Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Pickleball Facility at Old Schoolhouse Park East Marion
ACU&S, QQ f ff :izLq Z � r o - Y t z CJ �- DENIS NONCARROW Town Hall,53095 Main Road `r P.O.Box 1179 TOWN CLERK Southold New York 11971 REGISTRAR,OF VITAL STATISTICS z�j'4 ' 'f" Fax(631)765-6145 MARRIAGE OFFICER �® "`'•_ ®�s' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 22, 2024 John Gulino Laser Industries Inc. 1775 Route 25 PO Box 315 Ridge,NY 11961 . Dear Mr. Gulino: At the regular Town Board meeting held on July 16, 2024, the Town Board accepted the bid of Corazzini Asphalt, Inc for the Construction of a Pickleball Facility at Old Schoolhouse Park in East Marion. 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. Town Hall,53095 Main Road DENIS NONCA1EiROW TOWN CLERK � �:�` - ' � � P.O.Box 1179 Southold New York 11971 REGISTRAR OF VITAL STATISTICS ,; ,' Fax(631)765-6145 MARRIAGE OFFICER ��® ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER g www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF TIME TOWN CLERK TOWN OF SOUTHOLD July 22, 2024 Bob Panchak KJB Industries, Inc. 14 Center Drive Riverhead,NY 11901 Dear Mr. Panchak: At the regular Town Board meeting held on July 16, 2024,the Town Board accepted the bid of Corazzini Asphalt, Inc for the Construction of a Pickleball Facility at Old Schoolhouse Park in East Marion. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, 0 14�� L � Lynda M Rudder Deputy Town Clerk Ens. DENTS NONCARROW �.5 � Town Hall,53095 Main Road P.O.Box 1179 TOWN CLERK ® q Southold,New York 11971 ��.�:�'' � REGISTRAR OF VITAL STATISTICS 4. Fax(631)765-6145 MARRIAGE OFFICER ®� ® °� RECORDS MANAGEMENT OFFICER �� �® Telephone oldt nny. o0 FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 22, 2024 Donald Gatz Gatz Sitework&Landscape Construction 6477 Sound Ave/PO Box 104 Mattituck,NY 11952 Dear Mr. Gatz: At the regular Town Board meeting held on July 16, 2024, the Town Board accepted the bid of Corazzini Asphalt, Inc for the Construction of a Pickleball Facility at Old Schoolhouse Park in East Marion. 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. DENTS NONCARROW �� ®�� Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS S ® 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 July 22, 2024 Donald Fischetto DF Eastwood Construction 1320 Motor Parkway Islandia,NY 11749 Dear Mr. Fischetto: At the regular Town Board meeting held on July 16, 2024, the Town Board accepted the bid of Corazzini Asphalt, Inc for the Construction of a Pickleball Facility at Old Schoolhouse Park in East Marion. 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. Isoof Four DENIS NONCARROW �� ��� Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER ®,� �® Telephone oldt nny.gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 22, 2024 Perry DeLalio DeLalio Coal & Stone Co. Inc. dba South Fork Asphalt 224 North Main St. Southampton,NY 11968 Dear Mr. DeLalio: At the regular Town Board meeting held on July 16, 2024, the Town Board accepted the bid of Corazzini Asphalt, Inc for the Construction of a Pickleball Facility at Old Schoolhouse Park in East Marion. 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 ® P.O.Box 1179 :. Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER ®�( �y® Telephone oldt wnny.go0 FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 22, 2024 Richard Corazzini Corazzini Asphalt, Inc. PO Box 1281 Cutchogue,NY 11935 Dear Mr. Corazzini: Congratulations. At the regular Town Board meeting held on July 16, 2024, the Town Board accepted the bid of Corazzini Asphalt, Inc for the Construction of a Pickleball Facility at Old Schoolhouse Park in East Marion. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, "jo ' ` Lynda M Rudder Deputy Town Clerk Ens. 4outhold Town Board - Letter Board Meeting of July 16, 2024 RESOLUTION 2024-634 Item # 5.19 ADOPTED DOC ID: 20449 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-634 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 16,2024: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzini Asphalt, Inc., in the amount of$89,871.84, for the construction of a Pickleball Facility at Old Schoolhouse Park in East Marion,New York, all in accordance with the approval of the Town Attorney. Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Brian O. Mealy, Councilman SECONDER:Anne H. Smith, Councilwoman AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty, Evans Generated July 18, 2024 Page 35 DENIS NONCARROW h� G.j, Town Hall,53095 Main Road TOWN CLERK C2 P.O.Box 1179 ti Z Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS Q � yC Fax(631)765-6145 MARRIAGE OFFICER �' RECORDS MANAGEMENT OFFICER '��j �a0 Telephone oldt uny.gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2024 Construction of Pickleball Facility at Old Schoolhouse Park in East Marion Bid Opening 7/11/2024 @ 2:00 PM Six (6) bids received Name/Contact/Address/Ph. # Total Corazzini Asphalt Inc. $89,871.84 c/o Richard Corazzini PO Box 1281 Cutchogue,NY 11935 631-734-5600 DeLalio Coal & Stone Co. Inc. $96,272.64 dba South Fork Asphalt c/o Perry DeLalio 224 North Main St. Southampton,NY 11968 631-283-0717 DF Eastwood Construction $158,272.00 c/o Donald Fischetto 1320 Motor Parkway Islandia,NY 11749 631-630-0995 Gatz Sitework& Landscape Construction $150,435.20 c/o Donald Gatz 6477 Sound Ave/PO Box 104 Mattituck,NY 11952 631-298-8877 KJB Industries, Inc. $142,241.00 c/o Bob Panchak 14 Center Drive Riverhead,NY 11901 631-727-5600 Laser Industries Inc. $190,696.96 c/o John Gulino 1775 Route 25 PO Box 315 Ridge,NY 11961 631-924-0644 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bond No. 07112024 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Corazzini Asphalt, Inc. 6245 Cox Lane Cutchogue, NY 11935 as Principal, hereinafter called the Principal, and RLI Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61612 A corporation duly organized under the laws of the State of Illinois as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53096 Main Road Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Percent(5%)of the Total Amount of Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Construction of Pickleball Facility at Old Schoolhouse Park NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms, of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd Day of July 2024 Corazzini Asphalt, Inc. (Seal) Witness (title) t G(V d v-A 2-2-A n RLI Insurance Company f (Sure ) (Seal) Wi Hess l (Title)Diane P.Alesci,Attorney-In-Fact Printed in cooperation with the American Institute of Architects(AIA). The language in this document conforms exactly to the language used in AIA document A310, 'February 1970 ED.. Individual Acknowledgment State of County of On the day of 20 ,before me personally appeared to me known and known to me to be the person described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same. Notary Public Partnership/L.L.C.Acknowledgment State of County of On the day of 20 ,before me personally appeared to me known and known to me to be one of the firm of described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. Notary Public Corporate Acknowledgment State of e� d�'(-- County of C V716 t j On the day of �U( L 202' ,before me personally appeared � C V)(aV- g 2_U % to me known,who being by me duly sworn, did depose and say that he,, n_is the '?WS\ P�� of the QV'CA2-:%v1, �S 9�m�u. —A ''()Q- the corporation described in and which executed the foregoing instrument;that he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation;and that he signed his/her name thereto by like order. NotM Pu blic Michele D.Lyons Notary Public,State of New York No.0lLY6291518 Suffolk County_ Term Expires October 15,20�5 ACKNOWLEDGEMENT OF SURETY State of Florida } } SS. County of Pasco } On this 3rd day of July 2024 before me, a Notary Public in and for said County, personally appeared Diane P.Alesci personally known to me, who being by me duly sworn, did say that he/she is the aforesaid attorney-in-fact of the RLI INSURANCE COMPANY of Peoria, Illinois, a corporation duly organized and existing under the laws of the State of Illinois, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the execution thereof to be a voluntary act and deed of said corporation. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed by official seal the day and year last above written. Notary Public State of Florida Paris Tsirnikas My Commission HH 329510 Expires 11/18/2026 Notary Public o POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N.Lindbergh Dr. Peoria,IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: Matthew Wilkoff,Diane P.Alesci Shirley Croker,Susan Kinnear David Sterling_jointly or severally in the City of Woodbury , State of New York its true and lawful Agent(s) and Attorney(s) in Fact,with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force,to-wit: ...................-.................................................................................................................._..........................-.....................................-.......................-....................................................._......._...--.........................- ----........... ............................................. ........ "All bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies,undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr.Vice President with its corporate seal affixed this 2nd day of April 2024 . �"»,,,,,,,,,,, RLI Insurance Company NG AND, %, �, E ca°• Contractors Bonding and Ins ance Company .'GOP grct`:pm GORPORgT� -� By: = =Y=. SEAL �_�= = . SEAL . y a: Eric Raudins Sr.Vice President IL INOIS State of Illinois } SS County of Peoria ) CERTIFICATE On this 2nd day of April 2024 , before me, a Notary Public, I, the undersigned officer of RLI Insurance Company and/or personally appeared Eric Raudins , who being by me duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and effect and is officer of the RLI Insurance Company and/or Contractors Bonding and irrevocable; and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney, is now in force. In testimony act and deed of said corporation. whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Co tra tors Bondin and Insurance � Company this day of 0� By: �` RLI Insurance Company Jill A.Scott Notary Public Contractors Bonding and Insurance Company 41 JILL A SCOrr 1 'r9 (Z Notary State off Ohio Ohlo By: • ,y c z My Comm.Expires Jeffrey Dgicg U v Corporate Secretary roy4?:t: o` September 22.2025 3120357020212 A0058D 19 f RLIP.O.BOX 3967 PEORIA,IL 61612-3967 RLI Insurance Company P:(800)645-2402 E:asksurety@rlicorp.com SURETY RLISURETY.COM December 31, 2023 Admitted Assets Liabilities and Surplus Investments: Liabilities: Fixed maturities .............................. $ 1,431,131,286 Reserve for unpaid losses and loss Equity securities.............................. 1,442,812,591 adjustment expenses ,,,,,.,........,,...... $ 908,493,924 Short-term investments ........................ 0 Unearned premiums ,,.,,..,...,...,.,,,.,,... 392,216,604 Real estate..................................... 25,207,962 Accrued expenses 111,423,480 Properties held to produce income .................. 0 Funds held.................................. 542,927 Cash and cash equivalents ........................ 39,450,202 Advance premiums ,,.,,,,,,,,,,........,,.... 21,305,163 Other invested assets ............................ 54,516,561 Amounts withheld ..,......................... 80.627,156 Receivables for securities ......................... 2,630,356 Remittances and items not allocated...,,,,,,.,... 5,911,884 Agents'balances ................................ 100,101.297 Dividends declared and unpaid ,,,.,,..,.......,, 28,553 Investment income due and accrued ................ 11,012,671 Ceded reinsurance premium payable ,.,.,,.,,,,.. 27,278,849 Funds held..................................... 0 Payable for securities 9,404,521 Reinsurance recoverable on paid losses ............. 22,044,296 Statutory penalties,,,,,,,,.,,,,.,,,...,,..,,,, 455,798 Federal income taxes receivable .................... 0 Current federal and foreign income taxes ,.,,,,_.,, 2,500,736 Net deferred tax asset ............................ 9,800,670 Net deferred tax liability.,...................... 0 Guarantee funds receivable or on deposit 47,385 Borrowed money and accrued interest .,,,,,,,,.,. 50,234,222 Electronic data processing equipment. ............... Drafts outstanding .,,,,,,.....,.,,,.,............ 0 net of depreciation............................ 629,146 Payable to affiliate...,,,,,,.,..,................. 13,666,696 Receivable from affiliates.......................... 1,260 Other liabilities,..,,.,,,,,,,..,......,,,.......... 2,284,808 Other admitted assets ............................ 7,125,030 Total Liabilities $ 1,626,375,321 Total Admitted Assets $ 3,146,510,713 Surplus: Common stock............................... $ 10,000,375 Additional paid-in capital,,,,,,,,,,,,,,,,,,,,,,,, 242,451,084 Unassigned surplus........................... 1,267,683,933 State of Ohio Total Surplus $ 1,520,135,392 County of Cuyahoga Total Liabilities and Surplus $ 3,146,510,713 The undersigned, being duly sworn, says: That he is the President of RLI Insurance Company, that said Company is a corporation duly organized,in the State of Illinois, and licensed and engaged in business in the State of New York and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws,that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6-13, and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31st day of December 2023. Attest: �Illnn CE _=¢% °cVIPCIRATF Corporate Craig Kliethermes President Seal { Affixed SEAL .- 1.14 I N 0���`� Olga S.Happel s istant Secretary "118J1111110"o Sworn to before me this 12th day of March, 2024. 1r JILL A SC07T Notary Public �1 State of Ohio Notarial My Comm.Expires September 22,2025 { Seal Jill A.Scott Affixed Notary Public, State of Ohio C M0058324 Portal 1 THE AMERICAN INSTITUTE OF ARCHITECTS 11475N AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Delalio Coal&Stone Co_Inc.dba South Fork Asphalt 224A North Main Street Southampton NY 11968 as Principal, hereinafter called the Principal, and The Service Insurance Company Inc. 80 Main Street West Orange NJ 07052 a corporation duly organized under the laws of the State of NJ as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53095 Main Road Southold,NY 11971 as Obligee, hereinafter called the Obligee,in the sum of Five Percent of Amount Bid Dollars($ 5% }. for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Construction of pickleball facilty at Old Schoolhouse Park NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 8th day of July 2024 Delalio Coal o. Inc.dba South Fork Asphalt 1) (seal) T ss) (Tale) The Service Insurance Company Inc. (surety) (Witness) Attomey-ln-Fad Thomas M Niland , (rife) AIA DOCUMENT A310 BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN � INSTITUTE OF ARCHITECTS,1735 N.Y.AVF,N.w.,WASHINGTON,D.C.20006 3 V ACKNOWLEDGEMENT OF CONTRACTOR,IF A CORPORATION STATE OF tie-W COUNTY OF 'Sc&('�(1�L ON THE 8 DAY OF �Li 2024 BEFORE ME PERSONALLY CAME �� t�fU t_l v TO ME KNOWN,WHO BEING BY ME DULY SWORN,DID DEPOSE AND SAY THAT (S)HE RESIDES AT [S DC,4m ?4� S AR-14I'HAT(S)HE IS THE V )(e OF DELALIO COAL & STONE CO.INC.DBA SOUTH FORK ASPHALT A CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CO ORATION \\Njt" ``\` BEN W C Q STATE / PORK Notary Public i NOTARY PUBLIC _ i COS 01CU6372046 / ACKNOWLEDGEMENT OF SURETY �',1'�is• •'o'��4,` S1oyf�XPx?E;" ` STATE OF NEW YORK COUNTY OF SUFFOLK ON THE 8TH DAY OF JULY 2024, BEFORE ME PERSONALLY CAME THOMAS NL NILAND TO ME KNOWN,WHO,BEING BY ME DULY SWORN,DID DEPOSE AND SAY THAT (S)HE RESIDES AT LIDO BEACH,NY THAT(S)HE IS THE ATTORNEY IN FACT OF THE SERVICE INSURANCE COMPANY,INC. THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT(S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXFID BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT(S)HE SIGNED HIS/IER NAME THERETO BY LIKE ORDER ROBYN GUARINO Notary Public NOTARY PUBLIC-STATE OF NEW YORK No.01 GU6383323 Qualified in Suffolk County my Commission Expires 11-13-20.2k- of. 13ON D NO. 11 y-7 SO ,rHE SERVICE INSURANCE COMPANY, INC. (in CT,GA,KY, MA,MD,NIS,NIT,NTH,NJ,NY,.PA,RI,TN&WV) (d/bla Service Guarantee and Surety Company in DC,DE,NC&SC) Service Guarantee and Surety Company(used in-FL by:The Service Insurance Company,inc.),in AL Service Guarantee and Surety Co.(used.in VA by:The Service Insurance Company,Inc.) POWER OF.ArrORNEY KNOW ALL \4F,N BY '17"I6SE PRESENTS: That THE:SERVICI' INSURANCE COMPANY. INC., 80 Nfain Street 9330, West Orange, NJ 07052, a coiporation of the State of New Jersey(dtbla Service Guarantee.and Surely Company in DC, DE. NC &SC), Service Guarantee and Surety Company (used in Fl, by: The Service.Insurance Company, I'nc:) and in AL, Service Guarantee and Surety Co. (used in VA by: The;Service C insurance ompany,.lnc.)pursuant.to authority granted.by Article-VJlI;-Section 7 ofthe By-Laws"of said Company,which reads as follows:".CO,\TRrtCT S The Board of Directors may authorize any o&et;s. to CS2cvtB bond instrument in the Na/ne Of�altd on behalf of the.corporation, and such authority may be general or eonf ned to specific instances." Does hereby nominate;constitute and appoint Glen•T:13urger and James S.Burger,.its true and lawful,agi nts and Attorneys)-in=Fact, to make, execute,-seal and deliver for,and on its behalf as suTcty,_and'itsact:and deed:any and all bond undertakings,and:conscnts of sureiv;no one bond,to exceed an:aggregated penal sum liability of$5,000,000(FiVi,,,Million Dollars). Does hereby nominatei CortStitute and,appoint, . THOMAS M.NILAND&LEONARD SCIOSCIA JR. of COOK MARAN&ASSOCIATES,INC. Insurance,'Agency as itg.true'and lawful Attorneys)-iri-Fact fortbe':followiq purpose:to.rr,a 16,executc:arid deliver'Qiose bond uadbrtakings,an`d Uiis6ts of Surety on behalf of the,Company to any"Obligeo_for thosz iiid bond,performance bond.payment bond and other bond',undertakings not to exceed an aggregated penal sutn.liabilii}'oG$S;Ob0,040(Five.Million1�olJars); Said ifisurance.Agency Attoi-ney(s)-In-Fact shalf;obtajn.piior,,*4'p vat confrmcd in Nsritina,fiom'the'Compan}•witiva bond number provided by the--Company's home office.prior to issuing any bonds. :Said'Attorne}_(,e)-I Ff act by executing the attached.,b"oni](s),hereby represents and vvariants under oadt that the Company has'' ted iflhimllier prioi approyahagd.fiiritisheil"the bond number for,the attached`bonds,which-bas bgen.togged`and recorded.at thc.Compan}'s home office-The Company,shall.not cover,lionor'o"r'pay',any claims for unauthorized ponds;and,the.Qbligz may c0 trrii the,.validity of the attached'bond orixeceiptby cotitaoting:the Company in,m:riting;at.973.=73.1=7.889(far)or,Jbur erciserliccinsurancecompiuiy.coin ITT WITNESS WHEREOF,the said Treasurer and;President have hereunto subscribed their namcsvand affixed the Corpofafe Seal of the-said The Se.rr'ice.Insurance Company.Inc.,this Otti day.ofJune,.A:D`2022 THE SERViCE INS URANCE•COMPA,IY,INC. IIY;...... ..... .... ..... .131': ........... .....................:.. GLEti'T. UR'GEP.,TI2EASUI2ER Jt1MES S..I3UR JGR;PItESIDET T 81-AT. OF.- :�%V JERSEY ) ), SS CITY OF WEST. ORANGE } On this 6th.day of;Jurie,A.D.2022,tiefore.:the sul%scribcd,a.T ota> ;.I?ublic:of the State of Nciv Jersey,-drily commissioned acid aualifed,.carrie the abovenamed Treasurer and President of.The Sei1'iiceilnsuran"cd Cptnpaiiy,:Itics,to nic personally l nownjo:be ihe."individuals and officers described in,and whb ekecutcil the preceding,instrunient.;anq thcy.each,aclaiotit'ledge;ih,,e;executioa,of the same;and being by.me duly sworn severaJIy and'each fo'r himself deposeth fife saith,that they are the said officers of the Compan}r afor."zsaid;and that the seal is Hffixzd to tfic tiXieec Ing instruments,,is ate Corporate Seal of said Company,and that the Corporate Seal and their gignatures.as such:oflicets were duly affixed and subscribed:to the said'hisittimeii:by'the,aitthority:and dijectio.n of the said Corporation. M4RIAE.GERQUEIRA �J Notary Fobfic,State of.Ne►d:Jersey Corrlm I1.2380557 :, to Public_in the t,ttt3 i\ety Jersey My,Commission Bores:EAQ027 '? _" ,•. .CERTIFICATE I;the undersigned, President of The Service lnsuraiice Company, Ine.,.The Company, do hereby,certify that the 6,ic �"O'Vo`wer bf A(itu grin which the forgoing is.full,true and Correct copy, is,in full force and effect on the date of this.certificate;and I.do further.'cei16ir,ihat 1 4 Rresiif kt"LYE executed the Said Poiyer of Attorney was•specially authorizcd'ty the.,3oard of Directors to appoint any Attomey in Fact,is Ii���'t���in.?.,fi �l..YT1I,�ezii�r 7,of the By-Laws of The Service Insurance Company,Inc. *;- �"s... "a `7 This Certificate may be signed by I'acsirnile tinder and by:auihciritj of the following resolution'of.the Board of Direci`or'jIl: he Scr t_'x trylTfaocc Company,.Inc. Resolved: "That are facsimile or mechanically reproduced signature of the Co+npgny President;whether nrade heretofore-or n&ee&fier, wherever appearing upon a certified copy of any power of attorney issued.by the.Company,shall he valid and binding upon the Company tpiih the same force and. effect as though manually a/J%eed." IN TESTIMONY WHEitL'OF,i have hereunto subscribed my nattnc and affixed the Corporate COMPANY EMBOSSED CORPORATE SL'AL MUST Seal ot'tlie said Company.this �de.