 49 1999 I ROADTEC 56150p SHUTTLE BUGGY AR-51 2019 WIRTGEN W129, MILLING_MACHINE- - IAR 59 1 2008 WEILER E1250 TRANSFER MACHINE fAR 60 2007 ROADTFC SBISOOD TRANSFER MACHINE i -- -r I i I r U 1"a KS Ip P09 Y. EAK t__- MAKE OFPROAD HAUL TRUCK .---- _52S t .OUS JOHN U°EIIE ! 3C0-D � RUCK _ S29 TICS iOh+-'PIDEFRE-I�_•-_-- 300{ OFFItOAU HAUL TRUCK --_..... .... _--!------- -------- I i I V } POa._:..-YEA�_._.'Nit.ISE.__ _L42ML --- i-544 2u0d ; VIBROTECH. i SCM-755 SCREENER 59'1-r _Joe; �EtilGti -•_w1 a00 --� JAW CRUSHER I105,5001bs —�- 7pp RYK7 .0--1` SCREEN•;T i SX22SCREENER � �---- 7!? I 2014 [LEEMwAN KTS0 �, _ STRCKER 1 720 1 20-1? f' XLEEMAN M513'- _y SCREENER - FOFRLLF7 - T_ PO4 Y- --_ MpxE..-�, n1nDEL -„-��,� DESCBIPTIQN_ 520 WORID l:fT _ FG25 dH LIFT ATOFFICE - ». �48-42 MIGNV+NDER apt i9a3-i--•�'AT i GP_25_ LIFT AT SHOP ---!-ti45SAPi i CPf02A25%'_- LiFf AT PAVER SHOP 7SS CA- i 7C50DS FORK LIFT POP !EAR i MAKE i M� 4 pE$CRIPTIQN L572 L20S7^, ! HOLDER 4.88 SIDEWALK MACHINE 573 t 1498 TRACKLESS MTST SIDEWALKMACHINE 5s2 1 IEI96 HOLDER. 414 (SKIDDER)WEST HAVEN TRAIN 627 1994 i IRACKLESS ' MTS'_ 510EWALK MACHINE L__..J---•--t------t- Gdll 1939�TRACKLESS ; MIST StDEWALKMACNINE _ _6333 2001 r,TRACKLESS I•,�_-.,,._�AITS' -. T SIDEWALK MACHINE _o34 ( 2014 i TRACKLESS 4M1175T-_—�- SIDEWAIKMACHINE -t•-- 637 i 193, TRaCICLESS MIST SIDEWALK MACHINE - -'1� -- o% .017 HONDA ' 7RXg2DFM1F; 4 WHEELER InONDA_- PIONEER 7000 SIDE BY SIDE SIDEWALK MACHINE 734 20?0 VENTR.pC 21QOC _ i SIDEWALK MACHINE —� SIDEWALK MACHINE 20201 VENTRAL! 2108C i - tl -I-:0p�ycN Ac � ?101C SIDEWALK MACHINE I~as 20�1 BO5S iN-'4001 SIDEWALK MACHINE -- a5 20?1( V@N1RA4 SSV KAWASAKI SIDEWAU:MACHINE iE 2. Yi N,hTRAC_ 100t SSV KAWASAKI SIDEWALK MACHI E S1Ii. .'a7 -2D2L i VEWTRAC _ ,-?-C'�-- SST V KAWASAOSIDEWALK MACHINE I '�y�.L--_021� VENT(tA a Tv_S001,' J 5-�-SN KA—, AI'VAVASAKI SIDEWALK MACHINE IJ'4a_: 2021I '3ENTPAC 21LVC_ yY SSVKAW KI SIDEWALK MAQRNE II 763 ;'_:022i_ VENTRA'- 1 00 SSy i SSV STAND'ON$106 2LKMACHINE_ a i 02- VENTRAL 2100 Sit _-T SSV STAND ON SIDEWALK MACHINE 202-i! VENTRAC 2100 SSV SSV STAND ON SIDEWALK MACHINE 56T �d21 VESi7KAC 2100 SSV ___?_ SSV STAND ON SIDEWALK MACHINE 201.'.I_ VENTILAC 1 210J'SSV SSV STAND ON SIDEWALK MACHINE • y 20221 YENiRAC 1 NC,?120h1 SSV 23 HP SIDEWALK MACHINE NT,2LQM 55V 23 HP SIDEWALK MACHINE t —T-LrNTfWC '022 NT.2120M_ i SSV 23 HP SIDEWALK MACHINE I '7i 202" V'eNiRpC ?S00 SSV_ S5V SAND ON SIDEWALK MACHINE SWEEPERS I uQAj Y MAh __,-,MODEL UESCRI„PTIDN FRFtGHTLINER; FL-70 T ELGIN ROOM 13MR SWEEPER FL42H — — s----1-- — _.T AR Ad 1447 htOBlt-ATHEY _h1-9D tOPGUN MOB IL SWEEPER _AA45: :009 JOHNS N iTREETSWEEEPER _ tt-- "-"+ SWEEPER I AR S2 j .'394 ;MD91L-a�_ �. AR-i0 1 2Ula i NANO!?' j STUMP GRINDER AR aI i 10tb \1a: +AM1130F. LINE.STMPINC,IoIACHII+E AirUC '_�05 BIA(e!(own Pi>ad (s1akdarc: !;� !)!:l,> 'l: 860572_9942. Far: 860.536-38353 i ACE'•Y PERSONNEL James MIray —Oviner, CDL. Class A, OSHA 10 Certified,Experience in Construction & Paving siilce t989. Mem�r - International Operating Union Engineers,P as$ing,Operator Training, l'i iaizcia.I Decision-Maker, RI Hoi'sfi c. License, Operator, Paving Crew Managar, FED Officer.NI=.TTCP Inspector Keith Chapman —Project supervisor, OSHA. 10 Certi ed,C.DL Class A, Brake inspector, RI Roisting License. With,company since 2001, Equipra-ent operator anal prmjec-t.supervisor_ P7 license. Kevin Gasper—Supervisor, OSHAI0, Certified,Operator, Supervisor of paving crew. With company since 2066. NETTCP Inspector A id rew DunUe—Supervisor,0SRA10 Certified,Operator, Supervisor of paving crew, With company since 2005.NE`.TTC.P Inspector -Tii,01M as Conley( —Site Supervisor, OSHA 10 Certified,,,CDL Class A, Operator, over 25 Years Heavy Equipment Experience Ylpefbael Eldredge--Site Supervisor, OSELA. 10 Certified, Operator, Over 30 Years Heavy Equipment Ex}. dience W' '.•Spencer Palmieri---Si.te Supe7visor, 0SQ11A.30 Certified, Operator, Over. 15 Fears Heavy Equipment Ekpgri.enee, Safety Officer, OSHA.Trai:_ner Additionally- Tl Otiple site supervisors �A,itli collec,tive construction experience of 90 years. B&W Paving & Landscaping, LLC 305 Butlertown Road Oakdale, CT 06370 REECEIFIVED MAR 2 8 2024 6m2 . Z4q A Clarkd To: PROPOSAL FOR CONSTRUCTION OF THE , REHABILITATE RUNWAY 12-30—PHASE II&III PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/slw—has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids; that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement, located in the front of these Contract Documents, contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;,the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated,implies,although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent(5%) of this bid in accordance with the subsection titled BID GUARANTEE of Section 20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. 2018 PROPOSAL-1 RUNWAY 12-30 PHASE 1I AND III REHABILITATION - BID ALTERNATE NO.1 ;FAA' ITEM'LTST. '` UNITPR[CE ' ITEM SPEC ITEM DESCRIPTION IN FIGURES. TOTAL AMOUNT-.` NO. NO. QUANTITY (PRICE WRITTEN IN WORD) .' DOLLARS CENTS DOLLARS, CENTS CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) p106 ,DDO 00 1 C-Ioo 1 LS AT �W O V�\j 44(ecV )rl0'J SaYI J N' n O T s PER LUMP SUM MOBILIZATION(8%MAX.) I 2 C-105 1LS AT On t4u—&veJV �T �Je- JVIOJSaf�� I Soe)o DO Do T)o PER LUMP SUM SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 3 C-106 ILS AT ICl �Q tlur@�e� E h fVi C. ! yaysan -ft7 3Sg 00 (9 D n c re- I Wgo i Dd I lG t 5 N- n o Lei,,7 PER LUMP SUM JOINT AND CRACK REPAIR ov a-7 v oo o� 4 P-101 1,500 LF AT CI hT e eh D V I IG rS tt-'I o celr+-5 PER LINEAR FOOT FULL DEPTH JOINT AND CRACK REPAIR v'oZ .00 yrvva oo 5 P-101 1,500SF AT iY IJo 1)J 1 (QYS ^� S PER SQUARE FOOT PROFILE MILLING (- l LI a� 1901 s 0 6 P-101 14,000SY AT fjL),r4 2-Zvi 1�v� IDS Clnj �N2v i 1—j V� S PER SQUARE YARD ASPHALT SURFACE COURSE,GRADATION 2 7 P-401 2,600 TON AT ) WO �`�(-CJI'Wen! I V I e d7 I la rs Fs' /7 II � PER TON EMULSIFIED ASPHALT TACK COAT 8 P-603 750GAL AT f 1 (No Do "Grs I we IL S PER GALLON JOINT SEALING FILLER q /' 9 P-605 3,000 LF AT �-V �a I tQ(S -A- n c� / 0 7� D 0 D ©© PER LINEAR FOOT PROPOSAL-2 RUNWAY 12-30 PHASE II AND III REHABILITATION BID ALTERNATE NO.1 FAA• ITEM LIST "'r,,, - UNIT PRICE -ITEM 'SPEC ITEM DESCRIPTION. IN FIGURES TOTAL AMOUNT NO. NO. QUANTITY.. .' •(PRICE WRITTEN IN,WORD)." . DOLLARS'. CENTS :DOLLARS CENTS SURFACE PREPARATION r ? 0 0 o o a�,Soo 0 0 10 P-620 1 LS AT ` 1 _ 6 W,(s 'ho PER LUMP SUM MARKING a 0 ad o2Sv oO 11 P-620 12,500 SF AT r^Jj p 6N (' 1 en �n T / \, PER SQUARE FOOT REFLECTIVE MEDIA _F\06fheuSCt-I Th�e� �r�l t�ifrr ? 3 s'o 00 13 �o 12 P-620 1 LS AT 1 lJr n O PER LUMP SUM TEMPORARY RUNWAY AND TAXIWAY MARKING I 13 P-620 8,200 SF ATq- PER SQUARE FOOT TOTAL_BID ALTERNATE NO.1.pRTCE(WRITTEN IN-WORD) DOLLARS CENTS 66eY�l�lli©r� �ieh'j-h,r, d�e� e�,1�'lovsrcl�ix4-1dredi1�;'� e✓�in 1�7!` �.63`� sp r s 6Lr\ PROPOSAL-3 4 RUNWAY 12-30 PHASE II AND III REHABILITATION BID ALTERNATE NO.2 FAA ITEM LIST UNIT PRICE -ITEM„ SPEC_' :._ITEM DESCRIPTION IN FIGURES . ,. TOTAL AMOUNT NO:. J NO:" QUANTITY , ` (PRICE WRITTEN-IN WORD);,,. ; . DOLLARS CENTS DOLLARS_ CENTS' CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) 42o26 dOo bc> Z)oD o 0 I C-100 I IS AT j wo ` 'Lre-A W'C I YlQvs[Ln� / ',-,D GL"ck-s PER LUMP SUM MOBILIZATION(6%MAX.) 2 C-105 1 LS AT O()� /�S�C�d �a 5�o 'Do\lca`r.5 C4- oc, C�1. PER LUMP SUM SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC a©3 C-106 I LS AT SAC l-�u�uea �1}��r ►��i J)e j�ovsah� 639v�0 0 0 �39ao� a© D a 1 lG rs o, rl o cayzt-s PER LUMP SUM JOINT AND CRACK REPAIR DD 4 P-101 1,800LF AT �l �� 2e� 0 �\cLrS-#r YOU �_S 00 O c7 PER LINEAR FOOT FULL DEPTH JOINT AND CRACK REPAIR I' 6410b0 00 5 P-101 2,000 SF AT C 1 \ W O )0 `6 rrj {11-1 C12�_S l PER SQUARE FOOT PROFILE MILLING 6 P-101 21,000SY AT 'DJUrS 4 � � Ci / s `S -0 3a,so o e a PER SQUARE YARD ASPHALT SURFACE COURSE,GRADATION 2 7 P401 3,900 TON AT E�^_1-�1-J��O OJ/\CfeCl I WC n 0rue-D, IC rs q- f 75 PER TON EMULSIFIED ASPHALT TACK COAT 1 8 P-603 1,100 GAL AT RCI�j. 0,-)e- �C71`Llr d—Twee 1 U2 l-// '2`5i yS✓�� ` PER GALLON JOINT SEALING FILLER Dd D t) 9 P-605 4,000 LF AT Ul_l -BZ" l)�rS -4- Y1 O f Ll(fo S PER LINEAR FOOT PROPOSAL-4 RUNWAY 12-30 PHASE II AND III REHABILITATION BID ALTERNATE NO.2 FAA,. "?; ITEIvI'LIST 'r UNITPRICE ITEM 'SPEC' ITEM DESCRIPTION _ ', IN FIGURES '. 'TOTAL AMOUNT ' NO.' NO. QUANTITY. (PRICE WRITTEN IN WORD) DOLLARS, CENTS DOLLARS CENTS SURFACE PREPARATION r—^ ' ,,�,A to P-620 I IS ATQvS Q+I �I J� l�rUl �\�YS no PER LUMP SUM MARKING y� r- 7s /) a o I P-620 17,500 SF AT v f)�! 1 J C) (1ct4r ��' C�� v 1 ��Je PER SQUARE FOOT REFLECTIVE MEDIA cL�� � d c-4 ors �,l 5 oa o o �f,s o o d 12 P-620 l IS AT IJ� 1 I IO�S4 r +� ' S PER LUMP SUM TEMPORARY RUNWAY AND TAXIWAY MARKING ^/ a /0 aU —l o 00 13 P-620 11,500 SF AT W o �l�I I�f rS�4 �-�Y1 s r PER SQUARE FOOT TOTAL BID ALTERNATE N0.I PRICE(WRITTEN IN WORD) D.oI:L,LRs' CENTS' ,Two YY1 I(l i o� •O i�� i'f�n d.�-� �-�: Fi V e�,v�s ti.r��"5'%}�,-1--V=�n o j✓Ij�y� �i�S Z� r PROPOSAL-5 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: 1 (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: 2018 PROPOSAL-6 F Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-7 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER,IF A CORPORATION: BY: C��� 1�1.1 acA<E'R .1 L CR-eS� peen T (Printe ame&Title) (Signature) CORPORATION NAME: �1Y1c�ice �G��►�G �nG ADDRESS: 30 Fein Vy cL v-3_ (SEAL) 1�l0r�l� y��� GT 6 by,3 STATE OF CORPORATION CHARTER: ['o�nyl Ec-T C v PHONE NO: 9,0 3- 7S a ' O b Z 1 DATE: 3-or) -a, PRESIDENT'S NAME:J f eL Lo . —ru c K e"r, Tr BUSINESS ADDRESS: 3o i5ecin�)ccf c� No C th 4ay eve G 06U3 SECRETA%S _ TREASURER'S _ NAME: ccr(T W. 1 v GKe-r NAME: Sc o-m W ! o Gcer BUSINESS BUSINESS ADDRESS: Sam e as c v.i e ADDRESS: m� 2018 PROPOSAL-8 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders` Buy American Certification Certifications: - Certification of Non-Segregated Facilities f - Debarment&Suspension Certification ` _ - Lobbying and Influencing Federal Employees✓ - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction w' Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special f Provisions to the General Provisions, !,ecti SP 70-23, subsection A-12 'Certification for Receipt of Addenda Statement of Surety's Intent / Iranian Energy Sector Divestment Statement v Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise(DBE) and Small Business Element(SBE) Statement Bidder's List Collection Form(Bidder's Information) Bidder's List Collection Form(Subcontractor's Information) Contractors DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-9 t Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law,by submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening,directly or indirectly,to any other Bidder or to any competitor; and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal. BIDDER: �rn 9( if Principal is:Corporation BY: L TITLE: �ceS i �eanT STATE OF NEW-YffiM SS: COUNTY OF de-yi&VC On the a day of 20 a�,before me personally came &7&_ W, ucj_—e to me known,who,being by me duly sworn,did swear and affirm that he/aheresides at Qgegc�h �d } �3ro n-6'-d--) (7-F ;that hek4tcis the TfeS i ber,T of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is tru NOTARY PUBLIC MY COMMISSION EXPIRES: / 'g S " (This form must be completed and submitted with the Proposal.) JANET SAMPERI NOTARPPUBLIC-CT 168600 My COMMISSION EXPIRES FEB,28,2025 2018 PROPOSAL-10 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that C frau [/,) :—T-yU<-cx-� ► l 1 . be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Rehabilitate Runway 12-30—Phase II&III and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by E i re ?CL' inG -3)l CG Corporation at a meeting of its Board of Directors held on the )Gi r , day of 1,20 . (Secretary) GEC W ��Uc22 (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-11 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005"Made in America Laws"means all statutes, regulations,rules, and Executive Orders relating to federal