Loading...
HomeMy WebLinkAboutAsbestos Remediation - Annex Basement w. . t;outhold.Town Board -.Letter Board Meeting of.January 7, 2025 RESOLUTION 2025-66 Item# 5.20 ADOPTED DOC ID: 20997 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2025-66 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JANUARY 7,2025: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation; and be it further RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Albert J. Krupski, Jr. to execute an Agreement between the Town of Southold and Property Solutions Contracting Corp. in the total amount of$94,750.00, subject to the approval of the Town Attorney. Denis Nonearrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Jill Doherty, Councilwoman SECONDER:Brian O. Mealy, Councilman, AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty, Evans Generated January 8, 2025 Page 39 DENIS NONCARR.OW � Town Hall,53095 Main Road TOWN CLERK :°'1 ` rz. ® � � e P.O.Box 1179 '} Southold New York 11971 REGISTRAR OF VITAL STATISTICS `" � ® � n � 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 January 8, 2025 Property Solutions Contracting Corp. Attn: Richard Terry P.O. Box 1101 Miller Place, NY 11764 Dear Richard Terry: Congratulations. At the regular Town Board meeting held on January 7, 2025 the Town Board accepted the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Jennifer M. Mudd Deputy Town Clerk Ens. ®®Qopf DENIS NONCARROW �� ®� Town Hall, 53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 8, 2025 192 Branch Interior Services Attn: Luke Saunders 2099 91h Avenue Ronkonkoma,NY 11779 Dear Mr. Saunders, At the regular Town Board meeting held on January 7, 2025 the Town Board accepted the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, )^A--x-- /U . Jennifer M. Mudd Deputy Town Clerk Encl. DENIS NONCARROW �� ®�� Town Hall,53095 Main Road P.O.Box 1179 TOWN CLERK Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER Telephone Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 8, 2025 Boylel8, Inc. Attn: David Boyle 240 Hedges Avenue East Patchogue,NY 11772 Dear Mr. Boyle, At the regular Town Board meeting held on January 7, 2025 the Town Board accepted the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Jennifer M. Mudd Deputy Town Clerk Encl. DENIS NONCARROW �� �� Town Hall,53095 Main Road P.O.Box 1179 TOWN CLERK Southold,New York 11971 REGISTRAR OF VITAL STATISTICS �p ® Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®� 3 www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 8, 2025 Defash Global Resources Inc. Attn: Tosin Adeyemi 3056 Bruner Avenue Bronx,NY 10469 Dear Mr. Adeyemi, At the regular Town Board meeting held on January 7, 2025 the Town Board accepted the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, /if . Jennifer M. Mudd Deputy Town Clerk Encl. DENIS NONCARROW Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 8, 2025 ENP Environmental, Inc. Attn: Eugenia Pantony 3280 Sunrise Highway, Suite#72 Wantagh,NY 11793 Dear Ms. Pantony, At the regular Town Board meeting held on January 7, 2025 the Town Board accepted the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Jennifer M. Mudd Deputy Town Clerk Encl. DENIS NONCARROW �� Town Hall,53095 Main Road ® P.O.Box 1179 TOWN CLERK Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER �°� ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 8, 2025 Pentateuch Contracting Inc. Attn: Tosin Adeyemi 2731 Seymour Avenue Bronx,NY 10469 Dear Mr. Adeyemi, At the regular Town Board meeting held on January 7, 2025 the Town Board accepted the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Jennifer M. Mudd Deputy Town Clerk Encl. vaf DENIS NONCARROW ®�� Town Hall, 53095 Main Road TOWN CLERK ® P.O.Box 1179 W " Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER °��® ���' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 8, 2025 WPS Contracting Group, LLC Attn: Erick W. Barreiro 25 Melville Park Road, Suite 142 Melville,NY 11747 Dear Mr. Barreiro, At the regular Town Board meeting held on January 7, 2025 the Town Board accepted the bid of Property Solutions Contracting Corp. in the amount of$94,750.00 for the Town Hall Annex Asbestos Remediation. A certified copy of the resolution is enclosed. Thank you for your bid. Very truly yours, Jennifer M. Mudd Deputy Town Clerk Encl. DENIS NONCARROW Town Hall, 53095 Main Road TOWN CLERK2zP.O. Box 1179 REGISTRAR OF VITAL STATISTICS ', Southold,New York 11971 MARRIAGE OFFICER '�� ' Fax (631) 765-6145 RECORDS MANAGEMENT OFFICER Telephone (631) 765-1800 FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2024 Asbestos Remediation—Annex Basement Bid Opening 1/2/2025 @ 2:00 PM Seven (7)bids received Name Total Alt#1 Alt#2 192 Branch Interior Services 196,000 28,000 3,000 2099 9`h Avenue Ronkonkoma,NY 11779 Luke Saunders 631-467-6600 Boyle18, Inc 217,800 18,500 1,500 240 Hedges Avenue East Patchogue,NY 11772 David Boyle 631/424-0007 Defash Global Resources Inc 210,000 16,250 7,800 3056 Bruner Avenue Bronx,NY 10469 Tosin Adeyemi 347-607-1422 ENP Environmental, Inc 112,850 4,800 2,500 3280 Sunrise Highway, Suite# 72 Wantagh,NY 11793 Eugenia Pantony 516/835-9918 Pentateuch Contracting Inc 190,500 15,437 7,410 2731 Seyour Avenue Bronx,NY 10469 Tosin Adeyemi 347/346-4834 Property Solutions Contracting Corp. 84,694 9,750 306 PO Box 1101 Miller Place,NY 11764 Richard Terry 631n64-6383 WPS Contracting Group, LLC 87,123 15,430 3,000 25 Melville Park Road, Suite 142 Melville,NY 11747 Erick W. Barreiro 516-544-9707 VENDOR NAME: In tS12l&e14 �T✓I d rib✓ SG r�i�S VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. ✓ PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID OR SOCIAL SECURITY#: DATE OF ORGANIZATION: A?7S_ IF APPLICABLE: DATE FILED: STATE FILED: /VY If a non-publicly owned Corporation: CORPORATION NAME: 1?Z, /,7!?1tiGh �/1 ✓� ���''��`"� LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) ,�r�•to•✓ G��. lDD LIST OFFICERS AND DIRECTORS: NAME TITLE i ■S m ■O ! !■■■■■■■■■■■m■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■■ If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: / VENDOR NAME: f�Z �ffM&/h �fi7 l-e ADDRESS: 40r744 goner 1/77q CONTACT: 5;J U '°V-:�- TELEPHONE: 6.71-?/674600 FAX: �,?1- y d7�66�� E-MAIL: SctHotWc-rs �c11 f�rv/`GeT in c,60' ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 � 7 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL=IFY AUTHORIZED SIGNATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. T person signing this bid, under the penalties of perjury, affirms the truth thereof. —7 ��g�DQps�l��l4�v� SWORN TO BEFORE ME THIS I Signature&Company Position l Zo A�_ �✓f t 5aW 4. //Q 6 �,0°�Y Ivwf �eCCM ( DAY OF 20 Type Name&Company Position /?Z &VA Ak- Company Name NOTARY B CalLM J.NE to Notary PubHo,Stato of Now York No.01 NE-628W6 Date Signed Qualified in Suffolk County 1l-Z ?S-zo 6-7 Commisoion Expires June 17,20 Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAME: VENDOR ADDRESS: 4, XA/ 7 TELEPHONE NUMBER: PI-C 6 W O FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 9 TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT 4- Itemized Proposal for: Asbestos Remediation of the Southold Town Hall Annex Basement 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 Asbestos.removal from Spaces 1008-1019^and-11021-1023 1 1 LS J- / �' �/ l���OGt� 00 9b,Od(� 00 forat� li�w(f�.�' /l/X%---f7 >/k /�+wlc+� /LS Dollars Cents (Add All Items) TOTAL for Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. Add_Alternate 1.-Asbestos removal from Space 1001 ALT1 1 LS /' - [ �Q for //vL�/7 T7 /%fj7L �-O f�C /SF ollars Cents Add Alter-ate 2_Asbestos remo_v_al�from Space 1026�`_�.-.__ 00 � p00 ALT2 1 LS for GLS�Y � /SF Dollars Cents Page 8 of 9 AUTHORIZED SIGNATURE PRINT NAME TITLE a DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ss.: On the Z'I day of r- in the year 20?Kbefore me, the undersigned, personally appeared, Lw Kc �w�. , 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 PU CVGIA Notary Public,State of Mew Yodc No.01 NE-6284466 Quai&W in Suffolk County,_. Commission Expires June 17,2® Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: GHQ Sw��✓s A Corporation A Partnership or Entity FIRM NAME:f9Z �ito�i diai'�+�� i�� An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? �f 9 2. You normally perform what percent of the work with your own forces? JN0 List trades that you organization normally performs belo;�e*4;�,s„�e2 3. Have you ever failed to complete any work awarded to you?/%-a . If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. A--o QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. It-,t7 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name .Telephone# Telephone# Amount Completion % of Work QS-2 r. a= 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Capacity // 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? PIS 10. Bank References: '�, 11. Trade Association Membership: lkjllart 60c-.eZ 79 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? tia QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF �� ) COUNTY OF being duly sworn deposes and says that he is the cf D / /, of�h,,�/� r�, z-- contractor and that answers to the fore oing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of pPC M5'LM Notary Public \ Commission xpiration Dates � e�7�LpZ GILMAJ.NECLIA Notary PubliW,State of New York No.61 NEE234486 Qualiiiv!in Suffolk County Commission Expires June 17,20-tZ °Z QS-4 VENDOR NAME: Boylel 8,Inc. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. x PARTNERSHIP —INDIVIDUAL FEDERAL EMPLOYEE ID 81-3292006 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 07-06-2016 IF APPLICABLE: DATE FILED: STATE FILED: NEW YORK If a non-publicly owned Corporation: CORPORATION NAME: BOYLE18,INC. LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) David Boyle 100% LIST OFFICERS AND DIRECTORS: NAME TITLE David Boyle President If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 • 5 t ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME:. Boyle18,Inc. ADDRESS: _ 240 Hedges Avenue East Patchogue, NY 11772 CONTACT: David Boyle TELEPHONE: (631)424-0007 FAX: N/A E-MAIL: Boyleservices240@gmail.com ONLY if different- MAIL PURCHASE ORDER-TO: ADDRESS: TELEPHONE: FAX- CONTACT: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: I I i Proposal Package 4 of 9 1 VENDOR NAME: Boyle18,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. ASSUMED NAME: f i If the bidder is.an individual, the bid must be signed by that individual; if the bidder is a I corporation, by an officer of.the corporation, or other person authorized by resolution of the board of directors, and in'such case a copy of the-resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is.not forbidden that individuals working for the Town of Southold or other. : municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as.specified if awarded the bid ❑X Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SMALL DISQUALIFY BIDDER. - AU4rOR1' :wD SIC01RATCJR Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that Fam the person responsible within my firm for the final decision as.to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her.behalf and on behalf of my firm. I further attest that: , 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the, purpose of restricting competition with any .other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been-disclosed to any other firm or person who is a bidder or potential bidder on this project, and will:not be so disclosed prior to bid .opening. 3. No attempt has been made or will' be made to solicit, cause or induce any firm or person to refrain from bidding on this project;,or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my,firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit.a complementary.bid. 5. My firm has not offered or entered into.a subcontract or agreement regarding.the purchase.of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to.any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to. submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my tirm's submitting a.complementary bid, or agreeing to do so,on this project. 7. .1 have made a diligent-inquiry,of all 'members; officers, employees,,and agents of my firm with responsibilities relating to the_preparation, approval or submission of my firm's bid on this project and have been advised by .each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion,act or other conduct inconsistent with any of the statements-and-representations made in this affidavit. The pers� , 'signing this bid, under the penalties of perjury, affirms the truth thereof President SWORN TO BEFORE Ntt?"rhos Signs ure Company Position David Boyle President l,�C�m�e<�AY OP 20;2 / Type Name&Company Position Boyle18, Inc. Company Name NOTAR . JBLIC FRANCINE SOLOMENO 2024 _ NOTARY PUBLIC-STATE OF NEW YORK Datee Signed No. 01 S06334105 81-3292005 Qualified in Suffolk County Federal LDS.Number My Commission Expires 12-07-20 2 7 Proposal Package of THE`-PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAME: Boyle18, Inc. VENDOR ADDRESS: . 240 Hedges Avenue East Patchogue, NY 11772 TELEPHONE NUMBER: (631)424-0007 FAX: N/A 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 NIA below): Addendum No, Dated 001 12/23/2024 Proposal Package 7 of 9 TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized Proposal for: Asbestos Remediation of the Southold Town Hail Annex Basement 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 Asbestos rbMwal.from,Spaces 1008-1019.andL1021.1023 1 1 LS Two Hundred Seventeen Thouasnd Eight Hundred Dollars for And Zero Cents /LS 217,800. .00 Dollars Cents (Add All Items) TOTAL_ for Two Hundred Seventeen Thousand Eight Hundred Dollars and Zero Cents 217,800.00 Oo91�rs Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. Add'Alteriia .1:,As1e"stos removal from Space"1001 _a_. ALT1 1 LS foEighteen Thousand Five Hundred Dollars and Zero Cent 18,500. .00 Dollars Cents Add Alter t_e 2-Asbestos removal from Space-1026`_, - ALT2 1 Ls One Thousand Five Hundred Dollars and Zero Cents 1,500. .00 for ISF Dollars Cents Page 8 of 9 AUTHORIZED SIGNATURE VIAX PRINT NAME David Boyle TITLE President DATE 12/26/2024 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OFJLG42C On the�l�day of � in the year 20 Lkefore me,'the undersigned, personally appeared, U , personally known to me or,proved to me on the basis of satisfactory evidence .t b'e,,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 FRANCINE SOLOMENO NOTARY PUBLIC-STATE OF NEW YORK No, 01 S06334105 Qualified in Suffolk County My Commission Expires 12-07-2027 Proposal Package:9 Of 9 Boyle 18 Inc. Balance Sheet As of June 30,2023 Jun 30,23 ASSETS Current Assets Checking/Savings Checking-3422 67,311.13 Total Checking/Savings 67,311.13 Accounts Receivable Accounts Receivable 732,669.83 Total Accounts Receivable 732,669.83 Total Current Assets 799,980.96 Fixed Assets Buildings 45,240.00 Bldg.Improvements 152,250.00 Equipment 296,191.77 Trucks&Autos 567,587.81 Furniture&Fixtures 78,304.00 A/D-Buildings -17,615.00 A/D-Bldg.Imp. -30,342.00 A/D-equipment -245,386.00 A/D-trucks&autos -460,671.00 A/D-F&F -72,735.00 Total Fixed Assets 312,824.58 Other Assets Due from Boyle Corp. 27,452.62 Total Other Assets 27,452.62 TOTAL ASSETS 1,140,258.16 LIABILITIES&EQUITY Liabilities Current Liabilities Other Current Liabilities Accounts Payable 79,827.00 Accrued Payroll 31,065.00 S/H loan 347,687.28 S/H loan-First Citizens line 107,371.50 Boyle Corp.Line#1507 44,818.05 Total Other Current Liabilities 610,768.83 Total Current Liabilities 610,768.83 Long Term.Liabilities Loan Pay-Mercedes(940.23) 26,881.79 EIDL loan payable 146,169.00 Loan Payable-BofA (Land Rover) 34,594.84 Total Long Term Liabilities 207,646.63 Total Liabilities 818,414.46 Equity Common Stock 500.00 Drawing -9,708.87 Retained Earnings -84,693.16 Net Income 415,745.73 Total Equity 321,843.70 TOTAL LIABILITIES&EQUITY 1,140,258.16 Page 1 Boyle 18 Inc. Profit & Loss January through June 2023 Jan-Jun 23 Ordinary Income/Expense Income Sales 1,178,165.15 Total Income 1,178,165.15 Cost of Goods Sold Purchases 167,309.63 Depreciation 34,679.00 Dump Fees" 11,106.20 Equipment rental 622.24 Subcontracting 160,456.63 Truck Expense 11,753.94 Total COGS 385,927.64 Gross Profit 792,237.51 Expense Salaries 175,976.20 Payroll Tax-FICA 10,857.19 Payroll Tax-FUTA 328.73 Payroll Tax-SUI 6,678.69 Bookkeeping 16,800.00 Depreciation-G&A 13,302,00 Dues&Subsciptions 2,924.00 Insurance 65,999.06 Interest 13,213.14 Licenses&Permits 4,011.81 Miscellanous 2,522.99 Office Expense 1,085.60 Payroll Processing Fees 1,844.57 Postage 1,258.42 Professional Fees 17,189.11 Rental Expense 26,506.00 Repairs&Maintenance 686.96 Utilities 13,906.63 NYS Corp Tax 1,400.68 Total Expense 376,491.78 Net Ordinary Income 415,745.73 Net Income 415,745.73 Page 1 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: David 6 A Corporation A Partnership or Entity FIRM NAME: p���./� �l1 G. An Individual PRINCIPAL OFFICE: Ave, 6 A kc%ogve, AIV //7 7 a- PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 4 v,z i3�yl� fe - �7a 1. How many years has your organization been in business under its present business name? �yfa�s 2. You normally perform what percent of the work with your own forces? /00 % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you?,�J If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details.N p QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. //0 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion �N�Cr►�ca Car.Sd Corp M-0* 'f, 1 9,za2S au(1,kah I 7. List five major projects you organization has completed in the past five years: Name of- Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work 'P�e51de, Tuns 6r►-)-b-1e- v��• �Une�o�v �c�O v JK10Lo 16 6P:0703— 36> v//5' n M► f'' 9�0(7 /Y� apt i / /D yZl!?� t�7 L j'yirl�,e Al.T q. OG � �b �67 CPi f► Poor 7 J0J-d- l 7D3 N �'hrk�v,� s� #� ► 9c�y� 11 �07770 �envv � - 90 �' l h�.!�►��S r�ss0� �Ich�rd ..Sc�i�����' �ga6�v .a6 Cove11 /0 � QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci DG'VI a ljvyle D���, 'nCO-A 6t � &,3v Q1l e �s, eee� C.II T me 5 0� C�ar,/rttn� Yv /�►�l��l D;MQr�� Xp".fvv Ovel"5yrs �.���`' �111"►�'►�e. fn�QnRs'P�4 n y ee-S SQGG Y ep-nan�ey �vpP�v►Svr 10 ye4,�s Cr1r)Py e� 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? vie S 10. Bank References: Dire e. Ilan 10311�f b►ana U-7-7) 11. Trade Association Membership: /Vl14 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? hl a QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF Nei yo'-,k, ) COUNTY OF Svc)y ) bQ I dl Q e, being duly sworn deposes and says that he is the J'% En fi of / L contractor and that answers to the foregoing questions and alI sta ements therein contained are true and correct. f(Signat re rson who signed bid) �O1T. Sworn to before me this day of , Notary Public Commission Expiration Date: QS-4 i c CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five by and between the Town of Southold, party of the first part (hereinafter called the Owner), and ply of the second part(hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Asbestos Remediation of the Southold Town Hall Annex Basement. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders,Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing.this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH:Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE A-2 FOURTH: The Contractor agrees-to indemnify and save the Town, its officer's, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees; arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH:Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and' Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid Written in Words Dollars Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE A-2 ' L ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 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. Q Notarized Affidavit of Non-Collusion as required by NYS Law. 0 A Bid Deposit in the amount of Five Percent.of Bid Price as required in the Invitation to Bid. D As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. 0 Assumed Name Certification. xQ Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. , Proposal Package 2 of VENDOR NAME: DEFASH GLOBAL RESOURCES INC. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 46-3190517 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 12th APRIL, 2017 IF APPLICABLE: DATE FILED: 04/12/2024 STATE FILED: NEW YORK If a non-publicly owned Corporation: CORPORATION NAME: DEFASH GLOBAL RESOURCES INC. LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) MORENIKE ADEYEMI 51%SHAREHOLDER. TOSIN ADEYEMI 49% SHAREHOLDER LIST OFFICERS AND DIRECTORS: NAME TITLE MORENIKE ADEYEMI PRESIDENT TOSIN ADEYEMI VICE PRESIDENT ■rrrarr�rrr�rrrrr"�r�rrrrrrrrrrrrrrrr.rrrrrrrrrr�rrrrrrrrrrrr��rrrrrrrrrrr�rrrrrrrri If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal,Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: DEFASH GLOBAL RESOURCES INC. ADDRESS: 3056 BRUNER AVENUE, BRONX, NY 10469 CONTACT: TOSIN ADEYEMI TELEPHONE: 347-607-1422 FAX: E-MAIL: DEFASH2@AOL.COM ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: DEFASH GLOBAL RESOURCES 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. ASSUMED H/t�- NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the'board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other- person authorized by a writing signed by at least one general partner and submitted with the,bid or previously filed.with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein.. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed-when they do bid.) INSURANCE STATEMENT Bidder agrees as follows _please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid 0 Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 1 . , AFFIDAVIT OF NON-COLI.LUSION 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 sQ disclosed prior to. bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high.or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good,faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services 'from any other firm or person, .or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so,on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation,discussion, agreement, collusion, act or other conduct inconsistent with.any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof SWORN TO BEFORE ME THIS Signature&Company Position TOSIN ADEYEMI -VICE PRESIDENT Q -`-DAY OF 20'�`7 Type Narne&Company Position DEFASH GLOBAL RESOURCES INC. Company Name FNotary EZ 0 ADEBA 0 N ARY PUBLIC 12/31/2024 I AD6066967Public-State Of, ew York Date Signed in Bronx County n Expires Nov 26,2025 46-3190517 Federal[.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Asbestos Rem ediation of the Southold Town Hall Annex Basemeiit VENDOR NAME: DEFASH GLOBAL RESOURCES INC. VENDOR ADDRESS' 3056 BRUNER AVENUE, BRONX, NY 10469 TELEPHONE NUMBER: 347-607-1422 FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor; materials, equipment and incidental's 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. 001 12/23/2024 Proposal.Package 7 of 9 TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized Proposal for: Asbestos Remediation of the Southold Town Hall Annex Basement , 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 • `" .;� �' ''Asfiestos,remo'val fiorri'=S `aces'10 - 0 �.��., t:' -- +'.:� :-�� °„ •.#.�,'„. 1 1 LS for TWO HUNDRED TEN THOUSAND FIVE HUNDRED ILS 210,500 00 $210,500 00 (Add All Items) Dollars Cents TOTAL for TWO HUNDRED TEN THOUSAND FIVE HUNDRED $210,500.00 Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. t ail'!8rr 7 'r �. .J •I, ta: hr.,.., •4. _ '{' I;, - .P fit.,. .1 „.t :i, ,•Y,,.. .. . u••;1.1:... ... +r•'� ,k ",.f. e71•p�_ ;ti'•`htv �. .I. (i +w,f .J`i ,�4fa U )..h` •!\ ..t'� . �. ... _,.,.1rte;.�>+. .;Fr�� ,.5.r .1..i;::s ;:�.,. ...t�:sai•l; Ls:tk•k�"�';:� fi..,..'a •"�{".w.�,.,.,. :=��r:. �'i.l. .1.,3...:.:. ;2.�...�.�. "•t ....�, ,..r.� .M... .. .._ - :�'.J%&'i yrr6'.s .',k:•.` .`4�:. +•�: „�:h.t-.�.-,=,.,,c. .t. Is u; rv•"' �:A . .nt� a:u'?,..t.,,u.,..>t�.� ^. ,,. a.t7 t.....�,....;.-I.' A_dd_Alternate 1. ;A_sEiestos iemov �ftomace. 001r 'w1•: ,t't.'''!`r r ; :, .4' y " ALT1 1 LS for ONE HUNDRED TWENTY FIVE /SF $125 00 $16,250 00 Dollars Cents ..�•t', r: maw r+'a. ..r•.: s t:t •x. r .es „ ,yet - rltn ;:�; ...t...,.n'.3°t'1�'S.`_`.•nLw.'vll:.e-.��m�.fil-e 4::i:r. .. - .:L•.'�{:': _. .. :�,,,�,.y!•,,,,.,,,,,"a3^:°'kir a+:;;.,, tar,• „ia1;rY".�;• � s�� -- __Allemate2ti-.gsbestos:remova4;from,`Space1026. = ALT2 LS for Four Hundred Thirty Three Thirty Three /SF $433 33 $7,800 00 Dollars Cents Page 8 of 9 AUTHORIZED SIGNATURE PRINT NAME TOSIN ADEYEMI TITLE VICE PRESIDENT DATE 12/31/2024 ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF ighh 1j ss.. On the 3 I day of 'T>l=C—CP 18(f P, in the year 2024 before me, the undersigned, personally appeared, TOSIN ADEYEMI ; 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. 1116TARY PUBLIC HAZEEZ O ADEBAYO Notary Public-State of New York NO.OIAD6066967 Qualified in Bronx County My Commission Expires Nov 26,2025 Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to,interrogatories hereinafter made. SUBMITTED BY: TOSIN ADEYEMI [X]A Corporation A Partnership or Entity FIRM NAME: DEFASH GLOBAL RESOURCES INC. An Individual PRINCIPAL OFFICE: 3056 BRUNER AVENUE, BRONX, NY 10469 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE PRESIDENT MORENIKE 3056 BRUNER AVENUE, Construction&Hazmat Abatement ADEYEMI BRONX,NY 10469 VICE TOSIN 3056 BRUNER AVENUE, Construction&Hazmat Abatement PRESIDENT ADEYEMI BRONX,NY 10469 1. How many years has your organization been in business under its present business name? 7 years 2. You normally perform what percent of the work with your own forces? 100 % List trades that you organization normally performs below: Asbestos Abatement General Contracting Lead Abatement Roofing/Roof repairs Mold Remediation Demolition 3. Have you ever failed to complete any work awarded to you? NO. If so,note where and why. 4. Are there any claims,judgments,arbitration proceedings or suits pending or outstanding against your from or its officers?If yes,please provide details. NO QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes, please provide details: NO 6. •List the major construction projects your organization leas_underway at this date: Name of Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount. Complete Completion Asbestos Abatement Services New York City David Holmes $7,748,500.00 25% September 11,2028 in Manhattan, Fin:Department (718)999 8192 Bronx,and Queens Asbestos Abatement New York City David Holmes o Services in Brooklyn Fire Department (718)999 8192 $8,278,250.00 ZO/o November 30,2028 &Staten Island Multi-Yr Require New York City Lorenzo $406 000 00 25% October 18,2025 Conlractto Police Department Colangelo Remediate ACM. (516)3531579 Mold&Lead-NYPD 7. List five major projects you organization has completed in the past five years;- Name.of: Engineer/ Work Done Project Owner Architect Contract Date of With.Own Forces Name Telephone# Telephone# Amount Completion %of Work Multi-Yr Require New York City Lorenzo Contract to Police Department Colangelo $792,375.00 October 18,2023 100% Remediate ACM. (516)3531579 Mold&Lead- NYPD Mohammed Asbestos Zain Contracting Asilf $550,000.00 April 20,2019 100% Abatement Inc. (347)7681519 DHS On-Call NYC Dept of Mario Sanchez $1,000,000.00 September 8,2023 100% Lead Homeless 646-629-1903 Abatement Services Services for the Regent,NYC Asbestos LDJ Contracting Luis De Jesus $320,000.00 December21,2020 100% Abatement LLC (713)3001102 Emergency NYC Ricardo Munoz $380,000.00 March 31,2021 100% Asbestos Administration 64"31-1520 Removal for Children's services QS-2 r a 8. 'List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name. Of Office Experience Responsible Ca aci MORENIKE PRESIDENT 7 years Construction/ Supervisor ADEYEMI Hazmat Abatement TOSIN VICE 12 years Construction/ Project manager/ ADEYEMI PRESIDENT Hazmat Abatement Supervisor 9. Do you have,or can you obtain,sufficient labor and equipment to commence work when required and complete the work within the Contract'Time? YES 10. Bank References: Chase Bank 2130 Bartow Ave Bronx,NY 10475 (718)862-9480 11. Trade Association,Mombership° Local 78 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing Wage rate violations?If yes,when?What was the outcome of the investigation? NO QS-3 13, Attach current state of financial conditions showing.assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. I STATE OF N PA' VO R K ) COUNTY OF MOM,X ) TOSIN ADEYEMI being duly sworn deposes and says that he is the VICE- PRESIDENT of DEFASH GLOBAL RESOURCES INC.contractor and that answers to the foregoing questions and all statements therein contained are true and.cofrect. (Signature of person who signed bid) Sworn,to-before rne,this 31 day of et-,2025-2-�� Notary Public ' Commission Ex i tion Date: HAZEEZ 0 ADEBAYO Notary Public-.State of New York NO.01AD6066967 Qualified in Bronx.County My Commission Expires Nov 26,2025 QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this 02nd day of JAN UARY Two Thousand and Twenty-Five by and between-the Town of Southold, parry of the first part (hereinafter called the Owner), and DEFASH GLOBAL RESOURCES INC. , party of the second part(hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Asbestos Remediation of the Southold Town Hall Annex Basement. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders,,Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard_Insurance Requirements (SIR. 1-3), Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as"Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid,to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, 'anything, in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of.money than the amounts in said Contract'Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements,provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as, a waiver or relinquishment for the future of any such terms, .covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the .Owner may have against the Contactor under this Agreement.or the Contract Documents. A4 i FOURTH: The Contractor agrees to indemnify ar d save the Town,its officers,agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims,or expenses,including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions-.outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH:Neither Owner nor Contractor shall,without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact,Documents; and, specifically,Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid TWO HUNDRED TEN THOUSAND FIVE HUNDRED Dollars Written in Words $210,500.00 Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY TOSIN ADEYEMI Albert J. Krupski Jr., Supervisor TITLE VICE - PRESIDENT A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF On the day of in the year 2025 before me,the undersigned, personally appeared, TOSIN ADEYEMI ,personally known to me or proved to me on the basis of satisfactory evidence to be.the individual(s)whose name(s) is(are)subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),and that by His/her/their signature(s)on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of . in the year 2025 before me,the undersigned, personally appeared, TOSIN ADEYEMI ,personally known to me or proved to me on the basis of satisfactory evidence to be-the individuals)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s)on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.ny.gov • ���OF IVEW�o�' Ll Kathy Hochul,Governor 9,p `��t� 1Q' Roberta Reardon,Commissioner NT Town of Southold Schedule Year 2024 through 2025 Michael Collins,Town Engineer Date Requested 09/11/2024 53095 Main Road PRC# 2024011546 Southold NY 11971 Location Southold Town Hall Annex Project ID# Project Type Asbestos abatement of the basement of the Southold Town Hall Annex PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Rate Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2024 through June 2025. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.ny.gov. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYQIDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name &Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 wvwv.labor.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov BIDDER'S CHECK LIST Your response.to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as.required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 i DEFASH GLOBAL RESOURCE INC Balance Sheet January 1, 2024 through November 30, 2024 j As Of11/30/2024. jASSETS j CURRENT ASSETS: Cash $ 343,485 Account Receivable $ 1,527,456 Total Current Assets $ 1,870,941 j FIXED ASSETS Automobile $ 46,352 Machine And Equipment $ 163,124 Other Assets Total Assets $4 2,080,417� CURRENT LIABILITIES: Payroll Taxes Payable $ 21,346 jTotal Current Liabilities $ 21,346 I OTHER LIABILITIES: Debt Payable Notes Payable-Net Of Current Portion $ 42,853 `Total Other liabilities $ 42,853 j jTotal Liabilities $ 64,199 I NET WORTH Common Stock Additional Paid-In Capital Retained Earnings $ 2,016,218 jTotal Net Worth $ 2,016,2181 TOTAL LIABILITIES& NET WORTH $ 2,080,4171 1 ' . VENDOR NAME: IEW E(d i r o nm e A �A VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. V PARTNERSHIP NIA INDIVIDUAL N A FEDERAL EMPLOYEE ID #: '� I- y 13_l1 37 OR SOCIAL SECURITY#: 141 A DATE OF ORGANIZATION: 10 J IS l aol l IF APPLICABLE: DATE FILED: I o I N Rl ao► (o STATE FILED: I o If a non-publicly owned Corporation: CORPORATION NAME: E pj 9 ��(�n n m P n4a-I ., lac . LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) Cuoen'\a I?avAr%nu IDo °fo LIST OFFICERS AND DIRECTORS: NAME TITLE` L- U Q p n\ A Cl A Vl mamxmma00ff0xmm0mWam0mm0Wi If a partnership: PARTNERSHIP NAME: ` A LIST PARTNERS NAMES: Proposal Package 3 of 9 f ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: F—N? —rn C ADDRESS: CONTACT: TELEPHONE: 51 u - 3 5-9 91 g FAX: N I A E-MAIL: �C�o.n�-onus enoer,v�c onrneyal e cC�M ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: She o 1DOye, TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: See. a,\rnnv!e TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: E-yA? C-.�nv►��n�n�.v��� i Trn�- 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: `mac pr\ 2ao,�z If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on 19 3%1�yay DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. ArJTHORIZED SIGNATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and,representations made in this affidavit. The person signing t is bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS SignaturV&Company Position _btC �I DAY OF2QLA Type ame&Company Position E N E y-,y,r-a nrne.wA&.1 SN cc - Company Name NOTARY UBLIC la 1 31 1 0-0 9_� Ceia Lyberatos Date Signed Notary Public, State of New York Reg. No. 01 LY0023481 13-7-7 -_Y7 Qualified in Nassau County Federal I.D.Number Commission Expires 04/12/2028 Proposal Package 6 of 9 c ' THE PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAME: P—N? Env+ rmn e n+oak c VENDORADDRESS: 3X760 SunrjSL �AwH SUi+eiA� 7�L TELEPHONE NUMBER: 5 U- 3`J g q I g FAX: 1,I I A 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 W I-A Proposal Package 7 of 9 TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized Proposal for: Asbestos Remediation of the Southold Town Hall Annex Basement . 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 Asbestos removal from.Spaces 1008-1019 and 1021-1023 �;_`_� �_ 1 G �i- _ 1 1 LS �'o , 050 00 lial o J0 do for One. hundce.cl a.rd -1-welye.-4hou5av�c� E%a4.�rinu�dced F;��-y /LS Dollars Cents (Add All Items) _ TOTAL /'/a 35 o 00 Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. _Add_Alternate-1_-Asbestos reanioval.from_Spaoe ALT1 1 LS _ for 1-nk r- + NOL)fo-AA 0, P_ /SF R4300 (30 00. T)O Dollars Cents Add Alternate 2--Asbestos removal from Space-1026—= �_� ALT2 1 LS for Two +1�Ou5o. 1-i�e !nU�ldt e d /SF o2,�jC70 06 k2� 9500 00 Dollars Cents Page 8 of 9 AUTHORIZED SIGNATURE PRINT NAME �u e ,r\'w,- TITLE DATE 19L 3 aoa� ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the 3k day of "[�opNct( in the year 209q before me, the undersigned, personally appeared, Ev , personally known to me or proved to me on the basis of satisfactory evidence to be thb 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. q'o'- A 16XVhn— , NOTARY PUBLI Ceia iyouL;ratoS Notary Public, State of New York Reg. No. 01 LY0023481 Qualified in Nassau County Commission Expires 04/12/2028 Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: F—uGen es o- t'aA*0rt!J A Corporation ar ners ip or Entity FIRM NAME: E IMP Envi m nme G I, -Tn c . An Individual PRINCIPAL OFFICE: C 0-7 A W r o�ItnJ U Lona 32ac1� �� I I S!n I PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TR_AAD1E �cesitle�-� rU! ev "oq 50'1 A W '6�oadWay tY1�/ifoflmeJClGt1 �2f/12CIQ�+611� inan�or� Loy\, -ec' 1\ 1. How many years has your organization been in business under its present business name? g \1 ear s 2. You normally perform what percent of the work with your own forces? 1 a0 % List trades that you organization normally performs below: AsbesAc)s AboAe�mv\A- Lea d, A10&Ae- nev\-V N10\d flba.-�ew�e,vt� 3. Have you ever failed to complete any work awarded to you? If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 1'�O 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete ` PCompletion/� Se C�e o ck-c_ d — FN,? Er�v�'ronfy,en+c,I, Tnr Wool - I', 7r'o cesS -Va r M g 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone Amount Completion % of Work j2-2- 0.40,c1�ed I�to��c.-F s Co•M���}�,� QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci See a4acv,ed T&A ir`c� �v�dv�.ls �eSu�neS 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? �► es 10. Bank References: Cornet- One bm"\ L Ar\o, S;lva V; ce �res;der-F I CnMmeriCo.l Loe,,, OFF�ce� ;rec-�' S5 ► -ti�-I 01 Le (0 a'5 11. Trade Association Membership: Tnv;ronmev\ic,-k CorAro�4orS ASSOCia4oY\ 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? NO QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF New 'I oC ) COUNTY OF o,-S S a� ) E u aern i m 21 40 nu being duly sworn deposes and says that he is the 9�r p.s;�. } of 1_N? ontractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Sign re of person who signed bid) 2 �t (9�q Sworn to before me this 31 day of C Notary Public Commission Expiration Date: Ceia Lyberatos Notary Public, State of New York Reg. No. 01 LY0023481 �t�l Qualified in Nassau County Commission Expires 04/12/2028 QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five by and between the Town of Southold, party of the first part (hereinafter called the Owner), and ply of the second part (hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Asbestos Remediation of the Southold Town Hall Annex Basement. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders,Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH:Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid Dollars Written in Words Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT` OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.ny.gov � A e - a Kathy Hochul,Governor � y� �" Roberta Reardon,Commissioner �OF Town of Southold Schedule Year 2024 through 2025 Michael Collins,Town Engineer Date Requested 09/11/2024 53095 Main Road PRC# 2024011546 Southold NY 11971 Location Southold Town Hall Annex Project ID# Project Type Asbestos abatement of the basement of the Southold Town Hall Annex PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Rate Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2024 through June 2025. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.ny.gov. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the,responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name &Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W.Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 vwwv.labor.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov ACCO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYY1) 12/31/2024 THIS CERTIFICATE IS ISSUED AS.A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER . . CONTACT NAME: Diana Berton! Arthur J.Gallagher Risk Management Services, LLC PHONE FAx One Jericho Plaza •516-622-2432 A/c No):516-622-2632 Suite 200 E-MAIL Diana bertoni a' .com Jericho NY 11753 INSURERS AFFORDING COVERAGE NAIC# INSURERA:Great Divide Insurance Company 25224 INSURED ENPENVI-01 INSURER B:Key Risk Insurance Company 10885 ENP Environmental Inc. 3280 Sunrise Highway INSURERC:Aspen American Insurance Company 43460 .Suite 72 INSURER D: Wantagh NY 11793 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2069724746 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDLSUBRTYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY DD EFF MM/DDY EXP LTR LIMITS A X COMMERCIAL GENERAL LIABILITY Y ECP2027866-16 12/9/2024 12/9/2025 EACH OCCURRENCE $1,000,000 DAMAGE TO 11111D CLAIMS-MADE rk-1 OCCUR -PREMISES REMSES Ea occurrence) ccuence $100.000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY�JEST LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ B AUTOMOBILE LIABILITY BAP2020265-18 12/9/2024 .12/9/2025 COMBINED SINGLE LIMIT $1,000,000 Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED M SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLYAUTOS X HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLYAUTOS ONLY Per accident $ A X UMBRELLA LIAR X OCCUR FFX2033988-14 12/9/2024 12/9/2025 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10.000,000 DED RETENTION$ $ A WORKERS COMPENSATION WCA203689712 2/17/2024 2/17/2025 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE YM N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBEREXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 A Pollution Liability ECP2027866-16 12/9/2024 12/9/2025 Each Pollution Condit $1,000,000 A Professional Liability-ClaimsMade ECP2027866-16 12/9/2024 12/9/2025 Each Claim $1,000,000 C Equipment Floater IMOOWXX24 12/9/2024 12/9/2025 Any one Piece $10,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space Is required) General Liability Additional Insured as Required by Written Contract with the Named Insured,form#ECP 1246 0121 and ECP 1248 01 21. Umbrella policy sits over all above coverages including General Liability,Automobile Liability,Professional Liability,Pollution Liability and Employers Liability. THE TOWN OF SOUTHOLD is included as Additional Insured as respects General Liability policy,pursuant to and subject to the policy's terms,definitions, conditions and exclusions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Town of Southold 53095 Main Road AUTHORIZED REPRESENTATIVE Southhold NY 11971 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD (u r` THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES'OR CONTRACTORS AUTOMATIC STATUS _ ONGOING OPERATIONS —COVERAGE A, B, D.1.& DA Policy Number Policy Effective Date Policy Expiration Date Endorsement Effective Date ECP2027866-16 12/9/2024 12/9/2025 12/9/2024 This endorsement modifies insurance provided under the following: ENVIRONMENTAL COMBINED POLICY I. SECTION III—WHO IS AN INSURED is amended to include as an additional insured: 1. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement, in effect during this policy period, that such person or organization be added as an additional insured on this policy; and 2. Any other person or organization you are explicitly required to add as an additional insured under the contract or agreement described in Paragraph 1.above. Such contract or agreement must be executed and in effect prior to the performance of your work which is the subject of such contract or agreement. Such person(s)or organization(s)is an additional insured only with respect to liability for bodily injury or property damage under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Coverage DA —Contractors Pollution Legal Liability and Coverage DA— Microbial Substance Contractors Pollution Liability, or personal injury or advertising,injury under SECTION I-COVERAGE B—PERSONAL AND ADVERTISING INJURY LIABILITY directly caused by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured described in Paragraph 1.or 2. above. However, the insurance afforded to such additional insured described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured, and c. Will not extend beyond that which is provided to you in this policy. A person's or organization's status as an additional insured under this endorsement ends when your operations for the person or organization described in Paragraph 1.above are completed. 11. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance.does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the occurrence which caused the bodily injury or property damage,or the offense which caused the personal and advertising injury, involved the rendering of, or the failure to render any professional architectural, engineering or surveying services. b. Bodily injury or property damage occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or ECP 1246 0121 Includes copyrighted material of Insurance Services Office,Inc.,used with its permission. Page 1 of 2 (2) That portion of your work out of which the injury or damage arises'has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in.performing operations for:a principal as a part of the same project. III. With respect to the insurance afforded to these additional insureds, the following is added to SECTION V—LIMITS OF INSURANCE: The most we.will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement'described in Paragraph 1.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. IV: With respect to the insurance afforded to these additional insureds, the following is added to. SECTION VI— REPORTING, DEFENSE,SETTLEMENT$COOPERATION: 1. Duties --Additional Insured An additional insured must see to it that: a. We are notified in writing as soon as practicable of an occurrence or offense which may result in a claim or suit; b. We receive written notice of a claim or suit as soon as practicable; and c. A request for defense and indemnity of the claim or suit will promptly be brought_against any policy issued.by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is.a Named Insured, if the contract or agreement requires that this coverage be primary and noncontributory. V. SECTION VII—CONDITION 10.—Other Insurance is amended:by the addition of the following which supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to a person(s) or organization(s)included as an additional insured under this endorsement provided that: 1. The additional insured person(s)or organization(s)is a Named Insured under such other insurance; and 2. You have agreed in writing in a contract or agreement, in effect during this policy period,that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured person(s) or organization(s). Such contract or agreement must be executed and in effect prior to the performance of your work which is the subject of such contract or agreement. However, this provision does not apply if the other insurance available to the person(s) or organization(s) included as an additional insured is Owners and Contractors Protective Liability, Railroad Protective Liability, or similar project- specific, primary insurance. VI. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a SCHEDULE.of additional insureds, and which endorsement applies to that designated additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. ECP 1246 0121 Includes copyrighted material of Insurance Services Office,Inc.,used with its permission. Page 2 of 2 r r° THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED--OWNERS, LESSEES',OR CONTRACTORS AUTOMATIC STATUS- COMPLETED..OPERATIONS - COVERAGE A, DA &DA Policy Number Policy Effective Date Policy Expiration Date Endorsement Effective Date ECP2027866-16 12/9/2024 12/9/2025 12/9/2024 This endorsement modifies insurance provided under the following: ENVIRONMENTAL COMBINED POLICY I. SECTION III—WHO IS AN INSURED is amended to include as an additional insured: 1. Any person or organization for whom you have performed operations when you and such person or organization have agreed in writing in a contract or agreement, in effect during this policy period, that such person or organization be added as an additional insured on this policy; and 2. Any other person or organization you are explicitly required to add as an additional insured under the contract or agreement described in Paragraph 1.above. Such contract or agreement must be executed and in effect prior to the performance of your work included in the products-completed operations hazard which is the subject of such contract or agreement. Such person(s)or organization(s)is an additional insured only with respect to liability for bodily injury or property damage under SECTION I - COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, Coverage D.1 —Contractors Pollution Legal Liability and Coverage D.4—Microbial Substance Contractors Pollution Liability, directly caused by your work performed for the additional insured described:in Paragraph 1. or 2.above, and included in the products-completed operations hazard. However, the insurance afforded to such additional insured,described above: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured; and c. Will not extend beyond that which is provided to you in this policy. II. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to: a. Bodily injury or property damage arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the occurrence which caused the bodily injury or property damage involved the rendering of, or the failure to render any professional architectural, engineering or surveying services. III. With respect to the insurance afforded to these additional insureds, the following is added to SECTION V—LIMITS OF INSURANCE: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement described in Paragraph 1.1.; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. IV. With respect to the insurance afforded to these additional insureds, the following is added to SECTION VI— ECP 1248 01 21 Includes copyrighted material of Insurance Services Office,Inc.,used with its permission. Page 1 of 2 REPORTING, DEFENSE,:SETTLEMENT&COOPERATION: 1. Duties--Additional Insured An additional insured must see to it that: a. We are notified in.writing as soon as practicable of an occurrence which may result in a claim or suit; b. We receive written notice of a claim or suit as soon as practicable; and c. A request for defense and indemnity of the claim or suit will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured, if the contract or agreement requires that this coverage.be primary and noncontributory. V. SECTION VII—CONDITION 10.—Other Insurance is amended by the addition of the following which supersedes.any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to a person(s) or organization(s)included as an additional insured under this endorsement provided that: 1. The additional insured person(s)or organization(s)is a Named Insured under such other insurance; and . 2. You have agreed in writing in a contract or agreement, in effect during this policy period,that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured person(s) or organization(s). Such contract or agreement must be executed and in effect prior to the performance of your work included in the products-completed operations hazard which is the subject of such contract or agreement. However, this provision does not apply if the other insurance available to the person(s)or organization(s) included as an additional insured is Owners and Contractors Protective Liability, Railroad Protective Liability, or similar project- specific, primary insurance. VI. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a SCHEDULE of additional insureds, and which endorsement applies to that designated additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. ECP 1248 0121 Includes copyrighted material of Insurance Services Office,Inc.,used with its permission. Page 2 of 2 POLICY CHANGES POLICY CHANGE NUMBER: POLICY NUMBER POLICY CHANGES EFFECTIVE COMPANY ECP2027866-16 12/9/2024 Great Divide Insurance Company NAMED INSURED AUTHORIZED REPRESENTATIVE ENP Environmental, Inc 507A W Broadway Long Beach, NY 11561 COVERAGE PARTS AFFECTED: Environmental Combined Policy THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Waiver of Subrogation-Manuscript This endorsement modifies insurance provided under the following: ENVIRONMENTAL COMBINED POLICY The following is added to Paragraph 17. Subrogation of SECTION VII—CONDITIONS: We waive any right of recovery against any person(s) or organization(s) because of payments we make under COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE LIABILITY, COVERAGE B — PERSONAL AND ADVERTISING INJURY LIABILITY, and COVERAGE D — CONTRACTORS POLLUTION LIABILITY under this policy. Such waiver by us applies only if: 1O. The insured has agreed in writing in a contract or agreement with such_person(s)or organizations)to waive its right'of recovery; and - The insured has waived its right of recovery against such person(s)or organizations)prior to loss. This waiver also extends to any other person or organization you are explicitly required to waive rights of recovery under the contract or agreement described in Paragraph 1.above. This waiver does not apply in any jurisdiction where such waiver is held to be illegal or against public policy or in any situation where the person(s) or organization(s) against whom subrogation is to be waived is found to be solely negligent. This endorsement does not apply to any person(s) or organization(s) designated in a SCHEDULE of person(s) or organization(s)against whom rights of recovery have been waived. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. BSUM-1200(10-21) Page 1 of 2 Policy#BAP2020265-18 19 i Mobile Only those"autos"that are land vehicles and that would qualify under the definition Equipment of"mobile equipment" under this policy if they were not subject to a compulsory or Subject To financial responsibility law or other motor vehicle insurance law where they are I Compulsory Or licensed or principally garaged. Financial Responsibility Or Other Motor Vehicle I Insurance Law j.Only B. Owned Autos You Acquire After The Policy SECTION II -COVERED AUTOS LIABILITY Begins COVERAGE 1. If Symbols 1, 2, 3, 4, 5, 6 or 19 are entered A. Coverage next to a coverage in Item Two of the We will pay all sums. an "insured" legally must Declarations, then you have coverage for pay as damages because of "bodily injury" or autos" that you acquire of the type described property damage" to which this insurance for the remainder of the policy period. applies, caused by an "accident" and resulting 2. But, if .Symbol 7 is entered next to a from the ownership, maintenance or use of. a . coverage in Item Two of the Declarations, an covered "auto". "auto" you acquire will be a covered "auto" We will also pay all sums an "insured" legally for that coverage only if: must. pay ,as a "covered pollution cost or a. We already cover all "autos" that you own expense" to which this insurance applies, caused for that coverage or it replaces an "auto' by an "accident" and resulting from the you previously owned that had that ownership, maintenance or use of covered coverage; and .'autos". However, we will only pay for the b. You tell us within 30 days after you "covered pollution cost or expense" if there is acquire it that you want us to cover it for either "bodily injury" or "property damage" to that coverage. which this insurance applies that is caused by . the same "accident". C. Certain Trailers, Mobile Equipment And Temporary Substitute Autos We have. the right and duty to defend any "insured" against a "suit" asking for such If Covered Autos Liability Coverage is provided damages or a "covered pollution cost or by this Coverage Form, the following types of expense". However, we-have no duty to defend vehicles. are also covered "autos" for Covered any "insured" against a "suit" seeking damages Autos Liability Coverage: for "bodily injury" or "property damage" or a 1. "Trailers" with a ;load capacity of 2,000 "covered pollution cost or expense" to which this pounds or less designed primarily for travel insurance does not apply. We may investigate on public roads. and settle any claim or "suit" as we consider. 2. "Mobile equipment" while being carried or appropriate. Our duty.to defend or settle ends towed by a covered.:auto". when the Covered Autos Liability Coverage Limit of Insurance has been exhausted by payment of 3. Any "auto" you do not own while used with judgments or settlements; the permission of its owner as a temporary �=Who Is Arrlrisured substitute for a covered "auto" you own that is out of service because of its: The following are-"insureds": a. Breakdown; a. You for any covered "auto". b. Repair; b. Anyone else while using with your c. Servicing; permission a covered "auto" you own, hire or borrow except: d. "Loss'; or (1) The owner or anyone else from whom e. Destruction. you hire or borrow a covered "auto". This exception :does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own. Page 2 of 12 © Insurance.Services Office, Inc., 2011 CA 00 01 10.13 (2) Your "employee" if the covered "auto" These payments will not reduce the Limit is owned by that "employee" or a of Insurance. member of his or her household. b. Out-of-state Coverage Extensions (3) Someone using a covered "auto" while While a covered "auto" is away from the he or she is working in a business of state where it is licensed, we will: selling, servicing, repairing, parking or storing "autos" unless that business is (1) Increase the Limit of Insurance for yours. Covered Autos Liability Coverage to 4 Anyone other than our "employees", meet the limits specified by a ( ) y ycompulsory or financial responsibility partners (if you are a partnership), law of the jurisdiction where the members (if you are a limited liability covered "auto" is being used. This company) or a lessee or borrower or extension does not apply to the limit or any of their "employees", while moving limits specified by any law governing property to or from a covered "auto". motor carriers of passengers or (5) A partner (if you are a partnership) or property. a member (if you are a limited liability (2) Provide the minimum amounts and company) for a covered "auto" owned types of other coverages, such as by him or her or a member of his or no-fault, required of out-of-state her household, vehicles by the jurisdiction where the c. Anyone (liable or the) con uct o an covered "auto" is being used. insure described above but only tote We will not pay anyone more than once extent of t at is ilify_.) for the same elements of loss because of 2. Coverage Extensions these extensions. a. Supplementary Payments B. Exclusions We will pay for the "insured": This insurance does not apply to any of the (1) All expenses we incur. following: (2) Up to $2,000 for cost of bail bonds 1. Expected Or Intended Injury (including bonds for related traffic law "Bodily injury" or "property damage" expected violations) required because of an or intended from the standpoint of the "accident" we cover. We do not have "insured". to furnish these bonds. 2. Contractual (3) The cost of bonds to release Liability assumed under any contract or attachments in any "suit" against the agreement. "insured" we defend, but only for bond amounts within our Limit of Insurance. But this exclusion does not apply to liability (4) All reasonable expenses incurred by for damages: the "insured" at our request, including a. Assumed in a contract or agreement that actual loss of earnings up to $250 a is an "insured contract", provided the day because of time off from work. "bodily injury" or "property damage" occurs subsequent to the execution of the (5) All court costs taxed against the contract or agreement; or "insured" in any "suit" against the "insured" we defend. However, these b. That the "insured" would have in the payments do not include attorneys' absence of the contract or agreement. fees or attorneys' expenses taxed 3. Workers' Compensation against the "insured". Any obligation for which the "insured" or the (6) All interest on the full amount of any "insured's" insurer may be held liable under judgment that accrues after entry of any workers' compensation, disability benefits the judgment in any "suit" against the or unemployment compensation law or any "insured" we defend, but our duty to similar law. pay interest ends when we have paid, offered to pay or deposited in court the part of the judgment that is within our Limit of Insurance. CA 00 01 10 13 © Insurance Services Office, Inc., 2011 Page 3 of 12 4.. Loss Payment—Physical Damage (5. -Other!nsurance Coverages a. Eor any covered "auto" you own, this At our option, we may: Coverage Form provides primary a. Pay for, repair or replace damaged or insurance. For any covered "auto" .you stolen property; don't own, the insurance provided by this Coverage Form is excess over any other b. Return the stolen property, at our collectible insurance. However, while a expense. We will pay for any damage that covered "auto" which is a "trailer" is results to the "auto" from the theft; or connected to another vehicle, the Covered c. Take all or any part of the damaged or Autos Liability Coverage this. Coverage stolen property at an agreed or appraised Form provides for the "trailer" is: value. (1) Excess while it is connected to a motor If we pay for the "loss", our payment will vehicle you do not own; or include the applicable sales tax for the (2) Primary while it is connected to a damaged or stolen property. covered "auto" you own. . 5. Transfer Of Rights Of Recovery Against b. For Hired Auto Physical Damage Others To Us Coverage, any covered "auto" you lease, If any person or organization to or for whom hire, rent or borrow is deemed to be a we make payment under this Coverage Form covered "auto" you own. However, any has rights to recover damages from another, "auto" that is leased, hired, rented or those rights are transferred to us. That borrowed with a driver is not a covered person or organization must do everything "auto". necessary to secure our rights and must do C. (Regardless_of the provisions o aragra nothing after "accident" or "loss" to impair a. above, this Coverage_ orm's Couere them. u-55 is iiity coverage F pn. mart' or any B. General Conditions is i rty assume un er an insure 1. Bankruptcy contract'. Bankruptcy or insolvency of the "insured" or d. When this Coverage Form and any other the "insured's" estate will not relieve us of Coverage Form or policy covers on the any obligations under this Coverage Form. same basis, either excess or primary, we will pay only our share. Our share is the 2. Concealment, Misrepresentation Or Fraud proportion that the Limit of Insurance of This Coverage Form is void in any case of our Coverage Form bears to the total of fraud by you at any time as it relates to this the limits of all the Coverage Forms and Coverage Form. It is also void if you or any policies covering on the same basis. other "insured", at any time, intentionally 6. Premium Audit conceals or misrepresents a material fact a. The estimated premium for this Coverage concerning: Form is based on the exposures you told a. This Coverage Form; us you would have when this policy b. The covered "auto"; began. We will compute the final premium c. Your interest in the covered "auto'; or due when we determine your actual exposures. The estimated total premium d. A claim under this Coverage Form. will be credited against the final premium 3. Liberalization due and the first Named Insured will be If we revise this Coverage Form to provide billed for the balance, if any. The due date 9 P for the final premium or .retrospective more coverage without additional premium premium is the date shown as the due charge, your policy will automatically provide date on the bill. If the estimated total the additional coverage as of the day the premium exceeds the final premium due, revision is effective in your state. the first Named Insured will get a refund. 4. No Benefit To Bailee— Physical Damage b. If this policy is issued for more than one Coverages year, the premium for this Coverage Form We will not recognize any assignment, or will be computed annually based on our grant any coverage for the benefit of any rates or premiums in effect at the person or organization holding, storing or beginning of each year of the policy. transporting property for a fee .regardless of any other provision of this Coverage Form. CA 00 01 10 13 © Insurance Services Office, Inc., 2011 Page 9 of 12 POLICY NUMBER:BAP2020265-18 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: ENP Environmental, Inc Endorsement Effective Date: 12/09/2024 SCHEDULE Name(s) Of Person(s) Or Organ ization(s): Any Principal wherein such waiver has been included before loss as part of a contractual undertaking by the Named Insured Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 1013 0 Insurance Services Office, Inc.,2011 Page 1 of 1 1 FORM MCS-90 OMB No.: 2126-0008 US DOT Number:•- Date Received:- A Federal Agency may not conduct or sponsor,and a person is not required to respond to,nor shall a person be subject to a penalty for failure to comply with a collection of information subject to the requirements of the Paperwork Reduction Act unless that collection of information displays a current valid OMB Control Number.The OMB Control Number for.this information collection is 2126-0008.Public reporting for this collection of information is estimated to be approximately 2 minutes per response,including the time for reviewing instructions,gathering the data needed,and completing and reviewing the collection of information.All responses to this collection of information are mandatory.Send comments regarding this burden estimate or any other aspect of this collection of information,including.suggestions for reducing this burden to:Information Collection Clearance Officer,Federal Motor Carrier Safety Administration,MC-KRA,Washington,D.C.20590. U tme rked Stales Deparnt of Trarispartation Federal Motor Carrier Safety Adininlstration Endorsement for Motor Carrier Policies of Insurance for Public Liability under Sections 29 and 30 of the Motor Carrier Act of 1980 FORM MCS-90 Issued to BVP Environmental,.Inc of _507A W Broadway Long Beach,NY 11561 (Motor Carrier name) (Motor Carrier state or province Dated at P O Box 15 3 2, , Char to tt e s vi Ile:�LA2,2 9 0 2 on",this _6 day of December 2024 Amending Policy Number; BAP2020265-18____—__________—_:__.____.Effective Date: .121912024___ Name of Insurance Company: Key_Risk_Insurance_Company___________._.___________________�____v__. Countersigned by: (authorized company representative) The policy to which this endorsement is attached provides primary or excess insurance,as indicated for the limits shown(check only one): 0 This insurance is primary and the company shall not be liable for amounts in excess of$ 0 _ for each accident. ❑ This insurance is excess and the company shall not be liable for amounts in excess of$ , for each accident in excess of the underlying limit of$ for each accident. Whenever required by the Federal Motor Carrier Safety Administration(FMCSA),the company agrees to furnish the FMCSA a duplicate of said policy and all its endorsements.The company also agrees,upon telephone request by an authorized representative of the FMCSA,to verify that the policy is in force as of a particular date.The telephone number to call is:203-301-8190, Cancellation of this endorsement may be effected by the company of the insured by giving(1)thirty-five(35)days notice in writing to the other party(said 35 days notice to commence from the date the notice is mailed,proof of mailing shall be sufficient proof.of notice),and (2)if the insured is subject to the FMCSA's registration requirements under 49 U.S.C.13901,by providing thirty(30)days notice to the FMCSA(said 30 days notice to commence from the date the notice is received by the FMCSA at its office in Washington,DC). (continued on next page) FORM MCS-90 Page 1 of 3 FORM MCS-90 Revised 3/31/2020 OMB No.: 2126-0008 DEFINITIONS AS USED IN THIS ENDORSEMENT Accident includes continuous or repeated exposure to Environmental Restoration means restitution for the loss, conditions or which results in bodily injury,property damage,or damage,or destruction of natural resources arising out of the environmental damage which the insured neither expected nor accidental discharge,dispersal,release or escape into or upon intended. the land,atmosphere,watercourse,or body of water,of any Motor Vehicle means a land vehicle,machine,truck,tractor, commodity transported by a motor carrier.This shall include the cost of removal and the cost of necessary measures taken trailer,or semitrailer propelled or drawn by mechanical power and used on a highway for transporting property,or any to minimize , mitigate damage to human health,the natural combination thereof. environment,fish,shellfish,and wildlife. Bodily Injury means injury to the body,sickness,or disease to Public Liability means liability for bodily injury,property any person,including death resulting from any of these. damage,and environmental restoration. Property Damage means damage to or loss of use of tangible property. The insurance policy to which this endorsement is attached or violation thereof,shall relieve the company from liability or provides automobile liability insurance and is amended to assure from the payment of any final judgment,within the limits of compliance by the insured,within the limits stated herein,as a liability herein described,irrespective of the financial condition, motor carrier of property,with Sections 29 and 30 of the Motor insolvency or bankruptcy of the insured.However,all terms, Carrier Act of 1980 and the rules and regulations of the Federal conditions and limitations in the policy to which the endorsement Motor Carrier Safety Administration(FMCSA), is attached shall remain in full force and effect as binding In consideration of the premium stated in the policy to which this between the insured and the company.The insured agrees to endorsement is attached,the insurer(the company)agrees to reimburse the company for any payment made by the company pay,within the limits of liability described herein,any final on account of any accident,claim,or suit involving a breach of judgment recovered against the insured for public liability the terms of the policy,and for any payment that the company resulting from negligence in the operation,maintenance or use of would not have been obligated to make under the provisions of motor vehicles subject to financial responsibility requirements of the policy except for the agreement contained in this Sections 29 and 30 of the Motor Carrier Act of 1980 regardless endorsement. of whether or not each motor vehicle is specifically described in It is further understood and agreed that,upon failure of the the policy and whether or not such negligence occurs on any company to pay any final judgment recovered against the route or in any territory authorized to be served by the insured or insured as provided herein,the judgment creditor may maintain elsewhere.Such insurance as is afforded,for public liability, an action in any court of competent jurisdiction against the does not apply to injury to or death of the insured's employees company to compel such payment. while engaged in the course of their employment,or property The limits of the company's liability for the amounts prescribed in transported by the insured,designated as cargo.It is understood this endorsement apply separately to each accident and any and agreed that no condition,provision,stipulation,or limitation payment under the policy because of any one accident shall not contained in the policy,this endorsement,or any other operate to reduce the liability of the company for the payment of endorsement thereon, final judgments resulting from any other accident. (continued on next page) FORM MCS-90 Page 2 of 3 FORM MCS-90 Revised 3/31/2020 OMB No.: 2126-0006 E EDULE OF LIMITS - PUBLIC LIABILITY Type of carriage Commodity transported January_ 1 -.-F0r=hire in interstate or foreign- commerce,with a gross vehicle $750,000 weight rating of 10,000 or more 2 For-hire and Private in interstate, Hazardous substances,as defined in 49 CFR 171.8,transported in $5,000,000 foreign,or intrastate commerce,with a cargo tanks,portable tanks,or hopper-type vehicles with capacities gross vehicle weight rating of 10,000 in excess of 3,500 water gallons;or in bulk Division 1.1, 1.2,and 1.3 or more pounds). materials,Division 2.3,Hazard Zone A,or Division 6.1, Packing Group 1, Hazard Zone A material;in bulk Division 2.1 or 2.2;or highway route controlled quantities of a Class 7 material,as defined - in 49 CFR 173.403..- - - - - (3) For-hire and Private(in interstate or Oil listed in 49 CFR 172101;hazardous waste,hazardous $1,000,000 foreign commerce,in any quantity;or materials,and hazardous substances defined in 49 CFR 171.8 and in intrastate commerce,in bulk only; listed in 49 CFR 172.101,but not mentioned in(2)above or(4) with a gross vehicle weight rating of below. -_____1.0,000.Or more_pounds). — -- -- ------------- ------------ — --- - - -_ — —_ _——_ -- (4) For-hire and Private(In interstate or -Any quantity of-Division 1.1,1.2 or 1.3 material;any quantity-of a $5,000,000 foreign commerce,with a gross Division 2.3,Hazard Zone A,or Division 6.1,Packing Group 1, vehicle weight rating of less than Hazard Zone A material;or highway route controlled quantities of a 10,000 pounds). Class 7 material as defined in 49 CFR 173.403. 'The schedule of limits shown does not provide coverage.The limits shown in the schedule are for information purposes only. FORM MCS-90 Page 3 of 3 f j WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 04 84 Policy No.WCA203689712 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization as required in writing by contract or agreement prior to loss. WC 00 03 13 04 84 ©1983 National Council on Compensation Insurance Page 1 of 1 u . Policy#-EX04279260 ENDORSEMENT This endorsement forms apart of the policy to which it is attached. Please read it carefully. NONCONTRIBUTORY= OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: FOLLOW FORM EXCESS LIABILITY COVERAGE FORM SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Any person or organization that qualifies as an additional insured under this insurance with whom you have specifically agreed in a written contract or written agreement in effect during this policy period that this insurance must apply on a noncontributory basis. Paragraph 8.Of Section III—Conditions is deleted and replaced by the following: 8. Other Insurance a. This insurance is excess over, and shall not contribute with any of the other insurance, whether primary, excess, contingent or on any other basis. However: (1) This,condition will not apply to other insurance specifically written as excess over this Coverage Form. (2) The insurance provided under this Coverage Form will not seek contribution from any other insurance available to an additional insured, provided that: (a) The additional insured is a Named Insured under such insurance; (b) The additional insured is shown in the Schedule; and (c) You have agreed in writing in a contract or agreement that this insurance would not seek contribution from any other insurance available to the additional insured. When this insurance is excess, if no other insurer defends,we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. b. When this insurance is excess over other insurance, we will pay only our share of the ultimate net loss that exceeds: (1) The total amount that all such other insurance would pay for the loss in the absence of the insurance provided under this Coverage Form; plus (2) The total of all deductible and self-insured amounts under all that other insurance. ALL OTHER TERMS AND CONDITIONS OF THE POLICY SHALL APPLY AND REMAIN UNCHANGED. FFX 8011 08 18 Page 1 of 1 i -ENP Environmental,Inc. 3280 Sunrise Highway Suite#72 n Wantagh,NY 11793 E r 516-394-2400 www.enpenvironmental.com ENVIRONMENTAL *WBE&DBE Certified* Large Project completed in the last 5 years % of work Name of Owner/ Engineer/Architect Contract Date of Completed Project Name Telephone .Phone Number Amount Completion by ENP DASNY -York College DASNY/(212)273- Attri Enterprises/ Roof Replacements 5000 718 486-7395 $ 500,000.00 Se -24 100% Union Theological Union Theological Seminary-UTS- Seminary/ Omega Enviro/ Undercroft (212)662-7100 908 684-1300 $ 160,400.00 Jul-24 100% Perfetto NYSDOT/(518)457- Enterprises/(718) NYSDOT D264410 6195 858-8600 $ 135,000.00 Au -23 100% Private Commercial Kimco Realty/(516) Enviroscience/ Property 869-9000 631-580-3191 $ 175,000.00 Mar-22 100% Village of Rockville Village of Rockville Clean Air Testing/ Centre/Lead Abatement Centre/ 516 678-9247 516 546-2640 $ 190,150.00 Jun-22 100% ENP Environmental,Inc. 507A West Broadway P C Long Beach,New York 11561 C I" 516-835-9918 www.enpenvironmental.com ENVIRONMENTAL *WBE&DBE Certified* ENP Environmental. Inc-Work In Progress Project Client Location Amount Westmoreland Construction D264998-Retaining Wall Corrective Maintenance $378,740.00 H63029-16G- Rehab of Glenn Curtis Blvd Bridge over Bove Industries, Inc. Meadowbrook State Pkwy $189,292.00 FDNY Contract No. 20238808505 (multiyear) $100,000.00 NYPD Contract No.82622W0005001 (multiyear) $500,000.00 NYC Department of Health and Mental Hygiene Contract No.81623C8308KXL $15,000.00 NYC DEP Contract No.82621W0022001(multiyear) $1,500,000.00 NYS DOT Contract No. D264410(multiyear) $113,000.00 Nassau County Contract No. POPK23000138 (multiyear) $99,000.00 Private Residence 993 5th Ave, Penthouse-NY, NY $71,000.00 United Terrain Union School, New Jersey $91,000.00 Adam Marucheau 3280 Sunrise Highway Suite#72,Wantagh,NY 11793 Tel:(516)394-2400—Email:Amarucheau@enpenvironmental.com Profile: A highly motivated, detail-oriented construction industry professional with ability to manage multiple demands safely and effectively. Exemplary organizational, interpersonal and communication skills. Experience: ENP Environmental,Inc. (2022-Present) Wantagh,NY Estimator/Project Manager • Growth oriented estimator leveraging his extensive industry experience with the ENP Environmental platform to build long lasting relationships resulting in mutual benefit. Part of estimating/execution team with combined 75 years of asbestos experience • Hands-on access to well-seasoned labor pool. Fiber Control,Inc. Wantagh,NY • Estimator/Project Manager(2014-2022) o Managed multiple projects concurrently with 30+laborers each o Responsible for relationship management with Governmental and Institutional clients o Estimated and oversaw completion of Asbestos and Lead Abatement Projects o Responsible for inventory management&delivery and fleet maintenance. • Project Supervisor (2005-2014) o Oversaw crews of up to 30 laborers o Responsible for jobsite safety,maintenance of on-site records,receipt of materials and rental equipment o Conducted daily toolbox talk outlining job hazards o Asbestos/Lead/Mold Abatement • Project Laborer (1999-2005) o Asbestos/Lead/Mold Abatement Licenses & Certifications: • Rapid Intervention;Hazardous Waste Operations &Emergency • Rapid Intervention; Confined Space Entry • NYS DOL Asbestos Supervisor • NYC DEP Asbestos Supervisor • Lead Abatement Supervisor • OSHA 30hr References • Provided upon request EUGENIA N. PANTONY 507A West Broadway Long Beach,NY 11561 516-835-9918 gpantony@el-ipei-iviron-tnental.com EXPERIENCE ENP Environmental,Inc. Oct.2016—Present - Founder and CEO Lead Estimator/ProjectManagerl Environmental Consultant - Lead operations and strategic direction with full responsibility for bottom-line factors,including long-range planning, service management and development processes - Provide cross-functional management and oversight of employees/subcontractors - Coordinate,expedite and broker projects including transport and disposal of non-hazardous, hazardous and universal waste - Direct all operations Fiber Control,Inc. 2012—September 2016_ - General Manager of Fiber Control,Inc. Human Resource Manager to 3 0+laborers - Project Logistics and Daily Operations Manager - Waste Dhposal Coordinator;Project Estimator and Manager - Project Scheduling of over 300 asbestos abatement and lead remediation projects annually - Maintain and track inventory,consumable materials,tools and equipment - - Dispatching of trucks,30+crew members and delivery of materials daily Action Remediation,Inc. 2009-2012 . - Administrative and Project Manager - Expedite project notifications - Coordinate project personnel with regulatory agencies LICENSE/ CERTIFICATE HAZCOM for General Industry OSHA 10-hr for Construction Industry OSHA Recordkeeping Training First Aid/CPR certified DOT Drug and Alcohol Training for Supervisors EDUCATION 10,000 Small Business Graduate,Goldman Sachs,LaGuardia Community College Bachelor of Science,The College of Charleston,Charleston,South Carolina. - Cum laude - Departmental Honor Award BOARD POSITIONS Boardwalk I Condominiums,Long Beach,NY,2014—Present - Board President,2018-Present Women Builders Counsel,NYC Chapter,2011-Present - Membership committee,2016—Present - Board Member,2023—Present Women in Construction,New York Build,2019—Present - Women in Construction Ambassador,2019-Present ASSOCIATIONS Environmental Contractor's Association,2009-Present Women Builders Counsel,2011—Present Professional Women in Construction,2014—Present New York Women's Chamber of Commerce—2019—Present Long Island Contractor's Association—2021-Present Luis Puen#es 405 9"Street West Babylon,NY T:631-671-7374 Experience: ENP Environmental, Inc. 2022 -Present Long Beach,NY • Supervisor o Asbestos Abatement Supervisor o Lead Abatement Supervisor o Mold Remediation Recent Supervisor Projects with ENP Environmental,Inc. Include: Museum of Natural History—Asbestos Roof Abatement October 2024 World Trade Center—Mold Remediation September 2024 DASNY, York College—Asbestos Roof Abatement Sept 2022-August 2024 Nassau County Rifle Range—Lead Abatement Jan 2023—Present Local 78 Covered Work 2007- Present Various Jobsites/Companies • Laborer/Supervisor o Asbestos/Lead Abatement o Mold Remediation Training/Licenses: - 40-HOUR SITE.SAFETY MANAGER COURSE (completed Oct. 2015) - Hazardous Waste Operations and Emergency Response (completed Jan 2007) - OSHA 40 hrs (completed June 2019) - SST Training (completed March 2023) - Mold Remediation Supervisor(Completed Oct 2023) - FDNY Torch Use (Completed May 2022) - EPA Lead-Paint Handler Certified (expires June 2025, updated biannually) - NYS DOL Asbestos Supervisor(expires 5/25, updated annually) NYC DEP Asbestos Supervisor(expires 5/25,updated annually) - Confined Space Entry (completed Jan 2007) Fall Protection (completed Jan 2007) Scaffold Safety& Suspended Scaffolding (completed March.2023) First Aid& CPR(completed Jan 2007) STATE OF NEW YORK DEPARTMENT OF STATE ONE COMMERCE PLAZA KATHY HocHUL ; GOVERNOR < 99 WASHINGTON AVENUE. ALBANY, NY 12231-0001 VIIWW.DQS.NY.GOV POBERT�J. RODRIGUEZ SECRETARY OF STATE i I I Filer;EUGENIAPANTONY ENP_ENVIRONMENTAL INC, 3280 SUNRISE HIGHWAY SUITE 72 WANTAGH,NY, 11793, USA Your assumed-name document has been filed by the Department of State. Enclosed please find the official filing receipt and any related document(s), l Document Type: CERTIFICATE OF ASSUMED NAME i i Assumed Name 1D Number: 7087522 j Assumed Name: IRON EAGLE Entity Real Name: ENP ENVIRONMENTAL INC. Filing Date: 07/25/2023 i i Please.retain this letter and attachineut(s)for your records.The Department of State does not mail additional copies of the filing receipt or related attachment(s). Contact Information . Department of State: Email the Division of Corporations at corporations@dos.ny.gov. I i i SS,a0 Of n D p a nt OP uN�rx. of guts ' i NEW YORK STATE DEPARTMENT OF STATE DIVISION OF CORPORATIONS, STATE RECORDS AND UNIFORM COMMERCIAL.CODE ASSUMED NAME FILING RECEIPT ENTITY NAME: ENP ENVIRONMENTAL INC. . DOCUMENT TYPE: CERTIFICATE OF ASSUMED NAME .• oV N.8w, •. DOS ID NUMBER: 5022519 �•• O••• ENTITY TYPE: DOMESTIC BUSINESS CORPORATION f/J ASSUMED NAME: IRON EAGLE : .* - ASSUMED NAME ID NUMBER: 7087522 ; FII,E DATE: 07/25/2023 FILE NUMBER: 230922003481 kCPih510R-• • un!nul aL: TRANSACTION NUMBER: 202308240002012-2363824 `. ,•` •.• I NT a •• • TILER: EUGENIA PANTONY- ENP ENVIRONMENTAL INC. 3280 SUNRISE HIGHWAY SUITE 72 WANTAGH,NY, 11793,USA •' . I . i ' I You Fray verify this.document online at: h tip:Ilec gm,dos.ny. o_v AUTHENTICATION NUMBER: 100004360528 TOTAL FEES: $50.00 TOTAL PAYMENTS RECEIVED: FILING FEE(Includes County Fees): $5 0.0 0 CASH: $0.00 I CERTIFICATE OF STATUS:. $0.00 CHECKIMONEY ORDER: $50.00 CERTIFIED COPY: $0,00 CREDIT CARD: $0.00 COPY REQUEST: $0.00 DRAWDOWN ACCOUNT: $0.00 EXPEDITED HANDLING: $0.00 REFUND DUE. $0.00 i I VENDOR NAME: PENTATEUCH CONTRACTING INC. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 87-4826926 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 04TH FEBRUARY 2022 IF APPLICABLE: DATE FILED: o9mg/2o2g STATE FILED: NEW YORK If a non-publicly owned Corporation: CORPORATION NAME: PENTATEUCH CONTRACTING INC. LIST PRINCIPAL STOCKHOLDERS: (5%of outstanding shares) TOSIN ADEYEMI 100% SHAREHOLDER LIST OFFICERS AND DIRECTORS: NAME TITLE TOSIN ADEYEMI PRESIDENT If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 0 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: PENTATEUCH CONTRACTING INC. ADDRESS: 2731 SEYMOUR AVENUE, BRONX, NY.10469 CONTACT: TOSIN ADEYEMI TELEPHONE: 347-346-4834 FAX: E-MAIL: pentateuchcontracting@gmail.com ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 A r VENDOR NAME: PENTATEUCH CONTRACTING 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. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows -please mark appropriate box: El Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE r Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm,or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so,on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion,agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid,under the penalties of perjury, affirms the truth thereof. -� PRESIDENT SWORN TO BEFORE INIE THIS Signature&Company Position 1_ {(J C TOSIN ADEYEMI - PRESIDENT DAY OF 20 Type Name&Company Position HAZEEZ 0 ADEBAY PENTATEUCH CONTRACTING INC. Notary Public-state of ew York N0.01AD60669PAPUBLIC Qualified in Bron Company Name My Commission Expires v 26,202V 12/31/2024 Date Signed 87-4826926 Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAME: PENTATEUCH CONTRACTING INC. VENDOR ADDRESS: 2731 SEYOUR AVENUE, BRONX, NY 10469 TELEPHONE NUMBER: 347-346-4834 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 001 12/23/2024 Proposal Package 7 of 9 TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized Proposal for: Asbestos Remediation of the Southold Town'Hall Annex Basement 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 A§b69t69_1rem'oval from Sp ace s:1008-1019;andwl_02� 1 1 LS for ONE HUNDRED NINETY THOUSAND FIVE HUNDRED BLS 190,500 00 190,500 00 Dollars Cents (Add All Items) TOTAL forDNE HUNDREh NINOTy 1HO0sk�ND FIVE f PIDIZ✓D 1 0"50o'0© 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. - .. -. ... ,. .... .. .. :... .. ..^•..,. •'c•,• -•... ,"u^,.F- _ __ae�: >F.�e;!;tra:A:.;i":�:, �i' .st J'iC�. :d .ra,2.. �'':.:: .r.:..: •`.'Y,.w`^kr''°'r',_fir,' ___... _.....__.,... ....._ .,.. _ ..._ .._... _ Ad'd Alte'mate'1=Asbestos removal#rom spa_ge t(OO:) ALT1 1 Ls for ONE HUNDRED EIGHTEEN SEVENTY FIVE NSF 118 75 15,437 50 Dollars Cents Add Alfer!4#e:`2 Asbestos removalfrom Space.1,026;, ALT2 1 LS for FOUR HUNDRED ELEVEN SIXTY SIX NSF` 411 66 7410 00 I Dollars Cents Page 8 of 9 AUTHORIZED SIGNATURE PRINT NAME TOSIN ADEYEMI TITLE PRESIDENT DATE 12/31/2024 ACKNOWLEDGMENT STATE OF NEW YORK,COUNTY OF ss.: On the day of in the year 20_ efore me,the undersigned, personally Vappeared, TOSIN ADEYEMI , 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. HAZEEZ 0 ADEBAYO Notary Public-state of New York No.01AD6066967 Qualified in Bronx-county My COI, mission Expires Nov 26,2025 Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: TOSIN ADEYEMI [X1A Corporation A Partnership or Entity FIRM NAME: PENTATEUCH CONTRACTING INC. An Individual PRINCIPAL OFFICE: 2731 SEYMOUR AVENUE,BRONX. NY 1Q469 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSIONITRADE PRESIDENT TOSIN 3056 BRUNER AVENUE, CONSTRUCTION&HAZMAT ADEYEMI BRONX,NY 10469 ABATEMENT 1. How many years has your organization been in business under its present business name? 2 YEARS 2. You normally perform what percent of the work with your own forces? 100 % c List trades that you organization normally performs below: Asbestos Abatement General Contracting Lead Abatement Roofing / Roof repairs Mold Remediation Demolition 3. Have you ever failed to complete any work awarded to you? NO. If so,note where and why. 4. Are there any claims,judgments,arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes,please provide details. NO QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years?If yes,please provide details. NO 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion NIA N PP0-S-1.�i s ON 1>ER �y 7. List five major projects you organization has completed in the past five years: Name of. Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work Asbestos Platinum Global Nurudeen Balogun $26,000.00 11/10/2024 100% Abatement Solutions LLC. 929-231-5325 Asbestos Abatement, DeFash Global Morenike Adeyemi $50,00o.00 09/07/2024 100% Floor and Roof Resources Inc. 929-553-3773 Replacement Asbestos abatement RAJIV RAJIV SHETH $24,800.00 12/23/2023 100% of main roof,parapet SHETH 330-518-3695 walls and pipe insulation Asbestos abatement Haynes Thomas Haynes $24,500.00 01/20/2024 100% of lower roof,front Architecture (914}963-3838 sloppy fagade and P.C. 3 rear windows Asbestos abatement HumanNYC nya of ACM VATRources 929-252-5389 $18,500.00 01/23/2024 100% Floor files Administration QS-2 8. List the construction experience of the principal individuals of your organization (particularly the.anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci TOSIN PRESIDENT 12 YEARS Construction/ PROJECT MANAGER/ ADEYEMI Hazmat SUPERVISOR Abatement 9. Do you have,or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? YES 10. Bank References: Chase Bank 2130 Bartow Ave Bronx, NY 10475 (718) 862-9480 11. Trade Association Membership: N/A 12. Has.your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes,when?'What was the outcome of the investigation? 1 NO QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF NI€W YORY, ) COUNTY OF PPON,%C ) TOSIN ADEYEMI being duly sworn deposes and says that he is the PRESIDENT of PENTATEUCH CONTRACTING INC. contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this d of ,202� Notary Public Commission E iration Da F O ADEBAYO -State of New York IAD6066967 in Bronx County Expires Nov 26,2025 QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this 02nd day of JANUARY Two Thousand and Twenty-Five by and between the Town of Southold, parry of the first part (hereinafter called the Owner), and PENTATEUCH CONTRACTING INC. , party of the second part(hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Asbestos Remediation of the Southold Town Hall Annex Basement. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders,Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions; Standard Insurance Requirements (SIR 1-3),Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and.authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 FOURTH: The Contractor agrees to indemnify ar�'d save the Town,its officers,agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages,claims,or expenses,including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH:Neither Owner nor Contractor shall,without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically,Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. W WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid ONE HUNDRED NINETY THOUSAND FIVE HUNDRED Dollars Written in Words $ 190,500.00 Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY TOSIN ADEYEMI Albert J. Krupski Jr., Supervisor TITLE PRESIDENT A-2 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 before me,the undersigned, personally appeared, TOSIN ADEYEMI ,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 tome that-he/she/they executed the same in his/her/their capacity(ies),.and that by his/her/their signature(s)on the instrument,the individual(s),or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2025 before me,the undersigned, personally appeared, TOSIN ADEYEMI , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and,acknowledged to me that he/she/they executed the same in his/her/their capacity(ies); and that by his/her/their signature(s)on the instrument,the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.ny.gov ���tiOF NEw�� A . _. Kathy Hochul,Governor 9 �� Roberta Reardon,Commissioner �O Town of Southold Schedule Year 2024 through 2025 Michael Collins,Town Engineer Date Requested 09/11/2024 53095 Main Road PRC# 2024011546 Southold NY 11971 Location Southold Town Hall Annex Project ID# Project Type Asbestos abatement of the basement of the Southold Town Hall Annex PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Rate Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2024 through June 2025. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.ny.gov. Updated PDF-copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSD^L website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name &Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 www.labor.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov PENTATEUCH CONTRACTING INC Balance Sheet January 1, 2024 through November 30, 2024 As Of11/30/2024 1ASSETS CURRENT ASSETS: Cash $ 148,596 Account Receivable $ 425,844 Employee Loans Receivable $ - ITotal Current Assets $ 574,4401 FIXED ASSETS: Automobile $ - Machine And Equipment $ 74,652 Other Assets: (Total Asse Assets b M$ 649,0921 CURRENT LIABILITIES: Deferred Credits Deposit Payable Notes Payable-Net Of Current Portion Payroll Taxes Payable $ 14,873 Total Current Liabilities $ 14,8731 OTHER LIABILITIES: Debt Payable Notes Payable-Net Of Current Portion $ 22,595 (Total Other liabilities $ 22,595 (Total Liabilities $ 37,46& NET WORTH: Common Stock Additional Paid-In Capital Retained Earnings $ 611,624 TTotal Net Worth $ 611,6241 TOTAL LIABILITIES& NET WORTH $ 649,0921 J r 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. 0/ A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 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: oper-f wh UnS dul LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TLE j6ha_rd__1e.rr-vid e� If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 L� ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: /' 2 tr O �"I DYl �6 f` ADDRESS: p n f I o �NI i )ier _Mace , /Uy 117611 CONTACT: -Te-Yr V - TELEPHONE:�p.�/ -11 5g3 FAX: E-MAIL: .J EC 'M a-It Q a I c ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 i Gil n' l VENDOR NAME: ASSUMED NAME CERTIF CATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on ' DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SUALJQ DISQU IFY BIDDER. AUTHORIZED S GNATURE Proposal Package 5 of 9 �I �I AFFIDAVIT OF NON-COLLUSION 1 hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith,from that person to make the statements set'out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a'bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person; whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any,firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person sign' this bid under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company—P�o Mon f ha e��`-� 2 DAY OF 20 Type Name Company Position Company Name NOTARY PUBLIC 7 — 2'0 7 E\/F:1 Yt'C.MARTINO Date Signed IJota hL.` ic,Statc,of HOW York I'. V 3­ Vim. // t 4V - y'31 Federal I.D.Number Comruission r xPres july Proposal Package 6 of 9 THE PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAME: -PrV C54' eo VENDOR ADDRESS: /7, ,pt1ley face- 117L TELEPHONE NUMBER: b-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.) The undersigned hereby acknowledges receipt of the following Addenda(if none were issued please write N/A below): Adde dum No. Dated ti h ty Proposal Package 7 of 9 TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized Proposal for: Asbestos Remediation of the Southold Town Hall Annex Basement 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 A sbestos�removalfrom_Spaces-1008-1019-and.�1021-1023�J-_,_ 1 1 LS for ej i 1--160'&n)1 Y)K kt*t� kjdQqWf /LS 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. ✓ay„Add_Alfemate:1=Asbestos�errioval from Space 1001 ALT1 1 LS �— for (� V ..