} of_ � .203`L APPFAK ON BOND FORM AND PO\YF.R OF ATTORNL-Y JAMES S.BLAo � ESIDENT THE SERVICE INSURANCE COMPANY (Statutory,Basis) STATEMENT OF ADMITTED ASSETS, LIABILITIES SHAREHOLDER'S EQUITY AS OF DECEMBER 31,,2021 ADMITTED ASSETS Cash&Cash Equival9nts&Short Term Investments 3,582,936 Preferred Stocks, 83,756: Common.Stodks .2,454;a3a Bonds- 12,442,480 Inferest1hcome Receivable 82,688 Premiums&Agents Balances i 547,374 Amounts Receivable from.Reinsurers S 301,169 Other Receivable Current Federal Income Taix,Recoverable- Electronic,'Data Equipment Net;Deferred Tax Asset 26,849 TOTAL ADMITTED-ASSETS. LIABILITIES&SHAREHOLDER'S EQUITY LIABILITIES Losses&Loss Adjustment Expdftses: -762,609- Other Expenses 704,396 Taxes,liceinseg&fees I FEderal]ndoime Tax Unearned Premiums Amounts Withheld or Retalped.by Company for Accounts-of Others 4J17007 Miscellaneous 432,395,. Total Liabilities SHAREHOLDER'S EQUITY c6jnmo ji'stock"p_ 56600'shares;authorized issued,32,000shares outstanding,as of December 81,2020 1 Gross Paid-In&" ;Contributed Surplus. 839198., uhatsigned.funds(surplus) 1.1 102%963 Treasury'Slock '(1,088,600) Total Shareholder's-Equity TOTAL LIABILITIES&SHAREHOLDER'S EQUITY STATE QF:N*EW JERSEY 8S COUNTY OF ESSEX 1,James S.B siden rsuranc -do.hereby i3 y that the above is a true statement Burge 'o' rViOL q Qpthpanylnc., effif of sold as of of the assets,TJQ d Cor' on December31, 2021. James S.Burger,President ISTATE OF NEW JERSEY Ss 1COUNTY'OF ESSEX ;Subscribed and swan before me, a Notary Pyblip, State of Alov,�'Jersey,in the,CoOpty.of Essex 10ARIA-r=. CE.RQU !M-., WTAIRY P1.18LIC OF NEIN JER8P- ta Public Comm.�. 2360657 s V L4yCDMMlSSl0nFXPlrC-5-614/2022 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE D. F. Eastwood Construction Corp. DBA All Island Fence&Railings 1320 Motor Parkway Islandia NY 11749 as Principal, hereinafter called the Principal, and United States Fire Insurance Company 305 Madison Avenue Morristown NJ 07960 a corporation duly organized under the laws of the State of DE as Surety,hereinafter called the Surety, are held and firmly bound unto Town of Southold,Construction of Pickleball Facility at Old Schoolhouse Park Main Road ,,Fast Marion,NY 11939 as Obligee,hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars($ 5% }, for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Construct Pickle Ball Courts NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials fumished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 9th day of July 2024 D.F.Eastwood Construction Corp.DBA All Island Fence&Railings (Principal) (Seal) (witnes51 .$) �'f e`J1rc1� (Tide) United States Fire Insurance Company (Surety) (Sea)) Witness) By: y\_ Attorney-in-Fact Thomas M Niland (-►tre) AL\DOCUMENT A310 0 BID BOND 0 AL1•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITEC?S,1735 N.Y.AVE.,NAV.,WASHINGTON,D.C.20006 a • t ACKNOWLEDGEMENT OF CONTRACTOR,IF A CORPORATION STATE OF NCW YC(A COUNTY OF 5LAfFoWr, ON THE IO DAY OF JU 2024 BEFORE ME PERSONALLY CAME yyn -o Pt�c TO ME KNOWN,WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT THAT(S)HE IS THE OF D.F.EASTWOOD CONSTRUCTION CORP.A CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT(S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION Notary Public ACKNOWLEDGEMENT OF SURETY Ny:x DINA'DIROMA"'.1 Notary,l?u6(la-State of New York : No.01f)15074946 STATE OF NEW YORK Qualified in Suffolk County COUNTY OF SUFFOLK MY Comm. Ex Tres Mar.24,2027 ON THE 9TH DAY OF JULY 2024,BEFORE ME PERSONALLY CAME THOMAS M. NILAND TO ME KNOWN,WHO,BEING BY ME DULY SWORN,DID DEPOSE AND SAY THAT(S)HE RESIDES AT LIDO BEACH,NY THAT (S)HE IS THE ATTORNEY IN FACT OF UNITED STATES FIRE INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT(S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/BER NAME THERETO BY LIKE ORDER ROBYN GUARINO NOTARY PUBLIC-STATE OF NEVV YORK Notary Public No.G1 GU6383323 Qualified in Suffolk County My Commission Expires 1'I-13-2G�P 7 POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 33989 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: Thomas M.Niland,Gaye Conklin each,its true and lawful Attomey(s}In-Fact,with fall power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties not exceeding Seven Million,Five Hundred Thousand Dollars($7,500,000). This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent parr_ ' Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations,policies of insurance, deeds, leases,mortgages, releases,satisfactions and agency agreements-, (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees,undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition,if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 28th day of September,2021. UNTIED STATES FUZE 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. MEUSSA N.VALESM NOTARY F1F61.1C OF NEW klM Coatrttisstort 0 li412t3833 l ` - 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 WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on theq day UNITED STATES FIRE INSURANCE COMPANY �d� r UNITED STATES FIRE INSURANCE COMPANY 1209 ORANGE STREET,WILMINGTON,DELAWARE 19801 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2022 ASSJUS, Bonds(Amortized Value)................................................................................................... 1,905,252,232 Preferred Stocks(Market Value)........................................................................................... 114,529,067 Common Stocks(Market Value)........................................................................................... 1,762,084,603 Mortgage Loans(Market Value)........................................................................................... 796,032,009 Cash,Cash Equivalents,and Short Term Investments.................................................................. 626,020,353 Derivatives..................................................................................................................... 10,695,142 OtherInvested Assets........................................................................................................ 337,125,033 Investment Income Due and Accrued...................................................................................... 19,572,352 Premiums and Considerations................ ................ 340,327,513 Amounts Recoverable from Reinsurers.................................................................................... 61,688,599 Funds Held by or Deposited with Reinsured Companies............................................................... 70,688,033 NetDeferred Tax Asset...................................................................................................... 140,619,760 Electronic Data Processing Equipment..................................................................................... 1,507,891 Receivables from Parent,Subsidiaries and Affiliates................................................................... 158,857,542 OtherAssets................................................................................................................... 145,928,507 TOTALASSETS....................................................................................... S 6,490,928.636 LIABILITIES,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred But Not Reported Losses)................................................................................................... 2,212,036,852 Reinsurance Payable on Paid Lasses and Loss Adjustment Expenses................................................ 68,359,436 Loss Adjustment Expenses.................................................................................................. 374,380,070 Commissions Payable,Contingent Commissions and Other Similar Charges....................................... 10,899,929 Other Expenses(Excluding Taxes,Licenses and Fees)................................................................. 95,863,911 Taxes,Licenses and Fees(Excluding Federal Income Taxes)......................................................... 30,559,093 Current Federal and Foreign Income Taxes............................................................................... 197,142,697 UnearnedPremiums.......................................................................................................... 999,534,655 AdvancePremium............................................................................................................ 12,896.716 Ceded.Reinsurance Premiums Payable.................................................................................... 99,545,135 Funds Held by Company under Reinsurance Treaties.................................................................. 42,360.469 Amounts Withheld by Company for Account of Others................................................................ 133,940,899 Provision for Reinsurance................................•--................................................................ 2,638,135 Payable to Parent,Subsidiaries and Affiliates............................................................................ 91,545,650 Other Liabilities.....................................•••....................................................................... 73,407,186 TOTAL LIABILITIES................................................................................. S 4.445.110,813 Common Capital Stock...................................................................................................... 18,780,000 Gross Paid In and Contributed Surplus.................................................................................... 1,502,074,940 Unassigned Funds(Surplus)................................................................................................ 524,967,883_ Surplus as Regards Policyholders.................................................................... 2,045,817,823 TOTAL LIABH.TIIES,SURPLUS&OTHER FUNDS.......................................... S 6,490.928,636 I,Carmine Scaglione,Senior Vice President and Controller of UNITED STATES FIRE INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets,Liabilities,Surplus and Other Funds of this Company,at the close of business,December 31,2022,as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of Delaware. v �r IN TESTIMONY WHEREOF,I have set my hand and affixed the seal of the Company,this 23rd day of March,2023. UNITED STATES FIRE INSURANCE COMPANY 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/clrrcc of hrtsirtc,ca} United States Fire Insurance Company Gatz Sitework and Landscape Construction Inc. 305 Madison Avenue This document has important 6477 Sound Ave., PO Box 104 Morristown, NJ 07960 legal consequences.Consultation Mattituck, NY 11952 Mailing Address for Notices with an attorney is encouraged with respect to its completion or modification. OWNER: (Nance.legal stales and addrus) Any singular reference to Contractor,Surety,Owner or Town of Southold other party shall be considered 53Q95 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (,'Vance,locatlon or address and Project number,Ilan}) Construction of New Pickleball Facility(3 Courts) at Old Schoolhouse Park, East Marion, 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.Tire 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 larojcct and othernlsc acceptable to the Owncr,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 perlor n the work covered by said bid,then this obligation shall be mull and void,otherwise to remain in lirll fierce and ellcel.The Surety hereby%aives any notice oran agreement between line Owner and Contractor to extend the time in which the Owner may accept the bid.Waiverofnotice by Lilo Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond Elie lime for acceptance ofbids specified in the bid documents,and the Onvner and Contractor shall obtain the Surety's consent liar an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the teen Contractor in this Bond shall be deemed to be Subcontractor and the terns Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with u statutory or other legul requirement in the location or tile Project,any provision in this Bond contlieting n7th said statutory or legal requirement shall be deemed deleted herel'rom and provisions conlimming Ur such statutory or other legal requirement shall be deemed incorporated herein.When so 11timished,the intent is that this Build shall be construed us u statutory bond and not us a common law bond. Sion nd scaled this nd day of July, 2024. Gatz Sitework and Landscape Construction Inc. (Pctinclpal) (Seal) C By. �FFt United States l e Insura:3:::::: mpany A�yF. !NS� �, l (.Burr; �' tit j;� tip By "*oeuwisoo,o (Tit rn Perry,Attorney-in-Fact S-0054/AS 8/10 ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF New York } COUNTY OF On this -k�� day of 2Q 24, before me personally appeared to me known, who, being by me duly sworn,did depose and say that he/she resides at \2�c-,++- s �- ��S\,, H""(-G,that he/she is the of Gatz Sitework and Landscape Construction Inc. the corporation described in and which executed the foregoing instrument; and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. STAVIE POLLIO NOTARY PUBLIC,STATE OF NEW YORK Notary Public Registration No.01 P00046557 Qualified in Suffolk County Commission Expires August 14 ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK } COUNTY OF NASSAU } ss: On July 2,2024 before me personally came Fern Perry to me known who, being by me duly sworn, did depose and say that he/she resides at 255 Executive Drive, Plainview, New York 11803,that he/she is the Attorney-In-Fact of United States Fire Insurance Company the corporation described in and which executed the foregoing instrument;and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. Peter Henri Notary Public Notary Public State Of Nem-York No.01 HE4784.829 Qualified In Nassau County n% Commission Exp;rr-January 31. ,/L� POWER OF ATTORNEY UNITED STATES FIRE INSURANCE COMPANY •- PRINCIPAL OFFICE-MORRISTOWN,NEW JERSEY 00635 KNOW ALL MEN BY THESE PRESENTS:That United States Fire Insurance Company,a corporation duly organized and existing under the laws of the state of Delaware,has made,constituted and appointed,and does hereby make,constitute and appoint: Robert Finnell,Peter Henry,Jennifer Laura Johnston-Ogeka,Fern Perry each,its true and lawful Attomey(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties: Unlimited This Power of Attorney limits the act of those named therein to the bonds and undertakings specifically named therein,and they have no authority to bind United States Fire Insurance Company except in the manner and to the extent therein stated. This Power of Attorney is granted pursuant to Article IV of the By-Laws of United States Fire Insurance Company as now in full force and effect, and consistent with Article III thereof,which Articles provide,in pertinent part: Article IV,Execution of Instruments-Except as the Board of Directors may authorize by resolution,the Chairman of the Board,President,any Vice-President,any Assistant Vice President,the Secretary,or any Assistant Secretary shall have power on behalf of the Corporation: (a) to execute,affix the corporate seal manually or by facsimile to,acknowledge,verify and deliver any contracts,obligations,instruments and documents whatsoever in connection with its business including, without limiting the foregoing, any bonds, guarantees, undertakings, recognizances, powers of attorney or revocations of any powers of attorney, stipulations,policies of insurance, deeds, leases, mortgages, releases,satisfactions and agency agreements; (b) to appoint,in writing,one or more persons for any or all of the purposes mentioned in the preceding paragraph(a),including affixing the seal of the Corporation. Article III, Officers, Section 3.11, Facsimile Signatures. The signature of any officer authorized by the Corporation to sign any bonds, guarantees,undertakings,recognizances,stipulations,powers of attorney or revocations of any powers of attorney and policies of insurance issued by the Corporation may be printed,facsimile,lithographed or otherwise produced. In addition, if and as authorized by the Board of Directors,dividend warrants or checks,or other numerous instruments similar to one another in form,may be signed by the facsimile signature or signatures,lithographed or otherwise produced,of such officer or officers of the Corporation as from time to time may be authorized to sign such instruments on behalf of the Corporation. The Corporation may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Corporation,notwithstanding the fact that he may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF,United States Fire Insurance Company has caused these presents to be signed and attested by its appropriate officer and its corporate seal hereunto affixed this 28th day of September,2021. UNITED STATES FIRE INSURANCE COMPANY Matthew E.Lubin, President State of New Jersey} County of Moms ) 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. MELI3SA H.VALESSIO NOTARY KW OF NEW JERSEY Cowjr4aslon 0 80i 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 SS WHEREQFJ,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on the2 day of'�� 20 1 UNITED STATES FIRE INSURANCE COMPANY Michael C.Fay,Senior Vice President UNITED STATES FIRE INSURANCE COMPANY 1209 ORANGE STREET,WILMINGTON,DELAWARE 19801 STATEMENT OF ASSETS,LIABILITIES,SURPLUS AND OTHER FUNDS AT DECEMBER 31,2023 i ASSI� Bonds(Amortized Value)................................................................................................... 1,726,028,698 Preferred Stocks(Market Value)........................................................................................... 144,307,613 pCommon 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..................................................................................................................... 14,049,444 jOther Invested Assets........................................................................................................ 508,546,227 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 OtherAssets.................................................................................................................. 132,253,074 TOTAL ASSETS.................................................................I..................... $ 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............................................................................... 11,452,403 Unearned Premiums.......................................................................................................... 1,120,526,178 AdvancePremium............................................................................................................ 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............................................................................ 25,899,852 Other Liabilities............................................................................................................... 56,882,388 TOTAL LIABILITIES..................................................I.............................. $ 4,936,790,383 Common Capital Stock...................................................................................................... 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 LIABILTHES,SURPLUS&OTHER FUNDS.......................................... $ 7,218,664,454 1,Carmine Scaglione,Senior Vice President and Controller of UNTIED 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 rile with the Insurance Department of the State of Delaware. L� A— — G' c 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 Colonial Surety Company ~ Administrative Office 123 Tice Boulevard, Suite 250 Woodcliff Lake, NJ 07677 201-573-8788 BID BOND Approved by The American Institute of Architects A.I.A. Document No.A-310 (Feb.1970 Edition) KNOW ALL PERSONS BY THESE PRESENTS, that we, KJB INDUSTRIES INC., Riverhead, NY as Principal, hereinafter called the Principal, and COLONIAL SURETY COMPANY, a corporation duly organized under the laws of the Commonwealth of Pennsylvania, as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold,Southold, NY as Obligee, hereinafter called the Obligee, in the sum of 5% of amount bid not to exceed $8600 for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors; administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Construct Pickleball Courts NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 11th day of July 2024. KJB INDUSTRIES INC. Witness: Robert Panchak (Principal/Title) (Seal) ��' Colonial Surety Company Witness: Robert Panchak Michael Bonfante (Attorney- -fact) (Seal) l a COLONIAL SURETY COMPANY Duncannon,Pennsylvania Administrative Office:123 Tice Boulevard,Woodcliff Lake,New Jersey 07677 GENERAL POWER OF ATTORNEY Know all Men by These Presents,That COLONIAL SURETY COMPANY,a corporation duly organized and existing under the laws of the Commonwealth of Pennsylvania and having an administrative office in Woodcliff Lake,Bergen County,NJ does by these presents make,constitute and appoint Michael Bonfante of Riverhead,NY Its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred in its name, place and stead,to execute, acknowledge and deliver. Bid Bonds and Consent of Surety Only and to bind the Company thereby as fully and to the same extent as if such bids were signed by the President,sealed with the corporate seal of the Company,hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises.Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the Colonial Surety Company at a meeting held on the 25th day of July,1950. 'Be it Resolved,that the President,any Vice-President,any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: "Section I.Attorney-in-Fact Attorney-In-Fact may be given full power and authority for and in.the name of and on behalf of the Company,to execute,acknowledge and deliver,bid bonds and consent of surety only,reccignizances,contracts,agreements of Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder,and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President" "in Witness Whereof,Colonial Surety Company has caused these presents to be signed by its President and its corporate seal to be hereto affixed the 7th day of April .A.D.,2023. 'Surety COLONIAL SURELY COMPANY State of New Jersey Uo Incorparatetl BY County c Bergen SS. * 1930 * Wayne Nunziata,President ennsyivat`�a On this 7th day of April in the year 2023, before me Theresa La Monica a notary public, personally appeared Wayne Nunziata , personally known to me to be the person who executed the within instrument as President on behalf of the corporation therein named and acknowledged to me that the corporation executed it. THERFSA-MONICA Notary Public of New Jersey y,�7 2 ixrx My Commission Expires September 9,2m5 �'�(i1�7nm i. Theresa La Monica Notary Public I,the undersigned President of Colonial Surety Company,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Company,and do hereby further certify that the said Power of Attorney is still in force and effect. GIVEN under my hand and the seal of said Company,at Woodcliff Lake,New Jersey this 11th day of July 20 24 Wayne Nunziata,President Original printed with Blue andlor Black ink For—1-tion of the authontiaty of this Power of Attorney yeu my call(201)873-8788 and ask for the Power of Attorney deck.Please refer to the above namod individual(s)aril details of the bond to which the power is attached. 4 Colonial Surety Company Duncannon,Pennsylvania -Inc 1930- Balance Sheet as of December 31, 2023 Cash&Invested Assets: Liabilities: Cash $24,397,248 Outstanding Losses&Loss Expenses $3,553,844 Cash Equivalents 4,719,842 Unearned Premiums 18,529,858 Common Stocks* 9,122,243 Funds Held 6,498,740 Bonds* 50,414,007 Reinsurance Payable 7,650,729 Accrued Expenses 692,642 Income Taxes Payable 2,889,937 Total Cash&Invested Assets $88,653,340 Payable to Parents,Subs&Affiliates 380,416 Miscellaneous Liabilities 3,678,088 Commission Payable (5,529,183) Total Liabilities $38,345,071 Other Assets: Accrued Investment Income $531,942 Capital&Surplus: Premiums Receivable 3,518,350 Common Capital Stock $ 4,000,000 Funds Held—Collateral 6,498,740 Additional Paid in Capital 1,000,000 Reinsurance Recoverable 7,787,775 Unassigned Surplus 64,924,417 Net Deferred Tax Assets 1,014,844 Other Assets 264,497 Total Capital&Surplus $69,924,417 Total Admitted Assets $108,269,488 Total Liabilities,Capital& $108,269,488 Surplus *Bonds and stocks are valued on a basis approved by the National Association of Insurance Commissioners. STATE OF NEW JERSEY } ss.: COUNTY OF BERGEN } I,Wayne Nunziata,President of Colonial Surety Company,do hereby certify that the foregoing is a full,true,and correct copy of the Financial Statement of said Company,as of December 31,2023. IN WITNESS WHEREOF,I have signed this statement at Woodcliff Lake,New Jersey,this 1st day of March 2024. Wayne Nunziata,President �`esa La MO2 r ° t No. � Public Jefie� Theresa La Monica,Notary Public THERESA LA MONICA A Notary Public of New Jersey My Commission Expires September 9,2025 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 phrce of baviness) Liberty Mutual Insurance Company Laser Industries Inc. 175 Berkeley Street This document has important 1775 Route 25 Boston, MA 02116 legal consequences.Consultation Ridge, NY 11961 Mailing Address for Notices with an attorney is encouraged with respect to its completion or modification. OWNER: (Nan te,legal slatrrs and address) Any singular reference to Contractor,Surety,Owner or Town of Southold other party shall be considered 53095 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Xame,location or address mrd Project rnnuGer..if ar{try' Construction of Pickleball Facility at Old Schoolhouse Park The Contractor and Surety are bound to ilia Owner in ilia amount set forth above,for the payment of which the Contractor and Surety bind themselves,their hairs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owncr in accordance with the terns 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 peribmi ilia work covered by said bid,then this obligation shall he null and void,otherwise to remain in hill Ibrce and enact.The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of nolice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond ilia time for acceptance of bids specified in the bid documents,,and the Owner and Contractor shall obtain ilia Surety's consent Vor 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 statutorn•or other legal requirement in ilia location of the project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herellrom and provisions arnlimning to such statutory or other legal requirement shall be deemed incorporated herein.When so limtished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. ;,Li-gtisc,aIc,d this 10th day of July, 2024. Laser Industries Inc. (Princi (Seal)l f'ituess) B �1 Liberty Mutual Insurance CompanyJ�opp q'% (Surety j (Seal) o '- 1912 3 By: Ali La ranco ttorney-in-Fact S-0054/AS 8/10 Individual Acknowledgment State of County of On this day of , 2024 , before me personally came to me known, and known to me to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she executed the same. .My commission expires Notary Public Corporation Acknowledgment State of ov� County of ���-- On the Lb-day of ,2024 before me personally came to me kno ; who being by me ly sworn, did depose and say that he/s�+cg/they resi e(s) / that he/she/they is(are) the /��-�S t!�4W of the corpor ion described in and hich executed`the above instrument;that he/she/they know(s) the seal of said corporation;that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/mave� ned his/her/their name(s) thereto by like authority. STEPHANIE WASZAK Notary Public-State of New York My Commission expires No.OIWA6057797 ill Qualified In Suffolk County tart' ublic My commission Expires April 23,2 Surety Acknowledgment State of New York County of Nassau On the loth day of July 2024 before me personally came Theresa A Lanfranco who, being by me duly sworn,did depose and say that he/she/they is an attorney in fact of Uffierty-Mutual"Insurance Company the corporation described in and which executed the within instrument; that he/she/they know(s)the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed-the said instrument and affixed the said seal as Attomey-in-fact by authority of the Board of Directors of said corporation and by authority.of this of&ce under the standing resolution thereof. My commission expires —� N' ota ryf I u b I i c RAYIOND C.CARMAN Notary Public-State of New York N0.01CA5617975 Qualified in Nassau County My Commission Expires Jan 31,2027 This Pourer of Attorney limits the acts of those named herein,and they have no authority to _ 7� ��l �� bind the Company except in the manner and to the extent herein stated. 1�'Ilutu a1.; Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the Stale of New Hampshire,that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the Stale of Indiana(herein collectively called the'Companies),pursuant to and by authority herein set forth,does hereby name,constitute and appoint Theresa A.Lanfranco all of the city of Uniondale state of NY its true and lawful atlomey-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the following surety bond: Principal Name: Laser Industries Inc. Obligee Name: Town of Southold Surety Bond Number: Bid Bond Bond Amount:See Bond Form IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 10th day of July 2024. Liberty Mutual insurance Company The Ohio Casualty Insurance Company P�1NSUgq P��Y INS& a %NSURq West American Insurance Company j4opao�o n� �J aPORgro yn UP 4Olt 4' 'l 3 r° 3 a = rFo M1` 9 } t1912yo 0 = 1919Wo Q 1991 m e 3 By: CH UI t>� SA u`'�da O �NAMPSaD `e "NOIANI' da N E ej) * 1� �y! * *� dM * ►� David M.Carey,Assistant Secretary 0 cu to STATE OF PENNSYLVANIA ss Cr M COUNTY OF MONTGOMERY — 0 0 a) On this 10th day of July 2024.before me personalty appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual p Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the CCID M purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. `= a3 m IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. >Of e:L P PAS Q� MQ� °or+we4e Commormeallh of Pennsylvania-Notary Seal // d O ` i v Teresa Paslella,Notary Public 2 N 0 or Montgomery County c � My commission Commsso nulmCer 1 21 Marchres 2�042025 By: o E q�'P Member.Pennsylvania Association of Notaries Teresa Pastella,Notary Public a� a)N Q0 m a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual o Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: N ARTICLE IV—OFFICERS:Section 12.Power of Attorney. 3o N EAny officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the a c,) 0 M President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety o 0 '0 >, any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney. CU � shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such Co > a3 instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the Co o provisions of this article may be revoked at any fime by the Board,the Chairman,the President or by the officer or officers granting such power or authority- c0 Q Z 0 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. -n Co Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, t0 n shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys- infact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company`s Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I.Renee C.Llewellyn,the undersigned,Assistant Secretary,of Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company do hereby certify that this power of attomey executed by said Companies is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 1 Oth day of July 2024. P�1Nsthy P�Z`I INS& a 1NSURq " 00 9 P RPOR Y n 5 a° A'0rF Z J 3 o c++ Q 3 o n U 3 g 1912 0 0 1919 cmi i 1991 By, r{r�9'PB4CNugB�aL S0 y� NAMPS�a0 `ry, ''V 1ANP .4 enee C.Llewellyn,Assistant Secretary UrIC.OCIC,WAiC-ISBA 092023 Liberty Mutual: LIBERTY MUTUAL INSURANCE COMPANY SURETY FINANCIAL STATEMENT—DECEMBER 31,2023 Assets Liabilities Cash and Bank Deposits................................$1,850,245,073.00 Unearned Premiums....................................$10,298,963,305.00 *Bonds—U.S Government.............................$3,859,565,383.00 Reserve for Claims and Claims Expense.....$28,848,537,243.00 *Other Bonds................................................$21,048,805,773.00 Funds Held Under Reinsurance Treaties..........$360,714,151.00 *Stocks.........................................................$19,937,271,802.00 Reserve for Dividends to Policyholders................$1,310,198.00 Real Estate........................................................$122,228,711.00 Additional Statutory Reserve............................$296,126,000.00 Agents'Balances or Uncollected Premiums...$8,208,660,427.00 Reserve for Commissions,Taxes and Other Liabilities..............................................$7,622,413,466.63 Accrued Interest and Rents...............................$186,906,667.00 Total..............................................$47,428,064,363.63 Other Admitted Assets..................................$15,677,869,683.63 Special Surplus Funds......................................$209,508,757.00 Total Admitted Assets.................$70,891,5539519.63 Capital Stock.......................................................$10,000,075.00 Paid in Surplus.............................................$13,834,867,488.00 Unassigned Surplus.......................................$9,409,112,836.00 Surplus to Policyholders..............................$23,463,489,156.00 Total Liabilities and Surplus.......$70,891,553,519.63 Bonds are stated at amortized or investment value;Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's financial statement filed with the Massachusetts Department of Insurance. I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2023, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 8th day of March, 2024. P�1Nsliz Zo J oaPORgr 1912 0 Y 9 �N 3 Timothy A. Mikolajewski,Assistant Secretary cy��igcws �aa * >, LMS-1262/LMIC VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF EN/TITY: CORP. C PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: Q " k Q ab IF APPLICABLE: DATE FILED: STATE FILED: N.e-W —I OA If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) CO LIST OFFICERS AND DIRECTORS: NAME TITLE d If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: 10IPage Y Y ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: C rccZ nr AX5 O-L+ I �c ADDRESS: zoX (Zg, CONTACT:'Rk C ow-6 Cb y-Q-1--ran TELEPHONE: tQ3I -73y-aQCQ FAX: -73(4-S?xQ�S- E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: 11 .1 Page 4 VENDOR NAME: wY Cj+ I n C ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED , \ NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) 1(1 Z�Vim_ _ . . _. 12 I..P.a b e AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. 1 pe-,� SWORN TO BEFORE ME THIS Signature& mpany/P'ossition (� P1CQ(1(,wd (0y(CiZ7,tnt 1 fe—A /P DAY OF20Zq Type Name&Company Position nc- Company Name' f 0 2O2�—t / OTARY P r Date Signed Federal I.D.Number Michele D.Lyons Notary Public,State of New York No.OILY6291518 Suffolk County_ Term Expires October 15,202.� 13 Page 2' THE PROPOSAL FORM Construction of Pickleball Facility at Old Schoolhouse Park VENDOR NAME: C�(C(2?A 0 NF DkQ-C+ I Y)Q VENDOR ADDRESS: PC) 1-a� at-fich06ue_ N Y 1 Q 3S' TELEPHONE NUMBER: �31 FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract,and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) �10 n—� The undersigned hereby acknowledges receipt of the following Addenda(if none were issued, please write N/A below): Addendum No. Dated 14 _I ' age TOWN OF SOUTHOLD OLD SCHOOLHOUSE PARK PICKLEBALL COURTS o ' Itemized Pro osal for: Town of Southold Old Schoolhouse Park Pickleball Courts LKMA#: 24087.000 - ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS 3; x 1� Sw o -r.th G neral�C nditi ns Mo I z t ..._............. _.._....._._.r..,_.:._ .._..�............._.@r.-....._ a.. 1 1 LS for aht;�7- #vyond doC1Qrs and /LS /000 C v / o if 0 d Dollars Cents v'e _ Uri c assified%Ex_ca at i &,G�adin Y 2 1 LS 0 C� fort ) ee �ogsand-Cur huMred doga✓sr►qq 3cfX3gco - Dollars Cents PickleballC 3 6,656 SF for Eldii ucfs and �enilu Ca(d3 /SF 1 -71 Dollars Cents _ enc "s 4 340 LF for � � X 1 �Ve douafs O.v?d na Cep /LF (,Q/ S OU 2 Z OO �0 Dollars Cents .. .. ....." ,�.,, - t• "y-..�...:g;.:<�.,...._.w,;.rx•^wv��m nY"' 'f`:<.'=.r:'.T - _ a4:'N_i'-.."'�. �t«. 5 2,400 SF for dne dpUarsand Q�m 4�' ye COJS /SF 1 -75 42-00 as Dollars ents (Add All Items) /T - ,,�1,, I_, , jSq TOTAL for Pi Q �\re 'rC �iG�ll��V�IJ (� SEo � aV,S^{Q� Dollars Cents �tg �Vr C`�r �'� Total All Items (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. R AUTHORIZED SIGNATURE PRINT NAME R 6 C h 0,✓'d COS q.z?AY\ l TITLE pfv-c.t de,() DATE �y `LA 0 ao a ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the 1 b day of J in the year 2024 before me, the undersigned, personally appeared, R a Ckna V-6 � n 2-:�nt , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. r NOTARY PUBLIC Michele D.Lyons Notary Public,state of New York No.01LY6291518suffolk county_ re Term Expires October _ _ _ 20 Page BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. e Notarized Affidavit of Non-Collusion as required by NYS Law. (�V dor Information Sheet and Address Record Form. Assumed Name Certification. 9 Pagc ' s VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY: CORP. ✓ PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: -1 IF APPLICABLE: DATE FILED: STATE FILED: 6c-- If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: 101 Page ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: "b Q`� FAX: CP S\- oaf$ E-MAIL: b 7��z ��r. ' C< ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE:Co 3�-apt -��`?7FAX: ('�l-_�' c a-cqc'^ a�a,� CONTACT: ���.� �� C�-�2 E-MAIL: ONLY if different - \ MAIL PAYMENT TO: ADDRESS: C�_ 5 __� TELEPHONE: FAX: CONTACT: E-MAIL: 11 Page VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: N ` � If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) 12 1 Page AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid,have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered,promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person and has not been promised or paid cash or anything of value by any firm or person,whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The persop-sig-n-ingtAwbid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS ture&Company Position c� c,,k-?-, V1.— C ezi, - ��\y DAY OF 20 T pe Name&Company Position Comnanv Name 1 O ARY PUBLIC Date Signed \�,— ?__C� (11 3.5 r)S _ Federal I.D.Number STALIE P&M10 NOTARY PUBLIC,STATE OF NEW YORK Registration No.01 P06046557 Qualified in Suffolk'County Commission Expires.August,14 .. .. THE PROPOSAL FORM Construction of Pickleball Facility at Old Schoolhouse Park VENDOR NAME: �g S, w� VENDOR ADDRESS: G`k-Y-) TELEPHONE NUMBER: �3 t-- 0�4 4 �� �7 FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract,and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts,but only that such interest be revealed when they do bid.) N1ik- The undersigned hereby acknowledges receipt of the following Addenda(if none were issued, please write N/A below): Addendum No. Dated 14 Page ca�e-k&- TOWN OF SOUTHOLD OLD SCHOOLHOUSE PARK PICKLEBALL COURTS Itemized Proposal for: Town of Southold Old Schoolhouse Park Pickleball Courts LKMA#: 24087.000 ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS .s, F Ge-ri"eral Co ditions�&Mobili a ions - - n zt - for I L TeL 1 I I V U �'� ®� L ( � 7,1 EJ'- /LS G� L1 co `S' Dollars Cents cJ� . ., -. UnclassifiedsExcavation'.&�:Gradin 2 1 LS I C I CrU�04 A W 1 lw J I 1 J/LS 1 UIJU C Dollars Cents c , L: P I�C ru �:� �:.�:;::,..:�.:1: �sw •�: ,.�,_ _,�ickleba 1. ourt Const cti ..- ,. . ...::..,: ...,, _.�.. 3 6,656 SF for Fo a y' " ►J y ltx-+ yle /SF Dollars Cents " 1 , 5,•Hi h.Gha mUnk•Fence .:' - ,_.�se� 4 340 LF S ©v' \(.�l�V J '� �� C#,OF "o �`� 33 1 v for D ars Cents •L l l'o'so &il° ` d' 3` 5 2,400 SF for—rw U 00 r�OA —t Z 'a C'-'� /SF 00 e0a 00 Dollars Cents All Items) TOTAL foro hqPtdkj 4/^ \ i GJ D Dollars Cents rl� ,n�/r� Tot I All Items(Numerically) WRITTEN IN WORDS rl CJ C NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. AUTHORIZED SIGNA URE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the ka day of in the year 2024 before me, the undersigned, personally appeared, iz> , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. 4ARYUBLIC :1AN A .P OLLIO NOTARY PUBLIC,STATE OF NEW YORK Registration No.01 P06046557 Qualified in Suffolk County rnmmi�c n FF`!^;*Qq August 14 ' 20 Page BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Ed,-Notarized Affidavit of Non-Collusion as required by NYS Law. U Vendor Information Sheet and Address Record Form. Assumed Name Certification. 9 Page VENDOR NAME: ..�•..__CQI,J C�11S�YUC�1o1\ VENDOR INFORMATION SKEET TYPE OF ENNTITY:' CORP PARTNERSHIP INDIVIDUAL. FEDERAL EMPLOYEE ID OR SOCIAL SECURITY DATE OF ORGANIZATION:... ., IF APPLICABL : DATE.FILED: STATE FILED:,: U ....�bv If a non-publicly owned Corporation: CORPORATION NAME.) 1 EVU ooci 0m iy uc )A &`r LIST P CIPAL STOCKHOLDERS: (5%of outstanding shares) i LIST OFFICERS AND DIRECTORS:: AME TITLE If a partnership: PARTNERSHIP NAME::... . _ .. .......... ........ LIST P . TN RS NAMES: 10 Pag,e ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: 1.sland►aa N`► lid �1a ONTACT: .Dcnald : Scher roc, Le-loyon TELEPHONE:, 3 "V� 'so "© q q�J FAX .. E-MAIL: ONLY if different- MAIL PURCHASE ORDER TO: ADD SS: TELEPHONE: FAX: CONTACT:: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS. TELEPHONE: FAX:.. CONTACT:. _ .............E-MAIL: W 111Rage VENDOR NAME: eon &mLG ASSUMED NAME CERTIFICATION. *If the business is conducted under an assumed name, a copy,of the certificate required to be filed under the New York general business law must be attached. ASSUME NAME: If the bidder 'is an individual, the bid`.=must be signed by that 'individual; if the.bidder is a corporation;by an officer of the corporation,or other person authorized by resolution of the board of directors,and_ in-such case a copy of the resolution must be attached;if a partnership,-by one of the,partners or other.person authorized by a writing signed by at,least one general partner and submitted with the bid or previously f led:With:the Purchasing Agent: The submission of this constitutes a certification that no Town Officer has any interest therein. (Note:"In the event that any Town Officer has any such interest,the full nature thereof should be disclosed below. It is not forbidden that:individuals working.for the Town of Southold_or other municipality bid.on contracts only.that such interest be revealed when they do bid.) -------------------------- j, 2 Pa .e i AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s)and amount of this bid have been arrived at independently,without consultation, communication or agreement for 'the purpose of, restricting 'competition with any other contractor,bidder or potential bidder. 2. Neither,the price(s),nor the�amount of this bid,have been disclosed to any other firm or person who is a bidder or potential bidder on this.project,and will not be so disclosed prior to bid.opening: 3. No attempt has been made or will b''made to solicit,cause or induce any firm or person to refrain from bidding on this project,or to_submit a bid higher-tl anlhe bid of this firm,or any intentionally high or.non-competitive bid or other form of complementary°bid. 4..The"bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or,person to submit a complementary bid. 5. My firm has not offered or.entered-into'a subcontract or agreement regarding the purchase of materials or services from any other,firm or person;or offered,promised or paid cash or anything of value to any firm or person,whether in connection_with'this or any other'project,4in consideration for an agreement"or promise by any,firm or person to;refrain from bidding or to submit a complementary bid.on this project. 6., My.firm.has not accepted or been promised any subcontract or agreement regarding the sale of materials or serviees:to any firm or person and has'not been promised or paid cash or anything of value by anytrm or,person,whether-in connection with this or any project;in consideration for my firm's submitting a complementary bid,•or agreeing to do so, on this project. 7. I have,made a diligent inquiry,of all,members,officers,employees, and agents of my firm witlifesponsibilities relating to the,preparation,approval or submission of my firm's bid on this project and:have been advised by each of them that he or she has not participated in,any communication, :consultation;, discussion, .agreement; :collusion, act or other conduct inconsistent with any of the-statements and representation"made in this affidavit. The person sig..ning this bid,,under.the_ penalties of perjury,affirms the truth"thereof: SWORN TO,BEFORE.ME THIS Signature,—&ComoapyT}osition' !y � AY OF 20 Type.Name&.Company Position r Company Name NOTARY FU ,LIC .. cif.:.... ......... . .. : .. Date Signed "IR2 NotaryiPublic-State of New York Federal LD.Number 'No.01 D15074946 Qualified in Suffolk County M Comm. Ex ires Mar.24,2027 a's is ,..,.... _.... ., , . . ............ i 13I Page l v " THE PROPOSAL FORM. Construction of Pickleball Facility at Old Schoolhouse Park VENDOR. . NAME1 F Fwju VENDOR ADDRESS:: 196 r �ifl 3 TELEPHONE NUMBER: �„3 I �D 3y �C1 q� FAX. ` _ 30, '1 48a'd The undersigned;bidder'has carefully examined-the Contract Documents and will provide all necessary labor;materials;,equipment and incidentals as necessary and called for in the said Contract Documents in the,maniier prescribed therein"and in said Contract;and in accordance with the requirements of the Engineer,-at the prices listed on the attached Bid Proposal Form. If the bidder.is an individual;the bid must be,signed by that individual; if the bidder is a, corporation;the`bid must be signed byari officer.of the corporation,'or other person authorized by resolution of the board of directors; an&in such case a copy,of the resolution must be attached;if a partnership,by one,of the:partners or_other person authorized by a writing signed by at least one general partner and submitted with the bid documents. ` The submission of this constitutes a certification-that no Town Officer has any interest:therein. (Note: In the event that any Town Officer has any such interest;the full nature thereof should be disclosed below. It is not forbidden that individuals working for.:the Town of Southold or other municipalities.bid.on contracts;but only that such interest be"revealed when they do bid.), The=undersigned hereby acknowledges receipt of the following Addenda(if none were issued, please write N/A below): Adderi um No: Dated: 14 Pag.e P k AUTHORIZED SIGNATURE... PRINT NAME..... .. . SC. . . �,h 1 TITLE DATE ACKNOWLEDGMENT STATE OF NEWYORK, COUNTY OF a or� ) ss. On the 'day of in the year 2024 before,me, the undersigned, personally appeared, �11.�1 �� t personally known to me or proved to me on the -- basis .of satisfactory evidence to be the individual(s) whose name( is e) subscribed to the within instrument and acknowledged to me th he he/they executed the• same his er/their capacity(ies),,.and'that beer/their signature(s)-on the instrument; the individual(s), or the person upon behalf of which the individual(s)acted,executed the instrument. NOTAR PUBL C Lires'Mar. DPViANotary Pub of New York'No4946Qualifielk County M Comm. 24,2027 20 Page TOWN OF SOUTHOLD OLD.SCHOOLHOUSE PARK PICKLEBALL COURTS ^,T /o w� C") lLd' Itemized Pro tfor: ..Town of Southold Old Schoolhouse..Park Plcltlet ll Gour#s• LKMA*24087.000 ITEM NO.. ; ESTIMATED : UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY ,(Fill in Unit Price Written"in Words), .... ................. DOLLAARS. : Cl=ttiTS . .. DOLLARS CENTS MEW w ° 1 1 LS s �il/CONt�G'Q'►^� ( (s�J P"''i� A�DQD p J 7r�(9© O for' iLS I <C3attars: C�iirts `..was..."• ::°r....e:,.��.,..:.<•x __ ..��:_ :s= :",:. ..��:. .,.�.�K b q x• IS 2 1 2 �J0 LS 4 LO �c7c7 D -.........It.S: _, ....:. . Dollars _........ Cents .. _....... ..; � .. .. . 31 � { . M '3 606 SF lz�� CAqforL, , S,F j 41972C0 Dollars Cents .. v _n"a'.�"s.�.-:...i..N.:`;.,"a•._".°�� •, .. x.�.��`�W .. " a .s :. .°_...-vn .a b...x....,-_ �`.- ....,.�- .-. .. v. �: 4 340.. LF S- I/ �-c/-� �,r.�.t -7 p p 23 QO ca :_ILF for Dollars: _ Cents: , - 4 1600 , : ',."Alf, Itelris off€ - .,,„I�,2 . : y. �y c;5�f % �9 ;�7 �.d TOTAL for• _ Dollars Cents � d Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,.decrease,or eliminate in its entirety any or all-items prior to or after award of the bid. BIDDER'S .CHECK LIST Your response to our above.referenced.bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ❑ Vendor Information Sheet and Address Record Form. z ❑ .Assumed Name Certification. 9] Page VENDOR NAME: 4JC�Ft�1��,�t sine Cnc ��nith � '.IbS�l�l� VENDOR INFORMATION SHEET 9 TYPE OF E7Y: CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: I I am oom o OR SOCIAL SECURITY#: DATE OF ORGANIZATION: I a+3 IF APPLICABLE: DATE FILED: STATE FILED: N 7 If a non-publicly owned Corporation: CORPORATION NAME:bzl—A1►6 C,o4`•S6-y. G14 d6 &A yak LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Pe��y Ind• DeLa�r�0 3� �.ama� lie I.AIia tie W, l Lot l i o LIST OFFICERS AND DIRECTORS: NAME TITLE ,W/• � 6-4 ��f l ?�s' &A P� W• &LA(1 0 `IE V- P If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: 10 Page ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: be,LA(16 �Aa� S S� ��n d�g tit�l. ���k SRI•�1� ADDRESS: Fly llRb3 t CONTACT: TELEPHONE(& FAX:E-MAIL: genefal e Asflhal�,cun. ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: i 11 Page VENDOR NAME: beLa116 Cal sS4wt (0 alog SUR C-6k ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,by an officer of the corporation,or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached;if a partnership,by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest,the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) 12EPage - CERTIFICATE OF ASSUMED NAME `A 865749 FOR: DELALIO COAL & STONE CO.., IN ASSUMED NAME: SOUTH FORK ASPHALT R _... ... .. . .._....... .. _... .. ........... ... ............... ................... ................... .. _.... ....................._..................... . ........................ .. . ............. NVARDMtf OF STATE 0 �- •• �ry f� `APR 211994 L U� AMT.OF CHECK$ F1UNG FEE$ Z C , TAX$ MARTIN R. GILMARTIN 1 COUNTY FEE$��___. + ATTORNEY AND COUNSELOR AT LAW co 200 NORTH SEA ROAD CERT$ P.0. BOX 1281 REFUND$ SOUTHAMPTON, NY 11969 SPEC 14ANDLE$` TEL. (516) 283-1800 A NYS DEPARTMENT OF STATE ' F'1:1,.•:I:NCr 1tR C:f::a:f'''T' C:lii:ft')'1:1""1:C:ATE (:)f' A:',SWMIt::1) iiP'i1:i: CORPORATION NA E )J! L1.)w1:0 C.0AI... & 8"T'(:)NE C:C) 1N(:r',. DATE FILED DURATION&COUNTY CODE (7nY 'i}1/P4� FILM NU BER CASH NUMBER UMBER AND KIND OF SHARES LOCATION OF PRINCIPAL OFFICE FORK W-31:11ALA' ADDRESS FOR PROCESS REGISTERED AGENT :yl"'it.I.NCY I" 1ItF.i`'l..l''tl.rF. RD 11flMP T'C N NY FEES AND/OR TAX PA I D AS FOLLOWS: 00060,00 AMOUNT OF CHECK$ AMOUNT OF MONEY ORDER$ AMOUNT OF CASH$ DOLLAR FEE TO COUNTY $ y,"F"t) FILING FILER NAME AND AD RESS S TAX 10 CERTIFIED COPY t''IAR T':I.N R Gli_.T'ff-lR T :I:N, R:SQ $ CERTIFICATE TOTAL PAYMENT$ {)k){•){•)$)<`,{') {)0 `0 ti l 1"I t"im''•T'C_t N NY 1 11?6 REFUND OF$ TO FOLLOW DOS-281 (8/84) l f`j:f.1.. c; fi}Plitf 1'R:I. ;i;: C:Ft.lii:'T'r1FtY' CIF CERTIFICATE OF AMENDMENT OF THE CERTIFICATE OF INCORPORATION OF SOUTHAMPTON FUEL CO. , NC. Under Section 805 of the Business Corporation Law FILER: RICHARD S. FERNAN BOX 1283 SOUTHAMPTON, NEW YORK, 11969 CERTIFICATE OF AMENDMENT OF THE CERTIFICATE OF INCORPORATION OF SOUTHAMPTON FUEL CO. , 'INC. Under Section 805 of the Business Corporation Law IT Ic HEREBY CERTIFIED THAT: ( 1) The name of the corporation is: SOUTHAMPTON FUEL CO. , INC. ' (2) The certificate of incorporation was filed by the Department of State on the 14th day of November, 1974 . (3) The certificate of incorporation is hereby amended to effect the following changes: To amend the name of the corporation in the first paragraph. The irst paragraph shall now read as follows: FIRST: The name of the corporation s: DELALIO COAL & STONE CO. , INC. (4) The above 'amendment to the cert ficate of incorporation was authorized by vote of the board of dir ctors followed by a vote of the holder of all outstanding shares entitled to vote thereon. IN WITNESS WHEREOF, this certificate has been subscribed by the undersigned who, affirms that the statements made herein are true under the penalties of perjury. DATE ): April 8, 1991 S/Pe :ry W. DeLalio Jr. Perr - W. DeLalio, Jr. , Sole Shareholder ^ � ` ' -- Y. S. D E P STATE i6� WASHINC7ON AVE( /ISION 0 F C Q R D ORATIONS AND ALBANY , MY 12231 FILING nECcIr / � ]RPORATIOH A E : DELALIO CO ]CUMENT TYPE U (:11OUNTY : SUFF NAME � �RVIC� COMPAN SERVICO [LEW 04/8 9 | 0URATlDh 9000218 FILM A . 91WO900V )DRESS FOR S CES ~ ` ---.-............-_ ............... ~ � ' �CI�TERED A 7 --�---........-........ - ° / N -"""°° � FILER FEES 70.08 PAYMENTS 7O ----- ---- -------- RICHARD S. RNAN ' ' FILINC 60.00 CASH � O BO% .i283 TAX 0.00 CHECK Qj � CERT 0.O0 BILLED � 7O SOUTHAMPTON NY 11969 OPIES 0.00 HAH�LIN � 8.00 REFUND 0 ------ ==============.===== w+== 0== = ==- ^ . � ` ! � | ( | ' | AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently,without consultation, communication or agreement for the purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neither the price(s),nor the amount of this bid,have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit,cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My fine has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person,or offered,promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project,in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person and has not been promised or paid cash or anything of value by any firm or person,whether in connection with this or any project,in consideration for my firm's submitting a complementary bid,or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation,approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsiste it .a y of the statements and representations made in this affidavit. The per this bid, under the penalties of perjury, affirms the truth thereof. U SWORN TO BEFORE ME THIS Signature&Company ' q P/osition T4(y �(�IW-LIrW2 V T I DAY OF 20kT Type ame&Comp y PositionV ���� bektrii 4 C=J i S6 t. Cp'Src ,A&SA FA lA C T Name NOTARY PUBLIC OF NEW YORK 03 D to i ned = i NOTARY PUBLIC j Federal I.D.Number n OtCU6372046 H EX?k?�: ' 13 Page THE PROPOSAL FORM Construction of Pickleball Facility at Old Schoolhouse Park �1 -f I VENDOR NAME: �Ila Caul s�C�xc c 6 SA& ym1 a VENDOR ADDRESS: a04 Nth �A&�6mo)p-� ' NIA VIM TELEPHONE NUMBER:(G31)a 9% FAx: L631) a.3 , 044 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials,equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract,and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual,the bid must be signed by that individual; if the bidder is a corporation,the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership,by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest,the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts,but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued, please write N/A below): Addendum No. Dated 141Page x Y 6 AUTHORIZED SIGNATURE PRINT NAME PCff4 La G o TITLE V1 CL -?to S► DATE 41q la4 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF S(A fol IC ) ss.: On the `l day of SU in the year 2024 before me, the undersigned, personally appeared, ?e(-N N 4 ka personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. STATE OF NEW Y06tK �P WTAR_A�=1C NOTARY PUBLICOiCU63ti 20jPage TOWN OF SOUTHOLD OLD SCHOOLHOUSE PARK PICKLEBALL COURTS ' Itemized Proposal for: Town of Southold Old Schoolhouse Park Pickleball Courts LKMA#:24087.000 ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS - - _ - �n "Ce'"`"IxGoi�`c�ifians-&:Nt'aftrl¢ations }• _ `_ - _ 1 1 LS �+. --� for 1 1 t3f'r, I ho lwy' ck s n 1 rze 4-s /LS 00 J�0(�C� 00 Dollars Cents �;� 2 1 LS forTWSNA -Fl\jc- "" AO1106 g'\� no CV-Z6 1Ls �S,oaO Ov OLS, O�ia 00 Dollars Cents p p 3 6,656 SF for F)* A0'6-s cv\A O Ik-�j-myy Ce-,T3 JSF Dollars Cents . 5'H�glsGliAhftin F*nce.;- r ",� __, _ _, _ 4 340 LF far. r , d6rIWS a�b no ce(,�'S ,LF 90 OO 131606 00 bl�� Dollars Cents ` .- otl-8t Sew `. _ M _- 5 2,400 SF for TM d011(W-$ OL rl CCt\+S /SF o[ Oa �1 0l]0 Ob Dollars Cents (Add All Items) TOTAL for I e�y-Sl�`C� 2 iw� HU vxA c�E'I�Pn�ti=rW d Dl� r�•d sixOzsw C", Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. V'Notarized Affidavit of Non-Collusion as required by NYS Law. 9"Vendor Information Sheet and Address Record Form. P-A--s'sumed Name Certification. 9 Page i 4 VENDORNAME: _._LASER INDUSTRIES, INC. VENDOR INFORMATION SHEET TYPE OF ENTITY: CORP _. X PARTNERSHIP INDIVIDUAL._ FEDERAL EMPLOYEE ID k 11-2645901 OR SOCIAL SECURITY DATE OF ORGANIZATION:... .- 1/24/1983 IF APPLICABLE: DATE FILED: 1/24/1983 STATE FILED:, NEW YORK . If a non-publicly owned Corporation: k CORPORATION NAME: LASER INDUSTRIES, INC. LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) JOHN GULINO PRESIDENT 82 WOODLOT RD, RIDGE, NY 11961 MICHAFL GHLINn VPIT FASl1R R In Wnnnl OT RD RIDGE, NY 11CHU LIST OFFICERS AND DIRECTORS:; NAME TITLE IQHN GI n INn RRESIDENIT . R?-IAI.C)()DLCI-T RD,. RIDG€TNY 11961 IQSFPH G n INN VPVP/SECRETARY 96 WQQDLOT RD, RISE, NY 11961 MICHAEL GULINO MTREASURER 30 WOODLOT RD, RIDGE, NY 11961 If a partnership: PARTNERSHIP NAME:.. LIST PARTNERS NAMES: ADDRESS RECORD FOR_ M MAIL BID TO: VENDOR NAME: S LASER INDUSTRIES, INC. ADDRESS: .1775 RT 25 RIDGE, NY 11961 - CONTACT: JOHN GULINO TELEPHONE: 631-924-0644 FAX:,. 631-924-3275 E-MAIL: JOHNG _LASERINDUSTRIESINC.COM ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: . CONTACT:. W E-MAIL: - 11lPage i VENDOR NAME: LASER INDUSTRIES, INC. ASSUMED NAME CERTIFICATION. *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. N/A ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,by an officer of the corporation,or other person authorized by resolution of the board of directors,and in such case a copy of the resolution must be attached;if a partnership,by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest,the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) AFFIDAVIT OF NON-COLLUSION - I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, , from that person to make the statements set out below on his or her behalf and on behalf of my s firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently,without consultation, communication or agreement for the purpose of restricting competition with any other s contractor,bidder or potential bidder. 2. Neither the price(s),nor the amount of this bid,have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit,cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person,or offered,promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project,in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person and has not been promised or paid cash or anything of value by any firm or person,whether in connection with this or any project,in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation,approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The erson signin 's bid, under the penalties of perjury, affirms the truth thereof. A0-3. SWORN TO BEFORE ME THIS ature&Co any Position or 1OHN GULINQ, PRESIDENT 11TH DAYOFPLY, 2024 Type Name&Company Position LASER INDUSTRIES, INC_ .4, ,e �� Com an Name NOTARY PUBLIC �2024-_ f Date Si ned 11- 645901 Federal I.D.Number Stephanie Waszak Notary Public—State of New York No.01WA6057797 I Qualified in Suffolk County . My Commission Expires April 23,,2027 13 Page I THE PROPOSAL-FORM Construction of Pickleball Facility at Old Schoolhouse Park VENDOR NAME:.- - - LASER-INDUSTRIES..INC..___.__...._-_ .. ._-. VENDOR ADDRESS: 17.75 ROUTE 25 -_._..RIDGE..NY 1.1.9.61 -- . TELEPHONE NUMBER: 631-924-0644 FAX:, 631-924-3275 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor,materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract,and in accordance with the requirements of the Engineer,at the prices listed on the attached Bid Proposal Form. If the bidder is an individual,the bid must be signed by that individual;if the bidder is a corporation,the bid must be signed by an officer of the corporation,or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership,by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest,the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts,but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued, please write N/A below): Addendum No. Dated 4 Pa g e r AUTHORIZED SIGNATURE, . PRINTNAME: JOHN GULINO-__ ..... TITLE PRESIDENT 3 DATE 7111/2024 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF SUFFOLK-_ On the 11 th day of J U LY in the year 2024 before me, the undersigned, personally appeared, J O H N G U LI NO personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within 'instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s)acted,executed the instrument. NCA AR PUBLIC Stephanie Waszak // Notary Public—State of New York No.OIWA6057797 Qualified in Suffolk County My Commission Expires April 23,2027 20 Page TOWN OF SOUTHOLD a OLD SCHOOLHOUSE PARK PICKLEBALL COURTS Itemized'Pro osal for: Town of Southold Old Schoolhouse Park P'icklebalLCourts LKMA#:24087.000 ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) _ - DOLLARS -CENTS DOLLARS CENTS Gert YaI C9ndiUons k#Mobilizations 1 1 LS for Eighteen Thousand Nine Hundred&Forty Eight Dollars No cents /LS. 18,948 00 18,948 00 Dollars, Gents : i ,Uii�I��sifie`d�iazi�avationu�Gratli�g+ _� �' 2 1 LS for Seventy Thousand Two Hundred&Eighty Eight Dollars No Cents 70,288 00 70,288 00 Dollars Cents -- - --__ - ---,-..—..- - -- - _ P„ickli:baII--C urf�Constnli 3 6.656 SF for Eleven Dollars Sixteen Cents :j$F 11 16 74280 96 Dollars Cents 4 340 LF for. Fifty Two Dollars No Cents jl F 52 00 17,680 00 Dollars Cents _- 5 2,400 SF for Four Dollars No Cents JgF 4 00 9,500 00 _ _-- -- Dollars'. _ ;;Cents - (Add AII,Items.) TOTAL for One Hundred Ninety Thousand Six Hundred Ninety-Six Dollars and Ninety-Six Cents 190,696.96 Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Pg/Notarized Affidavit of Non-Collusion as required by NYS Law. R(Vendor Information Sheet and Address Record Form. rz/Assumed Name Certification. 