financial assistance awards or federal procurement,including those that refer to"Buy America"or"Buy American,"that require, or provide a preference for,the purchase or acquisition of goods,products,or materials produced in the United States, including iron,steel,and manufactured products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron,steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.168; or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of. non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101,BABA and other related Made in America Laws,U.S. statutes,guidance, and FAA policies,by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.,not both)by inserting a checkmark(✓) or the letter Bidder or offeror hereby certifies that it will comply with 49 USC § 50101,BABA and other related U.S. statutes,guidance,and policies of the FAA by: a) Only installing iron,steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material,or supply—other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone,sand,or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride,composite building materials,and polymers used in fiber optic cables); glass(including optic glass); lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy, American Waivers Issued listing; or 2018 PROPOSAL-12 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III d) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S. domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify,that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for a Type 3 or Type 4'waiver under 49 USC § 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder,a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S. domestic products at or above the approved U.S.domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States. The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research, consideration where appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: A a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-13 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase I1&III c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs, excluding labor costs associated with final assembly and stallation at project location. Type 4 Waiver(Unrea§onable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC § 47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. 3-ag-a�f Date Signature C&2 C_i Lt C(cC f E ��� Jin Zr1C� Y`25� �Qcn Comp ny Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-14 1 I Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III 1 CERTIFICATIONS BIDDER'S NAME: �G 0-If)q T'vr C. ADDRESS: 3 o J ern �1 a�� oa , Yy o�'�.l �—�G ��r L- a to-L 7 TELEPHONE NO.: aO3 7S�o2-O00 2— FAX NO. IRS EMPLOYER IDENTIFICATION NUMBER: NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$I0,000 which are not exempt from the provisions.;of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements,for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice'to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in,this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-15 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin.because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract i If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies,including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in l 2018 PROPOSAL-16 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III connection with this Federal contract, grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements. The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe he-applicable response. The Contractor agrees that, if awarded a contract resulting from this solicitation,it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is(_)is not Ck a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor represents that it is(_)is not( X)a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-17 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 1 TRADE RESTRICTION CERTIFICATION By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror— 1) , is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S.firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR§ 30.17,no contract shall be awarded to an Offeror or subcontractor: 1). who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S.firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on 2018 PROPOSAL-18 • Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III the list of countries that discriminate against U.S.firms as published by USTR,unless the Offeror has knowledge,that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: L- W I v ckc.er TC — �Fre s-, C)ev--)I Signature: Date: 3 LA (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-19 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has X has not participated in a previous contract subject' to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended, of September 24, 1965. The Bidder has X has not submitted all compliance reports in connection with any such contract due under the-applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF,ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: (Firm or Corporation Making id) (Signature of rized Person) EAizt- co.,LGc.er,y"L fires P.O.Address: 3o f3efnhc��c� Rd.� j`la •� taeen, GT a�4'73 Dated: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-20 I lizabeth I-icld Airport Rehabilitate Runway 12-30 -Phase 11 & III STATEMENT OF SIURETY'S INTENT f0 fown of Southold We ha%,e reviewed the bid of Empire Paving, Inc. (Contractor) of 30 Bernhard Road, North Haven, CT 06473 (Address) for the Rehabilitate Runwaw 12-30—Phase 11 &III project for which bids will be received on March 28, 2024 (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond acid labor and material bond required by the Contract Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or thud parties if for any reason w'c do not execute the requisite bonds. We are duly authorized to do business in the State of NeAv York. ATTEST Travelers Casualty and Surety Company of America Olivia Spada Surety's f\Uoa ized Signs re( _-- ne Czlapinski, Attorney-in-Fact (Corporate seal if any If no sea] write"No Seal" across this place and sign) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal Copies of this forin may be filled out and attached to this page) 2018 PROPOSAL-21 Travelers Casualty and Surety Company of America ice► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Joanne Czlapinski and Olivia Spada of Hartford Connecticut , their true and lawful Attorneys)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 21st day of April, 2021. CSUgFIyC., •�P�tv,AiV, yJ ? i HARTFORD,'i< �¢i IWITFORO,}i J"JRkt'1: CONK. to,u' CONN.fj o uA `=6�'�,'• �,'�,` �'6�'•-.......:+erg � ft ,,.y••.............%' G 1, ," �WippuW(b State of Connecticut / By: r City of Hartford ss. Robert ORaney,Senior Vice President On this the 21st day of April,2021,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 * 140s i Anna P. Nowik, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President,any Senior Vice President, any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President,any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes,the undersigned,Assistant Secretary of each of the Companies,do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 28th day of March 2024 JQ• .. Up�Jr,......•,`,,1,�9� HARTFORD, i w i N:IFrfFOAD,t K!.'.�JR 6. CONN. ;o ���. CCNN. llll on � PA Kevin E.Hughes,Assistant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached. Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector-Divestment",in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas-tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran; or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the New York State Finance Law as a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) `By submission of this'bid, each bidder and each person signing on behalf of any bidder certifies,and in the case of a joint bid,each party thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a (3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision (a) above, the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The Owner reserves its rights, in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities ins Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted, publicized and is implementing a formal plan to cease the investment activities§ in Iran and to refrain from engaging in any new investments in Iran; or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act"form with your proposal. 2018 PROPOSAL-22 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase I1&III CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran" (both are defined terms in the law) (the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person,signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies,under penalty of perjury, that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL§ 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed,extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification, the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. 1, C—Pt QC- U0 . lr cyj cx-, C ,being duly sworn, deposes and says that he/91+e is the �t G es o ev)T of the «��� C— Corporation and that neither the Bidder/Contractor nor any pro osed subcontractor is identified on the Prohibited Entities List. GNED SWORN to before me this ­1T ong day of m�^�G�l 200 L/ Notary Public: (This form must be completed and submitted with the.Ppoposal.) JANET SAMPERI N®T14R1?PUBLIC-CT I68600 MY COMMISSION EXPIRES FEB.28,2025 2018 PROPOSAL-23 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. An overall DBE goal of 6.3 percent will be utilized for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Special Provisions to the General Provisions, Section SP 70-23,subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms" from each of the DBE firms the Bidder or Offeror intends to use. If the contract goal is not met, Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located in Section 200.The website for the Unified Certification Program directory in the state of New York is: https://nysucp.newLiycontracts.com/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): ( _ The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The Bidder or Offeror,is unable to meet the DBE utilization goal stated above. However, we are committed to a minimum of %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE) set-aside. IRS Number: D 0`6(og'tQ c6 �Cel;'��2hT Signature an itle C 0.i Lk Gee f t� 2018 PROPOSAL-24 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S LIST COLLECTION FORM (Bidder's Information) The sponsor is required by CFR Title 49, Subtitle A, Part 26, Subpart A, Section 26.11 to collect the following information from the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project. The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase II&III Bidder's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No. Status Receipts [,r,P��g 7G✓�n9 e 3o Uer�lr,a��1 '1-d ❑ Less than 1 year ❑ Less than$500K N.ofT� woe n ❑ 1-3 years ❑ $500K-$1M ❑ DBE 1 0 G H Vj ❑ 4-7 years ❑ $1-$2M L Non-DBE ❑ 8-10 years ❑ $2-$5M -54\More than 10 yrs. EX More than$5M (This form must be completed and submitted with the Proposal.) r 2018 PROPOSAL-25 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III BIDDER'S LIST COLLECTION FORM (Subcontractor's Information) The sponsor is required by CFR Title 49,Subtitle A,Part 26,Subpart A,Section 26.11 to collect the following information from each subcontractor submitting a quote,bid or proposal to the bidder. As such, it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project.The sponsor will consider incomplete information to be an irregular proposal. Please note that the information requested below must be filled out for each quote received by the bidder, regardless of DBE status. For example,if the bidder requests quotes from three contractors for electrical work, the information requested below must filled out for the three subcontractors. It is important to note that providing the information does not commit the bidder to using any one of the three subcontractors in the work. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-024-2019 Project Name: Rehabilitate Runway 12-30—Phase II&III Subcontractor's Information Firm Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Firm Annual Gross Phone No.Qp Status Receipts "'K12r fS 1+11- cs �?r ❑ Less than 1 year ❑ Less than$500K N¢e y ih�"Ti7� C ❑ DBE ❑ 1-3 years ❑ $500K-$1 M D• O-a7(oy C�TOn-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $245M ❑ More than 10 yrs. ❑ More than$5M n d u5 �rSdS�rLitvi eS t ❑ Less than 1 year ❑ Less than$500K Pvm i• Pry d�fui ATrQ1L11 ❑ DBE ❑ 1-3 years ❑ $500K-$1M 3Lf l[ / El 4-7 years ❑ $1-$2M on-DBE ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M �f-xI zSS H-4nccctc ,9ue ❑ Less than 1 year ❑ Less than$500K d CA ❑ DBE El 1-3 years El $500K-$1M 903 -'333-69-70 � El 4-7 years ❑ $1-$2M on-DBE ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M 2018 PROPOSAL-26 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III Finn Street Address, DBE/Non Firm Name City,State,Zip Code, DBE Age of Finn Annual Gross Phone No. Status Receipts Gaff ❑ Less than 1 year ❑ Less than$500K + love&1d ❑ DBE ❑ 1-3 years ❑ $500K-$1M � D-30 0 t on-DBE � ❑ 4-7 years ❑ $142M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M G-&-cam y,� y ST�F. ❑ Less than 1 year ❑ Less than$500K (-0,60 G ca+"l ❑V613E ❑ 1-3 years ❑ $SOOK-$1M jD g5-7 ❑ Non-DBE ❑ 4-7 years El $1-$2M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M off-7 e Sr ❑ Less than 1 year ❑ Less than$500K ND 001dri d'c BE ❑ 1-3 years ❑ $500K-$1M 6a4 ❑ Non-DBE ❑ 4-7 years ❑ $1-$2M ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. ❑ More than$5M Pe, ,IrMn ❑ Less than 1 year ❑ Less than$500K O'DBE ❑ 1-3 years ❑ $500K-$1M (Yl 1 +�O (y ' ri, ❑ Non-DBE ❑ 4-7 years ❑ $142M Lo -'a6 - -7 a D 0 ❑ 8-10 years ❑ $2-$5M ❑ More than 10 yrs. 0 More than$5M (Copy this form and submit with your original proposal if more space is needed.) . (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport Project Name: Rehabilitate Runway 12-30—Phase I1&III FAA AIP Project No: 3-36-0029-024-2019 Total Awarded Contract Amount: $4.S'7y,762,50 Name of Bidder's Firm: t7�hp i C� rl� Z1 C Street Address: 3 O b3 e(nha�� City: �Jb(T() +k1x J&Vq State: C7 1 Zip: 6 K. 7 7-5 Printed name of signer: C_1-r(Z-c - 1 c-IC.ef 1J— Printed title of signer: rre-s 1 02n l DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ S 6 x 1.00= $ 93, � so ,� 7 -r DBE Suppliers * $ x 0.60= $ % DBE Brokers ** $ x 1.00= $ % DBE Manufacturers $ x 1.00= $ Total Proposed DBE Participation*** $ % Established DBE Goal $�(° a, ' 7Ss. 5�� 6.3 Applicable only to regular dealers. ** Applicable only to the amount of fees or commissions charged for assistance in the procurement of material and supplies,or fees and transportation charges for delivery of material and supplies. *** If the total proposed DBE participation is less than the established DBE goal, bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Civil ' hts Staff of the Federal Aviation Administration. By. --- P�feS Dever (Signature adder's representative) (Title) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-28 i Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II &III DBE LETTER OF INTL'NT FORM (Submitione form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Rehabilitate Runway 12-30-P➢><aase 11&IN I Elazabefli Fic&dl Ai>i•yo, t l FAA AiP Project No: 3-36-0029-024-20119 Natne of Bidder's Firm: Efr_T". Paul hC -rIn c StreetAA' E7�ddress: ab —y")OA rC� IV I� City: 01-0h �ey State: Zip: a(04 7 Name of DBE firm: r 3—1-n -Ce. Tro► i e. ��o,l- Y o Z n G Street Address:515 Ave Su-A- City; 1V lQrf+ 1 G L State: Q;r Zip: 6103 Contact Person: C-J jJU4rcorel `C'!m1 r CA Telephone' TS(06- 31 3-505-1 Certifying Agency: a►kea J �� Expiration Date: Q/ l4 (DBE firm shall submit evidence,such as a photocopy,of their certification' Classification: U Prime Contractor L Subcontractor L Broker U Manufacturer L Supplier Disadvantaged Group check one): Black American :1 Hispanic American Native American ❑ Subcont.Asian American:] Male Male Male rl Male Female Female rl Female rl Female Asian Pacific American -1 Non-Minority rl Other(not of any group listed here) Male I Male II Male Female U Female U Female - SUMMARY OF WORK ITEMS Work Item(s) Description ofWork Item NAICS Estimated Quantity Total Value F The bidder is cornnutted to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ AfEirntation; The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollarvalue as staled above. 8y: � — i By {Sigu tune o u c epresettlalivc) t ille) It the bidder does not receive atrard of the prime contract, :uty and all representations in m Letter of Tntew and Affirmation sitall he call and void. (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-29 1 Elizabeth Field Airport: Rehabilitate Runway 12-30 -Phase 1I &III DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Nanie/Location: Rebalhiiitate Runway 1.2-30—Phasp ID &IN/Elizabeth Field Airport FAA AiP Project No: 3-36-0029-024-2019 Name of Bidder's Firm: Street Address A &—m aNa City:N^Wn�Aa4rn State: Zip: C-)(o 73 Name of DBE firm: �— rOYt3Q Tr a PF;e, �",Or� ek Zne. p Street Address: 4b" Teh�'��. yQT7t q AYC. SUti�l, I City: N in( �. p State: �T �yZip: d�3S Contact Person: "C Y wJ 1 el[6Y-0. Telephone:p ]" Certifying Agency: %CkS CIE 0- Expiration Date: ti (DBE firm shall submit evidence,such as a photocopy,of their certification status) J Classification: LJ Prime Contractor L Subcontractor L Broker Ll Manufacturer L Supplier Disadvanta*ed Group(check on Black American ❑ Hispanic American V Native American ❑ Subcont.Asian American:] Male 1 Male 19/ Male fi Male -I Female 1 Female fl Female fl Female -1 Asian Pacific American 1 Non-Minority fl Other(not of any group listed here) - Male I Male I I Male Female LI Female Li Female _ SUMMARY OF WORK ITEMS Work Item(s) Description of'Work Item NAILS Estimated Quantity Total Value Aa Ary l r IJ u r The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is$ Affirmation; The above-namcd DBE firm affirms that it will perform the portion of the contract for the eStitnatcd doliarvaltte ns stated above. By- Hy: nrc�n��_F1�1 ------- P� cvn�rrT[l�'� 1 �R4'1J' z.�— { Igoature P. u c ers Cepresenlativc) ( dle) If the bidder does nit receive alvartl of the prltne couh•aet, suly and all representations in this Letter of Intent and Affirmation shall be null and void. (This form must be completed and submitted lwitlt the Proposal.) i 2018 PROPOSAL-29 STATE OF CONNECT n Current User: Homo Biznet Menu Log In/Out About Us Program and Sernces Publications Forms Contact Us Home Search Results List of-companies matching search criteria Search Criteria:-Company Name includes'GForce Traffic Control,Inc.' Items per Page 25 « 1 > 1 company listed Company Name Services Other Info GForce Traffic Control,Inc. Flagging/Traffic Control Services 95 Pennsylvania Ave,Suite#I Niantic,CT 06357 WebSitc:littp://wwwg-forectrafficcontrolinc.com /www.g-forectrafficcontrolinc.com Contact:Pereira,Jr.,Gustavo Phone:(860)383-5053 NAICS Code(s):561990 FAX: Email:gforcetcontrolrgmail.com Items per Page 26- Home I CT•gov Home I Send Feedback Stale of Connecticut D' ai er and P! c o is Copyright©2002-2007 State of Connecticut Hit Cowaw 176.452 i I . Elizabclh field Ahporl Rchabililatc Runway 12-30 -Phase If& III DBE LETTER OF INTENT hORM (Submit one form foreneh DBr subconlractor,supplierm•mmilulactorcr.) Project Nan1c/Location: Rehnhililale Runway 12-30--I'litise I I &, Ill I lsl'r olbelh Field Airport FAA AIP Project No: 3-3 6-111)2 9-f12A=2(1111 Namc of Bidder's Firm: C fl,.,�t f t'? `ja(1 v I ngi n G - Street Address: 3o be((\, )C((,(( ^7.o City; N o I h 11�:.,i e" —,State: C.I ri,1 c��,ti 3 NumcofDBF.firnl: ' G' I.i Street Address: c3 J(o i'\1 , •! •L v1n (0- -Yt.u^ P-d city:__IT i. 1-1v(f sime: IVet.t1 ror-,zt/ Gip: R-ao 0 Contact Person: GU.9s I e 4 \ or\e Telephone. 1 ��o�-G KS� Lf Certifying Agency: 5icpie, 4 CT Lspirnlion Dale: A (DBE firm shrill submit evidence,such ns a photocopy,ortheir certification status) Classifiealion: U PrimeConlrnctor I_.-" ubconlraclur L Broker 1.1 Ma1lrlfaclurer L Supplier DisadOnla ged Group(check one): Black American 7 Hispanic American U Nnlive American 11 Subeont.Asian American-] \iale 1 \,late fl male fl Male Female -I Female n Female fl Female Asinn Pacific Amcricau -1 Non-Minority rl Other(not of any group listed here) - ,\-talc I ,Male I i \,late Female l..l Female U Female _ i SUMMARI'OF\PORK ITEMS Work Ren1(s) Description of Work licm NAICS Iislimlded Qunnlity Tolul Value t Qtv C ✓lr^ 2 31°.�1.38/r�, s y aoo. v c� The bidder is coil nilled to ulifizit the-above-named DBE firm for the%vurk described above. The estimated dollar vnlac of this work is S i Affirmation: The above-named DBE firpirrfirms Thal it perform the portion of the conh•acl for the eslinlmed dollar value as slated above. BY:— (Signature of DBE finnj tsentalive). (Title) By: (Signature of Bidders representative) (Title) If the bidder does not receive award of the prink contract, any And All rt1weselltallons In this Letter, of Intent and Affirmation shall be null and vuid, (This form must be completed:aid submitted with the Proposal) 2018 PROPOSAL-29 STATE OF CONNEC Current User: Home Bizncl Mcnu Log INout About Us Program and Services Publications Fonns Contact Us Horne Search Results List of companies matching search criteria Search Criteria:Company Name includes'Atlantic Concrete' Items per Page 125_ 1 company listed Compalty Name services, Ether Info Atlantic Concrete Cutting,Inc. Sawing,Drilling,Bridge Deck Grooving,Concrete Grinding&Polishing, 396 N.Pemberton Road Engineered Selective Demolition,Ground Penetration Radar Mount Holly,NJ 08060 Contact:Walker,Nancy WebSite:htlp;//www.attantice(incretccutti g.co t Phone:(609)261-7200 FAX:(609)261-7246 NA1CS Code(s):237310,238110,238120 Email:mmorrisott atlantieconeretecutting c�om Items per Page « Home I gy nov Home I Send Feedback State of Connecticut Di c im r and FrLvqcyPo icy,Copyright©2002-2007 State of Connecticut Hit Counter 176.454 ` , ^ From:_ James_-__-~—_-1--___-' Subject: empire ' Date: March~ ^..-a ~.~~ ORE 0F1N'l'1,',NTFORN1 City CY, Zip. SUNINIAM,OF MINN VIT'Als ., 1.3 STATE OF CONNEC 9ET Current User: Home Biznet PAcnu Log In/Out About Us Program and Services PUblleatiONS Forms Contact Us Home Search Results List of companies matching search criteria Search Criteria:Company Name includes'J.DeVoe Trucking' Items per Page ;25 « 1 v f > > - - 1 company listed Company Name Services Other Info J.DeVoe Trucking Trucking of Construction Materials. 27 Beech Street North Branford,CT 06471 NAICS Codc(s):484110 Contact:DeVoe,James Phone:(203)457-1320 FAX:(203)457-0379 Email:jdevoe761I(ilaol.com Items per Page 125 Home I CT nov Home I Send Feedback Stale of Connecticut Di i r and ZrLy&y Fgby,Copydght©2002-2007 State of Connecticut Hit Counter 176,446 Elizabeth Field Airport Rehabilitate Runway 12-30 -Phase II&III SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: �/ zct �3�1-/ Tt��c� 1-t��t�aC i 'I I5�1 err(5layx4 - .Sv b N Y p _ �- Project Name: R'�n !X-3© Rs V� a.6 P h gs e �. c f 1 1 Contractor's Official Name: C Contact Person: Err W v CK e r 1 1 1 Telephone: o yo'Z Street Address: 30 'C -err� �rcL City: Py 0!C0 , State: Zip: 0(Vq 7 rJ Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance,Document(SPCD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SPCD prior to the start of construction work,if awarded this Contract,and that I will provide any additional information requested by the Owner. 