� F Dollars Cents Add.Alternate 2=Asbestos removal from,Space 1026 ALT2 1 LS nA ZAb 7/SF 071, Dollars Cents Page 8 of 9 f. AUTHOR HORIZED SIGNATURE PRINT NAME Cl redTe rr TITLE DATE O� 7� ACKNOWLEDGMENT 'STATE OF NEW YORK; COUNTY OF5, 4A' 11� ss.: On the &2 0--day of Dec in-the year 2G*efore me, the undersigned, personally appeared, /2i rA tWd n rr V personally known to me or proved to me on the basis of satisfactory evidence to be the individuals) Whose, riame(s) is (are) subscribed to the within instrument and acknowledged, to me that he/she/they executed the same in his/her/their capacity(ieg), and that"by his/her/their.signaturo(g) on the instrument,the individual(s.),or the person upon behalf of which the individual(s)acted, executed the instrument N 'kY-PUBUC OTA EVELYN C.MARTINO Wan/Public,SL-itry of New Ynrk Rc 'XI 41 SUffCA CA)U111 y Commission Expries July 31, 'ZS i. ii ij Proposal Package 9 of 9 CONTRACT AGREEMENT THIS AGREEMENT made this oZ y1.A day of y6uy l Two Thousand and Twenty-Five by and betwe n the Town of Southold, party of the first part (hereinafter called the Owner), and on Coy party of the second part(hereinafter c lled ontractor). WITNESSETH: That for and in consideration of the premises.and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Asbestos Remediation of the Southold Town Hall Annex Basement. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders,Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed .and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 u FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1. of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH:Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid Y� s Written iA Words $ 9 70 Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE A-2 G ACKNOWLEDGMENT 't STATE OF NEW YORK, COUNTY OF /I� ) ss.' On the -!Ltdayof C in the year 2025 before me,the undersigned, personally appeared, "T . ,personally known to me or i proved to me on the basis o satisfactory evideke 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. EVELYN C.MARTINO Idofary,Public,State of New York Re9Istratian Nb.OIMA4774618 Qualified-In Suffolk County NOTARY PUBLIC I �onunission Exprie�Jlu�y�2, .?✓'�'' STATE OF NEW YORK., COUNTY OF_ )ss.: i r. On the day of in the year 2.025 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 instnuent,the individual(s),or the person upon behalf of which the individual(s) acted, executed the instrument. I d iM1 l., NOTARY PUBLIC '.i A-3 i; I: Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. -iC(n SUBMITTED BY: ( .�� 1�r r� A Corporation A Partnership or Entity FIRM NAME: UJ 75L �7 An Individual Corp PRINCIPAL OFFI J30 /j IN �e rxc 11 6 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE �� r�►c�� d- Ter d �x !tar �5he�s Abaa ewL��- y 4f iler pf ace'Ny C17�O� 1. How many years has your organization been in business under its present business name?� 2. You normally perform what percent of the work with your own forces? /0 D% List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. /VP QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. ( 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: Tb Oa m 1< 6;Z �J ly - 254 M+ A Q ' t'� 1/14 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the /IP investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF COUNTY OFs .�j�� tom` f 25W being duly sworn d se and says that he is the n�-7'L.-Pr� fof gcvvey4v Al ontractor and that answers to the foregoing questions and aft sta emen s therein contained are true and correct. (Signature of pe son who s' ned bid) Sworn to before me this JQ day of 202$ Notary Public Commission Expiration Date: EVELYN C.'MARTINO Notary Public,State-of New York Registration No.01MA4774618 Qualified in Suffolk County Commission ExpriesJuly31, 6 QS4 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. Fh As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 t i VENDOR NAME: WPS CONTRACTING GROUP, LLC VENDOR INFORMATION SHEET TYPE, OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL x FEDERAL EMPLOYEE ID #:87-2950147 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: 9/27/2021 STATE FILED: 09/27/2021 If a non-publicly owned Corporation: CORPORATION NAME: ❑ _ LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE ■■■■■■■�■■■■■■■■■■■■rr■■■■a■�■■■■r■■■a■■■r�r�a■■■■■r■■■■rr■■■■r■rrrrr■■rr■rrrr■r■ If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES;-' l Proposal Package 3 of 9 i ADDRESS. ',ECORDY FORM MAIL BID TO:. VENDOR NAME: WPS CONTRACTING GROUP,LLC ADDRESS:. 25 MELVILLE PARK RD,SUITE 142 MERLVILLE, NY 11747 CONTAC.T.: Erick W Barreiro TELEPHONE 516.544.9707 FAX: E-MAIL: wladimirb@wpscontractinggroup.com -ON 'it different- MAIL PURCHASE ORDER TO:. ADDRESS.:' J TELEPHONE. a `FAX: C;ONi'ACT. ._ E-I MAIL: ONLY if different MAIL`.PAYMENT TO: ADDRESS: TELEPHONE: FAX. CONTACT: E-MAML:: Proposa!'Pik'Up 4 of 9 � 1 _ VENDOR NAME: WPS CONTRACTING GROUP,LLC ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy or the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached 0✓ I certify that 1 can supply insurance as speci f f ed i f awarded the bid Q✓ Insurance Certificate filed on 12/6/2024 D ATF FAILURE TO PROVIDE. SPECIFIED INSURANCE SHALL DI U LIFY BIDDER. IZE ATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that'I. the,person.resp I responsible nsible within my, rif''mTor the final decision as to the prices(s).and amount of this bid or, if not,that fhave.Written authorization,.en 6losdd,.h from that person to:make the statements set out below-on his or her behalf and on behalf of my fitm. 111irther,atiest,that: I. 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 c S)'pfi nor,the amount,of this bid, have been disclosed-to any other firm or person who is �a bidder,or potential bidder .on Viis:prqPec4:and will. not-be so,disclosed :prior'to. bid opening., 3. No attempt has been madeor will'ibe made :to solicit,. cause or induce zny Arm. or .person to refrain from bidding on this:project.or to submit a bid' 'higher than lhe•bid.of'this firm,, or any i. intent onally high or non-competitive'bid'or other form of-coMptementar.y bid: A Thetbid 6f,my fiftinls.'made In good'faith and not pursuant.to any agreement or discussion with, or inducement from any'firm or person to subrnit,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 firra�or person;.Aei.her in connectionwith this,or iany.oi I her project,,in consideration.for an-agreement or promise by an firm or person to refrain'from bidding-or to sdbmit'a.complemetitary bid on this project. 6. My firm has not"laccepted or been,promised any subcontract or agreement the sale of materials or services to any eirm or,persor�,,-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.gubmitfing-a complementary bid, or agrecingto.d6so-i.onAhis.project. T i have made a-diligent inquiry of all members, officers; employees, loyees, and agents of my firm with responsibilities relating to the preparation; approval or submissilon of rr-iy firml" bid on this project and have 'been ad vAsed' by each of.them that:he or 4she has not''participated in any communication, consultation, discussion,agreement.collusion; usion;act:or,other conduct'inconsistent with any,b f the statements and representations made in-this,affldavit,, The et-on signing,this'bi under the`penalties of perjury' ,,affiftnis the truth,thereofl z e�MV�) MWORNI O.BEFORE-ME THIS SignaturcA-Co osition or Erick W Barreiro- President of Operations D A Y 6 2.il)d V Ty-p-e'Nar"c'W, 0_MP­AJk_VPQ5iti1qn'- WPS CONTRACTING GROUP, LLC Me N( PU131 Company')fa SHEILA E HORTON ��'t Signed Notary Public-State of New York NO.01H04948825 129-96-6676 Qualified in Suffolk county My cornmisst.on Expires mar 27,2027 Fcd r"dl 1. raber my P'roposa'l J?ackage,6 of 9 THE PROPOSAL.FORM Asbestos Remediation of the Southold Town Hall Annex Basement VFNDOR DAME: WPS CONTRACTING GROUP,LLC VENDOR ADDRESS: 25 MELVILLE PARK RD,SUITE 142 MELVILLE, NY 11747 TELEPHONE NUMBER: 516.544.9707 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 ol'the Collowing Addenda(if none were issued please write N/A below): Addendum No. Dated 001 12/23/2024 Proposal Package 7 of 9 TOWN QF SOUTHOLD ASBESTOS°REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized P,ro osalfor: Asbestos.Retriediation.of the^Sotithdid'Town.Hafl Annez Basement ITEM NO'. ESTIMATED U DESCRIPTION OF XT ITEM U141 :BID PRICE EEND NIT' ED.AMOUNT:BID QUANTITY ;(Filf'in Unif.Price Written in Words) DOLLARS . CENTS DOLLARS CENTS As .stos farrtoval from 4oC":1005105pArt!1.0 ~-; 1 1. Ls_ for. Eighty Seven Thousand One Hundred Twenty Three/00 !LS 87,123 00 87,123 00 Dollars Cents (Add All,Itemsl TOTAL for Eighty Seven Thousand One Hundred Twenty Three/00 $87,123.00 Dollars Cents Total All Items(Numerically) WRITTEN IN;WORDS NOTE: The Town.of.Southold reserves,the right to increase,decrease,',or eliminate in its entire 'an :or all items riorto or after awafd•of the,bid. Add Nita'rnt 91 rAsbestosremovalfrom: - ALT1 1. LS for Fifteen Thousand Four Hundred Thirty NSF 15,430 00 15,430 00 :Dollars Gents Add Alternate 2•Asbestos.removal from`3par -'E}ZB: ALT2 I 1 LS for Three Thousand -ISF 3,000 00 3,000 00. :Dollars Cents Page 8 of 9. r• L f AUTHORIZED SIGNATU PRINT NAME Erick W Barreiro TITLE President of Operations DATE ACKNOWLEDGMENT STATF. OF NEW YORK. COUNTY OF )ss.: On the day, o 1 in the year before me, the undersigned, personally g p y appeared,!.!._.,... , personally nown 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, exe uted the instrument. NOTARYY,eBLIC SHEILA E HORTON Notary Public-State of New York NO.01H04948825 Qualified in Suffolk County 1 My Commission Expires Mar 27,2027 Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the.truth and correctness ofaii statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: Erick W Barreiro A Corporation A Partnership or Entity FIRM NAME: WPS CONTRACTING GROUP, LLC An Individual PRINCIPAL OFFICE: Erick W Barreiro, Elias Villanueva, Lucy Marte PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE President of Operations, Erick W Barreiro,349 W 23RD Street, Deer Park, NY 11729 Project Manager, Elias Villanueva, 15 2nd Ave,Central Islip, NY 11722 Project Designer, Lucy Marte,349 W 23RD Street, Deer PArk, NY 11729 I. How many years has your organization been in business under its present business name? 3 2. You normally perform what percent of the work with your own forces? 100_% List trades that you organization normally performs below: Asbestos Abatment, LEAD Removal, Mold Remediation 3. Have you ever failed to complete any work awarded to you? No . If so, note where and why. 4. Are there any,claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. No QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. No 6. .List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 51 Port Watson St Cortland Housing Authority 607-753-1771 ext.236 $14,876.00 02% March-2025 640 Riverside Dr#11 Danaryn Services 516-972-0081 $100,582.00 051/6 March-2025 7. List five major projects you organization has.completed in the past five years: Name of: Engineer/ Work Done ; Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work Please see attached experience reference sheet QS-2 S. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci Erick W Barreiro Estimator/PJ Manager 10yrs Estimating&managing jobs Estimator/PJ Manager Lucy Marte Project manager 4yrs Filing process,Schedule PJs Project manager Elias Villanueva PJ manager/Supervisor 5yrs Supervising Asbestos projects Asbestos Supervisor 9_ Do you have,or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? Yes 10. Bank References: TB Bank 11. Trade Association Membership: N/A 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations:'If yes; when'? What was the outcome of the investigation? No i QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF� (4 ) COUNTY OF C ) c w ��lrC61-0 bein dull sworn deposes and says that he is the 9 v F o s.' of ..,�r2i AkC contractor and that answers to the foregoing questions and all statements therein c tained are true and correct. (Signature o person w bid) Sworn to before me is day of& ,20 Notary Public Commission E pi ion Date: �. "R•lt2 SHEILA E HORTON CMY tary Public-State of New York No.01H04948825 Qualified in Suffolk County Commission Expires Mar 27,2027 QS"4 DATE(MMIDDIYYYY) °A�O CERTIFICATE OF LIABILITY INSURANCE 12106/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.' THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT MIRYAM YEPES NAME: US HOME SERVICES INSURANCE CORP. PHONEM. o Ext: 718 777-9011 aC No 53-15 BROADWAY ADDRESS: insurance ushomeservices.net WOODSIDE,NY 11377 INSURERS AFFORDING COVERAGE NAK;# INSURERA:IRONSHORE SPECIALTY INSURANCE SERVICES INSURED INSURERS: IRONSHORE SPECIALTY INSURANCE CO WPS CONTRACTING GROUP LLC INSURER C:NEW YORK STATE INSURANCE 349 W 23RD ST INSURER D:SHELTER POINT INSURANCE Deer Park,NY 11729 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICYNUMBER MMIDD MMIDD LIMITS A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2000,000 DAMAGE To RNTED CLAIMS-MADE X OCCUR x x PREMISES E.E occurrence) $ MED EXP(Any one person) $ 10,600 IEPUW0031819100 0/27/2024 10/27/202E PERSONAL a ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 NPOLICY SECT LOC PRODUCTS-COMP/OPAGG $ 2000000 OTHER: POLLUTION LIABILIT11 $ 2,000,000 AUTOMOBILE LIABILITY (CEO, SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTYDAMAGE $ HIRED AUTOS AUTOS Per acc dent $ UMBRELLALIAB HOCCUR EACH OCCURRENCE $ 5,000,000 B x EXCESS LIAB CLAIMS-MADE XSCUW0030202801 0127120241012712025 AGGREGATE $ 5,000,000 X I DED I I RETENTION$ $ WORKERS COMPENSATION X STATUTE ER AND EMPLOYERS'LIABILITY TH C ANYPROPRIETORIPARTNEWEXECUTIVE Y/N E.L.EACH ACCIDENT $ 500,000 OFFICER/MEMBEREXCLUDED? N/A 1/021202 (Mandatory in NH) 12579 941-2 11102/2021 iE.L.DISEASE-EA EMPLOYEE $ 500.000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 500,000 D DISABILITY DBL678234 1110112024 1110112025 STATUTORIA DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) SUBJECT TO TERMS AND CONDITONS OF ACTUAL INSURANCE POLICY ADDITIONAL INSURED TOWN OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD NY 11971 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TOWN OF SOUTHOLD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 53095'MAIN ROAD ACCORDANCE WITH THE POLICY PROVISIONS. SOUTHOLD, NY 11971 AUTHORIZED REPRE Mlryam ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD COIII92024 I� `� n�rWW i RIIFAd Lp BPAlJ�� Bank Verification Letter Tuesday,September 24, 2024 Vendor/Customer Name: TD Bank, N.A. Attention: patricia steen Fax/Email: patricia.steen@td.com Account Name: WPS CONTRACTING GROUP LLC Account Address:25 MELVILLE PARK RD STE 142, MELVILLE NY 11747-3286 Commercial De osifs: Account Number(s): 4435373694 Routing Number(s): 0260-13673 TiN 872950147 Type of Account Checking Account Status: Active Date Account Opened: 08/07/23 Date Account Closed: Current Balance: Available Balance: , YTD Average Balance: Authorized Signers: ERICK WLADIMIR BARREIRO SAYAY Comments: Account Verification only. TD Bank does not rate accounts or provide j information on NSF or OD. Should you have additional questions, please contact me via email or the phone number listed below. Sincerely, rr 11 G Sonja Sharkey V Comm'I Loan Doc Spec III 11000 Atrium Way Mount Laurel, NJ 08054 Cred!tReferences@td.com T: (864) 920-6270 r This transmittal Is intended only for the use of the individual or entity to whom it Is addressed,and may con'ain information which Is privileged,confidential,and exempt from disclosure under applicable low.If the reader or this transmittal is nat the Intended reciplent or the employee or agent responsible For delivering the transmittai to the intended recipient,you are hereby notified that any dissemination,distribution or copying of this communication is strictly prohibited. If you recelvea this transmittal In error,please return It to the above address via the U.S.Postal Service. 1he'nto mation set forh herein is based on Identifying Information provided by the inquirer and is deriveo from the bank's documents and records and retained in accordance with the bank's records retention policy. While the information is beileved to be correct,neither the bank nor any of its agents or representatives maKes dry representation or warranty.either exoress or implied,as to the accuracy or completeness or the information supplied. You agree that neither the Dank nor OrW of its agents or representatives shall hove any liability to you on any basis resulting from your use or refance on the information suppled.Thank You. SS Signature verified i Internal Project Experience Attachment Submitted by Company:WPS Contracting group,LLC Date;12127/2024 Current Projects ''° :{City,Statej ar, �'± ;; 1� -i (Asbestos Abainent;Muld' (Commercial Reffdemlaq (3ubwork Only} '( r' 'Data;Projects Names;? '4tPrpJectLocatlon' * CBen�t Name s CotetractAmoelrt� TypeotWorkPertomjed Ty{ieofPr�Ject 95Comp[ete -1`� 1'roJea Complete• � Reference��,as a'. Relerettee°„_�:�, �_ 'x s � � rr 4 - t Remedlatlort LBP Rempval) r - .�, - L ' (Month year) (Name Compar)y Phone (Name Company Phoney-z ENm-Pr.U.tw rp. St.Thomas Aquinas College NmY,rk,W10018. St.Thomas Aquinas St.Thomas Aquinas ASBESTOS Beta B.M.�!,Afl(917)4554723 Jim Doyle(845)600-9214 College SparkIII,NY College $115,660.00 ABATEMENT College 100% Sep-23 Idoy@stac.edu 1--.� LIC Empire Corp lwwlst38th Street sufta.' Michael Stachowlak N-Y.rk..Yleol. Harmony Heafthcar ASBESTOS UZA,&tl (212)682-2001 (917)969-3957 Long Island at Etmont Einnont NY LIC Empire Corp $52,575.00 ABATEMENT Healthcare Facility 200% Nov-23 zmQtgmwm licempire@gmall.com D—EmN—.WCW. Sherwani Contracting MYS Office for People 1S70E2(nhft-,M0 Tare Shemani B,..Mr.NY 11229 with Disabilities ASBESTOS )&,kM,b (718)200-5228 1 Fox Lane Locust Valley,NY Sherwani Contracting $35.000.00 ABATEMENT Healthcare Facility 100% Sep'23 shemanu.inc@gmall.com E,*,ftU,1tdC,ry. Farmers Insurances �W—MSuteas" ASBESTOS �-.'kwrscr.. TammyWiHoughby Farmers Property and ABATEMENT tammy.witloughby@farmemi 123 ParWiew,Brorurville BronxWile,NY Casualty Insurance $45.000.00 Mold remidiation Residential 100% Aug-23 btaara@eno-pro.— neurance.cont WPC Construction Corp LLC Wayne Steck StewartTenantsCorp, ASBESTOS M.,ao fta.(718)5460870 (516)315-3820 Apt:7S-9L New York.NY WPC Construction Corp $5Z760 ABATEMENT Commercial 10MA Jun-24—xa@..unt.zesm—ntat—WcStk@grnaILC0. Emmo-PwoUrgtdU,p. Bullay Shah,Inc 264W4od,sLBa0e602. Mohamed Shah NmYo k,W10018. 3482 Park ASBESTOS UkaB.sINstww(SV)4ss4M (718)924-6846 Church Bronx,NY BulUyShah,INC 56,000.00 ABATEMENT Commercial t0045 Jul-24 buL(yshahlnc@gmaiLcom U-M CltyofYonkers s haTanplke M.Ia,W11501 VincentNapoletarn) ASBESTOS ABATEMENTAT 3 ASBESTOS P.M Qulnn(516)596-2900 Vinmnt.NapoletanG@yonker CITY FACILITIES Yonkers,NY CityofYonkers $36,156.16 ABATEMENT Public 1009b Sep-24 q�,J@LIRU-Hlo-com snygov Erntr,ftUMtdC,M. The Ardent Company 26W"o,,45,,m6DZ Eliot Doud(843)614-7087 New Y.,kNYM18. Pets Warehouse& ASBESTOS BU Bmfla wFU(917)455-4723 edoub@theardentwmpanies Northwarehouse Copiague,NY The Ardent Company $109,900 ABATEMENT Commercial 100451 0c,.241666812@—ym— I.Com total $503.041.16 BUSINESS FINANCIAL STATEMENT STATEMENT OF FINANCIAL STATEMENT AS OF WPS CONTRACTING GROUP, LLC 12/27/2024 STREET ADDRESS CITYAND STATE 25 MELVILLE PARK RD, SUITE 142 MELVILLE, NY 11747 TO TOWN OF SOUTHOLD PLEASE ANSWER ALL.QUESTIONS AND FILL IN ALL BLANKS Cash in Banks $ 147,956.00 Accounts Payable $ 46,000.00 Cash on hand $ 12,000.00 Notes Payable on Merchandise $ Accounts Receivable $ Other Notes Payable $ 1,900.00 Notes Receivable $ Borrowed from Banks Secured $ Accounts and Notes Receivable from Borrowed from Banks Unsecured $ Officers,Partners,and Employees $ Merchandise $ Borrowed from Others(Whom?) $ Other Liabilities or Accruals Receivables Secured by Real Estate $ Mortgages on Real Estate(Describe Below) $ Receivables Secured by Mortgages $ Other Mortgages,Liens,Security Interest or Encumbrances.(Describe Below) $ Receivables Secured by Deeds or Trusts $ Machinery,Tools,Furniture and Fixtures Notes and Accts., Receivable from Affiliated Cos. $ 78,000.00 Other Assets(Describe) $ Trucks & Vans $ 42,000.00 TOTAL LIABILITIES $ 47,900.00 TOTAL ASSETS $ 279,956.00 TOTAL ADJUSTED NET WORTH $ 232,056.00 The undersigned hereby warrants that all information is true and accurate and was taken from the books and records of the above-named business as of the date below. NAME DATE SIGNED Erick W Barreiro 110/27/2024 ALBERT J. KRUPSKI, JR. a MICHAEL M.,COLLINS, P:E. SUPERVISOR TOWN ENGINEER TOWN HALL - 53095 MAIN ROAD " ':�` TQWN OF SOUTHOLD,NEW YORK 11971 Tel. (631)='765-1560 Fax. '(631)-765—9015 .,,. r4 ri;0iti»S�•i=ONvivsOrMion;a'v�=tfs; OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 001: December 23, 2024 Page 1 of 1 PROJECT:_ ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Attention Bidders: The pre-bid meeting was held on December 18, 2024. The following information is provided in response to-questions asked during the pre-bid meeting. Information provided as part of this addendum supersedes any conflicting information provided in the Bid Documents for the above referenced project: J ' IS OVVq@I'�$ atl'd', 011�t'RCf019S.P1'4f�Cf'iyeLiihilityI'nsut!ance:reauired,forthi§J*o.iecfas n6C: 1.7�d�'on'"PAe':IB`= ofahe_'YJNSTRUCTIONS`T.O;.BIDDERS? • No this insurance will not be required for this project. Where is the Testing:M anies Coru. floor»lane referenced in Sections 3J of the'SCOPIl;.OF .WORK I'OR.ASBESTOS.REMOVAL? • This floor plan was inadvertently left out of the bid package and is attached to this addendum.. Sincerely, Aj4� Michael M. Collins, P.E.: Town Engineer A ,t • _ 001 m i j _ j6I r' i i.. ar. RIiF�' z coos 5. - Y _..,,.:I: iCi1IPII'Y ACM FLOOR T1LF G CUM r... .. . ' PII+F FLOOR` --- - - - Ul, AND'ASSO " �C>NIOOD sari `: ctivics cPor -rror Q.PLIlVG GLi]L ACAt CZII,ING MY RR RR !C ROM-SEAFORD,L f,N YORK 11783 PHONE(51 2f�38,D"FAX(516)2214610 Z44AAI ' niW=m SOUTHOi" D' HALLAIVNEX ' .. "7�'NfA1N ROAD: SOUTHOLD NEW YO. F; :.-_. .._..:.::. MY OSCONTAIN -(i;!{M„RIA INSPEGTtOi�i _.:6a5 MBr.,EMM CLOW L.K OGIA'fES .IR �' 1'�158 soma Is 1 , CONTRACT AGREEMENT 'THIS:AGREEMENT made.this - day of Two Thousand mid Twenty-Five by: between;the,Town of`Southold,-p y�._.' # p (, ' "art of,he first art hereinafter called-the.Owner);.,'and. ,. ., .party of tlie''second part.(hgteinafte'r called Cortractor). WITNESSETH: That fqr and ii ,consideration u&the,premises and tfie:agreements herein -confained, and the,payments 'herein provided to be made, the. parties Hereto agree as. follows:- ,FIRST: The Contractorsshall.perform all.labor, and,fumiW all t'he;maierials, equipment;r tools,and:implements and will well and faithfully:perforw and compleic:the.entire work: 'associatedvith the.Asbestos:Remediation of the Southold Town=Hal Anaeg8asement.. AS DESCRIBED IN THE ,Contract Documents made:arid :.prepared ',by,.the: Town of Southold, and..as set forth in tli'e Contractor's,Bid dated-, and.-in strict and�entire.conformityand in accordance with ihe`Notice to'Bidders;:Instructions to Bidders, '.Proposal Form.Oid); Perforniance. Bond,.Conditions.:of:Contract, General Conditions,_ Standard..Insurance Requirements (S1R.1-3);,Oefailed Specifications;Coniracf:Drawings, Addenda;. and.4his Agreement;.,hereto.annexed'and made a, ad`hereof,.and hereinafter collectively refcrred:.to as "Contract.Doc;uments SECOND: In.Consideration rof the `Contractor performing'this-Contract in..the.manner :herein stated and°as stated.in#he:Contract Documents;`ihc:;( wner promises and.agrees to 'pay 0r.cause tci'be paid:to the Contractorlhe sums,d money mentioned',in:said Contract :Documents in the manner:and under the conditions therein provided. TIiXRD: The Contractor covenants and agrees,'tliat, ,anythinl;,.in:this .Contract:or in the. 'Contract:Documents to be contrary 06twithstanding; or`regardless of lny matter, .thing; contingency.Of condition 'unforeseen or.otherwise; present'or future,`.die Contractor shall nol be entiticd�,t(Y: eeive:;any:additional or further sumsbf money than the-amounts m said Corit".tact:I)ocuincnts provided; and,the :failure of,the Owner or `its;agents to insist'upon s tr%ct performance pf any of the tercriscovenants, agreements,provisions.or'coridifions:in this..;Agreement or In_the Contract,D'o.cuments; on any'one or.more instances; shall.iiot be canstruect .as a:'Waiv'f or relinquishment for the future of';any such.tennis, covenants;. :agreements;;-pr visibn arid,.conditions arid the sairiie'shall be and remain.iri;full force Arid effect with,power.'and;authority an'the'-art,af the GWrier to etiforce the sariie:pr cause:the ,same f© be enforced at.any trrie;'witliaut prejudice to any other rights<wlitcl the Owner may'have:a;atn-t-the Contactor:under this"Agreement or the Contract:Documents: A-1. n n „ FOURTH... The.`Contractor:agrees<to:iridemnify aiid';save the.Town,its.;offie&s, agents an employees harmless from any liability imposed .UNn,the%Town, its`off cers; agents.'and/or employees aeising:fr'orn:6e negligence`;active:or pas"sive�of.the Contractor:and from;and against any damages 'claims,'o:r:OXpenses;,; ztcludirig;ireasonable attorneys fees;;ai szn'g out of Contractor's breachof the Agreenrient or from Contractor's acts or omissions'outside`tlie scope-'of the Agreement or arising: aut of'claims or'.actions liy third parties again# 1 Contractor by virtue of its perfbnuance of this,,A-'-- nt:. FIFTH_; 'Perms used ;in-the grqgment"which are .def rigid 'ii :Article;. 'of:the General Coaditions,shall`have the"inzaniiigs indicated-m the'Grerieral,Coriditiobs- SIXTH: Neither 0uvrier nor Contractor stia L: wi—,,the prior written consent of the tither,: assign or sublet iri:`whole or.part his, nferest;under' any of tkie Contact Documents, specifically,Contractor.slall,;iiot,assign tiny monies due of to tecoirie due without°thePrior written corisent;lof the()wrier: $J✓vENTfl:'Owner;'and.:Contractor each binds himself, his parEriers;.successors,:ass gns, and legal representatx�es:of the other party.heieto;in fe' pO fi to all cbt�enants,agreements and obligations:contained.in the.Contrac"t:.Doc iments. QGITM The Contract Docuindfits;constitufe the entire;'agreement:between Ov��ier aiid Coritraetor;and may only Wa:lteted; amended of repeated'by;a, duly. ;executed:written, itistrdffii sj She both parties; rK WITNESS WHEREOF,;the parties hereto'haveexecuted this Agreement.iher,day and-:year: first above:written. Total.'Bid; :bollars . Written`in Words, — -- Wiitven in Fig' TOW bF SOUTHOL D C0 ITRACT(?R 'BY By _ A(E l..Krupsici Jr:,.Supervisor TETTF AC10OWLEDGMENT STATEOF NEW YORK, COUNTY OF Oti'the day of in the yeai 2025:befote MP-1,'tbe-,unders'ig'fi d personally ap p e a re personally-known to:me:or.. proved to me-on-the basis of,satisfactory evidence;to be theindividual(s')_,whose name(s)- I is(are)subscribed' 'to the within instrument and,acknowledged lomethat he/she/ihey executed the.same in his/her/their capazity(ics)::and,that by his/her/their signature(g)on the instrument,; the'.1hdiVidual(9 -,'or the.person.upon behalf-,.of which the individuat(s). acted, executed the instrument. N(YFARY:PU811C STATE OF KEW YORK, C-OLNTY'OF Oft the day of 2S,beforeme,the undersigned, y_ in the year:26 personally appeared, pprsonW l'y known to me,, proved to me on the'hasis,of satisfk evidence be the ffidlviouid( whose-ha"in e''("s. : 1 -satisfactory c ) is,(are subscribed to the..withiri-iiistrufti&titaiid'atknciw'lddg.ed,toiiie"that he,'she/they executed,the same in his/her/their capac'ity(ies)j and that by,'hig/her/the*ir:signature(s)on the ihAtnihtent,the indiv* (s_ .individual :Acted,,,ejcecut'e­d­the­.in-strum'dit. NOTARY-PUBLIC A-3 Y J THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS i PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.ny.gov BIDDER'S CHECK LIST Your re•ponce to our above referenced bid will be considered unresponsive and will be rejected if the fo owing forms are not included at the time of the bid opening. Notarized Affidavit of Non-Collusion as required by NYS Law. A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured,to be on file in the Purchasing Department. You will be given ten(10) business days from notice of award to supply this form or the bid will be rescinded. Vendor Information Sheet and Address Record Form. Assumed Name Certification. Bidder's Qualification Statement, NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 , �. Y * * * * Conforms with The American Institute of Architects, * ( * A.I.A. Document A310 (2010 Edition) * * Bid Bond CONTRACTOR: SURETY: (Nance,legal status and address) (Name,legal scours crud principal place Boyle18, Inc gfbusiness) 240 Hedges Ave Old Republic Insurance Company Patchogue,NY 11772 PO Box 789 This document has important legal Greensburg, PA 15601 consequences.Consultation with OWNER: an attorney is encouraged with (Name,legal status and address) respect to its completion or modification. The Town of Southold 53095 Main Rd., Southold, NY 11971 Any singular reference to Contractor,Surety,Oviner or BOND AMOUNT: other party shall be considered Ten Thousand Eight Hundred Ninety Dollars($10,890) plural where applicable. PROJECT: (Nance,location or address,and Project number,if anv) Asbestos remediation of the Southold Town Hall Annex Basement 53095 Main Rd.,Southold, NY 11971 The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another parry to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. ` If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the tern Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefronm and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common late bond. Signed and sealed this 2nd day of January,2025 � Gy t i z- C'onrrcrctor .s rir r al (Sea!) _David Boyle, Presi eat_ (Pule) -``�altmtt?tt!iru�c��4 Sharif Ismail,Attorney-in-Fact (title) - s.V� ,tpAfL loss, Conforms with The American Institute of Architects,A.I.A.Documents ORSC 21328(5111) Document A310TM - 2010 Conforms with The American institute of Architects AIA Document 310 Bid Bead CONTRACTOR: SURETY: (Name,legal status and adducts) (Name,legal status and lIthlApal "O rf hlctfltc ) United States Fire Insurance Company Defash Global Resources Inc. 305 Madison Avenue Thisdocurit nt has Important 1054 East 223rd Street Morristown,NJ 07960 legal consequences.Consultation Bronx, NY 10466 Mailing Address for Notices with an attorney is encouraged with respect to Its completion or moditleation. OWNER: (Iftne.legal status and address) Any singular reference to Contractor,Surety,owner or Town of Southold other party than be considered 54375 Main Road plural where applicable. Southold, NY 11971 BOND AMOUNT' 5% Five Percent of Amount Bid PROJECT: (,Vslue,location or addh=mid 1'rooject uimibia',tfwjy) Re-bid-Asbestos Remediation of Southold Town Hall Annex Basement,Southold, NY The Contractor said Surety are bound to the Owner in the anioitnt set fordo above,for the payment of which the Contractor and Surcty bind themselves.their licirs,oxccutom 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 ilia owner and Contractor,and'dio Contractor either(1)enters into a contract with ilia Owner in accordance with the terms of such bid,and givas such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiotion of tiie project and otherwise acceptable to the Owner,for die faithful performance ofsuch Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to die Owner die difference,not to exceed the amount of this Bond,betwcon ilia amount specified in said bid and such larger amount for which the owner may in good faith contract with another party to perform the work covered bysaid bid,then this obligution shuil be null and void,otherwise to remain in full force and ellect.The Surety Hereby waives any notice of n agreement bawmen the Owner and C ntructor to extend the time in which the Owner may uc capt the bid.Waiver arnica by the Surety shall not uppty to any extemion exceeding sixty((ill)days in the aggregate beyond the time for acceptance orbids glucilicd in the bid documents,and ilia Owner and Contractor shall obtain die Surely's consent for an extension beyond sixty(fi0)da)s. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the tome Contractor in this Bond shall be doomed to be Subcontractor and the term owner shall be deemed to bo Contractor. When this Bond has been furnished to comply i-jith a statutory or other legal requirement in ilia location ol'the Prciject,any provision in this Mind conflicting with said statutory or legal requirement shall be deemed deleted herehorn and provisions uonrorming to such statutory orother legal requirement shall be deemed incorpoiratcd herein.When so lure»shed,ilia intent is that this hand shall be construed us a statutory mind and not as a common law bond. Signed and sealed ibis 30th day of December,2024. Defash Global Resources inc. (Principal) {Seal) v f __ �. 1� - lVllriess) T''"'�� By — -�_--- (Ctlle)TOSIN ADEYEMI -VICE PRESIDENT United States FIZ Insurance Company lSiiivr (,Bert!) •7' �g fll'tniesr) B (W a ern PA,rry,Attorney-in-Fa t 3-0054/As 8111) ACKNOWLEDGMENT OF PRINCIPAL. IF A CORPORATION STATE OF New York } COUNTY OF i'�112,t } On this day ofe ' .20 24, before me personally appeared -Q S 1I, A- DTy E7/ I to me known, who,being by me duly sworn,did depose and say that he/she resides at 326Z R RO N Eg'-AVE, R P'QN I L y •that he/she is the VI C -PP, I DC--N r of Defash Global Resources 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. IJAZEEZ O ADEBAYO Notary Public-State of New e Notary Public So*OiAD6066967 Qualified in B county 20T5 ►spy Commission Expires Nov ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK } COUNTY OF NASSAU On December 30,2024 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 21803,that he/she is the Attorney-In-Fact of United States Fire Insurance Company .the corporation described in and which executed the foregoing instrument;and that he/she signed his/her name thereto by order of the Board of Directors of said corporation. Peter Henry N ry Public Notary Public State of New York No.0111E4784829 Qualified in Nassau County commission Expires:January 31,; 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 W 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 seat 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 281h day of September,2021. UNITED STATES FIRE INSURANCE COMPANY G&Q-21Pei /-- 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. IY[EUSSA K D'N.ES810 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. 3�� qn IN WITNESS WHEREOF,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on"tRt � 201 of 20 UNITED STATES FIRE INSURANCE COMPANY W4-4 &4y Michael C.Fay,Senior Vice President UNITED STATES FIRE INSURANCE COMPANY ` 1209ORANGE STREET,WILMINGTON,DELAWARE 19801 i STATEMENT OF ASSETS,LIABILITIES.SURPLUS AND OTHER FUNDS AT DECEMBER 31,2023 f i ASSETS Bonds(Amortized Value).................................................................................................. 1,726,028,698 . Preferred Stocks(Market Value)............................................................................................. 144,307.613 Common Stocks(Market Value)........................................................................................... 2,369,575,949 Mortgage Loans(Market Value)........................................................................................... 1,043,090,964 Cash,Cash Equivalents,and Short Term Investments.................................................................. 173,637,698 Derivatives..........................................:.......................................................................... 14.049,444 Other 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....................................................I.......... 153,726,393 Net Deferred Tax Asset............................—........................................................................ 192,552,999 Electronic Data Processing Equipment................................................................................... 1,126,732 Receivables from Parent.Subsidiaries and Affiliates................................................................. 59,012,393 Other Assets.....................................................................................I....,.............,.......... 132 253,074 TOTALASSETS................................................ ............................... S 7,1.18.664.454, LIABII.iTQS,SURPLUS&OTHER FUNDS Losses(Reported Losses Net of Reinsurance Ceded and Incurred But Not Reported lasses)................................................................................................... 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...,................. •.•-•--• 16,949,866 Other Expenses(Excluding Taxes,Ucensess and I=)................................................................. 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.......................................................................................................... 1,120,526,179 AdvancePremium............................................................._......._...................................... 21,919.186 Ceded Reinsurance Premiums Payable.................................................................................... 153,400.619 Funds Held by Company under Reinsurance Treaties.................................................................. 63,328,853 Amounts Withheld by Company for Account of Others................................................................ 146,272.077 Provision for Reinsurance................................................................................................... 1,706.292 Payable to Parent.Subsidiaries and Affiliates............................................................................ 25,899,952 OtherI.iabilitics................ ........................................................................................... 56,882.388 TOTAL 11ABILITTES..........................._......................I...............,.............. 3 4 936 790 383 CommonCapital Stock...................................................................................................... 18,780.000 Gross Paid In and Contributed Surplus............. ..................................................................... 1,502,074.940 Unassigned Funds(Surplus)................................................................................................ 76l 019,131 Surplus as Regards Policyholders.................................................................... 2,291,814,071 TOTAL LIABILTHES,SURPLUS&OTHER FUNDS.................I........................ S 7,218,664,454 I,Carmine Scaglione.Senior Vice President and Controller or UNITED STATES FIRE INSURANCE COMPANY,certify that the foregoing is a fair statement of Assets,Liabilities,Surplus and Other Funds of this Company,at the close of business,December 31.2023.us reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of Delaware. l� 10A- --® IN TESTIMONY WHEREOF,I have set my band and affixed the scat of the Company,this t9th day of March,2024. UNITED STATES FIRE INSURANCE COMPANY t`,' TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT CONSTRUCTION SPECIFICATIONS SOUTHOLD, SUFFOLK COUNTY,NEW YORK co z Prepared By: TOWN OF SOUTHOLD Engineering Department 53095 Main Road Southold,New York 11971 December 5, 2024 (631) 765-1560 f ALBERT J. KRUPS]KI9 JR. , '�� MICHAEL M. COLLINS, P.E. SUPERVISOR � �.�`< TOWN ENGINEER TOWN HALL - 53095 MAIN ROAD ' TOWN OF SOUTHOLD,NEW YORK 11971 Tel. (631)-765—1560 t a Fax. (631)-765—9015 MICI-IAEL.COLLINSra)TOWN.SOUTHOLD.NY.US OFFICE OF THE ENGINEER TOWN OF SOUTHOLD ADDENDUM NUMBER 001: December 23, 2024 Page 1 of 1 PROTECT: ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Attention Bidders: The pre-bid meeting was held on December 18, 2024. The following information is provided in response to questions asked during the pre-bid meeting. Information provided as part of this addendum supersedes any conflicting information provided in the Bid Documents for the above referenced project: Is Owner's and Contractor's Protective Liability Insurance required for this project as per 17(d) on Page IB-6 of the INSTRUCTIONS TO BIDDERS? No this insurance will not be required for this project. Where is the Testing Mechanics Corp floor plan referenced in Section 3.1 of the SCOPE OF WORD FOR ASBESTOS REMOVAL? • This floor plan was inadvertently left out of the bid package and is attached to this addendum. Sincerely, Michael M. Collins, P.E. Town Engineer ---- W i b. 1002 ''1020 904 01.5 1014 1-7 �; , ■. WNW ■ 1018 '.r.R I 05 1 . - m 1006 .a r 1 , 1013 0 '� i 009 1026, 10 pi ACM PIPE LAGGING AND,'-OR ACM FLOOR TRY FjTE FLOOR'CEhfENT AND ASSOCIATED �CZvl WOODMASTICTEST! G: ECHAN.ICS CC RPORATION PANELING GLUE AC AI CEII.ING TILE 3770 RRI K ROAD-SEAFORd,L I,N - PORK 11783 PHONE(516) 21 8 0.FAX(516)221-3810-E-&WL inb@WsWgmechenk:s can AC11IB1tFECHIING GASKET - 5QVTHQ _T .WN:HALL ANNEX--1 54375 MAIN ROAD SOUTHOLD,NEW YO E OS CONTAINING MA WSPEGTION EXGMW H SEMERr oURerr.LK SSOCIAIES ./R JORNO. 19-159 N.T,S. PR 10,2019 I GUF=Ny °• 12 604'. 115 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 / FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning December 5,2024. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD January 2,2025 2:00 PK TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 10:00AM on December 18, 2024 at the Southold Town Hall Annex located at 54375 Route 25 in Southold,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. TABLE OF CONTENTS TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Title Page ------ Invitation to Bid ------ Table of Contents ------ Instructions to Bidders IB-1 thru IB-6 Standard Insurance Requirements SIR 1 thru SIR 3 General Conditions GC-1 thru GC-12 Conditions of Contract CC-1 thru CC-18 Proposal Form Package Pages 1 - 9 Qualification of Bidders QS-1 thru QS-4 Contract Agreement A-1 thru A-3 NYS Wage Rates ------ Scope of Work for Asbestos Removal INSTRUCTIONS TO BIDDERS INDEX 1. Receipt and Opening of Bids 2. Form, Preparation and Presentation of Proposal 3. Bid Security 4. Qualifications of Bidders 5. Rejection of Bids 6. Bidders Responsibility 7. Construction Terms and Conditions 9. Bid Reservations 10. Non-Collusive Statement 11. Addenda and Interpretations 12. Method of Award 13. Single Price Bid Analysis 14. Municipal Exempt Status 15. Labor Law 16. Wage Rates 17. Insurance Required by the Town of Southold 18. Quantities IB - 1 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Asbestos Remediation of the Southold Town Hall Annex Basement located at 54375 Route 25 in Southold, New York. Sealed bids shall be received by the office of the Southold Town Clerk, 53095 Route 25 Southold, New York 11971, no later than 2:00 P.M. prevailing time on Thursday, January 2°d, 2025, 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 94 099 , "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: a. Failure to sign bid proposal page. b. Failure to include necessary bid security deposit(as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. BID SECURITY (a) The Bid must be accompanied by a certified check on a solvent bank or trust company with its principal place of business in New York State, or an acceptable bid bond, in an amount equal to not less than five percent (5%) of the total amount bid, made payable to the Town of Southold (herein identified as Owner), as assurance that the bid is made in good faith. The certified checks or bid bonds of unsuccessful bidders will be returned after execution,of the Contract between the Owner and the successful bidder; the certified check or bid bond of the successful bidder will be retained upAil filing and pproval of the Performance Bond and until the completion of ten percent(10%) of the work under the Contract. IB - 2 INSTRUCTIONS TO BIDDERS (b) The successful bidder, upon his failure or refusal to execute and deliver the Contract and bonds-required within ten (10) days after the date of notice of the acceptance of his bid, shall forfeit to the Owner, as liquidated damages for such failure or refusal, the security he deposited with his bid. 4. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) Information contained in any statement of financial ability shall be not more than thirty days old at the time of submission. (c) The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall furnish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. 5. REJECTION OF BIDS (a) The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be 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. 6. BIDDERS RESPONSIBILITY (a) Bidders are cautioned not to submit bids until after having inspected the site of the proposed improvement and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor from pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. Special attention is called to the notes on the Plans or in the itemized form of bid, which are made a part of this Contract, which may alter or revise the Specifications for the particular contract. (b) No representation is made as to the existence or nonexistence of groundwater, which may in any way impede the work, proposed to be accomplished. Each.bidder shall fully inform himself as to groundwater and sub-surface conditions prior to submitting his bid. IB - 3 INSTRUCTIONS TO BIDDERS (c) The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to complete the proposed job in accordance with the Plans and Specifications, including all other expenses incidental thereto. (d) Bidders must examine the Plans and Specifications and exercise their own judgment as to the nature and amount of the whole of the work to be done, and for the bid prices, must assume all risks of variance by whomsoever made in computation or statement of amounts or quantities necessary to fully complete the work in strict compliance with the Contract Documents. (e) The Bidder shall assume all risks and responsibility and shall complete the work in whatever material_ and under whatever conditions he may encounter or create, without extra cost to the Town. (f)No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 7. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, General Conditions, Plans, Specifications and instructions of the Engineer or his duly authorized representative will be rigidly enforced. 8. SEC i TJT-Y FOR FAITHFUL PERFORMANCE AND MAINTENANCE 0 Ol,A er• of bonds s fed by eellater- 1. o secuAties appr-evf'd by the Owner. The Peifef anee Bond shall be ,,,.:++ se as + l in full „a o + + bend for- period Z o � of not less than ene(1)year-after-the date f final meeptanee f thework-. The sueeessful bidder-,upon failufe to emeeute and deliver-the bonds required within ten(10) days after-the date of netiee of award, shall fimfeit to the Oymer, as liquidated damages for-sueh faili or-fefusa:4, the seewity deposited Aith his bid, and he will be liable fer-and he agrees to pay to the Ovffier- on demand, the difference between the priee bid and the price for- Miieh sueh eentract Ne rlea of mistake in stteh aeeepted deposit or- as a defense to y a +- e to d bid , „1e ,d• mistake ean b pfeven b -»o�w�i.�rz„xresyrevTacncc-cccccPtc[vre tv�cne4vwrr: After- appr-oval of the bonds and emoeutien of the Centraet and after-ten (10) per-eent of the w IB -4 INSTRUCTIONS TO BIDDERS 1, been eemp1 a the bid seeurhaeeompanying the bid will be o+,,..,orl 9.BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Purchasing Agent. 10. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 11. ADDENDA AND INTERPRETATIONS Every request for information or interpretation of the Contract Documents or Drawings must be addressed in writing to Michael Collins, P.E. at the Town Engineering Department of Southold 53095 Main Road Southold, New York 11971 (fax) 631-765-9015, and to be given any consideration, must be received at least five (5) days prior to the date fixed for the opening of bids. Any such interpretations or supplemental instructions will be in the form of written addenda, and will be mailed or faxed to all prospective bidders. The failure of any bidder to receive any such addenda will not relieve the bidder of any obligation under his bid as submitted. Any addenda so issued shall become part of the Contract Documents. 12. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be furnished, and conformity with the specifications. 13. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 14. MUNICIPAL EXEMPT STATUS The Town is exempt from the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 15. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to IB - 5 INSTRUCTIONS TO BIDDERS which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended,of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract,Paragraph 11, which are hereby referred to and made a part hereof. 16. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 17. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) Comprehensive Automobile Policy (b) Comprehensive General Liability (c) Excess/Umbrella Insurance (d) Owner's and Contractor's Protective Liability (e) Workmen's Compensation Insurance (f) Disability Insurance and Unemployment Insurance 18. QUANTITIES Any quantities set forth in the bid specifications are approximations only. No guarantee is made for any quantities stated. Payment shall be on the basis of actual quantities supplied or the actual work done at the unit prices quoted. IB - 6 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant, is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as,nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD,and that it, its agents and employees will not make claim,demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including,but not limited to Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance required under the following paragraphs, and the Town of Southold has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the Town and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the Town of Southold. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the Town of Southold. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than$2,000,000 (two million dollars) for damages on account of any one accident, and in an amount of not less than $5,000,000(five million dollars)on account of any one occurrence. EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/ umbrella insurance policy in an amount of not less than $5,000,000 (Five million dollars) each occurrence and aggregate. SIR- 1 STANDARD INSURANCE REQUIREMENTS OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: l. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations AUTOMOBILE LIABILITY INSURANCE: Automobile bodily injury liability and property damage liability insurance shall be provided by the contractor/vendor with a minimum combined single limit(CSL) of$1,000,000(one million dollars). OTHER CONDITIONS OF AUTOMOBILE LIABILITY INSURANCE: 1. Coverage shall include: A. All owned vehicles B. Hired car and non-ownership liability coverage C. Statutory no-fault coverage CONTRACTORS PROTECTIVE LIABILITY:An OCP Policy shall be required by the Town of Southold in limits of $2,000,000 combined single limit, each occurrence, $5,000,000 General Aggregate. This insurance must fully cover the legal liability of the Contractor, NAMING THE CONTRACTOR AND TOWN OF SOUTHOLD AS INSURED. The contractor shall furnish the Town with the original insurance policy. ADDITIONAL CONDITIONS OF INSURANCE: 1. Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. 2. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. CERTIFICATE OF INSURANCE: The contractor/vendor shall file with the Town of Southold prior to commencing work under this contract, a certificate of insurance. 1. Certificate of insurance shall include: A. Name and address of insured B. Issue date of certificate C. Insurance company name D. Type of coverage in effect E. Policy number F. Inception and expiration dates of policies included G. Limits of liability for all policies on certificate. included on certificate H.Town of Southold listed as additional insured and certificate holder. Bid Number. SIR- 2 STANDARD INSURANCE REQUIREMENTS Description of operations/locations/etc. Box must include the statement: "THE.TOWN OF SOUTHOLD IS LISTED AS ADDITIONAL INSURED" CERTIFICATE HOLDER SHALL BE LISTED AS: TOWN,OF SOUTHOLD 53095 MAIN ROAD SOUTHOLD,,NY 11971 2. If the contractor's/vendor's insurance policies should be non-renewed, cancelled or expire during the life of the contact,the Town shall be provided with a new certificate indicating the replacement policy information as requested above. Thirty days (30) prior written notice to the Town of Southold for cancellation is applicable. SIR- 3 GENERAL CONDITIONS INDEX 1. Definitions of Terms 2. Standards of Workmanship 3. Samples 4. Manufactured Materials 5. Laboratory 6. Shop Drawings 7. Permits 8. Plans and Specifications 9. Cutting, Patching and Digging 10. Errors, Omissions and Discrepancies 11. Temporary Of€lee&Toilet 12. Proper Method of Work and Proper Materials 13. Inspection 14. Waiver 15. Water and Electric Power 16. Machinery and Equipment 17. Maintenance 18. Schedule of Operations 19. Right to Use Work 20. Notice of Warning 21. Warning Signs 22. Accident Prevention 23. Damages 24. Maintenance of Traffic 25. Final Site Cleaning 26. Protection of Land Markers, Trees, Shrubs, and Property 27. Protection of Utilities 28. No Damages for Delay 29. Record Keeping 30. Subcontractors and Suppliers 31. Penal Law GC - 1 GENERAL CONDITIONS 1. DEFINITIONS OF TERMS: Whenever the following words and expressions are used in the Specifications, it is understood that they have the meaning defined below: PLANS: All official drawings or reproductions of drawings pertaining to the work or to any structure connected therewith. SPECIFICATIONS: The body of directions, requirements, descriptions, etc. contained in this document, together with all documents of any description and agreements made (or to be made) pertaining to the methods or manner of performing the work and/or to the quantities and quality of materials to be furnished and accepted under this Contract. OWNER: Shall mean Town Board, Town of Southold. ENGINEER (ARCHITECT): the Owner and/or duly authorized representative to represent the Owner in the execution of the work covered by the consultants and assistants engaged by the Owner and the Engineer to the extent of the particular duties entrusted to them. CONTRACT: Collectively, the Contract executed by the Owner and the Contractor, Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings, Addenda, Performance Bonds, and all supplemental agreements made or to be made. CONTRACTOR: The party of the second part hereto, whether corporation, firm or individual, or any combination thereof, and successor, personal representatives, executors, administrators and assigns, and any person, firm or corporation who or which shall at any time be substituted in place of the second part under this Contract. INSPECTOR: An authorized representative of the Owner or his Engineer assigned to make any and all necessary inspections of the work performed and the materials furnished by the Contract. MATERIALS: Any approved materials acceptable to the Engineer and conforming to the requirements of these Specifications. WORK: All of the work proposed to be accomplished at the site of the project, and all such other work as is in any manner required to accomplish the complete project. This includes all plant, labor, materials, supplies, equipment and other facilities and acts necessary or proper or incidental to the carrying out and completion of the terms of this Contract. The term "work performed" shall be construed to include the material delivered to and suitably stored at the site of the project. 2. STANDARDS OF WORKMANSHIP: The apparent silence of the Specifications as to any detail or an apparent omission from them of a detailed description concerning any work to be done and materials to be furnished shall be regarded as meaning that only the best general practice observed in the latest current construction work is to prevail and that only material and workmanship of first quality is to be used in this connection and all interpretations of these Specifications shall be made upon this basis. GC -2 GENERAL CONDITIONS 3. SAMPLES: The Contractor shall furnish for approval, all samples as directed. The work shall be in accordance with approved samples. Samples shall be submitted in ample time so as to prevent delay in fabrication or ordering of materials, allowing for a reasonable time for the Engineer to consider the samples submitted and, if necessary,to permit a resubmission of samples to the Engineer until approval is given. Work and material shall be furnished and executed in accordance with approved samples, in every aspect. Each sample shall be labeled, bearing material, name and quality, Contractor's name, date and other pertinent data. Unless otherwise specified, samples shall be in duplicate and of adequate size to show quality, type, color, range and finish and texture of material. Materials shall not be ordered until approval is received in writing from Engineer. 4. MANUFACTURED MATERIALS: Where several materials are specified by name, the Engineer shall have the right,before execution of the Contract,to require any and all bidders to state the materials upon which they based their bid. Where any materials are specified by name or trade name, or by catalog number of a company or companies, the Contractor shall furnish the article mentioned unless approval of the Engineer is obtained in writing for a substitution. Should Contractor desire to substitute another material for one or more specified by name, he shall apply in writing for such permission and state credit or extra involved. He shall also provide supporting data and samples for Engineer's consideration. Unless particularly specified otherwise, all manufactured articles, materials and equipment shall be applied, assembled, installed, connected, erected, used, cleaned and conditioned as directed by the manufacturer and including the necessary preparation to properly install the work. Where reference is made to manufacturer's directions, the Contractor shall submit such directions to the Engineer as required. The materials used in construction shall be disposed as not to endanger the work, and so that full access may at all times be had to partly completed work and structures and they shall be so disposed as to cause no injury to those having access to the work or any of the units. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their respective trades. Standards of work required throughout shall be of such grades as will bring first- class results only. The type of labor employed by the Contractor shall be such as will insure the uninterrupted continuity of the entire work, without conflict of any kind. 5. LABORATORY: Laboratories shall be designated by the Engineer for testing the materials to be used under the Contract. Where tests are made by other than the designated laboratories, two certified copies showing correctly the chemical analysis and physical tests shall be furnished to the Engineer. 6. SHOP DRAWINGS: The Contractor shall submit to the Engineer six (6) copies of all shop drawings and schedules and no work shall be fabricated until his approval has been given. All shop drawings submitted to the Engineer must be in English, and must bear the Contractor's stamp of approval evidencing that the drawings have been checked. GC - 3 GENERAL CONDITIONS The Contractor will make any corrections in the drawings required by the Engineer and will file with the Engineer four corrected copies. Approval by the Engineer of such drawings or schedules shall not relieve the Contractor from responsibility for (a) errors of any sort in shop or setting drawings or schedules; or(b) deviations from Plans and Specifications unless the Contractor, at the time of submission of said drawings and schedules, has given notice to the Engineer of any such deviations. 7. PERMITS: 7.1 Municipal: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions as contained herein together with the provisions, as they apply, of the Highway Law (Town Code) with all subsequent changes, additions or corrections thereto. A. The Contractor shall obtain from the Building Department a certificate of occupancy, whenever the scope of work of the Contract provides for the construction of a building or structure, or for modification or alteration of a building or structure, so that a certificate of occupancy, or a revised certificate of occupancy is required under state and/or local law. The Owner shall be responsible for obtaining the building permit and permit(s)pre-requisite thereto, including but not limited to the following, unless Contractor is specifically required to obtain the same pursuant to other provisions of this document: (1) Building permit (2) Fire prevention permit (3) Health Department/Application to construct a) Sanitary system including SPDES permit b) Hazardous materials storage The following additional permits when required under law shall also be obtained by the Owner: (1) NYSDEC permit(s) (2) Town Division of Environmental Protection (3) Suffolk County Farmland Committee (4) U.S. Army Corp of Engineers The Contractor shall give all notices, and comply with all laws, ordinances, rules, regulations and conditions of the permits, bearing on the conduct of the work as drawn and specified, and shall be responsible for acquisition of all pertinent information necessary for such compliance. The Contractor shall be responsible for: (1) Coordinating all building department and other department and agency inspections and approvals, (2) Obtaining U.L. approvals, (3) Health Department inspections and approvals, (4) Obtaining final certificate of occupancy. On projects involving multiple contracts, it shall be the responsibility of the "General Contractor"to GC -4 GENERAL CONDITIONS coordinate with the building department and other agencies and to obtain the certificate of occupancy. It shall be the responsibility of the mechanical contractors (prime contractors other than the G.C.) to coordinate inspections and approvals of that part of the project, which falls within the scope of their contract with the G.C., and/or as may be appropriate, directly with the approving agency. In the event that one or more of the contractors on a multi-contract project fails to perform the work in a timely manner, thereby causing undue delay in the completion of the project, and the issuance of the certificate of occupancy, the owner shall in that event, have the option to exercise "The owners right to stop work or terminate contract" as provided for in the conditions of the contract. B. Pipes and Underground Structures: All work in connection with the installation of pipes or other underground structures of a like nature either within or without the limits of the highway, shall follow all the provisions, as they apply, of the Highway Law As per Town Code Standards) with all subsequent changes, additions or corrections thereto. C. Any work to be performed within the Town Highway right-of-way will require a Town Highway Department road-opening permit. Obtaining of the permit and subsequent release/approval shall be the responsibility of the Contractor. Aeeer tanee of the eefAfaetor's Pedonnance Bond in lieu of the Gontraeters road opening bond shall be at the option of the Highway DepaAment. 7.2 Suffolk County: All permits required for opening County roads and making connections with County drains will be obtained by the Owner. A copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. (a) Department of Public Works All permits required for opening County roads and making connections with County drains, will be obtained by the Owner. A Copy of the permit, which must be kept on the job at all times, will be supplied to the Contractor. The Contractor will not be permitted to open any County road or make any connection to any County drain until he has been supplied with this permit. The Contractor shall be responsible for conformance to all conditions of the permit and for the subsequent release/approval. (b) Department of Health Services: The Contractor shall be responsible for obtaining approvals pursuant to Health Department permits described in'paragraph 7.1A. GC - 5 GENERAL CONDITIONS 7.3 State of New York: The Contractor shall obtain all necessary New York State highway permits whenever the Contract requires any work to be done within or upon existing State highway right-of- ways. These permits shall be obtained from the District Office in Hauppauge prior to the performance of the work. Upon application for the permit, the Contractor will be required to supply the following: (1) Three (3) copies of a sketch or print showing description and location of the proposed work. The Engineer will supply these prints to the Contractor. (2) Contingent liability insurance for the State (in addition to his own liability insurance) shall be furnished in amounts and manner as required by the State of New York. The contingent protective liability and completed operations liability insurance policy to cover: "The people of the State of New York and/or the Superintendent of Public Works covering liability arising with respect to all operations through highway permits by permittee or by anyone acting by, through or for the permittee, including omissions and supervisory acts of the State", in the amount of personal injury(including death) and property damage as required. 8. PLANS AND SPECIFICATIONS: The Contractor will be furnished with five sets of Plans and Specifications giving all the details and dimensions necessary for carrying out the work. One copy of Plans and Specifications furnished to the Contractor must be kept constantly on the site. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown on the Plans and all the work and materials necessary for the completion of the work according to the intent and meaning of the Contract shall be furnished, performed and done as if the same were both mentioned in the Specifications and shown on the Drawings. Any conflict or inconsistency between the Plans and Specifications, or any discrepancy between the figures and scale of Drawings, shall be submitted by the Contractor to the Engineer, whose decision thereon shall be conclusive. In the event the meaning of any portion of the Specifications or Drawings or any supplementary drawings or instructions of the Engineer is doubtful, the same shall be understood to call for the best type of construction, both as to materials and workmanship, which reasonably can be interpreted. All materials and workmanship must be strictly in accordance with the Specifications. The Plans show approximate size, arrangement and location of the proposed work. The Engineer will give base lines, grades, shapes and dimensions and the Contractor shall construct the work exactly in accordance with such instructions of the Engineer subject, however, to change as provided for under the headings "Changes and Alterations" and "Compensation to be Paid to the Contractor". Additional copies of Plans and Specifications, when requested, will be furnished to the Contractor at cost of reproduction. The Contractor shall furnish to each of the subcontractors and materialmen such copies of the Contract Documents as may be required for their work. GC - 6 GENERAL CONDITIONS 9. CUTTING, PATCHING AND DIGGING: The Contractor shall do all cutting, fitting or patching of his work that may be required to make its several parts come together properly and fit it to receive or be received by work of other contractors shown upon or reasonably implied by Drawings and Specifications for the completed structure, and he shall make good after them as Engineer may direct. Any cost caused by defective or ill-timed work shall be borne by the party responsible therefor. The Contractor shall not endanger any work by cutting, digging or otherwise, and shall not cut or alter the work of any other contractor save with the consent of the Engineer. 10. ERRORS,OMISSIONS AND DISCREPANCIES: a) If any errors, omissions or discrepancies appear in the drawings, Specifications or other documents, the Contractor shall, within ten days from receiving such Drawings, Specifications or documents, notify the Engineer in writing of such errors or omissions. In the event of the Contractor's failing to give such notice, he will be held responsible for the results of any such errors or omissions and the cost of rectifying the same. b) If, in the opinion of the Contractor, any work is shown on Drawings, or details, or is specified in such a manner as will make it impossible to produce a first class piece of work, or should discrepancies appear between the Drawings and/or Specifications, he shall refer the same to the Engineer for interpretation before proceeding with the work. If the Contractor fails to make such references to the Engineer, no excuse will thereafter be entertained for failure to carry out the work in satisfactory manner as directed. c) Should a conflict occur in or between the Drawings and Specifications and/or existing conditions, the Contractor shall be deemed to have estimated on the more expensive way of doing the work, unless he shall have asked for and obtained a decision in writing from the Engineer, before the submission of bids, as to which method or material will produce the results to the best interest of the Town. 11. TEMPORARY OFFICF,& TOILET. The GepAraae. shall provide an cffi_a t,.2_ter f_.- table,desk andprovided inside—The Contractor shall provide and maintain a sanitary temporary toilet where directed by the Engineer. The temporary toilet shall be enclosed and weatherproof and kept in a sanitary condition at all times. Upon removal of the temporary outside toilet,the vault shall be disinfected, filled and all evidence of the toilet removed from the site. 12. PROPER METHOD OF WORK AND PROPER MATERIALS: The Engineer shall have the power in general to direct the order and sequence of the work, which shall be such as to permit the entire work under this Contract to be begun and to proceed as rapidly as possible and such as to bring the several parts of the work to a successful completion at about the same time. If at any time before the commencement or during the progress of the work the materials and GC - 7 GENERAL CONDITIONS appliances used or to be used appear to the Engineer as insufficient or improper for assuring the quality of the work required, or the required rate of progress, he may order the Contractor to increase their efficiency or to improve their character, and the failure of the Engineer to demand any increase of such efficiency or improvement shall not release the Contractor from his obligation to secure the quality of work or the rate of progress specified. During freezing or inclement weather, no work shall be done except such as can be done satisfactorily and in a manner to secure first-class construction throughout. All work shall be done in such a manner as will properly protect and support existing permanent structures,pipe lines,etc. 13. INSPECTION: Inspectors shall be authorized to inspect all work done on materials furnished. Such inspections may extend to all parts of the work and to the preparation or manufacture of the materials to be used. In case of any dispute arising between the Contractor and the Inspector as to materials furnished or the manner of performing the work, the Inspector shall have the authority to reject material or suspend the work until the question at issue shall be referred to and decided by the Engineer. The Inspector shall not be authorized to revoke, alter, enlarge, relax or release any requirements of these Specifications, nor to approve or accept any portion of the work, nor to issue instruction contrary to the Plans and Specifications. The Inspector shall in no case act as foreman or perform other duties for the Contractor or interfere with the management of the work by the latter. Any advice, which the Inspector may give the Contractor, shall in no way be construed as binding the Engineer nor the Owner in any way nor releasing the Contractor from the fulfillment of the terms of the Contract. The Contractor shall be conclusively presumed to be acquainted with all existing conditions and to guarantee that all work and materials shall, upon final completion of the work, be turned over to the Owner in a complete and perfect condition and he shall be responsible for the proper care, maintenance and protection of all work and material until his entire Contract is completed and all work and materials found in good condition and accepted. The Contractor will be held responsible for the entire work until completed and accepted by the Engineer and the Owner. The Contractor shall, at all times,provide the Owners, Engineer, assistants and inspectors under him with necessary facilities for determining both on the work and at the places of manufacture, that all work being performed and all materials being manufactured are strictly in accord with the Contract. Until acceptance of work by the Owner, the Contractor shall be responsible for all damages to the work including action of the elements or any other cause whatsoever. The Contractor shall continuously and adequately protect the work against damage from any cause. 14. WAIVER: Neither the inspection by the Owner or Engineer or any part of their employees nor any order, measurement or certificate by the Engineer nor any order by the Owner for the payment of any money nor any payment for or acceptance of, the whole or any part of the work by the Engineer or the Owner nor any extension of time nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract or of any power herein reserved to the Owner or any right to damages herein provided; nor shall any waiver of any breach of the Contract constitute a waiver of any subsequent breach. Any remedy provided in this Contract shall be construed as cumulative; that is in addition to each and every remedy herein provided. GC - 8 GENERAL CONDITIONS 15. WATER AND ELECTRIC POWER: All water and electric power supply for construction purposes must be provided by the Contractor. The cost shall be borne by the Contractor. 16. MACHINERY AND EQUIPMENT: All machinery, equipment, trucks and vehicles used,in the prosecution of the work or in connection therewith, shall at all times be in proper working condition. The Contractor shall be responsible for curtailing noise, smoke, fumes or any other nuisance resulting from his operations. He shall, upon written notification from the Engineer, make any repairs, replacements, adjustments, additions, and furnish mufflers when necessary to fulfill these requirements. 17. MAINTENANCE: If, within one year from the date of issuance of the Final Certificate, any portion of the work shall, in the opinion of the Owner, require repairing,replacing, or rebuilding,the Contractor shall start such repairs within five (5) days after the receipt of notice from the Owner, and if the Contractor shall fail or neglect to start such repairs within the said five (5) days, the Owner may employ such other person or persons as they deem proper to make such repairs and pay the expense thereof out of any sum retained by them, provided nothing herein contained shall limit the liability of the Contractor or his Surety to the Owner for nonperformance of the Contractor's obligations at any time. 18. SCHEDULE OF OPERATIONS: Within 5 days after the signing of the Contract, the Contractor shall submit a proposed program of operations, showing clearly how he proposes to conduct the work so as to bring about the completion of his work within the time limit specified. This program shall outline the proposed sequence of operations, the rates of progress and the dates when his work will be sufficiently advanced to permit the installation of work under this Contract. 19. RIGHT TO USE WORK: The Owner may enter upon and use the whole or any portion of the work, which may be in condition to use any time previous to its final acceptance by the Owner. Such use shall not constitute or be evidence of acceptance by the Owner or the Engineer of the whole or any part of the material furnished or work performed under the Contract. 20. NOTICE OF WARNING: If the Contractor shall fail to make prompt payment to persons supplying labor or materials for the work, or refuse or fail to supply enough properly skilled workmen or proper materials or refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the period herein specified (or any duly authorized extension thereof) or fail to complete the work within said period or fail or refuse to regard laws, ordinances, codes, instructions of the Engineer, then the Engineer shall forward by registered mail to the Contractor, at the address given in the Contract, a Notice of Warning, and in the event the Contractor fails to comply with said Notice of Warning within five (5) days from receipt thereof,.the Owner shall have the right to terminate the Contract. 21. ' WARNING SIGNS: Contractor shall provide and maintain proper luminous warning and detour signs where directed by the Engineer. Obstructions such as stored materials, equipment and excavations shall be marked with not less than two lights, which shall be not more than 4 feet apart. GC - 9 GENERAL CONDITIONS All lights shall be kept burning from one-half hour before sunset to until one-half hour after sunrise. 22. ACCIDENT PREVENTION: During the performance of the work, the Contractor shall exercise all reasonable precautions for the protection of persons and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all other physical hazards shall be guarded in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America to the extent that such provisions are not inconsistent with Federal, State or Municipal laws or regulations. If any operation, practice or condition is deemed by the Engineer to be unsafe, he shall notify the Contractor in writing to take corrective action. Where, in the opinion of the Engineer, any operation, practice or condition shall be promptly discontinued and before the affected part of the work is resumed, remedial action taken. The Owner reserves the right to remedy any neglect on the part of Contractor as regards the protection of the work which may come to its attention, after 24 hours'notice in writing; except that in cases of emergency it shall have the right to remedy any neglect without notice, and in either case to deduct the cost of such remedy from money due the Contractor. Nothing in the foregoing paragraphs shall be construed as relieving the Contractor from full responsibility at all times for safe prosecution of the work. 23. DAMAGES: The Contractor shall pay and make good all losses or damages arising out of any cause connected with the Contract and shall indemnify and save harmless the Owner from any and all claims and any and all liability or responsibility of every nature and kind for any loss, damage or injury which may be brought against the Owner or any of its officers or agents, by reason of, or connected with the work or materials furnished under the Contract and shall pay all costs and expenses of every kind, character, and nature whatever, occurring upon or arising out of the Contract. 24. MAINTENANCE OF TRAFFIC: All work under this Contract is to be completed within the time indicated in the Contract Agreement or as extended by the Owner. If in the meantime it should become necessary, because of the lateness of the season, or any other reason to stop the work, the Contractor shall at his own expense, open proper drainage ditches, erect temporary structures where necessary, prepare the roads so there will be minimum interference with traffic, set up and maintain a competent organization as directed by the Engineer, to keep the highways in first class condition for traffic, and take every precaution to prevent any damage or unreasonable deterioration of the work during the time it is closed. 25. FINAL SITE CLEARING: Before final payment will be approved, the Contractor shall prepare the construction areas as follows: All basins, manholes and pipe as constructed shall be cleaned free from accumulated construction dirt, silt, form work, etc., and all proper restoration as called for in the items of the Specifications shall be complete in every detail. The Contractor shall clean all construction areas free from accumulated forms, excavation fill, construction materials and construction shanties. All areas shall be completed in every detail and shall be broom cleaned from excess dirt and materials. GC - 10 GENERAL CONDITIONS 26. PROTECTION OF LAND MARKERS, TREES, SHRUBS, AND PROPERTY: Wherever in the conduct of the work, a monument marking a point of public or private survey is encountered or brought to view by excavation, the fact shall at once be communicated to the Engineer. In no case shall the Contractor remove the same until the location for resetting shall have been made by the Engineer. All monuments or land markings exposed to view when the work is first undertaken shall be carefully preserved and the greatest care exercised to prevent injury to or disturbance of position of the same. The unit price of all items shall include the cost of restoring to its former condition any sidewalks or curbs, as well as restoring any trees, shrubs or lawns that may be damaged during this construction. No additional payment will be made. The Contractor is required at his own expense to obtain any and all permits for use of private property if he uses such property for storage, transportation or accomplishment of the work under the Contract. Private property shall be cleaned up neatly, any damage repaired and premises restored to their original condition. 27. PROTECTION OF UTILITIES: The Contractor shall familiarize himself with the existence of structures of municipal and other public service corporations on or adjoining the site of the work, and give reasonable opportunity to and cooperation with the owners of these utilities in the work of reconstructing or altering them. Such reconstruction and alteration shall be so conducted as to delay or interfere as little as practicable with the work of the Contractor. Any additional cost of various items of work because of these utilities shall be included in the price bid for these items. The Engineer shall direct the public utility corporations to shift or remove those utility structures that may be necessary to permit the Contractor to carry out the work in accordance with the Plans. The Contractor shall not remove or cause to be removed, any structure or part of a structure owned by a public utility corporation without the approval of the Engineer. The Contractor shall cooperate with the public utility corporation whose structures (aerial, surface or subsurface) are within the limits of or along the outside of the right-of-way, to make it possible for them to maintain uninterrupted service. The Contractor shall conduct his operations in such a way as to delay or interfere as little as practicable with the work of the utility corporation. 28. NO DAMAGES FOR DELAY: Notwithstanding any other provisions to this Contract, the Contractor agrees to make no claim for damages for delay in the performance of this Contract occasioned by any act of the Town or any of its representatives, and agrees that any such claim shall be fully compensated for by an extension of time to complete performance of the work as provided herein. This provision shall not apply to any act or omission to act of the Town or any of its representatives, wherein the same is done in bad faith and with deliberate intent to delay the Contractor in the performance of this Contract. 29. RECORD KEEPING: The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter the "records"). The records must be kept for the balance of the contract GC - 11 GENERAL CONDITIONS term and for six (6) years thereafter. 30. SUBCONTRACTORS AND SUPPLIERS: Within five days after receipt from the Engineer of notice to begin work, the Contractor will furnish written notice of names of all subcontractors to be employed on the project and the general items of work to be done by them. Simultaneously, the Contractor shall furnish written notice of the names of suppliers of materials to be used on the project. The Owner may disapprove for good cause any subcontractor or material supplier selected by the Contractor by giving written notice of its disapproval within five (5) days after receiving the names of subcontractors and material suppliers, to the Contractor who shall thereupon promptly notify the Owner of the names of the subcontractor or material supplier selected in replacement which shall again be subject to approval by the Owner. 31. PENAL LAW: Attention is called to Section 1918 of the Penal Law as follows: Construction or blasting near pipes conveying combustible gas No person shall discharge explosives in the ground,nor shall any person other than a state or county employee regularly engaged in the maintenance and repair thereof excavate in any then existing street, highway, or public place, unless notice thereof in writing shall have been given at least seventy-two hours in advance to the person, corporation or municipality engaged in the distribution of gas in such territory. The person having direction or control of such work shall give such notice, and further he shall ascertain whether there is within one hundred feet in such street, highway or public place, or in the case of a proposed discharge of explosives within a radius of two hundred feet of such discharge, any pipe of any other person, corporation or municipality conveying combustible gas, and if thereby any such pipe, he shall also give such notice to any other such person, corporation or municipality. Provided, however, that in any emergency involving danger to life, health, or property it shall be lawful to excavate without using explosives if the notices prescribed herein are given as soon as reasonably possible, and to discharge explosives to protect a person or persons from an immediate and substantial danger of death or serious personal injury if such notices are given before any such discharge is undertaken. Any such work shall be performed in such manner as to avoid danger to any pipe conveying combustible gas. Any violation of the provisions of this section shall be a misdemeanor. GC - 12 CONDITIONS OF CONTRACT INDEX 1. Contract Documents and Definitions 2. Scope of the Work 3. Compensation to be paid to the Contractor 4. Time of Essence 5. Commencement of Work 6. Time of Completion 7. Liquidated Damages for Delays 8. Extension of Time. No Waiver 9. Weather 11. Laws and Ordinances 12. Qualifications for Employment 13. Non-Discrimination 14. Payment of Employees 15. Estimates and Payments 16. Acceptance of Final Payment Constitutes Release 17. Construction Reports I$. Inspection and Tests 19. Plans and Specifications: Interpretations 20. Subsurface Conditions Found Different 21. Contractor's Title to Materials 22. Superintendence by Contractor 23. Protection of Work, Persons and Property 24. Representations of Contractor 25. Patent Rights 26. Authority of the Engineer 27. Changes and Alterations 28. Correction of Work 29. Weather Conditions 30. The Owner's Right to Withhold Payments 31. The Owner's Right to Stop Work or Terminate Contract 32. Contractor's Right to Stop Work or Terminate Contract 33. Responsibility for Work 34. Use of Premises and Removal of Debris 35. Suits of Law 36. Power of the Contractor to Act in an Emergency 37. Provisions Required by Law Deemed Inserted 38. Subletting, Successor and Assigns 39. General Municipal Law Clause 40. Grades, Lines,Levels,and Surveys 41. Insurance Requirements 42. Foreign Contractors 43. Lien Law 44. Refusal to Waive Immunity 45. Exemption from Sales and Use Tax CC - 1 CONDITIONS OF CONTRACT 1. CONTRACT DOCUMENTS AND DEFINITIONS The Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings and any Addenda, shall form part of this Contract, and the provisions thereof shall be as binding upon the parties hereto, as if they were herein fully set forth. The table of contents, titles, heading, headlines, and marginal notes contained herein are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit or cast light upon the interpretation of the provisions to which they refer. Whenever the term "Contract Documents" is used, it shall mean. and include the Notice to Bidders, Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings and any Addenda. In case of any conflict or inconsistency between the provisions of the Contract and those of the Specifications, the provisions of this Contract shall govern. Extra Work: The term "extra work", as used herein, refers to and includes all work required by the Owner, which in the judgment of the Engineer involves changes in or additions to work required by the Plans, Specifications and any Addenda in their present form and which is not covered by a specific unit price in the Form of Bid. Subcontractor: The term "subcontractor" shall mean any person, firm, or corporation supplying labor and material for work at the site of the project but not including the parties to this Contract. Notice: The term "notice", as used herein, shall mean and include written notice. Written notice shall be deemed to have been duly served when delivered to, or at last known business address of, the person, firm or corporation for whom intended, or his,their, or its duly authorized agents, representatives, or officer, or when enclosed in a postage prepaid wrapper or envelope addressed to such person, firm or corporation at his, their or its last known business address and deposited in a United States mailbox. Directed, Required, Approved, Acceptable: Whenever they refer to the work or its performance, "directed", "required", "permitted", "ordered", "designated", "prescribed", and words of like import shall imply the direction, requirement, permission, order, designation or prescription of the Engineer, and "approved", "satisfied", or "satisfactory", "in the judgment of', and words of like import, shall mean approved, or acceptable to, or satisfactory to, or in the judgment of the Engineer. 2. SCOPE OF THE WORK The Contractor will famish all plant, labor, materials, supplies, equipment and other facilities and things necessary or proper for, or incidental to, the work contemplated by this Contract as required by, and in strict accordance with the applicable Plans, Specifications and Addenda prepared by the Engineer and/or required by, and in strict accordance with, such changes as are ordered and approved pursuant to this Contract, and will perform all other obligations imposed on him by this Contract. CC -2 CONDITIONS OF CONTRACT 3. COMPENSATION TO BE PAID TO THE CONTRACTOR (a) Agreed Prices: It is understood and agreed that the Contractor will accept as payment in full the summation of products of the actual quantities in place upon the completion of the work, as determined by the Engineer's measurements, by the unit prices bid, no allowance being made for anticipated profit or for reasons of variations from the estimated quantities set forth in the Form of Bid. (b) Extra Work: The Owner may, at any time, by a written order and without notice to the Sureties, require the performance of such extra work or changes in the work as it may find necessary or desirable. The amount of compensation to be paid to the Contractor for any extra work, as so ordered, shall be determined as follows: 1)By such applicable unit prices, if any, as set forth in the Contract; or 2) If no such unit prices are set forth, then by unit price or by a lump sum mutually agreed upon by the Owner and the Contractor; or 3) If no such unit prices are so set forth and if the parties cannot agree upon unit prices or a lump sum; then by actual net cost in money to the Contractor of the materials, permits, wages of applied labor, premiums for Workmen's Compensation Insurance, payroll taxes required by law, rental for plant and equipment used (excluding small tools) to which total cost will be added twenty (20) percent as full compensation for all other items of profit, costs and expenses, including administration, overhead, superintendence, insurance, insurance other than Workmen's Compensation Insurance, materials used in temporary structures, allowances made by the Contractor to subcontractors, additional r the now anee Rviau a'' f t r ntr e L and the use of small tools. 4. TIME OF ESSENCE INASMUCH AS THE PROVISIONS OF THIS CONTRACT RELATING TO THE TIME OF PERFORMANCE AND COMPLETION OF THE WORK ARE FOR THE PURPOSE OF ENABLING THE TOWN TO PROCEED WITH THE CONSTRUCTION OF A PUBLIC IMPROVEMENT IN ACCORDANCE WITH A PREDETERMINED PROGRAM, SUCH PROVISIONS ARE OF THE ESSENCE OF THIS CONTRACT. 5. COMMENCEMENT OF WORK The Contractor agrees that he will commence work immediately on and not later than ten (10) days after signing of the Contract. 6. TIME OF COMPLETION The time of completion of the entire contract work shall be SIXTY (60) CONSECUTIVE CALENDAR DAYS from the date the contract is signed by all parties. The date of such completion shall be the date of the Certification of Completion herein specified. The entire work must be satisfactorily completed so that the project improvements are available to the Town for use. CC - 3 CONDITIONS OF CONTRACT The Owner reserves the right to order the Contractor to suspend operations, when in the opinion of the Engineer, improper weather conditions make such action advisable, and to order the Contractor to resume operations when weather and ground conditions permit. The days during which such suspension of work is in force are not chargeable against the specified completion date. 7. LIQUIDATED DAMAGES FOR DELAYS The time limit being essential to and of the essence of this Contract, the Contractor hereby agrees that the Owner shall be, and is hereby authorized to deduct and retain out of the money which may be due or may become due to said Contractor under this agreement, the sum of One Thousand Five Hundred ($1,500.00) per day which amount is hereby agreed upon, fixed and determined by the parties hereto as the liquidated damages, including overhead charges, services, inspector's wages and interest on the money invested, that the Owner will suffer by reason of such default, for each and every day during which the aforesaid work may be incomplete over and beyond the time herein stipulated for its completion in 6 — Time of Completion, provided, however,that the Owner shall have the right to extend the time for the completion of said work. 8. EXTENSIONS OF TIME. NO WAIVER If the Contractor shall be delayed in the completion of his work by reason of unforeseeable causes beyond his control and without his fault or negligence, including but not restricted to, acts of God or of the public enemy, fires, floods, epidemics, quarantine restrictions, strikes,riots, civil commotion's or freight embargoes, the period herein above specified for completion of his work shall be extended by such time as shall be fixed by the Owner. No such extension of time shall be considered a waiver by the Owner of its right to terminate the Contract for abandonment or delay by the Contractor as hereinafter provided, or relieve the Contractor from full responsibility for performance of his obligations hereunder. 9. WEATHER During unsuitable weather, all work must stop when such work would be subject to injury and the Contractor shall transfer his men and materials to those parts of the work where weather conditions will not have any effect on the workmanship. The Contractor shall not be entitled to any damages on account of such damages or suspension, and he must protect any work that might be injured by the elements and make good any work that is injured. 10 CONTRACT- SECURIT V hundred per-eent(a) The Contfaeter- shall fffnish a Peffermanee Bond, or- other: aeeeptable seeUrity, equal to on ) of the amount of the bid as seeurity for-the faithful pet:fefmanee ef4he GepAr-aet, and for- the payment of all per-sons peFfenning labor- or- Aimishing materials in. ---ien with this GepAaet. The Peifennanee Bond shall be vaitten so as to remain in Ifi-114 feree and eff-ect as a Maintenance Bend for-a period of not less than ofie (1) year-after-the dat&-ef meeptance of the work by the Engineer. CC -4 CONDITIONS OF CONTRACT (b) Addifienal or Substitute Bond! if at any time the Ovaier shall be or become dissatisfied with at*, surety or sufeties, or if for- any other reason sueh bond shall eease to be adequate seettri" the Owner-, the Gontmetor- sha14 within five (5) days aflef notiee fr-em the Owmer- to do se-, substit4e an aeeeptable bond in sueh kim and stun and signed by sueh other- surety as m have been qualified. 