9 Page l VENDOR NAME: S ' � 7d G VENDOR INFORMATION SHEET TYPE OF ENTRY: CORP. ✓/ PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: �'`� 1 0 � If a non-publicly owned Corporation: CORPORATION NAME: k y 1� U S fi�' ' �S, 'ld c LIST PRI IPAL STOCK LDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME�ITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: 10 Page 1 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: / TELEPHONE: 7ol 7- S f n FAX: c" 31- E-MAIL: d'S fi"PS G XoLF e-oNl �v ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FA CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTA : E-MAIL: IllPage 4' VENDOR NAME: 9D3 ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: /11//X If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership,by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) a 12 Page 4 % -M AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and riot pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been ad by each of them that he or she has not participated in any communication, con ltatio , discussion, agreement, collusion, act or other conduct inconsistent with an of the statements and representations made in this affidavit. tSigre rs n i ing t I d, n the penalties of perjury, affirms the truth thereof. 01 SWORN TO BEFORE ME THIS &Company Posg ion f opjIM4 IV 9�M,W__ Type Name&Company Position ��/lLs/r,'-s, Company Nia. _ Z TARY PUBLIC Date d ERIN E DELIVER S* 3)-a s L3 NOTARY PUBLIC STATE OF NEW YORK Federal I.D.Number SUFFOLK COUNTY LIC.#01 DE6334906 COMM.EXP. 12/28/2027 13 1 Page THE PROPOSAL FORM Construction of Pickleball Facility at Old Schoolhouse Park VENDOR NAME: k—Tl� -/1 Dy S r C"S X/G VENDOR ADDRESS: 12 9�( eA el'W, t"-1 y TELEPHONE NUMBER: 1,31- 7d-7—<76 d ° FAX. 6 31- got,� 'd S-77 The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract,and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is-a corporation,the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued, please write N/A below): Addendum No. Dated 14 Page TOWN OF SOUTHOLD 1.1-- ��G OLD SCHOOLHOUSE PARK PICKLEBALL COURTS Itemized Proposal for: Town of Southold Old Schoolhouse Park Pickleball Courts LKMA#: 24087.000 ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS _ '.:. General.G_oriditionsc&Mobilizati 1 1 LS for 0 /LS Dollars Cents - Y&� -<- UnclassifiedrExcavation Gradin •�� `�. .. 2 1 LS for l(N 19L� J ey />J (� /LS /10( / /CJl ovb / Dollars Cents }. =: a�z.i N.4:d }. t�'c a 'Cou 'n ruc on;<.- -Pi k ball. rt�Co st ._ _..... . ... 3 6,656 SF /�/�4/ �v�[ �S �` 3!� / 2� for /SF Dollars Cents 5,Hi hChain Link,Fence, _... ..>.__._.__.._�..... ._=`ate.;=_:....�..... ..�_ . 4 340 LF for 51 7-y C /LF Dollars Cents .o�soil"& ee - ._.P_._...o._...__.__..a._.,...�_..__.._...._._..,v`,.�....__._..:i:....•.�._.,..._...._...._..._... ..... 5 2,400V [SF a� for �� � 0 /SF %• �� Dollars Cents (Add All Items) TOTAL for Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ,' ACKNOW�LfEDGMENT STATE OF NEW YORK, COUNTY OF t>� ) ss.: On the day of J/mil�`� in the year 2024 before me, the undersigned, personally appeared, 14 ard-O , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. OTAR BLIC NOTARY PUBLICS ATE OF NEW YORK SUFFOLK COUNTY LIC.#01DE6334906 COMM. EXP. 12/28/2027 20 f' age j /ter ti BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. XVendor Information Sheet and Address Record Form. XAssumed Name Certification. _... . 9 Page b857cdOd lynda.rudder@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: 06/27/2024 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. ell Signature Christina Henke Rea Printed Name Subscribed and sworn to before me, This 09 day of July 2024 AL AL AL Digitally signed DOUGLASWREA by doug las w rea Notary Public-State of New York Date: 2024.07.09 NO.OtRE6398443 13:36:55 +00:00 Qualified in Albany County My Commission Expires Sep 30,2027 LEGAL NOTICE NOTICE TO BIDDERS Town of Southold Construction of Pickleball Facility at Old Schoolhouse Park NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 General Municipal Law, that sealed bids are sought and requested from qualified individuals or firms for the purpose of construction of a new pickleball facility (3 courts) at the Old Schoolhouse Park in East Marion. The proposed site will be located on the North side of the Main Road in East Marion, New York (1000- 31.-4-11. Specifications and bid proposal form may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, PO Box 1179, 53095 Main Road, Southold, NY 11971. The sealed bid(s) will be received by the Southold Town Clerk, at the Southold Town Hall, 53095 Main Road, PO Box 1179, Southold, New York 11971, until 2:00 P.M., Thursday, July 11, 2024 at which time they will be opened and read aloud in public. The sealed bid must be accompanied by a Non-Collusive Bid Certificate and a 5% bid security. The Town Board of the Town of Southold 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. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. All bids must be signed and sealed in envelopes plainly marked, "Bid on Pickleball", and submitted to the Office of the Town Clerk. Dated: June 18, 2024 Denis Noncarrow SOUTHOLD TOWN CLERK NOTICE TO BIDDERS Town of Southold Construction of Pickleball Facility at Old Schoolhouse Park NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 General Municipal Law, that sealed bids are sought and requested from qualified individuals or firms for the purpose of construction of a new pickleball facility(3 courts) at the Old Schoolhouse Park in East Marion. The proposed site will be located on the North side of the Main Road in East Marion, New York (1000- 31.-4-11. Specifications and bid proposal form may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, PO Box 1179, 53095 Main Road, Southold, NY 11971. The sealed bid(s) will be received by the Southold Town Clerk, at the Southold Town Hall, 53095 Main Road, PO Box 1179, Southold, New York 11971, until 2:00 P.M., Thursday, July 11, 2024 at which time they will be opened and read aloud in public. The sealed bid must be accompanied by a Non-Collusive Bid Certificate and a 5% bid security. The Town Board of the Town of Southold 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. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. All bids must be signed and sealed in envelopes plainly marked, "Bid on Pickleball", and submitted to the Office of the Town Clerk. Dated: June 18, 2024 Denis Noncarrow LEGAL NOTICE NOTICE TO BIDDERS Town of Southold Construction of Pickleball Facility at Old Schoolhouse Park NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 General Municipal Law,that sealed bids are sought and requested from qualified individuals or firms for the purpose of construction of a new pickleball facility (3 courts) at the Old Schoolhouse Park in East Marion. The proposed site will be located on the North side of the Main Road in East Marion,New York (1000-31.4-11. Specifications and bid proposal form may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, PO Box 1179, 53095 Main Road, Southold,NY 11971. The sealed bid(s) will be received by the Southold Town Clerk, at the Southold Town Hall, 53095 Main Road, PO Box 1179, Southold,New York 11971, until 2:00 P.M., Thursday, July 11,2024 at which time they will be opened and read aloud in public. The sealed bid must be accompanied by a Non-Collusive Bid Certificate and a 5% bid security. The Town Board of the Town of Southold 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. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. All bids must be signed and sealed in envelopes plainly marked, "Bid on Pickleball", and submitted to the Office of the Town Clerk. Dated: June 18, 2024 Denis Noncarrow SOUTHOLD TOWN CLERK 1 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 191h day of June , 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.southoldtovmny.gov . Bid for Pickleball Courts in East Marion 4Deni on w Southold Town Clerk Sworn before me this 19th day of June , 2024. �T'k, ry-, Notary Public LYNDA M. RUDDER Notary Public, State of New York No.01 RU6020932 Qualified in CommExpiresSuffolkMarchCommission S.2 ii b. TOWN OF SOUTHOLD CONSTRUCTION OF PICKLEBALL FACILITY AT OLD SCHOOLHOUSE PARK SOUTHOLD, SUFFOLK COUNTY, NEW YORK VJ 'zz V4i. Prepared By: TOWN OF SOUTHOLD 53095 Main Road Southold,New York 11971 (631) 765-1283 June 24, 2024 I I P a e LEGAL NOTICE NOTICE TO BIDDERS Town of Southold Construction of Pickleball Facility at Old Schoolhouse Park NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 General Municipal Law, that sealed bids are sought and requested from qualified individuals or firms for the purpose of construction of a new pickleball facility (3 courts) at the Old Schoolhouse Park in East Marion. The proposed site will be located on the North side of the Main Road in East Marion,New York (1000-31.4-11. Specifications and bid proposal form may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, PO Box 1179, 53095 Main Road, Southold,NY 11971. The sealed bid(s) will be received by the Southold Town Clerk, at the Southold Town Hall, 53095 Main Road, PO Box 1179, Southold, New York 11971, until 2:00 P.M., Thursday,July 11, 2024 at which time they will be opened and read aloud in public. The sealed bid must be accompanied by a Non-Collusive Bid Certificate and a 5%bid security. The Town Board of the Town of Southold 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. The bid price shall not include any tax, federal, state or local, from which the Town of Southold is exempt. All bids must be signed and sealed in envelopes plainly marked, "Bid on Pickleball", and submitted to the Office of the Town Clerk. Dated: June 18, 2024 Denis Noncarrow SOUTHOLD TOWN CLERK 2 1 P a g e TABLE OF CONTENTS TOWN OF SOUTHOLD CONSTRUCTION OF PICKELBALL FACILITY TitlePage....................................................................................... 1 Invitationto Bid................................................................................ 2 Tableof Contents.............................................................................. 3 Instructions to Bidders........................................................................ 4-7 Proposal Form Package ......................................................................8-57 3 Page INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Rejection of Bids 4. Bidders Responsibility 5. Bid Reservations 6. Non-Collusive Statement 7. Addenda and Interpretations 8. Method of Award 9. Single Price Bid Analysis 10. Municipal Exempt Status 11. Labor Law 12. Quantities 4 aage INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided to Construct a Pickleball Facility at Old Schoolhouse Park. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25Southold,New York 11971, no later than 2:00 P.M. prevailing time on Thursday, July 1 lth, 2024, at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery,the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must.be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be 11011, "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non- responsive bid. We cannot assume there is"no charge"when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. (b) The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. _ . 51 Page INSTRUCTIONS TO BIDDERS 4. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work,proposed to be accomplished. Each bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent,cost,and character of the materials,labor,and equipment required to complete the proposed job in accordance with the Plans and Specifications,including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create,without extra cost to the Town. (f) No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 5. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 6. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, 6 Pa e INSTRUCTIONS TO BIDDERS 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. 7. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to the Town Public Works Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. S. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 9. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 10. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 11. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 12. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. 7 1 P a g e Town of Southold "BID ON PICKLEBALL" PROPOSAL PACKAGE BID OPENS: July 11, 2024 REMINDER NOTE! ! !: VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! 8 1 P a a e BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ❑ Vendor Information Sheet and Address Record Form. ❑ Assumed Name Certification. - 9 1 P a g e VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY: CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY #: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: 10 Page ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: 11 � Page VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) 12 P a a e AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project,in consideration for an agreement or promise by any firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number 13 Page THE PROPOSAL FORM Construction of Pickleball Facility at Old Schoolhouse Park VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract,and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued, please write N/A below): Addendum No. Dated 14 Page TOWN OF SOUTHOLD OLD SCHOOLHOUSE PARK PICKLEBALL COURTS Itemized Proposal for: Town of Southold Old Schoolhouse Park Pickleball Courts LKMA#: 24087.000 ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID QUANTITY (Fill in Unit Price Written in Words) DOLLARS CENTS DOLLARS CENTS GeneraLGondition .-.._.__._.._........_..�.:.._.,:...-s:.�-.....:..._...a...«..__._,..e...c.as.i ... _.«._.......... --. .,..%. -,'.+'s:.::..::..,.�:".'`r.......�:� - -�x_`........s:tiz t:"""_ S:`'i.'5.3.'�i.'.i.:=: ..........-__.�.. _..,. _ _ ._. . 1 1 LS for /LS Dollars Cents J U c ssifecl`sE'ca aton_& . ... . �.n la x ............._. ....s.. ....:.__'».1.::....., _:.Y:.w.:..#:,«...�.. .....,...,.._..�.�......_..,. '«._...e«...............Ass'w�.�i.:>..:e..:`«:.:rdiati..s-w-.:..tb'sLhL+«�ti�m...wJ....•.........w>2 1 LS for /LS Dollars Cents P+s" Y- ' k•t"'r �- 3 6,656 SF for /SF Dollars Cents ...... ...,, :,�....,.�-••._-......--.��..-:--.;;•;.;..a. x..-,..r-�:" _ _ _ _ =':r r >,n-^r.s:--- ::S•,';:...:`r.M •^.�--r_r;d.�;".d:i�=;'.:•a-°,.t':. _ _ _ 4 340 LF for /LF Dollars Cents `C i T&b ilf =S ecr 5 2,400 SF for /SF Dollars Cents (Add All Items) TOTAL for Dollars Cents Total All Items (Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2024 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC - 20 Page �g11FF0(,�c0 7owckp SOLD LOCATION MAP PROJECT DATA SHEET INDEX ex TOWN OF SOUTHOLD sufTo"COUNTY.NY OLD SCHOOLHOUSE PARK PICKLEBALL COURTS • 4 ISSUES/RflTSgNS'='phr D m .. Dab e CONSTRUCTION PLANS FOR 5 OLD SCHOOLHOUSE PARK PICKLEBALL COURTS •G MAY 2024 �4 TITLE PACE 6@ =� a� T1 ' •� ,.. ���.�� y'. J \ ' \ irrrun: .sows vavwr ___ _ '�a�...� �� �`, ���•� �S* `�• • �*' \ �o.aossn,ono..sun -f, �,• ; A ,�._..o.osm uc LOCATION MAP '•• ;�_iim.c �� rxowsm u«.ur PROJECT DATA 1: •1 \ LKAI L==ASSOCWiES.6P.G TOWN OF SOUToulm.wLD �;:;: •; � \� OLD SCHOSUZOLHOUSE PARK 1• PICKLEBALL COURTS ow- i•• ;` '� \\\ . rssucs/BENISONS m '. SITE PLAN PROPOSED SITE PLAN 6� =4 C1 s� yq• 1M®Imf �,_C .vnu slur �,Y? I iv"P/+aSr I �•� �'0� LOCATION MAP mnu •Nm mv4 rz ort AT r t lur PROJECT DATA ..w,.o-m .m N•r.rcnvm smu,Nn ra...,�.,m. a.ol w PICKLE BALL NET DETAIL LIMASURFACE SCHEDULE "op SYMBOL SECTION/DESCRIPTION REMARKS ImioN ntms �e�ea?ES.OP.0 'hs,j- _ - ro1OY"'m laves "^'"m� 1 ,�' m m cowmP w Aaamu¢.ml uw.cccnlxus swc.v.,o --� a a ma IN PDVPwrwr lur ncr a mv¢vm �®�uc�rvw.mP.m vn a un.�no.m m��acmr°w"w`"rciww ro�ec mra�omm wzuu.,c PICKLE BALL NET POST§ANCHORING DETAIL TOWN OF SOUTHOLD 6Y oaFVs rxDrtN SUFFOLK COUNTY.NY OLD SCHOOLHOUSE PARK PICKLEBALL COURTS ®„o Irw v v-•arrr Iw.wox,rx ���.rs�' ?•,,�:•I� �w row�Dw lami,�n uAn RSUES/Bfl•6101b u un PICKLEBALL COURT SURFACING DETAIL -T--� o.c°S Oe°'n w" N• 001• NTs IPI�>�7 W Y m . ®"n xxuCxlm Iron I•.I I .I I, I I' I IIII ,r-o•W.sswNo IIII IIII ��om LJ L�J PwE,w DETAILS SELD g J1 L y J iE CE DN E ATOM ggq J. Sut.WNN6. 6� 5' HIGH BLACK VINYL CLAD CHAIN LINK FENCE 5' HIGH x 4' WIDE BLACK VINYL Nts Y COATED CHAIN LINK FENCE GATE DETAIL �C2 i�i km aft ")JAC lrqr, �{ ♦ .- .., w R LOCATION MAP .SIN i� y •� ._ PROJECT DATA zt TOWN OF DSO rUr HOLD OLD PICK EBAO USE PARK LLCOURTS .s/REvsoRs n .r t CONCEPT PLAN Vv a� �� a ,,,,� ' �10F1 PL DIVISION 1 —GENERAL REQUIREMENTS TOWN OF SOUTHOLD OLD SCHOOLHOUSE PARK PICKLEBALL COURTS GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under this Division. TABLE OF CONTENTS—DIVISION NO. I —GENERAL REQUIREMENTS Included in this Division are the following sections: 01010 General 01025 Measurement and Payment 01500 Construction Facilities&Temporary Controls 01501 Health &Safety Provisions DIVISION 1 —GENERAL REOUIREMENTS SECTION 01010- GENERAL SITE The site of the proposed project is located on the North Side of Main Road in East Marion, New York and more particularly shown on the Contract Drawings. SCOPE A. The work to be performed under this Contract shall include all labor, materials, equipment, services and incidentals required to perform the proposed construction as indicated in the Specifications, shown on the Contract Drawings and/or as approved by the Town. B. In general,the work shall include but not be limited to the following: • Asphalt Pavement • Acrylic Surfacing • Restoration • Court Striping • Chain Link Fence Installation C. Without restricting the generality of the foregoing and for the convenience of each Contractor,the items of work are specified under the Standard Divisions of the Construction Specifications Institute. SHOP DRAWINGS Contractor shall submit six (6)copies of each requested item to the Town for approval. SUPERINTENDENCE AND WORKMEN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor, and who shall be acceptable to the Town. The Contractor shall, at all times, employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Town may deem incompetent or unfit to perform the work,shall be at once discharged and shall not be again employed. INSPECTION All proposed work under this Contract shall be performed during and with Town's approval. The Contractor is advised to inspect carefully the full premises and consult with the Town regarding any items of construction or reconstruction that may be questionable. DIVISION I —GENERAL REQUIREMENTS MAINTENANCE AND PROTECTION OF TRAFFIC The Contractor shall so conduct his operations as to interfere to the least extent practicable with the passage of vehicles, pedestrians and all other kinds of public traffic; and he must take every precaution against accidents happening to said vehicles, pedestrians and other traffic because of his operations: The Contractor shall enforce regulations and restrictions as may be necessary or required for the protection of fire, accidents, property damage and public nuisance. He shall provide and maintain such toilet facilities at or adjacent to the site as may be required. The Contractor shall erect and maintain such drives, channel and obstruction markers and barricades as may be required for the protection of traffic. MAINTENANCE AND PROTECTION OF UTILITIES A. The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. B. The Owner shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Drawings. The Contractor shall not remove or cause to be removed, any structure owned by a public utility corporation without the approval of the Owner. C. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right- of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. GRADES,LINES,LEVELS AND SURVEYS A. The Town's Surveyor will establish one (1) bench mark and location of the work lines as reference points for the Contractor. B. The reference points shall be maintained by the Contractor. All other required lines, levels, grades, etc., shall be furnished by the Contractor from the reference points. C. Re-establishment of the reference points by the Town for the Contractor shall be done at the Contractor's expense. D. The Contractor shall verify all grades, lines, levels and dimensions as shown on the drawings, and he shall report any errors or inconsistencies in the aforementioned to the Town before • DIVISION I —GENERAL REQUIREMENTS commencing work. Commencement of work shall be corrected by the Contractor at his expense. LABOR,LAWS AND WORKMANSHIP A. All Contractors and Subcontractors employed upon the work shall and will be required to conform to the Labors Laws of the State of New York,the Occupation Safety and Health Act of the various acts amendatory and supplementary thereto; and to all other laws, ordinances and legal requirements applicable thereto. B. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. The standards of the work required throughout shall be of such grade as will bring results of the first class only. QUALIFICATIONS All bidders must have been established in the type of construction of whichever Prime Contract they are submitting a bid for as specified in the Contract Documents for a period of at least five(5)years. On request, bidders must furnish a list of a minimum of five(5)projects of similar type construction that was built by them in the Nassau- Suffolk area. List must contain name, address and telephone number of client's Owner for which each project was undertaken by Contract. APPROVAL OF SUBCONTRACTORS A. No Subcontractors shall be employed on the work unless prior approval has been given by the Town. The Contract shall,within five(5)days after signing of the Contract,submit a list of proposed Subcontractors to the Town for approval. The list shall contain firm names, names of all principals and addresses and projects completed by each Subcontractor and names, addresses and telephone numbers of the particular project's Town for which the Subcontractor on the aforementioned project list must have been of similar nature. A minimum of five (5)projects for each proposed Subcontractor must be submitted. B. If for any reason a Subcontractor must be discharged from work, the Contractor shall notify the Town at least 24 hours prior to discharge, stating the reasons, and shall provide the Town with the name and qualifications of the replacement Subcontractor for approval by the Town. This action is deemed necessary to maintain continuity of the work and to minimize project disruptions. All costs due to slowdown of the project for such reasons shall be borne by the Contractor. • DIVISION 1 —GENERAL REQUIREMENTS STANDARD SPECIFICATIONS Where reference is made in these Specifications to a society,the portion referred to shall be read into and shall be a part of this Contract and Specifications. Materials, methods and equipment shall conform with the latest A.S.T.M.,A.W.P.A.,A.S.A.,N.E.C., I.E.S.,etc. Specifications as may relate to or govern the construction work. CONTRACT DRAWINGS A. The Contract drawings which accompany and form part of these Specifications, bear the general title OLD SCHOOLHOUSE PARK PICKLEBALL COURTS is located at Main Road,East Marion,NY 11939 and separately numbered and entitled as follows: T1 TITLE PAGE C 1 PROPOSED SITE PLAN C2 DETAILS CLEAN-UP The Contractor shall at all times keep the construction area, including storage areas used by him,free from accumulation of waste material and rubbish and prior to completion of the work, remove any rubbish from and about the premises. Upon completion of the construction, the Contractor shall leave the work premises in a clean,neat and workmanlike condition satisfactory to the Town. GUARANTEES A. Before issuance of the final certificate,the Contractor shall deliver to the Town the following guarantees in addition to those specifically required in the General Conditions and in the various technical sections. B. The Contractor hereby guarantees that all materials and workmanship installed under his respective contract to be new and of good quality in every respect and to remain so for a period of one(1)year or for longer periods where so provided for in the Specifications, from the date of issuance of the Final Certificate by the Town. C. Should any defects develop in the aforesaid work within the stipulated periods due to faults in materials and/or workmanship,the Contractor hereby agrees to make all repairs and do all necessary work to correct the defective parts. Such repairs and corrective work, including the cost of making good all other work damaged by or otherwise affected by making of the repairs or corrective work shall be done without any cost or expense to the Town, and at the entire cost and expense of the Contractor, within five(5) days after notice to the Contractor. The Town may have the work done and charge the cost thereof to the Contractor and/or his Sureties who agree to pay the Town the cost of such work if the Contractor fails to respond as required. DIVISION 1 —GENERAL REQUIREMENTS PAYMENTS Payment(s) made under this Contract will be made on the basis of actual work completed in accordance with the Contract Documents. Payments will be computed from the unit and lump sum bid. Payment will only be made for the items shown in the Proposal Form. END OF SECTION 01010 -GENERAL • DIVISION 1 —GENERAL REQUIREMENTS SECTION 01025—MEASUREMENT AND PAYMENTS DESCRIPTION The Contractor shall furnish all labor, materials, tools, equipment, appurtenances and all services necessary to perform all Work as required by the Drawings and specifications or as required by the Town, at the lump sum or unit prices for the items listed herein. TOWN'S ESTIMATE OF QUANTITIES The TOWN'S estimated quantities for unit price pay items are approximate only and are included solely for the purpose of comparison of Bids. The TOWN does not expressly or by implication agree that the nature of the materials encountered below the surface of the ground or the actual quantities of material encountered or required will correspond with the estimated quantities. PAYMENT ITEMS The method of payments and measurement of payments for each contract item shall be described on the Proposal Form (PF) section of the bid specifications Item I —General Conditions & Site Mobilization 1. Method of Measurement: The Contractor shall receive the lump sum payment which shall include, temporary utilities, supervision and management, on-going project-related expenses, insurances, labor, materials, equipment, maintenance and protection of traffic, and incidentals necessary to mobilize (re-mobilize if needed), construction staging, meet all of the general requirements set forth under Division 1 including but not limited to project closeout activities and demobilize from the construction site upon successful completion of the project. The Contractor shall furnish one (1) lump sum cost as specified, shown on the Contract Drawings and as approved by the Town. 2. Method of Payment: Payments shall be made in accordance with the following schedule: a. 25% first partial payment b. 75%based upon percentage of completion 3. Intent:This bid item shall facilitate requirements of Division 01000 of the specification and construction operations. Item 2—Unclassified Excavation & Gradinp, 1. Method of Measurement: The Contractor shall receive the lump sum price for the Unclassified Excavation & Rough Grading of the proposed work areas to the proposed subgrade elevations based upon the Contract Drawings. 2. Method of Payment: Payment for this item shall be the lump Sinn cost of excavation and grading. The lump sum price shall include all costs of site preparation, excavating, DIVISION 1 —GENERAL REQUIREMENTS stockpiling, re-handling of piles, existing vegetation removal, grading and compacting the subgrade(including field compaction testing in fill areas), labor, removing excess material or unsuitable material off site, materials and other- incidentals necessary to satisfactorily complete the work in accordance with the plan, specifications, and/or as directed by the Owner shall be included in the lump sum price bid for this Item. 3. Intent: The contractor shall prepare and grade the site as required to complete the work shown on the Construction Drawings. Item 3—Pickleball Court Construction 1. Method of Measurement: The Contractor shall receive the square foot price for the Pickleball Court Construction as shown on the contract drawings and as approved by the Town. 2. Method of Payment: The square foot price bid shall include the cost for placement of RCA, Type 7 asphalt pavement, Type 6 asphalt pavement, acrylic surfacing system, line paint, pickleball nets, all labor, materials, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Town shall be included in the unit price bid for this Item. 3. Intent: The Contractor shall complete the pickleball court construction as shown on the Construction Drawings and in accordance with these Technical Specifications. Item 4—5' High Chain Link Fence 1. Method of Measurement: Payment for the 5' High Chain Link Fence will be made at the unit price bid per linear foot and measured in place. 2. Method of Payment: Payment will be made at the contract price and shall include the cost of furnishing all labor, concrete footings, chain link fabric, posts, caps, truss rods, mid rail, top rail, tension bar, turnbuckles, connections, hardware, materials, equipment and incidentals necessary to furnish and install the 5' High Black Vinyl Clad Chain Link Fence as specified and shown on the contract drawings. 3. Intent: The Contractor shall complete the 5' High Chain Link Fence installation as shown on the Construction Drawings and in accordance with these Technical Specifications. Item 5—Topsoil & Seed 1. Method of Measurement: The Contractor shall receive the unit cost price for each square foot of 4" topsoil layer and hydroseed as shown on the Contract Drawings, measured in place and as approved by the Owner. 2. Method of Payment: Payment for this itern shall be for each square foot of topsoil (4")and DIVISION 1 —GENERAL REQUIREMENTS hydroseed (as specified) installed. All costs associated with layout, soil preparation, testing of soil, soil amendments (fertilizer, lime), labor, equipment and incidentals necessary to satisfactorily complete the work according to the plans, specifications and/or as directed by the Owner shall be included in the unit price bid for this Item. 3. Intent: The Contractor shall provide and install the 4" layer of topsoil (in place thickness) and hydroseed as shown on the Construction Drawings and as specified in the Technical Specifications. DIVISION 1 —GENERAL REQUIREMENTS SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS SCOPE Work shall include but not be limited to the following: A. Temporary Utilities—Sanitary facilities. B. Temporary Controls—Barriers, enclosures and fencing, protection of the Work, and water control. TEMPORARY SANITARY FACILITIES A. The Contractor shall provide at the site suitable enclosed toilet facilities for the use of construction personnel. The Contractor shall observe and enforce all sanitary regulations and maintain satisfactory sanitary conditions around and on all parts of the,work. B. Adequate washing facility shall be provided for the construction personnel. C. The Contractor shall maintain,service, clean, and disinfect facilities in a satisfactory manner and enforce proper use of the sanitary facilities. D. The Contractor shall be subject to a fine and prosecution if any human excrement is deposited in or around the construction site. E. The Contractor shall pay for all expenses associated with temporary sanitary facilities during the course of the work, including furnishing all necessary permits and fees required for temporary sanitary facilities. F. Comply with all applicable codes and arrange for all necessary inspections and approvals. FIRST-AID FACILITIES AND ACCIDENTS A. First Aid Facilities and Accidents B. The Contractor shall provide, at the site, such equipment and facilities as are necessary to supply first-aid to any of his personnel who may be injured in connection with the work. C. Accident 1. The Contractor shall promptly report in writing to the Town all accidents and whatsoever arising out of, or in connection with, the performance of the work, whether on or adjacent to the site, which cause death, personal injury or property damage, giving full details and statements of witness. 2. If death or serious injuries or serious damages are caused, the accident shall be DIVISION 1 —GENERAL REQUIREMENTS reported immediately by telephone or messenger to the Town. 3. If any claim is made by anyone against the Contractor or a Subcontractor on account of any accidents,the Contractor shall promptly report the facts in writing to the Town, giving full details of the claim. WATER CONTROL A. Grade site to drain. Maintain excavations free of water. Provide, operate and maintain pumping equipment. B. Protect site from puddling or running water. Provide water barriers as required to protect site from soil erosion. C. Provide temporary control of surface water, stormwater runoff and discharge from pumping in accordance with Contractor's approved soil erosion and sediment control plan. SECURITY A. Provide security and facilities to protect work, and existing facilities, and Town's operations from unauthorized entry, vandalism or theft. B. Coordinate with Town. C. Furnish security during the course of the work. PROGRESS CLEANING A. Maintain areas free of waste materials, debris and rubbish. Maintain site in a clean and orderly condition. B. Remove waste materials, debris and rubbish from site and dispose weekly in areas as designated by the Town. REMOVAL OF UTILITIES,FACILITIES AND CONTROLS A. Remove temporary above grade or buried utilities, equipment, facilities, materials, prior to Final Applications for Payment Inspections. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified conditions. END OF SECTION 01500—CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS . DIVISION 1 —GENERAL REQUIREMENTS SECTION 01501—HEALTH AND SAFETY PROVISIONS REQUIREMENTS A. The Contractor shall be responsible to maintain a safe workplace and to monitor working conditions at all times during construction and, as necessary, to provide appropriate protective clothing, equipment and facilities for his personnel, and/or to establish work place procedures to ensure their safety, and to enforce the use of these procedures, equipment and/or facilities in accordance with the following guidelines: 1. Safety and Health Regulations Promulgated by the U.S.Department of Labor OSHA, 29 CFR 1910—Occupational Safety and Health Standards,and 29 CFR 1920—Safety and Health Regulations for Construction. 2. U.S.Environmental Protection Agency Medical Monitoring Program Guidelines. B. If, at any time, the Town is apprised of a safety hazard which demands immediate attention because of its high potential for harm to public travel,persons on or about the work,or public or private property, the Town shall have the right to order such safeguards to be erected and such precautions to be taken as necessary and the Contractor shall comply with such orders. If, under such circumstances, the Contractor does not or cannot or his representative is not upon the site so that he can be notified immediately of the insufficiency of safety precautions, the Town may put the work into such a condition that it shall be, in his opinion, in all respects safety, and the Contractor shall pay all expenses of such labor and materials as may have been used for this purpose by him or by the Town. The fact that the Town does not observe a safety hazard or does not order the Contractor to take remedial measures shall in no way relieve the Contractor of the entire responsibility for any costs or claims for loss, damage, or injury by or against any part sustained on account of the insufficiency of the safety precautions taken by him or by the Town acting under authority of this Section. C. It is the responsibility of the Contractor to take appropriate safety precautions to meet whatever conditions of hazard may be present during the performance of the work, whether reasonably foreseeable or not. The Contractor is alerted to the fact that it shall be his sole responsibility to anticipate and provide such additional safety precautions, facilities, personnel and equipment as shall be necessary to protect life and property from whatsoever conditions of hazard are present or may be present. END OF SECTION 01501—HEALTH AND SAFETY PROVISIONS DIVISION 2 -SITE WORK a GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES,ADDENDA and other Contract documents. Refer to the Drawings and Specifications of other trades and Contractors for items which might affect the work under the Division. TABLE OF CONTENTS-DIVISION NO.2-SITE WORK Included in this Division are the following sections: 02200 Site Preparation 02320 Unclassified Excavation&Grading 02740 Asphaltic Concrete Pavement 02790 Acrylic Surfacing 02820 Chain Link Fence and Gates 02911 Topsoil 02920 Hydroseed DIVISION 2—Page 1 of 21 • DIVISION 2 -SITE WORK SECTION 02200 -SITE PREPARATION WORK INCLUDED The Contractor shall furnish labor, materials, equipment and appurtenances necessary or required to perform and complete all work including, but not limited to the following: A. Location and Stakeout B. Clearing, removing and the legal disposal of all debris and miscellaneous structures not covered under other sections of these Specifications. C. The Contractor shall do all stakeout, layout, and elevations necessary to perform the intended construction. Surveying shall be performed by a Licensed Land Surveyor acceptable to the Town's Representative. All instruments, equipment, stakes and any other material necessary to perform this work satisfactorily shall be provided by the Contractor and approved by the Town's Representative. D. The contractor shall protect all drainage structures with filter fabric. QUALITY ASSURANCE A. Location and stakeout work shall be performed by a Professional Engineer or Land Surveyor duly licensed in the State of New York. B. The Contractor shall, at their own expense, secure and pay for all permits, inspections, fees and give all legal notices that may be required in connection with the work, including the notification of owners of existing subsurface gas and other utility lines. INSPECTION A. The Contractor shall visit and thoroughly familiarize themselves with the site and with the scope of work to be done. B. When the Contractor submits their proposal, it shall be interpreted to mean that he has examined the site, fully understands the existing and proposed conditions and has made due allowances for them in their proposal. PREPARATION A. Notification of utility companies shall be in accordance with Industrial Code Rule#53 of Title 12, of the Official Compilation of Codes, Rules and Regulations of the State of New York. B. Notify all utility companies,prior to start of work and ascertain location of all existing utilities. C. Exercise extreme caution in the area of existing utilities so as not to cause damage or breakage. DIVISION 2—Page 2 of 21 DIVISION 2 -SITE WORK D. The Contractor shall verify all elevations and satisfy themselves as to their correctness by visiting the site of the proposed work and examining the actual condition prior to the beginning of the work. PERFORMANCE A. The Contractor shall exercise diligent care to protect existing trees, shrubs and under-growth not to be removed and shall replace at his own expense any such existing plants,trees, shrubs or other plant material removed, destroyed, disfigured or damaged because of his negligence with similar planting approved by the Town's Representative. B. All wood and brush shall be legally disposed of by the Contractor at their own expense. ADJUST AND CLEAN The Contractor shall clean up and remove from the site all rubbish and surplus material as fast as it accumulates and shall not permit it to be scattered about the project site. PROTECTION OF EXISTING VEGETATION A. Top soil cover over root systems of existing trees and shrubs shall be minimized and never exceed 6 inches in depth. B. Trenching across tree root systems should be a minimum distance to the tree diameter in inches,converted to feet, from the tree trunk. (e.g. 10-inch caliper tree shall have a minimum of 10 feet distance between trunk and trench.) Tunnels under the root system should start 18 inches or deeper below existing grade. Tree roots which must be severed should be cut clean. Backfill material around roots shall be topsoil. C. Construct sturdy fences, wood or steel barriers, or other protective devices surrounding valuable vegetation from construction equipment. Place barriers far enough from tree so that all equipment such as backhoes and dump trucks do not contact tree trunk or branches. D. Trees shall be protected from grade to the lowest branch or 8' above grade, whichever is lowest. E. Material shall only be stockpiled in locations approved by the Town's Representative. No equipment shall be parked or repaired, and no oil, gasoline, concrete or other debris shall be dumped near trees and shrubs to remain. At the end of each workday, all debris shall be removed and disposed of off-site. F. Obstructive and broken branches should be pruned properly. The 3 cut method should be used on all branches larger than two inches at the cut. The branch collar on all branches whether living or dead should not be damaged. First cut the underside of the branch partly through 6 inches or more from tree. Cut through the branch 2 inches or further out from trunk. DIVISION 2—Page 3 of 21 a DIVISION 2 -SITE WORK The final cut should be made by placing the shears or saw in front of the branch bark ridge and cutting downward and slightly outward. Do not paint the wounds. G. Any trees damaged during