15f2L W . IU Cicero l Printed Name of Signer Signature IR-Ie-s i Dew Title Date END OF PROPOSAL 2018 PROPOSAL-30 Established in�1967 141 W,A XTA -1 It] General Contractors 30 Bernhard Road • North Haven, CT 06473 203-752-0002- Ph •203-752-0242- Fax www.empirepaving.com March 28, 2024 Southold Town Clerk's Office 53095 Route 25 Southold, NY 11971 RE: Runway 12-30 Rehabilitation- Phase II & III Project Elizabeth Field Airport, Fishers Island Empire Paving, Inc. will submit Financial Information upon being the apparent low bidder. Sincerely, EMPIRE PAVING, INC. Earl W. Tucker, 11.1 President EWTIII/lq An Equal Opport —,. Employer EMPIRE PAVING EQUIPMENT LIST 2024 Empire ID# Year Make Model Type BTArCK!IOE� '-AiKE •[3E TYPE BH-18 2004 JOHN DEERE 110 TRACTOR/LOADER/BACKHOE BH-19 1994 ICASE 590 TRACTOR/LOADER/BACKHOE/EXTENDAHOE BH-34 2014 JOHN DEERE 310K TRACTOR/LOADER/BACKHOE w/EXTENDAHOE BH-35 2008 JOHN DEERE 410J TRACTOR/LOADER/BACKHOE BH-36 2004 JOHN DEERE 41OG TRACTOR/LOADER/BACKHOE �✓�- MFC ORS PA NlAI(E MODEL_ TYPE CP-11 VIBCO/PATCHMAN TP2045 PLATE COMPACTOR CP-13 2003 INGERSOLL RAND BXR70 VIB PLATE COMPACTOR CP-14 1990 ALLIED 9700-C HO PAC CP-19 2005 MULTIQUIP MVC-88GHW VIB PLATE COMPACTOR CP-20 2006 MULTIQUIP MVC-88VGHW VIB PLATE COMPACTOR CP-22 2008 MULTIQUIP MVC-88VGHW PLATE COMPACTOR CP-33 2002 MULTIQUIP-MIKASA MVC-60H COMPACTOR CP-42 WACKER BS50-2i VIB RAMMER CP-43 IWACKER BS50-2i VIB RAMMER CP-45 2012 IWEBER Mt CRSHD REVERSABLE PLATE SOIL COMPACTOR CP-46 2013 1 MULTIQUIP-MIKASA MVC88VGHW PLATE COMPACTOR CP-47 2013 IWEBER Mt CR-5 HO REVERSIBLE PLATE COMPACTOR CP-48 2013 IMULTIQUIP MVC88VGHW REVERSIBLE PLATE COMPACTOR CP-49 2016 MULTIQUIP MVC88VGHW REVERSIBLE PLATE COMPACTOR CP-50 2014 WEBER Mt CR-5 HD REVERSIBLE PLATE COMPACTOR GP-51 2012 WEBER Mt CIF 2 HD VIBRATORY PLATE COMPACTOR CP-52 2019 MULTIQUIP MVC88VTHW FRONT PLATE COMPACTOR CP-53 2019 MULTIQUIP MVC88VTHW FRONT PLATE COMPACTOR CP-54 2013 WEBER Mt CR-5 HD REVERSIBLE PLATE COMPACTOR CP-55 2015 WEBER Mt CR-5 HD REVERSIBLE PLATE COMPACTOR CP-56 2015 WEBER Mt CR-5 HD REVERSIBLE PLATE COMPACTOR CP-57 2015 WEBER Mt CR-5 HD REVERSIBLE PLATE COMPACTOR CP-58 2019 WEBER Mt CR-5 HD REVERSIBLE PLATE COMPACTOR CP-59 2012 WEBER Mt CR-5 HD REVERSIBLE PLATE COMPACTOR CP-60 MULTIQUIP MVC-64VHW PLATE COMPACTOR CP-61 2021 . WEBER MT CF-2A-HD VIB PLATE COMPACTOR CP-62 2021 MULTIQUIP MVC-88VTHW PLATE COMPACTOR CP-63 12022 WEBER CR5-II REVERSIBLE PLATE COMPACTOR CP-64 2022 IMULTIQUIP MVC-88VTHW PLATE COMPACTOR CP-65 2023 WEBER MT CR 5-II HD REVERSIBLE PLATE COMPACTOR CP-66 2023 MULTIQUIP-MIKASA MVC-88VTHW PLATE COMPACTOR CP-67 2023 MULTIQUIP-MIKASA MVC-88VTHW PLATE COMPACTOR CP-68 2023 MULTIQUIP-MIKASA MVC88VTHW PLATE COMPACTOR JJ-01 2007 WACKER BS50-21 JUMPING JACK VIB RAMMER JJ-03 2020 WEBER SRV590 JUMPING JACK VIB RAMMER JJ-04 2020 WEBER SRV590 JUMPING JACK VIB RAMMER JJ-05 2020 WEBER SRV590 JUMPING JACK VIB RAMMER JJ-07 2023 WEBER SRV590 II JUMPING JACK VIB RAMMER HP-01 2007 ACKERMAN HC40 HOE PAC HP-02 2007 HUDCO HC40 HOE PAC HP-03 2014 CAT CVP 110 HOE PAC for ACKERMAN rCOMP,ESSORS !A E MODEL TYPE COMP-01 1999 INGERSOLL RAND P185 COMPRESSOR COMP-02 1988 INGERSOLL RAND P185'COM COMPRESSOR COMP-03 1985 JOY 150 COMPRESSOR COMP-06 INGERSOLL RAND 30T FACTORY AIR COMPRESSOR COMP07 INGERSOLL RAND 185 COMPRESSOR COMP08 1990 INGERSOLL RAND T30/SS3 COMPRESSOR COMP-09 JOY 331 AIR COMPRESSOR COMP-11 INGERSOLL RAND P185WJD COMPRESSOR COMP-12 2002 INGERSOLL RAND P185 W AIR COMPRESSOR ISUZU DSL COMP15 2005 INGERSOLL RAND 185 AIR COMPRESSOR AIR COMPRESSOR COMP16 2017 INGERSOLL RAND SS3J5.5GH 5.5HP HONDA PORTABLE AIR COMPRESSOR COMP-18 2018 CENTRAL PNEUMATIC 9 GAL.212cc 135 PSI WHEEL BARROW AIR COMPRESSOR COMP-19 2018 CENTRAL PNEUMATIC 30 GAL.420cc TRUCK BED AIR COMPRESSOR COMP-20 2011 DOOSAN IHP375WJD COMPRESSOR was ICOMP03 COMP-21 2010 INGERSOLL RAND AIRSOURCE PLUS 185 COMPRESSOR was ICOMP02 COMP-22 2020 ATLAS COPCO CPS 185-KD7 COMPRESSOR COMP-23 2020 ATLAS COPCO CPS 185-KD7 COMPRESSOR COMP-24 INGERSOLL RAND 71TZ COMPRESSOR Empire \ ID# Year Make Model Type COMP-25 2022 CENTRAL PNEUMATIC 9 GAL.212cc 135 PSI WHEEL BARROW AIR COMPRESSOR COMP-26 2022 AMP AKAC120 AIR COMPRESSOR C• O � •DEL TY00 1994 CEDARAPIDS 36 X 60 CONVEYOR CONV-05 SHOP BUILT/CUTSOM 48"x 52"Electric Conveyor/V-Cleat Belt CONV-06 SHOP BUILT/CUTSOM 42"x 22"Electric Conveyor/Smooth Belt CONV-07 40"x 100"Conveyor CONV-08 TELESMITH 70'Electric CONV-09 2005 CEC 36X40 TOP TRUSS 36 X 40 CONVEYOR CONV-12 POWERSCREEN 32"BELT WIDTH,43"BELT LENGTH,HYD TRANSFER CONVEYOR STKR-04 POWERSCREEN Radial Stacker 28"x 48"(Hydraulic) STKR-05 POWERSCREEN Radial Stacker 35"x 60(Hydraulic) STKR-06 CEC Radial Stacker 30"x 60' STKR-13 2021 ANACONDA 7542 TRACK STACKER STKR-14 2023 ANACONDA TR6036 TRACK STACKER G:KU19 ERS� M�iKE MODEL TYPE CR-02 1995 CEC 133x115 IMPACTOR CRUSHER CR-09 1988 HAZMAG 1313 w/6x20 Screen CR-30 2022 IROCKSTER R1100S/RS114/RB95 TRACK MOBILE IMPACT CRUSHER CR-31 2016 jMcCLOSKEY J40 V2 JAW CRUSHER CR-32 2022 IROCKSTER R1000S/RS100/RB92 TRACK MOBILE IMPACT CRUSHER CR-34 2023 IROCKSTER R1100DS/RS114S/RB95B TRACK MOBILE IMPACT CRUSHER CU BERS MAKE O a EL TYPE CURB-01 11989 POWER CURBER PC150 CURBER CURB-02 1984 POWER CURBER PG150 CURBER CURB-04 COBRA 1300 CURBER DOZERS NAME MODEL T PIE_ DZ-17 12003 JOHN DEERE 450 H CRAWLER DOZER DZ-34 2013 JOHN DEERE 700K XLT CRAWLER TRACTOR DOZER DZ-36 2006 JOHN DEERE 450J LT DOZER ' DZ-38 2015 CAT D6K TRACK TYPE TRACTOR/DOZER was IDZ01 DZ-39 2017 JOHN DEERE 450K CRAWLER TRACTOR DOZER DZ-40 2019 JOHN DEERE 450K CRAWLER TRACTOR DOZER DZ-43 ? DRESSER TD15E CRAWLER TRACTOR DOZER ©WIMP T UC-KS AKE ODEL TYPE DT-821 2003 MACK CV713 DUMP TRUCK DT-822 2003 MACK CV713/700 CV70 DUMP TRUCK DT-829 2000 MACK HEATED BED CL713/700 CL70 DUMP TRUCK DT-833 2004 FORD F550 DUMP TRUCK WITH PLOW AND SANDER DT-834 2007 MACK NON HEATED BED CV713 GRANITE 1700 CV70 DUMP TRUCK DT-835 2007 MACK NON HEATED BED CV713 GRANITE 1700 CV70 DUMP TRUCK DT-837 2007 MACK HEATED BED CV713 GRANITE/700 CV70 DUMP TRUCK DT-838 2008 MACK NON HEATED BED GU713 DUMP TRUCK DT-840 2004 KENWORTH T300 DUMP TRUCK DT-841 2004 PETERBILT 330 DUMP TRUCK DT-842 2006 MACK NON HEATED BED CV713/700 CV70 DUMP TRUCK DT-843 2006 KENWORTH T800B DUMP TRUCK/TRI-A FLO BOY DT-844 2006 FORD F450 DUMP TRUCK DT-845 2001 STERLING T/A DUMP DUMP TRUCK DT-846 2017 MACK NON HEATED BED GU713 DUMP TRUCK DT-847 2017 iMACK NON HEATED BED GU713 DUMP TRUCK/TRI-AXLE DT-848 2016 MACK HEATED BED GU713 DUMP TRUCKwas IDT-12 DT-849 2016 MACK HEATED BED GU713 DUMP TRUCK was(IDT-09) DT-850 2016 MACK HEATED BED GU713 DUMP TRUCK was IDT-07 DT-851 2016 MACK HEATED BED GU713 DUMP TRUCK was(IDT-14) DT-852 2000 KENWORTH W9 FLOWBOY/DUMP TRUCK DT-853 1993 Ford F800 DUMP TRUCK DT-854 2020 MACK NON HEATED BED GR64F DUMP TRUCK DT-855 1985 MACK 600 R600 DUMP TRUCK DT-856 2021 MACK NON HEATED BED GR64F DUMP TRUCK DT-8101 1989 FORD F800 DUMP TRUCK Empire ID# Year Make Model Type ATDT-18 EUCLID 312 TD OFF-HIGHWAY TRUCK ATDT-19 2014 JOHN DEERE 250D ARTICULATED DUMP TRUCK X tAY- OR ftg MODE TYPE EX-45 12008 CAT M322D EXCAVATOR EX-55 2009 CAT 321 DLCR HYDRAULIC EXCAVATOR EX-67 2014 CAT 308ES CR MINI MINI EXCAVATOR EX-68 2015 CAT 303.5E MINI MINI EXCAVATOR EX-69 2014 CAT M322D RUBBER TIRE WHEELED EXCAVATOR EX-73 2013 CATERPILLAR 305ECR MINI EXCAVATOR EX-75 2009 CAT 336DL HYDRAULIC EXCAVATOR EX-76 2015 CAT 305.5E2CR MINI MINI EXCAVATOR EX-77 2017 VOLVO EW60E RUBBER TIRE WHEELED EXCAVATOR EX-78 2015 CAT M322D EXCAVATOR EX-83 2014 CAT J 349F HYDRAULIC EXCAVATOR was(IEX-07) EX-85 2014 CAT 336EL HYDRAULIC EXCAVATOR was(IEX04) EX-86 2014 CAT 328DLCR HYDRAULIC EXCAVATOR was(IEX05) EX-87 2015 CAT 308E2CRSB HYDRAULIC EXCAVATOR was(IEX06) EX-91 2007 CASE CX330 EXCAVATOR EX-95 2018 CAT 308E2 HYDRAULIC EXCAVATOR EX-96 2020 CAT M322F WHEELED EXCAVATOR EX-97 2018 CAT 304E2 MINI EXCAVATOR EX-99 2019 VOLVO EC160EL HYDRAULIC EXCAVATOR EX-100 2016 CAT 325FLCR HYDRAULIC EXCAVATOR EX-101 2013 CAT 308ECR MINI EXCAVATOR EX-102 2016 DEERE 300GLC EXCAVATOR' EX-103 2020 CAT 330CL MATERIAL HANDLER EX-104 2020 CAT M322F HYDRAULIC EXCAVATOR EX-106 2019 CAT 335F HYDRAULIC EXCAVTOR EX-107 2021 CAT M322F WHEELED EXCAVATOR EX-1.09 2021 CAT M322F WHEELED EXCAVATOR EX-112 2016 JOHN DEERE 300GLC EXCAVATOR EX-113 2015 JOHN DEERE 250GLC TRACKED EXCAVATOR EX-114 2012 DOOSAN DX180LC HYDRAULIC EXCAVATOR EX-116 2017 CAT M322F WHEELED EXCAVATOR EX-117 2018 CAT 308E2 TRACKED EXCAVATOR EX-118 2023 AGROTK QH12 TRACKED MINI EXCAVATOR 'GENIE iATiOR$ M '_fC_ MOpEL Td1YRE GEN-02 1988 MULTI-QUIP DCA25SSI GENERATOR GEN-08 2000 IMULTIQUIP DCA-45SSIUII 36 KW PORTABLE GENERATOR GEN-12 IDETROIT GENERATOR SET GEN-15 MULTI-QUIP DB-050112/45SSIU3 45KW GENERATOR GEN-16 MULTI-QUIP DCA-70USI 60KW ENERATOR GEN-20 2011 HONDA MULTI-QUIP EB 3000 GENERATOR GEN-21 2013 HONDA EB3000 GENERATOR GEN-22 MAGNA PLUS 431 PSL1264 GENERATOR/MARATHON ELECTRIC GEN-24 2017 HONDA EB3000c PORTABLE GENERATOR GEN-25 2018 HONDA EB3000c PORTABLE GENERATOR GEN-26 2016 MULTIQUIP DCA25SSIU4F DIESEL POWERED A/C GENERATOR was IGEN-04 GEN-27 2012 IMULTIQUIP DCA70SSIU2C DIESEL POWERED A/C GENERATOR was IGEN05 GEN-28 2015 HONDA EB3000c 3000 WATT OHV GENERATOR on PU 9-03 GEN-29 2019 HONDA EB3000c 3000 WATT OHV GENERATOR GEN-30 HONDA EB3000c 3000 WATT OHV GENERATOR GEN-32 GEN-33 2020 HONDA E133000c 3000 WATT OHV GENERATOR- GEN-35 2020 MULTIQUIP 3000 WATT OHV GENERATOR GEN-36 2020 Windco DP7500 DP75000/13 7500 WATT GENERATOR GEN-37 2020 HONDA EB3000c 3000 WATT OHV GENERATOR 6EN-38 MULTIQUIP GA-3.6HA 3600 WATT GENERATOR GEN-39 MULTIQUIP GA-6HR 6000 WATT GENERATOR GEN-40 MULTIQUIP GA-6HR 6000 WATT GENERATOR GEN-41 MULTQUIP GA-6HR 6000 WATT GENERATOR GEN-42 HONDA EB3000c 3000 WATT OHV GENERATOR GEN-43 — GEN-44 12021 HONDA IEB3000C 3000 WATT OHV GENERATOR / GEN-45 I CAT 13150 Empire ID# Year Make Model Type GEN-46 2022 AMP ' AK10KES 10000 WATT GENERATOR GEN-47 2019 PREDATOR 4000 WATT GENERATOR GEN-48 2022 MULTIQUIP DCAI5SPX4F 15000 WATT GENERATOR GE N 49 2023 HONDA EB2800i 2800 WATT GENERATOR GEN-50 2023 HONDA EM6500 6500 WATT GENERATOR GEN-51 2023 HONDA EB28001TA 2800 WATT GENERATOR GRADER MAI(E MODEL TYPE G-06 1993 JOHN DEERE 772BH H in the YARD GRADER G-07 2001 IPS1 M413XT ROAD GRADER G-09 2003 JOHN DEERE 670CH SERIES 11 MOTOR GRADER G-10 1977 ATHEY GRADER BLADE GCPF-01 2009 GRIZZLY CUB 300T PAVING FABRIC INSTALLATION MACHINE_ ;LOADERS MAKE MODEL TYE'E L-12 2005 DAEWOO M300 V LOADER L-13 1999 HALLA 380E LOADER L-57 2012 CAT 930K WHEEL LOADER L-60 2002 ICAT 98OG RUBBER TIRED LOADER L-66 2011 ICAT 980H WHEEL LOADER L-74 2015 ICAT 950M RUBBER TIRED WHEEL LOADER was(IL03) L-77 2018 ICASE 321F WHEEL LOADER L-78 2016 IJOHN DEERE 544K WHEEL LOADER L-79 2015 KOMATSU WA320-7 WHEEL LOADER L-87 2016 VOLVO L70H WHEEL LOADER L-90 2018 VOLVO L70H WHEEL LOADER L-91 2019 SDLG L918F WHEEL LOADER L-93 2007 JOHN DEERE 544J WHEEL LOADER L-95 2021 CAT 930M WHEEL LOADER L-96 1987 CAT 950B WHEEL LOADER L-100 2018 CAT 966M . WHEELED LOADER LOADE M-El OH3 L nonneffilYffixEM L-56 2009 CAT 299C SKID STEER L-71 2015 CAT 232D SKID STEER/WHEELED LOADER L-80 2018 ICAT 289D SKID STEER L-81 2016 CAT 249D SKID STEER L-89 2018 CAT 262D SKID STEER L-92 2019 TAKEUCHI TL12V2 SKID STEER/RUBBER TRACKS L-98 2018 KUBOTA SVL95-2S SKID STEER/RUBBER TRACKS L-99 2009 CAT 262B SKID STEER/RUBBER TRACKS IPAdERS _ MAI(E MODE1. T'lPE P-14 2007 CAT AP1000D ASPHALT PAVER P-17 1998 LEEBOY L1000T CRAWLER PAVER P-21 2012 CAT AP1000E ASPHALT PAVER P-23 2011 CAT AP655D ASPHALT PAVER P-24 SALSCO TRACKED PAVER TP411 SIDEWALK PAVER P-25 2016 VOGELE 13821 VISION 5100-2 TRACKED PAVER P-26 2001 LEEBOY 8500 ASPHALT PAVER P-27 2018 CAT AP1000F ASPHALT PAVER MOON01 2014 POWERMOON LEDMOON 600w/120v Orange:OH PAVER LIGHTS MOONO2 2014 POWERMOON LEDMOON 600w/120v Orange:OH PAVER LIGHTS MOONO3 2015 POWERMOON LEDMOON 600w/120v Orange:OH PAVER LIGHTS MOON04 2015 POWERMOON LEDMOON 600w/120v Orange:OH PAVER LIGHTS MOON05 2022 POWERMOON LED-MASTER 400w/120v PAVER LIGHTS MOON06 2022 POWERMOON LED-MASTER 800w/120v PAVER LIGHTS MOON07 2022 POWERMOON LED-MASTER 800w/120v PAVER LIGHTS MOON08 2023 POWERMOON LED-MASTER 800w/24v PAVER LIGHTS MOON09 2023 POWERMOON LED-MASTER 800w/24v PAVER LIGHTS MTM-01 1999 ROADTECH SB2500 MATERIAL TRANSFER MACHINE MTM-01 1999 ROADTECH SB2500 MATERIAL TRANSFER MACHINE GCPF-01 2009 GRIZZLEY CUB 300 T PAVING FABRIC INSTALLER CEM-01 12009 CEM VIBRATORY PLATE COMP NWJM-01 12009 IHI 8000 NWJM NOTCH JOINT MAKER P�P1P5 MAI( MODE TYPE PUMP-21 MULTIQUIP 2"SUBMERSIBLE PUMP PUMP-22 MULTIQUIP 2"SUBMERSIBLE PUMP PUMP-23 MULTIQUIP 