11. LAWS AND ORDINANCES In the execution of the Contract, the Contractor shall comply and obey all federal, state, county and local laws, ordinances, codes and regulations relating to the performance of the Contract, including but not limited to, labor employed thereon, materials supplied, obstructing streets and highways, maintaining signals, storing, handling and use of explosives and all other general ordinances and state statutes affecting him or his employees or his work hereunder in his relations with the Municipality or any other persons, and also all laws, codes, ordinances controlling or limiting the Contractor while engaged in executing the work under the Contract. As a condition of the Contract, the Contractor shall and does hereby agree to comply with all requirements of the labor laws of the State of New York. The Contractor shall comply with the provisions of Sections 291- 299 of the Executive Law and Civil Rights Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights, the Attorney General and the Industrial Commissioner for purposes of investigation to ascertain compliance with such sections of the Executive Law and Civil Rights Law. The Contract may be forthwith cancelled, terminated or suspended, in whole or in part, by the contracting agency upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these laws. The Contractor hereby expressly agrees to comply with all the provisions of the Labor Law and any and all amendments thereto, insofar as the same are applicable to this Contract. The Labor Law, as amended, provides that no laborer, workman or mechanic in the employ of the Contractor, subcontractor or other person doing or contracting to do the whole or a part of the work contemplated by this Contract, shall be permitted or required to work more than eight (8) hours in any one (1) calendar day, except in cases of extraordinary emergency caused by fire, flood or danger to life or property; that no such person shall be employed more than eight (8) hours in any day or more than five (5) days in any week expect in such emergency; that the wages to be paid for a legal day's work as herein before defined, to laborers, workmen or mechanics upon the work called for under this Contract or upon any material used upon, or in connection therewith, shall not be less than the prevailing rate for a day's work in the same trade or occupation in the locality within the state where such work is to be done and each laborer, workman or mechanic employed by the Contractor, subcontractor or other person about or upon the work shall be paid the wages herein provided; that employees engaged in the construction, maintenance, and repair of highways and in water works construction outside the limits of cities CC - 5 CONDITIONS OF CONTRACT and villages are no longer exempt from the provisions of the Labor Law which require the payment of the prevailing rate of wages and the eight(8)hour day. Section 222 of the Labor Law, as amended by Chapters 556 and 557 of the Laws of 1933, provides that preference in employment shall be given to citizens of the State of New York who have been residents of Suffolk County for at least six (6) consecutive months immediately prior to the commencement of their employment. Each person so employed shall furnish satisfactory proof of residence in accordance with rules adopted by the Industrial Commissioner. Persons other than citizens of the State of New York shall be employed only when such citizens are not available. Section 222 further provides that upon the demand of the State Industrial Commissioner,the Contractor shall furnish a list of names and addresses of all his subcontractors and further provides that a violation of this section shall constitute a misdemeanor and shall be punishable by a fine of not less than Fifty Dollars ($50.00) nor more than Five Hundred Dollars ($500.00) or by imprisonment for not less than thirty nor more than ninety days, or both fine and imprisonment. Section 220-A of the Labor Law, as amended by Chapter 472 of the Laws of 1932, provides that before payment is made by or on behalf of the State of any city, county, town or village or other civil division of the state of any sums due on account of a contract for a public improvement, it is the duty of the Comptroller or the financial officer of the Municipal Corporation to require the Contractor and each and every subcontractor to file a certified statement in writing, in satisfactory form, certifying to the amounts then due and owing to any and all laborers for daily or weekly wages on account of labor performed upon the work of the Contractor, setting forth therein the names of the persons whose wages are unpaid and the amount due each respectively. Section 220-B of the Labor Law, as so amended, provides that any interested person who shall have previously filed a protest in writing objecting to the amounts due or to become due to him for daily or weekly wages for labor performed on the public improvement for which the Contract was entered into, or if for any reason, it may be deemed advisable, the Comptroller of the State or financial officer of the Municipal Corporation may deduct from the whole amount of any payment on account thereof of the sums or sum admitted by any contractor or subcontractor in such statement or statements so filed to be due and owing by him on account of labor performed and may withhold the amount so deducted for the benefit of the laborers for daily or weekly wages, whose wages are unpaid as shown by the verified statements filed by any contractor or subcontractor and may pay directly to any person the amount or amounts so shown to be due for such wages. Section 220-C of the Labor Law, as so amended, provides the penalty for making of a false oath or verification. Section 220-D of the Labor Law provides that the advertised Specifications for every contract for the construction, reconstruction, maintenance and/or repair of highways to which the State, county, town and/or village is a party shall contain a provision stating the minimum rate of hourly wage that can be paid, as shall be designated by the Industrial Commissioner, to the laborers employed in the performance of the Contract either by the Contractor, subcontractor or other person doing or contracting to do the whole or part of the work contemplated by the CC - 6 CONDITIONS OF CONTRACT Contract, and the Contract shall contain a stipulation that such laborers shall be paid not less than such hourly minimum rate of wage. Any person or corporation that willfully pays, after entering into such Contract, less than such stipulated minimum hourly wage scale shall be guilty of a misdemeanor and upon conviction, shall be punished for a first offense by a fine of Five Hundred Dollars ($500.00) or by imprisonment for not more than thirty (30) days, or both by fine and imprisonment; for a second offense by a fine of One Thousand Dollars ($1,000.00) and in addition thereto, the Contract on which the violation has occurred shall be forfeited, and no such person or corporation shall be entitled to receive any sum nor shall any officer, agent or employee of the State pay the same or authorize its payment from the funds under his charge or control to any person or corporation for work done upon any contract, on which the Contractor has been convicted of second offense in violation of the provisions of this section. The minimum wage rates established by the Industrial Commissioner, State of New York, for this Contract are set forth herein above as part of"Instructions to Bidders". 12. QUALIFICATIONS FOR EMPLOYMENT No person under the age of sixteen(16)years and no person currently serving sentence in a penal or correctional institution shall be employed to perform any work on the project under this Contract. No person whose age or physical condition is such as to make his employment dangerous to his health or safety or to the health or safety of others,,shall be employed to perform any work on this project; provided, however, that such restrictions shall not operate against the employment of physically handicapped persons, otherwise employable, where each person may be safely assigned to work which they can ably perform. 13. NON-DISCRIMINATION There shall be no discrimination because of race, creed, color, national origin, age or sex in the employment of persons for work under this Contract, whether performed by the Contractor or any subcontractor. Neither shall the Contractor and subcontractor or any person acting on behalf of the Contractor or subcontractor discriminate in any manner against or intimidate any employee hired for the performance of work under this Contract on account of race, creed, color, national origin, age or sex. There may be deducted from the amount payable to the Contractor by the Owner under this Contract a penalty of Five Dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of this paragraph; provided that for a second or any subsequent violation of the terms of this paragraph, this Contact may be canceled or terminated by the Owner and all monies due or to become due hereunder may be forfeited. 14. PAYMENT OF EMPLOYEES The Contractor and each of his subcontractors shall pay each of his employees engaged in work on the project under this Contract in full (less deductions made mandatory by law) in cash or company check and not less often than once each week. CC - 7 CONDITIONS OF CONTRACT 15. ESTIMATES & PAYMENTS (a) Monthly: At the end of each calendar month during the progress of the work, the Engineer shall,make an approximate estimate of the work satisfactorily done, based upon the prices set forth in the Proposal Form. In consideration of the work done,the Owner will pay or cause to be paid to the Contractor the amount estimated by the Engineer as due him less five (5)percent. The making of any such estimate or payment made thereon shall not be taken or construed as an acceptance by the Owner of any work so estimated and paid for. The five percent (5%) of the amount of the monthly estimate remaining unpaid will be retained by the Owner as a guarantee that the Contractor will faithfully and completely fulfill all obligations imposed by the Contract and Specifications, and against any damages caused the Owner by reason of any failure on the part of the Contractor to fulfill all conditions and obligations herein contained. (b) Final Estimate: One month after the completion and acceptance of the work specified and contracted for, the Engineer will make a final estimate of all the work done. Thereafter, the Owner will pay the full amount, less prior payments, less any amounts retained to complete the work according to the provisions of the Specifications, less any money paid by the Owner by reason of said Contractor having failed to carry out faithfully and completely all the obligations and requirements herein contained. Upon final settlement, according to the conditions herein specified and not until such settlement shall have been made, will the Contractor be relieved from the obligations assumed in the Contract. (c) Measurement for Payment: The Engineer shall make due measurement of work done during the progress of the work and his estimate shall be final and conclusive evidence of the amounts of work performed by the Contractor under, and by virtue of, this agreement and shall be taken as full measure of compensation to be received by the Contractor. When requested by the Contractor, the Engineer shall measure, re-measure or re-estimate any portion of the work, but the expense of such re-measurement or re-estimating shall, unless material error is proved, be paid for by the Contractor. (d) No payments will be made for materials delivered to the site which have not been incorporated into the work. (e) Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll record, subscribed and affirmed as true under the penalties of perjury. CC - 8 CONDITIONS OF CONTRACT 16. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE The acceptance by the Contractor of the final payment shall be, and shall operate as a release to the Owner from all claims and all liabilities to the Contractor for all the things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of, this work, excepting the Contractor's claims for interest upon the final payment, if this payment be improperly delayed. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this Contract or the Performance Bond. 17. CONSTRUCTION REPORTS The Contractor shall submit to the Engineer prior to commencing any work under this Contract, a detailed schedule and plan of operations indicating the manner in which the Contractor proposes to prosecute the work and a time schedule therefor. Such schedules are not intended to bind the Contractor to a pre-determined plan or procedure, but rather to enable the Engineer to coordinate the work of the Contractor with work required of, and to be performed by others. The detailed schedule shall include a list of the subcontractors and material suppliers he proposes to use on the work. The Contractor shall furnish .the Engineer with periodic estimates for partial payments as required elsewhere in the Contract Documents, and in addition thereto will furnish the Engineer with a detailed estimate for final payment. Prior to being eligible to receive the final payment under this Contract, the Contractor shall fumish'the Engineer with substantial proof that all bills for services rendered and materials supplied have been paid. The enumeration of the above reports in no way relieves the Contractor of his responsibility under existing Federal or State Laws of filing such other reports with agencies as may be required by such existing laws or regulations. 18. INSPECTION AND TESTS All material and workmanship shall be subject to inspection, examination and test by the Engineer at any time during the construction and at any and all places where manufacturing of materials used and/or construction is carried on. Without additional charge, Contractor shall furnish promptly all reasonable facilities, labor and materials necessary to make any tests required by the Engineer and/or required by the Specifications. If at any time before final acceptance of the entire work, the Engineer considers necessary or advisable an examination of any portion of the work already completed, by removing or tearing out the same, the Contractor shall upon request, furnish promptly all necessary facilities, labor and materials for such examination. If such work is found to be defective in any material CC - 9 CONDITIONS OF CONTRACT respect, due to the fault of the Contractor or any subcontractor, or if any work shall be covered over without the approval or consent of the Engineer, whether or not the same shall be defective, the Contractor shall be liable for the expense for such examination and of satisfactory reconstruction. If, however, such approval and consent shall have been given and-such work is found to meet the requirements of this Contract, the Contractor shall be recompensed for the expense of such examination and reconstruction in the manner herein provided for the payment of cost of extra work. The selection of laboratories and/or agencies for the inspection and tests of supplies, materials or equipment shall be subject to the approval of or designated by the Owner. Satisfactory documentary evidence that the material has passed the required inspection and tests must be furnished to the Engineer prior to the incorporation of the material in the work. Any rejected work will be removed from the site of the project completely at the expense of the Contractor. 19. PLANS AND SPECIFICATIONS: INTERPRETATIONS The Contractor shall keep at the site of the work one copy of the Plans and Specifications signed and identified by the Engineer. Anything shown on the Plans and not mentioned in the Specifications or mentioned in the Specifications and not shown in the Plans shall have the same effect as if shown or mentioned in both. In case of any conflict or inconsistency between the Plans and Specifications, the Specifications shall govern. Any discrepancy between the figures and drawings shall be submitted to the Engineer whose decision thereon shall be conclusive. 20. SUBSURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter subsurface conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Engineer of such conditions, before they are disturbed; the Engineer shall thereupon promptly investigate the conditions and if he finds that they materially differ from those shown on the Plans or indicated on the Specifications, he shall at once make such changes in the Plans and/or Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes will be adjusted in the manner provided herein for adjustment as to extra and/or additional work and changes. 21. CONTRACTOR'S TITLE TO MATERIALS No materials or supplies for the work shall be purchased by the Contractor or any subcontractor subject to any chattel mortgage or under a conditional sale or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and supplies used by him in the work. CC - 10 CONDITIONS OF CONTRACT 22. SUPERINTENDENCE BY CONTRACTOR At the site of the work, the Contractor shall give his constant, personal attention to the work or employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Engineer and shall be one who can be continued in that capacity for the particular job involved unless he ceases to be on the Contractor's payroll. The Contractor's superintendent and foreman must be able to read and speak the English language. 23. PROTECTION OF WORK.PERSONS AND PROPERTY Precaution shall be exercised at all times for the proper protection of all persons, property and work. The Contractor shall give notice to the owners of utilities which may serve the area and request their assistance in predetermining the location and depth of various pipes, conduits, manholes, and other underground facilities. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. The Contractor shall furnish entirely at his own expense any and all additional safety measures deemed necessary by the Owner or his Engineer to adequately safeguard the traveling public. The Contractor shall, at all hours of the day, safely guard and protect his own work and adjacent property from any damage and shall replace or make good any such damage, loss or injury, unless such be caused directly by errors contained in the Contract Documents, or by the Owner or its duly authorized representatives. The Contractor shall provide and maintain such watchmen, barriers, lights, flares and other signals at his own expense, as will effectively prevent any accident in consequence of his work for which the Owner might be liable. The Contractor shall be liable for all injuries or damage caused by his act or neglect, or that of his employees. The Contractor shall take particular care to avoid the blocking of fire hydrants, fire alarm boxes, letterboxes,traffic signals or other visible devices maintained for the use of the public. 24. REPRESENTATIONS OF CONTRACTOR The Contractor represents and warrants: (a) That he is financially solvent and that he is experienced in, and competent to, perform the type of work involved under this Contract and able to furnish the plant, materials, supplies and/or equipment to be furnished for the work; and (b) That he is familiar with all Federal, State and Municipal Law, ordinances and regulations which may in any way affect the work of those employed hereunder, including but not limited to any special acts relating to the work; and CC - 11 CONDITIONS OF CONTRACT (c) That such work required by these Contract Documents as is to be done by him can be satisfactorily constructed and used for the purpose for which is intended and that such construction will not injure any person or damage any property; and (d) That he has carefully examined the Plans, Specifications and the site of the work, and that from his own investigations he has satisfied himself as to the nature and location of the work, the character, location, quality and quantity of surface and subsurface materials, structures and utilities likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general local conditions which may in any way affect the work or its performance. 25. PATENT RIGHTS As part of his obligation hereunder and without any additional compensation, the Contractor will pay for any patent fees or royalties required in respect to the work or any part thereof and will fully indemnify the Owner or his Engineer for any loss on account of any infringement of patent rights unless prior to his use in the work a particular process or a product of a particular manufacturer he notifies the Engineer in writing that such process or product is an infringement of a patent. 26. AUTHORITY OF THE ENGINEER In the performance of the work, the Contractor shall abide by all orders and directions and requirements of the Engineer and shall perform work to the satisfaction of the Engineer, at such time and places, by such methods, and in such manner and sequence as he may require. The Engineer shall determine the amount, quality, acceptability, and fitness of all parts of the work, shall interpret the Plans, Specifications, Contract Documents and any extra work orders and shall decide all other questions in connection with the work. Upon request, the Engineer shall confirm in writing any oral orders, directions, requirements or determinations. The enumeration herein or elsewhere in the Contract Documents of particular instance in which the opinion, judgment, discretion or determination of the Engineer,shall control or in which work shall be performed to his satisfaction or subject to-his approval or inspection, shall not imply that only matters similar to those enumerated shall be so governed and performed, but without exception all the work shall be governed and so performed. 27. CHANGES AND ALTERATIONS The Owner, upon the Engineers recommendation, reserves the right to make alterations in location, line, grade, plan, form or dimensions of the work, or any part thereof, either before or after the commencement of construction. If such alterations diminish the amount of work to be done, no claim for damages or anticipated profits will be warranted on the work, which may be dispensed with. If such alterations increase the amount of work, such increases shall be paid for according to the quantity of work actually done and at the prices for such work as contained in the schedule of prices. CC - 12 CONDITIONS OF CONTRACT 28. CORRECTION OF WORK All work and all materials whether incorporated into the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Engineer who shall be the,final judge of quality, materials, processes of manufacture and methods of construction suitable for the purpose for which they are used. Should they fail to meet his approval, they shall be forthwith reconstructed, made good and replaced and/or corrected as the case may be, by the Contractor,at his own expense. If, in the opinion of the Engineer, it is not desirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgment of the Engineer shall be equitable. The Contractor expressly warrants that his work shall be free from any defects in materials or workmanship and agrees to correct any defects, which may appear within one year following the final completion of the-work. Neither the acceptance of the completed work nor payment therefor shall operate to release the Contractor or his sureties from any obligations under or upon this Contract or the Performance Bond. 29. WEATHER CONDITIONS In the event of temporary suspension of work or during inclement weather or whenever the Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If in the opinion of the Engineer any work or material shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors to protect his or their work, such work and materials shall be removed and replaced at the expense of the Contractor. 30. THE OWNER'S RIGHT TO WITHHOLD PAYMENTS The Owner may withhold from the Contractor so much of any approved payments due him as may, in the judgment of the Owner, be necessary: (a) To assure the payment of just claims then due and unpaid of any persons supplying labor or materials for the work; (b) To protect the Owner from loss due to defective work not remedied; or (c) To protect the Owner from loss due to injury to persons or damage to the work or property of other contractors or subcontractors or others, caused by the act or neglect of the Contractor or any of his subcontractors. The Owner shall have the right, as agent for the Contractor to apply such amounts so withheld in such manner as the Owner may deem proper to satisfy such claims or to secure such protection. Such applications of such money shall be deemed payments for the account of the Contractor. CC - 13 CONDITIONS OF CONTRACT 31. THE OWNER'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If, (a)The Contractor shall be adjudged bankrupt or make an assignment for the benefit of creditors; or (b) A receiver or liquidator shall be appointed for the Contractor for any of his property and shall not be dismissed within 20 days after such appointment, or the proceedings in connection therewith shall not be stayed on appeal within the said 20 days; or (c) The Contractor shall refuse or fail, after notice or warning from the Engineer, to supply enough properly skilled workmen or proper materials; or (d) The Contractor shall refuse or fail to prosecute the work or any part thereof with such diligence as will insure its completion within the periods herein specified(or any duly authorized extension thereof)or shall fail to complete the work within said periods; or (e) The Contractor shall fail to make prompt payments to persons supplying labor or materials for the work; or (f) The Contractor shall fail or refuse to regard laws, ordinances or the instructions of the Engineer or otherwise be guilty of a substantial violation of any provisions of this Contract; then and in any such event, the Owner, without prejudice to any other rights or remedy it may have, may by seven(7) days' notice to the Contractor,terminate the employment of the Contractor and his rights to proceed either as to the entire work or(at the option of the Owner) as to any portion thereof as to which delay shall have occurred, and may take possession of the work and complete the work by contract or otherwise, as the Owner may deem expedient. In such case, the Contractor will not be entitled to receive any further payment until the work is finished. If the unpaid balance of the compensation to be paid the Contractor hereunder shall exceed the expense of so completing the work(including compensation for additional managerial, administrative and inspection services and any damages for delay), such excess shall be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor and his sureties shall be liable to the Owner for such excess. If the right of the Contractor to proceed with the work is so terminated,the Owner may take possession of and utilize in completing the work, such materials, appliances, supplies, plant and equipment as may be on the site of the work and necessary thereof. If the Owner does not so terminate the right of the Contractor to proceed, the Contractor shall continue to work. 32. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the work shall be stopped by order of the Court or other public authority for a period of three (3) months without act or fault of the Contractor or any of his agents, servants, employees or subcontractors, the Contractor may, upon ten (10) days' notice to the Owner, discontinue his performance of the work and/or terminate the Contract; in which event, the liability of the Owner to the Contractor shall be determined as provided in Paragraph 31. The Contractor shall not be CC - 14 CONDITIONS OF CONTRACT obligated to pay to the Owner any excess of the expense of completing the work over the unpaid balance of the compensation to be paid to the Contractor hereunder. 33. RESPONSIBILITY FOR WORK The Contractor agrees to be responsible for the entire work embraced in this Contract until its completion and final acceptance, and that any unfaithful or imperfect work that may become damaged from any cause either by act of commission or omission to properly guard and protect the work that may be discovered at any time before the completion and acceptance ,shall be removed and replaced by good and satisfactory work without any charge to the Owner, and that such removal and replacement will be performed immediately on the requirement of the Engineer, notwithstanding the fact that it may have been overlooked by the proper inspector, and partial payment made thereon. It is fully understood by the Contractor that the inspection of the work shall not relieve him of any obligation to do sound,and reliable work as herein prescribed, and that any omission to disapprove any work by the Engineer at or before the time of partial payment or other estimate shall not be construed to be acceptance of any defective work. 34. USE OF PREMISES AND REMOVAL OF DEBRIS The Contractor expressly undertakes at his own expense: (a) To store his apparatus,materials, supplies and equipment in such orderly fashion at the site of the work as will not unduly interfere with the progress of his work or the work of any of his subcontractors; (b) To frequently clean up all refuse, rubbish, scrap materials and debris caused by the operations to the end that at all times, the site of the work shall present a neat, orderly and workmanlike appearance; (c) Before final payment hereunder to remove all surplus material,temporary structures,plants of any description and debris of every nature resulting from his operations. 35. SUITS OF LAW The Contractor shall indemnify and save harmless the Owner from and against all suits, claims, demands or actions for any injury sustained or alleged to be sustained by any party or parties in connection with the construction of the work or any part thereof, or any commission or omission of the contractor, his employees or agents of any subcontractor, and in case of any such action shall be brought against the Owner, the Contractor shall immediately take charge of and defend the same at his own cost and expense. 36. POWER OF THE CONTRACTOR TO ACT IN AN EMERGENCY In case of an emergency, which threatens loss or injury to property and/or safety of life, the Contractor will be permitted to act as he sees fit without previous instructions from the Engineer. He shall notify the Engineer thereof immediately and any compensation claimed by the Contractor due to extra work made necessary because of his acts in such emergency shall be CC - 15 CONDITIONS OF CONTRACT submitted to the Engineer for approval. Where the Contractor has not taken action but has notified the Engineer of an emergency indicating injury to persons or damage to adjoining property or to the work being accomplished under this Contract, then upon authorization from the Engineer to prevent such threatened injury or damage, he shall act as instructed by the Engineer. The amount of reimbursement claimed by the Contractor on account of any such action shall be determined in the manner provided herein for the payment of extra work. 37. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall read and be enforced as though it were included herein, and if through mistake or otherwise, any such provision is not inserted, or is not correctly inserted, then upon the application of either party the Contract shall be forthwith be physically amended to make such insertion. 38. SUBLETTING,SUCCESSOR AND ASSIGNS The Contractor shall not sublet any part of the work under this Contract nor assign any money due him hereunder without first obtaining the written consent of the Owner. This Contract shall insure the benefit of and shall be binding upon the parties hereunder and upon their respective successors and assigns, but neither party shall assign or transfer his interest herein in whole or in part without consent of the other. 39. GENERAL MUNICIPAL LAW CLAUSE Pursuant to the provisions of Section 103-a of the General Municipal Law, in the event that the Bidder or any member, partner, director or officer of the Bidder, should refuse, when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or any public Department, agency or official of the State or of any political subdivision thereof or of a public authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm,partnership, or corporation of which he is a member,partner, director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public Department, agency or official thereof for goods, work or services for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public Department, agency or official thereof on or after the first day of July, 1959, by such person, and by any firm, partnership or corporation of which he is a member,partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination, but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. CC - 16 CONDITIONS OF CONTRACT 40. GRADES,LINES.LEVELS AND SURVEYS . The Engineer shall furnish the Contractor with the basic horizontal and vertical controls from which the Contractor shall transfer and stake his lines and grades and for their accuracy. The Engineer will establish the basic horizontal and vertical controls at the start of the work, and it shall be the responsibility of the Contractor to safeguard such controls; and if, in the opinion of the Engineer, these controls are damaged or destroyed either in whole or in part, the Contractor shall pay the cost of having the damaged controls verified, checked, corrected or replaced. 41. INSURANCE REQUIREMENTS The Contractor shall not commence work until the Town has approved all the insurance required under this Contract as required immediately following the Instructions to Bidders. Additionally, the Contractor shall indemnify and save harmless the Town of Southold from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every kind or nature, brought or recovered against the Town of Southold by reason of any act or omission of the Contractor,his agent or employees in the performance of the Contract. The Contractor shall not permit any subcontractor to commence any work under this contract until satisfactory proof of carriage of the required insurance has been posted with and approved by the Town. 42. FOREIGN CONTRACTORS Foreign Contractors must comply with the provisions of Articles 9A and 16 of the Tax Law, as amended, prior to submission of a bid for the performance of this work. The certificate of the New York State Tax Commission to the effect that all taxes have been paid by the foreign contractor shall be conclusive proof of the payment of taxes. The term "foreign contractor" as used in this subdivision means in the case of an individual, a person who is a legal-resident of another state or foreign country; and in the case of a foreign corporation, one organized under the laws of a state other than the State of New York. 43. LIEN LAW Attention of all persons submitting bids is specifically called to the provisions of Section 25, Subdivision 5, Section 25A and 25B of the Lien Law, as amended, in relation to funds being received by a contractor for a public improvement declared to constitute trust funds in the hands of such Contractor to be applied first to the payment of certain claims. 44. REFUSAL TO WAIVE IMMUNITY Pursuant to the provisions of Section 103-A of the General Municipal Law, in the event that the bidder or any member, partner, director or officer of the bidder, should refuse when called before a grand jury to testify concerning any transaction or contract had with the State, any political subdivision thereof, a public authority or with any public department, agency or official of the CC - 17 CONDITIONS OF CONTRACT State or of any political subdivision thereof or of an authority, to sign a waiver of immunity against subsequent criminal prosecution or to answer any relevant question concerning such transaction or contract, such person, and any firm, partnership or corporation of which he is a member, partner, firm director or officer shall be disqualified from thereafter selling to or submitting bids to or receiving awards from or entering into any contracts with any municipal corporation or any public department, agency, or official thereof, for goods,work or services, for a period of five (5) years after such refusal, and any and all contracts made with any municipal corporation or any public department, agency, or official thereof on or after the first day of July, 1959, by such person and any firm, partnership or corporation of which he is a member, partner, director or officer may be cancelled or terminated by the municipal corporation without incurring any penalty or damages on account of such cancellation or termination,but any monies owing by the municipal corporation for goods delivered or work done prior to the cancellation or termination shall be paid. 45. EXEMPTION FROM SALES AND USE TAXES In accordance with Chapter 513 of the laws of 1974 adopted by the New York State Legislature, amending Section 1115 (a) of the tax law, specifically paragraphs 15 and 16, political subdivisions, as described in subdivision(a)paragraph(L) of section 1116 of the tax laws, of the State of New York are exempt from the payment of sales and use taxes imposed on tangible personal property within the limitations specified in tax law 1115 (a) (15)and(16). (15) Tangible personal property sold to a contractor, subcontractor or repairman for use in erecting a structure or building of an organization described in subdivision(a) of section 1116, or adding to, altering or improving real property, property or land of such an organization, as the terms real property, property and land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure, building or real property. (16) Tangible personal property sold to a contractor or repairman for use in maintaining, servicing or repairing real property, or land of an organization described in subdivision (a) of section 1116, as the terms real property, property or land are defined in the real property tax law; provided, however, no exemption shall exist under this paragraph unless such tangible personal property is to become an integral component part of such structure,building or real property. Contractors entering into Contract with the Town of Southold shall be exempt from payment of sales and use tax as described above. Procedures and forms are available to the Contractor direct from the Instructions and Interpretations Unit, State of New York, Department of Taxation and Finance, State Campus, Albany,New York, 12227. CC - 18 Town of Southold "Asbestos Remediation of the Southold Town Hall Annex Basement" PROPOSAL PACKAGE BID OPENS: January 2, 2025 REMINDER NOTE III.... VENDORS MUST RETURN THIS DOCUMENT INTACT AND FILLED OUT COMPLETELY! ! (Do Not Sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of contract.) All line items on the Proposal Form must be filled in! All lines must have an indication of the bidder's response whether it is a dollar figure or No Bid. Please DO NOT remove any pages from this bid package! ! ! Thank you! Proposal Package 1 of 9 BIDDER'S CHECK LIST Your response to our above referenced bid will be considered unresponsive and will be rejected if the following forms are not included at the time of the bid opening. ❑ Notarized Affidavit of Non-Collusion as required by NYS Law. ❑ A Bid Deposit in the amount of Five Percent of Bid Price as required in the Invitation to Bid. ❑ As per specifications, the Town of Southold requires a current insurance certificate, with the Town of Southold listed as additional insured, to be on file in the Purchasing Department. You will be given,ten(10) business days from notice of award to supply this form or the bid will be rescinded. ❑ Vendor Information Sheet and Address Record Form. ❑ Assumed Name Certification. ❑ Bidder's Qualification Statement. NOTE: Please do NOT sign the Contract Agreement. It is included only for informational purposes, and will be signed by the successful bidder after award of the contract. Proposal Package 2 of 9 VENDOR NAME: VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID #: OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: ADDRESS: CONTACT: TELEPHONE: FAX: E-MAIL: ONLY if different - MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different - MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New York general business law must be attached. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows - please mark appropriate box: Insurance Certificate as requested is attached ❑ I certify that I can supply insurance as specified if awarded the bid ❑ Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. AUTHORIZED SIGNATURE Proposal Package 5 of 9 AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor, bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so, on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury, affirms the truth thereof. SWORN TO BEFORE ME THIS Signature&Company Position DAY OF 20 Type Name&Company Position Company Name NOTARY PUBLIC Date Signed Federal I.D.Number Proposal Package 6 of 9 THE PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAME: VENDOR ADDRESS: TELEPHONE NUMBER: FAX: The undersigned bidder has carefully examined the Contract Documents and will provide all necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract Documents in the manner prescribed therein and in said Contract, and in accordance with the requirements of the Engineer, at the prices listed on the attached Bid Proposal Form. If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, the bid must be signed by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid documents. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipalities bid on contracts, but only that such interest be revealed when they do bid.) The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please write N/A below): Addendum No. Dated Proposal Package 7 of 9 TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized Proposal for: Asbestos Remediation of the Southold Town Hall Annex Basement 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 Asbestos removal Spaces 1008-1019.and.1021=1023 1 1 LS for /LS Dollars Cents (Add All Items) TOTAL for Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the right to increase,decrease, or eliminate in its entirety any or all items prior to or after award of the bid. _ ^Add'Alternate 1-Asbestos removal from Space 1001 ALT1 1 LS for /SF Dollars Cents Add Alternate 2-Asbestos remov_af from . P S ace 1026a --.._ _--- _.�. ALT2 1 LS for /SF Dollars Cents Page 8 of 9 AUTHORIZED SIGNATURE PRINT NAME TITLE DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 20_before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: A Corporation A Partnership or Entity FIRM NAME: An Individual PRINCIPAL OFFICE: PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE 1. How many years has your organization been in business under its present business name? 2. You normally perform what percent of the work with your own forces? % List trades that you organization normally performs below: 3. Have you ever failed to complete any work awarded to you? . If so, note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its officers? If yes, please provide details. QS-1 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Complete Completion 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone Amount Completion % of Work QS-2 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? 10. Bank References: 11. Trade Association Membership: 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations? If yes, when? What was the outcome of the investigation? QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Failure to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF ) COUNTY OF ) being duly sworn deposes and says that he is the of contractor and that answers to the foregoing questions and all statements therein contained are true and correct. (Signature of person who signed bid) Sworn to before me this day of ,2025 Notary Public Commission Expiration Date: QS-4 CONTRACT AGREEMENT THIS AGREEMENT made this day of Two Thousand and Twenty-Five by and between the Town of Southold, party of the first part (hereinafter called the Owner), and ply of the second part(hereinafter called Contractor). WITNESSETH: That for and in consideration of the premises and the agreements herein contained, and the payments herein provided to be made, the parties hereto agree as follows: FIRST: The Contractor shall perform all labor, and furnish all the materials, equipment, tools, and implements and will well and faithfully perform and complete the entire work associated with the Asbestos Remediation of the Southold Town Hall Annex Basement. AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and as set forth in the Contractor's Bid dated , and in strict and entire conformity and in accordance with the Notice to Bidders,Instructions to Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General Conditions, Standard Insurance Requirements (SIR 1-3), Detailed Specifications, Contract Drawings, Addenda, and this Agreement, hereto annexed and made a part hereof, and hereinafter collectively referred to as "Contract Documents". SECOND: In Consideration of the Contractor performing this Contract in the manner herein stated and as stated in the Contract Documents, the Owner promises and agrees to pay or cause to be paid to the Contractor the sums of money mentioned in said Contract Documents in the manner and under the conditions therein provided. THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract Documents to be contrary notwithstanding, or regardless of any matter, thing, contingency of condition unforeseen or otherwise, present or future, the Contractor shall not be entitled to receive any additional or further sums of money than the amounts in said Contract Documents provided; and the failure of the Owner or its agents to insist upon strict performance of any of the terms, covenants, agreements, provisions or conditions in this Agreement or in the Contract Documents, on any one or more instances, shall not be construed as a waiver or relinquishment for the future of any such terms, covenants, agreements, provisions and conditions and the same shall be and remain in full force and effect with power and authority on the part of the Owner to enforce the same or cause the same to be enforced at any time, without prejudice to any other rights which the Owner may have against the Contactor under this Agreement or the Contract Documents. A-1 FOURTH: The Contractor agrees to indemnify and save the Town, its officers, agents and employees harmless from any liability imposed upon the Town, its officers, agents and/or employees arising from the negligence, active or passive, of the Contractor and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising out of Contractor's breach of the Agreement or from Contractor's acts or omissions outside the scope of the Agreement or arising out of claims or actions by third parties against Contractor by virtue of its performance of this Agreement. FIFTH: Terms used in the Agreement which are defined in Article 1 of the General Conditions shall have the meanings indicated in the General Conditions. SIXTH: Neither Owner nor Contractor shall, without the prior written consent of the other, assign or sublet in whole or part his interest under any of the Contact Documents; and, specifically, Contractor shall not assign any monies due or to become due without the prior written consent of the Owner. SEVENTH: Owner and Contractor each binds himself, his partners, successors, assigns and legal representatives of the other party hereto in respect to all covenants, agreements and obligations contained in the Contract Documents. EIGHTH: The Contract Documents constitute the entire agreement between Owner and Contractor and may only be altered, amended or repealed by a duly executed written instrument signed by both parties. IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first above written. Total Bid Written in Words Dollars Written in Figures TOWN OF SOUTHOLD CONTRACTOR BY BY Albert J. Krupski Jr., Supervisor TITLE A-B ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF ) ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC STATE OF NEW YORK, COUNTY OF )ss.: On the day of in the year 2025 before me, the undersigned, personally appeared, , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. NOTARY PUBLIC A-3 THE PREVAILING WAGE CASE NUMBER ISSUED BY THE NEW YORK STATE DEPARTMENT OF LABOR FOR THIS PROJECT CAN BE FOUND ON THE NEXT PAGE. A CURRENT PREVAILING WAGE SCHEDULE FOR THIS PROJECT CAN BE OBTAINED DIRECTLY FROM THE DEPARTMENT OF LABOR WEBSITE @ www.labor.ny.gov 9 b Y Roberta Reardon,Commissioner Kathy Hochul,Governor OF~ NT Town of Southold Schedule Year 2024 through 2025 Michael Collins,Town Engineer Date Requested 09/11/2024 53095 Main Road PRC# 2024011546 Southold NY'11971 Location Southold Town Hall Annex Project ID# Project Type Asbestos abatement of the basement of the Southold Town Hall Annex PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Rate Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2024 through June 2025. All updates, corrections, posted on the 1st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.ny.gov. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and /or to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION / CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name &Title of Representative: Phone: (518)457-5589 Fax: (518)485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240 vwwv.labor.ny.gov. PW 200 Ask.PWAsk@labor.ny.gov Scope of Work for Asbestos Removal Town of Southold Town Hall Annex 54375 Main Road Southold, New York 11971 Revised December 2024 Enviroscience Job #25154 `is�.y=iSs� ENVIROSCIENCE CONSULTANTS - A Mainline Company 2150 Smithtown Ave.,Suite 3,Ronkonkoma,NY 11779 T:631.580.3191 - F:631.580.3195 - W-,envirohealth.org 1.0 INTRODUCTION - Pre-renovation Asbestos Removal Client: Town of Southold PO Box 1179 53095 Main Road Southold, NY 11971 Work Location: Town Hall Annex - Basement 54375 Main Road Southold, NY 11971 1.1 Asbestos ceiling tile, pipe insulation and cast-in-place pipe fitting insulation, glue for wood wall paneling,floor tile and floor tile mastic are to be removed from the basement to facilitate renovations.The building is a two-story masonry former bank with a full basement. Selective demolition is required to open walls and ceilings to access and remove pipe and pipe fitting insulation,wall paneling glue and other ACM. 1.2 The Town Hall Annex is an occupied building that is to remain in operation during the work week. 1.3 Reference the Asbestos and Inspection Report, prepared by Testing Mechanics Corporation,Job #19-159. Project#115, April 2019. 1.4 Reference Site-specific Variance File No.TBD.This Variance reduces waiting times. Increased negative air filtration rate will be 8 air-changes per hour. 1.5 Reference Section 3.1 of this work plan for specific asbestos materials to be removed. Quantities listed in the specification are approximate. Materials and approximate quantities are from the Testing Mechanics Corp. asbestos inspection report. Enviroscience inspected the spaces to prepare this specification, some quantities differ slightly from the Testing Mechanics report.The Abatement Contractor is to verify types, locations, and quantities of ACM. Discrepancies with the quantities specified are to be documented and reported to the Owner and Project Designer. 1.6 The Abatement Contractor will give all appropriate governing agencies timely notification to expedite the project. 1.7 Painted walls, ceilings and trim may be coated with lead-based paint.The OSHA Lead in Construction Standard - 29 CFR 1926 Section 1926.62 applies to all construction work where employees may be exposed to lead, including cleaning, removal, or encapsulation ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS AM Town Hall Annex Basement 02080-2 Southold, NY Issued for Bid of materials containing lead, and demolition or salvage of structures where lead or materials containing lead are present.Workers must have OSHA Lead in Construction training. 1.8 All lead painted surfaces and components that are disturbed to facilitate the asbestos abatement are to be properly handled and disposed, or recycled. Selective demolitions to access pipe insulation are to be done under full containment or inside tent enclosures. 2.0 REFERENCES-ASBESTOS The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. The latest version of each publication/standard applies. AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM E 1368 (1990) Visual Inspection of Asbestos Abatement Projects CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910 Occupational Safety and Health Standards 29 CFR 1910.1200 OSHA Hazard Communication 29 CFR 1910.134 OSHA Standards for Respiratory Protection 29 CFR 1926 Safety and Health Regulations for Construction 40 CFR 61 National Emission Standards for Hazardous Air Pollutants 40 CFR 763 Asbestos Hazard Emergency Response Act (AHERA) 29 CFR 1926.62 OSHA Lead in Construction Rule ENVIRONMENTAL PROTECTION AGENCY (EPA) EPA 340/1-90-018 (1990) Asbestos/NESHAP Regulated Asbestos-containing Materials Guidance EPA 340/1-90-019 (1990) Asbestos/NESHAP Adequately Wet Guidance �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS^ Town Hall Annex Basement 02080-3 ti...,..�..,. , Southold, NY Issued for Bid EPA 560/5-85-024 (1985) Guidance for Controlling Asbestos-containing Materials in Buildings NEW YORK STATE 12 NYCRR Part 56 New York State Department of Labor- Asbestos 6 NYCRR Part 364 New York State Department of Environmental Conservation, Waste Collector Registration 6 NYCRR Parts 370 New York State Department of Environmental through 374-3 and 376 Conservation 2.1 DEFINITIONS 2.1.1 Adequately Wet A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-019 that means to sufficiently mix or penetrate with liquid to prevent the release of particulates. If visible emissions are observed coming from asbestos-containing material (ACM), then that material has not been adequately wetted. However,the absence of visible emissions is not sufficient evidence of being adequately wetted. 2.1.2 Amended Water Water containing a wetting agent or surfactant with a surface tension of at least 29 dynes per square centimeter when tested in accordance with ASTM D 1331. 2.1.3 Friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763, Appendix A, Subpart F, Section 1, Polarized Light Microscopy,that when dry, can be crumbled, pulverized, or reduced to powder by hand pressure. If the asbestos content is less than 10 percent as determined by a method other than point counting by polarized light microscopy (PLM),verify the asbestos content by point counting using PLM. 2.1.4 Non friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763, Appendix A, Subpart F, Section 1, Polarized Light Microscopy, that, when dry, cannot be crumbled, pulverized or reduced to powder by hand pressure. QENVIROSCIENCE Town of Southold Asbestos Abatement CONsuiTnNrs-- ---- Town Hall Annex Basement 02080-4 Southold , NY Issued for Bid 2.1.5 Category I Non friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means asbestos-containing packings, gaskets, resilient floor covering, and asphalt roofing products containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763, Appendix A, Subpart F, Section 1, Polarized Light Microscopy. 2.1.6 Category II Non friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material, excluding Category I non friable ACM, containing more than 1 percent asbestos as determined using the methods specified in Appendix A, Subpart F,40 CFR 763, Section 1, Polarized Light Microscopy,that when dry, cannot be crumbled, pulverized, or reduced to powder by hand pressure. 2.1.7 Asbestos Regulated Work Area An asbestos regulated work area is an area contained and controlled either by an enclosed containment (full containment area, single or double bulkhead containment area, mini-containment area), modified containment glove bag or outdoor techniques,where asbestos containing materials (ACM) operations are performed and isolated by physical boundaries to prevent the spread of ACM and control access to authorized persons. A full containment, single or double bulkhead containment area, mini-containment area, modified containment, and glove bag work area is isolated within a containment enclosure in which ACM operations are performed. An outdoor regulated work area is not isolated within a containment enclosure, but is otherwise secured by means of physical barriers, boundary warning tape,and signs, etc.,to control access by unauthorized persons. 2.1.8 Time-Weighted Average (TWA) The TWA is an 8-hour time weighted average of airborne concentration of fibers (longer than 5 micrometers) per cubic centimeter of air which represents the employee's 8-hour workday as determined by Appendix A of 29 CFR 1926, Section 1926.1101 2.2 CONTRACT DOCUMENTS 2.2.1 All work of this section shall comply with the requirements of the Conditions of the Contract (General, Supplementary and Special), with this Work Plan, with the Drawings, and with other Contract Documents. ENVIROSCIENCE Town of Southold Asbestos Abatement 1 CONSULTANTS Town Hall Annex Basement 02080-5 A Mu.nlin Compan, Southold, NY Issued for Bid 3.0 SCOPE OF WORK 3.1 The asbestos abatement contractor is to remove all asbestos containing materials (ACM) from the work areas listed below. It is understood that the quantities are approximate. All ACM types, locations, and quantities should be field verified by the Asbestos Abatement Contractor and the Project Monitor. The asbestos abatement contractor shall alert the Owner and Project Monitor to any additional materials that may be found. If required,testing of additional materials will be done by the Owner.The contractor shall not conduct additional testing of bulk materials. Location Spaces are identified in the Testing Mechanics Corp. asbestos inspection report and are shown on the basement floor plan from that report.The Testing Mechanics Corp. floor plan is provided as part of this specification. There is no work in Spaces 1002, 1003, 1004, 1005, 1006, 1020, 1024, and 1025. TOWN HALL ANNEX BASEMENT ASBESTOS MATERIALS TO BE REMOVED Location Asbestos Material Quantity Recommended Abatement Procedure/ Remarks 1001 12 NYCRR Part 56 Pipe and Pipe Fitting Tent/Glovebag Boiler Room Insulation 130 linear feet and Variance. separate work area Ceiling Tile 450 square feet NYS DOL Pipe and Pipe Fitting 15 linear feet 12 NYCRR Part 56 Space 1008 Insulation Full Containment HallwayBlack Rope Pipe 25 linear feet and Variance. Insulation Floor Tile and Mastic 450 square feet Spaces 1008 - 1023 under carpet Pipe and Pipe Fitting 40 linear feet Insulation Space 1009 Floor Tile and Mastic 85 square feet ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-6 Southold , NY Issued for Bid Location AsbestosQuantity • -• Remarks Ceiling Tile 234 square feet NYS DOL 12 NYCRR Part 56 Space 1010 Pipe and Pipe Fitting 50 linear feet Full Containment Insulation and Variance. Floor Tile and Mastic 234 square feet Spaces 1008- 1023 Ceiling Tile 865 square feet Space 1011 Pipe and Pipe Fitting 175 linear feet Insulation Floor Tile and Mastic 865 square feet Ceiling Tile 200 square feet Space 1012 Pipe and Pipe Fitting 30 linear feet Insulation Floor Tile and Mastic 200 square feet Space 1013 Pipe and Pipe Fitting 5 linear feet Insulation Ceiling Tile 480 square feet Pipe and Pipe Fitting 60 linear feet Space 1014 Insulation Mastic for wood 740 square feet paneling Space 1015 Pipe and Pipe Fitting 60 linear feet Insulation Ceiling Tile 405 square feet Space 1016 Floor Tile and Mastic 405 square feet Space 1017 Floor Tile and Mastic 144 square feet Ceiling Tile 12 square feet Space 1018 Floor Tile and Mastic 12 square feet �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS—- --- Town Hall Annex Basement 02080-7 Southold, NY Issued for Bid Location Asbestos Procedure Floor Tile and Mastic 132 square feet NYS DOL 12 NYCRR Part 56 Full Containment Space 1019 and Variance. Spaces 1008- 1023 Space 1021 Pipe and Pipe Fitting 32 liner feet Ceiling Plenum accessible from Women Toilet Insulation 1022. ceiling plenum only Do not demo ceiling in 1021 Space 1022 Ceiling Tile 96 square feet Women Toilet Lounge Floor Tile and Mastic 96 square feet Ceiling Tile 770 square feet Space 1023 Pipe and Pipe Fitting 100 linear feet Insulation Floor Tile and Mastic 770 square feet Space 1026 Floor Tile and Mastic 18 square feet 12 NYCRR Part 56 Rear Stair 56-11.7 separate work area bottom landing only 3.2 Additional ACM may be found in areas not accessed during the asbestos inspection. Discrepancies are to be documented and reported to the Owner and Project Monitor. 3.3 Contractors are to verify types, locations, and quantities of ACM, and field conditions prior to bid submission. 3.4 The entire project is to be filed as a Large Project. 3.5 The project is limited to the multiple basement level interior locations described above. 3.6 Space 1001 — Basement Boiler Room Remove and dispose of asbestos-containing pipe insulation and cast-in-place pipe fitting insulation utilizing 12 NYCRR Part 56 Tent and Glovebag methods and Site-specific Variance ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS- — Town Hall Annex Basement 02080-8 Southold, NY Issued for Bid File No.:TBD.The Boiler Room is to be done as a separate work area so that it may be cleared and accessed by Town Personnel immediately after abatement. HVAC and electrical equipment is to remain in operation during the abatement. Provide a separate line item cost for the Boiler Room. 3.7 Space 1026 — Rear Stairway Bottom Landing Work in Stairway 1026 is limited to the bottom stair landing adjacent to basement Space 1006.This is a separate work area. Provide a separate line-item cost for the stair landing. 3.8 Spaces 1008— 1023 may be combined into one work area. 3.9 The floor above the asbestos work area is to remain occupied.The abatement contractor is to inspect, locate and seal any penetrations to the 15,floor concrete floor deck after establishing negative air filtration and prior to beginning any abatement including pre-cleaning,selective demolition,and ACM removal. 3.10 Ceiling tile is ACM. Remove the entire drop-in ceiling tile system, including the metal grid. 3.11 Selective demolition to remove pipe insulation located behind walls and above ceilings is needed in some locations.The drop-in ceiling the system with ACM ceiling tiles is to be removed in its entirety. Plaster ceilings and plaster or concrete walls are to remain.Where pipe insulation is located behind plaster/concrete walls and ceilings, remove the insulation to the extent possible and encapsulate the remaining ends with lag cloth and bridging encapsulant. 3.12 Walls and ceilings may be painted with lead-based paint, selective demolition to access the pipe insulation is to be done inside the full containment or tent enclosures.All removed wall and ceiling materials are to be bagged for transport and disposal. 3.13 The following basement suspect-asbestos materials have been classified as non-asbestos containing: Yellow Pipe Insulation Pipe Fitting Insulation on piping with yellow insulation Trowelled Cement Ceiling Boiler Breeching Insulation Trowelled Duct Tar ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS •Ma.nlin Town Hall Annex Basement 02080-9 Ceinpeny Southold, NY Issued for Bid Drywall Joint Compound for drywall Carpet Mastic Vinyl Stair Tread Covering Mastic for stair tread covering Vinyl Cove Base Mastic for cove base Ceiling Plaster Wall Plaster 12x12-inch Tan Floor Tile with brown spots Mastic for 12x12 Tan Floor Tile with brown spots 12x12-inch Tan Floor Tile (Tile is over ACM floor tile) Mastic for 12x12 Tan Floor (adhered to ACM tile) Grout for ceramic tile 3.14 Successful bidders are required to give all appropriate governing agencies proper notification on the date of contract awarding to expedite the project. 3.15 The project is limited to the identified work areas and involves the removal, handling and proper disposal of interior,friable ceiling tiles,friable thermal system insulation, non- friable floor tile and mastic, and non-friable mastic for wood paneling. 3.16 The abatement shall be in accordance with this specification,the Site-specific Variance, and all codes, rules, and regulations. 3.17 The 10-day notification to the NYSDOL,the USEPA, and Building Occupants is required. The building is occupied and is to remain occupied during the abatement work. 3.18 This is a public prevailing wage project. Contractors are required to submit certified payroll with each invoice. 4.0 GENERAL WORK PROCEDURES 4.1 This project is to be done in accordance with all federal and state regulations including but not limited to: geENVIROSCIENCE Town of Southold Asbestos Abatement coNsui.TaNrs-- -- Town Hall Annex Basement 02080-10 Southold , NY Issued for Bid 4.1.1 The Contractor is to provide written notification to the NYS Department of Labor, and to post the Notification to Building Occupants at least ten days prior to starting the project. Provide copies of the notifications and all project documentation, including project closeout documents and the completed waste manifest to the Owner and the Project Monitor. 4.1.2 The Contractor is required to submit the applicable Asbestos Project Notification fees to the NYS Department of Labor. 4.1.3 Critical barriers,wet methods, HEPA vacuum equipment, decontamination units, and personal protective equipment are required for this project; regardless of any variances that the contractor may obtain. 4.1.4 Electric power to the work area is to be disconnected and locked-out by the Contractor.The Contractor is to verify that power is off before allowing men into the work area. 4.1.5 The Contractor is to post warning signs and the mark work areas with warning tape. 4.1.6 The Contractor is to construct personal and waste decontamination units sized for a Large Project.The decontamination unit is to be attached to work area,The decontamination unit may be remote to the tent/glovebag 1001 Boiler Room work area, and the 1026 Stair Landing work area. 4.1.7 The Contractor is to inspect, locate and seal any penetrations to the 111 floor concrete deck after establishing negative air filtration and prior to beginning any abatement including pre-cleaning, selective demolition,and ACM removal. 4.1.8 The Contractor must isolate the work areas from the rest of the building with critical barriers and isolation barriers consisting of two layers of 6-mil thick fire-retardant polyethylene sheeting. 4.1.9 The Contractor is to pre clean the work area. 4.1.10 Asbestos Containing Materials (ACM) shall be maintained in an adequately wet condition prior to, during, and after removal. No ACM is to be worked dry. 4.1.11 Asbestos materials are to be removed using manual methods only. ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS---- - Town Hall Annex Basement 02080-11 Southold , NY Issued for Bid 4.1.12 The Contractor is to double bag, or double wrap, label, and properly dispose of asbestos containing waste, and to provide completed waste manifest within 35 days of project completion. 4.1.13 Waste Generator Labels are to be affixed to each bag or wrapped asbestos waste and shall read as follows: Town of Southold Town Hall Annex 54375 Main Road Southold, NY 11971 Date: 4.1.14 The work areas must pass a Project Monitor final visual inspection and final clearance air sampling must be attained prior to removal of the containment barriers and decontamination unit. 4.1.15 Project/Air Monitoring and laboratory analysis to be conducted by: Enviroscience Consultants, LLC 2150 Smithtown Avenue, Suite 3 Ronkonkoma, NY 11779 Ph.: (631) 580-3191 Fax: (631) 580-3195 NYS Asbestos Handling License # 28733 NYS ELAP# 11681 5.0 SPECIAL CONDITIONS 5.1 The building is occupied and will remain occupied during normal working hours. Abatement may be conducted during normal working hours, after working hours, and on weekends. Other work restrictions, or expanded work hours, may be imposed or allowed. 5.2 Provide an estimate schedule to complete the work. 5.3 All waste is to be bagged and removed from the work area and placed in the locked waste container at the completion of each weekend work phase. 5.4 Keep all roadways, parking areas, walkways, doors, aisles, hallways, and access points cleared of materials and equipment. Place equipment, supplies, materials, vehicles,asbestos waste containers,dumpsters, etc. as directed by the Owner. 5.5 All asbestos containing materials are to be removed from the basement to facilitate renovations by others, whether identified in the scope of work and diagrams, or not. ENVIROSCIENCE Town of Southold Asbestos Abatement -- 1C Town Hall Annex Basement 02080-12 Southold , NY Issued for Bid 5.6 The safety of personnel and protection of the site is the Contractor's responsibility, and the Contractor will be held responsible for all damages and costs incurred as a result of his actions. 5.7 The Contractor must provide insurance and satisfy the insurance requirements of the Owner. 5.8 The Owner reserves the right to reject any or all bids and to invite new bids and to waive any informalities in the proposals. No bid shall be withdrawn pending the decision of the Owner. 5.9 Photographs are of typical conditions and do not show all asbestos materials or locations that they represent. ��W ,Southold TO, `Hall Annex _ HuilJing Ur.roumin64 Finwnrc �- L Preacrvalion•I'lannint _ to n Awn tlornry•lto..J J lruaieca =� ZoninNOW K 11•arA of Apc.l. +S_ .� �r�■ Southold Town Hall Annex - 54375 Main Road, Southold, NY �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSMon1iMC.M'a^ Town Hall Annex Basement 02080-13 Southold , NY Issued for Bid i Entrance to the original basement and Hallway 1008. Carpet over ACM floor tile and mastic. '1 r r � Hallway 1008 - ceiling tile, pipe insulation, carpet over floor tile. C, ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSAMo^ �aMpa^Y Town Hall Annex Basement 02080-14 Southold, NY Issued for Bid 1 Y V I 5 Hallway 1008 Ceiling Plenum with asbestos pipe insulation. •4� ~' 7 ' \ • �..` , 1� Hallway 1008 Ceiling Plenum by Toilets- black rope pipe insulation. �- rvENVIROSCIENCE Town of Southold Asbestos Abatement cosui_iArvrs— Town Hall Annex Basement 02080-15 Southold , NY Issued for Bid r :. Wti, , y� R f ! 'ti IR�1,,�f9.Rn 1." 1 .•flrl+./r '.'I ` `y rl. �,I/r„I/�I�11,1�fI fIA��1'ri�,,••r f+:•f.�fri.��.f..•/ff i`Ma`Vy 'r /•�/`�l/.��1f11i►71��R I• � 1l IS���IY��i/.�1,.'I:l•r' !N•r••• .lff Il.illllilj Ibif``f l��/y1•a�Ifrynggl � 1 I I(II�I,7R�)II►i�IfII jII1Ij IIIRf III!/fry/I e/. 11! IYIIIIII IDI~IIII I11►1 �IIIIl/ III/ I .•�V 1�i111 /I�y►���i p►I Typical for carpeted spaces - carpet adhered to ACM floor tile. , r Space 1009 — this floor tile and mastic tested negative for asbestos. i ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS. Town Hall Annex Basement 02080-16 Southold , NY Issued for Bid i r fr S Typical throughout - ceiling plenum with ACM ceiling the and pipe insulation. — p 3 Space 1010—ACM ceiling tile, pipe insulation,floor tile and mastic. �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS---- Town Hall Annex Basement 02080-17 Southold , NY Issued for Bid ..,a�► i Space 1011 -ACM ceiling tile, pipe insulation,floor tile and mastic. e Typical throughout-two layers of floor tile. i ENVIROSCIENCE Town of Southold Asbestos Abatement corvsu�_rnvrs-- — 0 Town Hall Annex Basement 02080-18 Southold , NY Issued for Bid Space1012 o _ Y - Space 1014-ACM ceiling tile, pipe insulation, glue for wood wall paneling. �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS.ti Town Hall Annex Basement 02080-19 Southold , NY Issued for Bid i NI i .. XF y Space 1015 - only pipe insulation. 01 Space 1016 — ceiling tile, and carpet over floor tile. ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS A—one Co.— ---y Town Hall Annex Basement 02080-20 Southold , NY Issued for Bid .. i j ter. Closet 1018 - ceiling tile and floor tile. RESTROV Space 1019 - ACM floor tile. 0 ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS- -- Town Hall Annex Basement 02080-21 Southold , NY Issued for Bid 4 I INf Ladies Room 1021 and Lounge 1022. I Ladies Room 1021 — looking from Lounge 1022. Ceiling plenum with accessible pipe insulation — ceiling to remain - access through 1022. ENVIROSCIENCE Town of Southold Asbestos Abatement 1 CoNsuLrnNrsA— .--- Town Hall Annex Basement 02080-22 Southold , NY Issued for Bid Space 1023 - ceiling tile, pipe insulation, floor tile. 4 Space 1026 Rear Stair Bottom Landing -floor tile. �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS^M Town Hall Annex Basement 02080-23 Southold, NY Issued for Bid SECTION 02080-ASBESTOS REMOVAL TOWN OF SOUTHOLD TOWN HALL ANNEX BASEMENT SOUTHOLD NEW YORK ISSUED FOR BID PART GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only.The most recent revision of the publication applies. AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) ANSI Z87.1 Occupational and Educational Eye and Face Protection ANSI Z88.2 Respiratory Protection AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) ASTM E 1368 Visual Inspection of Asbestos Abatement Projects CODE OF FEDERAL REGULATIONS (CFR) 29 CFR 1910 Occupational Safety and Health Standards 29 CFR 1926 Safety and Health Regulations for Construction 29 CFR 1926.500 OSHA Fall Protection Standard 40 CFR 61 National Emission Standards for Hazardous Air Pollutants 40 CFR 763 Asbestos Hazard Emergency Response Act (AHERA) ct: ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-24 Southold, NY Issued for Bid ENVIRONMENTAL PROTECTION AGENCY(EPA) EPA 340/1-90-018 Asbestos/NESHAP Regulated Asbestos-containing Materials Guidance EPA 340/1-90-019 Asbestos/NESHAP Adequately Wet Guidance EPA 560/5-85-024 Guidance for Controlling Asbestos-containing Materials in Buildings NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) NFPA 10 Portable Fire Extinguishers NFPA 70 National Electrical Code NFPA 101 Safety to Life from Fire in Buildings and Structures NFPA 701 Methods of Fire Test for Flame-Resistant Textiles and Films NATIONAL INSTITUTE FOR OCCUPATIONAL SAFETY AND HEALTH (NIOSH) NIOSH Pub No. 84-100 NIOSH Manual of Analytical Methods NEW YORK STATE 12 NYCRR Part 56 New York State Department of Labor Industrial Code Rule 56—Asbestos 6 NYCRR Part 364 New York State Department of Environmental Conservation, Waste Collector Registration 6 NYCRR Parts 370 New York State Department of Environmental Conservation through 374-3 and 376 i ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-25 A Moinllne Gompan, Southold, NY Issued for Bid 1.2 DEFINITIONS 1.2.1 Adequately Wet A term as defined in 40 CFR 61,Subpart M and EPA 340/1-90-019 that means to sufficiently mix or penetrate with liquid to prevent the release of particulates. If visible emissions are observed coming from asbestos-containing material (ACM),then that material has not been adequately wetted. However,the absence of visible emissions is not sufficient evidence of being adequately wetted. 1.2.2 Amended Water Water containing a wetting agent or surfactant with a surface tension of at least 29 dynes per square centimeter when tested in accordance with ASTM D 1331. 1.2.3 Friable ACM A term as defined in 40 CFR 61,Subpart M and EPA 340/1-90-018 that means any material containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763,Appendix A,Subpart F,Section 1, Polarized Light Microscopy, that when dry,can be crumbled, pulverized,or reduced to powder by hand pressure. If the asbestos content is less than 10 percent as determined by a method other than point counting by polarized light microscopy (PLM),verify the asbestos content by point counting using PLM. 1.2.4 Non-friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763,Appendix A,Subpart F,Section 1, Polarized Light Microscopy, that,when dry,cannot be crumbled, pulverized or reduced to powder by hand pressure. 1.2.5 Category I Non-friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means asbestos- containing packings,gaskets, resilient floor covering,and asphalt roofing products containing more than 1 percent asbestos as determined using the method specified in 40 CFR 763,Appendix A,Subpart F,Section 1, Polarized Light Microscopy. 1.2.6 Category II Non-friable ACM A term as defined in 40 CFR 61, Subpart M and EPA 340/1-90-018 that means any material,excluding Category I non friable ACM,containing more than 1 percent asbestos as determined using the methods specified in Appendix A, Subpart F,40 CFR 763, Section 1, Polarized Light Microscopy,that when dry,cannot be crumbled, pulverized,or reduced to powder by hand pressure. 1.2.7 Asbestos Regulated Work Area An asbestos regulated work area is an area contained and controlled either by an enclosed containment (full containment area, single or double bulkhead containment area, mini-containment area), modified containment glove bag or outdoor techniques, where asbestos containing materials (ACM) operations are performed and isolated by physical boundaries to prevent the spread of ACM and control access to authorized persons. A full containment,single or double bulkhead containment area, mini- containment area, modified containment, and glove bag work area is isolated within a i ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS a M7"�.c.mPe�r Town Hall Annex Basement 02080-26 u Southold,NY Issued for Bid containment enclosure in which ACM operations are performed. An,outdoor regulated work area is not isolated within a containment enclosure, but is otherwise secured by means of'physical barriers, boundary warning tape,and signs,etc.,to control access by unauthorized persons. 1.2.8' Time-Weighted Average (TWA) The TWA is an 8-hour time weighted average of airborne concentration of fibers (longer than 5 micrometers) per cubic centimeter of air which represents the employee's 8-hour workday as determined by Appendix A of 29 CFR 1926,Section 1926.1101. 1.3 DESCRIPTION OF WORK 1.3.1 CONTRACT DOCUMENTS A. All work of this section shall comply with the requirements'of the Conditions of the Contract (General,Supplementary and Special),with all sections of Division 1 -General Requirements,with this Section,with the Drawings,and with other Contract Documents. B. All insurance shall be obtained from companies licensed to do business in the State of New York as"admitted carriers"and must be acceptable to the Owner with a "Best" rating no lower than "A". C. It is the Contractor's responsibility to submit and keep current two (2) copies of certificates of insurance with the Owner's Representative.Work may not start until all insurance certificates are on file. D. No work may continue,and no payments will be made after the expiration date noted on the latest insurance certificate on file with the Owner's Representative. E. The Owner's Representative must be notified in writing of any changes in the insurance coverage within three (3) days of the Contractor's knowledge of such change. F. All insurance policies shall provide that the insurance will not be canceled or changed without thirty(30) days written notice of such cancellation or change being mailed to and received by the Owner's Representative. G. The Contractor shall assist and cooperate with the Owner's Representative and its insurance carrier(s) in connection with all claims relating to the project.The Contractor will hold harmless the Owner in any actions. H. The Contractor agrees to hold the Town of Southold and their representatives (i.e., architect,construction manager,environmental consultant, project/air monitoring firm, and engineer) including Enviroscience Consultants, LLC harmless from any and all fines, levies,or penalties including the cost of reasonable attorneys fees issued by any jurisdictional authorities as a result of any actions or work procedures used by the Contractor or his sub-contractors or any persons employed directly or indirectly by the Contractor. CENVIROSCIENCE Town of Southold Asbestos Abatement e CONSULTANTS - z.tn..... Town Hall Annex Basement 02080-27 Southold, NY Issued for Bid I. The Contractor shall defend, indemnify and hold harmless the Town of Southold its officers,directors, employees,agents,and servants including Enviroscience Consultants, LLC from and against and all losses (including, but not limited to, property damage and bodily injury or death resulting therefrom),costs, damages, claims,expenses, including attorney's fees and expenses of litigation,judgments, liens and encumbrances,arising out of or in any way connected with the Services of the Contractor or that of any subcontractor and whenever made or incurred, including any and all liability imposed by law, contract, custom upon the Town of Southold, its officers, directors, employees, agents, and servants or any or all of them,whether or not it be claimed or proven that there was negligence or breach of statutory duty or both upon the part of the Town of Southold, its officers, directors, employees, agents,and servants, except where indemnity would be precluded by New York State General Obligations Law, Section 322.1,or by other applicable law. In accordance with the above,the Town of Southold shall have the right to demand that the Contractor undertake to defend the Town of Southold, its officers, directors, employees, agents,and servants against all lawsuits for which the Contractor has the duty to indemnify the Town of Southold.The Contractor shall indemnify the Town of Southold for any damages, losses, costs, and expenses, which result from the negligence of a third party subcontractor,the Town of Southold will assign to the Contractor any corresponding cause of action that it may have against such third parties. J. This is a public prevailing wage project.Contractors are required to submit certified payroll with each invoice. 1.3.2 WORK INCLUDED A. The work covered by this section includes the handling, removal and disposal of friable interior asbestos containing materials (ACM) including ceiling tiles, pipe insulation and pipe fitting insulation, and non-friable floor tiles and associated floor tile mastic,and mastic for wood paneling.This section describes procedures and equipment required to protect workers and occupants of the work area from contact with airborne asbestos fibers and ACM dust and debris.The work also includes the proper disposal of the generated ACM wastes. B. The work includes selective demolition of walls and ceilings to access and remove pipe insulation on plumbing and heating piping.Walls and ceilings may be painted with lead-based paint.The abatement contractor must comply with the OSHA Lead in Construction regulations. Selective demolition of wall and ceiling sections are to be done inside full containment or tent enclosures.All removed painted components are to be bagged for disposal. C. This abatement work is governed by 29 CFR 1926.1101 (Asbestos),40 CFR 763 (AHERA),40 CFR 61 Subpart M (NESHAPS),and 12 NYCRR Part 56 (New York State Department of Labor Industrial Code Rule 56), and other regulations as listed in Section 1.1 of this Specification. A site-specific variance has been granted to facilitate the abatement. ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-28 A Moinllne Company Southold, NY Issued for Bid The Contractor shall furnish all labor, materials,training,services,fees,equipment, and insurance necessary to carry out the removal and disposal of asbestos containing materials (ACM),and hazardous materials described below. The Contractor shall coordinate all work with the Owner,Asbestos Project Designer, Architect, Construction Manager,Asbestos Project Monitor,General Contractor,and any other entity as necessary. D. All ACM locations are descriptive and/or diagrammatic.All measurements an,d quantities are approximate. Exact locations and quantities should be field verified by the Contractor. E. This is a Large Asbestos Project removing interior,friable asbestos ceiling tile,thermal system insulation,and non-friable flooring from multiple work areas. Personnel and waste decontamination units,sized for a Large Project,are required.The decontamination units shall be contiguous with work area for the friable materials.A remote decontamination may be used for the tent/glovebag and separate floor tile work areas.Air locks are to be installed at the Boiler Room and remote floor the work areas. F. Non-ACM building materials may be decontaminated,and disposed as construction debris.The renovation will be done by others. G. The Contractor shall file applications for all necessary permits as required by all administrative authorities and enforcing agencies. The Contractor is required to fulfill any format necessary as well as to pay all required fees. H. A site-specific variance to reduce waiting periods has been a requested.The Contractor is responsible to secure any other variances that may be required. I. Critical barriers,wet methods, HEPA vacuum equipment,decontamination units,and personal protective equipment are required for this project; regardless of any variances that the contractor may obtain. J. The Contractor shall be responsible for verifying the bid document drawing(s) provided and identifying any-additional ACM that may exist.The proposals based upon these specifications shall be held as made with full knowledge of existing conditions and requirements. K. The Contractor shall, in order to obtain a clear and complete knowledge of the scope of work,visit the premises and examine carefully the work involved and existing conditions before submitting his/her bid. L. The Contractor shall field verify, prior to bid submission,all quantities of asbestos containing material to be removed,and all field conditions affecting the work. Any discrepancies between the Contract Documents and the field conditions shall be reported to the Architect and Construction Manager in writing prior to the submission of bids. �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS AMoi^ii—ComPo^y Town Hall Annex Basement 02080-29 Southold, NY Issued for Bid 1.3.3 ASBESTOS MATERIALS TO BE REMOVED- INTERIOR Remove all ceiling tiles and metal grids,accessible and pipe and pipe fitting insulation and flooring materials to facilitate renovation by others. Open walls and ceilings as needed to access and remove pipe insulation. Plaster and concrete walls and ceilings are to remain. All ACM types, locations,and quantities must be field verified by the Asbestos Abatement Contractor. A. The Contractor must remove any movable objects that have not been removed by the Town from the work areas prior to the start of the project. B. The Contractor is to construct isolation barriers that seal off all openings, including but not limited to windows, corridors,doorways, skylights, ducts,grills, diffusers, and any other penetrations of the work area. Barriers are to be constructed using one layer of six mil fire-retardant plastic sheeting sealed with duct tape. Particular attention is to be made to ceiling penetrations to the occupied floors above. C. Critical barriers must be in-place and negative air must be established before starting any selective demolition and before any ACM is disturbed. D. Asbestos Containing Materials (ACM) shall be maintained in an adequately wet condition prior to, during, and after removal. No ACM is to be worked dry. E. ACM is to be removed using manual methods only. F. The Contractor to double bag,or double-wrap, label,and properly dispose of asbestos containing waste,and to provide completed waste manifest within 35 days of removal from the site.Waste Generator Labels are to be affixed to each bag or wrapped asbestos waste. 1.3.3.1 SCHEDULE A. The building is occupied and will remain occupied during normal working hours. Abatement may be conducted during normal working hours, after working hours,and on weekends. Other work restrictions, or expanded work hours, may be imposed or allowed. B. The Contractor is to provide a work schedule and estimate to complete date. Include the 10-day notifications to the USEPA, NYSDOL and Building Occupants. C. Schedule is to be coordinated with the Owner,Architect,Owner's Construction Manager,the Owner's Asbestos Project Designer, and the Asbestos Project Monitor,and shall be designed to meet the timetable goals established by the Town.The work schedule shall be coordinated with the Owner and the Asbestos Project Monitor prior to beginning any work. �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSA�o Town Hall Annex Basement 02080-30 Southold, NY Issued for Bid 1.4 SECURITY A. A security area shall be provided for each asbestos regulated work area.A logbook shall be kept documenting entry into and out of the asbestos regulated work area. Entry into asbestos regulated work areas shall only be by personnel authorized by the Project Monitor,Contractor,and Owner. Personnel authorized to enter asbestos regulated work areas shall be trained, medically evaluated,and wear the personal protective equipment,as required by this specification,for the specific asbestos regulated work area to be entered. B. Appropriate warning signs,warning tape,and barriers are to be erected and maintained to prevent unauthorized access to the staging areas and regulated work areas. C. "The work site must be left in a condition where regular activities'outside of the immediate work area will not be impeded. D. The contractor shall maintain adequate fire extinguisher coverage throughout the work site. E. Internal combustion engines shall not be operated indoors. 1.5 MEDICAL REQUIREMENTS A. Medical requirements shall conform to 29 CFR 1926,Section 1926.1101. 1.5.1 Medical Examinations 1. Before being exposed to airborne asbestos fibers,workers shall be provided with a comprehensive medical examination as required by 29 CFR 1926,Section 926.1101 and other pertinent state or local requirements.This requirement must have been satisfied within the past year. The same medical examination shall be given on an annual basis to employees engage in an occupation involving asbestos and within 30 calendar days before or after the termination of employment in such occupation, X-ray films of asbestos workers shall be identified to the consulting radiologist and medical record jackets shall be marked with the word "asbestos." 1.5.2 Medical and Exposure Records 1. Complete and accurate records shall be maintained of each employee's Medical examinations, medical records and exposure data as required by 29 CFR 1910, Section 1910.20 and 29 CFR 1926, Section 1926.1101 for a period of 30 years after termination of employment. 2. Records of the required medical examinations and exposure data shall be made available for inspection and copying to: The Assistant Secretary of Labor for Occupational Safety and Health (OSHA) or authorized representatives of the employee and an employee's physician upon request of the employee or former ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS A Malnllno Compon, Town Hall Annex Basement 02080-31 Southold, NY Issued for Bid employee. Maintain on file at the work site for review as requested by the Industrial Hygienist,a copy of the required medical certification for each employee. 1.6 TRAINING A. Within 1 year prior to assignment and commencement of work on this asbestos abatement project,each worker directly involved in handling ACM,ACM generated wastes to include packaging and transporting such wastes for disposal,shall take and successfully complete a course of asbestos training as specified by United States Environmental Protection Agency(EPA) requirements at 40 CFR 763,Subpart E, Appendix C and the State of New York Industrial Code Rule 56. Workers shall take and successfully complete the "Worker" course. On-site supervisors and technical support personnel shall take and successfully complete the "Contractor/Supervisor" course. Worker and Contractor/Supervisor courses taken more than 1 year prior to commencement of work are acceptable provided that the individual has successfully completed the annual refresher training as required by the regulatory agency. B. Prior to the commencement of work,each worker shall be instructed by the Contractor's on-site "competent person" supervisor in the following project specific training: the hazards and health effects of the specific types of ACM to be abated,the content and requirements of the Contractor's Accident Prevention Plan, Hazard Communication Program,Site Safety and Health Plan,work practices,the use requirements and limitations of the personal protective clothing and equipment to be used, hands-on- training for each asbestos abatement technique to be employed, heat and/or cold stress monitoring specific to this project, personal hygiene and housekeeping requirements, air monitoring program and procedures, medical surveillance to include medical and exposure record keeping procedures,the association of cigarette smoke and asbestos- related disease,security procedures, emergency response requirements and all additional requirements of 29 CFR 1926, Section 1926.1101. C. Training shall also include,for each employee,a respirator fittest administered by an Industrial Hygienist as required by 29 CFR 1926, Section 1926.1101. 1.7 RESPIRATORY PROTECTION PROGRAM A. The Contractor shall establish in writing,and implement a respiratory protection program in accordance with 29 CFR 1926, Section 1926.1101,29 CFR 1910, Section 1910.134,ANSI Z88.2, CGA G-7 and CGA G-7.1. The Contractor shall establish minimum respiratory protection requirements based on measured or anticipated levels of airborne asbestos fiber concentrations encountered during the performance of the asbestos abatement work. The Contractor's respiratory protection program shall include, but not be limited to,the following elements: 1. The company policy, used for the assignment of individual responsibility, accountability,and implementation of the respiratory protection program. 2. The standard operating procedures covering the selection and use of respirators. ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-32 A Moinllna Company Southold, NY Issued for Bid Respiratory selection shall be determined by the hazard to which the worker is exposed. 3. Medical evaluation of each user to verify that the worker may be assigned to an activity where respiratory protection is required. 4. Training in the proper use and limitations of respirators. 5. Respirator fit testing, i.e., quantitative,qualitative and individual functional fit checks. 6. Regular cleaning and disinfection of respirators. 7. Routine inspection of respirators during cleaning and after each use when designated for emergency use. 8. Storage of respirators in convenient,clean, and sanitary locations. 9. Surveillance of work area conditions and degree of employee exposure (e.g., through air monitoring). 10. Regular evaluation of the continued effectiveness of the respiratory protection program. 11. Recognition and procedures for the resolution of special problems as they affect respirator use (e.g., no facial hair that comes between the respirator face piece and face or interferes with valve function; prescription eye wear usage; prohibition of wearing contact lenses;etc.). ' 12. Proper training in donning and doffing procedures. 1.8 HAZARD COMMUNICATION PROGRAM A. A hazard communication program shall be established and implemented in accordance with 29 CFR 1926,Section 1926.59. 1.9 SAFETY AND HEALTH COMPLIANCE A. In addition to detailed requirements of this specification,the work shall comply with applicable laws,ordinances,criteria, rules, and regulations of Federal,state, regional, and local authorities regarding handling,storing,transporting,and disposing of asbestos waste_materials and with the applicable requirements of 29 CFR 1910, 29 CFR 1926,40 CFR 61,Subpart A,and 40 CFR 61, Subpart M, NFPA 10, NFPA 70, NFPA 90A, and NFPA 101. Matters of interpretation of standards shall be submitted to the appropriate administrative agency for resolution before starting work.Where the requirements of this specification,applicable Paws, rules,criteria,ordinances, regulations, and referenced documents vary,the most stringent requirement as defined by the - ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSnN..i..�o�PaY Town Hall Annex Basement 02080-33 Southold, NY Issued for Bid Owner shall apply. B. The following state and local laws, rules and regulations regarding removal, encapsulation,encasement, enclosure,demolition, renovation, handling,storing, transporting and disposing of asbestos material apply: 1. 12 NYCRR Part 56 Asbestos- New York State Department of Labor 2. 6 NYCRR 364 New York State Department of Environmental Conservation, Bureau of Hazardous Waste Operations,Title 6, Part 364. 1.10 INDUSTRIAL HYGIENIST(IH) A. If required,area air sampling shall be conducted under the direction of an IH experienced in asbestos abatement and who is currently certified by the State of New York Department of Labor as an Air Sampling Technician, retained by the Owner. For this project,the IH will also serve as the Project Designer's On-site Representative. 1.11 PERMITS, LICENSES,AND NOTIFICATIONS A. Necessary permits and licenses shall be obtained in conjunction with the project asbestos abatement,transportation, and disposal actions and timely notification furnished of such actions required by federal, state, regional, and local authorities and as otherwise specified herein.The Contractor shall hold a valid NYS Asbestos Handling License.All Workers and Supervisors shall hold valid NYS asbestos certifications. Waste transporters must have valid NYS Waste Transporter Permits. B. The Contractor shall notify the NYS Department of Labor Asbestos Control Bureau, Building Occupants,and the Project Monitor in writing at least 10 days prior to the commencement of work in accordance with NYS Department of Labor requirements- to include the required notification documents and fee. 1.12 SUBMITTALS A. The following submittals shall be submitted to the Owner prior to beginning work. 1. Location of a contractor staging area,decontamination units,waste storage,and project phasing requirements shall be specified by the Contractor and submitted for the Owner's approval. 2. Corporate NYS Asbestos Handling License NYS Supervisor Certificate (for Supervisor of record on NYS License) Insurance Certificates ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-34 A Moinllne cn�n,.nn, Southold, NY Issued for Bid 3. Personnel NYS Asbestos Supervisor Certificates NYS Asbestos Handler Certificates Proof of Medical Examinations Proof of Respirator Fit Tests OSHA 10-hour Construction Safety Training Cards Fall Protection Training Certificates (if required) Confined Space Training Certificates (if required) 4. Materials and Equipment Manufacturer's catalog data for all materials and equipment to be used in the work, including brand name, model, capacity, performance characteristics and any other pertinent information. Test results and certificates from the manufacturer of encapsulants substantiating compliance with performance requirements of these specifications. a. Material Safety Data Sheets for all chemicals to be used/stored on-site. b. High efficiency filtered local exhaust equipment for tools c. Vacuum equipment d. Air monitoring equipment e. Respirators f. Personal protective clothing and equipment 1) Coveralls 2) Underclothing 3) Other work clothing 4) Foot coverings 5) Hard hats 6) Eye protection 7) Other items required and approved by Contractor's IH g. Glovebag — N/A h. Duct Tape i. Disposal Containers 1) Disposal bags 2) Fiberboard drums 3) Paperboard boxes j. Sheet Plastic 1) Polyethylene Sheet- General �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSAMomuoocomPo�, Town Hall Annex Basement 02080-35 Southold,NY Issued for Bid 2) Polyethylene Sheet- Flame Resistant 3) Polyethylene Sheet- Reinforced k. Wetting Agent 1) Amended Water 2) Removal encapsulant I. Prefabricated Decontamination Unit(s) m. Other items n. Chemical encapsulant o. Chemical encasement materials p. Safety Data Sheets (SDS) for all chemicals proposed for use on-site 5. The following submittals shall be submitted to the Owner and to the Project Monitor as they are available during the project: a. Contractor OSHA personal air monitoring reports b. Pressure differential recordings for local exhaust systems— N/A c. Asbestos Regulated Work Area Entry Logs d. Contractor Daily Logs e. Asbestos Waste Shipment Record(s), (Waste Manifests) 6. Notifications The New York State Department of Labor Asbestos Control Bureau, and the Owner shall be notified in writing 10 days prior to the start of asbestos work. A Notification to Building Occupants must be posted 10 days prior to the start of asbestos work as required by 12 NYCRR Part 56 Subpart 56-1.8. This notification must remain in place until project completion and must include: a. The room, location(s) or area designation of the asbestos project. b. The amounts and types of asbestos or asbestos material, in square feet and/or linear feet that is being handled, removed,enclosed,encapsulated, or disturbed. c. the commencement and completion dates of the asbestos project. i ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-36 p Me{nlfne Compan, Southold, NY Issued for Bid d. the name,address,and asbestos license number of the contractor performing the asbestos project. e. the name and address of the project/air monitor and laboratory for the project. A copy of the written notification shall be provided to any rental company concerning the intended use of rental equipment and the possibility of asbestos contamination,the decontamination procedures that will be used prior to the return of the equipment.A copy of the rental company's written acknowledgment and agreement shall be included in the submittal. 7. Vacuum, Filtration and Ventilation Equipment Manufacturer's certifications showing compliance with ANSI Z9.2 for: a. Vacuums. b. Water filtration equipment. c. Ventilation equipment. d. Other equipment required to contain airborne asbestos fibers. 8. Respirator Program Records of the respirator program as required by ANSI Z88.2,29 CFR 1910, Section 1910.134,and 29 CFR 1926, Section 1926.1101. 9. Asbestos Waste Shipment Record(s) (Manifest) Final completed copies of the Waste Shipment Record for all shipments of waste material as specified in 40 CFR 61,Subpart M and other required state waste manifest shipment records as specified herein. Detailed information of all asbestos waste disposals on the "MANDATORY WASTE SHIPMENT RECORD"form in accordance with revised 40 CFR 61 Subpart M. Such completed forms signed and dated by the agent of the landfill shall be submitted within 3 days after date of delivery of ACM to the landfill, but not later than 35 days from the date that the waste left the site. C, ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-37 A MOlnllne Compnn, Southold, NY Issued for Bid 1.13 PERSONAL PROTECTIVE EQUIPMENT A. Three complete sets of personal protective equipment shall be always made available to the Project Designer's on-site representative and authorized visitors for entry to the asbestos regulated work area for inspection of the asbestos regulated work area. Authorized visitors shall be provided with training equivalent to that provided to Contractor employees in the selection,fitting,and use of the required personal protective equipment and the site safety and health requirements. Contractor workers shall be provided with personal protective clothing and equipment as specified herein and the Contractor shall ensure that it is worn properly. The Contractor's designated competent person supervisor shall select and approve all the required personal protective clothing and equipment to be used. 1.13.1 'Respirators A. Respirators shall be selected and used in accordance with manufacturers recommendations and shall be approved by the Mine Safety and Health Administration and the National Institute for Occupational Safety and Health (MSHA/NIOSH)for use in environments containing airborne asbestos fibers. B. Personnel who handle ACM,enter asbestos regulated work areas that require the wearing of a respirator,or who are otherwise carrying out abatement activities that require the wearing of a respirator,shall be provided with approved respirators that are fully protective of the worker at the measured or anticipated airborne asbestos concentration level to be encountered. C. For air-purifying respirators,the particulate filter portion of the cartridges or canister approved for use in airborne asbestos environments shall be Type H, high-efficiency particulate air(HEPA), P100. As a minimum a half-mask respirator shall be worn during the startup of abatement activities.The upgrading or downgrading of respirator type, from the minimum requirements specified for start-up,shall be made by the Contractor based on the measured or anticipated airborne asbestos fiber concentrations to be encountered. All recommendations made by the Contractor to downgrade respirator type shall be submitted in writing to the Project Designer for acceptance. Contractor's actions to upgrade respirator type shall be verbally conveyed to the Project Designer. D. Respiratory protection shall comply with the 29 CFR 1926,and 29 CFR 1910. A qualitative or quantitative fit test conforming to 29 CFR 1926,Appendix C shall be conducted by the Contractor for each Contractor worker required to wear a respirator, and for the authorized visitors who enter an asbestos regulated work area where respirators are required to be worn.A respirator fit test shall be performed for each worker prior to initially wearing a respirator on this project and every 6 months thereafter. If physical changes in a worker develop that will affect the fit,a new fit test shall be performed. Each employee shall perform a functional fit check each time a respirator is put on in accordance with the manufacturer's recommendations. ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSI 0 Town Hall Annex Basement 02080-38 a M7--c.m1.�r Southold, NY Issued for Bid 1.13.2 Whole Body Protection A. Personnel exposed to asbestos shall be provided with.whole body protection as specified herein and such protection shall be worn properly.The Contractor's competent person Supervisor shall select and approve the whole-body protection to be used. Disposable whole-body protection shall be disposed of as asbestos contaminated waste upon exiting from the asbestos regulated work area. Reusable whole-body protection worn shall be either disposed of as asbestos contaminated waste upon exiting from the asbestos regulated work area or be properly laundered in accordance with 29 CFR 1926 and as specified. Workers shall not remove asbestos abatement whole body protection from the work site to be cleaned. 1.13.2.1 Coveralls Disposable- breathable coveralls with a zipper front shall be provided. Sleeves shall be secured at the wrists, and foot coverings secured at the ankles. 1.13.2.2 Gloves Disposable plastic or rubber gloves shall be provided to protect hands. Cloth gloves may be worn inside the plastic or rubber gloves for comfort but shall not be used alone. Where-there is the potential for hand injuries (i.e.,scrapes, punctures, cuts,etc.) a suitable outer glove shall be provided and used. 1.13.2.3 Under Clothing Disposable underwear shall be provided and worn next to the skin or cloth under clothing. 1.13.2.4 Work Clothing An additional coverall like that required in paragraph'Coveralls shall be provided when the abatement and control method employed does not provide for the exit from the asbestos regulated work area directly into an attached decontamination unit. Cloth work clothes shall be provided for wear under the protective coverall and foot coverings when work is being conducted in low temperature conditions. Cloth work clothes shall be either disposed of as asbestos contaminated material or properly laundered in accordance with 29 CFR 1926. 1.13.2.5 Foot Coverings Cloth socks shall be provided and worn next to the skin. If rubber boots are not used footwear and 'disposable foot coverings shall be provided. Rubber boots shall be used in moist or wet areas. Only rubber boots shall be removed from-the asbestos regulated work area after being thoroughly decontaminated. All other protective foot covering shall be disposed of as ACM. 1.13.2.6 Head Covering Hood type disposable head covering shall be provided. In addition, protective headgear (hard hats) shall be provided as required. Hard hats shall only be removed from the asbestos regulated work area after being thoroughly decontaminated. ICENVIROSCIENCE Town of Southold Asbestos Abatement � CONSULTANTSAMo„iina�omPa^r Town Hall Annex Basement 02080-39 Southold, NY Issued for Bid 1.13.2.7 Protective Eye Wear Contact lenses shall not be worn in asbestos regulated work areas. When vision correction is necessary to perform the work task, prescription safety eyewear shall be used. Personnel engaged in asbestos abatement activities shall wear fog-proof goggles in the asbestos regulated work area when the use of a full face-piece respirator is not required. Eye protection provided shall be in accordance with ANSI Z87.1. 1.13.2.8 Other Items All other items of whole-body protection shall be provided as required and approved by the Contractor's competent person. 1.14 DECONTAMINATION UNIT A. A temporary negative pressure decontamination unit shall be provided. Utilization of prefabricated units shall have prior approval of the Project Designer. Decontamination unit shall be attached in a leak-tight manner to each asbestos regulated work area. Remote decontamination units may be used where allowed.The units shall be lockable. A key shall be given to the Owner so that the work area can be accessed while the Contractor is off-site.The decontamination unit shall have a separate equipment locker room and a clean locker room with a shower that complies with 29 CFR 1910,Section 1910.141 in between. Two separate lockers shall be provided for each asbestos worker, one in each locker room. Street clothing and street shoes shall be kept in the clean locker. B. Upon exiting from the asbestos regulated work area to the equipment room, respirators shall be worn while asbestos contaminated protective clothing is HEPA-vacuumed, removed, and placed in approved labeled containers for disposal. Workers shall shower before changing into street clothes. C. There shall also be at least one shower provided per six workers. Flow and temperature controls shall be located within the shower and be adjustable by the user. Should sufficient hot water be unavailable,the Contractor shall provide a minimum 150 liters (40 gallon) electric hot water heater with minimum recovery rate of 75 liters (20 gallons) per hour and a temperature controller for each showerhead. Instantaneous type in-line water heaters may be incorporated at each showerhead in lieu of hot water heaters. D. Used shower water shall be collected and filtered to remove asbestos contamination. Filters and residue shall be disposed of as asbestos contaminated material. Filtered water shall be discharged to the sanitary system. E. The wastewater pump shall be sized for 1.25 times the showerhead flow rate at a pressure head sufficient to satisfy the filter head loss and discharge line losses.The pump shall supply a minimum of 1.6 liters per second (25 gallons per minute)flow with 11 m. (35 ft.) of pressure head.Wastewater filters shall be installed in series with the first stage pore size of 20 micrometer (microns) and the second stage pore size of 5 micrometer (microns).Wastewater must be filtered prior to discharge to the sanitary system.Wastewater that is not filtered must be drummed and disposed of as asbestos containing waste. ENVIROSCIENCE Town of Southold Asbestos Abatement 1C CONSULTANTS Town Hall Annex Basement 02080-40 A Moinlln.Compare, Southold, NY Issued for Bid F. The floor of the decontamination unit's clean room shall be always kept dry and clean. Water from the shower shall not be allowed to wet the floor in the clean room. Surfaces of the clean room and shower shall be wet wiped 2 times after each shift change with a disinfectant solution. Proper housekeeping and hygiene requirements shall be maintained. G. Soap and towels shall be provided for showering,washing and drying.Any cloth towels provided shall be disposed of as ACM waste or be laundered in accordance with 29 CFR 1926. H. Surfaces of the equipment room shall be wet wiped 2 times after each shift change. Surfaces of the Load-Out-Unit and personnel decontamination unit shall be adequately wet-wiped 2 times after each shift change. Materials used for wet wiping shall be disposed of as asbestos contaminated waste. 1.15 WARNING SIGNS AND TAPE A. Contractor shall ensure that all personnel understand the warning signs.Warning signs and tape printed in English and Spanish shall be provided at the regulated boundaries and entrances to asbestos regulated work areas. Signs shall be located at such a distance that personnel may read the sign and take the necessary protective steps required before entering the area. Warning signs as shown and described herein shall be in vertical format conforming to 29 CFR 1910,and 29 CFR 1926, minimum 500 by360 mm (20 by 14 inches) and displaying the following legend in the lower panel. Spacing between lines shall be at least equal to the height of the upper of any two lines: Legend Lettering Danger 3-inch Sans Serif Gothic or Block Asbestos 1 inch Sans Serif Gothic or Block Cancer and Lung Disease Hazard 1 inch Sans Serif Gothic or Block Authorized Personnel Only 1 inch Sans Serif Gothic or Block Authorized Personnel Only 1 inch Gothic Respirators and Protective Clothing 1 inch Gothic are Required in this Area B. Decontamination unit signs shall be as herein. C. Warning tape shall be provided. 0 ENVIROSCIENCE Town of Southold Asbestos Abatement A Mofn CONSULTANTS Town Hall Annex Basement 02080-41 llno Compon, Southold, NY Issued for Bid 1.16 WARNING LABELS A. Warning labels shall be affixed to all asbestos disposal containers used to contain asbestos materials,scrap,waste debris,and other products contaminated with asbestos. Containers with preprinted warning labels conforming to requirements specified herein are acceptable. Warning labels shall conform to 29 CFR 1926 and shall be of sufficient size to be clearly legible displaying the following legend: DANGER CONTAINS ASBESTOS FIBERS AVOID CREATING DUST CANCER AND LUNG DISEASE HAZARD B. In addition to the required warning labels, all waste bags/containers and wrapped waste shall be labeled with Waste Generator Labels per 40 CFR 61.150 (a)(v). Labels shall read as follows: Waste Generator Labels are to read as shown below: Town of Southold Town Hall Annex- Basement 54375 Main Road Southold, NY 11971 Date: 1.17 TOOLS A. Vacuums shall be leak proof to the filter, equipped with HEPA filters, be of sufficient capacity and provide the necessary capture velocity at the nozzle or nozzle attachment to efficiently collect,transport and retain the ACM waste material. B. Power tools shall not be used to remove ACM unless the tool is equipped with effective, integral HEPA filtered exhaust ventilation capture and collection. C. All residual asbestos shall be removed from reusable tools prior to storage and reuse. Reusable tools shall be thoroughly decontaminated prior to being removed from asbestos regulated work areas. 1.18 RENTAL EQUIPMENT A. If rental equipment is to be used,written notification shall be provided to the rental agency, concerning the intended use of the equipment,the possibility of asbestos contamination of the equipment and the steps that will be taken to decontaminate such equipment. A written acceptance of the terms of the Contractor's notification shall be obtained from the rental agency. 00 ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-42 a Mmnun.Company Southold, NY Issued for Bid 1.19 AIR MONITORING EQUIPMENT A. The air-sampling technician, hired by the Owner under separate contract,shall select the air monitoring equipment to be provided and used for evaluation of airborne asbestos fiber concentrations.The equipment shall include, but not be limited to: 1. High-volume sampling pumps that can be calibrated and operated at a constant airflow up to approximately 10 liters per minute when equipped with a sampling train of tubing and filter cassette. 2. Standard 25-millimeter diameter,0.45 and 0.80 micrometer (micron) pore size, mixed cellulose ester membrane filters and cassettes with non-conductive barrels and shrink bands,to be used with high flow pumps when conducting environmental area sampling using NIOSH Pub No.84-100 Methods 7400 and 7402 and the transmission electric microscopy method specified at 40 CFR 763. 3. Appropriate plastic tubing to connect the air sampling pump to the selected filter cassette. 4. A flow calibrator capable of calibration to within plus or minus 2 percent of reading over a temperature range of minus 20 degrees C (minus 4 degrees F) (minus 4 degrees Fahrenheit) to plus 60 degrees C (140 degrees F) (140 degrees Fahrenheit) and traceable to a National Institute for Standards and Technology (NIST) primary standard. 1.20 EXPENDABLE SUPPLIES 1.20.2 Duct Tape Industrial grade duct tape shall be provided in 50 mm (2 inch) and 76 mm (3 inch) widths and shall be suitable for bonding sheet plastic and disposal containers specified herein. 1.20.3, Disposal Containers Leak-tight disposal containers shall be provided for ACM generated wastes as specified herein. Leak-tight means that solids, liquids or dust cannot escape or spill out.All disposal containers shall be either pre-labeled or affixed with OSHA warning label as specified in 29 CFR 1926. i 1.20.4 Disposal Bags One hundred fifty-two thousandths millimeter(6 mil) thick leak-tight pre-labeled (OSHA warning label) bags shall be provided for placement of asbestos generated waste. 1.20.5 Leak-tight Wrapping Two layers of 0.152 mm (6 mil) minimum thick polyethylene sheet stock shall be used for the containment of removed asbestos-containing components or materials such as �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSA Town Hall Annex Basement 02080-43 Mofnlln.Company Southold, NY Issued for Bid reactor vessels, large tanks, boilers, insulated pipe segments and other materials too large to be placed in disposal bags. Upon placement of the ACM component or material,each layer shall be individually leak-tight sealed with duct tape. 1.20.6 Fiberboard Drums Fiberboard drums are not required by state or local requirements. 1.20.7 Cardboard Boxes Heavy-duty corrugated cardboard boxes are not required. 1.20.8 Sheet Plastic Sheet plastic shall be provided as specified herein and in the largest sheet size necessary to minimize seams, as indicated on the project drawings. 1.20.8.1 Polyethylene Sheet-General One hundred fifty-two thousandths millimeter(6 mil) minimum thick polyethylene film shall be clear and conform to ASTM D 4397. 1.20.8.2 Polyethylene Sheet- Flame Resistant Where a potential for fire exists,0.152 mm (6 mil) minimum thick flame-resistant polyethylene sheet shall be provided. Flame-resistant polyethylene film shall be frosted and shall conform to the requirements of NFPA 701. 1.20.8.3 Polyethylene Sheet-Reinforced One hundred fifty two thousandths millimeters (6 mil) thick reinforced polyethylene sheet shall be provided where high skin strength is required such as where it constitutes the only barrier between the asbestos regulated work area and the outdoor environment. The sheet stock shall consist of translucent, nylon-reinforced or woven- polyethylene thread laminated between two layers of polyethylene film. Film shall meet flame resistant standards of NFPA 701. 1.20.9 Wetting Agents 1.20.9.1 Amended Water Amended water shall meet the requirements of ASTM D 1331. 1.20.9.2 Removal Encapsulant Removal encapsulant (a penetrating encapsulant) shall be provided when conducting removal abatement activities that require a longer removal time or are subject to rapid evaporation of amended water. The removal encapsulant shall be capable of wetting the ACM and retarding fiber release during disturbance of the ACM equal to or greater �- ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-44 A Mainline Campanr Southold, NY Issued for Bid than provided by amended water. Performance requirements for penetrating encapsulants are specified in paragraph ENCAPSULANTS. 1.21 SAFETY DATA SHEETS Safety Data Sheets (SDS) shall be provided for all chemicals,cleaners,surfactants, solvents,encapsulants,and other materials brought onto the worksite. One copy shall be provided to the Project Designer's on-site Representative and one copy shall be maintained on-site in the Contractor's Hazard Communication Program. 1.22 OTHER ITEMS A sufficient quantity of other items shall be provided that may include, but not be limited to:scrapers, brushes, brooms, staple guns,tarpaulins,shovels, rubber squeegees, dust pans,other tools,scaffolding,staging,enclosed chutes,wooden ladders, lumber necessary for the construction of asbestos regulated containment work areas, UL approved temporary electrical equipment, material and chords,ground fault circuit interrupters,water hoses of sufficient length,fire extinguishers,first aid kits, portable toilets, logbooks, log forms, markers with indelible ink,spray paint in bright color to mark areas, project boundary fencing,etc. 1.23 PRECONSTRUCTION CONFERENCE The Contractor,the Contractor's designated supervisor,the Project Monitor and Project Designer's Representative shall meet with the Owner's representatives prior to beginning work at a safety preconstruction conference to discuss the details of the Contractor's work procedures and safety precautions.Once accepted by the Project Designer's Representative,these procedures and precautions will be enforced as if an addition to the specification. Any changes required in the specification as a result shall be identified specifically in the plan to allow for free discussion and acceptance by the Project Designer's Representative prior to the start of work. —��— ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTSa Town Hall Annex Basement 02080-45 rao;nlln.Comr-^r Southold, NY Issued for Bid PART 2 PRODUCTS 2.1 ENCAPSULANTS A. Encapsulants shall conform to US EPA requirements,shall contain no toxic or hazardous substances and no solvent and shall meet the following requirements: ALL ENCAPSULANTS Requirement Test Standard Flame Spread - 25,Smoke ASTM E 84 Emission -50 Combustion Toxicity University of Pittsburgh Protocol Zero Mortality Life Expectancy-20 years ASTM C 732 Accelerated Aging Test Permeance- Minimum 2.288 by 10E- ASTM E 96 8 grams per Pascal per second per square meter(0.4 perms) Additional Requirements for Bridging Encapsulant Requirement Test Standard Cohesion/Adhesion Test- 2394 Pa (50 psfl ASTM E 736 Fire Resistance- Negligible affect ASTM E 119 on fire resistance rating over 3-hour test Classified by UL for use over fibrous and cementitious sprayed fireproofing) Impact Resistance- ASTM D 2794 Minimum 0.495 kg meters (43-inch pounds)Gardner Impact Test Flexibility- no rupture or cracking ASTM D 522 Mandrel Bend Test ENVIROSCIENCE Town of Southold Asbestos Abatement Qg CONSULTANTS Town Hall Annex Basement 02080-46 A eaanB�e Company Southold, NY Issued for Bid Additional Requirement for Penetrating Encapsulant Requirement Test Standard Cohesion/Adhesion Test-2394 Pa (150 psf) ASTM E 736 50 pounds of force/square foot Fire Resistance- Negligible affect ASTM E 119 on fire resistance rating over 3-hour test (Classified by UL for use over fibrous and cementitious sprayed fireproofing) Impact Resistance- ASTM D 2794 Minimum 0.495 kg meters (43-inch pounds)Gardner Impact Test Flexibility- no rupture or cracking ASTM D 522 Mandrel Bend Test Additional Requirement for Lock-Down Encapsulant Requirement Test Standard Fire Resistance- Negligible affect ASTM E 119 on fire resistance rating over 3-hour test (Tested with fireproofing over encapsulant applied directly to steel member) Bond Strength;4788 kPa (100 psf) ASTM E 736 (Tests compatibility with cementitious and fibrous fireproofing) i ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-47 A-Meinlinv Compony Southold, NY Issued for Bid PART 3 EXECUTION 3.1 GENERAL A. All asbestos abatement work tasks as shown on the detailed plan, illustrated in the drawings,as summarized in Section 1.3 DESCRIPTION OF WORK,shall be performed as specified herein. B. Personnel shall wear and utilize protective clothing and equipment as specified herein when working with both friable and non-friable asbestos materials during all phases of abatement work, including precleaning,work area preparation,abatement, and post cleanings work. C. Eating,smoking,drinking, or applying cosmetics shall not be permitted in the asbestos regulated work area. D. All hot work(burning,cutting,welding,etc.) shall be conducted under strictly controlled conditions in conformance with 29 CFR 1926.The Owner,Architect,Asbestos Project Designer,Asbestos Project Monitor,and Owner's Representative must be notified prior to beginning hot work.A fire watch must be instituted for any hot work that shall remain at the hot work site until at least one-hour after the conclusion of the work. E. Personnel of other trades not engaged in asbestos abatement activities shall not be exposed at any time to airborne concentrations of asbestos unless all the administrative and personal protective provisions as required herein are complied with. F. Electrical service shall be disconnected and locked-out per 56-7.7b and applicable OSHA standards.The Contractor shall provide temporary electrical service and lighting where needed using ground fault interrupt protected circuits (GFCI).The Contractor is responsible to ensure that unprotected electric power running into or through the work areas has been locked-out prior to allowing personnel to begin work. G. Electrical power to other parts of the building that are not part of the abatement work area, must be maintained for the duration of the project. H. Electrical circuits or systems in or passing through the regulated abatement work area that must stay in operation must be protected and labeled in accordance with 56-7.7 as follows: (H.1) All unprotected cables,except low voltage (less that 24 volts, communication and control system cables), panel boxes of cables and joints in live conduit shall be covered with three (3) independent layers of six (6) mil fire- retardant polyethylene. Each layer shall be individually duct taped and sealed.All three layers of polyethylene sheeting shall be left in-place until satisfactory clearance air sample results have been obtained. (H.2) Any energized circuits remaining in the regulated abatement work areas shall be posted with a minimum of two (2) inch high lettering warning sign that reads: DANGER LIVE ELECTRICAL— KEEP CLEAR.Signs shall be placed on all live C, ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS;--.—,;— Town Hall Annex Basement 02080-48 eu. Southold, NY Issued for Bid covered barriers at a maximum of ten (10)foot intervals.These signs shall be in sufficient numbers to warn all persons authorized to enter the regulated abatement work area of the existence of energized circuits. I. Gas service is to be disconnected and locked-out.The gas lines are to be properly capped where disconnected. J. The Contractor shall install critical barriers that seal all openings, including but not limited to windows, corridors,doorways,skylights,ducts,grilles, diffusers, and any other penetration of the work area. K. If an asbestos spill occurs outside of the asbestos regulated work area,work shall be stopped,and the Project Monitor shall be notified. The condition shall be corrected to the satisfaction of the Project Monitor including air sampling, prior to resumption of work. L. The Contractor shall stop abatement work in the asbestos regulated work area immediately when the measured airborne total fiber concentrations, as sampled and analyzed as required herein, (1) equals or exceeds 0.01 f/cc or the pre-abatement concentration,whichever is greater-outside the asbestos regulated work area,or (2) equals or exceeds 1.0 f/cc inside the asbestos regulated work area. The Contractor shall correct the condition to the satisfaction of the Project Designer, including visual inspection and air samplings. Work resumption will only be allowed upon notification by the Project Designer. Corrective actions shall be documented. 3.2 PROTECTION OF ADJACENT WORK OR AREAS TO REMAIN A. Asbestos abatement work shall be performed without damage or contamination of adjacent work sites or areas. Where such work site or area is damaged or contaminated as verified by the Project Monitor using visual inspection and/or sample analysis, it.shall be restored to its original condition or decontaminated by the Contractor at no expense to the Owner as deemed appropriate by the Project Monitor and Owner. This includes inadvertent spill of dirt,dust or debris in which it is reasonable to conclude that asbestos may exist. When these spills occur,work shall stop in all affected areas immediately and the spill shall be cleaned. When satisfactory visual inspection and/or sampling analysis results are obtained and have been evaluated by the Project Monitor and the Owner,work may proceed. 3.3 FURNISHINGS 3.3.1 Removal of Furnishings Movable furniture and equipment will be removed from the areas of work by the Owner or others before asbestos abatement work begins. 3.3.2 Furnishings to Remain in Place-'None C ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-49 AM1i.�1n C1MP1-7 Southold, NY Issued for Bid 3.4 BUILDING VENTILATION SYSTEM AND CRITICAL BARRIERS A. Any building ventilating system supplying air into or returning air out of an asbestos regulated work area shall be shut down and isolated by lockable switch or other positive means in accordance with 29 CFR 1910, Section 1910.147,to prevent accidental start-up and isolated by airtight seals to prevent contaminant spread through the system. B. Air-tight critical barriers shall be installed on all building ventilating openings that supply or return air from the building ventilation system or serves to exhaust air from the building,that are located inside the asbestos regulated work area. The critical barriers shall consist of 1 layer of 0.152 mm (6 mil) fire-retardant polyethylene. Edges to wall, ceiling and floor surfaces shall be sealed with industrial grade duct tape. 3.5 PRECLEANING A. After installation of the personnel and waste decontamination unit(s), installation of critical barriers,and establishment of negative air pressure differential all surfaces shall be cleaned by HEPA vacuum and adequately wet wiped prior to constructing tent enclosures, hanging glovebags, or establishment of full containment. 3.6 ASBESTOS CONTROL AREA REQUIREMENTS A. Work under this contract is indoors,and as such,shall be in an indoor regulated work area, isolated and otherwise secured by means of physical barriers, boundary warning tape,and signs,and an attached and lockable decontamination unit,to control access by unauthorized persons. B. Regulated containment areas shall be established and maintained for each abatement work task. The following procedures shall be performed sequentially, and each activity shall be completed before proceeding to the next. 1. Furnishings in the asbestos regulated work area shall be removed as specified at paragraph FURNISHINGS. 2. Tools,scaffolding,staging, etc., necessary for the work shall be placed in the area to be isolated prior to erection of work area enclosed containment. 3. Building ventilating systems with intakes or exhausts to, or ductwork through the asbestos work areas shall be shutdown or isolated. 4. Penetrations to the floor deck above the work area are to be sealed. 5. Power to the asbestos regulated work area shall be locked-out by switching off all breakers serving power or lighting to this area in accordance with 29 CFR 1910, and RCNY Title 15 —Chapter 1, and 12 NYCRR Part 56. 6. Power running through the asbestos regulated work area to other areas of the ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-50 A Mninlln.c..n,.nnr Southold, NY Issued for Bid building shall be locked-out by switching off all breakers serving power through the area in accordance with 29 CFR 1910, and RCNY Title 15 — Chapter 1,and 12 NYCRR Part 56. 7. The Contractor's electrician will hook up the Contractor's GFI electrical panel to the building electrical system. 8. The Contractor shall provide temporary lighting. 9. Personnel Decontamination Unit shall be installed as specified. Load-Out unit shall be installed as specified herein. 10. Critical barriers shall be installed as required for building ventilation system. 11. Surfaces shall be precleaned as required by paragraph PRECLEANING. 12. Local exhaust ventilation system shall be installed as specified. 13. Containment areas shall be installed as required for each abatement task as specified. 3.7 CLEANUP A. The Contractor shall maintain a clean work area by performing the following housekeeping functions daily as required, and at the end of each shift: 1. Asbestos containing waste shall not be allowed to accumulate but shall be bagged or wrapped for disposal upon removal. 2. Loose ACM shall be prepared for disposal by packaging the waste and removing it from the work area to the load-out area. 3. Meticulous attention shall be given to restricting the spread of dust and debris. 4. Work areas shall be HEPA vacuumed. 5. Polyethylene in work and high traffic areas shall be inspected and repaired. 6. Containment area shall be HEPA vacuumed and wet wiped if air sample results exceed prescribed level. 3.8 ASBESTOS HANDLING PROCEDURES A. The Contractor shall employ proper handling procedures in accordance with 29 CFR 1926 and 40 CFR 61,Subpart M, 12 NYCRR Part 56,and the specification requirements.The specific abatement techniques shall include but not limited to details of construction materials, equipment,and handling procedures. The following task descriptions detail the i ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-51 Southold, NY Issued for Bid required abatement handling technique: 3.8.1 The following components shall be removed: Ceiling Tile— remove tile and metal grid Pipe Insulation Pipe Fitting Insulation Floor Tile Mastic for floor tile Mastic for wood paneling After completion of all asbestos removal work, surfaces from which asbestos containing materials have been removed shall be wet wiped and sponged clean or cleaned by some equivalent method to remove all visible residue. Run-off water shall be collected and filtered through the dual filtration system. A first filter shall be provided to remove fibers 20 micrometers and larger and a final filter provided that removes all fibers 5 micrometers and larger.Wastewater must be filtered prior to discharge to the sanitary system.Water that is not filtered must be drummed and disposed of as asbestos containing waste. After the gross amounts of asbestos have been removed from every surface, all remaining visible accumulations of asbestos on floors shall be collected using plastic shovels, rubber squeegees, rubber dustpans and HEPA vacuum cleaners as appropriate to maintain the integrity of the containment barrier. When all insulation has been removed, handlers shall use HEPA vacuum cleaners to vacuum every surface. Particular attention shall be paid to those surfaces or locations that could harbor accumulations or residual asbestos dust.All work areas must ultimately be cleaned in accordance with ASTM E 1368 Visual Inspection of Asbestos Abatement Projects. 3.8.2 Sealing Contaminated Items Designated for Disposal Contaminated architectural, mechanical,and electrical appurtenances such as Venetian blinds,full height partitions,carpeting,duct work, pipes and fittings, radiators, light fixtures, conduit panels,and other contaminated items designated for removal shall be coated with an asbestos lock down encapsulant at the demolition site before being removed from the asbestos control area. These items need not be vacuumed prior to application of the lock- down encapsulant. The asbestos lock down encapsulant shall be tinted a contrasting color. It shall be spray applied by airless method.Thoroughness of sealing operation shall be visually gauged by the extent of colored coating on exposed surfaces. 3.9 FINAL CLEANING AND VISUAL INSPECTION A. The abated asbestos regulated work area shall be cleaned by collecting, packing,and storing all gross contamination. A final cleaning shall use HEPA vacuum and wet cleaning of all exposed surfaces and equipment in the asbestos regulated work area. B. Upon completion of the cleaning,the Contractor shall conduct a visual pre-inspection of the cleaned area in preparation for a final inspection before final air clearance monitoring and reclean,as necessary. 0 ENVIROSCIENCE Town of Southold Asbestos Abatement 1 CONSULTANTS Town Hall Annex Basement 02080-52 ♦Momu�.comP...r Southold, NY Issued for Bid C. Upon completion of the final cleaning,the Contractor and the Project Monitor shall conduct a final visual inspection of the cleaned work area in accordance with ASTM E 1368 and document the results on the Final Cleaning and Visual Inspection as specified. If the Industrial Hygienist rejects the abatement area as not meeting final cleaning requirements,the Contractor shall reclean as necessary and have a follow-on inspection conducted with the Industrial Hygienist. D. Recleaning and follow-up reinspections, including air sampling,shall be at the Contractor's expense. 3.10 OSHA PERSONAL AIR SAMPLING A. Sampling and analysis of airborne concentration of asbestos fibers inside the work area shall be performed by the Contractor in accordance with 29 CFR 1926 Section 1926.1101, as specified herein. Personal air monitoring samples shall be taken for at least 25 percent of the workers in each shift,or a minimum of two,whichever is greater. Results of,the personal samples shall be posted at the job site no later than 24 hours after from the end of the work shift and made available to the Project Designer as specified herein. B. The Contractor shall maintain a fiber concentration inside enclosed containment regulated work area equal to or less than 0.1 f/cc expressed as an 8-hour,time-weighted average (TWA) during the conduct of the asbestos abatement. If fiber concentration rises above 0.1 f/cc,work procedures shall be investigated with the Project Designer to determine the cause. C. The Contractor's workers shall not be exposed to an airborne fiber concentration in excess of 1.0 f/cc, as average over a sampling period of 30 minutes.Should either an environmental concentration of 0.1 f/cc expressed as an 8-hour TWA or a personal excursion concentration of 1.0 f/cc expressed as a 30-minute sample occur inside the contained (enclosure) regulated work area,the Contractor shall stop work immediately, notify the Project Designer,and implement additional engineering controls and work practice controls to reduce airborne fiber levels below prescribed limits in the work area. Work shall not restart until authorized by the Project Designer. D. Monitoring shall be performed to provide air-monitoring results at the 95 percent confidence level. E. For personal sampling required by 29 CFR 1926 Section 1926.1101,the NIOSH Pub No. 84-100 Method 7400 shall be used for sampling and Phase Contrast Microscopy (PCM) analysis.The Contractor rshall obtain the services of an independent testing laboratory with qualified analysts and appropriate equipment to conduct sample analyses of air samples using the methods prescribed in 29 CFR 1926 Section 1926.1101 to include NIOSH Pub No. 84-100 Method 7400. - i ENVIROSCIENCE Town of Southold Asbestos Abatement ICE CONSULTANTS Town Hall Annex Basement 02080-53 A Mofnline CemPon, Southold, NY Issued for Bid 3.12 AREA AIR MONITORING—as Required A. Work Area sampling performed in accordance with 29 CFR 1926 Section 1926.1101,and 12 NYCRR Part 56 Subpart 56-17 shall be performed by the air sampling technician. Sampling performed after final clean up, i.e.final clearance air sampling,shall be performed by the air sampling technician. For environmental quality control and final air clearance NIOSH Pub No. 84-100 Method 7400 (PCM) shall be used. For environmental and final clearance samples,sampling will be conducted at a sufficient velocity and time to collect a sample volume necessary to establish the limit of detection of the method used at 0.005 f/cc.Asbestos fiber concentration confirmation of the total fiber concentration results of environmental,quality assurance and final air clearance samples,collected and analyzed by NIOSH Pub No.84-100 Method 7400, will be conducted. 3.12.1 Sampling Prior to Asbestos Work The baseline air sampling shall be established one day prior to the masking and sealing operations for each abatement area site. The background shall be established by performing area sampling in similar but uncontaminated sites in the building. Pre- abatement NIOSH Pub No.84-100 Method 7400, PCM air samples shall be collected at a minimum of five locations. These locations are outside the building, inside the building, but outside the abatement area perimeter and inside each abatement area. One sample shall be collected for every 185 square meters (2000 square feet) of floor space.At least two sample locations shall be collected outside the building. The PCM samples shall be analyzed immediately. 3.12.2 Sampling During Asbestos Abatement Work During abatement NIOSH Pub No. 84-100 Method 7400, PCM air samples shall be collected at a minimum of five locations outside the work area per 12 NYCRR Part 56 on a daily basis. Sampling inside work areas during abatement may be required to monitor work done utilizing Applicable Variances,or site-specific variances obtained by the Contractor. If the sampling outside the containment area shows airborne fiber levels have exceeded background or 0.01 f/cc,whichever is greater, all work shall be stopped immediately,and the Project Designer notified. The condition causing the increase shall be corrected. Work shall not restart until authorized by the Project Designer.Where glove bag methods are used, personal and area air sampling shall be performed at locations and frequencies that will accurately characterize any evolving airborne fiber levels. The Contractor shall provide OSHA personal sampling as indicated in 29 CFR 1926 Section 1926.1101 and discussed in paragraph 3.11 of this specification. 3.12.3 Sampling After Final Clean-Up (Clearance Sampling) Prior to conducting final air clearance monitoring,the Contractor and the industrial hygienist shall conduct a final visual inspection of the Contractor's final clean-up of the abated asbestos regulated work area as specified. Final clearance air monitoring shall not begin until acceptance of the final cleaning by the industrial hygienist. The air sampling i ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-54 am. C.-IC.-I..r Southold, NY Issued for Bid technician will provide area sampling of airborne fibers using aggressive air sampling techniques as defined in the EPA 560/5-85-024 or as otherwise required by Federal or State requirements. The sampling and analytical method used will be NIOSH Pub. No.84-100 Method 7400 for PCM and AHERA Regulation 763 Part E,for Transmission Electron - Microscopy. The final clearance air samples shall be collected at least 12 hours after wet cleaning has been completed with no visible water in the work area. 3.12.3.1 NIOSH Method For Phase Contrast Microscopy(PCM) sampling and analysis using NIOSH Pub No. 84-100 Method 7400,the fiber concentration inside the abated asbestos regulated work area,for each airborne sample shall be less than 0.01 f/cc. Decontamination of the abated asbestos regulated work area is considered complete when every PCM final clearance sample is below the clearance limit. If any sample result is greater than 0.01 f/cc then abatement is incomplete and recleaning is required. Upon completion of any recleaning, resampling with results to meet the above clearance criteria is required. 3.12.3.2 EPA Method An additional set of Final Clearance inside work area samples will be collected and analyzed per EPA 40 CFR 763 Subpart E Method Transmission Electron Microscopy (TEM). 3.12.3.3 Air Clearance Failure Should clearance sampling results fail to meet the final clean up requirements,the contractor shall pay all costs associated with'the recleaning,resampling and analysis, including costs of the building owner, until final clean up requirements are met. 3.13 SITE INSPECTION While performing asbestos abatement work,the Contractor shall be subject to on-site inspection by the Project Designer's Representative,who may be assisted or represented by quality assurance,safety,and industrial hygiene personnel. If the work is found to be in violation of this specification,the project designer or his representative will issue a stop work order to be in effect immediately until the violation is resolved. Costs associated with the standby time required to resolve the violation shall be at the Contractor's expense. 