construction shall be repaired by an approved tree surgeon. Any tree erroneously removed or damaged beyond satisfactory repair shall be replaced with the same species,6 inches in caliper,which shall be balled,bur lapped and plat formed and planted at the direction of the Town's Representative. H. Where cuts expose or affect root systems of trees, the exposed roots shall be cut off cleanly and such areas shall be backfilled with topsoil as soon as practicable and shall be watered and protected from further damage. END OF SECTION 02200 -SITE PREPARATION DIVISION 2 —Page 4 of 21 DIVISION 2 -SITE WORK SECTION 02740—ASPHALTIC CONCRETE PAVEMENT WORK INCLUDED A. This work includes furnishing all labor, materials, equipment, and incidentals necessary to construct new asphaltic concrete pavement for the proposed roads and parking fields in accordance with the plans and specifications and as directed by the Engineer. B. The construction of the asphaltic concrete pavement shall meet the requirements of sections 401, 403, and 407 of the New York State Department of Transportation Standard Specifications of May 1, 2008 as amended except as modified herein REFERENCE STANDARDS In addition to complying with all pertinent codes, regulations, and specifications comply with the referenced or applicable portions of the New York State Department of Transportation Standard Specifications of May 1, 2008. MATERIALS A. Asphalt Concrete-Type 7F Top Course — The asphalt concrete top course shall meet all requirements the New York State Department of Transportation Standard Specifications of May 1, 2008 for Item 403.19 Asphalt Concrete-Type 7F Top Course (Friction) Marshall Design. INSTALLATION A. All Construction Details requirements of the New York State Department of Transportation Standard Specifications of May 1, 2008 shall apply except as herein modified. B. No asphalt concrete courses shall be place prior to Engineer's acceptance of the base course. C. Tack coat shall be applied to clean milled asphalt surfaces immediately prior to placement of the new pavement at a rate of 0.05 gallon per square yard of surfacing. D. Existing asphalt placement to be resurfaced shall be machine swept by the Contractor prior to the placement of the new pavement. It shall be the Contractor's responsibility to insure that the pavement is thoroughly clean,free of all mud,dust and other loose material,and to the satisfaction of the Engineer,immediately prior to the application of the bituminous mixture. All loose material shall be removed with power operated sweepers and/or hand brooms as may be required and trucked fi-om the construction site to the disposal areas approved by the Engineer. Immediately prior to asphalt resurfacing the Contractor shall apply a tack coat over the existing asphalt pavement. E. The asphalt concrete courses shall each be laid down in one lift,to the compacted depth,as shown on the plans. END OF SECTION 02740—ASPHALTIC CONCRETE PAVEMENT DIVISION 2—Page 5 of 21 DIVISION 2 -SITE WORK SECTION 02790—ACRYLIC SURFACING WORK INCLUDED The work to be performed under this section shall include all labor, materials, equipment, services and incidentals necessary to prepare, surface and stripe the tennis/pickleball courts and basketball court as specified herein, shown on the contract drawings. QUALITY ASSURANCE A. Surfacing shall conform to the guidelines of the ASBA for planarity. B. All surface coatings products shall be supplied by a single manufacturer. C. The contractor shall record the batch number of each product used on the site and maintain it through the warranty period. D. The contractor shall provide the inspector,upon request, an estimate of the volume of each product to be used on the site. E. The installer shall be an authorized applicator of the specified system. F. The manufacturer's representative shall be available to help resolve material questions. SUBMITTALS A. Manufacturer specifications for components, color chart and installation instructions. B. Authorized Applicator certificate from the surface system manufacturer. C. Reference list from the installer of at least 5 projects of similar scope done in each of the past 3 years. D. Current Material Safety Data Sheets (SDS). E. Product substitution: If other than the product specified, the contractor shall submit at least 7 days prior to the bid date a complete type written list of proposed substitutions with sufficient data, drawings, samples and literature to demonstrate to the owner's satisfaction that the proposed substitution is of equal quality and utility to that originally specified. hlformation must include a QUV test of at least 2000 hours illustrating the UV stability of DIVISION 2—Page 6 of 21 DIVISION 2 -SITE WORK the system. Under no circumstances will systems from multiple manufacturers be considered. MATERIAL HANDLING AND STORAGE A. Store materials in accordance with manufacturer specifications and SDS. B. Deliver product to the site in original unopened containers with proper labels attached. C. All surfacing materials shall be non-flammable. GUARANTEE Provide a guarantee against defects in the materials and workmanship for a period of three years from the date of substantial completion. INSTALLER QUALIFICATIONS A. Installer shall be regularly engaged in construction and surfacing of acrylic tennis courts, play courts or similar surfaces. B. Installer shall be an Authorized Applicator of the specified surface system. C. Installer shall be a builder member of the ASBA. MANUFACTURER QUALIFICATIONS A. System manufacturer shall be a US owned company. B. System manufacturer shall be a member of the ASBA. SUPERINTENDENCE AND WORKMAN The Contractor shall give his constant personal attention to the work while it is in progress, and he shall place it in charge of a competent and reliable superintendent, who shall have authority to act for the Contractor,and who shall be acceptable to the Engineer. The Contractor shall,at all times,employ labor and equipment which shall be sufficient to prosecute the work to full completion in the manner and time specified. All workmen must have sufficient skill and experience in such work to properly and satisfactorily perform it and operate the equipment involved. Any person employed by the Contractor whom the Engineer may deem incompetent or unfit to perform the work, shall be at once DIVISION 2— Page 7 of 21 • DIVISION 2 -SITE WORK discharged and shall not be again employed on this project. INSPECTION All proposed work under this section shall be performed during and with Engineer's approval. The Contractor is advised to inspect carefully the full premises and consult with the Engineer regarding any items of construction or reconstruction that may be questionable. MATERIALS A. Patching Mix(California Court Patch Binder)-for use in patching cracks,holes,depressions and other surface imperfections. B. Crack Filler(California Crack Filler) - for use in filling fine cracks. C. Acrylic polymer Stain Blocker. D. Adhesion Primer — (California TiCoat) is a two-component water-based epoxy primer for uncoated concrete surfaces. E. Acrylic Color Playing Surface (DecoColor Ultra Performance/DecoBase I) — for use as the finish color and texture. DecoColor Ultra Performance and DecoBase I are blended at the job site to achieve the correct surface texture. F. Line Paint(California Line Paint)—for use as the line marking on the court/play surface. G. Water—for use in dilution/mixing shall be clean and potable. MATERIAL SPECIFICATIONS A. Court Patch Binder(Product# 0300)— 100% acrylic resin blended with Portland Cement and silica sand. B. California Crack Filler(Product#: Green 5040, Red 060,Neutral 5080)—acrylic resin heavily filled with sand. C. Concrete Preparer(Product# 4520)—Phosphoric Acid based surface treatment D. California Ti-Coat (Product#: Component `A' 3903, Component `B' 3904)—2 component epoxy primer DIVISION 2—Page 8 of 21 DIVISION 2 -SITE WORK E. DecoColor Ultra Performance—acrylic resin with selected light fast pigments. Colors to be selected by owner F. Acrylotex sand-filled Neutral (Product# 6595)—acrylic resin containing no vinyl copolymerization constituent. Contains not more than 63% rounded silica sand.. G. California Line Paint (Product#: Hi-Hide White 6020, Textured White 6220)—acrylic resin containing no alkyds or vinyl constituents. Texturing shall be rounded silica sand. H. All surfacing materials shall be non-flammable and have a VOC content of less than 100g/L, measured by EPA method 24. I. Local sands are not acceptable in the color playing surface. Sands must be incorporated at the manufacturing location to ensure quality and stability. WEATHER LIMITATIONS A. Do not install when rainfall is imminent or extremely high humidity prevents drying. B. Do not apply unless surface and air temperature are 50°F and rising. C. Do not apply if surface temperature is in excess of 140°F. PREPARATION FOR ACRYLIC COLOR PLAYING SYSTEM A. Clean surfaces of loose dirt, oil, grease, leaves, and other debris in strict accordance with manufacturer's directions. Pressure washing will be necessary to adequately clean areas to be coated. Any areas previously showing algae growth shall be treated with OxiCourt or approved product to kill the organisms and then be properly rinsed. B. Holes and cracks: Cracks and holes shall be cleaned and a suitable soil sterilant, as approved by the owner, shall be applied to kill all vegetation 14 days prior to use of Court Patch Binder according to manufacturer's specifications. C. Depression: Depressions holding enough water to cover a five cent piece shall be filled with Court Patch Binder Patching Mix: 3 gallons of Court Patch Binder, 100 lbs. 60-80 silica sand, 1 gallon Dry Portland Cement (Type I). This step shall be accomplished prior to the squeegee application of Acrylic Resurfacer. The contractor shall flood all the courts and then allow draining. Define and mark all areas holding enough water to cover a nickel. After defined areas are dry, prime with tack coat mixture of 2 parts water/l part Court Patch Binder.Allow tack coat to dry completely. Spread Court Patch Binder mix true to grade using a straight edge for strike off. Steel trowel or wood float the patch so that the texture matches the surrounding area. Never add water to mix. Light misting on surface and edges to feather in is allowed as needed to maintain work ability. Allow to dry thoroughly and cure. DIVISION 2 —Page 9 of 21 • DIVISION 2 -SITE WORK NO WORK FROM THIS STAGE ON SHALL COMMENCE UNTIL AN INSPECTOR HAS ACCEPTED THE SURFACE. D. Acid Treatment: Concrete Preparer shall be applied to all uncoated concrete surfaces at the rate of .01 to .012 gallon per square yard. Dilute 1 gallon of Concrete Preparer with 4 gallons of potable water. Apply liberally to the surface and spread with a soft hair push broom. After the surface has dried remove any dust or latent material. E. Primer: California Ti Coat shall be applied to all uncoated concrete surface prior to application of filler materials. Apply at an application rate of.025-.03 gallon per square yard. 1. Mix component A with Component B at a ratio of 1:1. Let stand for 20-30 minutes prior to use. 2. Apply with a short nap phenolic core roller. 3. Allow the Ti Coat to dry for approximately 1-3 hours until the surface is slightly tacky to the touch. In no case shall the surface be left overnight before receiving an application of Acrylic Resurfacer. APPLICATION OF ACRYLIC WEAR SURFACE A. All areas to be color coated shall be clean, free from sand, clay, grease, dust, salt or other foreign matters. The Contractor shall obtain the Engineer's approval, prior to applying any surface treatment. B. Blend Acrylotex neutral and DecoColor Ultra with a mechanical mixer to achieve a uniform mixture. The mix shall be: DecoBase I 30 gallons DecoColor Ultra 20 gallons Water 10 gallons C. Application shall be made by 50 durometer rubber faced squeegees. The mixture should be poured on to the court surface and spread to a uniform thickness in a regular pattern. D. A total of 2 applications of textured DecoColor Ultra shall be made to achieve a total application rate of not less than .10 gal/sy. No application should be made until the previous application is thoroughly dry. E. A single finish coat of DecoColor Ultra shall then be mixed and applied in the same manner as the texture coats at a rate of.04 gal/sy. The mix shall be: DecoColor MP 55 gallons Water 33 gallons DIVISION 2—Page 10 of 21 Y DIVISION 2 -SITE WORK LINE PAINTING Line shall be 2"wide unless otherwise noted on the drawings. Lines shall be carefully laid out in accordance with ASBA and USTA guidelines. The area to be marked shall be taped to insure a crisp line. The California Line Paint shall have a texture similar to the surrounding play surface. Application shall be made by brush or roller at the rate of 150-200 sf./gal. (3/4 gal. per tennis court). PROTECTION A. Erect temporary barriers to protect coatings during drying and curing. B. Lock gates to prevent use until acceptance by the owner's representative. CLEAN UP A. Remove all containers,surplus materials and debris. Dispose of materials in accordance with local, state and Federal regulations. B. Leave site in a clean and orderly condition. END OF SECTION 02790—ACRYLIC SURFACING DIVISION 2—Page l l of21 • DIVISION 2 -SITE WORK SECTION 02820—CHAIN LINK FENCE AND GATES WORK INCLUDED This work includes all labor, materials, equipment, and incidentals necessary to furnish and install chain link fencing and gates. SUBMITTALS A. Shop drawings: Layout of fences and gates with dimensions, details, and finishes of components, accessories, and post foundations. B. Product Data: Manufacturer's catalog cuts indicating material compliance and specified options. MATERIALS Class B Steel Tubing (Option): 1. SS-40 Fence Pipe by Allied Tube & Conduit Corp., 16100 S. Lathrop Ave., Harvey, IL, 60426, (800) 882-5543. 2. Tuf-40 Fence Framework by American Tube and Pipe Co., Inc., 2525 N. 27th Ave., Phoenix, AZ 85009, (800) 669-8823. STEEL FENCE FRAMING A. Steel pipe - Type I: ASTM F 1083, standard weight schedule 40; minimum yield strength of 25,000 psi (170 MPa); sizes as indicated. Hot-dipped galvanized with minimum average 1.8 oz/ft2 (550 g/m2) of coated surface area. B. Steel pipe-Type II: Cold-formed and welded steel pipe complying with ASTM F 1043,Group IC, with minimum yield strength of 50,000 psi (344 MPa), sizes as indicated. Protective coating per ASTM F 1043, external coating Type B,zinc with organic overcoat, 0.9 oz/ft2(275 g/m2) minimum zinc coating with chromate conversion coating and verifiable polymer film. Internal coating Type B, minimum 0.9 oz/ft2 (275 g/m2)zinc or Type D, zinc pigmented, 8 1% nominal coating, minimum 3 mils (0.08 mm) thick. C. Formed steel ("C") sections: Roll-formed steel shapes complying with ASTM F 1043, Group II, produced from 45,000 psi (310 MPa) yield strength steel; sizes as indicated. External coating per ASTM F 1043, Type A, minimum average 2.0 oz/ftz(610 g/m2) of zinc per ASTM A 123, or 4.0 oz/112 (1220 g/m2) per ASTM A 525. D. Steel square sections: [ASTM A 500, Grade B] Steel having a minimum yield strength of 40,000 psi (275 MPa);sizes as indicated. Hot-dipped galvanized with minimum 1.8 oz/ft2(550 g/m2) of coated surface area. E. STEEL FRAMEWORK (FOR FENCES UP TO 6'-0" HIGH) a. End Posts, Corner Posts and Pull Posts: DIVISION 2—Page 12 of21 DIVISION 2 -SITE WORK 1. Pipe: 2.375 inches OD, 3.65 pounds per linear foot (Schedule 40). 2. Square Tubing: 2 inches OD, 3.60 pounds per linear foot. 3. Class B Steel Tubing: 2.375 inches OD, 3.11 pounds per linear foot. 4. Roll Formed C-Section: ASTM A 570 Grade 45, 3.5 inches by 3.5 inch by 0.128 inch thick, with minimum bending strength of 486 pounds under a 6 foot cantilever- load. b. Line Posts: 1. Pipe: 1.90 inches OD, 2.72 pounds per linear foot(Schedule 40). 2. Class B Steel Tubing: 1.90 inches OD, 2.28 pounds per linear foot. 3. H-Section: 1.875 inches x 1.625 inches x 0.113 inch, 2.70 pounds per linear foot. 4. Roll Formed C-Section: ASTM A 570 Grade 45, 1.875 inches by 1.625 inches by 0.121 inch thick with minimurn bending strength of 247 pounds under a 6 foot cantilever load. F. STEEL FRAMEWORK (FOR FENCES 6'-1" - 10'-0" HIGH) a. End Posts, Corner Posts and Pull Posts: 1. Pipe: 2.875 inches OD, 5.79 pounds per linear foot(Schedule 40). 2. Square Tubing: 2.50 inches OD, 5.70 pounds per linear foot. 3. Class B Steel Tubing: 2.875 inches OD, 4.64 pounds per linear foot. 4. Roll Formed C-Section: ASTM A 570 Grade 45, 3.5 inches by 3.5 inches by 0.128 inch thick, with minimum bending strength of 486 pounds under a 6 foot cantilever load. b. Line Posts: 1. Pipe: 2.375 inches OD, 3.65 pounds per linear foot(Schedule 40). 2. Class B Steel Tubing: 2.375 inches OD, 3.11 pounds per linear foot. 3. H-section: 2.25 inches by 1.95 inches by 0.143 inches, 4.10 pounds per linear foot. 4. Roll Formed C-Section: ASTM A 570 Grade 45, 2.25 inches by 1.70 inches by 0.121 inch thick, with minimum bending strength of 316 pounds under a 6 foot cantilever load. F. STEEL FRAMEWORK (FOR FENCES 10-0" - 20'-0"HIGH) CHAIN LINK FENCE FABRIC A. PVC coated over galvanized wire: ASTM F 668, Class 2b, 7 mil thermally fused polyvinyl chloride in Black. ASTM A 641, galvanized steel core wire, tensile strength 75,000 psi with 6 gauge core wire. B. Size: Helically wound and woven to height of as indicated on plans with 2" diamond mesh, 6 gauge core wire with a wire diameter of 0.192" and a break load of 2170 lbs. C. Selvage of fabric shall be knuckled at top and bottom A. One-piece widths for fence heights up to 12'-0" CHAIN LINK SWING GATES A. Gate frarnes: Fabricate chain link swing gates in accordance with ASTM F 900 using DIVISION 2-Page 13 of21 DIVISION 2 - SITE WORK galvanized steel tubular members, 2", weighing 2.60 Ib/ft or aluminum tubular members, 2" square, and weighing 0.94 lb/ft. Weld connections forming rigid one-piece unit.(no substitution) Vinyl coated frames thermally fused with 10 to 15 mils of PVC per ASTM 1043. (If gate frame is not to be vinyl coated, eliminate reference to PVC coating. B. Chain link fence fabric: PVC thermally fused to metallic coated steel wire,ASTM F 668, Class 2b, in color, mesh, and gauge to match fence. Install fabric with hook bolts and tension bars at all 4 sides. Attach to gate frame at not more than 15" on center. C. Hardware materials: Hot dipped galvanized steel or malleable iron shapes to suit gate size. [Field coat moveable parts (e.g. hinges, latch, keeper, and drop bar) with PVC touch up paint, provided by manufacturer, to match adjacent finishes]. D. Hinges: Structurally capable of supporting gate leaf and allow opening and closing without binding. Non-lift-off type hinge design shall permit gate to swing 180' (3.14 radius) inward or 180' (3.14 radius) outward. E. Latch: Forked type capable of retaining gate in closed position and have provision for padlock. Latch shall permit operation from either side of gate. SWING GATE POSTS A. Single width of gate up to 6'-0" wide and less than 10'-0" high: 1. Pipe: 2.875 inches OD, 5.79 pounds per linear foot(Schedule 40). 2. Square Tubing: 2.50 inches OD, 5.70 pounds per linear foot. 3. Class B Steel Tubing: 2.875 inches OD, 4.64 pounds per linear foot. 4. Roll Formed C-Section: ASTM A 570 Grade 45, 3.5 inches 3.5 inches by 0.128 inch thick,with minimum bending strength of 486 pounds under a 6 foot cantilever load. B. Single width of gate 6'-0" to 12'-0" wide or over 10'-0" high: 1. Pipe: 4 inches OD, 9.11 pounds per linear foot (Schedule 40). 2. Class B Steel Tubing: 4 inches OD, 6.56 pounds per linear foot. 3. Square Tubing: 3 inches OD, 9.10 pounds per linear foot. 4. Roll Formed C-Section: ASTM A 570 Grade 45, 3.5 inches by 3.5 inches by 0.128 inch thick, with minimum bending strength of 486 pounds under a 6 foot cantilever load. C. Single width of gate 12'-0" to 18'-0" wide: Pipe: 6.625 inches OD, 18.97 pounds per linear foot(Schedule 40). D. Single width of gate over 18'-0" wide: Pipe: 8.625 inches OD, 24.70 pounds per linear foot (Schedule 30). SWING GATE FRAMES A. Up to 6'-0" high, and leaf width 8'-0" or less. 1. Pipe: 1.660 inches OD, 2.27 pounds per linear foot (Schedule 40). 2. Square Tubing: 1.50 inches OD, 1.90 pounds per linear foot. 3. Class B Steel Tubing: 1.660 inches OD, 1.84 pounds per linear foot. B. Height: 6'-0" - 12'-0", or leaf width exceeding 8'-0": 1. Pipe: 1.90 inches OD, 2.72 pounds per linear foot (Schedule 40). 2. Square Tubing: 2 inches OD, 2.60 pounds per linear foot. 3. Class B Steel Tubing: 1.90 inches OD, 2.28 pounds per linear foot. C. Height: 12'-1" - 20'-0". DIVISION 2- Page 14 of 21. DIVISION 2 -SITE WORK 1. Pipe: 2.375 inches OD, 3.65 pounds per linear foot (Schedule 40). 