2"SUBMERSIBLE PUMP PUMP-24 MULTIQUIP 2"SUBMERSIBLE PUMP PUMP-25 TSUMURI 2"SUBMERSIBLE PUMP r Empire ID# Year Make Model Type PMP-26 2009 Stancor.Inc P40CHV 4"Submersible Pump PMP-27 2009 Stancor.Inc P40CHV 4"Submersible Pump PMP-28 2009 Stancor.Inc P40CHV 4"Submersible Pump PMP-29 12009 Stancor.Inc P40CHV 4"Submersible Pump PMP-30 2009 Stancor.Inc P40CHV/S750HV 4"Submersible Pump PUMP-31 2009 Stancor.Inc P40CHV/S750HV 4"Submersible Pump PMP-32 2009 Stancor.Inc P40CHV/S750HV 4"Submersible Pump PMP-33 2009 Stancor.Inc P40CHV/S750HV 4"Submersible Pump PMP-36 2009 Stancor.Inc P40CHV 4"Submersible Pump PMP-37 2009 1 Stancor.Inc P40CHV 4"Submersible Pump PMP-38 2009 Stancor.Inc P40CHV 4"Submersible Pump PUMP-42 BERKELEY PUMPS B4JQBH 4"IRRIGATION PUMP PUMP-43 2017 TSURUMI LB-800 2"1HP 110V ELECTRIC PUMP PUMP-44 ENERPAC PMU-10427 PORTABLE HYDRAULIC TORQUE WRENCH PUMP PUMP-45 2007 RICE-HYDRO 5PH-313 HYDROSTATIC PUMP PUMP-46 2015 BAKER/PRIME-AIRE PA6C60-SAE4/10 CENTRIFUGAL PUMP/TRLR MOUNTED PUMP PUMP-47 2015 BAKER/GORMAN-RUPP 1PA6C60-SAE4/10 TRLR MOUNTED PUMP/was IPMP-03 PUMP-48 1PREDATOR 2"INTAKE DIS WATER PUMP INTAKE DIS WATER PUMP PUMP-50 2015 ISTANCOR.INC 18750 7.5 HP PUMP was IPMP02 PUMP-52 2015 STANCOR.INC S750 7.5 HP PUMP was IPMP04 PUMP-53 2015 STANCOR.INC S750 7.5 HP PUMP was IPMP05 PUMP-54 2015 STANCOR.INC S750 7.5 HP PUMP was IPMP06 PUMP-55 2015 STANCOR.INC S750 7.5,HP PUMP was(IPMP07 PUMP-56 2015 STANCOR.INC P40C HV/S750HB PUMP was IEP10 PUMP-57 2015 STANCOR.INC P40C HV/S750HB PUMP was IEP11 PUMP-58 2015 STANCOR.INC P40C HV/S750HB PUMP was IEP03 ? PUMP-59 STANCOR.INC P40C HV/S750HB SUBMERSIBLE PUMP PUMP-61 2020 STANCOR.INC SSDS-100 SUBMERSIBLE PUMP PUMP-62 CHEMGROUT CG500 2C6A AIR POWERED PROGRESSIVE CAVITY PUMP PUMP-64 2020 STANCOR.INC SSDS-100 SUBMERSIBLE PUMP PUMP-66 2021 STANCOR.INC SSDS-100 SUBMERSIBLE PUMP PUMP-67 2021 STANCOR.INC SSDS-100 SUBMERSIBLE PUMP PUMP-68 2021 STANCOR.INC SSDS-100 SUBMERSIBLE PUMP PUMP-69 2021 WACKER PS2500 SUBMERSIBLE PUMP PUMP-70 2021 WACKER PS2500 SUBMERSIBLE PUMP PUMP-71 2021 WACKER PS2500 SUBMERSIBLE PUMP PUMP-72 2021 WACKER PS2 500 SUBMERSIBLE PUMP PUMP-73 2021 WACKER PS2 500 SUBMERSIBLE PUMP PUMP-74 2021 WACKER PS2 500 SUBMERSIBLE PUMP PUMP-75 2021 WACKER PS2 500 SUBMERSIBLE PUMP PUMP-76 2021 WACKER PS2 500 SUBMERSIBLE PUMP PUMP-77 2021 WACKER PS2 500 SUBMERSIBLE PUMP PUMP-78 2021 WACKER PS2500 SUBMERSIBLE PUMP PUMP-79 2021 WACKER PS2500 SUBMERSIBLE PUMP PUMP-80 2021 WACKER PS2 800 SUBMERSIBLE PUMP PUMP82 2021 WACKER PS32200 SUBMERSIBLE PUMP PUMP-83 2022 WACKER PS2500 SUBMERSIBLE PUMP PUMP-84 2022 WACKER PS2500 SUBMERSIBLE PUMP PUMP-85 2022 WACKER PS2800 SUBMERSIBLE PUMP PUMP-86 2022 WACKER PS2800 SUBMERSIBLE PUMP PUMP-87 2022 WACKER PS2800 SUBMERSIBLE PUMP PUMP-88 2022 WACKER PS2800 SUBMERSIBLE PUMP PUMP-89 2022 WACKER PS2800 SUBMERSIBLE PUMP PUMP-90 2022 LIBERTY FL51M-2 EFFLUSNT PUMP PUMP-91 2022 WACKER PS2500 SUBMERSIBLE PUMP _f PUMP-92 2022 MULTIQUIP ST2037 SUBMERSIBLE PUMP PUMP-93 2022 WACKER PS2 800 SUBMERSIBLE PUMP. PUMP-94 2022 WACKER PS2 800 SUBMERSIBLE PUMP PUMP-95 2022 AMP AKWP30 TRASH PUNP PUMP-96 2015 STANCOR.INC P40C HW S750HB 4"SUBMERSIBLE PUMP OL I_ERS Ml�K O L TYPE R-26 2001 INGERSOLL RAND DD24 VIBRATORY DOUBLE DRUM/-3 TON R-28 1998 INGERSOLL RAND DD24 VIBRATORY/SMOOTH DRUM/ -3TON R-31 SHEEPSFOOT TOW BEHIND-ROLLER R-36 1985 HYSTER C627B ASPHALT/DOUBLE DRUM/80"ROLLER R-39 2006 INGERSOLL RAND DD24 VIBRATORY/ASPHALT ROLLER-3 TON R-51 2003 INGERSOLL RAND PT125R PNEUMATIC COMPACTOR-4TON R-56 2001 CATEPILLAR PS150B 9 WHEEL PNEUMATIC-5TON R-58 1999 IMULTIQUIP RAMMAX/T-16 TANDEM,VIBRATORY ROLLER-1.5 TON R-59 2004 ILEEBOY 420 PNEUMATIC TIRE TRAFFIC ROLLER-2.5-3TON 1 Empire ID# Year Make Model Type R-60 2008 BOMAG BW213DH40 VIBRATORY SMOOTH DRUM ROLLER-13 TON R-61 2012 WACKER RD12A-90 HYDROSTATIC/DOUBLE DRUM ROLLER-1 TON R-64 2009 HAMM HD 110 VHV TANDEM VIBRATORY ROLLER-10 TON R-66 12013 HAMM HD 14W TANDEM,ASPHALT VIBRATORY ROLLER-5 TON R-68 2009 BOMAG BW211 D-40 VIBRATORY DRUM ROLLER-10 TON R-69 2011 CAT CB14XW TANDEM,VIBRATORY ROLLER w/32 in DRUMs-1.5 TON R-70 2013 BOMAG BW 138 AD-5 TANDEM,VIBRATORY ROLLER-4 TON R-72 2012 BOMAG BW138AD TANDEM VIBRATORY ROLLER-4 TON R-73 2012 BOMAG BW284 AD TANDEM VIBRATORY ROLLER -14 TON R-74 2012 BOMAG BW284 AD TANDEM VIBRATORY ROLLER-14 TON E�R-962012 2012 VOLVO DD14 TANDEM VIBRATORY ROLLER-1.5 TON 2011 BOMAG BW211D-40 ROLLER WACKER RT82-SC TRENCH VIBRA DBL DRUM 321N DSL WALK BEHIND 2007 BOMAG BW124DH-3 VIB ROLLER 2014 WACKER RTSC3 TRENCH ROLLER was IRC-01 \ 2012 HAMM HD12W TANDEM ROLLER was IR-10 2015 CAT CS56B ROLLER was IR-01 7 2018 BOMAG BW190 RENTAL ROLLER-C.N.WOOD 8 2018 BOMAG BW190 RENTAL ROLLER-C.N.WOOD 2014 BOMAG BW177DH-DH50 VIBRATORY ROLLER 2014 BOMAG BW211 D-50 VIBRATORY ROLLER 2019 BOMAG BW 211 D-5 VIBRATORY ROLLER 2014 CAT CW34 PNEUMATIC ROLLER 2022 BOMAG BW900-50 ARTICULATED TANDEM ROLLER 2012 BOMAG BW284AD TANDEM VIBRATORY ROLLER -14 TON R-97 2020 BOMAG BW206AD-5 TANDEM VIBRATORY ROLLER R-98 2021 VOLVO DD35B 54"VIBRATORY/SMOOTH DRUM/4 TON SAWS M44NC MOf)EL TYPE SAW-15 TARGET MCSII ROAD SAW SAW-28 2007 HUSQVARNA TARGET PAC IV 13H PUSH CONCRETE ROAD SAW SAW-42 TARGET SUPER 65050 SAW-46 WACKER BFS1318AS WALK BEHIND PUSH SAW SAW-51 2012 HUSQVARNA FS 400 LV WALK BEHIND PUSH SAW SAW-52 2014 ISTIHL TS 420 CUTQUICK 14"XX20MM SAW-53 2014 STIHL TS 420 CUTQUICK 14"XX20M SAW-54 2014 STIHL MS 211C CHAINSAW SAW-55 2016 STIHL TS 420 CUTQUICK 14"GUARD CUT OFF SAW-56 2016 HUSQVARNA K970 14"CUT OFF SAW 6.1 HP/94CC SAW-57 2015 HUSQVARNA K970 11 14"CUT OFF SAW 6.1HP/94CC SAW-59 2017 HUSQVARNA FS400 WALK BEHIND SAW 18"GUARD SAW-60 2017 ISTIHL TS420 14"CUT-OFF SAW 66.7 CC SAW-61 2017 HUSQVARNA K970 16"CUT-OFF SAW SAW-62 2019 HUSQVARNA K970 16"CUTOFF SAW SAW-64 2019 STIHL TS420 14"CUT-OFF SAW SAW-65 2016 HUSQVARNA K-970-11 16"CUT-OFF SAW GASOLINE POWERED SAW-67 2020 HUSQVARNA K-970 16"CUT OFF SAW GASOLINE POWERED SAW-68 2020 DEWALT DEEP CUT BAND SAW KIT DEEP CUT BAND SAW KIT SAW-69 2020 HUSQVARNA 550XP CHAINSAW SAW-70 2019 HUSQVARNA K970 16"CUTOFF SAW SAW-71 2019 HUSQVARNA K970 16"CUTOFF SAW SAW-72 2019 HUSQVARNA 550XP 18"CHAIN SAW' SAW-73 2020 HUSQVARNA K770 14"CUT-OFF SAW SAW-75 2018 Hus varna K770 14"CUTOFF SAW SAW-76 2020 Hus varna K770 14"CUT-OFF SAW SAW-77 2020 Core Cut CC6561GK-36 CC6561GK-36 36"Road SAW"GAS' SAW-78 2020 Hus varna 562XP 20"CHAINSAW SAW-79 2021 ICS SAW:8901`4 & POWER PACK:P95 HYDRAULIC CONCRETE SAW&POWER PACK SAW-80 2021 HUSQVARNA K3600MK II HYDRAULIC CONCRETE RING SAW SAW-81 2021 HUSQVARNA K970 16"CUTOFF SAW SAW-82 2020 HUSQVARNA K770 14"CUT-OFF SAW SAW-83 2021 STIHL MS 170 CHAINSAW SAW-85 2021 HUSQVARNA 365 18"CHAINSAW SAW-86 2019 HUSQVARNA K970 14"CUTOFF SAW SAW-87 2021 HUSQVARNA K770 14"CUTOFF SAW SAW-88 2021 HUSQVARNA K970 111 16"CUTOFF SAW SAW-89 2021 HUSQVARNA K770 14"CUTOFF SAW 1 SAW-90 2022 DEWALT DWE7491 RS 10"PORTABLE TABLE SAW SAW-91 2022 HUSQVARNA K770 14"CUTOFF SAW SAW-92 SLUGGER BY FEIN MCCS14 51305 14"METAL CUTTING SAW SAW-93 2021 VNORTON C2024SS 14"-24"CONCRETE SAW SAW-94 2022 QVARNA K970 14"CUTOFF SAW SAW-95 L TS420 14"CUTOFF SAW SAW-96 2022QVARNA 1450 RANCHER 11 20"CHAINSAW v 1 I Empire ID# Year Make Model Type SAW-97' 2022 HUSQVARNA K770 14"CUTOFF SAW SAW-98 2023 JET CS-315-1 VARIABLE METAL CUTTING SAW BAND-01 BAND SAW � K O SCR-16 SIMPLICITY 6x20 SCREEN ON STAND @ MODERN SCR-17 SIMPLICITY 6x20 SCREEN MODERN SCR-26" GRIZZLY GRAVITY SCREEN DOUBLE DECK SCREENING PLANT SCR-34 2002 CEC 6x16 DOUBLE WHEELED SCREENER t 1988 READ RD-90 SCREEN-ALL PORTABLE SCREENING PLANT 2020 RDO 512 2 DECK TRACK SCREENER TRACK SCREENER 2018 ROCKSTER RTT720A TROMMEL SCREENER 2021 ANACONDA DF410 TRACK SCREENER 2022 ROCKSTER RTT720 TROMMEL SCREENER 2023 ANACONDA DF514 BELT FEED SCALP SCREENER 1990 CALENCO 30x78 TP20H PPM20 2013 FLEXCO LSHD48 BELT CLAMP BELT CLAMP w/4 SHACKLES 2013 FLEXCO 840 SERIES ALUMINUM BELT CUTTER— LSW S MAKE MO[ E Y E SWP-06 HOLMES SH-3.0 ANGLE BROOM SWP-07 1999" ELGIN BROOM BEAR/MED CONV DUAL SWEEPER SWP-09 1981 FORD BA253C/S500 SWEEPER/TRACTER SWP-10 2001 IFREIGHTLINER FL70/BROOM BEAR SWEEPER SWP-11 1989 IMOBIL - 7200 SWEEPER TRUCK SWEEPER SWP-13 2005 ELGIN BROOM BEAR SWEEPER was ISWP01 SWP-14 2020 WALK BEHIND SWEEPER WALK BEHIND SWEEPER SWP-15 2002 POWER BOSS CSS/95 SWEEPER/SCRUBBER SWP-16 1999 ELGIN PELICAN SWEEPER TRUCK U-K6-C. Sf� MAKE MODEL TYP CT-01 1999 INTERNATIONAL 4700 CRASH TRUCK CT-02 2000 INTERNATIONAL 4700 CRASH TRUCK CT-03 2000 INTERNATIONAL 4700 CRASH TRUCK CT-04 2000 GMC C-SERIES CRASH TRUCK was ICT-01 CT-05 2001 GMC C-SERIES CRASH TRUCK was ICT-04 S-03 1986 1INTERNATIONAL 1954/S SERIES SIX WHEEL DUMP sTiRUC -FLU / '�C MAKE Mp•,EL YP FB-01 1986 FORD F800 FLAT BED TRUCK FB-02 2000 INTERNATIONAL 4900 FLATBED TRUCK FB-03 1999 INTERNATONAL 4700 FLATBED TRUCK FB-04 1999 FORD F550 RACKTRUCK FB-05 1999 INTERNATIONAL 4700 FLATBED/CONE TRUCK FB-06 2008 FORD F350 RACKTRUCK FB-07 2000 FORD F550 RACKTRUCK FB-09 2011 FORD F450 XL FLATBED DUMP TRUCK RACKTRUCK FB-10 2007 INTERNATIONAL 4300 FLATBED TRUCK FB-11 2015 CHEVY 3500 RACKTRUCK FB-12 2015 DODGE RAM 550 RACKTRUCK FB-13 2015 DODGE RAM 550 RACKTRUCK FB-14 2016 DODGE RAM 550 RACKTRUCK FB-15 2021 DODGE RAM 4500 RACK/PAVING CREW FB-16 2014 DODGE RAM 4500, RACKTRUCK FB-17 2013 INTERNATIONAL 4000 SER RACKTRUCK FBA 2020 DODGE RAM 4500 RACKTRUCK S-04 1999 NAVISTAR 4000 INTERNATIONAL ROLL OFF 1 PU-837 2002 FORD F550 RACKTRUCK TRLiC- -L[,J RU M ! il` M®DEL TYPE LT-01 1985 CHEVY C6500 FUEL TRUCK LT-02 1999 FORD F550 LUBE TRUCK LT-03 2007 KENWORTH T300 LUBE TRUCK T U► - . A E M K OD TY W-02 1975 MACK DMM611 WATER TRUCK W-03 2005 FORD F750 XL WATER TRUCK W-04 2006 FORD F650 IWATER TRUCK W-05 2007 INTERNATIONAL 7000 SERIES IWATER TRUCK was IWT-01 W-06 2007 INTERNATIONAL 7000 SERIES WATER TRUCK was IWT-02 Established i�1967 General Contractors 30 Bernhard Road • North Haven, CT 06473 203-752-0002- Ph •2037752-0242-Fax www.empirepaving.com QUALIFIED SUPERVISORY PERSONNEL Earl W.Tucker,Jr. CEO—Fifty(50)years experience in site work,excavation&paving. Earl W.Tucker, III President Twenty five(25)years experience in paving,site work&utility construction Scott Tucker Corporate Secretary/Paving Division Superintendent Thirty-five(35)years experience in paving&site work Christopher Goddard Site Superintendent—Thirty-Five(35)years experience in paving,site work&utility construction Steve Francois Site Superintendent/Project Manager—Thirty-Five(35)years experience in paving,site work&utility construction Alex Vasel Site Superintendent/Project Manager— Thirty(30)years experience in highway/bridge improvements, accelerated bridge replacement and demolition John Lambe Site Superintendent—Seventeen (17)years experience in paving,site work, utility construction,demolition &scheduling Glen Whittles Superintendent/Foreman—Thirty(30)years experience in paving,site work, utility, drainage construction Mark Tamsin Chief Estimator/Project Manager/Superintendent Forty-Five (45)years experience in paving,site work, utility, bridges, airports&building construction An Equal Opporlunity Employer EMPIRE PAVING PROJECT/CONTRACT DESCRIPTION Empire Paring Inc. EMPIRE PAVING:COMPLETED PROJECTS/CONTRACT DESCRIPTION START COMP. EMPIRE PAVING:COMPLETED SUB OR CONTRACT DOT ASSOCIATED OWNER'S LOCATION OF PROJECT CONTACT INFORMATION OWNER'S EMAIL ADDRESS t' DATE DATE PROJECTS/CONTRACT DESCRIPTION PRIME AMOUNT GROUP At(S) PROJECT ACUTAL WORK FULL NAME,ADDRESS AND PHONE# NUMBER PERFORMED TOWN, OF OWNER STATE 11/l/2016 Feb.2024 Widening of Route,6 from Carol Drive to Peggy Lane Prime $ 12,870,631.23 1,2,3,5,6,7,13,14, 17-182 Bristol,CT Ravi Chandran State of CT DOT 860-594- Ravi chandranOct.aov Addition of east bound lane to reduce congestion,Site 16,17,20,23 2680 work,Eartliwork,Concrete Restoration,milling,paving, drainage,cross slope,traffic signals,concrete sidewalks& ramps,signage,utilities overhead and under grmmd,line striping and landscaping 4/16/2018 2020 Relocation of NB on Ramp to Rt 15 at Interchange 65: Prime $ 2,494,846.58 1,2,3,4,6,7,8,13, 148-200 Wallingford,CT Matthew Cleary Assistant District Engineer Matthew cleary@a et.eov Constructing at grade on-ramp,eliminating on-ramp with 14,16,17,20,23 203-389-3120 stop sign entry,modified sidewalk,new concrete curb, installed new bridge membrane,signage,traffic signals, landscaping,milling,paving,retaining walls,Storm drainage,installed guard rails,road widening on River A 7/16/2018 In Progress Rehabilitation of Bridges 1-84&Rte 8 Mixmaster SUB $ 10,020,202.83 1,2,3,5',6,7,8,Minor DOT 151-326 Waterbury,CT Walsh Construction twoodCdwalsharouo.com Construction of a temporary roadway for the Rt 8 NB Bridges 12,20,24, traffic while the current Rt 8 NB roadway is being rehab. The temporary roadway had 3 separate temporary bridges, 2 that spanned the Naugatuck River and one that spanned Freight St Waterbury.Bridges were constructed on precast DoubelWak abutments.EPI designed and built these bridge abutments to support the temporary bridges and be easily removed when the road is removed at the end of the project. 