3.14 CLEAN UP AND DISPOSAL 3.14.1 Housekeeping Surfaces of the regulated work area shall be kept free of accumulation of asbestos- containing debris. Meticulous attention shall be given to restricting the spread of dust and debris. HEPA filtered vacuum cleaners shall be used. The space shall not be blown down with compressed air. When asbestos removal is complete,all asbestos waste is removed from the work site, and final clean up is completed,the Project Designer will certify the areas as safe before the warning signs and boundary warning tape can be removed. The ENVIROSCIENCE Town of Southold Asbestos Abatement e CONSULTANTS Town Hall Annex Basement 02080-55 A Noinllne Compony Southold, NY Issued for Bid Project Designer's representative will visually inspect all surfaces within the containment for residual material or accumulated debris. The contractor shall reclean all areas where dust or residual materials are identified until they are certified clean by the representative. The project designer shall certify in writing that the area may be reoccupied before entry by uncertified personnel is permitted. 3.14.2 Title to Materials Material resulting from abatement work, except asbestos waste,shall become the property of the Contractor and shall be disposed of as specified in applicable federal,state and local regulations. The contractor is responsible to properly handle, label, manifest,transport and dispose of asbestos waste. 3.14.3 Collection and Disposal of Asbestos Asbestos waste,asbestos contaminated water,scrap,debris, bags,containers,equipment, and asbestos contaminated clothing,shall be collected and placed in sealed, leak tight containers (e.g.double 0.152 mm (6 mil) plastic bags) or sealed in 0.152 mm (6 mil) double wrapped polyethylene sheets. Waste within the containers must be wetted in case the container is breached. An OSHA warning label,Waste generator label,and Department of Transportation (DOT) label shall be affixed or preprinted on each bag. Waste asbestos material shall be disposed of at an.EPA,state and.local approved asbestos landfill. For temporary storage,sealed impermeable containers shall be stored in the asbestos holding area or in a storage/transportation conveyance (i.e. dumpster, roll off waste box,etc.), in a manner as accepted by and in an area assigned by the Owner. The procedure for hauling and disposal shall comply with 40 CFR 61, Subpart M, New York State, regional, and local standards. 3.14.4 Asbestos Waste Shipment Record The contractor shall complete and provide final completed copies of the Waste Shipment Record (Waste Manifest)for all shipments of waste material as specified in 40 CFR 61, Subpart M and other required state waste manifest shipment records within three days of delivery to the landfill. The Waste Shipment Record must be signed by the Contractor (generator),the transporter,and the landfill representative. The completed waste shipment record must be delivered to the Owner no later than 35 days after the waste leaves the site. END OF SECTION 0 ENVIROSCIENCE Town of Southold Asbestos Abatement CONSULTANTS Town Hall Annex Basement 02080-56 A Moinllna Company Southold, NY Issued for Bid INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning December 5,2024. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold.NY 11971 DATE&TIME OF OPENING: January 2.2025 at 2:00 PM CONTACT PERSON: Michael Collins.P.E. Town of Southold.631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER 2)BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders,and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package,and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order,cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 10.00AM on December 18,2024 at the Southold Town Hall Annex located at 54375 Route 25 in Southold,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated:November 19,2024 LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning December 5, 2024. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold,NY 11971 DATE & TIME OF OPENING: January 2, 2025 at 2:00 PM CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME& ADDRESS OF BIDDER 2)BID NAME It is the bidder's responsibility to read the attached Bid Specifications,Instructions to Bidders, and General Conditions,which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read, fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 10:00AM on December 18, 2024 at the Southold Town Hall Annex located at 54375 Route 25 in Southold,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated: November 19, 2024 Denis Noncarrow, Town Clerk STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) Denis Noncarrow,Town Clerk of the Town of Southold,New York being duly sworn, says that on the 2nd day of December , 2024, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York and the Southold Town website, www.southoldtownny.gov . Asbestos Removal—Annex Basement enis oncarrow Southold Town Clerk Sworn before me this 2nd day of December , 2024. Notary Public LYNDA M. RUDDER Notary Public, State of New York No. 01 RU6020932 Qualified in Suffolk County Commission Expires March 8, 20-Li DENdS 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 �"� ®Q' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®di www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 2, 2024 Erick W. Barreiro WPS Contracting Group, LLC 25 Melville Park Road, Suite 142 Melville,NY 11747 Dear Mr. Barreiro: At the regular Town Board meeting held on November 19, 2024,the Town Board rejected all bids for Asbestos Remediation of the Southold Town Annex Basement. A certified copy of the resolution is enclosed. Your bid deposit is being returned to you. Thank you for your bid. Very truly yours, 0��m' M Z&L' Lynda M Rudder Deputy Town Clerk Ens. ® Town Hall 53095 Main Road DENIS NONCARROW TOWN CLERK ® � P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® "" Fax(631)765-6145 MARRIAGE OFFICER '�i® ®°� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 2, 2024 Tosin Adeyemi Defash Global Resources Inc 3056 Bruner Avenue Bronx,NY 10469 Dear Mr. Adeyemi: At the regular Town Board meeting held on November 19, 2024, the Town Board rejected all bids for Asbestos Remediation of the Southold Town Annex Basement. A certified copy of the resolution is enclosed. Your bid deposit is being returned to you. Thank you for your bid. Very truly yours, 9uS�ry-\ Lynda M Rudder Deputy Town Clerk Ens. ti fi os fFP(X�l: RESOLUTION 2024-997 ADOPTED DOC ID: 20812 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-997 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON NOVEMBER 19,2024. RESOLVED that the Town Board of the Town of Southold hereby rejects any and all bids received for the removal of asbestos from the Town Hall Annex, and be it further RESOLVED the Town Clerk's office is authorized and directed to re-bid for said removal of asbestos. Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Greg Doroski, Councilman SECONDER:Louisa P. Evans, Justice AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty, Evans DENIS NONCARROW �� OGy� Town Hall,53095 Main Road TOWN CLERK p - P.O.Box 1179 y = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Q Fax(631)765-6145 MARRIAGE OFFICER y RECORDS MANAGEMENT OFFICER ,( .��� Telephone oldt nny.gov FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2024 Asbestos Remediation—Annex Basement Bid Opening 10/17/2024 @ 2:00 PM Two (2)bids received Name Total Alit#1 _ Alt#2 Defash Global Resources Inc 154,600 16,250 4,500 3056 Bruner Avenue Bronx,NY 10469 Tosin Adeyemi 347-607-1422 WPS Contracting Group, LLC 210,280 15,430 3,000 25 Melville Park Road, Suite 142 Melville,NY 11747 Erick W. Barreiro 516-544-9707 Document A31OTM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bit Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and prinelpal Phrce 4hrrrlruteti) United States Fire Insurance Company Defash Global Resources Inc. 305 Madison Avenue This document has Important 1054 East 223rd Street Morristown, NJ 07960 Iegai consequences.Consultation Bronx, NY 10466 Mailing Address for Notices with an attorney is encouraged with respect to its completion or modification. OWNER: (Nrrr)te,legal statusandaddrrss) Any singular reference to Contractor,Surety,owner or Town of Southold other party shall be considered 54375,Main Road plural where applicable. Southold, NY 11971 13OND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Morale,location or address,ands"r oject number,traitiq Asbestos Remediation of Southold Town Hail Annex Basement, Southold, NY Tlic Coniractorand Surety are bound to the Owner in ilia antonrit set forth above,for the payntctit of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assign%jointly and severally.as provided herein.Tire conditions of this Bond arc such that if ilia Owner accepts the bid of the Contractor wtithin ilia time specified in the,bid documents,or wilhin such bate 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 ntay be specified in Cite bidding,orContract Documents,V6111 a surety admitted in the jurisdiction of the Project and otherwise acceptable to ilia 0%vner,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 ilia Owner the difference,not to exceed the amount of this Bond,bch%=n ilia amount specified in said bid and such larger atuount for which the Owner stay in good faith contract with another party to perlitrni the work covered by said bid,then this obligation shalt be null and void,otherwise it)remain in till force and cillect.The Surety hereby wmives any notice uran agreement between ilia Owner and Contractor to extend the time ill which the 0%vner may accept the bid.%,uivar of notice by the Surety shall nut apply to any extension exceeding sixty(60)days in the aggregate beyond the time lir acceptance ofbids specified in the bid documents,and ilia Owner and Gmttuotor shall obtain ilia Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with n subcontractor's bid to a Contractor.the terns Contractor in this Bond shall be decried to be Subcontractor and ttte terns Owner shall be deemed to be Contractor. Utlien this nand has been furnished to comply with a statutory or other legal requirement in tite location of the Project,any provision in this Bond conflicting with acid statutory or legal requirement shall ix:deemed deleted herefrum and provisions oonfunning to such Statutory or other legal requirement shalt be deemed incorporated herein.When so fimished,ilia intent is that this fiend shall be construed as u statutory bond and not us a eontnion law bond. Signed and scaled this 8th day of October, 2024. Defash Global Resources inc. P (Pr1nclPal) (Seal) (ll'ltrress) F- B : R7110 Tos rl A yemi,Vice Ptompany sident United States,Fire Insurance :"$v?� C/W (.5rtrcn) (.Beall BY: of (1711e)Fern Petry,Attomey-in-Fact S-00541AS 8110 ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION STATE OF New York } COUNTY OF 1'3 fLvj MX} On this _1,5 day of OCI;20 24, before me personally appeared TOSIN ADEYEMI to me known, who,being by me duly sworn,did depose and say that he/she resides at 3056 BRUNER AVENUE, BRONX, NY 10469 ,that he/she is the VICE PRESIDENT of pefash Global Resources 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. Q®%q��aoaQete®�®� ��a° Notary Public o`�a P �,� 2,s� m ° d �M U o°® 6�s�� o ACKNOWLEDGMENT OF SURETY � °B°eeouau°°@° _ RK UIS } COTY OF NASSAU On October 8,2024 before me personally came Fern Per tome 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. Notary Public Pur Henry Notary Publk State Of New York No,01HE478W9 Qusillfled In Nsienn Connty'��y-1 c6mobsion Ezpli":January 31, 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 Attorney(s)-In-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver:Any and all bonds and undertakings of surety and other documents that the ordinary course of surety business may require,and to bind United States Fire Insurance Company thereby as fully and to the same extent as if such bonds or undertakings had been duly executed and acknowledged by the regularly elected officers of United States Fire Insurance Company at its principal office,in amounts or penalties: 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 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. XWARY KMIC OF KW5X r 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 ITMSS WHERE ,I have hereunto set my hand and affixed the corporate seal of United States Fire Insurance Company on thet day ofbW 20A4' UNITED STATES FIRE INSURANCE COMPANY Oj Michael C.Fay,Senior Vice President UNITED STATES FIRE INSURANCE COMPANY 1209ORANOEs"fRP.I?f.WILMENOTON,DELAWARE 1980t STAM, IENT OF ASSETS,LDABII.MES.SURPLUS AND OTHER FUNDS A7'u11 LM81IR 31.2023 ,ASSETS iBonds(Arrronized Va,Lc).................... ....... 1,726.028,699 JFrclemd Stocks(Market Volac).......................................................................................... 144,307,613 Common Stocks(Market Value)........................................................................................ 2,369,575,849 Mortgage loans Olerkct Value)........................................................................................... 1,04).090,964 Cash,Cash Eituivalenu,and Short Term Ini,cmmeres.. ....... .......... 113,632.698 Derivatives..................................................................................................................... 14,049,444 Ocherinveand Assess........................................................................................................ 508,546,227 Investment Income Due and Acrrucd...................................................................................... 31,165,$24 Premiums and Cunsidcrations.............................................................................................. 531,854.761 Amounts Recoverable from Reinsumrs................................................................................... 137,741.085 Funds held by or Deposited with Mnsurcd Compzr irs............................................................... 153.726.353 Net Dcfered Tax Asset..................................................................................................... 192,552.999 Eeetronie Data Processing Fruipnarot................................................................_................. 1.126.732 Receivables from Pammnt.Subsidiaries and Affiliates................................................................. 59.012,393 OtherAssets................................................................................................................ 132,,253,074 TOTALASSETS..................................................................................... S �18 66 I.IABILiTW-S,SURPLUS&OTHER FUNDS Lasses(Reported Losses Net of Reinsurance Ceded and Incurred But Not Reported Losses).................................................................................................. 2,664,609,947 Runsumn:c Payable on Paid Losses and Loss Adjustment Expenses.............. ................................. 75,510.927 LossAdjtxtmcnl Expenses........................ ........................................................................ 432.456,225 Commissions Payable.Contingent Commissiens and Other Simlar Chatpes...................................... 16.849.866 Other Expenses(Excluding Taxes.Licenses er:d Pces)................................................................. 110,490.333 Taxes.Lic rats and Fco(EscfuEing Federal Income Taxes)......................................................... 33,48$,24Z Current Federal and Foreign Income Taxes........................... ... ............................................... t 1,452,403 Utxamcd Premiums.................................. ...................................................................... 1.120.526,178 AdvancePremium............................................................................................................ 21 919.t85 Ceded Reinsurance Premiums Nyable.................................................................................... 153.400,619 funds llc(d by Company under Reinsurance Treaties.................................................................. 63,328.859 Amounts Wilhhcld by Company fur Account of Othcn... ........................................................... 146.272.077 Provision for Rcirsurance................................................................................................. 1,706,U2 Payab;c to Parent Subsidiaries and Affiliates............................................................................ 25,899,852 OtherUabilitics,............................................................................................................... 56,882,198 TOTAL LIABILITIES................................................................................. S 4,436790383 Common Capital Sio:k...................................................................................................... 18,790.000 Gross Paid In and Contributed Surplus.................................................................................... 1,502,074.940 Unassigned Funds(Surplus)................................................................................................ 761,019,131 Surplus as Rcgasds Policyholders....................................................................� 2r281.974,071 TOTAL LIABILTIi6S.SURPLUS&OTHER FUNDS.......................................... S 7,2t8,664 454 I.Cairsnine Scaglicnc.Scnior Vic: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 or business,December 31.2023,as mf1coed by its books and records and as mpened in its statement on file with the Insurance Department of the State of Dciaw'ata. 100 IN TESTIMONY WHEREOF,1 have set my bond and affixed the seal of the Company,this 19th tray of Match,2024, UNITED STATES IW- i tNS1RL\NCE COMPANY 0 � a VENDOR NAVE: WPS CONTRACTING GROUP, LLC VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. PARTNERSHIP INDIVIDUAL x FEDERAL EMPLOYEE Ill #: 87-2950147 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: IF APPLICABLE: DATE FILED: 09/27/2021 STATE FILED: 09/27/2021 If a non-publicly owned Corporation: CORPORATION NAME: LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares) LIST OFFICERS AND DIRECTORS: NAME TITLE �N t N N N N/N N N N N/��R N■A N N N N N N■N N N N N N N N N N N N N N N N N N A N�N N N N N N N N M N N N N N N N N N N N N N N N N N N N N N N N■ If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Packagc 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VFNT)OR NAMF: WPS CONTRACTING GROUP,LLC ADDRESS: 25 MELVILLE PARK RD, SUITE 142 MERLVILLE, NY 11747 CONTACT: ERICK WLADIMIR BARREIRO TELEPHONE:516.544.9707 FAX: E-MAIL: wiadimirb@wpscontractinggroup.com ONLY if different - MAIL PURCHASE ORDER TO: TELEPHONE: FAX: CONTACT: F-MAIL: ONLY if different - MAIL PAVMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: WPS CONTRACTING GROUP,LLC ASSUMED NAME CERTIFICATION *If the business is conducted under an assumed name, a copy of the certificate required to be filed under the New `fork 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 'mown Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereol'should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows-please mark appropriate box: Insurance Certificate as requested is attached 1 certify that I can supply insurance as specified if awarded the bid 0 Insurance Certificate filed on lallcll `I DATE FAILURE TO PROVIDE SPECIFIED INSURANCES UALIFY BIDDER. AUTIIO , I : ATURC Proposal Package 5 of 9 r AFFIDAVIT OF NON-COLLUSION I hereby attest that 1 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 firrn, 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 agrecment or discussion with, or inducement from any firm or person to submit a complementary bid. 5. .My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or;any project, in consideration for my fi ni's submitting'a complementary bid, or agreeing to do so, on this project. 7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The ,si 7 'n ,fir the penalties of perjury,af'lirms the truth thereof'. SWORD TO BEFORE MF,THIS igna rc Company P ,ition Erick W Barreiro - President of Operations Ye f AY OF zo- Type Namc&Company Position WPS CONTRACTING GROUP;"= Company (',ante �J NOTARY UBLIC �Vs SHEILAEHORTON ned Notary public-State of New York NO.01H04948825 129-96-6676 Qualified in Suffolk County Federal I.D.Number MY Commission Expires Mar 27,2027 _ Proposal Package 6 of 9 THE PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAMF,: WPS CONTRACTING GROUP,LLC VENDOR ADDRESS: 25 MELVILLE PARK RD, SUITE 142 MELVILLE, NY 11747 TELEPHONE NUMBER:516.544.9707 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(i('none were issued please write N/A below): Addendum No. Dated ovf io o 2y Proposal Package 7 of 9. TOWN OF SOUTHOLD ASBESTOS REMEDIATION OF THE AOUTHOLD'TOWN HALL ANNEX,BASEMENT -Itemized Proposal for: Asbestos Remediation,of.the Southold Town Hall Annex Basement. ITEM NO. ESTIMATED UNIT DESCRIPTION OF ITEM UNIT BID PRICE EXTENDED AMOUNT BID OUANTITY• - (Fill in UnitPricq Written in.Words) DOLLARS CENTS ..DOLLARS CENTS hts5tos j"t°fitaffi$pas81©g yid 1021=1023 1 1 1S Two Hundred Ten Thousand Two Hundred Eighty-Four/00 210,280 00 210,280 00 for _ /LS •(Add All Items) Dollars Cents _. .. TOTAL_ for Two Hundred Ten Thousand Two Hundred Eighty-Four/00 $210,280.00 Dollars Cents Total All Items.fNumerically}. WRtTTEN.IN WORDS, NOTE The Town of Southold reserves the right to increase,decrease,`oreliminate in its:ehtirety:ajnX or all items prior to or after awaid'of the bid.' s mu emae,l==vAts.re'rSpCe11,001a ,7_ : '.; ALT,1 LS for Fifteen Thousand Four Hundred Thirty ,sF 15,430 00 15,430 00 Dollars Cents . - •J �6: ..j.GS:..yiy _ 4 .:{•,yi, dG:�t:t al: - riS'� .:rS' yn _ - - � _ -'.f',+.,. •[� _ _ _ - idd',4iterr3a �2:='A stos rernQlTtf'ri'sr>iF ALT2 .1 LS :_ ., ., .. . for Three Thousand JSF .00 3,000 00 Dollars Cents Page S.of 9 AUTHORIZED SIGNATURE ---------------------- PRINT NAME Erick W Barreiro TITLE -President of Operations ^ DATE r ACKNOWLEDGMENT S`I`A'I'E OF NEW YORK, COUNTY OF �) ss.. On the day of (i 7�i _ in the year 2024 before me, the undersigned, personally appeared, (/V r6lkv , 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 oi'which the individual(s)acted, executed the instrument. NOTARY PUBP6 SHEILA E HORTON Notary Public-State of New York N0.01 H04948825 Qualified in Suffolk County My Commission Expires Mar 27,2027 1 r Proposal Package 9 of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: Erick W Barreiro _ _ A Corporation A Partnershi or Entity FIRM NAME: WPS CONTRACTING GROUP, LLC n Ind_iv idua PRINCIPAL OFFICE: Erick Wladimir Barreiro PRINCIPAL OFFICERS: BACKGROUND TITI E NAME ADDRESS PROFESSION/TRADE President of Operations, Erick W Barreiro, 349 W 23RD Street, Deer Park NY, 11729 1. How many years has your organization been in busines's under its present business name? 3 2. You normally perform what percent of the work with your own forces? 100 % List trades that you organization normally performs below:, Asbestos Abatment, LEAD Removal, Mold Remediation 3. 1 Iave you ever failed to complete any work awarded to you?No . If so, note where and why. 4. Are there any claims,judgments,arbitration proceedings or suits pending or outstanding against your firm or its officers'? If yes, please provide details. No QS-I 5. Has your firm requested arbitration or filed any lawsuits with regard to construction contracts within the last five years? If yes, please provide details. No I b, List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Amount Coinplete C__ompletion Pets Warehouse The Ardent Eliot Doub Company 843.614.7087 $109,900.00 40% November 2024 770.573.7616 Asbestos Cityof Yonkers Abatement at 3 Vincent.1303Napo tano $36,156.16 90% October 2024 Facilities 914.377.6500 914.843.1303 7. - List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project Owner Architect Contract Date of With Own Forces Name Telephone# Telephone# Amount Completion %of Work St Thomas St.Thomas Aquinas Jim Doyle $115,600.00 ° GYM College 845.600.9214 Sep-23 100/° Harmony Harmony Michael Stachowlak Health-care LI Health-care $52,575.00 Nov-23 100% 917.969.3957 , NYS Office NYs Office Tare Sherwani Sep-23 100% 1 Fox lane for People with 718.200.5228 $35,000.00 Disabilities 3482Park ave Tyrone Mohamed Shah $56,420.00 Church Gladden 718.924.6846 Ju124 100% I Stewarts Tenants Stewarts Wayne Steck Corp Wayne Steck $52,750.00 Jun-24 100% 7C-9L Tenants Corp ..3820 1 ' QS-2 I 8. List the construction experience of the principal individuals of your organization (particularly the anticipated project supervisors): Present Type of Work Position Years of For Which In What Individual's Name OI'Oftice Experience Responsible �Lqpacity Erick W Barreiro Project Manager Wears Bid Jobs Public/Comm/Resid Lucy Marte Project Designer 2Years Filings Public/Comm/Resid Elias Villanueva Supervisor 4Yearsc Supervise Public/Comm/Resid 9. Do you have, or can you obtain, sufficient labor and equipment to commence work when required and complete the work within the Contract Time? Yes 10. Bank References: TD Bank 11. Trade Association Membership: N/A 12. 1 las your firm ever been investigated by the New York State Department of labor for prevailing wage rate violations? If yes,when? What was the outcome of the investigation? NO QS-3 13. Attach current state of financial conditions showing assets, liabilities and net worth. Faiturc to attach the required documentation may be considered non-responsive on the part of the Bidder and may result in rejection of the Bidder's Proposal. STATE OF A V �— ) COUNTY OF G C ) rs` �✓ c� rre ir' bell duty sworn deposes and says that lie is the.�cti s' u of c �/ i_�ebntractor and that answers to the foregoing questions and all statements therein cont ned are true and correct, Signature of person ho 'gned bid) Sworn to before me is_ >j day f 2024 Notary Public Commission E piration Date: 7� -7 SHEILA E HORTONi"N Notary u lic State o825 w York Qualified in Suffolk County My Cornmission Expires Mar 27,2027 . r S-4 MBank ' Bank Verification Letter Tuesday,September 24, 2024 Vendor/Customer Name: TD Bank, N.A. Attention: patricia Steen Fax/Email: patricia.steen@td.com Account Name: WPS CONTRACTING GROUP LLC Account Address:25 MELVILLE PARK RD STE 142, MELVILLE NY 11747-3286 Commercial Deposits: Account Number(s): 4435373694 01Routing Number(s): 02 3 TIN 0 147 Type of Account Checking Account Status: Active Date Account Opened: 08/07/23 Date Account Closed: Current Balance: Available Balance: YTD Average Balance: Authorized Signers: ERICK WLADIMIR AARREIRO SAYAY Comments: Account Verification only. TD Bank does not rate accounts or provide information on NSF or OD. Should you have additional questions, please contact me via email or the phone number listed below. Sincerely, Sonja Sharkey Comm'I Loan Doc Spec III 11000 Atrium Way Mount Laurel, NJ 08054 CreditReferences@td.com T: (864) 920-6270 This transmittal is Intended only for the use of the Individual or entity to whom a is addressed,and may con lain information which Is privileged,confidential,and exempt from disclosure under apocable low.if the reader of Ihls transmittal is not the Intended recipient or the employee or agent responsible for delivering the transmittal to the intended recipient,you are hereby notitted that any dissemination,distribution or copying of this communication Is strictly prohibited. Ir you receivea this transmittal In error.please return 11 to the above address via the U.S.Postal Service. The'nfolmotion set forh herein is based on Identifying Information provided by the inquirer and is derived from the bank's documents and records and retained in accordance with the bank's records retention policy. While the information�s be5eved to be correct•neither the bank nor any of its agents orrepresenlalives makes any representation or warranty.either exoress of implied,as to the accuracy or comaleteness of the information supplied. You agree that Walther the oank nor any of its agents of representatives shall have any liability to YOU on any basis resulting from your use or reliance on the info mdtfon supplied.Thank You. SS Signature verified Internal BUSINESS FINANCIAL STATEMENT STATEMENT OF FINANCIAL STATEMENT AS OF WPS CONTRACTING GROUP, LLC 10/08/2024 STREET ADDRESS CITYAND STATE 25 MELVILLE PARK RD, SUITE 142 MELVILLE, NY 11747 TO TOWN OF SOUTHOLD PLEASE ANSWER ALL QUESTIONS AND FILL IN ALL BLANKS Cash in Banks $ 147,956.00 Accounts Payable $ 46,000.00 Cash on hand $ 12,000.00 Notes Payable on Merchandise $ Accounts Receivable $ Other Notes Payable $ 1,900.00 Notes Receivable $ Borrowed from Banks Secured $ Accounts and Notes Receivable from Borrowed from Banks Unsecured $ Officers,Partners,and Employees $ Borrowed from Others(Whom?) $ Merchandise $ Other Liabilities or Accruals Receivables Secured by Real Estate $ Mortgages on Real Estate(Describe Below) $ Receivables Secured by Mortgages $ Other Mortgages,Liens,Security Interest or _Receivables Secured by Deeds or Trusts $ Encumbrances.(Describe Below) $ Maqhinery,Tools,Furniture and Fixtures Notes and Accts.,Receivable from Affiliated Cos. $ 78,000.00 Other Assets(Describe) $ Trucks & Vans $ 42,000.00 TOTAL LIABILITIES $ 47,900.00 TOTAL ASSETS $ 279,956.00 TOTAL ADJUSTED NET WORTH $ 232,056.00 The undersigned hereby warrants that all information is true and accurate and was taken from the books and records of the above-named business as of the date below. NAME DATE SIGNED Erick W Barreiro 110/08/2024 VENDOR NAME: DEFASH GLOBAL RESOURCES INC. VENDOR INFORMATION SHEET TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL FEDERAL EMPLOYEE ID#: 46-3190517 OR SOCIAL SECURITY#: DATE OF ORGANIZATION: 12th APRIL, 2017 IF APPLICABLE: DATE FILED: STATE FILED: If a non-publicly owned Corporation: CORPORATION NAME: DEFASH GLOBAL RESOURCES INC. LIST PRINCIPAL STOCKHOLDERS: (56/o of outstanding shares) MORENIKE ADEYEMI 51% SHAREHOLDER TOSIN ADEYEMI 49% SHAREHOLDER LIST OFFICERS AND DIRECTORS: NAME TITLE MORENIKE ADEYEMI PRESIDENT TOSIN ADEYEMI VICE PRESIDENT �rrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrarrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrrr If a partnership: PARTNERSHIP NAME: LIST PARTNERS NAMES: Proposal Package 3 of 9 ADDRESS RECORD FORM MAIL BID TO: VENDOR NAME: DEFASH GLOBAL RESOURCES INC. ADDRESS: 3056 BRUNER AVENUE, BRONX, NY 10469 CONTACT: TOSIN ADEYEMI TELEPHONE: 347-607-1422 FAX: 347-346-4834 E-MAIL: DEFASH2@AOL.COM ONLY if different- MAIL PURCHASE ORDER TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: ONLY if different- MAIL PAYMENT TO: ADDRESS: TELEPHONE: FAX: CONTACT: E-MAIL: Proposal Package 4 of 9 VENDOR NAME: DEFASH GLOBAL RESOURCES 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. ASSUMED NAME: If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation, by an officer of the corporation, or other person authorized by resolution of the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or other person authorized by a writing signed by at least one general partner and submitted with the bid or previously filed with the Purchasing Agent. The submission of this constitutes a certification that no Town Officer has any interest therein. (Note: In the event that any Town Officer has any such interest, the full nature thereof should be disclosed below. It is not forbidden that individuals working for the Town of Southold or other municipality bid on contracts only that such interest be revealed when they do bid.) INSURANCE STATEMENT Bidder agrees as follows-please mark appropriate box: Insurance Certificate as requested is attached I certify that I can supply insurance as specified if awarded the bid Q Insurance Certificate filed on DATE FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER. U HORIZED SIGNATURE Proposal Package 5 of 9 r AFFIDAVIT OF NON-COLLUSION I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s) and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that person-to make the statements set out below on his or her behalf and on behalf of my firm. I further attest that: 1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or agreement for the purpose of restricting competition with any other contractor,bidder or potential bidder. 2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid opening. 3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from any firm or person to submit a complementary bid. 5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of materials or services from any other firm or person, or offered, promised or paid cash or anything of value to any firm or person, whether in connection with this or any other project, in consideration for an agreement or promise by an firm or person to refrain from bidding or to submit a complementary bid on this project. 6. My firm' has not accepted or been promised any subcontract or agreement regarding the sale of materials or services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person, whether in connection with this or any project, in consideration for my firm's submitting a complementary bid, or agreeing to do so,on this project. 7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the statements and representations made in this affidavit. The person signing this bid, under the penalties of perjury,affirms the truth thereof. SWORN TO BEFORE ME THIS Signa e& ompany Position d 41 TOSIN ADEYEMI -VICE PRESIDENT AY OF,20-0— i- Type Name&Company Position DEFASH GLOBAL RESOURCES INC. t . A ®®p®01e1D99loe® ►��/� Company Name ®a��°•C•���,d'4 NOTARY PUBLIC /f ° Date Signed ® o°° sVP��o e �o 46-3190517 a 0� p,R co ° om Federal[.D_Number �nVIVO 5 + N® o� �,• O�U� ®� Proposal Package 6 of 9 ° ° ��Osoeoo�•°° Z�" �o D1 THE PROPOSAL FORM Asbestos Remediation of the Southold Town Hall Annex Basement VENDOR NAME: DEFASH GLOBAL RESOURCES INC. VENDOR ADDRESS: 3056 BRUNER AVENUE, BRONX, NY 10469 TELEPHONE NUMBER: 347-607-1422 FAX: 347-346-4834 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 001 10/08/2024 Proposal Package 7 of 9 TOWN OF SOUTHOLD - ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT Itemized Proposal for: Asbestos Remediation of the Southold Town Hall Annex Basement 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 Asbestos;removal'from`S aces'1009-9019'rarid`1024=.1023' i =.'" 1 1 LS for ONE HUNDRED FIFTY FOUR THOUSAND SIX HUNDRED ILS $154,600 00 -$154,600 00 Dollars Cents (Add All Items) TOTAL for ONE HUNDRED FIFTY FOUR THOUSAND SIX HUNDRED $154,600.00 Dollars Cents Total All Items(Numerically) WRITTEN IN WORDS NOTE: The Town of Southold reserves the ri ht to increase,decrease,or eliminate in its entirety any or all items prior to or after award of the bid. 4' +S :'J:i�. a.�- .y � .4S .'I. v��, i1 r'J. ":Fi li 4� ,r:;.. +••'Y��Y:Ei.: .,1. t d_r.:: '� ,�na �'1..=;Asbestos'remoba,fr m•S"ace=1 b•:�;M'-i" i�:,:;�'-:,.; •� '�•�''`N'�?'�: Acld_Ite_r__t?_�.__.__.__._._..�_._..._._I,•-_0....�_- 00'li='�;:� � ,::~; . for ONE HUNDRED TWENTY FIVE NSF $125 00 $16,250 00 Dollars Cents ' 'I�.. _ ::;nF"• ...T�1r yr. - •A�+'i - - ,tr.t N ..�• - ?'��. �T...a„ ry:::a"'.Yh4,c,. a•X•R n-. 54'»u �.�..:-•`.5,.�.:_:..... .�.L' u^...Si�'�5:�`..".J ...is, .rv?'",f'�w 'kE" _ ;;a-.u,b,.,,. .k.,_.7... ,_•...�fi;cri�;..�,.:,;�Az 1�i :,'<�:c^:n-�; ALT2 1 LS for TWO HUNDRED FIFTY JSF $250 00 $4,500 00 Dollars Cents Page 8 of 9 AUTHORIZED SIGNATURE -- PRINT NAME TOSIN ADEYEMI TITLE VICE PRESIDENT DATE ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF Mo NA ss.: On the_ .!5�_day of Qr--t-obe r in the year 2024 before me, the undersigned, personally appeared, TOSIN ADEYEMI ,personally known to me or proved to me on the basis of sdtisfactory 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 PUBL-A Z., IC ® 4�0 ° STATE OF NEW ®�OTpRY PUBI-IC o °°° County a o ® ;Quali I D6050945 a, ®© �® SSION EX' Z-'' Proposal Package 9.of 9 Town of Southold BIDDER'S QUALIFICATION STATEMENT.. , The signatory of this questionnaire certifies under oath the truth and correctness of all statements and of all answers to interrogatories hereinafter made. SUBMITTED BY: TOSIN ADEYEMI [XI A Corporation A Partnership or.Entity FIRM NAME: DEFASH GLOBAL RESOURCES INC. An Individual PRINCIPAL OFFICE: 3056 BRUNER AVENUE, BRONk,�NY 10469 PRINCIPAL OFFICERS: BACKGROUND TITLE NAME ADDRESS PROFESSION/TRADE° r PRESIDENT MORENIKE 3056 BRUNER AVENUE, Construction&Hazmat Abatement ADEYEMI BRONX,NY 10469 VICE TOSIN 3056 BRUNER AVENUE, Construction&HazmatAbatement PRESIDENT ADEYEMI BRONX,NY 10469 1. How many years has your organization been in business under•its present business name? 7 years 2. 'Yoii noririally perfoim what percent of the work with your own forces? 100 %•. .. List trades that you organization normally performs below: Asbestos Abatement General Contracting Lead Abatement Roofing/Roof repairs Mold Remediation. Demolition 3. Have you ever failed to complete any work awarded to"you? NO. If so,note where and why. 4. Are there any claims,judgments, arbitration proceedings or suits pending or outstanding against your firm or its.officers?If yes,please provide details. NO QS-1 5. Has your firm requested arbitration or filed any lawsuits with,regard to construction Q. contracts within the last�fve`yea.rs?If yes; please provide details. NO 6. List the major construction projects your organization has underway at this date: Name of: Engineer/ Project Owner Architect Contract Percent Scheduled Name Telephone# Telephone# Ambdi i- Complete Completion Asbestos New York C David Holmes $7,748,500.00 25%18 Abatement Services 999 8192 September 11,2028 in Manhattan, Fire Department ) Bronx,and Queens Asbestos Abatement New York City David Holmes $8,278,250.00' 20% November 30,2028 Services in Brooklyn Fire Department (718)999 8192 &Staten Island Multi Yr Require New York City Lorenzo $406.000.00 10% October 18,2025 Contract to Police Department Colangelo RemediateACM. (516)3531579 Mold&Lead-NYPD 7. List five major projects you organization has completed in the past five years: Name of: Engineer/ Work Done Project , Owner Architect Contract Date of With Qwn,Forces Name ' Telephone# Tele"hp one# Amount Completion %of Work Multi Yr Require New York City Lorenzo Contract to Police Department Colangelo '$792,375:00 October 18,2023 100% Remediate ACM. (516)3534579 Mold&Lead- NYPD Mohammed . .. Asbestos Zain Contracting Asif $550,000.00 April 20,2019 100% Abatement Inc. (347)7681519 DHS On-Call NYC Dept of Mario Sanchez $1,000,000.00 September 8,2023 100% Lead Homeless 646-629-1903 Abatement Services Services for the Regent,NYC Asbestos LDJ Contracting Luis De Jesus ' '`` $320,000.00 ' December 21,2620 100% Abatement LLC (713)3001102 Emergency NYC Ricardo Munoz $380,000.00 March 31,2021 100% Asbestos Administration 646-531-1520 Removal for Children's services QS-2 8. List the construction;experience of the,principal,individuals of your organization : (particularly the anticipated project supervisors):. Present Type of Work Position Years of For Which In What Individual's Name Of Office Experience Responsible Ca aci MORENIKE PRESIDENT 7 years Construction/ Supervisor ADEYEMI Hazmat Abatement TOSIN. VICE: 12 years' Construction/- Project.manager/ ADEYEMI PRESIDENT Hazmat Abatement°` .,Supervisor, 9. Do you have,or can you obtain,sufficient labor and equipment to commence work when required and complete the work within the Contract Tune? YES 10.'Bank References: Chase Bank 2130 Bartow Ave Bronx,NY 10475 (718)862-9480 11. Trade Association Membership: Local 78 12. Has your firm ever been investigated by the New York State Department of Labor for prevailing wage rate violations?If yes,when?What was the outcome of the investigation? NO QS-3 13. Attach current state,of financial conditions'show'ing assets, liabilities'and net worth. Failure to attach the required documentation may be considered non-responsive on the .part of the Bidder and may result in rejection of the Bidder's Proposal. STATE dF COUNTY OF g � x ) TOSIN ADEYEMI being duly sworn deposes and says that he is the VICE PRESIDENT .of, DEFASH.GLOBAL RESOURCES INC. contractor and that answers to..the..foregoing.,questions and all statements therein contained are true and correct. (Signature o erson who signed bid) VV -60 Sworn to before me this / day_of ®CT,2024 ® ©° • Notary Public Commission Expiration Date: 0.x ev e � C`1Qt •� � ° ai � SDI ®•®•o°�o°°• '� QS-4 ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF BRONX ) ss.: On the 16 day of QCT i9 t9- in the year 2024 before me,the undersigned, personally appeared,. TOSIN ADEYEMI ,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. ®e,,®�9111108a®0®� t b �-i s�2.© 2.c�.—• o NOTARY PUBLIC e° " � BRONX STBT'E°U ® K, COUNTY OF )ss.: e��eeeo On the day of 00-0 8 F9- in the year 2024 before me,the undersigned; personally appeared, TOSIN ADEYEMI ,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. o S�p,Tti ° NOTARY PUBLIC so of PUBLIC ° '°Qualo,v�64509�ry® � 0 A-3 S10-N 10/16/2024 Town of Southold Page: 1 11:23:14 AM General Licensing Report Lynda M Rudder For License Type: Bid Specifications&Fees/Fee Type:Asbestos Removal Date Range:09/02/2024 to 10/16/2024 Issue Date/ License Type/Fee Type License# Expiration Date Licensee Qty/Total Notes Bid Specifications_&.Fees 2 09/13/2024 Property, Solutions 1.00 psccestimatin@aol.com (Asbesfo's Removal) Richard Terry PO Box 1101 $10.00 Miller Place, NY 11764 (631)764-6383 Bid Specifications&Fees 3 09/12/2024 Gei, Consultants Inc Dba 1.00 ipomiurbatWgeiconsuitants.com (Asbestos Removal) 10/17/2024 1000 New York Avenue Suite B $10.00 Huntington Station, NY 11746 (631)760-9300 Bid Specifications&Fees 3 09/19/2024 Villanueva, Elias 1.00 eliasv@wpscontractinggroup.com (Asbestos Removal) 10/17/2024 Wps Contracting Group Llc 25 Melville Park Rd Suite 142 $10.00 Melville, NY 11747 (631)452-3680 Bid Specifications&Fees 4 10/01/2024 East, End Environmental 1.00 Peter@eastendenvironmental.com (Asbestos Removal) Peter Staiano 143 Rumford Rd $10.00 Kings Park, NY 11754 (631)650-7727 Bid Specifications&Fees 5 10/01/2024 Adeyemi,Tosin 1.00 defash2@aol.com (Asbestos Removal) 3056 Bruner Avenue $10.00 Bronx, NY 10469 (347)607-1422 Quantity Sub Total: 5 Amount Sub Total: $50.00 Quantity Grand Total: 5 Amount Grand Total: $50.00 t�v r• f2ef13c4 sabrina.bom@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: 09/12/2024 This newspaper has been designated by the County Clerk of Suffolk County,as a newspaper of record in this county, and as such,is eligible to publish such notices. Signature Christina Henke Rea Printed Name Subscribed and sworn to before me, This 17 day of September 2024 Digitally signed 7Public- REA by douglas w rea FNotarye of New YorkDate: 2024.09.17 9844318:18:58 +00:00 ny Countyes Sep 30,2027 r LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning September 12,2024. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold, NY 11971 DATE&TIME OF OPENING: October 17,2024 at 2:00 PM CONTACT PERSON: Michael Collins, P.E. Town of Southold,631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME&ADDRESS OF BIDDER 2)BID NAME It is the bidder's responsibility to read the attached Bid Specifications,Instructions to Bidders,and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package,and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order,cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 1:OOPM on October 1,2024 at the Southold Town Hall Annex located at 54375 Route 25 in Southold, New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated:June 18,2019 Denis Noncarrow,Town Clerk Born, Sabrina From: Born, Sabrina Sent: Friday, September 6, 2024 11:54 AM To: Doherty,Jill; Doroski, Greg; Evans, Louisa;Johnson, Benjamin; Krupski,Al; 'Lisa Finn (lisaahfinn@gmail.com)'; McGivney,Julie; Mealy, Brian; 'Paul DeChance'; Reisenberg, Lloyd; Schlachter,Amy; Smith, Anne; Squicciarini,James; Standish, Lauren;Tomaszewski, Michelle;Tomaszewski,Zachary Subject: Legal-Asbestos Remediation-Annex Basement.doc Attachments: Asbestos Remediation-Annex Basement.doc Importance: High Good Morning, Please see attached. Thank you, Sa44tdX Sony Sabrina M. Born Sub-Registrar& Deputy Town Clerk Senior Account Clerk Southold Town Clerk's Office 53095 Route 25 P.O. Box 1179 Southold,NY 11971 Ph: 631-765-1800 ext. 1226 Fax: 631-765-6145 1 LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning September 12,2024. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold, NY 11971 DATE&TIME OF OPENING: October 17,2024 at 2:00 PM CONTACT PERSON: Michael Collins, P.E. Town of Southold,631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME&ADDRESS OF BIDDER 2)BID NAME It is the bidder's responsibility to read the attached Bid Specifications,Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package,and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order,cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 1:OOPM on October 1,2024 at the Southold Town Hall Annex located at 54375 Route 25 in Southold, New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated:June 18,2019 Denis Noncarrow,Town Clerk LEGAL NOTICE INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed proposals are sought and requested for the following: "ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning September 12, 2024. PLACE OF OPENINGS: Southold Town Clerk's Office 53095 Main Road Southold,NY 11971 DATE & TIME OF OPENING: October 17, 2024 at 2:00 PM CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME & ADDRESS OF BIDDER 2) BID NAME It is the bidder's responsibility to read the attached Bid Specifications,Instructions to Bidders, and General Conditions,which outline bidding rules of the Town of Southold. Upon submission of bid,it is understood that the bidder has read,fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 1:00PM on October 1, 2024 at the Southold Town Hall Annex located at 54375 Route 25 in Southold,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. Dated: June 18, 2019 Denis Noncarrow, Town Clerk STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) Denis Nonearrow, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 6111 day of September,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.southoldtoMnU.g_ov. Bid—Asbestos Remediation—Annex Bas ez}t` D s No carrow Southold Town Clerk Sworn to before me on the 6ch day of September, 2024 A)a"- zz� Notary Public SABRINA M BORN Notary Public,State of New York No.01606317038,Suffolk Co Commission Expires Dec.22,20 TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971 PHONE: 631-765-1560 /FAX: 631-765-9015 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: "ASBESTOS REMEDIATION OF THE SOUTHOLD TOWN HALL ANNEX BASEMENT" Definite specifications may be obtained at the Southold Town Clerk's Office beginning September 12, 2024. PLACE OF OPENINGS: DATE OF OPENINGS: TIME OF OPENINGS: TOWN OF SOUTHOLD October 17,2024 2:00 PM TOWN CLERKS OFFICE 53095 MAIN ROAD SOUTHOLD,NY 11971 CONTACT PERSON: Michael Collins, P.E. Town of Southold, 631-765-1560 VENDORS MUST SUBMIT BIDS IN SEALED ENVELOPES. PLEASE PRINT ON THE FACE OF ENVELOPE: 1)NAME &ADDRESS OF BIDDER 2) BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town of Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said General Conditions and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. A non-refundable fee of$10.00 will be charged for plans and specifications. Payment can be made by either money order, cash or business check(payable to the Town of Southold). A mandatory pre-bidder's conference will be held at 1:00PM on October 1, 2024 at the Southold Town Hall Annex located at 54375 Route 25 in Southold,New York. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. 'su ra`�,_ • RESOLUTION 2019-551 k , ADOPTED DOC ID: 15328 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO.2019-551 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 18,2019: RESOLVED,that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for removal of asbestos from the Town Hall Annex. Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Jill Doherty, Councilwoman SECONDER:William P. Ruland, Councilman AYES: Dinizio Jr,Ruland,Doherty, Ghosio,Evans,Russell