2. Class B Steel Tubing: 2.375 inches OD, 3.1 1 pounds per linear foot. D. Assemble gate frames by welding or with special steel fittings and rivets for rigid connections. Install mid-height horizontal rails on gates over 10 feet high. When width of gate leaf exceeds 10 feet, install mid-distance vertical bracing of the same size and weight as frame members. When either horizontal or vertical bracing is not required, provide truss rods as cross bracing to prevent sag or twist. SWING GATE HARDWARE A. Hinges: Non-lift-off type, offset to permit 180 degree swing, and of suitable size and weight to support gate. Provide 1-1/2 pair of hinges for each leaf over 6 feet high. B. Latch: Forked type for single gates 10 feet wide or less. Drop bar type with keeper for double gates and single gates over 10 feet wide complete with flush plate set in concrete. Drop bar length shall be 2/3 the height of the gate. Padlock eye shall be an integral part of latch construction. C. Hinges, Type "B" and "C" Gates: Style M 61, Heavy Industrial Offset Ball and Socket Hinge by Anchor Die Cast, Inc., P.O. Box 1197, Harrison, AK 72601, (501) 741-6193. D. Locks: 1. Type "A", "B" and "D" Gates: As specified in Section 11190. 2. Type "C" Gate: Drop bar type complete with flush plate set in concrete. For double gates provide full height drop bar and keeper. Padlock eye shall be an integral part of latch construction. E. Holdbacks for Vehicle Gates: Type which automatically engages the gate leaf and holds it in open position until manually released. ACCESSORIES A. Chain link fence accessories: [ASTM F 626] Provide items required to complete fence system. Galvanize each ferrous metal item and finish to match framing. B. Rails and Post Braces: 1. Pipe: 1.660 inches OD, 2.27 pounds per linear foot (Schedule 40). 2. Class B Steel Tubing: 1.660 inches OD, 1.84 pounds per linear foot. 3. Roll formed C-Section: 1.625 inches by 1.25 inches by 0.0747 inch thick with minimum bending strength of 192 pounds on a 10 foot span. C. Post caps: Formed steel, cast malleable iron, or aluminum alloy weather tight closure cap for tubular posts. Provide one cap for each post. Cap to have provision for barbed wire when necessary. "C" shaped line post without top rail or barbed wire supporting arms do not require post caps. (Where top rail is used, provide tops to permit passage of top rail.) D. Top rail and brace rail ends: Pressed steel per ASTM F626, for connection of rail and brace to terminal posts. E. Top rail sleeves: 7" (178 mm) expansion sleeve with spring, allowing for expansion and contraction of top rail. F. Wire ties: 9 gauge [0.148" (3.76 mm)] galvanized steel wire for attachment of fabric to line posts. Double wrap 13 gauge [0.092" (2.324 mm)] for rails and braces. Hog ring ties of 12- 1/2 gauge [0.0985" (2.502 mm)] for attachment of fabric to tension wire. DIVISION 2— Page 15 of 21 • DIVISION 2 -SITE WORK G. Stretcher Bars: One piece equal to full height of fabric, minimum cross-section 3/16 inch by 3/4 inch. H. Brace and tension (stretcher bar) bands: Pressed steel. At square post provide tension bar clips. I. Tension (stretcher) bars: One piece lengths equal to 2 inches (50 mm) less than full height of fabric with a minimum cross-section of 3/16" x 3/4" (4.76 mm x 19 mm) or equivalent fiber glass rod. Provide tension (stretcher) bars where chain link fabric meets terminal posts. J. Tension wire: Galvanized coated steel wire, 7 gauge, [ 0.177"(4.5 rnm)] diameter wire with tensile strength of 75,000 psi (517 MPa). K. Truss Rods: 3/8 inch diameter. L. Nuts and bolts are ASTM A 307, Grade A. SETTING MATERIALS Concrete: Minimum 28 day compressive strength of 3,000 psi (20 MPa). EXAMINATION A. Verify areas to receive fencing are completed to final grades and elevations. B. Ensure property lines and legal boundaries of work are clearly established. CHAIN LINK FENCE FRAMING INSTALLATION A. Install chain link fence in accordance with ASTM F 567 and manufacturer's instructions. B. Locate terminal post at each fence termination and change in horizontal or vertical direction of 30' or more. C. Space line posts uniformly at 10' on center or as indicated on the plans. D. Concrete set terminal and gate posts: Drill holes in firm, undisturbed or compacted soil. Holes shall have diameter 4 times greater than outside dimension of post, and depths approximately 6"deeper than post bottom. Excavate deeper as required for adequate support in soft and loose soils, and for posts with heavy lateral loads. Set post bottom 36 below surface when in firm, undisturbed soil. Place concrete around posts in a continuous pour. Trowel finish around post. Slope to direct water away from posts. E. Check each post for vertical and top alignment, and maintain in position during placement and finishing operations. F. Bracing: Install horizontal pipe brace at mid-height for fences 6' and over, on each side of terminal posts. Firmly attach with fittings. Install diagonal truss rods at these points. Adjust truss rod, ensuring posts remain plumb. G. Tension wire: Provide tension wire at bottom of fabric if indicated on the plans (and at top, if top rail is not specified). Install tension wire before stretching fabric and attach to each post with ties. Secure tension wire to fabric with 12-1/2 gauge [0.0985" (2.502 mm)] hog rings 24" oc. H. Top rail: Install lengths, 21'. Connect joints with sleeves for rigid connections for expansion/contraction. 1. Center Rails (for fabric height 12' (and over). Install mid rails between posts with fitting and accessories. DIVISION 2—Page 16 of 21 • DIVISION 2 -SITE WORK J. Bottom Rails: Install bottom rails between posts with fittings and accessories. GATE INSTALLATION A. Install gates plumb, level, and secure for frill opening without interference. B. Attach hardware by means which will prevent unauthorized removal. C. Adjust hardware for smooth operation. D. Touch up hardware CHAIN LINK FABRIC INSTALLATION A. Fabric: Install fabric on side as directed by the Engineer and attach so that fabric remains in tension after pulling force is released.Leave approximately 2"between finish grade and bottom selvage. Attach fabric with wire ties to line posts at 15" on center and to rails, braces, and tension wire at 24" on center. B. Tension (stretcher) bars: Pull fabric taut; thread tension bar through fabric and attach to terminal posts with bands or clips spaced maximum of 15" (381 mm) on center. ACCESSORIES A. Tie wires: Bend ends of wire to minimize hazard to persons and clothing. B. Fasteners: Install nuts on side of fence opposite fabric side for added security. END OF SECTION 02820—CHAIN LINK FENCE AND GATES DIVISION 2—Page 17 of 21 a DIVISION 2-SITE WORK 16 SECTION 02911 —TOPSOIL DESCRIPTION A. The Contractor shall furnish all labor, materials, equipment and incidentals necessary for hauling, stockpiling, testing, placing, grading, and compacting of topsoil in accordance with the Specifications, Engineer and as indicated on the Contract Drawings. B. The Contractor may stockpile and use existing onsite topsoil and if needed use topsoil from offsite sources. SUBMITTALS Prior to hydroseeding, the Contractor shall submit to the Engineer the following for topsoil from both onsite and offsite sources: 1. Test results and recommendations for modifying soil by an approved agricultural laboratory. 2. Test results including percentage of nitrogen, phosphorus, potash, soluble salt content, organic matter content, pH value and gradation. MATERIALS A. Topsoil shall be the surface layer of soil with no admixture of refuse or material toxic to plant growth and shall be free from subsoil, stumps, roots, brush, stones, clay, lumps or similar objects larger than 1" in greatest diameter. The organic content shall not be less than 5% or more than 20%as determined by loss on ignition of moisture free samples dried at 100 degrees. B. The pH of the topsoil shall be between 5.5 and 7.6. C. All topsoil shall meet the following mechanical analysis: Percent Passing 1" Screen 100 '/4 Screen 65-90 No. 100 mesh 20-80 No. 200 mesh 20-80 D. No more than 60% of the material passing the No. 100 mesh sieve shall consist of clay, as determined by the Bouyocous Hydrometer or by the decantation method. E. All percentages shall be based on dry weight of samples. CONSTRUCTION DETAILS DIVISION 2— Page 18 of 21 a DIVISION 2 -SITE WORK d A. No topsoil shall be spread until the subgrade elevations and the topsoil have been verified by the Contractors surveyor and approved by the Engineer. B. The Contractor shall supply all required equipment and personnel necessary to scarify, rake and fine grade topsoil. Raking shall be performed at a minimum to the top 2 inches of soil. C. The Contractor shall rake and fine grade all areas within the contract limit lines. All equipment tracks, depressions, etc., shall be graded smooth. D. The Contractor shall amend soil as required to the recornmendation of an agricultural laboratory. E. The Contractor shall supply required erosion control to protect the contract area. Any erosion, which may occur during construction, shall be repaired by the Contractor at no additional expense to the Town. END OF SECTION 02911 —TOPSOIL 1 DIVISION 2—Page 19 of 21 DIVISION 2 -SITE WORK SECTION 02920—HYDROSEED DESCRIPTION The Contractor shall furnish all labor, materials, equipment and incidentals necessary to apply hydroseeding, arnend the soil and establish an acceptable stand of grass as specified, shown on the Contract Drawings and as approved by the Engineer. SUBMITTALS The Contractor shall submit to the Engineer all items described in subsequent sections as outlined by the following schedule: A. Prior to hydroseeding material delivery to the project site: 1. Certified seed mixture. , 2. Certified soil amendments, i.e. fertilizer, lime, peat moss, etc. as required per Agricultural Laboratory recommendations. The Contractor shall submit the report to the Engineer. 3. Certified wood fiber mulch. B. Upon completion of hydroseeding: 1. Maintenance instructions for Owners maintenance after final acceptance. 2. Statement of warranty (1 year maintenance) MATERIALS A. The seed mixture should be as follows and applied at a rate of 150 pounds per Acre: 35% Care Free Tall Fescue 35% Cavalcade Tall Fescue 15% Affinity Perennial Ryegrass 15% PS 8990 Perennial Ryegrass B. All fertilizer and lime shall be of commercial grade. C. A 100%wood fiber mulch binder should be incorporated into the seed mixture at a rate of eight (8) pounds mulch per one (1) pound of seed. D. The 100%wood cellulose fiber mulch binder should meet the following requirements: Organic Matter 98%t2% Ash Content 1.4% pH 6± 2 Water Holding Capacity 90% minimum DIVISION 2—Page 20 of 21 DIVISION 2 -SITE WORK CONSTRUCTION DETAILS A. Any existing vegetation determined by the Engineer to be unsuitable shall be removed by the Contractor prior to installing jute or erosion control mat. B. Seeding shall be done between April 15"' to June 15"' or SeptemberI` to November 151h. C. Soil amendments shall be granular type incorporated into the top three inches of soil. Tile Contractor may utilize liquid type with manufacturer's certification and Engineer's approval. D. The manufacturer's representative and/or installation guidelines should be consulted for more specific installation guidelines. E. Seeding: Every effort shall be taken to obtain a uniform distribution over the seeded area. The hydroseeder shall have continuous agitation action that keeps the seed mixed in the water slurry until pumped form the tank and the pump pressure shall be maintained such that a continuous pump pressure shall be maintained such that a continuous non-fluctuating stream is maintained. If distribution of hydroseeding is not uniform, the affected area shall be re-seeded at the Contractor's expense. The seed-fertilizer mixture shall be used within 4 hours of adding the seed to the tank. Seed that is allowed to remain mixed with the fertilizer for longer than 4 hours will not be accepted for ruse and no compensation will be made for seed so rejected. F. Maintenance of Grass: The Contractor shall maintain the seeded area without additional payment until a uniform stand of grass approximately two and one-half(2-1/2)inches high has been obtained.Any areas that have been damaged or fail to show a uniform stand of grass shall be re-fertilized and re-seeded with the original mixture at the Contractor's expense until all the designated areas are covered with grass. The Contractor shall properly water, protect if necessary, the areas until a satisfactory stand is obtained. G. When any portion of the surface becomes gullied or otherwise damaged, or when treatment is destroyed, the affected portion shall be repaired to re-establish condition and grade of soil and treatment prior to injury as directed at no additional cost to the Owner. Repair work required because of faulty operations (delays) or negligence on the part of the Contractor shall be performed without additional cost to the Owner. The Contractor shall make any repairs as directed by the Engineer before final acceptance. END OF SECTION 02920—HYDROSEED DIVISION 2 —Page21 of21 r DIVISION 3 - CONCRETE GENERAL The work under this Division shall be subject to the requirements of the CONDITIONS OF CONTRACT, GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS, DRAWINGS, SCHEDULES, ADDENDA, and other Contract documents. Refer to the Drawings and Specifications of other trades and contractors for items which might affect the work under this Division. TABLE OF CONTENTS-DIVISION NO.3 -CONCRETE Included in this Division are the following sections: 03200 Concrete Reinforcement 03300 Cast-In-Place Concrete DIVISION 3 —Page 1 of 5 y DIVISION 3 - CONCRETE SECTION 03200 -CONCRETE REINFORCEMENT SCOPE The work under this heading shall consist of furnishing all labor, materials, equipment and appliances necessary or required to perform and complete all concrete reinforcing. SHOP DRAWINGS A. Complete and accurate shop drawings shall be submitted to the.Town's Representative for review before any work is executed. Drawings shall show framing plans, details, bending diagrams, sizes and spacing of members, relationship to contiguous work, scale elevations of all reinforced concrete walls,and all other pertinent information. Details shall be carried out in accordance with the A.C.I. rules. B. Contractor shall submit one black and white print and one reproducible with each submission. Cost of all prints required from the reproducible, including prints required by the Town's Representative, shall be borne by this Contractor. MATERIALS 1 A. Deformed reinforced steel shall conform to SPECIFICATIONS FOR NEW BILLET-STEEL BARS FOR CONCRETE REINFORCEMENT, ASTM A-615, GRADE 60. B. Deformations on deformed bars shall conform to SPECIFICATIONS FOR DEFORMATIONS OF DEFORMED STEEL BARS FOR CONCRETE REINFORCEMENT,ASTM A-305. C. Welded wire fabric shall comply with ASTM A-185. D. All steel rebar to be epoxy coated. PLACING OF REINFORCEMENT A. Metal supports, ties and spacers for reinforcement shall be rustproof of proper size, and strength to ensure against displacement during pouring operations. For structural slabs placed on ground, provide legs of slab bolsters and continuous high chairs with continuous plates. B. All reinforcement shall be bent cold. Minimum radius of bend shall be four diameters for bars 5/8 inch round or less, and six diameters for larger bars. C. At intersections, rods shall be securely wired together. D. Contractor shall exercise extreme care to prevent discoloration of exposed concrete surfaces by reinforcement. E. All reinforcement shall be inspected in the forms before concreting starts by the Town's Representative. Contractor shall notify the Town's Representative at least 24 hours prior to any pour. END OF SECTION 03200 CONCRETE REINFORCEMENT DIVISION 3 —Page 2 of 5 y DIVISION 3 - CONCRETE I� SECTION 03300 - CAST-IN-PLACE CONCRETE REFERENCES Except as shown or specified otherwise, the Work of this Section shall conform to the requirements of Specifications for Structural Concrete for Buildings ACI 301-89 of the American Concrete Institute. QUALITY ASSURANCE Concrete batching plant shall be currently approved as a concrete supplier by the New York State Department of Transportation. PROPORTIONING (Amendments to ACI 301, Chapter 3): A. Compressive Strength: Minimum 3,000 psi for concrete sidewalks, fence footings & concrete mow strip. B. Weight: Normal weight as indicated, Lightweight Concrete (for floor fills): Air-dry unit weight between 95 and 115 lb/cu ft. C. Durability: 1. Concrete shall be air-entrained. Design air content shall be 6 percent by volume, with an allowable tolerance of plus or minus 1.5 percent for total air content. Entrained air shall be provided by use of an approved air-entraining admixture.Air-entrained cement shall not be used. D. Slump: 3,000 psi Normal Weight Concrete: Between I inches and 3 inches. E. Admixtures: Do not use admixtures in concrete unless specified or approved in writing by the Town's Representative. F. Selection of Proportions: Concrete proportions shall be established on the basis of previous field experience or laboratory trial batches, unless otherwise approved in writing by the Town's Representative. Proportion mix with a minimum cement content of 564 pounds per cubic yard for 3000 psi concrete and 611 pounds per cubic yard for 4000 psi concrete. REINFORCEMENT (Amendments to ACI 301, Chapter 5): A. Bar Reinforcement: ASTM A 615, Grade 60,deformed steel bars.Bars to be epoxy coated. B. Fabric Reinforcement: ASTM A 185, welded wire fabric, fabricated into flat sheets unless otherwise indicated. C. Bar Supports: Galvanized steel or AISI Type 430 stainless steel, and without plastic tips. DIVISION 3 —Page 3 of 5 { DIVISION 3 - CONCRETE D. Tie Wire: Black annealed wire, 16-1/2 gage or heavier. PRODUCTION (Amendments to ACI 301, Chapter 7) A. Provide ready-mixed concrete, either central-mixed or truck-mixed. EXAMINATION AND PREPARATION A. Do not use items of aluminum for mixing, chuting, conveying, forming or finishing concrete, except magnesium alloy tools may be used for finishing. B. Keep excavations free of water. Do not deposit concrete in water. C. Hardened concrete, reinforcement, forms, and earth which will be in contact with fresh concrete shall be free from frost at the time of concrete placement. D. Prior to placement of concrete, remove all hardened concrete spillage and foreign materials from the space to be occupied by the concrete. FORMWORK(Amendments to ACI 301, Chapter 4) A. Chamfer all exposed external corners of concrete. PLACING REINFORCEMENT (Amendments to ACI 301, Chapter 5) A. At the time concrete is placed, reinforcement shall be free of mud,oil, loose rust, loose mill scale, and other materials or coatings that may adversely affect or reduce the bond. PLACING CONCRETE (Amendments to ACI 301, Chapter 8) A. Operation of truck mixers and agitators and discharge limitations shall conform to the requirements of ASTM C 94. B. Do not allow concrete to free fall more than 4 feet. FINISHING FORMED SURFACES (Amendments to ACI 301, Chapter 10) A. Finish Schedule: Except where indicated otherwise on the Drawings, provide the finishes below: 1. Rough Form Finish for concrete surfaces not exposed to view. 2. Smooth Form Finish for concrete surfaces exposed to view. 3. Smooth Rubbed Finish for exterior concrete surfaces exposed to view. 4. Grout Cleaned Finish for interior concrete surfaces exposed to view. DIVISION 3 — Page 4 of 5 ' /• DIVISION 3 - CONCRETE CURING AND PROTECTION (Amendments to ACI 301, Chapter 12) A. Maintain concrete surfaces in a moist condition for at least 7 days after placing, except where otherwise indicated. For surfaces of exterior slabs(on grade), apply chemical curing and anti-spalling compound in accordance with the recommendations of the manufacturer. FIELD QUALITY CONTROL (Amendments to ACI 301, Chapter 16) A. The Contractor shall make a minimum of(2) two test cylinders per truck load of concrete delivered to the site for testing by a testing lab. One sample shall be taken at the start of the pour and the second at the end of the pour. B. The Contractor shall be responsible for furnishing the Town's Representative with the test results of each concrete test cylinder tested at 7 and 28 days for each truck load. LABORATORY TESTS The Contractor shall be responsible for arranging and coordinating of all testing. All laboratory costs in establishing the design mix and testing of cylinders shall be borne by the Contractor. END OF SECTION 03300 - CAST-IN-PLACE CONCRETE DIVISION 3 — Page 5 of 5 °nuF`�r RESOLUTION 2024-345 ADOPTED. . DOC ID: 20155 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-345 WAS ADOPTED AT THE SPECIAL MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 16,2024: RESOLVED that the'Town Board of the Town of Southold hereby engages the services of LKMA to create an RFP to construct pickle ball courts at Schoolhouse Park at a cost of$5,350. Funds to be drawn from account H.7110.2.500.700 Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Greg Doroski, Councilman SECONDER:Jill Doherty, Councilwoman AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty, Evans