10,000 yards of fill was brought in to build the temporary highway betr6een these bridges.The fill was placed on top of a protective layout fabric to aid in later removal.The temp Rt 8 has its own drainage system,When the temporary road was paved,traffic was transferred onto it over over single weekend shut down where the transition from RT 8 to the new temp Rt 8 was constructed.In addition to the temp RT 8 NB,a temporary turn around was constructed at Exit 35 to aid in guiding traffic back to 84 EB.The turn around was constricted to split cars and allow them to either exit to Exit 35 or get back on Rt 8 SB. 4/23/2019 Completed Higganum Road Improvements-: Remove old drainage Prime $ 2,205,540.00 1-2-3-5-6-14-16-18-19- L037-0002 Durham,CT Town of Durham CT culvert under roadway.Install sheet piling,bypnss pipes, 20-23 box culverts,wing walls,and parapets to replace existing drainage pipes.Perform surface path repairs,install underdrain throughout the project. Install two new headwalls,poured onsite. Replace drainage tops and install new RCP.Install all new signage,guardrail and anchors throughout the length of the project.Mill,shim,and overlay entire project.Joints and _ membrane,Carb,Pavement Markings,Topsoil and seed project from one end to other. 7/9/2019 2022 MNR Waterbury Branch Comm Signal Infrastructure Sub $ 9,586,745.60 1-2-21-22-24 B2032-6000 Waterbury,CT Metro North Rail Road-Ducci Improvement Project. Contractfi115926 This job consisted of adding positive train control to 28 miles of MNRR along the Waterbury train line between Devon and Waterbury.Work consisted ofworking closely with Ducci Electrical to add all necessary electrical components.Site work Utility work,Environmental waste removal.This included 40 electrical houses installed on foundations.15,000 IT of precast tray to hold wires.Drainage improvements at 8 crossing locations.The project spaned roughly 2 years and work was 6 days a week as limit interference with travelling trains. Page 1 of 5 EMPIRE PAVING PROJECT/CONTRACT DESCRIPTION 11/18/2019 2021 Reconstruction of Interchange 33 on I-95 Stratford CT- Prime $ 28,857,927.57 1-2-3-5-6-7-9-11-13- DOT 138-248 Stratford,CT CIDOT Patrick.carufe@ctorg a y Construction new on&off ramps at Exit 32,including new 14-15-16-17-18-19-20- bridge off-ramp and widening of existing bridge including 23-24 bearings,membrane waterproofing,asphaltic plug joints, structural steel girder and concrete reinforced deck and parapet,installation of 3 Noise Barrier Walls,construction of cast-in-place and precast retaining walls with concrete fornliner,storm water and sanitary sewer drainage installation,granite&concrete curb,sidewalk&ramps, handling of asbestos and Raymark Waste materials,milling, paving,linestriping,signage,electrical including fiber optic and new intersection signalization with video monitoring,F- shape barrier installation,guiderail,overhead sign structures(4-chord truss)and drilled shaft sign foundations,landscaping,Bridge painting,Traffic control,Signing Delination,Fencing,Temporary traffic control. 2/12/2020 In Progress 2015B-35 South Hartford Conveyance and Storage Tunnel, Prime $ 37,600,842.00 1-2-3-5-14-15-16-17- 2015E-35 W.Hartford/Hartford,CT MDC- Khutchinsontathemdc,com Arlington,Newington and New Britian MDC-Project scope 20-23-24-25A includes the installation of over 5,700LF of storm and sewer pipe,24 precast manholes,7 cast in place structures,2 cast in place inlet control gate chambers and the associated odor control buildings.The project is located in Hartford and West Hartford and constructed in the highly sensitive varved clays typical of this area.Microtunneling is being used for the installation of 1,130'of 57"HOBAS pipe and 2,690'of 42"RCP;pilot tube guided boring is the installation method for 1,240'of 30"HOBAS;and the remainder of the pipe installation is via excavation tip to 28' in depth.Empire is responsible for the design of all of the ' support of excavation systems and the extensive geotechnical monitoring associated with the open excavations and trenchless pipe installations.In addition to the pipe and manhole installations there is a significant amount of cast in place concrete work to build structures that will control and monitor the combined sanitary and storm water flows.This project will eventually connect into the larger 18'diameter tunnel project which is expected to be completed in 2025.The collective purpose for these projects is to drastically lower the ambunt of sewage material that overflows into the local waterways during large rain events. 3/1/2020 Feb.2024 Intersection Improvements on Route 108(Nichols Ave)At Prime $ 1,430,114.20 1,2,3,5,6,13,14,15, DOT 144-196 Trumbull/Stratford,CT State of CT P.Chandra Silver Lane&Armory Road Trumbull and Stratford- 16,17,20,23 Widening of Rt 108 to accommodate a climbing lane, reconstruction of concrete sidewalks&curbing, landscaping,chain link fence installation at St.John's Cemetery,storm water drainage installation,minor watermain repairs,landscaping,electrical upgrades including video monitoring,milling,paving,linestriping, 4/1/2020 In Progress Intersection and Safety Improvements on Newtown Road Prime $ 9,189,529.05 1,2,3,5,6,7,13,14, DOT 34-347 Danbury,CT DOT Mark Sosnowski iohn dumham&t eov SR 806-The job consisted ofwidening approximately 1600 15,16,17,18,20,23, FT of Newtown Rd,installing four 11FT travel lanes and 24 turn lanes,excavation and construction of a precast retaining wall,replacement of existing drainage,milling& paving,linestriping,utility relocations,concrete and bituminous concrete curb,concrete sidewalks&ramps,new guiderail components,new fence,landscaping,electrical modifications and addition ofvehicle monitoring to the area,watermain and sanitary sewer installations. Page 2 of 5 EMPIRE PAVING PROJECT/CONTRACT DESCRIPTION 4/23/2020 1/31/2021 Replacement of Bridge North Road Extension over Coles Prime $ 1,956,422.00 1,2,3,5,6,7,8,13, No 33-132 Cromwell,CT Maria Hodge mhoditeRcormwe7let.com Brook (Bridge No 05939)Town of Cromwell 14,15,16,17,18,20, Project consisted of replacing deteriorated twin 60"culvert 23,24 •J pipes tinder No.Rd Ext while keeping the water flowing. The road was closed to traffic.Temporary piles were drilled down along side each of the existing culvert pipes,steel plates were driven behind the drilled piles to support the earth while the culvert pipes were removed.In addition to supporting the earth,a 36"gas main and an 8"gas was supported that ran perpendicular to the existing culvert. Handling water by installing temporary bypass pipe during culvert removal and reconstruction.Install new 28 FT wide precast concrete 3-sided box culvert supported by micropile footings drilled into sound rock The new box culvert was set in 13 pieces and slid tinder the supported gas mains. Cast-in-place wingwalls and headwalls installed along with concrete formliner&stain.New asphalt roadway installed over the new box culvert.Guiderail,concrete sidewalks installed.Roadway reopened to traffic in 3 months. 4/30/2020 11/30/2020 Markham Airport B019-25—Coordinate with Utility Prime $ 1,081,266.90 1-3-5-13-16-17-20-23 Meriden02 Meriden,CT Meriden airport pete.emien0stantec.com companies to relocate utility conflicts.Project consists of 7 stages of construction along with 9 separate baselines for construction. Construct new approaches and new roundabout on US Route 1 and Route 22 interchange. Clear and Grub project,install E&S controls using best management practices. Install cofferdam,water bypass, perform drainage installation. Build new temporary roadways to create room to construct new roundabout and approaches including splitter islands from all direction with special granite curbing.Roundabout and splitter islands contains galvanized reinforcement and specialized stamped concrete.Perform full depth reconstruction throughout the project. Remove temporary roadways,install granite, concrete,and bituminous curbing.Install sidewalks,ramps, driveways,and imprinted concrete. Fully restore,topsoil, seed,and landscape entire project. 5/l/2020 1/8/2021 City of Meriden Overflow Culvert at Amtrak Bridge Prime $ 2,982,102.50 2,21 B019-04/Harbor Meriden,CT Peter Enzien Pete enzien(al^stantec.com Earth Work,Rail Sub grade,placing of ballast,Installation of Brook overflow culverts.Install steel casing pipes by jacking, _ grouting,headwalls and reconstrction of parking lot. 6/9/2020 1/31/2021 Town of Glastonbury Boulevard Pavement Rehabilititation. Prime $ 1,823,382.30 3-5-6-13-14-16-23 L053-0003 Glastonbury,CT Stephen Braun, Sohen braan(r6glastonburv-ct eov The job consisted of improvements along Glastonbury Blvd.Concrete Restoration,Paving,Road Construction,Traffic Control&Blumination,Signing DelineationPavementMarldngs,Lnndscaping:Work consisted of replacing all catch basin tops with new tops. New handicap ramps were installed at all intersections along with new granite curb.3 crosswalks were added to aid _ in pedestrian crossing.The crosswalks consisted of new signals with flashing beacons.The entire road was milled and paved and received new line striping.The job also consisted of adding 2 bus pads and bus shelters along Glastonbury Blvd.Finally,all areas were restored with new topsoil and grass seed. Page 3 of 5 EMPIRE PAVING PROJECT/CONTRACT DESCRIPTION 7/31/2020 2022 Modern Roundabout a[U.S.Route 1 and Route22,Towns Prime $ 2,957,573.34 1-2-3-4-5-6-7-14-16- DOT 59-164 Tri-towns State of CT Matthew S.Cleary-district 3 of Guilford,Branford,&No.Branford—Coordinate with 20-23 Utility companies to relocate utility conflicts. Project U consists of 7 stages of construction along with 9 separate baselines for construction. Constrict new approaches and new roundabout on US Route 1 and Route 22 interchange. Clear and Grub project,install E&S controls rising best management practices.Install cofferdam,water bypass, perform drainage installation. Build new temporary roadways to create room to construct new roundabout and approaches including splitter islands from all direction with special granite curbing.Roundabout and splitter islands contains galvanized reinforcement and specialized stamped concrete.Perform full depth reconstruction throughout the project. Remove temporary roadways,install granite, concrete,and bituminous curbing.Install sidewalks,ramps, driveways,and imprinted concrete. Fully restore,topsoil, seed,and landscape entire project. 5/20/2021 In Progress Resurfacing,Bridge and Safety Improvments on Route 2 Prime $ 61,786,112.84 1,2,3,5,5C,7A,9,10,19 DOT 42-317 District#1 East Hartford John Gebhard/Lukasz Obrebski PE District From Hartford to Glastonbury. The project consists of lead 91 &asbetos abatememnt,clearing&grabbing,earth ex., cone.Pvmt.Cutting,milling,cofferdam,catch basins, sedimentation control,milling and paving,joint crack repair,removal and replace bridge decking,remove& replace str.steel,jacking bridges,manholes,electrical work, high density polyethylene piping,membrane waterproofing, curbing,bridge rail,turf establishment,traffic signals, camera assembly. 12/29/2021 In Progress High Friction Surface Treatments on State Roads in Prime $ 2,210,876.43 5, DOT 171-469 Hartford,Bristol,New Michael Capanna PE Various towns.The project consists of clearing&gabbing, Britain,New Haven, surface patching,high friction surface treatment,rifling Waterbury,Meriden joint cracks,paving,catch basins,pavement markings 3/29/2022 In Progress RFR46040-Resurfacing of Main Street and Replacment of Prime $2,356,540.27 1,2,3,5,5C,7A,9,10,19 City o£Hartford City of Hartford Frank Dellaripa PE City of Hartford Bridge No 05354 over Aintraclt and Southern Railroad. A, RFE6040- Procurement Services 550 The Construction Project Is to provide for the resurfacing Hartfo6040 Main Street Room 100 of Main Street f am Park Street northerly to Gold Street for Hartford CT 06103 860- a distance of approximately 2,600 feet,and for the 757-9616 rehablhtntlon of BridgeNo 05354 canying Boce Barlow Way over the Amtrak and Connecticut Southern Railroad faclhlles The resurfacing of Main Street includes,but 1s not limited to,pavement mllhng and overlay,drainage improvements including replacement of catch basins,repair of concrete bud pads,installation of concrete sidewalks and ramps,granite stone curbing,delineation of dedicated bicycle lanes,and installation of pavement markings and slgnmg.The rehablhtation of Bridge No 05354 includes, but is not limited to,deck and sidewalk patching, replacement of the existing membrane waterproofing and expansion joints,pavement overlay,reconstruction of concrete approach sidewalks including replacement of grrnte stone curbing,and installation of pavement markings 7/1/2022 Feb.2024 Pavement Preservation Progrin-Mill&Overlay in the Prime $22,405,696.55 DOT 0146-0204 District#1-Rocky Hill Mr.Joseph D'Agostino,Trans.Dist,Etier.2 Towns of Vernon,Tolland&Willington.The Project consists of milling&paving,rumble strips,catch basins, membranewatrproofang,bridge rail,video cameras. Page 4 of 5 EMPIRE PAVING PROJECT/CONTRACT DESCRIPTION 5/l/2023 In Progress Prime $7,735,889.65 DOT 42-318 Town of East Hartford Douglas Wilson,Town Engineer Reconstruction of Brewer St.,East Hartford,Cr.This bid 860-291-7382 4'• includes reconstruction of approximately 3,230 feet of u. Brewer Street from Main Street(Route 517)to a point approximately 150 feet east of Jefferson Lane in the Town of East Hartford.The work includes a full-depth roadway reconstruction,replacement of the existing culvert at Pewterpot Brook,a new traffic signal at Brewer Street and Glenn Road,new roadway drainage systems,new granite curbing,new concrete sidewalks primarily on the south side of the roadway,signing and pavement markings,and maintenance and protection of traffic. 6/1/2023 In Progress Design-Build/Resurfacing,Bridge Rehab.&Safety Imps. Prime $77,321,325.00 DOT 0036-0203 District 94-Thomaston Mr.Christopher Zukowski,Resident On Route 8,City of Shelton,City of Derby,City of Ansonia Engineer Mr Joshua Battkus,Project &Town of Seymour.Consisting of pavement rehab., Engr. highway&traffic engineering,bridge rehab.,roadway drainage and cross culvert,investigation and repsirs, guardrail and median barrier upgrades,upgrade illumination,etc. 3/l/2024 In Progress Interstate 84Intersection/Interchange 14 Improvements in Prime $7,416,992.24 DOT 0130-0173 District#4-Thomaston Mr.John Lee,District Engineer the Town of Southury.The project consists of clearing& Mr.Shawn Beaulieu,PE Trans.Supervising gnrbbing,handling controlled materials,excavation,cut bit. Engineer 203-591-3563 Conc.,water pollution control,milling and temp pavement, catch basins,drainage,structural steel,pipe work,bidge work,metal beam rail,landscaping,lighting,cameras,line stripping. 4/1/2024 In Progress I-95 SB Safety Improvements in Groton,No.Stonington& Primer $36,928,084.05 DOT 0058-0307 District 2-Norwich Mr.Patrick McNamara,Transportation Stonington.The project consists of clearing&grubbing, Engineer 3,860-823-3226 earth excavation,water pollution control,milling,temp. paving,nimble strips,plug joints,catch basins and tops, reconst.Bridge end blocky metal beam rail,turf establishment,highway lighting,cameras. Feb.2024 New Haven Rail Yard East End Sub $ 104,600.00 5,6,20,21 DOT 301-182 New Haven,CT New Haven Rail East End Anthony Rebeiro Grading,Temporary Traffic control,Ballast,Fine milling, paving HMA Feb.2024 New Haven Rail Yard West End Sub $ 912,980.00 5,6,20,21 Dot 300-138 New Haven,CT New Haven Rail West End Anthony Rebeiro Grading,Fine Milling,Paving HMA Temporary Traffic Control,Ballast. Page 5 of 5 Empire Paving, Inc. 30 Bernhard Road North Haven, CT 06473 tj RNECEIVE"D Pol" Q-, MAP 2 8 2024 cutholgd Town C!Vk r DENIS NONCARROW ~� Gy� Town Hall,53095 Main Road o TOWN CLERK P.O.Box 1179 CA 2 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS O Fax(631)765-6145 MARRIAGE OFFICER �Q� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �! a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING F.I. Elizabeth Field Airport (Phase II & III) Bid Opening 3/28/2024 @ 2:90 P.M. Three (3) bids received Name/Address/Ph.# Alt No. 1 Total Alt No. 2 Total Rosemar Construction $1,804,500.00 $2,480,800.00 Attn: Robert Garone 56 Pine Street East Moriches,NY 11940 631-878-2323 B&W Paving & Landscaping LLC $1,995,800.00 $2,703,700.00 Attn: James Wray 305 Butlertown Road Oakdale, CT 06370 860-572-9942 Empire Paving, Inc. $1,718,637.50 $2,455,625.00 Attn: Earl W. Tucker, III 30 Bernhard Road North Haven, CT 06473 203-752-0002 7. �� zahe�k. � eld A;Ypaat_C Phagc ���I e���yk,CLr 65 Prop DA-1 D- _ 3�m�pir_e�cu✓�n �,`�� -- �-- 1150140 Sabrina.born@town.southold.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: 02/29/2024 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 r�Y AL PrintedName DOUGLASWREA Digitally signed Notary Public-State of New York by douglas w rea NO.OIRE6398443 Date: 2024.03.07 Subscribed and sworn to before me, Qualified in Albany County 21:22:00 +00:00 My Commission Expires Sep 30,2027 This 07 day of March 2024 Notary Signature Notary Public Stamp LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Runway 12-30 Rehabilitation — Ph II & III Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2:00 P.M., March 28, 2024, and there, at said office,at said time, publicly opened and read aloud. The proposed project generally includes the rehabilitation of the intersection of Runway 12-30 and Runway 7-25 (Phase II) and the Runway 12 end (Phase III). The Runway 12-30 and Runway 7-25 intersection includes approximately 700 LF x 100 LF of existing Runway 12-30 pavement and 400 LF x 75 LF of existing Runway 7-25 pavement(200 LF x 75 LF on each side of Runway 12-30). The runway 12 end includes approximately 642 LF x 100 LF of existing pavement. Project tasks will include milling the top three inches of pavement, performing isolated full depth pavement repairs to address cracking, filling remaining cracks, and new asphalt paving. Project improvement limits will address the full 100 LF of runway width (75 LF for Runway 7-25). Additional work would include new pavement markings. No airfield lighting replacements will be performed as part of this project. This is a prevailing wage contract, and has a DBE goal of 6.3%. After award of the contract,the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as May of 2025, weather pending. The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2024. This Contract does not allow for price escalation in unit bid items. The Contractor shall take this into consideration when preparing unit prices for bidding. This project requires the Contractor to pay New York State or Federal prevailing wages, whichever is higher. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form, and the Specifications) and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site.Access can be obtained by contacting John Frazee of C&S Engineers, Inc. at jfrazee@cscos.com where the Contractor's name, contact name, address, telephone number, and email address will be recorded on the plan holders list. There is no charge to download the contract documents and contract drawings. Submitted proposals that were not recorded on the plan holders list shall be considered non- responsive. The legal notice may be viewed online at the Southold Town Website: https://www.southoldtownny.gov/187/Legal-Public-Notices The property is located at the Elizabeth Field Airport, Fishers Island, New York, 06390. Bidders interested in conducting a site visit must contact David McCall, Assistant Airport Manager, Fishers Island Ferry District (Phone: (631) 788-7463, ext. 201) at least 48-hours in advance to coordinate. Any questions regarding this project may be directed to John Frazee, P.E. of C&S Engineers, Inc. at (315) 455-2000 or email jfrazee@cscos.com. Only the proposal section (30 pages, including certifications) needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the total maximum proposal price (combination of base bid or alternate bid plus add-on items) for the contract in the form and subject to the conditions provided in the Preparation of Proposal.05/15 ADV-2 The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "REHABILITATE RUNWAY 12-30—PH II & III PROJECT AT THE ELIZABETH FIELD AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK Born, Sabrina From: Born, Sabrina Sent: Wednesday, February 28, 2024 12:11 PM To: 'David McCall (dmccall@fiferry.com)'; Evans, Louisa; 'Fog Horn (ficommunityboard@gmail.com)'; Geb Cook; ahrens Jane@gmail.com; 'Jane Ahrens (finyinfo@gmail.com)' Subject: Legal Notice-FI Elizabeth Field Airport (Ph II&III).docx Attachments: FI Elizabeth Field Airport (Ph II&III).docx Good Afternoon, Please post the attached legal notice in the following places: -The FI website -Two (2) public places on Fishers Island Thank you, sakCKR=dw Sabrina M. Born Sub-Registrar& Deputy Town Clerk Senior Account Clerk Southold Town Clerk's Office 53095 Route 25 P.O. Box 1179 Southold,NY 11971 Ph: 631-765-1800 ext. 1226 Fax: 631-765-6145 i Born, Sabrina From: Born, Sabrina Sent: Wednesday, February 28, 2024 12:01 PM To: Doherty, Jill; Doroski, Greg; Evans, Louisa;Johnson, Benjamin; Krupski,Al; 'Lisa Finn (lisaahfinn@gmail.com)'; McGivney,Julie; Mealy, Brian; Mirabelli, Melissa; 'Paul DeChance'; Reisenberg, Lloyd; Smith, Anne; Squicciarini,James; Standish, Lauren; Tomaszewski, Michelle;Tomaszewski, Zachary Subject: Legal Notice-FI Elizabeth Field Airport (Ph II&III).docx Attachments: FI Elizabeth Field Airport (Ph II&III).docx Good Afternoon, Please see attached. Thank you, Sabrina M. Born Sub-Registrar& Deputy Town Clerk Senior Account Clerk Southold Town Clerk's Office 53095 Route 25 P.O. Box 1179 Southold,NY 11971 Ph: 631-765-1800 ext. 1226 Fax: 631-765-6145 i ACCOUNT NUMBER CUSTOMER �J D83503 TOWN OF SOUTHOLD-TOWN CLERK THE DAY PUBLISHING COMPANY PO BOX 1231 47 EUGENE O'NEILL DRIVE CLIENT PAGE NUMBER DUE DATE NEW LONDON,CT 06320-1231 Page 1 of 1 Upon Receipt Order Number Amount Due d01074333 $275.28 CHECK NUMBER TOWN OF SOUTHOLD - TOWN CLERK MAKE CHECKS PAYABLE TO ATTN: TOWN CLERK DAY PUBLISHING COMPANY 53095 MAIN ROAD Include your account#/ PO BOX 1179 order#on your check AMOUNT PAID remittance SOUTHHOLD, NY 11971-0959 United States PLEASE RETURN UPPER PORTION WITH YOUR REMITTANCE 6LINES'-' GROSS NET; f.SIZE/. °PUBLICATION-,i;REFERENCE:#.' O`NT AMOUNT,' :',DATE:•: :.;. DESCRIPTI OROTY " AM U :,..p ay Field Airport— Ph 02/29/24 i FI Elizabeth Field Airport Ph II&III The Day j FI Elizabeth 2 col $249.28j _~$O.00i $249.28 i i 1 uIII 02/29/24 i FI Elizabeth Field Airport Ph II&III Day Classified FI Elizabeth 2 col j $1.00 $0.001 $1.00 I Webpage Field Airport— I 1, I Phll&III # 02/29/24 'FI Elizabeth Field Airport Ph II&III I CT Public Notices FI Elizabeth Not Applicable { $25.00 $0.00i $25.00 i Webpage j Field Airport r Ph II&III ! 4 $275.281 $0.00} $275.28 Total Account Number —� Customer �$277 .2�8 al D D83503 TOWN OF SOUTHOLD-TOWN CLERK Day Credit Department 860-701-4204 Accounting Fax 860-437-7504 Community Classifieds-Toll Free 800-582-8296 Advertising Fax 860-437-8780 Day Publishing Company-Toll Free 800-542-3354 Classified Fax 860-442-5443 Born, Sabrina From: legal <legal@theday.com> Sent: Thursday, February 22, 2024 12:50 PM To: Born, Sabrina Cc: Rudder, Lynda; Noncarrow, Denis Subject: Re: Public Legal Notice Attachments: FI Elizabeth Field Airport- Ph II & III invoice.pdf Here is notice d01074333 that will run in the 2/29 edition. Invoice is attached. 010 LEGAL NOTICE NOTICE TO BINERS i. ISeaied proposals for the construction of the Runway 12-�, 30 Rehabilitation-Ph 11&III Contractwill be rec&edati the Tavon Clerk's Office, 53095 Route 25,Southold, New' York 11971,,until 2:00 P.M.,March 28,2024,and there,at •said office,at said time,publicly opened and read aloud. . The Contract Documents (consisting of the Advertise-1 ment,the Proposal,the Contract form,and the Specifica- tions)and the Contract Drawings may be obtained only byl 'downloading the documents from a OneDrive sharepoint(' isite.Access can be obtained by contacting John Frazee` ,of C&S Engineers, Inc. at ifrazee@cscos.com where the 'Contractor's name, contact name, address, telephone. number,and email address will be recorded on the plan= {holders list.There is no charge to download the€ontract jdocuments and contract drawings. Submitted proposals,, Ithat were not recorded on the plan folders list steal! be 3considered non-responsnre. ,,The property is located at the Elizabeth Field Airport,, 'Fishers island, New York, 06390. Bidders interested ink_ l conducting a site visit must contact David McCall, As- Isistant Airport Manager, Fishers Island Ferry Distrlct� 3(Pfone: (631)788-7463, ext. 201) at least 48-hour5 !n i il 'advance to coordinate. Any questions regarding thin project may be directed to John Frazee,P.E.of C&S Engi I ,veers,Inc at(315)455-2000 or email ifrazee@cscos.com-U 1 jThe full legal notice maybe viewed online atthe SoutholdJ ITown Website: https://�%,v,w.southoldtovenny.gov/187/� Legal-Public-Notices I _- JDENIS NONCARROW € SOUTHOLD TOWN CLERK Lim=-"'' .:�..._.._. •:L= - Tha4gky Kevy Kelly Johnson Legal notices The Day and Shore Publishing Legal Line: 860-701-4410 Direct Line: 860-701-4371 .-4 a legal@theday.com theday.com From: Born,Sabrina <sabrina.born@town.southold.ny.us> Sent:Wednesday, February 21, 2024 3:41 PM To: legal <legal@theday.com> Cc: Rudder, Lynda <lynda.rudder@town.southold.ny.us>; Noncarrow, Denis<denisn@southoldtownny.gov> Subject: Public Legal Notice You don't often get email from sabrina.born@town.southold.ny.us. Learn why this is important 41Good Afternoon, Please publish in the 2/29 edition of`The Day' paper. Thank you, s444utXFOW Sabrina M. Born Sub-Registrar& Deputy Town Clerk Senior Account Clerk Southold Town Clerk's Office 53095 Route 25 P.O. Box 1179 Southold,NY 11971 Ph: 631-765-1800 ext. 1226 Fax: 631-765-6145 2 Born, Sabrina From: Born, Sabrina Sent: Wednesday, February 21, 2024 3:41 PM To: 'legal' Cc: Rudder, Lynda; Noncarrow, Denis Subject: Public Legal Notice Attachments: FI Elizabeth Field Airport (Ph II&III) (The Day).docx Good Afternoon, Please publish in the 2/29 edition of`The Day' paper. Thank you, ,S�ni�aa?a2�� Sabrina M. Born Sub-Registrar& Deputy Town Clerk Senior Account Clerk Southold Town Clerk's Office 53095 Route 25 P.O. Box 1179 Southold,NY 11971 Ph: 631-765-1800 ext. 1226 Fax: 631-765-6145 1 1 LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Runway 12-30 Rehabilitation—Ph H& III Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold,INew York 11971,until 2:00 P.M., March 28,2024, and there, at said office, at said time,publicly opened and read aloud. The Contract Documents(consisting of the Advertisement,the Proposal,the Contract Form, and the Specifications)and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site.Access can be obtained by contacting John Frazee of C&S Engineers,Inc. at ifrazee(_cscos.com where the Contractor's name,contact name, address,telephone number,-and email address will be recorded on the plan holders list.There is no charge to download the contract documents and contract drawings. Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. The property is located at the Elizabeth Field Airport,Fishers Island,New York, 06390. Bidders interested in conducting a site visit must contact David McCall,Assistant Airport Manager,Fishers Island Ferry District(Phone: (631) 788-7463, ext.201) at least �48-hours in advance to coordinate. Any questions regarding this project may be directed to John Frazee,P.E. of C&S Engineers, Inc. at(315) 455-2000 or email ifrazee@cscos.com. The full legal notice may be viewed online at the Southold Town Website: https://www.southoldtownLiy.izov/1 87/Legal-Public-Notices DENIS NONCARROW SOUTHOLD TOWN CLERK 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 28t' 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.southoldtownngov Bid—F I Elizabeth Field Airport (Ph II & II D is N&iev rrow Southold Town Clerk Sworn to before me on the 28th day of February, 2024 Notary Public SABRINA M BORN Notary Public,State of New York No.01B06317038,Suffolk Cou_nty Commission Expires Dec.22,20 Invoice rMEJ REVIE2 MEDIA GROUP Invoice number DECO2879-0005 Date of issue February 21,2024 Date due February 28,2024 Suffolk Times Bill to' 7555 Main Road sabrina.born@town.southold.ny.us PO Box 1500 Mattituck, New York 11952 United States +1631-298-3200 Ibazata@timesreview.com $154.00 USD due February 28, 2024 Pay online Confirmation Id: 115014c3 Description Qty Unit price Amount Publication date!02 29/2024 1 $129.00 $129.00 QAC Affidavit 1 $25.00 $25.00 Subtotal $154.00 Total $154.00 Amount due $154.00 USD DECO2879-0005•$154.00 USD due February 28,2024 Page 1 of 2 LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Runway 12-30 Rehabilitation — Ph If & III Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2:00 P.M., March 28, 2024, and there, at said office,at said time, publicly opened and read aloud. The proposed project generally includes the rehabilitation of the intersection of Runway 12-30 and Runway 7-25 (Phase II) and the Runway 12 end (Phase III). The Runway 12-30 and Runway 7-25 intersection includes approximately 700 LF x 100 LF of existing Runway 12-30 pavement and 400 LF x 75 LF of existing Runway 7-25 pavement(200 LF x 75 LF on each side of Runway 12-30). The runway 12 end includes approximately 642 LF x 100 LF of existing pavement. Project tasks will include milling the top three inches of pavement, performing isolated full depth pavement repairs to address cracking, filling remaining cracks, and new asphalt paving. Project improvement limits will address the full 100 LF of runway width (75 LF for Runway 7-25). Additional work would include new pavement markings. No airfield lighting replacements will be performed as part of this project. This is a prevailing wage contract, and has a DBE goal of 6.3%. After award of the contract,the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as May of 2025, weather pending. The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2024. This Contract does not allow for price escalation in unit bid items. The Contractor shall take this into consideration when preparing unit prices for bidding. This project requires the Contractor to pay New York State or Federal prevailing wages, whichever is higher. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form, and the Specifications) and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site.Access can be obtained by contacting John Frazee of C&S Engineers, Inc. at jfrazee@cscos.com where the Contractor's name, contact name, address, telephone number, and email address will be recorded on the plan holders list. There is no charge to download the contract documents and contract drawings. Submitted proposals that were not recorded on the plan holders list shall be considered non- responsive. The legal notice may be viewed online at the Southold Town Website: https://www.southoldtownny.gov/187/Legal-Public-Notices The property is located at the Elizabeth Field Airport, Fishers Island, New York, 06390. Bidders interested in conducting a site visit must contact David McCall, Assistant Airport Manager, Fishers Island Ferry District (Phone: (631) 788-7463, ext. 201) at least 48-hours in advance to coordinate.Any questions regarding this project may be directed to John Frazee, P.E. of C&S Engineers, Inc. at (315) 455-2000 or email jfrazee@cscos.com. Only the proposal section (30 pages, including certifications) needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five,percent (5%) of the total maximum proposal price (combination of base bid or alternate bid plus add-on items) for the contract in the form and subject to the conditions provided in the Preparation of Proposal.05/15 ADV-2 The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "REHABILITATE RUNWAY 12-30— PH II & III PROJECT AT THE ELIZABETH FIELD AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the/construction of the Runway 12-30 Rehabilitation—Ph H&III Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2:00 P.M., March 28, 2024, and there, at said office, at said time, publicly opened and read aloud. The proposed project generally includes the rehabilitation of the intersection of Runway 12-30 and Runway 7-25 (Phase II) and the Runway 12 end(Phase III).The Runway 12-30 and Runway 7-25 intersection includes approximately 700 LF x 100 LF of existing Runway 12-30 pavement and 400 LF x 75 LF of existing Runway 7-25 pavement(200 LF x 75 LF on each side of Runway 12-30). The runway 12 end includes approximately 642 LF x 100 LF of existing pavement. Project tasks will include milling the top three inches of pavement, performing isolated full depth pavement repairs to address cracking, filling remaining cracks, and new asphalt paving. Project improvement limits will address the full 100 LF of runway width (75 LF for Runway 7-25).Additional work would include new pavement markings.No airfield lighting replacements will be performed as part of this project.This is a prevailing wage contract, and has a DBE goal of 6.3%. After award of the contract, the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as May of 2025, weather pending. The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2024. This Contract does not allow for price escalation in unit bid items. The Contractor shall take this into consideration when preparing unit prices for bidding. This project requires the Contractor to pay New York State or Federal prevailing wages,whichever is higher. The Contract Documents(consisting of the Advertisement,the Proposal,the Contract Form, and the Specifications)and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site.Access can be obtained by contacting John Frazee of C&S Engineers, Inc. at lfrazeeC&cscos.com where the Contractor's name, contact name,address,telephone number,and email address will be recorded on the plan holders list.There is no charge to download the contract documents and contract drawings.Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. The legal notice may be viewed online at the Southold Town Website: https://www.southoldtownLiy.gov/187/Legal-Public- Notices The property is located at the Elizabeth Field Airport,Fishers Island,New York, 06390. Bidders interested in conducting a site visit must contact David McCall,Assistant Airport Manager,Fishers Island Ferry District(Phone: (631) 788- 7463, ext.201) at least 48-hours in advance to coordinate.Any questions regarding this project may be directed to John Frazee, P.E. of C&S Engineers,Inc. at(315)455-2000 or email jfrazeegcscos.com. Only the proposal section (30 pages, including certifications)needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent(5%) of the total maximum proposal price (combination of base bid or alternate bid plus add-on items) for the contract in the form and subject to the conditions provided in the Preparation of Proposal. 05/15 ADV 2 The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so.All bids must be signed and sealed in envelopes plainly marked "REHABILITATE RUNWAY 12-30 — PH II & III PROJECT AT THE ELIZABETH FIELD AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state,or local, from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK