Loading...
HomeMy WebLinkAbout Bid final PD Box§0. 2h1 Trumbull Drive, Fishers Island, NY 06390 860.443.0165 April 2], 2OZS Mr.James H. King President | Baseline King Corp. 111 Liberty Lane D8FDeV8ld, NY13SO4 bas6linel(]ngcOrp@gnnai[corn } � sent via e-Mo8 ' | (Re: Elizabeth Field Airport 080_ Fishers Island Airfield Lighting, Signage 8{ NAVA|D Rehabilitation [Construction] | ' FAA A|PNo. 3-35-0029-031'2024 ([) | � . 3-36-0029- -2025 (C) . ` � Dear Mr. King: � � | The Proposal which you submitted on March 13,2025 for the Airfield Lighting, Signage&NAVAID Rehabilitation Contract at the Elizabeth Field Airport was the lowest responsible proposal received meeting the requirements of the Contract Documents. > . , � i ' i ` | / ' � � � I RRY U I 3 PO Box 607,261 Trumbull Drive, Fishers Island, NY 06390 860.442.0165 i You are hereby awarded the Contract in the amount of $1,105,172.50 (Bid Alternate No. 3). This I I award is contingent upon Federal Aviation .Administration and Town of Southold funding and ' i approval (Fall/Winter 2025—Spring 2026 construction). � i Thank you for showing interest in our Airport Improvement Project. I i Sincerely, David McCall I Island Manager/Airport Manager Fishers Island Ferry District , PO Box 607 i Fishers Island, NY 06390 1 i i i Encl. E j cc: Mr. Geb Cook, FIFD Manager I Mr.John Frazee, P.E., C&S Engineer, Inc. I i t S 1 - DENIS NONCARROW h� Gy Town Hall,53095 Main Road TOWN CLERK c P.O.Box 1179 y = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p .1l` Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ��.� `�►a www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2025 F.I. Elizabeth Field Airport Airfield Lighting, Signage, and NAVAID Rehabilitation Bid Opening 3/14/2025 @ 2:00 P.M. Four (4) bids received Name/Address/Ph.# _ Moulison Electric, Inc. Bid Alt. No. 1 Add-On No. 1 Total Contract c/o Zack Johnson $1,116,230.00 $86,300.00 $1,202,530.00 10 Iron Trail Road Bid Alt. No. 2 Add-On No. 1 Total Contract Biddeford, ME 04005 $1,402,850.00 $86,300.00 $1,489,150.00 207-282-0759 Bid Alt. No. 3 Add-On No. 1 Total Contract $1,603,460.00 $86,300.00 $1,689,760.00 Baseline King Corp Bid Alt. No. 1 Add-On No. 1 Total Contract c/o James H. King $680,703.60 $62,246.00 $742,951.60 111 Liberty Lane Bid Alt. No. 2 Add-On No. 1 Total Contract Barneveld,NY 13304 $919,739.60 $62,246.00 $981,985.60 315-896-6106 Bid Alt. No. 3 Add-On No. 1 Total Contract $1,105,172.50 $62,246.00 $1,167,418.50 Mattern Construction, Inc. Bid Alt. No. 1 Add-On No. 1 Total Contract c/o Eric Mattern $2,029,989.44 $181,225.00 $2,211,214.44 26M Bushnell Hollow Rd. Bid Alt. No. 2 Add-On No. 1 Total Contract Baltic, CT 06330 $2,710,245.34 $181,225.00 $2,891,470.34 860-822-8457 Bid Alt. No. 3 Add-On No. 1 Total Contract $3,257,455.51 $181,225.00 $3,438,680.51 L.E.B. Electric, Ltd. Bid Alt. No. 1 Add-On No. 1 Total Contract c/o William Parker $963,867.72 $47,050.00 $1,010,917.72 21 Seabro Avenue Bid Alt. No. 2 Add-On No. 1 Total Contract Amityville,NY 11701 $1,546,886.12 $64,800.00 $1,611,686.12 631-842-0500 Bid Alt. No. 3 Add-On No. 1 Total Contract $2,310,886.42 $64,800.00 $2,375,686.42 ;r 0TM - 2010 !XW;A1A Document A31 Bid Bond CONTRACTOR: SURETY: (,Vame, legal stales and acich-ess) (Vane, legal statres and principal place Baseline King Corp. of business) 111 Liberty Street RLI Insurance Company Barneveld,NY 13304 9025'N.Lindbergh Drive This document has important Legal Peoria,IL 61615 consequences.Consultation with awaltomey is encouraged with OWNER: - respect to its completion or (A4mre, legal stains and adcb'ess) modification. Town of Southold 53095 Rt 25 Any singular reference to Southold, NY 11971 Contractor,Surety,Owner or other party shall be considered BONG AMOUNT: Five Percent(5%)of Amount Bid plural where applicable. PROJECT: (Alame, localioll or actdress, and Project number, if any) Airfield Lighting,Signage&NAVAID Rehabilitation Project at Elizabeth Field Airport,Fishers Island The Contractor and Surety are bound to the Owner in the amount.set forth above, for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns;jointly and severally,as provided herein.The conditions of this Bond are such.ihat if the Owner accepts the bid of the Contractor within`the time specified in the bid documents,or within such timc.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 Docutiients,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 prosecuiion.thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,.between the amount.specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in'frill force and effect.'i'he Surety hereby waives any notice of an agrecntent between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiv'erp£ notice by the Surety shall not apply to any extension exceeding.sixty(60).days ill the aggregate beyond the tittle for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety»'consent.fir an extension beyond sixty(60)days. 1' If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term.Contractor it?this Bond slall" be deemed to be Subcontractor and the teen 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 Prgjept, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted he:refrom and provisions conforming to such statutory or other legal requirement sl, 1 be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statuto and and not as a common law bond. Signed and sealed this 19th day of February,2025. Baseline i g Corp. G�11`1 ' tJ - ►���t�1 : (Jlrincipc 1 (Seal) (1 fjitncsrj r (7i11e) Jar1i s i , re ident ` off#%/1 RLI Insuran Com nn ,�` Q+� 'll- [�u1 .•°°(S01(70 -OVA .s 1f'i ess) Kimberly A. 'Rourke _' ��•p�- �+°'.'.L"s (7- e)J se M.Champagne,Attorn in @Z. co ° = LC. v CAUTION:You should sign an original AIA Contract Document,on which this text appoars In RED;An.orhj natass h changes wltl not be obscured ^'" L In it. AIA Document A310T"—2010.Copyright d 1963.1970 and 2010 by The American Institute of Architects.All rights reserved.V'.jRNIt�6.•Thls AIA` Docgmant is prolactad by U.S.Copyright Law and Intamational Treaties.Unauthorized reproductioh or distribution ofttiis'C}j10 D... .n0.,0° any poAion.of it,may resuit in severe civil and criminal penalties,and will be'prosacutori to the maximum oxtentpossible un 6 tha�p y ����� 1 mil+ E~nt�.�i17 Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of AIA Contract The American Institute of Architects'legal counsel,copyright@aia.org. �rrrrrs 1106 0 A Airfield Li htina $i a e&NAVAID:Rehabilitatioii Elizabeth Field Airport g b� - � g STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of Baseline King.Corp. . (Contractor);- of 111 Liberty Street..Barrieveld :NY.13304 (Address) for the..Airfield Li htin :Sign, e&-NA:VAID Rehabilitation, project!for tivhich bids will be--re-ceived;on: . March 1;3, 2025 06,'41Opeuurg Date) and wislito-advise'that should this Bid:of the.Contractor be accepted and the Contract awarded fo him, t;i's our present uiteritiori to become surety on theperforinance bondpand labor and rratenalbond required,by ,tlie Contract. - , • - Any arrangeiuerit for.the bonds requrred by the Contract'1s a matter between the Contractor and ourselves arid.we assure no haliili y to you or third parties if for any`reason we doinot exec utestlierXegmsrte bonds- We'<are duly authorized to do business,inthe'.State ofNevrSYork:, ATTESTd7L RLI Insurance Company r x Kimberly A.O' urke i f Su`,"xs`Aiith°onzed�Srgla 'e � ` -' ". Jesse M Ghampaghe,Attorney in Fact (.Corporate seaLdf;any:If no,seal,write"No Seal" across this place and NCE cc • ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete,aiidatilbmitted-witil the Proposal:. Copies of this form maybe filled out and'attached to this page.) 2018 PROPOSAL-28 CORPORATE ACKNOWLEDGMENT State of New Yor County of(, f� On the 3 day o 2025,before me personally came James KinjZ to me known who being by me duly sworn, did depose and say; that he is President of the Baseline King Com. the Corporation described in and which executed the above instrument; that he knows the seal of such said corporation; that the seal affixed to the instrument is such corporate seal that it was so affixed by order of the Board of Directors of the said corporation,and he signed his name thereto by like order. Notary Public �• MTRICE JOSLIN KiNG � �.1 � • NotaryPublic,Stato of hletn'York SURETY ACKNOWLEDGMENT i 2;. IVo•QiK16327174, '" Qualified in Oneida County � ►. L `CciWission EypiifeS.Un? I 29 s12 i ' State of New York i"" "^'" �County of Onondaga On the 19th day of February,2025,before me a Notary Public in and for the said County and State, residing therein,duly commissioned and sworn,personally appeared Jesse M.Champa nge known to me to be the Attorney-in-Fact of the RLI Insurance Company,the corporation described in and that executed the within and foregoing instrument and known to me to be the person'who executed the said instrument in behalf of the said corporation,and he duly acknowledged to me that such corporation executed the same. IN WITNESS THEREOF,I have hereunto set my hand and affixed my official seal,the day and year stated in this certificate above. Notary Vublic NOTARY PUBLIC STATE OF NEW YORK ONONDAGA LIC.#01OR6383315 COMM.EXP. POWER OF'ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria,iL 61615 Phone: 800-645-2402 Know All 11en by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLi Insurance Company and/or Contractors Bonding and Insurance Company, each air Illinois corporation, (separately and together,the"Company")do hereby make,constitute and appoint: Jesse M.Champagne,David L.Mehlbaum Kimberly A.O'Rourke jointly or severally in the City of Syracuse State of New York its true and.lawful Agent(s) and Attorney(s) in Fact, with fall power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation,and is now in force, to-wit: "All bonds,policies,undertakings,Powers of Attorney or other obligations of the.corporation shall be executed in the corporate name of the Company by the President, Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds,policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds,policies, undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Sr.Vice President with its corporate seal affixed this 5th day of February 2024 ,, I„MM,, , `"�N10E,r' RLI Insurance Company ` %G AND/,Ys�,, ;J• ••, cp'��. Contractors Bonding and in-ante Company 0`�O\ �y;•GOPPOR�T�• �'_ OORPORII r�•�9�.L� I x /vim ;o_ n B =" SEAL a �E � = y Eric Raudins Sr.Vice President Y�OJ �2 State Of IItInOIS 1 IL L;NO,S „• �iL t'NI0 I County of Peoria SS CERTIFICATE On this 5th day of February 2024 before me,a Notary Public, 1, the undersigned oflicer of RLi Insurance Company and/or personally appeared Eric Raudins who being by Ire duly sworn, Contractors Bonding and Insurance Company, do hereby certify acknowledged that he signed the above Power of Attorney as the aforesaid that the attached Power of Attorney is in full force and cl'I'ect and is officer of the RLi Insurance Company and/or Contractors Bonding and irrevocable, and furthermore, that the Resolution of the Company as Insurance Company and acknowledged said instrument to be the voluntary set forth in the Power of Attorney,is,now in force. In testimony act and deed of said corporation. hereof, I have hereunto set my hand and the seal of the RLi �nrulw i(4u)�nce Company and/or Contractors Bonding and Insurance e°Eyyty this 19th day of February 2025 By: � •• QOR Iej rance Company • CgS1tt bt�Yors Bonding and insurance Company Jill A.Scott sb•P 1C _ • a _ ' JILL A SCOTT � o Z n arjztv� Notary PublicState of Ohio � • 13;My Comm.Expires ��i •o o••°r �Ct''t,F't:y IC Corporate Secretary I1Seote^,ber 22.2025 �i ��LII N �,�lllll7llltllt\\\\\ 3rJ76'I60'021_' t\OOjRD l9 f RLI® P.O.BOX3967 PEORIA,IL 61612-3967 RLI Insurance Company P:(800)645-2402 E:asksurety@rlicorp.com SURETY RUSURETY.COM December 31, 2023 Admitted Assets Liabilities and Surplus Liabilities: Investments: Fixed maturities .............................. $ 1,431,131,286 Reserve for unpaid losses and loss adjustment expenses $ 908,493,924 Equity securities.............................. 1,442,812,591 1 P ..................• 0 Unearned premiums •......................... 392,216,604 Short-term investments ........................ 423,480 111, 25,207.962 .............. Real estate..................................... Accrued expenses ............. 542,927 Properties held to produce income ••••••••••"""" 0 Funds held.................................. 21,305,163 ........................ Cash and cash equivalents 39,450,202 Advance premiums ........................... 54,516,561 Amounts withheld 80,627,156 Other invested assets ............................ 5,911,884 ...................... Receivables for securities 2,630,356 Remittances and items not allocated.............. Dividends declared and unpaid .................. 28,553 Agents'balances ................................ 111,01 ,671 27,278,849 Investment income due and accrued 11,012,671 Ceded reinsurance premium payable••••,,.,...... 0 Payable for securities••............... ......... 9,404,521 Funds held ..................................... 455,798 Reinsurance recoverable on paid losses 22,044,296 Statutory penalties•........................... •••-••''''''' 2,500,736 Federal income taxes receivable .................... 0 Current federal and foreign income taxes .......... 9,800,670 Net deferred tax liability............ 0 Net deferred tax asset ........... ,385 50,234,222 47 Borrowed money and accrued interest •,.......... Guarantee funds receivable or on deposit 0 Electronic data processing equipment, Drafts outstanding •.............................. •••••••••'''''' 13,666,696 net of depreciation ............................ 629,146 Payable to affiliate ................................ Receivable from affiliates.......................... 1,260 Other liabilities,•••••............................. 2 284,808 Other admitted assets 7,125,030 $ 1.626.375.321 Total Liabilities Total Admitted Assets $ 3,146,510,713 Surplus: Common stock•.............................. $ 10,000,375 Additional paid-in capital........................ 242,451,084 Unassigned surplus .......................... 1,267,683,933 State of Ohio Total Surplus- $ 1,520,135,392 County of Cuyahoga Total Liabilities and Surplus $ 3,146,510,713 The undersigned, being duly sworn, says: That he is the President of RLI Insurance Company, that said Company is a corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws;that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S.0 sec. 6-13; and that to the best of his knowledge and belief the above statement is a full, true, and correct statement of the financial condition of the said Company on the 31 st day of December 2023. Attest: B �pPORgT ':9y` •�`� CE C I' Kliethermes President 6 F ;.c's Corp. •j°•••• �i • ' SEAL A •' p0JW'q .. = Olga S.SEAL _lappet As distant Secretary .0 • o •o ` iSworn to before me this 12th day of March,'2024.•®0,,,,.•`� `���� 19 JILLASCOTT Ohio Notary Public �j 9 - - r Comm.r Expires Notarial My ComExpires )} Seal No Public, State of Ohio Sep ember 22,2025 Affixed Jill A.Scott Notary M0058324_Portal I w, Liberty MuSual®URETY Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place of business) L.E.B. Electric, LTD. Liberty Mutual Insurance Company 21 Seabro Ave. 175 Berkeley Street This document has important Amityville, NY 11701 Boston,MA 02116 legal consequences. ty Consultation with an attorney OWNER: MAILING ADDRESS FOR NOTICES: is encouraged with respect to (Name,legal status and address) 175 Berkeley Street its completion or modification. Town of Southold Any si ngular reference to 53095 Route 25 Boston, MA 0211E ty Contractor,Sure Owner or Southold, NY 11971 other party shall be considered plural where applicable. BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Name,location:or address,and Project number,ifany) Airfield Lighting,Signage& NAVAID Rehabilitation 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 i this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otberwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between die Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 13th day of March 2025 L.E.B. Electric, LTD (Witness) (Contractor a zn (Seal) B (711e)I. l�T1� i , � Liberty MutuajjDsurance CompanyaJP�os�o q�'Y (fitness) iza iga (Surety) 1212 a .�h a By. y��gssn 2 (Title) Patricia A. Moore,Attorney-in-Fsct Init. Liberty Mutual Surety vouches that the original text of this document conforms exactly to the text J LMS-20862e 02121 in AIA Document A310-2010 edition Bid Bond. n t ACKNOWLEDGEMENT OF PRINCIPAL STATE OF COUNTY OF ON THE /3 DAY OF/_1������2025�, BEFORE ME PERSONALLY CAME TO ME KNOWN,WH7 BEIN BY LY WO N, DID DEPOSE AND SAY TH E/S,t/i RESIDES AT �� ' THAT HE/SHE IS THEl OF L.E.B. ELECTRIC, LTD., THE LIMITED LIABILITY COMPANY DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT;THAT HE/SHE SIGNED HIS/HER NAME THERETO BY ORDER OF T ARD OF DIRECTORS OF SAID LIMITED LIABILITY COMPANY. Notary Public PATRICIA A.NORRIS Notary Public,State of New York No.01 N06220474 Qualified in Nassau County My Commission Expires April 12,2026 ACKNOWLEDGEMENT BY SURETY STATE OF New Jersey ) )ss.. COUNTY OF Somerset ) On the, day of A h , in the year,;209-� , before me the undersigned, a Notary Public in and for the State of New Jersey, personally appeared Patricia A. Moore , personally known to me and proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that XWshe executed the same in BG>s`Jher capacity, and that by hWher signature on the instrument, the company upon behalf of which the individual acted, executed the instrument. Notary Public BRITTANY A RICHTER Notary Public,State of New Jersey Comm.ft 50205983 MY Commission Expires d11�12Q28 ; y Liberty POWER OF ATTORNEY mutum. Liberty Mutual Insurance Company SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duty organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the Stale of Massachusetts,and West American Insurance Company is a corporation duty organized under the laws of the State of Indiana(herein collectively called the`Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint Patricia A.Moore all of the city of Branchburg stale of NJ its true and lawful attomey-in-fact,with full power and authority hereby conferred to sign, execute and acknowledge the following surety bonds,undertakings,recognizances,contracts of indemnity,and all other surety obligations related thereto,the execution of which shall be binding upon the Companies as if it had been duty signed and executed by its own officers: Principal Name: L°n Electric,LTD. Obligee Name: Town of Southold Surety Bond Number. Bid Bond Bond Amount: See Bond Form IN WITNESS WHEREOF,this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of March 2025 _ Liberty Mutual Insurance Company t %14su The Ohio Casualty Insurance Company Jp oApo-29y JP�oap �`Rgy `P�°apor�y� West American Insurance Canhpany C, 1912 0 1919 1991 0 4 ea#,By. - 0 ah *U5�aL yo�//1 A*vg�adL s��°�>ti ha�a Ui Nathan J.Zangede,Assistant Secretary 0 m ar STATE OF PENNSYLVANIA ss i0 _ COUNTY OF MONTGOMERY " rn On this 13th day of March 2025 •before me personally appeared Nathan J.Zangede,who acknowledged himself to be the Assistant Secretary of Liberty c � c� N Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Comparry,and that he,as such,being authorized so to do,execute the foregoing insWment m pro for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. � > — IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. >W 7 St" PAST Q C O �Q`4o�omr �FC� commonweatur of Pennsywnia-Notary sea) 00 rp N tic y Teresa Pastella,Notary Public a T 0 o Montgomery County T— r t My coma ssion expires March 28,2029 By: R(�h+sv r �o commission number 112soaa Teresa Pasteta,Notary Public o .(D '"+rN r' Member,PennsyNonta AssoriaGon W Notaries C 12 a)N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Q o m insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o N a1 ARTICLE IV-OFFICERS:Section .Power of Attorney. c Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the 3 00 12 E a; President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to actin behalf of the Corporation to make,execute,seal,acknowledge and deliver as surely a 00 o c`a any and at undertakings,bonds,recogn¢ances and other surety obligations.Such attorneys in tali subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and toauthority l chth granted the to oath representative or aflhen so exec uteed,such the @ SD instruments shall be as binding as if signed by the President and attested to by the Secretary.Any pave 9 Y Pr co provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o a1 0 ARTICLE MII-Execution of Contracts:Section 5-Surety Bonds and Undertakings. CO n Any officer of the Company authorized for tha t purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, cata shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,exeate,seal,acknowledge and deliver as surety any and all undertakings, tL CI bonds,recognizances and other surety obligations_Such attomeys-in-facl,subject to the fimitations set forth in their respective powers of allomey,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Nathan J.Zangerle,Assistant Secretary to appoint such altomeys-intact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall he valid and binding upon the Company with the same force and effect as though manually affixed. 1,Renee C.Llewellyn,the undersigned,Assistant Secretary,of Liberty Mutual Insurance Company,The Ohm Casually Insurance Company,and West American Insurance Company do hereby certify that this power of attorney executed by said Companies is in full force and effect and has not been revoked- March 2025 IN TESTIMONY WHEREOF,I have hereunto set nhy hand and affixed the seals of said Companes this 13th day of IN Y INS tNSU� JP oP o2,�fg�6 y)P4°�POR��R9y .c'LU P°°�o�'my<' _° Fo � Q a Fo o 3 o R+ 1912 0 1919 1991 o B rd CHUd y9 F�hAtdPSap L� Ys No,aH* ab3 epee C.Llewellyn,Assistant Secretary �9j� � )•� ''�h'1 • dad ''M r >•a LMIC.00IC,WAlC-SurePath 012025 LIBERTY MUTUAL INSURANCE COMPANY Le -t_y ib 7 ibei , Financial Statement—December 31, 2023 mutuSURETY Assets Liabilities Cash and Bank Deposits.................................... $1,850,245,073.00 Unearned Premiums..................................... $10,298,963,305.00 *Bonds—U.S Government............................. 3,859,565,383.00 Reserve for Claims and Claims Expense..... 28,848,537,243.00 *Other Bonds..................................................... 21,049,805,773.00 Funds Held Under Reinsurance Treaties..... 360,714,151.00 *Stocks................................................................ 19,937,271,802.00 Reserve for Dividends to Policyholders...... 1,310,198.00 Real Estate.......................................................... 122,228,711.00 Additional Statutory Reserve..................... 296,126,000.00 Reserve for Commissions,Taxes Agents'Balances or Uncollected Premiums... 8,208,660,427.00 7,622,413,466.63 and Other Liabilities.................................... Accrued Interest and Rents.............................. 186,906,667.00 Total................................................ $47,428,064,363.63 Other Admitted Assets..................................... 15,677,869,683.63 Special Surplus Funds................................. 209,508,757.00 Total Admitted Assets...................... $70,891,553,519.63 Capital Stock................................................ 10,000,075.00 Paid in Surplus............................................ 13,834,867,488.00 Unassigned Surplus.................................... 9,409,112,836.00 23,463,489,156.00 Surplus to Policyholders........................:.. Total Liabilities and Surplus..................... $70,891,553,519.63 Bonds are stated at amortized or investment value;Stocks at Association Market Values. The foregoing financial information is taken from Liberty Mutual Insurance Company's ' 1912 3 a financial statement filed with the state of Indiana Department of Insurance. I,`ilM MIKOLAIEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing 1s•a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2023, to the best of my knowledge and belief. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington, this 8th day of March 2024. Assistant Secretary Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of L.E.B. Electric, Ltd. (Contractor) of 21 Seabro Ave. Amit ville NY 11701 (Address) for the Airfield Lighting,Si na e&NAVAID Rehabilitation project for which bids will be received on: March 13 2025 (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly autho 'zed to do business in the State of New York. ATTEST: Liberty ua Insurance Company Vicki Joh ton,Atto ney-in-Fact Surety's Authorized Signature(s) Patricia A. Moore,Attorney-in-Fact (Corpordte seal,if any.If no seal,write"No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-28 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty American States Insurance Company AAutug. First National Insurance Company of America Certificate No:-8212086-969357 lrl General Insurance Company of America SURETY Safeco Insurance Company of America POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That American States Insurance Company is a corporation duly organized under the laws of the State of Indiana,that First National Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America are corporations duly organized under the laws of the State of New Hampshire(herein collectively called the'Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint,Alfred C.Marquis,Jr.;Andrew O'Brien;Elizabeth Riga;Fred E.Nicholson;Gary V.Rispoli,Gregory J.Steele;James Friedrichsen;Jane L.Fedorczyk;John J.Sciortino,Jr.;Joseph Giaimis;Joseph J. Kent;Joseph T.Charczenko,Jr.;Patricia A.Moore;Peter H.Forenza;Richard A.Nocella;Robert B.Pitts;Robert S.Rapp,Jr.;Tyler Oakes;Vicki Johnston;William X Linney,ID all of the city of Branchburg state of N3 each individually it there be more than one named,its true and lawful attorney-in-fact to make,execute, seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9tb day of July 2024 American States Insurance Company First National Insurance Company of America rq General Insurance Company of America 0s trtsp JRpStCE�� �pSi'tics co �cE cOMp-y Safeco Insurance Company of America O yQI=o�o�rogy� Q�S �9I �`�' aoRPo�rFoy� JQy=GOµPo"LaroyO -=Co 1929 0 0 1928 a = 1923 oT ? 1953 o r t �ma �6t O 3 v�d' �NDIANP aL s HAMPS'��A� "J��'hAMP ,r"`��i J� S NAMPS'\�� By: David M.Carey,Assistant Secretary 1M0 > State of PENNSYLVANIA� ss County of MONTGOMERYrn On this 9th day of July 2024 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of American States Insurance Company,First National Insurance Company of America,General insurance Company of America,and Safeco Insurance Company of America,and that he,as s uch,being authorized so r� ai o to do,execute the foregoing instrument for The purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. mIN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. y� '— p PAg� Q N;' S F� Commonwealth of Pennsylvania-Notary Seal 's O N �QFio+1�ONw�`��, Teresa Paslella,Notary Public �,(� p� t� u s Y Montgomery County J✓ 0° OF My commission expires March 28,2025 By; Oc q, p Commission number 1126044 a C .y JPO, Member,Pennsylvania Association or Notaries Teresa Paslella,Notary PUbIIC d O N �RFry PU C.0 > 0C This Power of Attorney is made and executed pursuant to and by authority of the following By-law and Authorizations of American States Insurance Company,First National Insurance — > a company of America,General Insurance Company of America,and Safeco Insurance Company of America,which are now in full force and effect reading as follows: 881 �O i O Z 0 ARTICLE IV—OFFICERS:Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in wrifing by the Chairman or the President,and subject to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations.Such attomey,-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the provisions of ibis article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1,Renee C.Llewellyn,the undersigned,Assistant Secretary,of American States Insurance Company,First National Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America do hereby certify that the original power of attorney of which the foregoing is a full,We and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 13th day of March 2025 NPosu- of C, Qp�ne COMA Go co o N o 0 1928 0 1923 ? 1953 a 2 vi 3 t�Zk a��y' �Z�h s�PW n3 Ov By: d �'t'DIAHP .aa lSsb/iAMPtl,\�a ��AMPd,\-a dybg* d Renee C.Llewellyn,Assistant Secretary LMS-12874 ASiC FNICA GICA SICA 0122 LIBERTY MUTUAL INSURANCE COMPANY Liberty Financial Statement—December 31,2023 Mutual. SURETY Assets Liabilities Cash and Bank Deposits.................................... $1,850,245,073.00 Unearned Premiums..................................... $10,298,963,305.00 *Bonds—U.S Government...........:................. 3,859,565,383.00 Reserve for Claims and Claims Expense..... 28,848,537,243.00 *Other Bonds..................................................... 21,048,805,773.00 Funds Held Under Reinsurance Treaties..... 360,714,151.00 *Stocks................................................................ 19,937,271,802.00 Reserve for Dividends to Policyholders...... 1,310,198.00 Real Estate.......................................................... 122,228,711.00 Additional Statutory Reserve..................... 296,126,000.00 Reserve for Commissions,Taxes 7,622,413,466.63 Agents'Balances or Uncollected Premiums... 8,208,660,427.00 and Other Liabilities.................................... Accrued Interest and Rents.............................. 186,906,667.00 Total................................................ $47,428,064,363.63 Other Admitted Assets..................................... 15,677,869,683.63 Special Surplus Funds................................. 209,508,757.00 Total Admitted Assets...................... S70 891553,519.63 Capital Stock................................................ 10,000,075.00 Paid in Surplus............................................ 13,834,867,488.00 Unassigned Surplus.................................... 9,409,112,836.00 23,463,489,156.00 Surplus to Policyholders........................... Total Liabilities and Surplus..................... 70 891 553, 119.63 �JP�'oRPoftR'7y� * Bonds are stated at amortized or investment value;Stocks at Association Market Values. �, The foregoing financial information is taken from Liberty Mutual Insurance Company's 1912 3 a financial statement filed with the state of Indiana Department of Insurance. �)�9SSAClith�l2 I, TIM MIKOLAJEWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2023, to the best of my knowledge and belief. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the seal of said Corporation at Seattle,Washington, this 8th day of March 2024. Assistant Secretary I 3 . BIDIBOND CONTRACTOR: SURETY: A Texas Corporation (Name,legalswasandaddrew) Great Midwest Insurance Company Mattern Construction, Inc. 800 Gessner Road, Suite 600 26M Bushnell Hollow Road Houston,TX 77024 Baltic, CT 06330 OWNER: This document has important (Rome.legal status and addrrm) legal consegseacw. Consultation with an attorney is encoutaged Town of Southold with respect toitacompletionor •53095 Route 25 modiSeatioa ' Southold, NY 11971 to BOND AMOUNT: Five Percent of Bid Amount(5% of bid) Anysactor,suratynOar aO n Contractor,Surety,Owner or other party shall be considered PROJECT: Airfield Lighting, Signage&NAVAID Rehabilitation plural where applicable. (Name,location oraddress,and Projeamanber,(fany)Elizabeth Field Airport, Fishers Island, NY The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period is may be agreed to by the Owner and.Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof] or(2)pays to the Owner the difference, not to exceed the.amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect..The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surey shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be .deemed to be Subcontractor and the term Owner shall be deemed to be Contractor, < When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the l#411,�'airy- provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrorii ib� ions eonfotmiing to such statutory or other legal acquirement shall be deemed incorporated herein. When so furnisbgit.tay inrP�:is that this Bond shall be construed as a statutory bond and not as a common Iaw bond. d of March t202`, .t.a Signed an led this 13t ay ���� �U � Mattern Construction$-Inc. (Witness) (Principa (Title) Qfg� r a raj)��� Great Midwest Insurance Company —-- .J', ; -- (Surety) (Witness) . (Title} Mic el . Me1ayer Attorney-in-fact This Document conforms to the AIA Document A310r"—2010 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of Mattern Construction Inc. (Contractor) of 26M Bushnell Hollow Road Baltic CT 06330 (Address) for the Airfield Lightine,Shmage&NAVAID Rehabilitation project for which bids will be received on: 13 March 2025 (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. Great Midwest Insurance Company s'/ ATTEST: —Ailoo Surety's Autho ize Signature(s) Michael F. Met jer «� Attapney-in-fac: } (Corporate seal,if any.If no seal,write "No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-28 State of Connecticut ) ss: County of Hartford ) On March 13, 2025 ,before me, a Notary Public in and for said County and State,residing therein,.duly commissioned and sworn, personally appeared Michael F. Metayer known to me to be Attorney-in-Fact of Great Midwest Insurance Company the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal,the day and year stated in this certificate above. My Commission Expires 10/31/28 Notary Public Lisa M. Kurtz 'J r i. . 3 •• POWER OF ATTORNEY. Great Midwest Insurance Company KNOW ALL MEN BY THESE PRESENTS,that GREAT MIDWEST INSURANCE COMPANY,a Texas Corporation,with its principal office in Houston,TX, does hereby constitute and appoint: MICHAEL F. METAYER, LISA KURTZ,ANNE SHATTUCK its true and lawful Attorney(s)-In-Fact to make; execute, seal and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of GREAT MIDWEST INSURANCE COMPANY, on theist day of October,2018 as follows: Resolved,that the President, or any officer, be and hereby is, authorized to appoint and empower any representative of the Company or other person or persons as Attorney-In-Fact to execute on behalf of the Company any bonds,undertakings,policies,contracts of indemnity or other writings obligatory in nature of a bond not to exceed Ten Million dollars($10,000,000.00),which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attomey-In-Fact shall be as binding upon the Company d if they had been duly executed and acknowledged by the regularly elected officers of the Company.Any Attorney-In-Fact,so appointed, may be removed in the Company's sole discretion and the authority so granted may be revoked as specified in the Power of Attorney. Resolved,that the signature of the President and the seal of the Company may be affixed by.facsimile on any power of attorney gra such nted, and the signature of the Secretary, and thsignature seal of the and seal shall be val d and binding n be affixed by l thle Compe to any.Any such po certificate of wer so such executed and ower and any power or certificate bearing such facsimile and certificate so executed and sealed shall,with respect to any bond of undertaking to which it is attached,continue to be valid and binding on the Company. NSURANCE COMPANY, has caused this instrument to be signed by its President, and its IN WITNESS THEREOF, GREAT MIDWEST I Corporate Seal to be affixed this 11th day of February,2021. GREAT MIDWEST INSURANCE COMPANY INSUq�4p, h ° Y 0}0 'coRpoanTE&?, ' Mark W.Haushill President g3 CORPOA*�\.. _ ACKNOWLEDGEMENT On this 11th day of February, 2021, before me, personally came Mark W. Haushill to me known,who being duly sworn, did depose and say that he is the President of GREAT MIDWEST INSURANCE COMPANY,the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. CHRISTIN' SIS BY �y Notary Publia tat®cfi7exes ?: Christina Bishop ,Comm Explres'04'14 202d` Notary Public :..:�..tetyaA;>�:31090.,88; CERTIFICATE I,the undersigned,Secretary of GREAT MIDWEST INSURANCE COMPANY,A Texas Insurance Company, DO HEREBY CERTIFY that the original Power of Attorney of which the foregoing is a true and correct copy,is in full force and effect and has not been revoked and the resolutions as set forth are now in force. 1 3th March Da f 20 25 Signed and Sealed at-Houston,TX this y o BY .:coaPOAATE s Leslie K.Shaunty. i Secretary.; files and application for Insurance of claim t "WARNING: Any person who knowlnbly and with.intent to defraud any insurance company formation econcerning any fact material thereto, commits a containing any;matertally falsss`h+formation, or conceaor other ls for the purpose of misleading, fraudulent insuran: :zr,wt�V_f Is a crime and subjects such person to criminal and civil penalties. n i q Great Midwest Insurance Company Statutory Balance Sheet as of December 31,2023 (in thousands) Assets Liabilities,Capital and Surplus Cash&Invested Assets: Liabilities: Cash and Short term investments $ 101,418 Loss and Loss Expense Reserves $ 111,582 Bonds 289,808 Unearned Premium 52,038 Commons Stocks 50,275 Ceded Reinsurance Premium 5,685 Mortgage Loans 20,134 Amounts withheld by company for account of others 48,594 Other Invested Assets 14,880 Other Liabilities 10,488 Total Cash&Invested Assets 476,515 Total Liabilities 228,387 Other Assets: Capital and Surplus: Premium Receivables 22,499 Common Stock 4,550 Reinsurance Recoverable 25,208 Gross Paid In&Contributed Capital 296,893 Tax Assets 8,064 Unassigned Funds(Surplus) 7,225 Other Assets 4,769 Total Other Assets 60,540 Total Capital and Surplus 308.668 Total Assets $ 537,055 Total Liabilites,Capital&Surplus $ 537,055 CERTIFICATION I,Mark W.Haushill,President of Great Midwest Insurance Company,hereby certify that the foregoing is a full,true and correct copy of the Balance Sheet of said Company,as of December 31,2023. Signature W ,. IN W171jqESS WHEREOF,I.have hereunto set my hand and affixed the seal of said Company in Houston,Texas this A day of 2024. ' STATE OF TEXAS COUNTY OF HARRIS On this JL day of (�` 2024,before me,t/1� �r1 �10�1Jf5� Notary Public,personally appeared,Mark W.Haushill,who provided to me on the.basis of satisfactory.evidence to be-the person(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 authorized capacity(ies),and that by his/heritheir signature(s)on the instrument and the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY of PERJURY under the laws of the State of Texas that the foregoing.paragraph is true and Witness my hand and official seal. ?" CHRISTINA BISHOP Si ^bare' �J :it ' �iNotary Public,State of Texas �'"' +� Comm.Expires 04-14-2025 Signit'.:r'e,afNotary tublieue�;��� ,,,� Notary ID 131090488 3 Document AIA A31 OTM - 2010 Bid Bond SURETY: CONTRACTOR: (Name, legal status and principal This document has important legal ?Name, legal status and address) place of business) consequences.consultation with BERKLEY INSURANCE COMPANY an attorney is encouraged with MOULISON ELECTRIC,INC. 475 STEAMBOAT ROAD respect to its completion or 10 IRON TRAIL ROAD, GREENWICH,CT 06830 modification.— BIDDEFORD,ME 04005 Any singular reference to Contractor,Surety,Owner or other party shall be considered plural where applicable. OWNER: (Name, legal status and address) TOWN OF SOUTHOLD,NEW YORK P.O.BOX 1179 53095 ROUTE 25 SOUTHOLD,NY 11971 BOND AMOUNT:FIVE PERCENT OF ATTACHED BID(5%) BOND NUMBER:MOULISON87 PROJECT:AIRFIELD LIGHTING,SIGNAGE&NAVAID REHABILITATION PROJECT,ELIZABETH FIELD AIRPORT(0138), FISHERS ISLAND,NY,FAA AIP NO.3-36-0029-031-2024(D),NYSDOT PIN.0913-(D),PROJECT NO.211.022.001 (Name, location or address, and Project number, if any) The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof,or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and th'e Owner and Contractor shall obtain the Surety's consent for an'extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 13th day of March,2025. M ULI m-c- c Nc. (Prin ® (Seal) (Witness) ( tle) -- dJ&1Z,a,444vhkW ( ERKLEY 13URAN E COMPANY (Surety - (Seal) itne — (Title)JOLINE L.BINETTE,ATTORNEY-IN-FACT C TION:You should sign an original AIA Contract Document,on which this text appears in RED.An original assures,toat changes wilI not be obscured _ AIA Document A310 TM-2010.Copyright©1963,1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING:This AIA@ Document Init, is protected by U.S.Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law. Purchasers are permitted to reproduce ten(10) copies of this document when completed. To report copyright violations of AIA Contract Documents,e-mail The American Institute of Architects'legal counsel, copyright@aia.org. 061110 Y SURETY ACKNOWLEDGEMENT State of MAINE County of ANDROSCOGGIN On this 13TH day of MARCH, 2025, before me personally came JOLINE L. BINETTE to me known who, being by me duly sworn, did depose and say that SHE resides in AUBURN, MAINE, that SHE is the ATTORNEY-IN-FACT of BERKLEY INSURANCE COMPANY, the corporation described in and which executed the within instrument; than SHE knows the corporate seal of said-corporation; that the seal affixed to the within instrument is such corporate seal, and that SHE signed the said instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said corporation and by authority of this office under the standing Resolution thereof. My Commission Expires: LINotary MIN SPENSER SHAM/ -z- Public, State of Mainession expires Aug 24,2030 Notary Public No.BI-322g-el POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted and appointed, and does by these presents make, constitute and appoint: Robert E. Shaw, Jr.; Heidi Rodzen; Joline L. Binette; Melanie A. Bonnevie; Samuel M. Goulet; Kenneth J. Coco; or Benjamin Shaw of Skillings - Shaw & Associates, Inc. of Auburn, ME its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed One Hundred Million and 00/100 U.S.Dollars(U.S.$100,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power.of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds, undertakings,recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery-of any bond, undertaking,recognizance,or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN NVMNESS WHEREOF,the Company has caused these presents to-be signed and attested by its appropriate ofa-cers and its corporate seal heceimto affixed thisl2th day of • January 2024 At%�st: Berk1 Insurance Company /�Solu+,vc� . . / co 4 �0.F01;,lj� By .. By S`I.r1L z' . Tip Je after derman e Executive Vice President&Secretary Se ce resident UFLIWPRF"/ ... STATE OF CONl\ECTICUT) ) ss: COUNTY OF F_S.TRFIELD ) Sworn to before me,a Notary Public in the State of Connecticut, this 12th day of January2024 by Ira S.Lederman and JerTrey M. Hafter who are sworn to me to be. the Executive Vice President Secretary, and t Senior Vice President, respectively,of Berkley Insurance Company. M NOTARY PUM IC CONNECTICUr My COMMISSION EXPIRES } O�y Public,State of Connecticut APHIL 30,2024 CERTIFICATE I,.he undersigned,,As'si�tant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a ave,correct and comp letz copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded an4-tha;-c4 autbonty'oF the Attorney-in-Fact set forth therein, who executed the bond or lndertaldng to which this Power of p ched,is i_ri full force and effect m of this date. MARCH 2O25 ' W C ''mot °z�undo;my hand and seal of the Company,this 13TH day of i y�•,ENL� z� G Y' Vincent P.Forte BERKLEY INSURANCE COMPANY STATUTORY BALANCE SHEET DECEMBER 31,2023 (AMOUNTS IN THOUSANDS) Admitted Assets Bonds $ 15,962,571 Common&Preferred Stocks 5,237,203 Cash& Short Term Investments 1,115,920 Premiums Receivable 2,668,092 Other Assets 4,315,866 Total Admitted Assets $ 29,299,653 Liabilities & Surplus Loss &LAE Reserves $ 14,815,670 Unearned Premium Reserves ' 4,692,755 Other Liabilities 1,015,089 Total Liabilities $ 20,523,514 Common Stock $ 43,000 Preferred Stock 10 Additional Paid In Capital 2,980,072 Unassigned Surplus 5,753,056 Total Policyholders' Surplus $ 8,776,138 Total Liabilities & Surplus $ 29,299,653 Officers: Directors: President: William Robert Berkley, Jr. William Robert Berkley Secretary: Philip Stanley Welt (Executive Chairman) Treasurer:Richard Mark Baio William Robert Berkley, Jr. Asst. Treasurer:Bertman Adam Braud, Jr. Philip Stanley Welt Asst. Secretary:Michelle Rene Rodemyer Richard Mark Baio Asst. Treasurer: Ted William Rogers Paul James Hancock Carol Josephine LaPunzina James Gerald Shiel u i 3 l t STATE OF NEW YORK DEPARTMENT OF FINANCIAL SERVICES I 3 CERTIFICATE OF SOLVENCY UNDER SECTION 1111 OF THE NEW YORK INSURANCE LAW It is hereby certified that A F Berkley Insurance Company of Wilmington, Delaware } a corporation organized under the laws of Delaware and duly authorized to transact the business of insurance in this State, is qualified to become surety or guarantor on all l bonds,.undertakings; recognizances, guaranties, and other obligations required or permitted by law; and that the said corporation is possessed of a capital and surplus including gross paid-in and contributed surplus and unassigned funds (surplus) aggregating the sum of$8,912,991,373. (Capital $43,000,000), as is shown by its sworn financial statement for the quarter ending, September 30, 2024, on file in this Department, prior to audit. The said corporation cannot lawfully expose itself to loss on any one risk or hazard to an amount exceeding 1006 of its surplus to policyholders, unless it shall be protected in excess of that amount in the manner provided in Section 4118 of I the Insurance Law of this State. 4 H ' A ' S In Witness Whereof, I have here- unto set-my hand and affixed the official seal of this Department I a fit- at the City of'Albany, this 20th w 3 day of February, 2025. Adrienne A. Harris ofi—' GIN Superintendent �ItJ R _ - f B Rawle Lewis Special Deputy Superintendent s E S ��- No.BI-322g-el POWER'OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,.constituted and appointed, and does by these presents make, constitute and appoint: Robert E. Shaw, Jr.;Heidi Rodzen;Joline L. Binette; Melanie A. Bonnevie; Samuel M. Goulet; Kenneth J. Coco; or Benjamin Shaw of Skillings - Shaw & Associates, Inc. of Auburn, ME its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings,with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed One Hundred Million and 00/100 U.S.Dollars(U.S.$100,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by,the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions-which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking,recognizance, or other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company,notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS-aFIEREOF, the Company has caused these presents to_be signed and attested by its appropriate officers and its corporate seal hereunto affixed thisl2th day of January 2024 y`�S��rVc Attest Berl7d Insurance Company • D • By: y T 19>> 1 iru 4ederman Je Executive Vice President&Secretary Se V*aftei: resident STATE OF CONNECTICUT) ) ss: COUNTY OF F_ IRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut,-this 12th day of Janua 2024 ,by Ira S.Lederman and Jeffrey M. Hafrer who are swom to me to be the Executive Vice President Secretary, and t Senior Vice President, EN respectively,of Berkley Insurance Company. NOTARY aUBI,IC CONNECTICUT MY COMMISSION EXPIRES APRIL30,2024 otary Public,State of Connecticut CERTIFICATE I,.the unc%ersign d,!assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and.compli to copy of the original Power of Attomey;that said Power of Attorney has not been revoked or rescinded atid.th-,t-th authority of-the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of 0 AN /Attu+ f- ched,is in full force and effect as of this date. IanUer my hand and seal of the Company,this 13TH day of MARCH 2O25 Vincent P.Forte 1 PROPOSAL FOR CONSTRUCTION OF THE AIRFIELD LIGHTING, SIGNAGE &NAVAID REHABILITATION PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids; that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement,located in the front of these Contract Documents, contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in, accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated,implies,although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent(5%) of this bid in accordance with the subsection titled BID GUARANTEE of Section 20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection L titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. 2019 PROPOSAL-1 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER,-IF A CORPORATION: BY: ram (Print d Nalne&Title) ( igna e) CORPORATI NAME: f .ADDRESS: Ll;n e . (SEAL), �arne-(j t d n 133o q STATE OF CORPORATION CHARTER: PHONE NO: g'CL(o-6 10 to DATE: 3 /3 PRESIDENT'S NAME: .a1 a r►�Ps' 1' BUSINESS -- ADDRESS: Pyar�ue��l h� 133C�-f NAME SECRETARY'S�� -�S lift go, NAME TREASURER'S J� r' � my BUSINESS K�-�.V' BUSINESS ADDRESS: l l L "' `� La e ADDRESS: Ba r-h e y n , 30`� a r. 133 N 2018 PROPOSAL-15 ELIZABETH FIELD AIRPORT(OB8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 C-102-5.1 1 LS EROSION AND SILTATION CONTROL y D , zoo �z 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS S 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS ^ D N0.8 AWG,SKV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK ' 5 L-108-5.1 52,000 LF l2 OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF l INSTALLED ABOVE CONDUIT NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 7 L-110-5.1 315 LF CONDUIT,IN TURF f 2•?, oB' j U3 p, 20 r 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT.BANK OR CONDUIT 11,500 LF 33 9 L-110-5.3 GRAVEL DRAINAGE SUMP 12 EACH 10 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE T7 -EACH 2d PROPOSAL-2 ELIZABETH FIELD AIRPORT(01218) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH 3 9 +$k 12 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH l" 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 1J. EACH ' ya o �v 15 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH e 16 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH �. . 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS D Da t 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP TOTAL CONTRACT-BID ALTERNATE 1 PROPOSAL-3 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS STYLE I-B,SIZE 2,LED . x _ 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 2,500 LF OR CONDUIT NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 4 L-108-5.2 INSTALLED ABOVE CONDUIT 50 LF 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF CONDUIT,IN TURF . K . 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF p. TOTAL CONTRACT-ADD-ON NO 1 TOTAL CONTRACT ` PROPOSAL-4 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 2 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS { EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS ` 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 5 L-108-5.1 61,300 LF OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF INSTALLED ABOVE CONDUIT, NON-ENCASED ELECTRICAL CONDUIT,1 WAY-2 INCH PVC 7 L-110-5.1 CONDUIT,IN TURF 315 LF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 19,500 (� d 9 L-110-5.3 GRAVEL DRAINAGE SUMP 17 EACH ELECTRICAL JUNCTION STRUCTURE, L-867 LIGHT BASE,SIZE B, -� 10 L-115-5.1 7 EACH CLASS 16 PROPOSAL-5 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH �a 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED,LED 34 EACH / 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE,IN PAVEMENT 10 EACH Rr 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 4 EACH 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 34 EACH 19 L-125-5.7 REMOVAL OF EXISTING GUIDANCE SIGN 4 EACH /! 7 V �U 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 EACH / PROPOSAL-6 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAP[SYSTEM 4 EACH 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH Y K 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK TlTRPi_ TOTAL CONTRACT-BID ALTERNATE r ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS STYLE I-B,SIZE 2,LED 2 L-107-5.2 ' REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS 3 L-108-5.1 " NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 2,500 LF OR CONDUIT y _ - 4 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 50 LF INSTALLED ABOVE CONDUIT PROPOSAL-7 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 5 L-110-5.1 50 LF CONDUIT,IN TURF - t 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF l0 o TOTAL CONTRACT-ADD-ON NO 1 TOTAL CONTRACT 4 / PROPOSAL-8 ELIZABETH FIELD AIRPORT(0B8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 3 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 Ls 27b 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS d Y 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS � y q , NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK k 5 L-108-5.1 67,500 LF OR CONDUIT t 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF INSTALLED ABOVE CONDUIT 2 3 'A ✓ I k 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF CONDUIT, IN TURF 3 } � 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 25,110 LF 70 3, 9 99 9 L-110-5.3 GRAVEL DRAINAGE SUMP 20 EACH �JbV. Q d ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, C U 10 L-115-5.1 11 EACH CLASS 16DC/ PROPOSAL-9 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH r 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED, LED 63 EACH 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE,IN PAVEMENT 21 EACH � A 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 8 EACH 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 64 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 63 EACH 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH PROPOSAL-10 ELIZABETH FIELD AIRPORT(OB8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC. - DESCRIPTION QUANTITY UNITS PRICE TOTAL _ r r 21 L-125-5.9 REMOVAL OF EXISTING PAP]SYSTEM 4 EACH 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH 3,z �o �ia,96o 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS S 3 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP TOTAL CONTRACT-BID ALTERNATE 3 ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS STYLE I-B,SIZE 2,LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS x 3 L-108-5.1 N0.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 2,500 LF OR CONDUIT ,-, 3 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE e 4 L-108-5.2 50 LF INSTALLED ABOVE CONDUIT PROPOSAL-11 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1_WAY-2 INCH PVC 50 LF CONDUIT,IN TURF ✓ 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF �d TOTAL CONTRACT-ADD-ON NO 1 f6-21, i TOTAL CONTRACT PROPOSAL-12 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. Notice of Project Under New York State Labor Law 2204: This request for bids is for a public work and for a covered project subject to Labor Law§220-i.No contractor may bid for this contract unless it is registered with the New York State Department of Labor. No subcontractor may begin work upon this public work unless it is first registered with the New York State Department of Labor.Each bidder must submit its Department of.Labor-issued certificate of registration with its bid. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form.of contract specified with the Town of Southold/Fishers Island Ferry District (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed-for extra work except as.set forth in the attached Contract Documents, for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: 2018 PROPOSAL-13 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS. ADDRESS: ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-14 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension Certification - Lobbying and Influencing,Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions, Section SP 70-23,subsection A-12 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise(DBE)and Small Business Element(SBE) Statement Bidder's List Collection Form(Bidder's Information) Bidder's List Collection Form(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-16 Elizabeth Field Airport Airfield Lighting,Signage'&NAVAID Rehabilitation NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law,by submission of this Bid, each Bidder and each.person signing on behalf of any Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief. 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening,directly or indirectly,to any other Bidder or to any competitor;and 3. No attempt has been made or will be made by the Bidder to induce any other person,partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm-under the penalties of perjury that the forego' g statement i true. r Affix Seal -_ BIDDER: i/Lra,r if Principal `is Corporation BY: VAAJ Aff TITLE: er 5AV f den STATE OF NEW YORK) S : COUNTY OFC)Y1.kt G On the_ day of MGlQ V\_ 20 25�,before me personally came to me known,who,being by me duly sworn,did swear and affirm that he/she resides at L 1 b Ln, P)amewAl ;that he/she is the of the Bidder herein and sins the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is true. NOTARY POBLIC MY COMMISSION EXPIRES: Ze ) (This form must be compl Nsubmiota �l3it) �g �sgshl.) y\ ry public, Oneida Ccanty y (1i�alified in 9 „ ji OF C, niinn i 2018 PROPOSAL-17 Elizabeth Field Airport Airfield Lighting, Signage'&NAVAID Rehabilitation RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that ,,5&Y xeg 4-- Lj r16 be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Airfield Lighting,Signage&NAVAID Rehabilitation and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. , ) The foregoing is a true and correct copy of the resolution adopted by 5 _� j ; n f�G�j/!Q C rporation at a meeting of its Board of Directors held on the d off,202 i r ) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-18 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005"Made in America Laws"means all statutes, regulations,rules,and'Executive Orders relating to federal financial assistance awards or federal procurement,including those that refer to`Buy America"or`Buy American,"that require, or provide a preference for,the purchase or acquisition of goods,products,or materials produced in the United States, including iron,steel,and manufactured products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron,steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108;or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer. The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are 'or consist primarily of non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign, date,and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC§ 50101,BABA and other related Made in America Laws,U.S.statutes,guidance,and FAA policies,by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.,not both)by inserting a checkmark(✓)or the letter «X„ {� Bidder or offeror hereby certifies that it will comply with 49 USC § 50101,BABA and other related U.S. statutes,guidance,and policies of the FAA by: a) Only installing iron,steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material,or supply—other than an item of primarily iron or steel; a manufactured product;cement and cementitious materials; aggregates such as stone,sand,or gravel;or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride,composite building materials, and polymers used in fiber optic cables);glass(including optic glass);lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing;or 2018 PROPOSAL-19 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation d) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S.domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for a Type 3 or Type 4 waiver under 49 USC §50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder,a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S.domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research,consideration where appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-20 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs,excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver(Unreasonable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent. The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each compar ble bid and/or offer. False Statements: Per 49 USC §47126,this certificati n concerns matter within the jurisdiction of the Federal Aviation Administration and the making of a fa e,fictitiou ,or fraudulent certification may . render the maker subject to prosecution under Title 18, nited State C de 1 Date Signa e 3o,, t' n.e,VA,rn Q. C®n f �S;d e VI 4- Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-21 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation CERTIFICATIONS BIDDER'S NAME: C6'r 'ADDRESS: _ �x_r"ty UVI,e 'Bar n ev AJ I3 30�� TELEPHONE NO.: ) 6(o FAX NO. IRS EMPLOYER IDENTIFICATION NUMBER: 13 -q(6 3 r&R / NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors l. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-22 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a"covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies,including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan, or cooperative agreement. (2) If any funds other than Federal,appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in 2018 PROPOSAL-23 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation ,connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements.The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe he applicable response. The Contractor agrees that, if awarded a contract resulting from this solicitation,it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is(__)is not C_-J_a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor represents that it is(_)is not corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four(24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-24 Elizabeth Field Airport Airfield Lighting,'Signage&NAVAID Rehabilitation Tax Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TRADE RESTRICTION CERTIFICATION By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries.that discriminate against U.S.firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S.firms as published by the USTR;and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker,subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR§30.17,no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S.firms published by the USTR;or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list;or 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from,a foreign country included on 2018 PROPOSAL-25 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation the list of countries that discriminate against U.S.firms as published by USTR,unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor,or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration�(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title. Ll.►Y1 Signature: Date: [� hese ertifications must be completed and submitted with the Proposal.)- i r 201 s PROPOSAL-26 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has , /has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has /has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance-reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under,applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee.Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: (F' or Corporation akin B ) (Sign e VA thorized Person P-9.Ad ess: � �3aay Dated: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation a. STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of (Contractor) of (Address) for the Airfield Lighting,Signage&NAVAID'Rehabilitation , project for which bids will be received on: (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. ATTEST: Surety's Authorized Signature(s) (Corporate seal,if any.If no seal,write"No Seal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-28 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment",in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more.in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or products used to constructor maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran;or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the New York State Finance Law as a person engaging in investment activities in Iran, shall not be,,deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals.must certify and affirm the following under penalties of perjury: (a) `By-submission of this bid, each bidder and each.person signing on behalf of any bidder certifies,and in the case of a joint bid,each party thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a (3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision (a) above, the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The Owner reserves its rights, in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted,publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and.shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act"form with your proposal. 2018 PROPOSAL-29 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance,Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran" (both are defined terms in the law) (the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor;any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each early thereto, certifies,under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally, Bidder/Contractor is-advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed,extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation,then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award,of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. 1, Ta*n� �,.�— k C�c� ,being duly sworn,deposes and says that he/she is the Pre S A-e-,4' o e �n e Corporation and that neither the Bidder/Contractor any prop sed subcontractor is identified on the Prohibited Entities List. :AdIstb SWORN to before me this tG 3t day of WA /,lA Notary Public:�6tf1'1 U L� SUd sub r'tted with the Proposal.) tate of New York No.01 KI6327174 a� A Qualified in Oneida County ,a Commission Expires June 29,202a 2018 PROPOSAL-30 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CFR Part 26,Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26, Regulations of the.U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color, sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. An overall DBE goal of 6.3 percent will be utilized for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance'of this contract. Excerpts from 49 CFR Part 26 are included in Special Provisions to the General Provisions, Section SP 70-23,subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms"from each of the DBE firms the Bidder or Offeror intends to use. If the contract goal is not met,Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE Letter Of Intent Form are located in Section 200.The website for the Unified Certification Program directory in the state of New York is: https://nysucp.newnycontracts.com/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The Bidder or Offeror,is unable to meet the DBE utilization goal stated above.However, we are committed to a minimum of %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMAL BUSINESS PARTICIPATION: This Co tract does n t have a Small Business Element(SBE) set-aside. IRS Num e : 13 6 9 I 11N / — �rQ S i�2n Si a d tl (Thi form must be comp eted and submitted with the Proposal.) 2018 PROPOSAL-31 t Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER'S LIST COLLECTION FORM (Bidder's Information) The sponsor is required by CFR Title 49,Subtitle A,Part 26,subpart A,§26.11(c)to.collect bidders list information from all bidders at the time of bid submittal. The data must be collected for all firms who bid as prime contractors or subcontractors(successfully or not).All DBE firms listed in the bidder's letter of intent forms shall be included as well as any potential subcontractors for the project. As such,it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project.The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-031-2024 Project Name: Airfield Lighting,Signage&NAVAID Rehabilitation Bid Date: 3 - 13 -Z5— Bidder's Information NAICS ti -Firm Street Address,City;State, DBE/Non Race/Gender of Majonty . Annual Gross liirm Namet Codes)of Age of Fum Zip Code;Thone-No. r DBE Status Owner Receipts=; r Sc o e s Bid ` er-tw1;v,e n ❑ Black American 5 111 L% )DV-rk�, ❑Less than 1 year ❑ Less than$1M Cyr iU - ❑Hispanic American 11 89 r neu2l��1�J1 ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M 133a ❑ Subcontinent Asian ❑4-7 years ❑ $3-$6M ❑ DBE American ❑Native American ❑ 8-10 years ❑ $6-$10M Ton-DBE ❑Non-Minority Woman More than 10 yrs. e@Wore than$1 OM I Other Gender: 1�1- Male ❑ Female (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-32 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation Subcontractor's Information N / DBE/Non Firmstreet Address,'_City, ,, NAICS Code(§) Race/Gender of 1Vla�onty Annual Gross Firm Name` DBE = = Age gf Fum Recei is State;:'Zip Code,Phone No Status of°Scope(s)Bid :Owner:; p ❑ Black American ❑ Less than 1 year ❑ Less than$1 M ❑ Hispanic American ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M ❑ Subcontinent Asian ❑ 4-7 years ❑ $346M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6410M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$lOM ❑ Other Gender: ❑ Male ❑ Female 0 Black American ❑ Less than 1 year ❑ Less than$1M ❑ Hispanic American ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M ❑ Subcontinent Asian ❑ 4-7 years ❑ $346M ❑ DBE American " ❑ Native American ❑ 8-10 years ❑ $6410M ❑ Non-DBE _ ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$1 OM ❑ Other Gender: ❑ Male ❑ Female (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-33 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation Subcontractor's Information BE/Non D .' Firm'`Street Address;City, NAILS Code(s), Race/Gender of Majority Annual Gross Fum Name o of DBE Age of Firm- Recei is=; Y� State;,Zip Code,Phone N Status Scopes)Bid Owner; f ' _ r ❑ Black American ❑ Less than 1 year ❑ Less than$iM ❑ Hispania American y ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M ❑ Subcontinent Asian ❑ 4-7 years ❑. $3-$6M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6-$10M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$1 OM ❑ Other Gender: ❑ Male - El- Female ❑ Black American ❑ Less than 1 year 0 Less than$1M ❑ Hispanic American ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M ❑ Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6-$10M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$1 OM ❑ Other - Gender: ❑ Male . ❑ Female (This form must be completed and submitted with the Proposal.) If additional space is needed,copy this form and submit with your original proposal 2018 PROPOSAL-34 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport :Project Name: Airfield Lighting Signnage&NAVAID Rehabilitation FAA AIP Project No: 3-36-0029-031-2024 Total Awarded Contract Amount: ' $ DBE Contract Goal: 6.3% Name of Bidder's Firm: acts Street Address: 1 ( n-e- v City: inari'1ewf_ State: nil Zip: 1330y I Printed name of signer::—'�� M QS 14— Printed title of signer: erg S. JO*i + + Email Address: - , t>7 i�1�-�ri C1C�yCl Q- I CBS DBE UTILIZATION SUMMARY ` DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ x 1.00= $ % DBE Suppliers(Dealer)* $ 100. c d O _x 0.60= $ U 0 OU % DBE'Suppliers(Distributer)* $ x 0.40= $ % DBE Manufacturers $ x 1.00= $ % Total Proposed DBE Participation** $ �00 0 co") *DBE Suppliers must complete the USDOT Dealer/Distributor classification form.This form must be included with the submission of the DBE plan. **If the total proposed DBE participation is less than the established DBE goal, Bidder must provide adequate written documentation of good faith efforts as required by 49 CFR Part 26,Appendix A. Affirmation• The undersi. d hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the ched DBE Le er of Intent Forms have agreed to perform a commercially useful function in the work items noted each firm. T undersigned further understands that no changes to this plan may be made without prior approv 1 from the Airpo . By: 6e.Si�2✓ti i— (Sign o Bidders a tive) (Title) (This form mus 'e completed and submitted with the Proposal.) 2018 PROPOSAL-35 Elizabeth Field ort �p Airfield Lighting,Signage:&NAVAID Rehabilitation W .DBE.LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location:_Airfield Li, Win Si Wane P..NA �AII)Itchahiiltatinn f l;lazahctta I field Airport FAA AIP Project No: 3-36-0029-031-2024 � Name of Bidder's Firm: 1 rJ Gtso-0 i'n e Street Address: 1 A Lt 6,e r+ :6L.1 e City: BCJt,V- he-4 e C— " State: Zip: — Name of DBE firm: S Tt1 Y-f'j e Li —� Street Address: ;g—�- City:_ C' vi e) State: Zip: 09�'-7SR _ Contact Person: t�Q C t°S�i nG 1 Email:,•S! i L vM t('S e( y►GC�19(APP IeS ,C'Qnn Certifying Agency: Port Authority Of NY/W (DBE firti shall submit evidence,such as a photoco py,py,of their certification status) Classification: Prime Contractor Subcontractor Joint Venture X Supplier/Dealer Supplier/Distributor. Manufacturer Disadvantaged Group check one Black American FIispanic American Native American Subcont.Asian American Mate Male Male Male Female Female Female Female Asian Pacific American Non-Minority Other(not of any group listed here) Male Male Male Female I X Female Female SIIM1MMARY OF WORK ITEMS I Work Detailed Description of Work to be Performed Under Manufacturer/Regular Items) Work Item NAICS Dollar Amount Dealer/Distributor Broker* L -e- CA-vi c r, I .T'4 a w,5 too oU b GO t9oC9 *For DBE suppliers only,state How the DBE will perfoim.'For dealerldistributor/broker,Foi7n 3 must be included The undersigned bidder/offeror is committed to utilizing the above-named DBE.firm for the work described above. The total expected dollar value of this work is $900,000 QQ. . The bidder/offeror understands that if it is awarded the contractlagreement resulting from this procurement, it must enter a subcontract with the DBE firm identified above that is representative of the type and amount of work listed.Bidder/offeror understands that upon submitting this form with its bid/offer, it may not substitute for or terminate the DBE listed above without following the procedures of 49 CFR Part 26,§26.53. A termination includes any reduction or underrun in work listed for a DBE not caused by a material change to the prime contract by the recipient. Affirmatio The above- a ed DBE fmn a firms that it will perform the portion of the contract for the estimated dollar value as stated above_ By: President (Si of B fi e (Title) By. (Sign to B d Tel, ent ti e) (Title) If the bidder d s n i receive award of th prime contract, any and all representations in this Letter of Intent and Affirmation sha a null,and void.(This fo m must be Completed and'submitted with the Proposal.) 2018 PROPOSAL-36 Elizabeth Field Alzpolt Aifie1d Lighting;Sgnage&NAVAID Rehabilitation DBE Regular Dealer/DiStdbutor aaer items' i U.s,'&partment of CtTii3 tOfl l•Ol"Yl t iao:c>ht mtbcr - �r.se r✓i2l r� w kq Tranvo, Elan, 3 t3�-�Ua 4 u,31 C� it SeceQns2fi53(c)(1}ofTidas9Cfor of r40e iican odors requires recptentsrb,ankoapjcSmfnarycvunur dexermFrftuanforeachpBE dindbutpr to assess its o.igil�iIfty for 60 ar q0 percent tr'edis, rgwd as a r -ar fY ofaho cost of matermis`m�d svpp5as based on fts dtmanmaitd regular dcaltr or distr{buto,at 4014,1 d in section 3655(c)l2}Gv}(A),t8), and 3 cradle six trontrau at wue..Tim regui t oq rc4utrai dzea ss s prc&mco deacrm nrikw, i to be t based on the D6E s tvritren resHonias w relvd t gyextWm arnf it4 prat on:)sat its ai`perforlenneC o(a romtmrc a usbt i'tentdon urti be carsiftene ; ro.,The U adn twc tvuh the prethttu�ary`co man of weft s t S Reputam it aCTiaaspotetdan is proved m thk form as a tow for t1'alpFenti.-prime co tvaeum crier datlers and . (or r dealer cr dls�utrybutoa credit oo�e ferallpats at{tm under tlJs royuiat7�i.Tile[onto rosy he cued by Bch QBE';u ivhoso particqutfr tr Is subriinmd b7ra bWdci g, participa roe The U' d rttt�etert t Uth Co r ?° r�ruts �" cd'tontrattwlth'aOliEpattufipatiisgvai lltofu'�mayako6u;utp�hy'prMmbcoritractorsanannnattirrnv+irtxg86 regniuteater or d,sentwwr pardzip,tt�aufieeitoed atecr a cortcraa rwt been as�ded proyided;such partltipation it svbjett io the iceipipat's'grior�vafuizdon`und approve(.'N ", ' this form is used,k si+outd`baxceompanwd by d{c ts&Idcr'x camnaioaent coazraa.ac pstrcaxi¢urila^atwrr;,�rhe arnantts the RBS ar d•.acr er ctistribuww is s lying, '-__- _- Use of this cooE xs'nvC mandsrory;ff a recipient chooses a:d tferatc tntidwdfoe - yr slg Scesicxt 26S)W(i}.it noise tndutfa thatnieEtad in its 48E Progrim Ma .-` '" '- - D1SCL1t)MEfGT[rtsformha4.notyotreceivedOMBiAtiAappruva}andr�stwbfecttodwrtge,Wauttmakingieavallnbiol'oryourvohmraryuia, - _ ^ .- ,/�., J } Tod Stititarinnctipurcinae t7rder'A'mouna : - - W1 - 'Aunha.ered DBE Aepres Amtfve(Name ant! NAiCS Cod 5"he tE n" �ol¢wo1{= 423610b fed she e nudist roDe SoidlLeas¢d; i rtems'svid or leased be provided from the on•hand inVesitory ai you mattl •.� r establish '` J�YES NO r (ff"YES,"you itavo,irtdicated that your perfarrriancewltf sat3sty;the ragutard9aler requtrernents and rtiay Ge''eot,nted at ATL STOP here Read and sign the affirmation betow,if:"NO"Continue,) t a) Are you setting hulk items(a g„pear"ofeuin products,start.,611ct'eCe Concrate products,sand gravel,asphaiG"etc)or Itsms not typically stocked flue to the 'unique chiractxrisics(*specialty icems)t ONO' `{t YES"'Go to e),Ashen If td0".Continue j'' i b):win at least S f of the items you are selling be provided front the invenca maincir+red at your establish Mant:and wift.thc Minor r rY quantzyes of items delivered from and:bq other sources b oEthe general th leaf ter as those provided frarri yottr'imerrtcry? YES' .EJNO° (if"YES,'you have indicated that your perforcnanca wiil'satisfy the regular"deafer risqufrements an 60 d, ,i may be taunted at %.STC)P Piero Read and'slgn the alftrttiatloti be low `kf :;'La),and,1.b)above arm"NO;'yYour performance on the whole shill notsatls(y the regular dealer r "ulrements; tFiereforo,only the vtitue of items to be sold or leased fr9m.inventisry can bo coutitadat 6oK ff3o'M ouection 3,to ' `. determine if the itemss de8de�ed from and by ether sources are eifgihlu far Dietr3butalr credit) . h io , t 2,'Wiii you"dclftrcr all bulk or specipl[y items.u$ing distritiuUon equipment!' u own`or under a fc "I ( ng town lease cr itct ES 54{ Of"YES;"you have indicated that your performance will saUs fy,the t equiremeiits for aregu)ar ddwer of hulk items and maybe. countodat 60% STOP here Re d�nii cgolit[ 9ftirmatron�PIM1N.i if'AlfT, your pcifortnance will not satisfy the requiremotits'for aregulardealer of bull:items;rho valpa of ttaryis to bosold or leased cannot be'counted at 6M(Go to Q err ,i i , ° 3:.WIIPhe.writcenferms otyatu purchasti order or bill of lading"fcorn a third parry transfer respans36iiity,inctudmg`riili for loss'or, i damage:to your conipany at`the point of origin-(4 i:manulaeture's fadtity) . YES2 Q N4s aj 1/Vill,you be using sources ether than the manufactu or. rer'{or othepselier}aa deliver .arrange delivery of the'items, z sold,.of.teased,?, YESzNOi ` t a 2 itYourro p'nsesjto 3 md-34 are"TES'"yosr have indicated that your performance wirl satisfy the rcqutrements ofa distributor,' - " therefore,the'value of items sold or leased g2 ;bocounied at 4b 3 if you responded"NO"to,either,3 or 1a),counting of q``ourparticipation is limited to the reasonable iost-e1f6os"or cotnmisstons i charged,including transportation charges for,thedclivtu'y orMiltcrials 9k piley,the cost of materia[s'or suppites may npCbCteynted. `- btitsequcnt po- t",ne of amuse ful funco Wit'rm�that tP � ebwa is true.and correct d,tflat my eonpany's suLconssenwith that above respon;esifrthetf�m yiyvnd rlr mpi mndemiv ng odaePeicC,crder ipoci ed quma es, nipy for tho: s items iisted iri the bidder's commiuncim Ibis ineiudes my companyrs respons{iffigr or the 4uat ty afsutb;hems in termsof necessary tepatrs exchanges;or processing of any tranty claims for clarri>Ecd or delete rre tnatraYals Printed Name d Irnaturdo(ODEOwnerfAuthdrizadil preseniaiwai' ichel , " chindewolf President,,- .1 The 6 ddera owY ges fis'responsibili forvrriE he otmsdan y provided by die DBE named above and ensuring that-the _ tountiitgtif the i)E 'p cipation's ac to o .I caused bq,errors in catiati tg are the responsibx ry o!the biatter�, Printed Namo ro f 8 del s ut t icntativb- r (This"form mus, b completed by all BE Suppliers Proposed and submitted with the Proposal:If no DBE: ppliers-are propos d,no form is needed to be submitted"with the Proposal) -2018 PR0P4S AL-37." - : Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Elizabeth Field Airport Project Name: Airfield Lighting,Signage&NAVAID Rehabilitation Contractor's Official Name: 6C&5e-l r12 n G V5N Contact Person: wAes IY,0, Telephone: )s"got(0 �010�0 Street Address: City: kJa e V!✓ State: Zip: 1330C-1 Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract,I will abide by its requijents as written; I certify that I will provide the information required in the SPCDr to the st of construction work,if awarded this Contract, and that I will provide any additional infoLion reques d by the Owner. t'i Printed Name of Signer Signature 3 A) �74 Title Date END OF PROPOSAL 2018 PROPOSAL-38 PROPOSAL FOR CONSTRUCTION OF THE AIRFIELD LIGHTING, SIGNAGE &NAVAID REHABILITATION PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids; that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement, located in the front of these Contract Documents, contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is . inadequate,they should not submit a bid.' The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be.taken as a basis for claims by the Contractor for.extra compensation;compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated,implies,although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's' obligations as described in the specifications and any details .not specifically mentioned,but evidently included in the Contract shall be compensated for in the item which most logically includes it., The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent(5%)of this bid in accordance with the subsection titled BID GUARANTEE of Section 20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute . the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. 2018 PROPOSAL-1 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL . BID ALTERNATE 1 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS $115,000.00 $115,000.00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $209,760.00 $209,760.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS $115,000.00 $115,000.00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS $132,250.00 $132,250.00 5 L-108-5.1 NO.8 AWG,5KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 52,000 LF $8.92 $463,840.00 OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF $3.75 INSTALLED ABOVE CONDUIT $1,181.25 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF $157.53 $49,621.95 CONDUIT,IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 11,500 LF $10.02 $115,230.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 12 EACH $821.10 $9,853.20 10 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH $4,595.40 $32,167.80 PROPOSAL-2 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $2,668.00 $18,676.00 12 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH $92,2-14.48 $368,857.92 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH $54,412.83 $217,651.32 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 1 EACH $2,875.00 $2,875.00 15 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH $22,540.00 $90,160.00 16 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH $14,435.00 $57,740.00 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS $10,000.00 $10,000.00 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $20,125.00 $20,125.00 TOTAL CONTRACT-BID ALTERNATE 1 $2,029,98gx PROPOSAL-3 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS $83,000.00 STYLE I-B,SIZE 2, LED $83,000.00 2 L-107-5.2 REMOVAL OF EXISTING WIND-CONE AND FOUNDATION 1 LS $40,500.00 $40,500.00 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK OR CONDUIT 2,500 LF $10.75 $26,875.00 4 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 50 LF $79.00 $3,950.00 INSTALLED ABOVE CONDUIT - 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF $214.00 $10,700.00 CONDUIT,IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF $16.20 $16,200.00 TOTAL CONTRACT-ADD-ON NO.1 $181,225.00 TOTAL CONTRACT $2,211,214„w 44 PROPOSAL-4, w ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS. PRICE TOTAL BID ALTERNATE 2 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS $115,000.00 $115,000.00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $209,760.00 $209,760.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS $115,000.00 $115,000.00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS $132,250.00 $132,250.00 5 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK . 61,300 LF OR CONDUIT $8.92 $546,796.00 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF $3.75 $1,181.25 INSTALLED ABOVE CONDUIT 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF CONDUIT, IN TURF $157.53 $49,621.95 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 19,500 LF $10.02 $195,390.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 17 'EACH $821.10 $13,958.70 10 L-115-5.1 ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 7 EACH $3,162.50 $22,137.50 CLASS 1 B PROPOSAL-5 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH $4,595.40 $32,167.80 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $2,668.00 $18,676.00 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED,LED 34 EACH $5,117.50 $173,995.00 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE,IN PAVEMENT 10 EACH $12,473.77 $124,737.70 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 4 EACH $7,822.30 $31,289.20 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH $92,214.48 $368,857.92 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH $54,412.83 $217,651.32 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 34 EACH $2,817.50 $95,795.00 19 L-125-5.7 REMOVAL OF EXISTING GUIDANCE SIGN 4 EACH $3,335.00 $13,340.00 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 ' EACH $2,875.00 $54,625.00 PROPOSAL-6 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAP[SYSTEM 4 EACH $22,540.00 $90,160.00 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH $14,432.50 $57,730.00 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS $10,000.00 $10,000.00 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $20,125.00 $20,125.00 TOTAL CONTRACT-BID ALTERNATE 2 $2,710,245.34 ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS $83,000.00 $83,000.00 STYLE I-B,SIZE 2, LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS $40,500.00 $40,500.00 3. L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK OR CONDUIT 2,500 LF $10.75 $26,875.00 4 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 50 LF $79.00 3,950.00 INSTALLED ABOVE CONDUIT PROPOSAL-7 JI ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF $214.00 $10,700.00 CONDUIT,IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF $*7289-99- $16,200.00 4 E6 •ao ,. TOTAL CONTRACT-ADD-ON NO.1 $181,225.00 TOTAL CONTRACT $2,891,470.34 PROPOSAL-8 ELIZABETH FIELD AIRPORT(0138) . AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 3 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS $115,000.00 $115,000.00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $209,760.00 $209,760.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS $115,000.00 $115,000.00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS $132,250.00 $132,250.00 5 L-108-5.1 NO.8 AWG,5 KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 67,500 LF $8.92 $602,100.00 OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF $3.75 $1,181.25 ` INSTALLED ABOVE CONDUIT . 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315: LF $49,621.95 CONDUIT,IN TURF $157.53 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 25,110 LF $10.02- $251,602.20 9 L-110-5.3 GRAVEL DRAINAGE SUMP 20 EACH $821 10 $16,422.00 10 L-115-5.1 ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 11 EACH $34,787.50 CLASS 1B $3,162.50 PROPOSAL-9 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH $4,595.40 $32,167.80 i 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $2,668.00 $18,676.00 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED,LED 63 EACH $5,117.50 $322,402.50 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 21 EACH $12,473.77 $261,949.17 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 8 EACH $7,822.30 $62,578.40 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH - $92,214.48 $368,857.92 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH $54,412.83 $217,651.32 18' L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 63 EACH $2,817.50 $177,502.50 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH $3,335.00 $26,680.00 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH $2,875.00 $63,250.00 PROPOSAL-10 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH $22,540.00 $90,160.00 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH $14,432.50 $57,730.00 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS $10,000.00 $10,000.00 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $20,125.00 $20,125.00 TOTAL CONTRACT-BID ALTERNATE 3 $3,257,455.51 ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS $83-1000.00 $83,000.00 STYLE I-B,SIZE 2,LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS $40,500.00 $40,500.00 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 2500 LF $26,875.00 , OR CONDUIT $10.75 4 L-108-5.2 NO.6 AWG,'SOLID,BARE COPPER COUNTERPOISE WIRE 50; LF $3,950.00 INSTALLED ABOVE CONDUIT $79.00 PROPOSAL-11 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT,1 WAY-2 INCH PVC CONDUIT, IN TURF 50 LF $214.00 $10,700.00 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF $16.20 $16,200.00 TOTAL CONTRACT-ADD-ON NO.1 $181,225.00 TOTAL CONTRACT E$3438,680.51 PROPOSAL-12 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER,IF A CORPORATION: . BY: Eric Mattern,President&Corporate Secretary (Printed Name&Title) (Signature) .4 l CORPORATION + - NAME: Mattern Construction,Inc. _ ADDRESS: 26M Bushnell Hollow Road Baltic. CT 06330 STATE OF CORPORATION CHARTER: PHONE NO: 860422-8457 DATE: PRESIDENT'S NAME:- Eric Mattern BUSINESS ADDRESS: 26M Bushnell Hollow Road Baltic,CT 06330 SECRETARY'S TREASUPAER'S NAME: Eric Mattern NAME: BUSINESS BUSINESS ADDRESS: 26M Bushnell Hollow Road ADDRESS: 26M Bushnell Hollow Road Baltic,CT 06330 Baltic,CT 06330 2018 PROPOSAL-15 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. Notice of Project Under New York State Labor Law 220-i: This request for bids is for a public work and for a covered project subject to Labor Law§220-i.No contractor may bid for this contract unless it is registered with the New York State Department of Labor. No subcontractor may begin work upon this public work unless it is first registered with the New York State Department of Labor. Each bidder must submit its Department of Labor-issued certificate of registration with its bid. The bidder proposes and agrees, if this Proposal is accepted,to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District'(Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents,for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: VA (Printed Name) (Signature)' COMPANY NAME: ADDRESS: PHONE NO: DATE: 2018 PROPOSAL-13 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: A (Printed Name) (Signature)', COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: . ADDRESS: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-14 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment& Suspension Certification - Lobbying.and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions, Section SP 70-23,subsection A-12 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise(DBE)and Small Business Element(SBE) Statement Bidder's List Collection Form(Bidder's Information) Bidder's List Collection Form(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-16 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law,by submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies,and in the case of a joint Bid each party thereto . certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief: 1. The prices in this Bid have been arrived at independently without collusion; consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening,directly or indirectly,to any other Bidder or to any:competitor; and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: Mattern Construction,Inc. if Principal is Corporation BY: TITLE: Eric Mattern,President STATE OF NEW YORK) SS: COUNTY OFSl1l On the day of I`^Cx 'Ch ,20&,before me personally came Eric Mattern' to me known,who,being by me duly sworn,did swear and affirm that he/she resides at SA tiAn-A4d& },2Y4fl .&Ao,3 .,t G� that he/she is the President&Corporate Secretary of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is true. O STATE t1% '�• OTARY PUBLIC Q OF NEW YOB;NN R0TARypjj1 1C 70 = MY COMMISSION EXPIRES: Qualified in SutfoI county n �. O1M06292482 ° (This form must be completed and submitted with the Proposal.) ERPIRti 2018 PROPOSAL-17 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that Eric Mattern be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Airfield Lighting,Signage&NAVAID Rehabilitation and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation,and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Mattern Construction,Inc. Corporation at a meeting of its Board of Directors held on the January 1 st day of 20 2375 . p: (Secretary) V 4: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-18 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005 "Made in America Laws"means all statutes, regulations;rules,and Executive Orders relating to federal financial assistance awards or federal procurement,including those that refer to"Buy America"or`Buy American,"that require,or provide a preference for,the purchase or acquisition of goods,products,or materials produced in the United States, including iron,steel,and manufactured products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron,steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of: non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101,BABA and other related Made in America Laws,U.S.statutes,guidance,and FAA policies,by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.,not both)by inserting a checkmark(✓)or the letter «X» Bidder or offeror hereby certifies that it will comply with 49 USC § 50101,BABA and other related U.S.statutes,guidance,and policies of the FAA by: a) Only installing iron,steel and manufactured products produced in the United States; b), Only installing construction materials defined as: an article,material,or supply—other than an item of primarily iron or steel;a manufactured product;cement and cementitious materials;aggregates such as stone,sand,or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride,composite building materials,and polymers used in fiber optic cables);glass(including optic glass); lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or 2018 PROPOSAL-19 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation d) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S.domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected'as the responsive bidder,a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejectioft of the proposal. c) To faithfully comply with providing U.S.domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research,consideration where appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-20 r Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs,excluding labor costs associated with final.assembly and installation at project location. Type 4 Waiver(Unreasonable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC §47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. March 13,2025 Date Signature Mattern Construction, Inc. Eric Mattern,President&Corporate Secretary Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) i 2018. PROPOSAL-21 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation CERTIFICATIONS BIDDER'S NAME: Mattern Construction, inc. ADDRESS: 26M Bushnell Hollow Road,Baltic;CT 06330 TELEPHONE NO.: 860-822-8457 FAX NO. N/A IRS EMPLOYER IDENTIFICATION NUMBER: 06-1302300 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted. construction contract exceeding $10,000,,which is not exempt from the provisions of the Equal Opportunity Clause: 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for.the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements. for Certification of Non-Segregated Facilities 1. .A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the.Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts. exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements.in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATIOMOF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control,. where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or,he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this,certification, the term. "segregated facilities" means any waiting rooms, work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-22 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or,national origin because of habit, local custom, or any other reason. . The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFERORBIDDER REGARDING DEBARMENT F By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in. this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder,,by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a ".covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. 3. Inserting a clause or condition iri the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies;including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal'loan, the entering into of any cooperative agreement, and the- extension,continuation,,renewal,amendment,or modification of any Federal contract,grant,loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid.to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in 2018 PROPOSAL-23. Elizabeth Field Airport . Airfield Lighting,Signage&NAVAID Rehabilitation connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements.The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe he applicable response. The Contractor agrees that, if awarded a contract resulting from this solicitation,it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor represents that-it is(__)is not(X)a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four(24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. §3559. 2018 PROPOSAL-24 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation Tax Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TRADE RESTRICTION CERTIFICATION By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is . a citizen or national of a foreign country included on the list of countries that discriminate against U.S.firms as published by the USTR;and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that-its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR§ 30.17,no contract shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on- the list of countries that discriminate against U.S.firms published by the USTR;or 2) whose.subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list;or . 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained..in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The.Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate.this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on 2018 PROPOSAL-25. Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation the list of countries that discriminate against U.S.firms as published by USTR,unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal.Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: Eric Mattern,President&Corporate Secretary Signature: Date: March 13,2025 (These certifications must be completed and submitted with the Proposal.) a 2018 PROPOSAL-26 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has V has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award'of• subcontracts. If the Bidder has participated in a previous contract subject to.the Equal.Opportunity Clause and has not submitted compliance reports due under applicable filing requirements,the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO4",.attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the.following Addenda is acknowledged: ADDENDUM NO.: 1 DATED: 07 March 2025 ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: Mattern Construction,Inc. (Firm,or Corporation Making Bid) (Signature of Authorized Person) P.O.Address: 26M Bushnell Hollow Rd,Baltic,CT 06330 Dated: March 13,2025 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 I Elizabeth Field Airport " Airfield Lighting, Signage&NAVAID.Rehabilitation IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1.. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment",in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more in the energy sector,of Iran including but not limited to the-provision of oil or liquefied natural gas tankers or, products used to construct or maintain.pipelines used to transport oil or liquefied natural-gas for the energy sector of Iran; or (b) Acted as a financial institution and extended$20 Million or more in credit to another -person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the New York State Finance Law as a person engaging in investment activities in Iran; shall not be deemed a responsible Bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically. provided:herein, every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) `By submission of this bid; each bidder and each person signing on behalf of any bidder certifies,and in the case of a joint bid,each party thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder is not on the list created pursuant.to NYS Finance Law Section 165-a (3)(b)„ 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having. - complied with subdivision (a) above, shall not be considered. for award..In any case'where the Bidder/Proposer cannot make the certification as set forth in subdivision (a) above, the . Bidder/Proposer shall so"state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The Owner reserves,its rights, in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer.who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012,and the Bidder/Proposer has adopted, publicized and is implementing a formal plan to cease . the investment activities in Iran and to,refrain from engaging in any new investments in Iran;or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. . 5. Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act"form with your proposal. -29 2018 PROPOSAL Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran"(both are defined terms in the law)(the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies,under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed,extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification, the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation,then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, being duly sworn, depose's:'and says that he/she is the ��iT�FS�E�l of the Itiox—r-02►S Cs,PSQ-2�i�i_SC. Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SIGNED SWORN to before me this OF day of MC.I I I 20Z - /IVOTAROJ .�n � 1 �us�• Yp�I,IC;� 482 h Notary Public: I'. ary (This form must be completed and submitted with the Proposal.) heft 2018 PROPOSAL-30 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CFR Part 26,Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26,Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be.conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders,Including those who qualify as a DBE. An overall DBE goal of 6.3 percent will be utilized for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract., Excerpts from.49 CFR Part 26 are included in Special Provisions to the General Provisions, Section SP 70-23,subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms" from each of the DBE firms the Bidder or Offeror intends to use. If the contract goal is not met,Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE Letter.Of Intent Form are located in Section 200.The website for the Unified Certification Program directory in the state of New York is: https://nysucp.newnycontracts.com/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements f these specifications in the following manner(please check the appropriate space): The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. The Bidder or Offeror,is.unable to meet the DBE utilization goal stated above.However, we are committed to a minimum of %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE)set-aside. IRS Number: Signature and Title (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-31 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER'S LIST COLLECTION FORM (Bidder's Information) The sponsor is required by CFR Title 49,Subtitle A,Part 26,subpart A,§26.11(G)to collect bidders list information from all bidders at the time of bid submittal. The data must be collected for all firms who bid as prime contractors or subcontractors(successfully or not).All DBE firms listed in the bidder's letter of intent forms shall be included as well as any potential subcontractors for the project. As such,it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project.The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-031-2024 Project Name: Airfield Lighting,Signage&NAVAID Rehabilitation Bid Date: 13 March 2025 Bidder's Information Firm Street Address,City,State, DBE/Non NAICS Race/Gender of Majority Annual Gross Firm Name Codes)of Age of Firm Zip Code,Phone No. DBE Status. Scope(s)Bid Owner Receipts 26M Bushnell Hollow Rd ❑Black American Mattern Construction,Inc 236210 ❑Less than 1 year ❑Less than$1 M 238190 ❑Hispanic American Baltic,CT 06330 238910 ❑Asian-Pacific American ❑ 1-3 years ❑$1-$3M 860-822-8457 ❑Subcontinent Asian ❑4-7 years ❑$3-$6M ❑DBE American ❑Native American ❑8-10 years ❑$6-$1 OM N Non-DBE ❑Non-Minority Woman E More than 10 yrs. X More than$lOM R Other Gender: X Male ❑ Female (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-32 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation Subcontractor's Information � DBE/Non Firm Street Address,City, NAICS Code(s) Race/Gender of Majority Annual Gross Firm,Name DBE Age of Firm State,Zip Code,Phone No. of Scope(s),Bid . Owner Receipts Status DICIN 156 Cross Road ❑ Black American ❑ Less than 1 year ❑ Less than$1 M ELECTRIC Waterford,CT ❑ Hispanic American COMPANY,INC. 06385 238210 ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M 237990 860-442-0826 ❑ Subcontinent Asian ❑ 4-7 years- ❑ $3-$6M N DBE CT American ❑ Native American ❑ 8-10 years ❑ $6410M ❑.Non-DBE N Non-Minority Woman k7 More than 10 yrs. ® More than$1 OM ❑ Other Gender: ❑ Male ® Female ❑ Black American ❑ Less than 1 year ❑ Less than$1M ❑ Hispanic American ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M ❑ Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑'DBE American ❑ Native American ❑ 8-10 years ❑ $6410M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$1 OM ❑ Other Gender: ❑ Male ❑ Female (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-33 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport Project Name: Airfield Lighting,Signage&NAVAID Rehabilitation FAA AIP Project No: 3-36-0029-031-2024 `MA Total Awarded Contract Amount: $ �n�«Q -��' DBE Contract Goal: 6.3% Name of Bidder's Firm: Mattern Construction,Inc. Street Address: 26M Bushnell Hollow Road City: Baltic ` State: CT Zip: 06330 Printed name of signer: Eric Mattern Printed title of signer: President&Corporate Secretary Email Address: EricM@matterncosntruction.com DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ x 1.00= $ % DBE Subcontractors $ 1 1.00= $ % DBE Suppliers(Dealer)* $ x 0.60= $ DBE Suppliers(Distributer)* $ x 0.40= $ % DBE Manufacturers $ x 1.00= $ % Total Proposed DBE Participation** $ % *DBE Suppliers must complete the USDOT Dealer/Distributor classification form.This form must be included with the submission of the DBE plan. **If the total proposed DBE participation is less than the established DBE goal, Bidder must provide adequate written documentation of good faith efforts as required by 49 CFR Part 26,Appendix A. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Airport. :BY (Signature of Bidder's representative) (Title) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-35 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Airfield Lighting,Signage&NAVAID Rehabilitation/Elizabeth Field Airport FAA AIP Project No: 3-36-0029-031-2024 Name of Bidder's Firm: Mattern Construction,inc. Street Address: 26M Bushnell Hollow Road City: Baltic State: CT Zip: 06330 Name of DBE firm: DICIN ELECTRIC COMPANY,INC. Street Address: 156 Cross Road City: Waterford State: CT Zip: 06385 Contact Person: Cynthia Hersom Email: Cindy@dicinelectric.com Certifying Agency: State of Connecticut Department of Administrative Services Supplier Diversity Program (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: Prime Contractor X Subcontractor Joint Venture Supplier/Dealer Supplier/Distributor Manufacturer Disadvantaged Group check one : Black American Hispanic American Native American Subcont.Asian American Male Male Male Male Female Female Female Female Asian Pacific American Non-Minority Other(not of any group listed here) Male Male Male Female X Female Female SUMMARY OF WORK ITEMS Work Detailed Description of Work to be Performed Under Manufacturer/Regular Item(s) Work Item NAICS Dollar Amount Dealer/Distributor/ Broker* 1 Electrical Scope-Labor&Materials 238210 TBD Subcontractor *For DBE suppliers only,state how the DBE will perform.For dealer/distributor/broker,Form 3 must be included The undersigned bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The total expected.dollar value of this work is $ . The bidder/offeror understands that if it is awarded the contract/agreement resulting from this procurement,It must enter a subcontract with the DBE firm identified above that is representative of the type and amount of work listed.Bidder/offeror understands that upon submitting this form with its bid/offer, it may not substitute for or terminate the DBE listed above without following the procedures of 49 CFR Part 26, §26.53. A termination includes any reduction or underrun in work listed for a DBE not caused by a material change to the prime contract by the recipient. Affirmation: The above-named DBEfirm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: l w L�� I1 _ President/Owner (Signature 6f DBE firm's representative) (Title) By: President&Corporate Secretary ignature of Bidders representative) (Title) If the bidder does not receive award of the,prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void.(This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-36 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation SAFETY PLAN COMPLIANCE DOCUMENT(SPCD) CERTIFICATION Project Location: Elizabeth Field Airport Project Name: Airfield Lighting,Signage&NAVAID Rehabilitation Contractor's Official Name: Mattern Construction,Inc. Contact Person: Eric Mattern Telephone: 860-822-8457 Street Address: 26M Bushnell Hollow Road City: Baltic State: Connecticut Zip: 06330 Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SPCD prior to the start of construction.work,if . awarded this Contract,and that I will provide any additional information requested by the Owner. Eric Mattern Printed Name of Signer Signature President&Corporate Secretary March 13,2025 Title Date END OF PROPOSAL 2018 PROPOSAL-38 �� 4,� State of Connecticut Department of Administrative Services Supplier Diversity',Program - This Certifies Dicin Electric Co., Inc. 156 Cross Road Waterford CT 66385 _ Woman Owned Asa Small/Minority Business Enterprise April,15,2024 through April 14,2026 Owner(s): Cynthia Hersom Contact: Cynthia Hersom Telephone: 860-442-0826 Ext: FAX: 860-442-4734 E-Mail: cindy@dicinelectric,com'. " '` ' Web Address: www.DicinEl,ectric.com **Affiliate Companies: Angioletto,LLC;Epic,Electric,LLC Supplier Diversity Director Supplier Diversity Specialist **A contractor awarded a contract or a portion of acontract under the set-aside program shall not subcontract with any person(s)with whom the contractor is affiliated. y CERTIFICATE OF LIABILITY INSURANCE DATE(MM!°DIYYYY) 1a/31/aoz4 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: Sheri King, CIC Byrnes Agency, Inc. - Norwich 6 Consumers Avenue IA o (860) 886-5498 A No: E-MAIL Norwich CT 06360-7521 ADDRESS: skingLabyrnesagency.com INSURERS AFFORDING COVERAGE NAIC# INSURERA:Hiscox Insurance Company 10200 INSURED INSURER 0:selective Insurance Cc 12572 Nattern Construction, Inc. INSURERC:Selective of South Carolina 19259 26M Bushnell Hollow Rd INSURERD: Baltic CT 06330-1363 INSURERE: (860) 887-1998 INSURERF: COVERAGES SIC CERTIFICATE NUMBER:Cert ID 31167 (3) 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. I EXP LTR TYPEOFINSURANCE J=VYVD ADDLSUBR POLICY NUMBER MMLDDYEFF MMIDDYNM LIMITS B X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE FXI OCCUR S 2643211 01/01/2025 01/01/2026 PREMISES Ea occurrence) $ 500,000 MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 3,000,000 JECTLOC PRODUCTS $ 3,000,000 POLICY[K PRO- OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident B X ANY AUTO S 2643211 01/01/2025 01/01/2026 BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident $ B X UMBRELLA LIAB X OCCUR S 2643211 01/01/2025 01/01/2026 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5,000,000 DED I X I RETENTION$ 0 $ WORKERS COMPENSATION X STATUTE PR ERH C AND EMPLOYERS'LIABILITY YIN WC 9128146 01/01/2025 01/01/2026 ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 NIA OFFICERIMEMBEREXCLUDED? ❑Y - (Mandatory lnNH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 B Equipment Floater S 2643211 01/01/2025 01/01/2026 Leased/Rented $ 100,000 Equipment A Professional Liability ANE4690282.25 01/06/2025 01/06/2026 Contractors $ 2,000,000 Pollution DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached if more space Is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE.DELIVERED IN FOR INFORMATION ONLY ACCORDANCE WITH THE POLICY PROVISIONS. VOID IF ALTERED AUTHORIZED REPRESENTATIVE 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03)' The ACORD name and logo are registered marks of ACORD Page 1 of 1 1029070 RL-03 Rev96'13 Yes STATE OF CONNECTICUT DEPARTMENT OF CONSUMER PROTECTION This is your Major Contractor registration certificate for your records. Such registration shall be shown to any properly interested person on request. Do not attempt to make any changes or alter this certificate in any way. This registration is not transferable. Questions regarding this registration can be emailed to the Occupational& Professional Licensing Division at dep.occupationalprofessionalPct.gov. In an effort to be more efficient and Go Green,,the department asks that you keep your email information with our office current to receive correspondence. You can update your email address or print a duplicate certificate by logging into your account with your User ID and Password at www.elicense.et.gov. Mailing address: Email on file to be used for receiving all notices from this office: MATTERN CONSTRUCTION INC donnal@matternconstruction.com 26M BUSHNELL HOLLOW RD BALTIC,CT 06330-1424 p F � 1029070 STATE OF CONNECTICUT + DEPARTMENT OF CONSUMER PROTECTION Be it known that MATTERN CONSTRUCTION INC 26M BUSIINELE?HOLLOW RD BAI:TI CT 0 30'1424 has satisfied the qualifications iequired`_liy law,and is hereby registered as a MAJOR-CfONT RA"CTOR Registration #: MCO.0902135 Effective Date: 07/01/2024 Expiration Date: 06/30/2025 ` —� Bryan 1'.Cafferelli,Commissioner verify online at www.elicense.ct. og y zn ti State of Connecticut Department of Administrative Services Supplier Diversity Program This Cetus Mattern Construction, Inc. 26M Bushnell Hollow Road Baltic CT 06330 As a Smaffftsiness Enterprise August 05,2024 tFiroughAugust 05,2026 Owner(s): Eric Mattern Contact: Donna Long Telephone: 8'60-822-8457 Ext:22 FAX: E-Mail: donnal(a�matternconstruction.com Web Address: www.mattemconstruction.com "Affiliate Companies: BROADBROOK VALLEY,LLC;J&D EMBROIDERING,LLC;MATQUIP,LLC;MATTWOOD,LLC; MEDCLEAN,LLC;RIVERBEND REALTY,LLC;ROUND HILL,LLC;STOCKHOUSE,LLC Su vfzer Diversity(Director SuppCler(Diversity SpeciaCzst **A contractor awarded a contractor a portion of a contract under the set-aside program shall not subcontract with any person(s)with whom the contractor is affiliated. f : -:PROPOSAL. FOR CONSTRUCTION.OF THE . AIRFIELD LIGHTING,SIGNAGE &NAVAID REHABILITATION PROJECT. AT ELIZABETH FIELD AIRPORT . FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,.New York 11971, The.undersigned, as bidder,hereby declares that he/she.has'examine'd the site of the work:and informed himself/herself fully-in regard to all conditions pertaining:to the place'where the.work is to be done; that he/she has examined.and read the Contract Documents and Contract Drawings for the work and all addenda. relative.thereto furnished-prior to the opening of bids; that he/she has satisfied himself/herself relative to the work:tome performed.: . The bidder understands that the advertisement;located in the front of these Contract Documents;contains . the location and. description.of-the.proposed construction,as well as indicates the.place,date,.and time of the- proposal .opening;. information about a Pre-Bid conference, if.scheduled,.is. contained An the advertisement;a listing of estimated quantities,is,located in the_front of these Contract Documents;.the time. -in.which the work must be completed shall be.in accordance with the subsection.titled FAILURE TO.. . COMPLETE ON TIME of Section�80Af the bidder considers that the time to complete the work is inadequate,.they should not submit'a bid. The-bidder:understands the quantities-for-bid.items listed:on the.proposal sheets are estimated quantities only for-the purpose of comparing bids; aqy difference between.these,estimated.quantities and.actual. quantities.required:.for construction shall'not'be taken as a'basis.for,claims:by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantifies. The bidder understands that the description under each item;being briefly stated,implies;although it.does :not mention;all incidentals and that.the prices 'stated are intended to cover all such work, materials and'.., incidentals.as constitute bidder's obligations as, described in the. specifications and any details not specifically mentioned;but evidently included-in the Contract shall be compensated_for in-the item which most logically includes it: The Bidder.understands.that proposal guaranty shall be in'the form,of a bid bond in.the amouni.of. . five percent.(5%)of this bid in accordance with the subsection titled BID GUARANTEE.of Section,. 20; the proposal guaranty shall become the property of.the Owner in the event the Contract and bond(s) are not executed.within the.time-above set forth,.as liquidated.damages forth delay and additional expense to the Owner caused:thereby. The bidder agrees,that upon receipt of written notice of the acceptance of this.proposal;bidder will execute. the Contract'attached Within 15'_d4ys and:deliver a Surety Bond.or'Borids.as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence' construction with an adequate work force, plant and,equipment on the,date.stated.in the written notice to, proceed.an sd will progres therewith to its.completion within the time stated;,and in accordance with this Contract-and-Specification. 2618 PROPOSAL-1 ELIZABETH FIELD AIRPORT'(0B8) . AIRFIELD LIGHTING,SIGNAGE,AND.NAVAID REHABILITATION ITEM UNIT NO SPEC 'DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 1 COMPLIANCE WITH_.TEMPORARY WATER POLLUTION,SOIL $75,000.00 $75,000.00 1 C= N102-5.1 AND Si 4 LS' EROSIOLTATION CONTROL 2 CA05-6.1. MOBILIZATION(8%+/-) 1 LS $65,000.00 $65,000.00 3 . C-166-3.1- SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC " 1 LS $100,000.00 $100,000.00 4 CAW-5.1 . SURVEY AND STAKEOUT 1 IS " $100,000.00 $1.00,000.00 NO.8 AWG,5KV,L-824,TYPE C CABLE,INSTALLED"IN DUCT BANK 5, L-108-5.4 OR CONDUIT 52,000 LF $5.00 $260,000.00 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE. 6 LA 08=5.2 315 LF -$5.00 INSTALLED'ABOVE:CONDUIT $1,575.00 NON-ENCASED.ELECTRICAL CONDUIT, 1 WAY-2 INCH,PVC. 7 I-All0-5.1 CONDUIT; IN TURF,' 315 LF $26.00 $8,190.00 8. L-110-5.2 . CABLE REMOVAL.IN EXISTING DUCT BANK OR CONDUIT. 11,500 LF $2.50 $28,750.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 12 EACH $1.0,500.00 $126,000.00 10 L-1.19-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE " 7 . EACH . $1,500.00 $10,500.00 PROPOSAL-2 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $500.00 $3,500.00 12 . - L-125-5.4: PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH $27,960.00 $111,840.00 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM, 4 EACH $14,300.00 $57,200.00 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 1 EACH $500.00 $500.00 15 L-125-5.9 REMOVAL.OF EXISTING PAPI SYSTEM 4 EACH $1,000.00 $4,000.00 16 L-12&5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH, $1,000.00 $4,000.00 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS - $2,812.72 $2,812.72 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $5,000.00 $5,000.00 TOTAL CONTRACT-BID.ALTERNATE 1 $963,867.72 PROPOSAL-3 . . ELIZABETH FIELD AIRPORT(0138) . AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE . TOTAL ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEWFOUNDATION, 1 L $25,500.00 . =107-5.1. . STYLE I-B,SIZE 2,LED 1 LS $25,500.00 2 L=107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 . LS $5,000.00 $5,000.00 NO.8 AWG;:5 KV; L-824,TYPE C.CABLE,INSTALLED-IN DUCT BANK 3 L-108-5.1 2,500 LF $5.00 $12,500.00 OR CONDUIT NO.6 AWG;SOLID,BARE COPPER COUNTERPOISE WIRE $S.00 4 L-108-5.2 50 _ LF INSTALLED ABOVE CONDUIT $250.00 NON-ENCASED ELECTRICAL CONDUIT,1 WAY-2 INCH PVC 5- L-140-5.1 CONDUIT,IN TURF 50 LF $26.00 ' $1,300.00 - 6 L-110=5.2' CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF $2.50 $2,500.00 TOTAL CONTRACT-ADD-ON NO.1 $47,050.00 TOTAL CONTRACT NT $1,010,917.72 PROPOSAL-4 ELIZABETH FIELD AIRPORT(0138) " AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 2 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL $75,000.00 $75,000.00 1 . C-102-5.1. . EROSIORAND SILTATION CONTROL 1 LS 2 C-105-6.1. MOBILIZATION(8%+/-) 1 LS $100,000.00 $100,000.00 3 . " C-106-3.1. SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS $,100,000.00 $100,000.00 4 C-107-5.1 SURVEY:AND STAKEOUT 1 LS $1 O0,Q0O.00 $100.,000.00 NO.8 AWG,5 KV,L-824,TYPE C CABLE; INSTALLED IN DUCT BANK $306,500.00 "5 L-108-5.1. OR CONDUIT 61,300 LF $S.00 NO..6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE $5.00 $1,575:00 6 L7108-5.2 INSTALLED.ABOVE CONDUIT 315 LF NON-ENCASED,ELECTRICAL CONDUIT,1 WAY-2 INCH PVC . " LF $26.00 .$8,190.00 CONDUIT; IN TURF 8.. L-110-5.2 CABLE REMOVAL.IN EXISTING DUCT BANK OR CONDUIT 19,500 LF $2.50. $48,750.00 9 L-11:0-5.3 GRAVEL DRAINAGE SUMP 17 EACH $10,500.00 " $178,500:00 ELECTRICAL.JUNCTION STRUCTURE,L-867 LIGHT.BASE,SIZE B, " L-L1.15-5.1 CLASS.IB 7 EACH _ $4,500.00 $31,500.00 10 PR P -0 OSAL-5 ELIZABETH FIELD AIRPORT(0138) . AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L419-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHTNN EXISTING BASE. 7 EACH $1,800.00 $1.2,600.00 12 L-1.19-5.2, REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT. 7 EACH $1,500.00 $10,500.00 13. L-125-5.1. MEDIUM INTENSITY RUNWAY EDGE.LIGHT,:BASE MOUNTED, LED 34 EACH $3,200.00 $108,800.00 14 L-125-5.2 .L-8676 NON,LOAD BEARING LIGHT BASE, IN PAVEMENT 10 EACH $6,400.00 $64,000.00 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 4 EACH $10,800.00 $43,200.00 16- L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 -EACH $37-1280.00 $149,120.00 17 L-U&5.5 RUNWAY END IDENTIFIER:LIGHT(REIL)SYSTEM 4 EACH $19,000.00 $76,000.00 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED"EDGE LIGHT FIXTURE 34 EACH -$500.00 $17,000.00 19 L-125-5.7 REMOVAL OF EXISTING.GUIDANCE SIGN-' 4 EACH $500.00 $2,000.00 20 L-125-5.8 . REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 EACH $500.00 $9,500.00 :PROPOSAL-6. . . . ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND.NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE . TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH $10,000.00 $40,000.00 22 L-125-5.1.0 REMOVAL OF EXISTING REIL SYSTEM 4 EACH • $10,000.00 $40,000.00 23 L-125-5.11 :SPARE PARTS(NOT TO EXCEED$1.0,000 OR 10%TOTAL COST) 1 LS $19,151-12 $19,151.12 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $5,000.00 $5,000.00 TOTAL CONTRACT-BID ALTERNATE 2 $1,546,886.12 .ADD-ON NO.1 L-807(L).PRIMARY.WIND CONE INSTALLED ON NEW FOUNDATION, 1 L-1.07-5.1 1 LS $25,500.00 $25,500.00 STYLE I-B,SIZE 2,LED 2 : . . LA67-5.2 . REMOVAL OF EXISTING.WIND CONE AND FOUNDATION 1 LS $10,000.00 $10,000.00 NO.8 AWG,5 KV,L-824,TYPE C CABLE,'INSTALLED IN DUCT BANK 3 L-108-5.1 OR CONDUIT 2,500 LF. $10.00 $25,000.00 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE.WIRE 4 L-108-5.2 INSTALLED ABOVE CONDUIT: 50 LF. $10.00 $500.00 PROPOSAL-7 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO -SPEC DESCRIPTION QUANTITY UNITS PRICE . TOTAL NON-ENCASED ELECTRICAL CONDUIT, 1.WAY-2 INCH PVC _- 5 L-11.0-5.1 . CONDUIT, IN TURF 50 LF $26.00 $1,300.00 6 L-110-5.2 CABLE REMOVAL-IN EXISTING DUCT BANK OR CONDUIT 1,000 LF $2.550 $2,500.00 TOTAL CONTRACT-ADD-ON NO.:1 $64,800.00 TOTAL CONTRACT. $1 1611,686.12- p ROPOSAL8 . ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION . .QUANTITY UNITS PRICE TOTAL BID ALTERNATE 3 1 . C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS $75,000.00 $75,000.00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $170,000.00 $170,000.00 3. C-106-3.9. SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS $100,000.00 $100,000.00 4 C-107-5.1_. SURVEY AND STAKEOUT 1 LS $100,000.00 $100,000.00 NO.8 AWG,5 KV, L-824,TYPE C CABLE,INSTALLED IN DUCT BANK .$10.00 $675,500.00 5, L-108-5.1 67,500 LF OR CONDUIT 6 L-108=5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF $10.00 $3,150.00 INSTALLED ABOVE CONDUIT 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF $26.00 $8,190.00 CONDUIT, IN TURF 8. L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT. 25,110 LF $2.50 $62,775.00 9 L-1ID-5.3 .GRAVEL DRAINAGE SUMP 20 EACH $10,500.00 $210,000.00' ELECTRICAL.JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 10 L-115-5.1 CLASS:16 11 . EACH $4,500.00 $49,500.00 PROPOSAL-9 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM - UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH $1,800.00 $12,600.00 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $1,500.00 $10,500.-00 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT, BASE MOUNTED;.LED 63 EACH $3,200.00 $201,600.00 14 L-125-5.2 .L-867B NON.LOAD BEARING LIGHT BASE, IN PAVEMENT 21 EACH $6,400.00 $134,400.00 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES- 8 EACH $10,800.00 $861400.00 16 L-125.5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH $37,280.00 $149,120.00 17 L-125-5.5 RUNWAY END IDENTIFIER_LIGHT(REIL)SYSTEM 4 EACH $19,000.00 $76,000.00 18 L-125-5.6 . REMOVAL OF EXISTING ELEVATED EDGE LIGHT'FIXTURE -63 EACH $500.00 $31,500.00 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH $1,500.00 $12,000.00 20 L-125-5.8 _ REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH $1,500.00 $33,000.00 PROPOSAL-10 ELIZABETH FIELD AIRPORT(088) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC -DESCRIPTION QUANTITY UNITS PRICE . TOTAL . . 21 L-125-5.9 .REMOVAL OF EXISTING PAPI SYSTEM 4 EACH $10,000.00 $40,000..00 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 . EACH .$10,000.00 $40,000.00 23: -- L-125-5.11 .SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS $24,651..42 $24,651.42 24 L125-5.12- CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP. $5,000.00 $5,000.00 TOTAL CONTRACT-'BID ALTERNATE 3 - $2,310,886.42 ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON-NEW FOUNDATION, $25,500.00 $25,500.00 1 L-1.07-5.1 STYLE I-B,SIZE 2,LED 1 LS 2 : L 107-5.2. . :REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS $10,000.00 : $10,000.00 NO.8 AWG,5 KV,L=824,TYPE C CABLE; INSTALLED IN DUCT BANK 3 L-108-5.1 OR CONDUIT 2,500 LF $10.00 $25,000.00 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 4 L-108-5.2 INSTALLED.ABOVE CONDUIT 50 LF $10.00 $500.00 PROPOSAL-11' _. ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 5 L-110-5.1. CONDUIT, IN TURF 50 LF $26.00 $1,300.00 6 L-110-5.2 CABLE REMOVALIN EXISTING DUCT BANK OR CONDUIT 1,000 LF . $2.50 $2,500.00 TOTAL CONTRACT-ADD-ON;NO.1 $64,800.00 -TOTAL CONTRACT �2,375,686.42 PROPOSAL-12 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER,IF A CORPORATION: BY: William Parker, .President (Prinf &Titl (Signature) CORPORATION NAME: L.E.B Electric, Ltd. ADDRESS: 21.Seabro Ave. Amityville, NY'11701. (SEAL) STATE OF CORPORATION. CHARTER:. . . New York PHONE NO:-,-631-842-0500 . DATE: 03/13/2025 PRESIDENT'S NAME: William Parker BUSINESS ADDRESS: 21 Seabro Avenue Amityville, NY 11701 SECRETARY'S TREASURER'S N/A' NAME: N/A NAME: BUSINESS BUSINESS ' ADDRESS: ADDRESS: i018 PROPOSAL-15 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal'Departments of Labor, schedules of which are contained in the Contract Documents. Notice of Project Under New York State Labor Law 2204: This request for bids is for a public work and for a covered project subject to Labor Law§ 220-i.No contractor may bid for this contract unless it is registered with the New York State Department of Labor. No subcontractor may begin work upon this public work unless it is first registered with the New York State.Department of Labor. Each bidder,must submit its,Department of Labor-issued certificate of registration with its bid. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract_ specified with the Town of Southold/Fishers Island Ferry District (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project in full and complete.accordance.with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents,for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: N/A (Printed Name). (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: 1018 PROPOSAL-13 Elizabeth Field Airport Airfield Lighting,.Signage&NAVAID Rehabilitation BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: N/A . (Printed Name) (Signature) COMPANY NAME: ADDRESS: . PHONE.NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: PARTNER'S PARTNER'S -NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-14 Elizabeth Field Airport Airfield Lighting,.Signage&NAVAID Rehabilitation ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate; have completed and executed the attached documents, which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment&Suspension.Certification Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in.Special Provisions to the.General Provisions, Section SP 70-23,subsection A-12 Certification for Receipt-of Addenda Statement of Surety's Intent . Iranian Energy.Sector Divestment Statement Certification.of Compliance with-the Iran Divestment Act Disadvantaged Business Enterprise(DBE)and Small Business Element(SBE)Statement Bidder's.List Collection Form(Bidder's Information) Bidder's List Collection Form(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Forme Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-16 Elizabeth Field Airport Airfield Lighting,.Signage&NAVAID Rehabilitation NON-COLLUSIVE BIDDING CERTIFICATE The.Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 1034 of the General Municipal Law, by submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joint Bid each parry thereto certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief. 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid.have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening,directly or indirectly,to any other Bidder or to any competitor;and 3. No attempt has been made-or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: LLB Electric .Ltd. if Principal is Corporation BY: TITLE: William Parker, President STATE OF NEW YORK) SS: COUNTY OF Suffolk ) On the 13th day of March 2025 ,before me personally came William Parker to me known,who,being by me duly sworn,did swear and affirm that he/she resides at 20 Cedar Ln. Babylon, NY ;that he/she is the President of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;tandth the best of his edge and belief, the statement made in the foregoing Non-Collusive Certifn is PATRICIA A.NORRIS Notary Public,State of New York NOTARY PUBLIC No.01 N06220474 QualMed In Nassau CouMY . My Commission ExplAnAprll 12,2A?4 MY COMMISSION EXPIRES: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-17 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that William Parker be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Airfield Lighting,Signage&NAVAID Rehabilitation and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act.and deed of such corporation,and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by L.E.B.Electric, Ltd. Corporation at a meeting of its Board of March. Directors held on the 13th. day of_,20 25 . (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-18 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101,BABA and other related Made in America Laws(Per Executive Order 14005 "Made in America Laws"means all statutes, regulations,rules,and Executive Orders relating to federal financial assistance awards or federal procurement, including those that refer to"Buy America"or`Buy American,"that require,or provide a preference for;the purchase or acquisition of goods,products,or materials produced in the United States; including iron,steel,and manufactured.products offered in the United States.), U.S. statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron, steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108;or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand,. or gravel; or aggregate binding agents or additives that are or consist primarily of. non-ferrous metals; plastic and :polymer-based products (including polyvinylchloride, composite building materials, and polymers used, in fiber optic cables); glass (including optic glass); lumber; or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101,BABA and other related Made in America Laws,U.S. statutes,guidance,and FAA policies,,by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e:,not both)by inserting a checkmark(✓)or the letter ® Bidder or offeror hereby certifies that it will comply with-49 USC § 50101,BABA and other related U.S. statutes,guidance,and policies of the FAA by: a) Only installing iron,steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material,or supply—other than an item of primarily iron or steel;a manufactured product;cement and cementitious . materials;aggregates such as stone,sand,or gravel;or aggregate binding agents or additives that are or-consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride, composite building materials,and polymers used in fiber optic cables);glass(including optic glass); lumber or drywall that have.been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) . has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy . American Waivers Issued listing; or 2018 PROPOSAL7.19 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation d) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement;the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. . b) To faithfully comply with providing U.S.domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless - extenuating circumstances emerge.that the FAA determines justified. d) Certify that all construction-materials used in the project are manufactured in the U.S. ❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder, a formal waiver request and required documentation that supports the type of waiver,being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. c) To faithfully comply with.providing U.S.domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless, extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction'materials or manufactured goods are not available in sufficient-quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research,consideration where appropriate of-qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the.research and conclusions reached on the availability of sources. Type 3 Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the."facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S.domestic content (excludes products listed on-the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-20 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation c) Cost of non-domestic components and subcomponents,excluding labor costs associated with. final assembly and installation at project location. d) Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver(Unreasonable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates,that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC §47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false,fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18,United States . 03/13/2025 Date Signature L.E.B Electric,.Ltd. William Parker, President Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 . . . PROPOSAL-21 Elizabeth Field Airport Airfield Lighting,.Signage&NAVAID Rehabilitation' CERTIFICATIONS BIDDER'S NAME: L.E.B Electric, Ltd. ADDRESS: 21 Seabra Ave. Amityville, NY 1.1701 . TELEPHONE NO.:.631-842-0500 . . FAX.NO. 631-842-0535 IRS EMPLOYER IDENTIFICATION NUMBER:11-2838947 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A.Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted, construction contract exceeding $1.0,009,, whichAs not exempt from the.provisions.of the. Equal Opportunity Clause.. 2. Contractors.receiving federally-assisted construction contract awards exceeding$10,000 which are.not. exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of.the following notice.to prospective subcontractors for supplies and construction contracts where. the subcontracts exceed $1000.and are not exempt from the. provisions. of the Equal Opportunity Clause . I. The penalty for making false statements in:offers is prescribed in 18 U.S.C.:§:1001: . Notice to. Prospective. Subcontractors of. Requirements. for Certification of Non-Segregated Facilities .1. .A.Certification of.Non=segregated Facilities 'shall be submitted prior to the.award of a subcontract exceeding$10'.000,which is.not exempt fromthe'provisions ofthe Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of,the Equal.Opportunity Clause,will be .required to provide for the ,forwarding,of this notice to prospective subcontractors for supplies and'construction contracts where: the subcontracts exceed $10,000 and are not'exempt from the provisions of the Equal Opportunity Clause. I The penalty for making-false statements in offers is.prescribed in 18 U.S.C. § 1,001: * * * * * CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she.or he.does not maintain or provide,.for his employees,.any segregated facilities at any of,his establishments and'that she or.he-does not permit his employees to perform their services at any location; under his control, where segregated facilities are - maintained: The federally-assisted construction contractor certifies that she or he will not maintain or provide,for his employees, segregated facilities at any of his establishments and that she.or he,will not permit his.employees to perform their services.at any location under his.control.where segregated facilities are niaintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification; the. term "segregated facilities" means any waiting rooms, work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas, parking lots,.drinking fountains, recreation or entertainment areas, transportation,.and 2018 PROPOSAL-22 Elizabeth Field Airport, Airfield Lighting,.Signage&NAVAID Rehabilitation housing facilities provided for employees which are segregated by explicit directives or are, in-fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason.- The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from.proposed subcontractors prior to the'award of subcontracts.exceeding $10,000 which are not exempt from the.provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF.OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder_or offeror certifies that neither-it nor its principals are presently debarred.or suspended by any Federal department or agency from participation in this transaction. - CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING'DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds.$25,000 as a"covered transaction", must verify each lower tier participant of a"covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The . successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and.'Suspension (Bidder or Offeror),above. 3.. Inserting a clause or condition in the covered transaction with the lower.tier contract If the FAA:later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified, at the time it entered the covered transaction, the FAA. may_pursue any available remedies'..including suspension and debarment.of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or proposal; to.the best of his or her . knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid,-by or on behalf of.the Bidder or- Offeror, to any person for influencing or attempting to influence an.officer or employee of an.. agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of.Congress in,connection with the awarding of any Federal contract, the making of any Federal grant, the making of any.Federal:loan, the entering into of.any cooperative.agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant;,loan, or cooperative agreement: (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an ,officer or employee of any .agency, a Member. of Congress, an officer or'employee of-Congress, or an employee of a Member of Congress in .2018 PROPOSAL723 Elizabeth Field Airport Airfield Lighting,.Signage&NAVAID Rehabilitation connection.with this Federal contract,grant, loan,or cooperative agreement;the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned.shall require that the.language ,of this certification be included in.the award documents for:all sub-awards at all.tiers (including subcontracts, sub-grants, and contracts under grants,loans; and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance.was placed when this transaction'. was made or.entered into. Submission of.this certification is a prerequisite for making or entering into this. transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. CERTIFICATION OF OFFERER/BIDDER REGARDING.TAX DELINQUENCY: AND FELONY CONVICTIONS The Contractor must complete the followingtwo certification statements. The Contractor.inust indicate its current status as it relates to tax delinquency'and felony:conyiction by insertinza checkmark or"X".in:the- space followingthe he applicable response. The Contractor.agrees that,.if awarded a contract resulting from this solicitation; it will incorporate this provision for certification'in all lower tier subcontracts. Certificationsc 1) The Contractor represents that it is�)is not A a corporation that has.any unpaid.Federal-tax,. liability that has been assessed, for which all judicial and administrative remedies have been exhausted or haw lapsed, and that is not being paid in a.timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2)_ The Contractor represents that.ifis. is not(L?L)a.corporation that was convicted of a criminal, violation under any Federal law within the preceding 24 months. Note: If a Contractor.responds in the affirmative to either of the above representations,ahe Contractor.is ineligible . to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's.interests.. The Contractor:therefore must provide information to. the'owner about its tax liability or conviction to the Owner,who.will then notify the FAA Airports District Office, which will then notify the agency's_.SDO to facilitate completion of the required.considerations before award decisions are made. Term Definitions Felony conviction:Felony conviction means a conviction within the preceding.twerity four(24) months of a felony criminal violation under any Federal law and includes conviction of an offense. defined in:.a:section of the U.S.- .code that specifically classifies the:offense as'a'felony.an conviction of aft offense that is classified as a felony under 18 U.S.C: §-3559.. 201s . . . PROPOSAL-24 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation Taz Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicialand administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability: TRADE RESTRICTION CERTIFICATION By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the"Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the.Office of the United States Trade.Representative(USTR); 2). has not knowingly.entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign.country included on the list of countries that discriminate against U.S.firms as published by-the-USTR;and 3) has,notentered into any subcontract'for any product to be.used on the Federal project"that is prouced in a foreign country included on the list of countries1hat discriminate against U.S. firms published by the USTR. This certification concerns a matter.within the jurisdiction'of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution.under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR§ 30.17,no contract shall be awarded to an Offeror or subcontractor: 1). who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S.firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign- country on such USTR list;or 3) who.incorporates in the public works project any product of a_foreign country on such USTR list. Nothing contained in the foregoing shall be construed to,require establishment of a system of records in order to render,in good faith,the-certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by.a prudent person in the ordinary,course of business.dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this- provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a.firm from a foreign country included on 2018 PROPOSAL=25- Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation' — the list of countries that discriminate against U.S.firms as published:by USTR,unless the Offeror,has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered-an erroneous . certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or-subcontract for default at no cost to,the Owner or the FAA. Printed Name&Title: William Parker, Presi Signature: Date: 03/13/2025 (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL=26 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO..CLAUSE :. AS DESCRIBED IN SPECIAL PROVISIONS.TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete:the following statement by checking the appropriate boxes: The..Bidder,has has.not . X :participated in a previous,contract subject to the.Equal Opportunity Clause prescribed by Executive Order 11246,as amended, of September 24;1965. The Bidder has has not. X submitted all compliance reports in-connection with any:such,. . contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports.signed by.proposed subcontractors will be.obtained prior to award_of subcontracts. If the Bidder has participated in a previous contract subject to.the. Equal Opportunity.Clause and has not:submitted compliance reports due under applicable filing regoirements,`the Bidder,shall submit a compliance; report on.:Standard Form 100, "Employee.Information Report EEO-.1 attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt'of the following Addenda is acknowledged -ADDENDUM NO:: „ . . . . DATED: March T 20 1 25 ADDENDUM NO.: DATED.: ADDENDUM NO.: DATED.: L.E.B.Electric, Ltd. (Firm or Corporation Making Bid) (Signature of Authorized Person) . William Parker, President P.O.Address:21 Seabro Ave. Amityv,ille, NY 11.701. Dated: 03/1.3/2025 (This form must be completed and submitted.with the Proposal.). ;. .20 t s PROPOSAL-27 Elizabeth Field Airpoit Airfield Lighting,Signage&NAVAID Rehabilitation. STATEMENT OF SURETY'S,INTENT' We.haw,reviewed the bid of L:E8X1ecbic;Ltd. Contractor) of 2f Seabro Ave.,Amitwille,NY''V6!._:. (Address); for,the,.-Airfield''Lighhng,Signs e•&NAVAID Aehabilitation project for which bids will'be-received ow. ;. March:b-,2025 (Bid Openiiig Date) and wish to:advise that should this Bid of the.Contractor be accepted and the Contract awarded to f im,Wis. . ou .present intention,to become surety on the p ftna&ei bond and labor Arid material'bond:requi'red--by the Contract: Any.anangeineiit for.the bonds required by'die Contract'is a inatteraietween the.Contractor an ourselves . ,and we assure no liability to,you or third parties if for any reason we do nofexecute the requisite bonds: We are duly autho"'zed to do b"ess m the Statb 4f.N6W York. ATTEST: I Liberty M2 ua lnsurance company, Vcki,Joh' on;Atto hey-in-Fact: 4 S_ureW.s--utl pAipd Signatures) -_ Patricia A.:Moore;Attomey;ii-Fact: (Corporate seal;if'any.If no sea],write".No Seal",across this°place and sigh.) ATTACH'PROPOSAL.GUARANTEE ATTACK:POWER OF ATTORNEY Misr form mu"st'be cotnplete,and stibmitted with.the Proposal. Copies.of this fOrin nnay,le:filled ou-t and attached to'this page.) 2018. PRQP09AL?28;. _. Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State.General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment'; it that said Contractor/Proposer.has not: (a) Provided goods- or services .of $20 Million or more in the energy sector.of Iran including but,not limited.to•the.•provision of oil or liquefied natural gas tankers or - - products :used to-construct or:•maintain pipelines used to transport oil_or 'liquefied natural gas for the energy sector of Iran; or (b) Acted as a financial institution and extended$20 Million or more in credit to;another person for forty-five'days or niore, if that person's-intent was to use the credit to provide goods or services in.the energy sector in Iran.. 2. . Any Contractor/Proposer who has undertaken any of the.above and is identified on a list created pursuant to Section 165-a(3)(b).of the New York State Finance Law as a person engaging in investment.activities in Iran; shall not be deemed a responsible bidder pursuant to Se&tion.103 of the New York.State General Municipal Law. 3. .Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal:in.response to this.Request for.Bids/Request for Proposals must certify and,affirm the following under penalties of perjury: . (a) `By submission of this bid, each bidder and each person signing on behalf of any bidder:certifies;and in the case.of a joint bid,each party;thereto certifies.as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that . • . . each-bidder is not.on the list created pursuant to NYS Finance-Law Section 165-a .4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having . complied with subdivision (a).above, shall not be_considered for award. In.any case.where.the. Bidder/Proposer cannot make the certification: as set forth in subdivision (a) above, the Bidder/Proposer shall,so state and shall furnish with the bid a signed statement setting forth-in detail the reasons.therefore. The Owner.reserves its.fights, in accordance with General Municipal.Law Section 103-g to award the:Bid/Proposal.to any Bidder/Proposer.who cannot make the certification; on a case-by-case basis under the following circumstances:. (I) The investment activities in Iran were made before April 12, 2012, the investment activities..in Iran have not been.expanded or renewed after_April 12, 2012, and.the Bidder/Proposer has adopted, publicized and is implementing a-formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran;or .(2) The,Owner has made a determination that the goods or services are,necessary.for the Owner to.perform:its functions and that, absent such an exemption,the.Owner would be unable to obtain the goods-or services for which the Bid/Proposal is offered. Such 'determination shall be made.by the Owner in,writing and shall be.a public document. 5. . Bidder or Proposer shall sign and notarize the attached "Certification of Compliance.with the Iran Divestment Act"form.with your proposal. 2018 PROPOSAL=29 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS) will be developing a list of"persons"who are engaged in"investment activities in Iran"(both are defined terms in the law) (the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies, under penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed,extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, William Parker ,being duly sworn, deposes and says that he/she is the President of the L.E.B Electric, Ltd. Corporation and that neither the Bidder/Contractor nor any proposed subcontractor is identified on the Prohibited Entities List. SIGNED SWORN to before me this William Parker, President 13th dav Qf Mar 2025 PATRICIA A.NORRIS Notary Public,State of New York No.01 N06220474 Notary Public: Clualified In Nassau County My Commission Expires April 12,2026 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-30 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The.requirements of.49 CFR Part 26;Regulations of the U.S.Department of Transportation; apply to this, contract. If is the policy of the Sponsor to.practice hondiseriniinatioii based on race;color,sex,or national . origin in:the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE:' . The requirements of 49 CFR Part 26,.Regulations'of the U.S.Department of Transportation,japply to this contract..It is thepolicy of the Sponsor to practice nondiscrimination based on race,color,sex;.or.natio'nal. .. origin in the .award.or.performance. of this contract. All firms qualifying under this solicitation .are. . encouraged_to"submit'proposals. Award• of this contract will be conditioned upon satisfying the DBE requirements of this contract.. These requirements apply io all bidders, including those.who.qualify as a' DBE.An.overall DBE.soal of 6:3.Percent will be utilized for th is,.contract. The.bidder shall make'good faithi efforts;as defined,in Appendix A,49 CFR Part 26;to meet the contract goal for DBE participation in the.performarice of this contract: Excerpts from 49 CFR Part.26.are included in Special Provisions to the. General.Provisions;.Section SP.70=23, subsection Al2. As a condition of bid.responsiyeness,the Bidder or1Offeror shall submit with its Proposal the"Contractor's, DBE Plan', acid"DBE Letter of Intent Forms"from each of-the DBE firms the Bidder or Offeror intends to.use.if'the contract goal is not met,Bidder or Offeror shall.includ' documentation of-good:faith efforts''.:. :with its DBE Plan: :The Contractor's DBE Plan Form and DBE Letter Of Intent-Form'are located in'Section 200.The website•. ; for the Unified Certification Program directory in the state of New York is: . hittps://4sucp.newnycontra6ts.com/:. . . . . CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder'or Offeror will satisfy the DBE requirements of these specifications in•the following'in r(please•checkthe appropriate space); x The Bidder or Offeror is e.olrimitted to.rneeting or'exceeding the DBE utilization goal stated above on'this contract. • The Bidder or Offeror, is unable to meet the DBE utilization goal stated above.However,- we are committed to a minimum of .%DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This.Contract does not have a Small Business Element(SBE)set-aside,. IRS Number: 2838947 William:Parker, President Signature and Title. (This form must-be completed and submitted with the.Proposal.) .2018 PROPOSAL=31 Elizabeth Field Airport Airfield Lighting,Signage&.NAVAID Rehabilitation BIDDER'S LIST COLLECTION FORM '(Bidder's Information) The sponsor is required by CFR Title 49,Subtitle A,Part 26,subpart A,§26.11(c)to collect bidders list information from all bidders at the time of bid submittal. The data must be collected for all firms who bid as prime contractors or subcontractors(successfully or not).All DBE firms listed in the bidder's letter of intent forms shall be included as.well as any potential subcontractors for the project. As such,it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project.The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-031-2024 Project Name: Airfield Lighting.Signage&NAVAID Rehabilitation Bid Date: 03/13/2025 Bidder's Information NAICS Firm Street Address,City,State," ''DBE/Non Race/Gender of Majority Annual Gross Firm Name Zip Code,Phone No. DBE Status Code(s)of Owner Age of Firm Receipts Scope(s)Bid L. 21 Seabro Ave ❑Black American ❑'Less than 1 year ❑Less than$1M Electric, e ❑Hispanic American Elric, Ltd. Amityville, NY 11701 ❑ 1-3 ears ❑$1-$3M ❑Asian-Pacific American" Y 631-842-0500 ❑Subcontinent Asian ❑4-7 years ❑$3-$6M ❑DBE American ❑Native American 0 8.40 years 0$6-$l0M ®Non-DBE ❑Non-Minority Woman E More than 10 yrs. iS More than$l OM x'Other Gender:. X Male ❑ Female (This form must be completed and submitted with the.Proposal.) 2.018 PROPOSAL-32 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation Subcontractor's Information DBE/Non DBE Firm Name ' Age of Firm Firm Street Address,City, NAICS Code(s) Race/Gender of Majority Annual Gross State,Zip Code,Phone No. Status of Scope(s)Bid Owner Receipts . ❑ Black American ❑ Less than 1 year ❑ Less than$1M ❑ Hispanic American. ❑ Asian-Pacific American ❑ 173 years ❑ $1-$3M N/A=All work .❑ Subcontinent Asian: ❑ 4-7 years ❑ $3,$6M' to be. self-performed o DBE American ❑ .Native American ❑ 8-10years ❑ $6-$10M ❑ Non-DBE ❑ Non-Minority Woman ❑.More than 10 yrs. . .❑ More than$1OM ❑ Other Gender: ❑ Male ❑ Female ❑ .Black American'' ❑ Less than Iyear lJ Less than$1M ❑ Hispanic American' ❑ Asian-Pacific American 0 1-3_years ❑ $143M ❑ -Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6410M ❑ Non-DBE ❑ -Non-Minority Woman 0 More than 10 yrs.. ❑ More than$l OM. 0 Other Gender:' ❑ Male ❑ Female (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-33 Elizabeth Field.Airport Airfield Lighting,,Signage.&NAVAID Rehabilitation Subcontractor's Information DBE/Non . ._Firm Street.Address City, . NAICS Code(s)• Race/Gender'ofMajority Annual Gross.. . 'Firm Name DBE. Age of Firm. State,Zip:Code,Phone No: - of Scope(s).Bid Owner . .. . Receipts Status 11 Black American. .0 Less than 1 year. 0 Less than$1M'. N/A 0 .Hispanic American. . - 0 Asian-Pacifio American . 0 1-3 years :0 =$1-$3M ❑ .Subcontinent Asian D 4-7 years ❑ $3-$6M DBE. American . ❑ Native American ❑ :8-10-years 0 $6-$10M. IY Non-DBE 0, Non-Minority Woman. [I More than 10 yrs. 0. More than$1OM: ❑ Other . .. :Gender.: 0 .Male . ❑ Female ❑ Black American 0 Less than lyear- $0 Less than 1M 0. Hispanic.American'. .0Asian-Pacific American ❑- 1-3 years ❑ $1-$3M ❑ Snbconrinerit Asian ❑ 4-7 years . ❑ $3=$6M . El DBE : -American ❑. Native American . El 8-1.0 years 0 '$6-$.10M 0 Non-DBE ❑ No n=Minority Woman. ❑. _More than=l0 yrs.. . 0- More than$1 OM .❑. Other Gender: . ❑ Male ❑ Female (This form must be completed and submitted with the Proposal:) If additional space is needed,copy this form and submit with your.original proposal . 2ois PROP09AL-34 Elizabeth Field Airport Airfield Lighting,.Signage&NAVAID Rehabilitation CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for'each DBE subcontractor,supplier or manufacturer.) Airport Name:,Elizabeth Field Airport: Project Name`. Airfield Lighting Signage&NAVAID Rehabilitation - FAA AIP Project No: 3-36-0029-'031-2024 Total Awarded Contract Amount;. $ DBE'Contract Goal: -6.3% Name of Bidder's Firm: L.E.B Electric, Ltd. Street Address:21 Seabro Avenue -City: Amityville State: NY zip: 11701 . Printed name of signer: William Parker Printed title of signer: President Email Address:info lebelectric.com DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value ': Contract% . DBE Prime Contractor . $ z 1.00= $ DBE Subcontractors $ x.1.00= $. .. DBE Suppliers(Dealer)* _ $ 63,000.00 x 0.60 $37,800:00 6:3. DBE Suppliers(Distributer)* $ x 0.40. $ %. DBE Manufacturers . . $. . . . x 1.00._. . $ % Total Proposed DBE Participation** $ % DBE Suppliers must complete the.USDOT Dealer/Distributor classification form:This form must be included with•the . . submission of the DBE plan. **If the total proposed DBE participation is less than the established DBE goal, Bidder must,provide adequate written documentation of good faith efforts as required.by-49 CFR Part 26,Appendix A. Affirmation: . The undersigned hereby assures that,the information.included herein,is true and correct,and that the.DBE.firm(s) . listed on the,attached DBE'Letter of Intent Forms have,agreed-to perform a commercially useful function in.the work. . items noted for-each firm. The undersigned further understands that no changes to this plan may be made without . prior approval from the Al rt. President By: (Signature of Bidder's representa (Title) . (This form must be completed and submitted with the Proposal:) 2ota ' PROP09AL;35 Elizabeth Field Airport. Airfield-Lighting,Signage&NAVAID Rehabilitation ME LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier.or manufacturer.) Project Name/Location:.AirfeldLighting..Sig+na,_ve&_1AVAID Rehabilitation"/ElizabethField.Airnort. FAA AIP Project No:__3-364029AMm202 —-----_ �- —- . Name of Bidder's Firm:,I.E.6._Electric,-Ltd._ Street Address:_-21_Seabro Avenue._ City.- ---- ------_- Ci Amityville state'- NY. ._ Name of DBE fitm:., Turtle_& Hughes,_ r1c.- --- - -- - _ -- Street Address:: 59"Mall.Drive -_- City:_Commack - _ _ p: - _ - sta#e:__NY _ zi _- 11725 Contact Person: JEFF SMITH. _-- --__— _-. Email: ismith@turtle.com _.-• ----_ - Certifying Agency; - .PBE firm shall submit evidence;_such as a photocopy,of their certification status)! Classification:. Prime Contractor Subcontractor---_--__ Joint Venture SupplierMealer SupplierYDistributor- Manufacturer Disadvantaged Grou •,(check onel: Black American Hispanic'American Native American" Subcont.Asian American _a Male Male Male Male Female. _ Female Female j .. Female' j Asian Pacific American I Non-Minority Other(not of any.group listed heie) i Male Male -_ Male j__Female ; Female Female,_ SUMMARY.OF WORK ITEMS i Work Detailed Description.of Work to be Performed Under • Manufacturer/Regular 'I I Items) Work Item " I NAICS iEDollarAmount Dealer/Distributor Broker*Conduit, - Turtle&-Mu` :hes Wire Turtle A.Hughes . - - - - --- For DBE su liers.onl state how the DBE will a orm For dealer/disiributor/broker,Form"3 must be included The undersigned bidder/offeror is committed to utilizing"the.above-named DBE firm for the work described above.:The.total expected dollar value of this work is'$ 63,000.00 The bidder/offeror.understands that if it is' awarded the contractlagreement resulting from this procurement; it must enter a subcontract with the DBE firm identified above-that is- representative of the type and'amount of work listed.Bidder/offeror understands that upon submitting this form.with'its bid/offer; it may not substitute for or terminate the-DBE listed-above.without following the procedures of 49 CFR.Part"26;,§26.53.A termination includes any reduction or underrun in work"listed for a DBE not caused by a material change to the prime contract by the recipient. Affirmation: The above=named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By - I r r - - l - `(S n dire of'Ifitm s're resentative) (Title) By: -William Parker, President - . - — ignature ofBidders representative) (Title): . If the bidder'does not receive award'of the prime:contract, any.and all representations in this Letter of Intent and Affirmation shall be null and void.(This form most be completed and submitted with.the Propo"sal.) 7 PR0E0SAL-36 - - - I Elizabetb.Field Airport __ __:Airfield Lighting;Signage aSc NAVAID.Rehabilitation_ . Dealer/Distri ._ .-- _ DBE-Regular_ 6utor � �. ,� US.Oeparuttent of f�iRnatigii Farm. eoct rlyrxrt�n oer _G L SatBatt YS3(c](l)d T&49 CO&Of fedisal RegAn6ureqikis reopima m make a dm dstuimadon for euh DBE fined as a rersarJc9w w.pr narXcantu� dsinww'to asmn 45 arVU ky for 60 or 46pgean m6R-f wcortiy.of de cou of m&F"_ 4 ad s 00ws bai�a on nsdt,mmwand capacity and W.Um to ptrfotm is a . . . resiJardeakrordstnbu(or.asdefs�cd_nsaaion2bS5(tux'2)(tv)(e)(8):(Cl:u+d(3)tndsdKconuxtatKtue Therepialloi..requresthe.�cq!'mtiyrow*wydete,Ys ,' to be nett Sass!on dce DEl's wkuo r, co rc4vwn W esnae and qs slfnoato�tlsx ns s�luequentppfvmanca of a comntrcial[y ui al•futKtiw wil be cortltsem. se 'aponks.- . Mctlt T re wd—ay c,"q?I"puucpiw,:on.Too lls Depaton�nt of Thwpwt aoa s,proadcca`dts lam as a end for racipients,prima cocwauorc,re4tdir Anlgs,and dsuiaytats Co use to Cory outtheli rasp � •' "es under wis mwtaso q.Tt a 16m,may be isw 8y CIO OBE SUPOW whoti parde�adon IS submkied by a Meter . . for Rp.Wrdar,4'vr dKribntor utdit on a kder+b•asys!ed tooHa!wth a G8E-puaEWoaw Ewe;T4a form"miy? o bs'ysad h'pii!*'r eauectas at S¢xnetuoq•ride D9E MAW&aler'ar d'mvbutor PatedDadon subn t=d ahtr a earr roe[hv'bern awardad Diovtde8 sum pardctpadata 6 sub)ei i ie tee rapid ptler onluaden tutu!appioraL'B ;the forms use4 it should be scc.Ww.pi�j tho WdO*3 Woo tewL ooetrrtt.or puittiie aide shown the mnerols tha 09E mVhr4ukra gist hutor.is wp� . . lice d d�is'rad a notinsndaray.tl;r«Jpp+c chooses a dferuarrail+ed ki i;om,pyina«rid,Sactlon 7t�s3(cj(1).it tnuti I;xs+de dycmt#gd h c oieE PYagam wi. . . - I - DWAXA6l M Thk form has twcyst recelved OMSWM appropat anck; sb)ea io cliinge.We are matu!it a aiuiYbla for y?t!r roluatary u.. . ToW Lbcw=w7utchw&.Orderknane . AivdWr G8E Repraattat,.e(Name suttTKkk '-'"' .. I NAGS Ccdels)Ikdsatd to the I—to be r^us e& I.Will y()•items sold or'teased be provided from the on-hand nventary acyour`establishtnentt (,!YES - f"TE hava Fndinnad that(1 S."')a+ Yovr Pa►br'n?t+its.rrlM.sathfy the regular dnt-requke)ttan a*rid miry' be counted at&M STO V here.Read and slSo the afiInrutlon belowA.VNO"Condone.). . - . a) Are ydu selling bulk items(e.g...peiroleiwn product;;steel,concrete,concrete products,,sand;gravel.asphalt,etc)or items cot typically stocked duo sp iq,cheir unitfye ehuacteriNks(aka eci*y Items)® tUdi YES' NO iN'YEs."ce en ou.ieten z.''if!-N Continue.) b) Will ac lent 51SK of die leers you are setting he provided.from the Imrenmry nukiained at your.estibWnenr,and will the minor quantities of Items delivered from and by.other soui'ces.be of the kmerat dmratter st those provided from your inventory?- . . . . . I .IYE$ �NOs:jH".YES"f ci+have vtdlo0ei!'that yw ptifoitiWK�wRlsatfsfj the reVd-dt:akr regW e—ts said' - "!ay_be counted at 6M S7T A►Mrg.Rsad and go the atMreathm below. '!f 1.La),and 1.b)alioie are'"NO,' iforrtiiitc' the wl(els will,itot sitt�ify His' dw4iir requi wmwi%: ctteceYorer otaly the value:of knits to soi4 or leasrrd from.imen>wrlr pn bi ewxtted at�Go m onece;ee 3,m' d*tvrWna,If the't6esns delivuad'6orit and by other sources are is'tole for Distrlbuto'vedit.) - 2. Will you ddivcr.all bulk or spccdalty.hwnm using distribution equipment you own(or tinder a bng-term Icase)and race? Yes {H"YES"you have ksdkated that yoaar pesfursnattse v mW*the regtdrr�noata for a reYt W deabr of buck Foetus and msy be :. '. ..counted,at it1 STOP hnr._Read and slam the of iimaden bike_- t If`NO,"your perkmtitice wiY.not satisfy tiie regsiwernents fora regular dealer of bulk ib"iii;.the valor:of(teens to be sold or teased cannot be counted at'AM IGo to Ouettierf 3.1' . . . . 3.Will the written terms of your purchase,order or hill of kc in=from a third party transfer responsibiiity:induding.risk for loss or, . damage:tour yo company at the point of origin(e$:a Manufaat{0 facility)?' ' 1`I YES=. Q,fiOs a) .Will you be using.sourcees other this,.tho manufacturer,(or otter selier),'to deliver or.arrange delivery of tho.items soM'or leased.? Q YESI. 0 NO] . . . 2 If Vow rmponses to 3 and 3a)ere YES,'you have mated that your perfa mance."I satisfy the requkftvmn s of a distribute; dwrg ore:the vaiue.of Rams sold or leasedam"courtp)d at 4M. 3 If you responded'HO'to either 3 or 3.a),count in;of y]roOur.pardClpaoion is Mmilted to tho rtsienabte'can of fees or commissions ' !cargo!,ifstlitdltt=vatgportation.dtar=es forthe delivery Uoln attsriib or supplies;ttie-tea of matenais or supplies may not be counted 1 affirm,that the inlartnacaon that 1 provided A'e otve is true and correct and d my company!subsequent petfmrsecce d a comixttally useful itixsioit vrdl be conshmct midi the above responses.:I fuctner affrm tut my company vrit wepsiWendv.ngoWi� P��order spa%fled_quandecs.aid payfor the itentl lined in the bidder's caratrititrttmt Thy indudts my cvntpa oar's respaos$iltyforthe rauaFtq of wch=steins in rooms of txcessary rt pairs exchatibes.er . pracesvgdanywainnryctum�for�niaatdardrLttir .*��••dI• - . • ' 4►elrsttid flatcar and 31''tiweof D{E OwnerfAudwrt:ed'Re __ _ _ _ _ -- -- . ' . ' r _ Tficbidder atimwwlcdgas es rsnpanscbllity for vert(ym`floc r(i,rittaslon provided by the DBE tum_ed above and essunna that the" . coWrron=of flu DBEs part tOdon is acew ;My It causal by errors n< ro dte'rMombi.ity.d the bidder. ,:._.etwo af6idder.' . . . . . . . . . . . (This form must•be.completed by.aU DBE Supphers:Proposed,and submitted.with the Proposal.If. no DBE suppliers are proposed no Yorm is!needed to be'submittefl with the osal Pro p . ) i PROPOSAL=37, i Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION .Project Location: Elizabeth Field Airport Project Name: Airfield Lighting,Signage&NAVAID Rehabilitation Contractor's Official Name: L.E.B'Electric, Ltd. Contact Person: Joe Hutchinson Telephone: 631-842-0500 Street Address: 21 Seabro Avenue City: Amityville State: NY Zip: 11701 Certification Statement: I certify. that I have read the Construction Safety and Phasing Plan(CSPP)-included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written. I certify that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SPCD prior.to the start of construction work,if awarded this Contract,and that I will provide any additional information requested by the Owner. William Parker Printed Name of Signer Signature President 03/13/2025 Title Date END OF PROPOSAL 2018 PROPOSAL-38 , W.E==AIR E 'Y�tO UDR. D. O L. i:lNov i}Dempenf YORK , E f STAT O Lab_Or' .� ti26 DIVISION OF SAFETY AND HEALTH LICENSE ANDCE- RTIF.ICATE� IT,$TATEti FFICE CAMPUS,BUILDING 12,ALBANY,NY 17226 CERT�I"FICATE OF C A iNT4RA�CT®R REGIST .-TION This Certificate Entitlestme HoldeM0 Perform a dkBid on Public'Wor<k 7— overed Private%Construction..Pro�ects�inythe State of�New York, ctto_the Preva�ling$4Vage.Requ ements -L.E B Electric L`-D. 4 + ` 21 Sea ro Ave q Amityville"�Ne-.w.Yor-k 11701 � I: r, Phone Nurnber-,63-1842050® Registration=Number24'-64R67=CRC' !1 a ate"of=lssue:�2024-12'=20 . f� f,� E�xipir�ai"ti�on�Datep�2026°12g=2a9��� � �/ 1 (Thi"Udensois validf`o�nly for the contractor named abovel) l ,r Roberta_IR don_. j Commissioner New York.State Department+of U Labor Law 220-i Certification Form By submission of this bid,the person signing on behalf of the bidder certifies,under penalty of perjury,that:the bidder has registered with the New York State Department of Labor pursuant to Section 220-1 of the Labor Law and that each of the subcontractors to be used on the project has similarly registered and has attached confirmation of said registration to its bid. Bidder Name: L.E.B Electric, Ltd. i Bidder Address: 21 Seabro Ave. Amityville, NY 11701 ! William Parke ident Print Name and Title; � 7 Signature: Date: 03/13/2025 Sworn to before me this 13th day of Marc 25 Notary Public I PATRICIA A.NORRIS Notary Public,State of New York No.01NO6220474 Qualified in Nassau CouPtY April 12 2026 My commission Expires i PROPOSAL FOR CONSTRUCTION OF THE AIRFIELD LIGHTING, SIGNAGE & NAVAID REHABILITATION PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD,NEW YORK TO: Southold Town Clerk's Office 53095 Route 25 Southold,New York 11971 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined-and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids; that he/she has satisfied himself/herself relative to the work to be performed. The bidder understands that the advertisement,located in the front of these Contract Documents, contains the location and a description of the proposed construction,as well as indicates the place,date,and time of the proposal opening; information about a Pre-Bid conference, 'if scheduled, is contained in the advertisement;a listing of estimated quantities is located in the front of these Contract Documents;the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section $0. If the bidder considers that the time to complete the work is inadequate,they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities.required for construction shall not be taken as a basis for claims by the Contractor for extra compensation;compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item,being briefly stated,implies,although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which. most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond in the amount of five percent(5%) of this bid in accordance with the subsection titled BID GUARANTEE of Section 20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and -additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance of this proposal,bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30.The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated; and in accordance with this Contract and Specification. 2018 PROPOSAL-1 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER,IF A CORPORATION: BY: Zach Johnson, Operations Manager (Printed Name&Title) Z G GfY1I, D l?f0!? Z chary Johnson ar 11,202515:01 EDT) (Signature) CORPORATION NAME: Moulison Electric, Inc. ADDRESS: 10 Iron Trail Rd (SEAL) Biddeford, ME 04005 STATE OF CORPORATION CHARTER: Maine PHONE NO: 207-282-0759 . DATE: 3/11/2025 PRESIDENT'S NAME: Marc Belanger,Jr. BUSINESS ADDRESS: 65 Bradley Dr, Westbrook, ME 04092 SECRETARY'S TREASURER'S NAME: NAME: Sean Ferguson BUSINESS BUSINESS ADDRESS: ADDRESS: 65 Bradley Dr, Westbrook, ME 04092 2018 PROPOSAL-15 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 1 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS 19,200.00 19,200.00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS -90,000.00 90,000.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 30,100.00 30,100.00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS 6,600.00 6,600.00 5 L-108-5.1 NO.8 AWG,5KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 52,000 LF 7.00 364,000.00 OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF 16.00 5,040.00 INSTALLED ABOVE CONDUIT 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF 46.00 14 490.00 CONDUIT,IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 11,500 LF 5.00 57,500.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 12 EACH 1,400.00 16,800.00 - 10 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH. 4,400.00 30,800.00 PROPOSAL-2 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH 500.00 3,500.00 12 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 75,000.00 300,000.00 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 32,000.00 128,000.00 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 1 EACH 1,500.00 1,500.00 15 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH 6,700.00 26,800.00 16 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH 2,700.00 10,800.00 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS 3,500.00 3,500.00 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP 7,600.00 7,600.00 TOTAL CONTRACT-BID ALTERNATE 1 1,116,230.00 PROPOSAL-3 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS 60,000.00 60,000.00 STYLE I-B,SIZE 2,LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS 7,800.00 7,800.00 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF 5.00 12,500.00 OR CONDUIT 4 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 50 LF 15.00 750.00 INSTALLED ABOVE CONDUIT 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF CONDUIT, IN TURF 45.00 2,250.00 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF 3.00 3,000.00 TOTAL CONTRACT-ADD-ON NO.1 86,300.00 TOTAL CONTRACT 1,202,530.00 PROPOSAL-4 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 2 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS 19,200.00 19,200.00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS 110,000.00 110,000.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 30,100.00 30,100.00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS1. 6,600.00 6,600.00 5 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 61,300 LF 7.00 429,100.00 OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF 15.00 4,725.00 INSTALLED ABOVE CONDUIT 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF CONDUIT, IN TURF 45.00 14,175.00 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 19,500 LF 4.00 78,000.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 17 EACH 1,800.00 30,600.00 10 L-115-5.1 ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 7 EACH CLASS 1 B 4,150.00 29,050.00 PROPOSAL-5 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH 3,900.00 27,300.00 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH 500.00 3,500.00 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED, LED 34 EACH 1,350.00 45,900.00 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 10 EACH 2,410.00 24,100.00 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 4 EACH 15,800.00 63,200.00 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 67,500.00 270,000.00 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 29,000.00 116,000.00 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 34 EACH 400:00 13,600.00 19 L-125-5.7 REMOVAL OF EXISTING GUIDANCE SIGN 4 EACH 1,400.00 5,600.00 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 EACH 1,500.00 28,500.00 PROPOSAL-6 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH 6,900.00 27,600.00 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH 2,700.00 10,800.00 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS 7,600.00 7,600.00 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP 7,600.00 7,600.00 TOTAL CONTRACT-BID ALTERNATE 1,402,850.00 ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS 60,000.100. 60,000.00 STYLE I-B,SIZE 2, LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS 7,800.00 7,800.00 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF 5.00 12,500.00 OR CONDUIT LL -108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 50 LF 15.00 750.00 4 INSTALLED ABOVE CONDUIT PROPOSAL-7 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF 45.00 2,250.00 CONDUIT, IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF` 3.00 3,000.00 TOTAL CONTRACT-ADD-ON NO.1 06,300.00 TOTAL CONTRACT 1,489,150.00 PROPOSAL-8 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 3 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS EROSION AND SILTATION CONTROL 19,200.00 19,200.00 2 C-105-6.1 MOBILIZATION(8%+/-) 1 Ls -125,000.00 125,000.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 30,050.00 30,050.06 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS 6,600.00 6,600.00 5 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK OR CONDUIT 67,500 LF 7.00 472;500, .00 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF INSTALLED ABOVE CONDUIT 15.00 4,725.00 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF 45.00 14,175.00 CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 25,110 LF 4.00 100,440.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 20 EACH 1,800.00 36,000.00 10 L-115-5.1 ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 11 EACH 4,25.0.00 46,750.00 CLASS 1 B PROPOSAL-9 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH 3,900.00 27,300.00 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH 500.00 3,500.00 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT, BASE MOUNTED, LED 63 EACH 950.00 59,850.00 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 21 EACH 2,570.00 53,970.00 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 8 EACH 11,800.00 94,400.00 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAP])SYSTEM 4 EACH 68,000.00 272,000.00 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 29,000.00 116,000.00 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 63 EACH 400.00 25,200.00 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH 1,000.00 8,000.00 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH 1,700.00 37,400.00 PROPOSAL-10 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAP[SYSTEM 4 EACH 6,400.00 25,600.00 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH 2,400.00 9,600.00 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS 7,600.00 7,600.00 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP 7,600.00 7,600.00 TOTAL CONTRACT-BID ALTERNATE 3 1,603.1460.00 ADD-ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS 60,000.00 60,000.00 STYLE I-B,SIZE 2, LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS 7,800.00 7,800.00 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF 5.00 12,500.00 OR CONDUIT LL-108-5.2 NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 50 LF 15.00 750.00 INSTALLED ABOVE CONDUIT PROPOSAL-11 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF 45.00 2,250.00 CONDUIT, IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF 3.00 3,000.00 TOTAL CONTRACT-ADD-ON NO.1 86,300.00 TOTAL CONTRACT 1,689,760.00_ PROPOSAL-12 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation The bidder states that this proposal is based upon prevailing wages in Suffolk County,NY and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. Notice of Project Under New York State Labor Law 220-i: This request for bids is for a public work and for a covered project subject to Labor Law§220-i.No contractor may bid for this contract unless it is registered with the New York State Department of Labor. No subcontractor may begin work upon this public work unless it is first registered with the New York State Department of Labor. Each bidder must submit its Department of Labor-issued certificate of registration with its bid. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with the Town of Southold/Fishers Island Ferry District (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airport Entrance Road Rehabilitation project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings,to the full and entire satisfaction of the above said Owner,with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed for each item. BIDDER,IF AN INDIVIDUAL: BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: 2018 PROPOSAL-13 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER,IF A PARTNERSHIP(GIVE NAMES AND ADDRESSES OF EACH PARTNER): BY: (Printed Name) (Signature) COMPANY NAME: ADDRESS: PHONE NO: DATE: PARTNER'S PARTNER'S NAME: NAME: BUSINESS . BUSINESS ADDRESS: ADDRESS: PARTNER'S. PARTNER'S NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-14 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation ATTACHMENTS TO PROPOSAL BIDDER and his/her surety, where appropriate, have completed and executed the attached documents, which are identified below. Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Certification Certifications: - Certification of Non-Segregated Facilities - Debarment& Suspension Certification - Lobbying and Influencing Federal Employees - Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions - Trade Restriction Bidder's Statement of Previous Contracts Subject to EEO Clause as Described in Special Provisions to the General Provisions, Section SP 70-23,subsection A-12 Certification for Receipt of Addenda Statement of Surety's Intent Iranian Energy Sector Divestment Statement Certification of Compliance with the Iran Divestment Act Disadvantaged Business Enterprise(DBE)and Small Business Element(SBE) Statement Bidder's List Collection Form(Bidder's Information) Bidder's List Collection Form(Subcontractor's Information) Contractor's DBE Plan DBE Letter of Intent Form Safety Plan Compliance Document(SPCD)Certification 2018 PROPOSAL-16 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation NON-COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law, by submission of this Bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization,under penalty of perjury,that to the best of knowledge and belief- 1. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening,directly or indirectly,to any other Bidder or to any competitor; and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal BIDDER: Mouliso Inc. if Principal is Corporation BY: Zach Johnson TITLE: Oper, ions Manager STATE OF NEW YORK) SS: COUNTY OF ) On the day of N(Arcl� ,20a6'_,before me personally came Zach Johnson to me known,who,being by me duly sworn,did swear and affirm that he/she resides at 10 Iron Trail Rd, Biddeford, ME 04005 ;that he/she is the Operations Manager of the Bidder herein and signs the.foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification;and that,to the best of his knowledge and belief, the statement made in the foregoing Non-Collusive Certification is true. _ A MMIA-L� SMA B MEMBRINO NOTARY PUBLIC Notary Public, State of Makw12 My COMMIwAon Expires May 07AT22c mmissioN EXPIRES: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-17 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation RESOLUTION FOR CORPORATE BIDDERS RESOLVED,that Zach Johnson be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: Airfield Lighting,Signage& NAVAID Rehabilitation and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of 20 4 (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-18 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BUY AMERICAN CERTIFICATION The Contractor certifies that its bid/offer is in compliance with 49 USC § 50 10 1,BABA and other related Made in America Laws(Per Executive Order 14005 "Made in America Laws"means all statutes, regulations,rules,and Executive Orders relating to federal financial assistance awards or federal procurement,including those that refer to"Buy America"or"Buy American,"that require,or provide a. preference for,the purchase or acquisition of goods,products,or materials produced in the United States, including iron,steel,and manufactured products offered in the United States.), U.S.statutes,guidance, and FAA policies,which provide that Federal funds may not be obligated unless all iron,steel and manufactured goods used in AIP funded projects are produced in the United States,unless the Federal Aviation Administration has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA and Made in America laws included herein with their bid or offer. The Airport Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA. The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item of primarily iron or steel; a manufactured product; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist primarily of non-ferrous metals; plastic and polymer-based products (including polyvinylchloride, composite building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber;or drywall used in the project are manufactured in the U.S. CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE— CONSTRUCTION PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 USC § 50101,BABA and other related Made in America Laws,U.S.statutes,guidance,and FAA policies,by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(i.e.,not both)by inserting a checkmark(✓)or the letter «X» ® Bidder or offeror hereby certifies that it will comply with 49 USC§ 50101,BABA and other related U.S.statutes,guidance, and policies of the FAA by: a) Only installing iron,steel and manufactured products produced in the United States; b) Only installing construction materials defined as: an article,material, or supply—other than an item of primarily iron or steel; a manufactured product;cement and cementitious materials; aggregates such as stone,sand,or gravel;or aggregate binding agents or additives that are or consist primarily of non-ferrous metals;plastic and polymer-based products(including polyvinylchloride,composite building materials,and polymers used in fiber optic cables);glass(including optic glass);lumber or drywall that have been manufactured in the United States. c) Installing manufactured products for which the Federal Aviation Administration(FAA) has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or 2018 PROPOSAL-19 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation d) Installing products listed as an Excepted Article,Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA evidence that documents the source and origin of the iron,steel,and/or manufactured product. b) To faithfully comply with providing U.S.domestic products. c) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. d) Certify that all construction materials used in the project are manufactured in the U.S. ® The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American Preferences of 49 USC § 50101(a)but may qualify for a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: a) To the submit to the Airport Sponsor or FAA within 15 calendar days of being selected as the responsive bidder,a formal waiver request and required documentation that supports the type of waiver being requested. b) That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination that may result in rejection of the proposal. c) To faithfully comply with providing U.S.domestic products at or above the approved U.S. domestic content percentage as approved by the FAA. d) To furnish U.S. domestic product for any waiver request that the FAA rejects. e) To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 2 Waiver(Nonavailability)-The iron,steel,manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States.The required documentation for the Nonavailability waiver is a) Completed Content Percentage Worksheet and Final Assembly Questionnaire b) Record of thorough market research, consideration where appropriate of qualifying alternate items,products,or materials including; c) A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement,including the timing of the research. and conclusions reached on the availability of sources. Type 3,Waiver—The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the"facility/project."The required documentation for a Type 3 waiver is: a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including; b) Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety). 2018 PROPOSAL-20 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation c) Cost of non-domestic components and subcomponents,excluding labor costs associated with final assembly and installation at project location. d) Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs,excluding labor costs associated with final assembly and installation at project location. Type 4.Waiver(Unreasonable Costs)-Applying this provision for iron,steel,manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent.The required documentation for this waiver is: a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from b) At minimum two comparable equal bids and/or offers; c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component; d) Completed waiver applications for each comparable bid and/or offer. False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the'making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. Z,4GLa ,7oG�nso�r 3/10/2025 ZAchary Johnson ar 11,202515:01 EDT) Date Signature Moulison Electric, Inc. Operations Manager Company Name Title (Buy American form(s)must be completed and submitted with the Proposal.) 2018 PROPOSAL-21 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation CERTIFICATIONS BIDDER'S NAME: Moulison Electric, Inc. ADDRESS: 10 Iron Trail Rd, Biddeford, ME 04005 TELEPHONE NO.: 207-282-0759 FAX NO. 207-282-3935 IRS EMPLOYER IDENTIFICATION NUMBER: 85-1178340 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally assisted construction contract exceeding $10,000, which is not exempt from the provisions of the. Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding$10,000 which are not exempt from the provisions'of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1.001. Notice to Prospective Subcontractors of Requirements for Certification .of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding$10,000,which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding$10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NON-SEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide,for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform_their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms,and washrooms,restaurants and other eating areas,time clocks,locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and 2018 PROPOSAL-22 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror),above. Y 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies,including suspension and debarment of the non-compliant participant. CERTIFICATION REGARDING LOBBYING The bidder or offeror certifies by signing and submitting this bid or.proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in 2018 PROPOSAL-23 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. CERTIFICATION OF OFFERERBIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The Contractor must complete the following two certification statements.The Contractor must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark or"X"in the space followingthe he applicable response. The Contractor agrees that, if awarded a contract resulting from this solicitation,it will incorporate this provision for certification in all lower tier subcontracts. Certifications: 1) The Contractor represents that it is(__)is not(_�_D a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The Contractor represents that it is(__)is not CL)a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note: If a Contractor responds in the affirmative to either of the above representations,the Contractor is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The Contractor therefore must provide information to the owner about its tax liability or conviction to the Owner,who will then notify the FAA Airports District Office, which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twenty four(24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in .a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. 2018 PROPOSAL-24 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation Tax Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. TRADE RESTRICTION CERTIFICATION By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S.firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S.firms as published by the USTR;and -3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR§ 30.17,no contract shall be awarded to an Offeror or subcontractor: 1), who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S.firms published by the USTR; or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list;or 3) who incorporates in the public works project any product of a foreign country,on such USTR list. . Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on 2018 PROPOSAL-25 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation the list of countries that discriminate against U.S. firms as published by USTR,unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Printed Name&Title: Zach Johnson, Operations Manager ZfIchx-1i, bhnsm Signature:7QrhnW lnhncnn am 7nw9iwianT1 Date: 3/10/2025 - (These certifications must be completed and submitted with the Proposal.) 2018 PROPOSAL-26 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER'S STATEMENT OF PREVIOUS CONTRACTS SUBJECT TO EEO CLAUSE AS DESCRIBED IN SPECIAL PROVISIONS TO THE GENERAL PROVISIONS, SECTION SP 70-23,SUBSECTION A-16 The Bidder shall complete the following statement by checking the appropriate boxes. The Bidder has X has not participated in a previous contract subject to the Equal Opportunity Clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has has not. X submitted all compliance reports in connection with any such contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. Under 50 employees at time of contracts. If the Bidder has participated in a previous contract subject to the Equal Opportunity Clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1", attached to this proposal. CERTIFICATION FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: #1 DATED: 3/7/2025 ADDENDUM NO.: DATED: ADDENDUM NO.: DATED: Moulison Electric, Inc. (Firm or Corporation Making Bid) Z GGi6i Ihil it ZAchary Johnson arl1,202515:01 EDT) (Signature of Authorized Person) P.O.Address: 10 Iron Trail Rd, Biddeford, ME 04005 Dated: 3/10/2025 (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-27 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation STATEMENT OF SURETY'S INTENT TO: Town of Southold We have reviewed the bid of MOULISON ELECTRIC, INC. (Contractor) of 10 IRON TRAIL ROAD, BIDDEFORD, ME 04005 (Address) for the Airfield Lighting,Signage&NAVAID Rehabilitation project for which bids will be received on: MARCH 13, 2025 (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him,it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of New York. WITNESS A, BERKLEY INSURANCE COMPANY Surety's Authorized Signature(s) ' JOLINE L. BINETTE,ATTORNEY-IN-FACT (Corporate seal,if any.If no seal,write "No Seal"across this place and sign.) ATTACH PROPOSAL GUARANTEE ATTACH POWER OF ATTORNEY (This form must be complete and submitted with the Proposal. Copies of this form may be filled out and attached to this page.) 2018 PROPOSAL-28 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation IRANIAN ENERGY SECTOR DIVESTMENT STATEMENT 1. Contractor/Proposer hereby represents that said Contractor/Proposer is in compliance with New York State General Municipal Law Section 103-g entitled"Iranian Energy Sector Divestment", in that said Contractor/Proposer has not: (a) Provided goods or services of $20 Million or more in the energy sector of Iran including but not limited to the provision of oil or liquefied natural gas tankers or products used to construct or maintain pipelines used to transport oil or liquefied natural gas for the energy sector of Iran;or (b) Acted as a financial institution and extended$20 Million or more in credit to another person for forty-five days or more, if that person's intent was to use the credit to provide goods or services in the energy sector in Iran. 2. Any Contractor/Proposer who has undertaken any of the above and is identified on a list created pursuant to Section 165-a (3)(b) of the;New York State Finance Law as a person engaging in investment activities in Iran, shall not be deemed a responsible bidder pursuant to Section 103 of the New York State General Municipal Law. 3. Except as otherwise specifically provided herein, every Contractor/Proposer submitting a bid/proposal in response to this Request for Bids/Request for Proposals must certify and affirm the following under penalties of perjury: (a) `By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid,each party thereto certifies as to its own organization,under penalty of perjury,that to the best of its knowledge and belief,that each bidder is not on the list created pursuant to NYS Finance Law Section 165-a (3)(b)." 4. Except as otherwise specifically provided herein,any Bid/Proposal that is submitted without having complied with subdivision (a) above, shall not be considered for award. In any case where the Bidder/Proposer cannot make the certification as set forth in subdivision (a) above, the Bidder/Proposer shall so state and shall furnish with the bid a signed statement setting forth in detail the reasons therefore. The Owner reserves its rights, in accordance with General Municipal Law Section 103-g to award the Bid/Proposal to any Bidder/Proposer who cannot make the certification, on a case-by-case basis under the following circumstances: (1) The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted, publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or (2) The Owner has made a determination that the goods or services are necessary for the Owner to perform its functions and that, absent such an exemption,the Owner would be unable to obtain the goods or services for which the Bid/Proposal is offered. Such determination shall be made by the Owner in writing and shall be a public document. 5. Bidder or Proposer shall sign and notarize the attached "Certification of Compliance with the Iran Divestment Act"form with your proposal. 2018 PROPOSAL-29 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012 (the "Act"), Chapter 1 of the 2012 Laws of New York, a new provision has been added to State Finance Law(SFL) § 165-a and New York General Municipal Law § 103-g,both effective April 12,2012. Under the Act,the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged in"investment activities in Iran" (both are defined terms in the law) (the"Prohibited Entities List"). Pursuant to SFL § 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a.Contract awarded hereunder,each Bidder/Contractor,any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid, each party thereto, certifies, under penalty of perjury, that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL § 165-a(3)(b). Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website, any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed,extended or assigned that it is not included on the Prohibited Entities List. During the term of the Contract, should the Owner receive information that a Bidder/Contractor is in violation of the above-referenced certification,the Owner will offer the person or entity an opportunity to respond. If the person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination of such violation, then the Owner shall take such action as may be appropriate including, but not limited to, imposing sanctions, seeking compliance,recovering damages or declaring the Bidder/Contractor in default. The Owner reserves the right to rej ect any bid or request for assignment for a Bidder/Contractor that appears on the Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, Zachary Johnson ,being duly sworn,deposes and says that he/she is the Operations Manager of the . n Electric, Inc. Corporation and that neither the Bidder/Contract y proposed subcontractor is identified on the Prohibited Entities List. �e SIGNED SWORN to before me this day of A4 20a� notary Public, State®f Mahe My Cornmiaai*a an Expl s May 07, 2029 Notary Public: (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-30 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation DISADVANTAGED BUSINESS ENTERPRISE(DBE)STATEMENT The requirements of 49 CFR Part 26,Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. DISADVANTAGED BUSINESS ENTERPRISE: The requirements of 49 CFR Part 26,Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race, color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit proposals. Award of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. An overall DBE goal of 6.3 percent will be utilized for this contract. The bidder shall make good faith efforts,as defined in Appendix A,49 CFR Part 26,to meet the contract goal for DBE participation in the performance of this contract. Excerpts from 49 CFR Part 26 are included in Special Provisions to the General Provisions, Section SP 70-23,subsection Al2. As a condition of bid responsiveness,the Bidder or Offeror shall submit with its Proposal the"Contractor's DBE Plan", and"DBE Letter of Intent Forms"from each of the DBE firms the Bidder or Offeror intends to use. If the contract goal is not met,Bidder or Offeror shall include documentation of good faith efforts with its DBE Plan. The Contractor's DBE Plan Form and DBE better Of Intent Form are located in Section 200.The website for the Unified Certification Program directory in the state of New York is: https://nysucp.newUcontracts.com/. CERTIFICATION OF BIDDER/OFFEROR: The undersigned Bidder or Offeror will satisfy the DBE requirements of these specifications in the following manner(please check the appropriate space): The Bidder or Offeror is committed to meeting or exceeding the DBE utilization goal stated above on this contract. X. The Bidder or Offeror,is unable to meet the DBE utilization goal stated above.However, we are committed to a minimum of %DBE utilization on this contract,and will submit documentation demonstrating good faith efforts. SMALL BUSINESS PARTICIPATION: This Contract does not have a Small Business Element(SBE).set-aside. IRS Number: 85-1178340 ohnson I r11,2025 0!?JDh Zach Johnson, Operations Manager ZAchary Johnson ar 11,202515:01 EDT) p O . Signature and Title (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-31 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER'S LIST COLLECTION FORM (Bidder's Information) The sponsor is required by CFR Title 49,Subtitle A,Part 26,subpart A,§26.11(c)to collect bidders list information from all bidders at the time of bid submittal. The data must be collected for all firms who bid as prime contractors or subcontractors(successfully or not).All DBE firms listed in the bidder's letter of intent forms shall be included as well as any potential subcontractors for the project. As such,it is the responsibility of the bidder to complete the following information as a condition of submitting a proposal for this project. The sponsor will consider incomplete information to be an irregular proposal. Airport Name: Elizabeth Field Airport AIP No. 3-36-0029-031-2024 Project Name: Airfield Lighting,Signage&NAVAID Rehabilitation Bid Date: 3/13/2025 Bidder's Information - NAICS Firm Street Address,. State, ..DBE/Non. Race/Gender of.Majority _ Annual Gross. Finn Name Zip Code,Phone No.. DBE Status Code(s)of Owner r Aga of Finm Receipts Scope(s)Bid 10 Iron Trail Rd ❑ Black American Moulison Electric, ❑Less than 1 year ❑Less than$1M ❑Hispanic American Inc. Biddeford, ME ❑ 1-3 ears ❑ $1-$3M ❑ Asian-Pacific American Y 04005 238210 ❑ Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑ DBE American ❑Native American ❑ 8-10 years ❑ $6-$10M IX Non-DBE ❑Non-Minority Woman 207-282-0759 X More than 10 yrs. X More than$10M X Other Gender: X Male ❑ Female (This form must be completed and 'submitted with the Proposal.) 2018 PROPOSAL-32 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation Subcontractor's Information Firm Street Address,City, DBE/Non NAICS.Code.(s) Race/Gender of Majority . . . Annual Gross . Firm Name DBE Age of Firm State',Zip Code,Phone No. of Scope(s)Bid Owner. . . ' .,Receipts Status :. ❑ Black American ❑ Less than 1 year ❑ Less than$1M ❑ Hispanic American ❑ Asian-Pacific American ❑ 1-3 years ❑ $143M ❑ Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6-$10M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$1 OM ❑ Other Gender: ❑ Male ❑ Female ❑ Black American ❑ Less than 1 year ❑ Less than$1M ❑ Hispanic American ❑ Asian-Pacific American ❑ l-3 years ❑ $143M ❑ Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6-$10M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$1 OM ❑ Other Gender: ❑ Male ❑ Female (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-33 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation Subcontractor's Information ,DBE/Non Firm Street Address,City, NAICS,Code(s) Race/GenderofMajority ..Annual Gross Firm Name DBE Age of Firm State,Zip Code,Phone No. of Scope(s)Bid Owner Receipts Status ❑ Black American ❑ Less than 1 year ❑ Less than$1M ❑ Hispanic American ❑ Asian-Pacific American ❑ 1-3 years ❑ $1-$3M ❑ Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6-$10M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$1 OM ❑ Other Gender: ❑- Male ❑ Female ❑ Black American ❑ Less than 1 year ❑ Less than$1M ❑ Hispanic American ❑ Asian-Pacific American ❑ 1-3 years ❑ $1-$3M ❑ Subcontinent Asian ❑ 4-7 years ❑ $3-$6M ❑ DBE American ❑ Native American ❑ 8-10 years ❑ $6-$10M ❑ Non-DBE ❑ Non-Minority Woman ❑ More than 10 yrs. ❑ More than$lOM ❑ Other Gender: ❑ Male ❑ Female (This form must be completed and submitted with the Proposal.) If additional space is needed, copy this form and submit with your original proposal 2018 PROPOSAL-34 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation CONTRACTOR'S DBE PLAN (Submit this form and attach a DBE Letter of Intent Form for each DBE subcontractor,supplier or manufacturer.) Airport Name: Elizabeth Field Airport Project Name: Airfield Lighting,Sianaae&NAVAID Rehabilitation FAA AIP Project No: 3-36-0029-031-2024 Total Awarded Contract Amount: $ G%9. 760.00 l+3 +- DBE Contract Goal: 6.3% Name of Bidder's Firm: Moulison Electric, Inc Street Address: 10 Iron Trail Rd City: Biddeford State: ME Zip: 04005 Printed name of signer: Zach Johnson Printed title of signer: Operations Manager Email Address: zjohnson@moulison.com DBE UTILIZATION SUMMARY DBE Contract Amount DBE Value Contract% DBE Prime Contractor $ 0.00 x 1.00= $ 0.00 0 % DBE Subcontractors $ 0.00 x 1.00= $ 0.00 0 % DBE Suppliers(Dealer)* $ 0.Od x 0.60= $ 0.00 D DBE Suppliers(Distributer)* $ 9M,850•oo x 0.40= $ 'go.3 Li 0.op % DBE Manufacturers $ (}:cg%. x 1.00= $ 0.0 0 0 % Total Proposed DBE Participation** $ $013Lko 00 �•$ *DBE Suppliers must complete the USDOT Dealer/Distributor classification form.This form must be included with the submission of the DBE plan. **If the total proposed DBE participation is less than the established DBE goal, Bidder must provide adequate written documentation of good faith efforts as required by 49 CFR Part 26,Appendix A. Affirmation: The undersigned hereby assures that the information included herein is true and correct, and that the DBE firm(s) listed on the attached DBE Letter of Intent Forms have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this plan may be made without prior approval from the Airport. Zf�GGIG�y,70�1!?JOl? Operations Manager By: ZAchary Johnson'tMar 11,202515:01 EDT) (Signature of Bidder's representative) (Title) (This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-35 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor,supplier or manufacturer.) Project Name/Location: Airfield Lighting,Signape&NAVAID Rehabilitation/Elizabeth Field Airport FAA AIP Project No: 3-36-0029-031-2024 Name of Bidder's Firm: Moulison Electric, Inc. Street Address: 10 Iron Trail Rd City. Biddeford State: M E zip: 04005 Name ofDBE firm: MRS Airfield Lights &Supplies, LLC Street Address: 48 Main St City: Waretown State: NJ zip: 08758 Contact Person: Shelly Schindewolf Email: shelly@mrselectricalsupplies.com Certifying Agency: Port Authority of NY/NJ (DBE firm shall submit evidence,such as a photocopy,of their certification status) Classification: Prime Contractor Subcontractor Joint Venture X Supplier/Dealer Supplier/Distributor Manufacturer Disadvantaged Group check one : Black American Hispanic American Native American Subcont.Asian American Male Male Male Male Female Female Female Female Asian Pacific American Non-Minority Other(not of any group listed here) Male Male Male Female XFemale Female SUMMARY OF WORK ITEMS Work Detailed Description of Work to be Performed Under Manufacturer/Regular Item(s) Work Item NAICS Dollar Amount Dealer/Distributor/ Broker* Multiple Supply of airfield lights,cans&misc.hardware 423610 120,510.00 Regular Dealer *For DBE suppliers only,state how the DBE will perform.For dealer/distributor/broker,Form 3 must be included The undersigned bidder/offeror is committed to utilizingthe above-named DBE firm for the work described above. The total expected dollar value of this work is $ 120,510. 0 . The bidder/offeror understands that if it is awarded the contract/agreement resulting from this procurement, it must enter a subcontract with the DBE firm identified above that is representative of the type and amount of work listed.Bidder/offeror understands that upon submitting this form with its bid/offer, it may not substitute for or terminate the DBE listed above without following the procedures of 49 CFR Part 26, §26.53. A termination includes any reduction or underrun in work listed for a DBE not caused by a material change to the prime contract by the recipient. Affirmation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: 7X� ���'flrt �li President (Sipat Arrof DBE firm's representative) (Title) By. Operations Manager Pshall Bidders representative) (Title) If a bot receive award of the prime contract, any and all representations in this Letter of Intent and A ull and void.(This form must be completed and submitted with the Proposal.) 2018 PROPOSAL-36 Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation DBE Regular Dealer/Distributor Bidder Name: �M U.S.Department of Affirmation Form Concracc hlamelPtumber: t �, rJ Transportation Sections 26.53(c)(I)of Tide 49 Code of Federal Regulations requires recipients to crake a preliminary counting determination for each DBE listed as a regular dealer or distributor to assess its eligibility for 60 or 40 percent credit,respectively,of the cost of materials and supplies based on its demonstrated capacity and intent to perform as a regular dealer or distributor.as defined in section 26.S5(e)(2)(iv)(A),(B),(C).and(3)under the contract at issue.The regulation requires the recipient's preliminary determination to be trade based on die DBE's written responses to relevant questions and its affirmation that Its subsequent performance of a commercially usefid function will be consistent with the preliminary counting of such participation.The U.S.Department of Transportation is providing this form as a tool for recipients,prime conractors.regular dealers,and distributors to use to carry out their respective responsibilities under this regulation.The form may be used by each DBE supprier whose participation is submitted by a bidder for regular dealer or distributor credit on a federally-assisted convict with a DBE participation goal.The form may also be used by prime contractors in connection with DBE regular dealer or distributor participation submitted after a contract has been awarded provided such participation is subject to the recipiienes prior evaluation and approval. If this form is used,it should be accompanied by the bidder's commitment,contract,or purchase order shovimg the materials the DBE regular deafer or distributor is supplying. Use of this tool Is noc mandatary. If a recipient chooses a different method for complying with Section 26S3(e)(I),It must include that method In its DBE Program Plan. DISCLAIMER:This form has not yet received OMBIPRA approval and is subject to change.We are making it available for your voluntary use. DBE tame: Total SubconcracdRurchase Order Amount MRS Airfield Lights & Supplies, LLC 120,510.00 Authorized DBE Representative(Nameand Tide): NAICS Codes)Related co the Items to be SotdtLassed: Michele Schindewolf, President 423610 1. Will all items sold or leased be provided from the on-hand inventory at your establishment? OYES KNO (If"YES,"you have indicated that your performance will satisfy the regular dealer requirements and may be counted at 60%.STOP here.Read and sign the affirmation below. If"NO"Continue.) a) Are you selling bulk items(e.g.,petroleum products,steel,concrete,concrete products,sand,gravel,asphalt,etc.)or items not typically stocked due to their unique characterisics(aka specialty items)? 0 YES ❑NO (If"YES."Go to Otinstion 2. If"NO"Continue.) b) Will at least 51%of the items you are selling be provided from the inventory maintained at your establishment,and will the minor quantities of items delivered from and by other sources be of the general character as those provided from your inventory? YES ❑Ne (if"YES,"you have Indicated that your performance will satisfy the regular dealer requirements and may be counted at 60%.STOP here.Read and sign the affirmation below. If I.,Lai),and 1.b)above are"NO;'yyour performance on the whole will not satisfy the regpular dealer requirements; therefore,only the value of items io be sold or leased from inventory can be counted at 61%.(Go to Question 3.to determine if the items delivered from and by other sources are eligible for Distributor credit) 2. Will you deliver all bulk or specialty items using distribution equipment you own(or under a long-term lease)and operate? ❑YES NO' (if"YES,"you have indicated that your performance will satisfy the requirements for a regular dealer of bulk items and may be counted at 60%.STOP here.Read and sign the affirmation helnw.) I If"NO,"your performance will not satisfy the requirements for a regular dealer of bulk items;the value of items to be sold or leased cannot be counted at 60%.(Go to Question 3J 3.Will the written terms of your purchase order or bill of lading from a third party transfer responsibility,including risk for loss or damage,to your company at the point of origin(e.g.a manufacture's facility)? �YESa ❑NO] a) Will you be using sources other than the manufacturer (or other seller) to deliver or arrange delivery of the items sold or leased ? ®YESz F1 NO' 2 If your responses to 3 and 3.a)are"YES,"you have indicated that your performance will satisfy the requirements of a distributor; therefore,the value of items sold or leased may be counted at 40%. 3 If you responded"NO"to either 3 or 3.a),counting of our participation is limited to the reasonable cost of fees or commissions charged,including transportation charges for the delivery o�materials or supplies;the cost of materials or supplies may not be counted. I affirm that cite Information that I provided above is true and correct and that my company's subsequent performance of a commercially useful function will be consistent with the above responses. I further affirm that my company will Indeoendently negotiate price,order specified quantities,and pay for the items listed In the bidder's commitment This includes my company!s responsibility for the quality of such items in terms of necessary repairs,exchanges,or processing of any warranty claims for damaged or defective materials. Printed Name and Signature of DBE Owner/Authorized Representative; ee Michele Schindewolf The bidder acknowledges its responsibility for verifying the information provided by the DBE named above an ensuring that the counting of the OBE's participation is accurate. Any shortfall caused by errors in counting are the responsibility of the bidder. Printed Name and Signature of Biddar's Authorized Relpreserltagive., ZachJohnson (This form must be completed by LUDBJ-4S�ppliers Proposed and submitted with the Proposal.If no DBE suppliers are proposed,no form is needed to be submitted with the Proposal) 2018 PROPOSAL-37 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation SAFETY PLAN COMPLIANCE DOCUMENT (SPCD) CERTIFICATION Project Location: Elizabeth Field Airport Project Name: Airfield Lighting,Signage& NAVAID Rehabilitation Contractor's Official Name: Moulison Electric, Inc. Contact Person: Zach Johnson Telephone: 207-282-0759 Street Address: 10 Iron Trail Rd City: Biddeford State: ME Zip: 04005 Certification Statement: I certify that I have read the Construction Safety and Phasing Plan(CSPP)included in the Contract Documents and if awarded this Contract,I will.abide by its requirements as written. . I certify that I have read the Safety Plan Compliance Document(SPCD)included in the Contract Documents and if awarded this Contract,I will abide by its requirements as written; I certify that I will provide the information required in the SPCD prior to the start of construction work,if awarded this Contract,and that I will provide any, additional informa ' r quested by the Owner. Zach Johnson Printed Name of Signer Signature Operations Manager Title Date END OF PROPOSAL 2018 PROPOSAL-38 Proposal Forms Final Audit Report 2025-03-11 Created:. 2025-03-.11: By:, Sara-Membfino(smembdrio@ccb-inc.com) Status: Signed Transaction,ID: CBJCH6CAABAA8dir_DAm01TkTKu22oLOD7xbVubrKnMz "Proposal Forms" History �. Document created by Sara Membrino(smembrino@ccb-inc.com) 2025-03-11-1:13:57 PM GMT-IP address:24.97.164.74 Document emailed to zjohnson@moulison.com for signature 2025-03-11-1:16:05 PM GMT Email viewed by zjohnson@moulison.com 2025-03-11-7:00:28 PM GMT-IP address:104.47.74.126 6© Signer zjohnson@moulison.com entered name at signing as ZAchary Johnson 2025-03-11-7:01:09 PM GMT-IP address:24.9.7.164.74 40 Document e-signed by ZAchary Johnson(zjohnson@moulison.com) Signature Date:2025-03-11-7:01:11 PM GMT-Time Source:server-IP address:24.97.164.74 Agreement completed. 2025-03-11-7:01:11 PM GMT Q Adobe Acrobat Sign 4 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER,IF A CORPORATION: BY: Zach Johnson, Operations Manager (Printed Name&Title) ZAchary Johnson ar 11,202515:01 EDT) (Signature) CORPORATION NAME: Moulison Electric, Inc. ADDRESS: 10 Iron Trail Rd (SEAL) Biddeford, ME 04005 " s STATE OF CORPORATION Maine CHARTER: PHONE NO: 207-282-0759 �h e DATE: 3/11/2025 PRESIDENT'S NAME: Marc Belanger,Jr. BUSINESS ADDRESS: 65 Bradley Dr, Westbrook, ME 04092 SECRETARY'S TREASURER Sean Ferguson NAME: NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 65 Bradley Dr, "{ Westbrook, ME 04092 f f a i 4 a 2018 PROPOSAL-15 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM PRICE TOTAL NO SPEC DESCRIPTION QUANTITY UNITS BID ALTERNATE 1 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS 19,200.00. 19,200.00 EROSION AND SILTATION CONTROL 90;000;.00 2 C-105-6.1 MOBILIZATION (8%+1-) 1 LS 9Q,000 00, 1 LS wK 30,100 00 -30,100 00_ 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC r F n• 777--77777777 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS'_ 6,600 00. =;6,60000 t 5 L-108-5.1 NO.8 AWG,5KV, L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 52,000 LF' 7 00.' 364,000 00 OR CONDUIT n NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 6 L-108-5.2 LF { ` 16 OOa 5,040.00. INSTALLED ABOVE CONDUIT 7 L-110-5,1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF 46 OQ 14,490.00 " CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 11,500 LF- 5:00' .57,500.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 12 EACH 1,400 00 16,800 00. 10 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH 4,400a 00 30,I 00 , - a PROPOSAL-2 ELIZABETH FIELD AIRPORT(0B8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE_ TOTAL NO SPEC DESCRIPTION .500 00 3,500'00 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH 12 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM a EACH 75,000,00 300,000.00 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH Y 32,000 00 128;000 00 - 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 1 EACH 1 500:00 1,500 00 - 15 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH 6,70000 26,800 00 4 EACH 2,700.00 10;80000 16 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM : . 3 500:00 3,500.00 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS , 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP 7;600:0.0-, 7,600.00 TOTAL CONTRACT-BID ALTERNATE 1 1 1-16;-230:00 Y PROPOSAL-3 ELIZABETH FIELD AIRPORT(OB8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS- PRICE TOTAL ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, :_ 60,00000; . 60,000:00 STYLE I-B,SIZE 2,LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS 7;800 00. 7,890.00 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 3 L-108-5.1 2,500 LF � �121500 00 OR CONDUIT s r NO.6 AWG,-SOLID, BARE COPPER COUNTERPOISE WIRE R 15 00 s 750 00 INSTALLED ABOVE CONDUIT ,y 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF CONDUIT, IN TURF 45 00 ' 2,250 00 E 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF ;v 13 00; n 3,000 00, TOTAL CONTRACT-ADD-ON NO. 1 `86,3Q0 00: _ TOTAL CONTRACT 1202,530 00 `' .Ft . PROPOSAL-4 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION BID ALTERNATE 2 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS •-,19,200'.00 - 19200.00 1 C-102-5.1 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION (8%+/-) 1 Ls w 110,000 00 110 00 ,000 :. -30 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 Ls 30 10Q, 00' ,100 00 1 Ls 6,600 00 6,600 00 4 C-107-5.1 SURVEY AND STAKEOUT NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 61,300 LF 7 00 429,100 0.0 5 L-108-5.1 OR CONDUIT 6 L-108-5,2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF 15 00 -4,725 00 INSTALLED ABOVE CONDUIT NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF '145 00: 14;175-.00 . 7 L-110-5.1 CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 19,5ao LF 78;000.00' 9 L-110-5.3 GRAVEL DRAINAGE SUMP 17 EACH 1800 00: ..30,600.00 ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 7 EACH 4,150 OO 29,050.00 10 L-115-5.1 CLASS 113 + PROPOSAL-5 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH 3 900 00 27,300.00- 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH :500 00 „ _ 3,`500'.00 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT, BASE MOUNTED, LED 34 EACH 1;350 00 45,900,00 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 10 EACH :.2,410'00 24,100 00 ` 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 4 EACH 15,800.00 .63,200 00 ;. i 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 67,$00 00 270,000 00'. r s� 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH J'29;000 00t 116,000 00=- k I t J` 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 34 EACH 400 00 u 13,600 00 x; 19 L-125-5.7 REMOVAL OF EXISTING GUIDANCE SIGN 4 EACH '1,400 00 5,600 00, 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 EACH 1,500 00 28,500 00. PROPOSAL-6 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM - UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH ,. .°: 6,900.00 _- . 27,600.00, 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH 2,700s00 10,800;00 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS '7,60000 _ 7,600.00. 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP' 7,60000 7,600:00 ; TOTAL CONTRACT-BID ALTERNATE 21,402,850.0-0' ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS `;60,000 00 60;000 00 1 L-107-5.1 STYLE I-B,SIZE 2, LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS 7,80Q00 7;800 00 3 L-108-5.1 NO.8 AWG, 5 KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF 5.00` 12,500.00 OR CONDUIT 4 L-108-5,2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 50 LF 15.0'Q _ 750.00 INSTALLED ABOVE CONDUIT , PROPOSAL-7 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT IITEM TOTAL NO SPEC DESCRIPTION QUANTITY UNITS PRICE 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF 45 00 " 2,250 00 CONDUIT, IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF 3 00 3,000 QQ: TOTAL CONTRACT-ADD-ON NO 1 .-' 86,'3,00 00; TOTAL CONTRACT `:1,489;150 00 PROPOSAL-8 ELIZABETH FIELD AIRPORT(0B8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM PRICE TOTAL NO SPEC DESCRIPTION QUANTITY UNITS BID ALTERNATE 3 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION, SOIL 1 LS : 19,200'.00 19,200:00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION'(8%+/-) 1 LS 1251-00-0.00 _ 125,000.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS y30,050 00 ", .;30,050 00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS 6-600:00 6;6Q0 00. , . NO.8 AWG,5 KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 67,500 LF 7:'00 472,500.00 5 L-108-5.1 OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF 15 00 4,725 00 INSTALLED ABOVE CONDUIT NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF 45 00 7 L-110-5.1 CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 25,110 LF _ -4 00 100,440.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 20 EACH 1 800 Qo 36 000.00. ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 11 EACH 4,250 00, 46,750.00 10 L-115-5.1 CLASS 1 B PROPOSAL-9 c ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH'p 3 900 DO 27,300 00 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH t} r '.500#00 :3,500 00 F13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT, BASE MOUNTED, LED 63 EACH "950 0.0 '59,850 00 t 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 21 EACH '2,570'.00 ;,53,970 00 _ 15 L-125-5.3 AIRFIELD GUIDANCE SIGN, SIZE 2,2 MODULES 8 EACH` 11,800 00 94,400 00 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 68,000 00 272,06O 00 r i � 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 29,000`00 u t 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 63 EACH f r ` 400 00 25,200 00, 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH 1�000 QQi ;4 8,000 00 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH „ 1,700 00 _ 37,400 00 PROPOSAL-10 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH 6,400.00 2$,600.00 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH 2,400.00 9,600,0&" 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS 7;600.00. 7,600.00 - 7,600.00 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP 7,`600:0.0' ' TOTAL CONTRACT-BID ALTERNATE 3 ,' 1,,603,4.60:00 ADD-ON NO.1 . L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS 60,000 00': 60,000.00, _ 1 L-107-5.1 STYLE I-B,SIZE 2, LED -7777 f 7777 . .. 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 Ls00.00 NO.8 AWG,5 KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF 5 00 12,500.00 3 L-108-5.1 OR CONDUIT NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 50 LF 15".00 750.00 4 L-108-5.2 INSTALLED ABOVE CONDUIT PROPOSAL-11 i ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 5 L-110-5,1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF ' 45 00 2,25.0 00 CONDUIT, IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF 3 OOy' 3,QQ0 00 , TOTAL CONTRACT-ADD-ON NO. 1 TOTAL CONTRACT `';", lt689 760.00., j PROPOSAL-12 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER,IF A CORPORATION: BY: '(Print d N e&Title) ' f ( igna e) CORPORATI NAME: -2 r ADDRESS: I ! � � 1 L arl (SEAL) neutLd ( 33U STATE OF CORPORATION CHARTER: n A PHONE NO: q (10"61 DATE: NAME:-------------- ENT'S 0.M PAST n BUSINESS I _' ADDRESS: �ar�euel� n� 133(�-f SECRETARY'S TREASURER'S NAME: �S 1 Ct NAME: � 1 ►� ' � Q BUSINESS 11 BUSINESS l L 1L�W N ADDRESS: I� L�, `�'` t ADDRESS: � � Bd�r PNZ v 6CL nwt f1q 133 6q 2018 PROPOSAL-1 5 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE;AND NAVAID REHABILITATION - UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 1 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL _ ^ � EROSION AND SILTATION CONTROL 1 LS 2 C-105-6.1 MOBILIZATION(8%+/-) LS - �a. ✓P r"'Y r v. x ''£`i v t t 7gu �� t `' �' * ? y, i�; LS 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 (/t' r� v ' 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS NO.8 AWG,SKV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 5 L-108-5.1 52,000 LF OR CONDUIT y ; NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF 6 L-108-5.2 INSTALLED ABOVE CONDUIT t- ,p F � s a NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC ' 7 L-110-5.1 315 LF CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 11,500 LF � 9 L-110-5.3 GRAVEL DRAINAGE SUMP 12 EACH 10 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACHk �' b .$� ���$ 4 K^3q M"�/$yw t'^�'P d' J '�fi'�� ✓'""F. Z k ' r PROPOSAL-2 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION _ UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION r ; 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH 3 12 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH . 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4. EACHr - s s n a ua' en n `5 a t .# xs I EACH 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 5 � 15 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH aD � v F y a EACH "rr� D 16 L-125-5.10 REMOVAL 4 OF EXISTING REIL SYSTEMQ 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS a , 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP TOTAL CONTRACT-BID ALTERNATE r PROPOSAL-3 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, " ' 1 L-107-5.1 STYLE I-B,SIZE 2,LED 1 LS i * d 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS# h NO,8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 3 L-108-5.1 2,500 LF D OR CONDUIT { 4 L-108-5.2 NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE LF LF i INSTALLED ABOVE CONDUIT '" 2 INCH PVC NON-ENCASED ELECTRICAL CONDUIT,1 WAY- 5 L-110-5.1 50 LF x x fi a CONDUIT,IN TURF a ..-- w_ 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF' = Ta dhji ©r TOTAL CONTRACT-ADD-ON NO 1 Y - TOTAL CONTRACT l J PROPOSAL-4 ELIZABETH FIELD AIRPORT(058) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION BID ALTERNATE 2 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION.(8%+l-) 1 LST� � ©�� - t 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS 'tea a3 V fl ky�� " r e `� k 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS p oa D°ao N0.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 61,300 LF 5 L-108-5.1 OR CONDUIT x ` 514 NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE LF 315 6 L-108-5.2 INSTALLED ABOVE CONDUIT 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT,1 WAY-2 INCH PVC 315 LF * CONDUIT,IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 19,500 LF r 9 L-110-5.3 GRAVEL DRAINAGE SUMP 17 EACH ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 7 EACH 10 L-115-5.1 CLASS-1 B - - - - PROPOSAL-5 ELIZABETH FIELD AIRPORT(OB8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION � 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH F�O r !J u � 7 EACH 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT � � 9 6 k r *fi 34 EACH 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED,LEDs 14 L-125-5.2 L-8676 NON LOAD BEARING LIGHT BASE,IN PAVEMENT 10 EACH e �, r—=` 'x J��] 4 EACH 15 _ L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,.2 MODULES , �4 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH iv s xe3 fp` d*d0 p y DOD f .. 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 3 21 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 34 EACH a 19 L-125-5.7 REMOVAL OF EXISTING GUIDANCE SIGN 4 EACH, fK r y% t91 � � �U 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 EACH PROPOSAL-6 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE;AND NAVAID REHABILITATION -- - UNIT - ITEM PRICE TOTAL NO SPEC DESCRIPTION QUANTITY UNITS 21 L-125-5.9 REMOVAL OF EXISTING'PAPI SYSTEM 4 EACH p. 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH x � � y r 35 t+ o "� /S 4 � � 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS rs Ls k q 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP TOTAL CONTRACT-BID ALTERNATE ADD-ON N0.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS D STYLE I-B,SIZE 2,LED 7 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS ! ' :a NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANKx ' 3 L-108-5.1 2,500 LF OR CONDUIT 4 L-108=5.2 NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 50 LF INSTALLED ABOVE CONDUIT � � 2 } PROPOSAL-7 ELIZABETH FIELD AIRPORT(OB8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM -- - UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL NON-ENCASED ELECTRICAL CONDUIT, 1 WAY 2 INCH PVC 5 L-110-5.1 50 LF CONDUIT, IN TURF F1 r O R 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF ,u r TOTAL CONTRACT-ADD-ON NO 1 TOTAL CONTRACT PROPOSAL-8 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION - UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION BID ALTERNATE 3 777777 d £ ai4 `-. COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOILh ripe 1 C-102-5.1 1 LS EROSION AND SILTATION CONTROL <kS 1 LS 2 C-105-6.1 MOBILIZATION(8%+/-} 7b � 4 3.. 3• C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS -' 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS � r ©� ,W NO.8 AWG,5 KV, L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 67,500 LF 5 L-108-5.1 OR CONDUIT -^" r C 6 L-108-5.2 N0.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 315 LF INSTALLED ABOVE CONDUIT �$ NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF Z p 7 L-110-5,1 � CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 25,110 LF x R 9 L-110-5.3 GRAVEL DRAINAGE SUMP20 EACHY ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 11 EACH 10- L-1.15-5.1 CLASS 1 B - '�.;,^ PROPOSAL-9 ELIZABETH FIELD AIRPORT(0138 AIRFIELD LIGHTING,SIGNAGE AND NAVAID REHABILITATION ITEM l UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11— L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH ; 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED, LED 63 EACHwj �2�a _ - a r .,.�,� ��r�` _s a rev •4�`X� 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 21 EACH , �9 9 u� 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 8 EACH 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM — 4 EACH." , 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 63 EACH g` r _az4".;"sattw, k i e e t z 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH f �1C O PROPOSAL-10 ELIZABETH FIELD AIRPORT 0138) AIRFIELD LIGHTING,SIGNAGE,AND.NAVAID REHABILITATION -- - UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH '4" ly 4 EACH 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 2 �2 46 0 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST 1 LS 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP , r y: TOTAL CONTRACT-BID ALTERNATE 3 '� ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, LS 1 L-107-5.1 STYLE I-B,SIZE 2, LED s - 2 .� T fD' �x ,r mar �' e a t^ f gin. „�'�s..{� "' J a :h .:. .� .i 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LSx' NO.8 AWG,5 KV, L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 2,500 LF / 3 3 L-108-5.1 OR CONDUIT `P w NO:6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 4 L-108-5.2 INSTALLED ABOVE CONDUIT 50 LF - ,.. PROPOSAL-11 ELIZABETH FIELD AIRPORT(0B8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION ,y NON-ENCASED ELECTRICAL CONDUIT, 1 WAY—2 INCH PVC 50 LF % v 5 L-110-5.1 CONDUIT, IN TURF � a D r _ - 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LFi y J D TOTAL CONTRACT-ADD-ON NO 1 Q TOTAL CONTRACT PROPOSAL-12 Elizabeth Field Airport Airfield Lighting,Signage&NAVAID Rehabilitation BIDDER,IF A CORPORATION: BY: Eric Mattern,President&Corporate Secretary (Printed Name&Title) (Signature) CORPORATION NAME: Mattern Construction,Inc. ADDRESS: 26M Bushnell Hollow Road (SEAL). Baltic CT 06330 STATE OF CORPORATION � — CHARTER: l PHONE NO: 860-822-8457 DATE: l 3 PRESIDENT'S NAME: Eric Mattern BUSINESS ADDRESS: 26M Bushnell Hollow Road Baltic CT 06330 SECRETARY'S TREASURER'S A NAME• Eric Mattern NAME: BUSINESS BUSINESS ADDRESS: 26M Bushnell Hollow Road ADDRESS: 26M Bushnell Hollow Road Baltic, CT 06330 Baltic CT 06330 2018 PROPOSAL4 5 y ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTA L PNO SPEC DESCRIPTION BID ALTERNATE 1 1 iE]COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS ,116,000 00 G $115:000 00. , EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $209 760 00'.r $209760 00' 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS -� $115000 00 $115 000 00 ° 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS $132;25000, ° $132'250:00, NO.8 AWG,SKV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 52,000 LF $8 92 $463 840 00 5 L-108-5.1 OR CONDUIT NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 315 LF $3 75 $1 181 25 6 L-108-5°2 INSTALLED ABOVE CONDUIT NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF $157 53 $49 621;.95 7 L-110-5.1 CONDUIT,IN TURF 00 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 11,500 LF $10 02 $11'5 230 12 EACH 9 L-110-5.3 GRAVEL DRAINAGE SUMP 10 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH $4 595 40 $32 167 80; PROPOSAL-2 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION ,e e 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $2,668 00 .N $18 676 00, 12 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH $92 214 48 $368�857 92 EACH $54 412 4 83 $217^651 32 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 75 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 1 EACH $2$ 00 �, $2.875 00. t 15 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH $22 540 00 �;` $90160 00 W 16 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH $14 435 00 $57,740 00 •k. 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS $10,000 00 $10 000,00 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $20 125 00 ;. $20 125.00 TOTAL CONTRACT-BID ALTERNATE 1 $2029,989:' 44 PROPOSAL-3 ELIZABETH FIELD AIRPORT 0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION ADD—ON NO.1 1 L-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS ` $83 000 00 STYLE I-B,SIZE 2,LED t $83 000 00 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS $4,050000� �` �' �'$40 500�00 t Ya 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF $1075 �• ` $2Q 875 00 ` OR CONDUIT , x NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE $3 950''00 $79 00 4 L-108-5.2 50 LF INSTALLED ABOVE CONDUIT 5 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY—2 INCH PVC 50 LF r $214 00 CONDUIT, IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF � a" a TOTAL CONTRACT-ADD—ON NO 1 a S. TOTAL CONTRACT $2211*214, 4wf x r PROPOSAL-4 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION BID ALTERNATE 2 1 C-102-5,1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS $115;000.00 4- $115,000.00. EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $200,760.00 $209,760.00 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS $1'1;5;000 00 000:00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS $132,250.00 $132;250.00 5 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 61,300 LF $g 92 $546,796 00 OR CONDUIT NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 315 LF 6 L-108-5.2 $3 75 INSTALLED ABOVE CONDUIT 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF '$157'.53 $49,621,.95 CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 19,500 LF . $10.02 .$195;390.00 " 17 EACH 9 L-110-5.3 GRAVEL DRAINAGE SUMP $821 10 .° .$13,958.70 10 L-115-5.1 ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 7 EACH $a,162.50: $22,137.50. CLASS I 7_5- PROPOSAL-5 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE Z EACH mow' $4 595 40 E $32 167,80 11 5 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT $2 668 00 `$18 676.00. 7 EACH .' 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT, BASE MOUNTED,LED 34 EACH $511c7 50 $173 095 00 ;• 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE,IN PAVEMENT 10 EACH $124 737:70�" 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES 4 EACH $7;822 30 $31289:20 $92 48-, 16 L-125-5.4 PRECISION APPROACH PATH IN (PAPI)SYSTEM 4 EACH 214 $368 857 92:" x 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH,, $54 412 83 7,651. 32 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 34 EACH," $95 795 00 19 L-125-5.7 REMOVAL OF EXISTING GUIDANCE SIGN 4 EACH $3 335 00 x $177 3 340.00 �r 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 EACH $2';875 00 $54 625.00 k fpp PROPOSAL-6 ELIZABETH FIELD.AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAP[SYSTEM 4 EACH $22;540.00 4 '' $90 160:00 $14 432 50 ' z $57 730 00' 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH _ 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS $10 000 00 $10 000 00 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW—UP FAA FLIGHT CHECK 1 TRIP $20 125 00 $20 125 00 TOTAL CONTRACT-BID ALTERNATE 2 ADD-ON NO.1 ;x 1 C-107-5.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS 383 000 00 $83 000.00' °£ STYLE I—B,SIZE 2, LED _ 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LS T $40 50000 $40500 00 � NO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 3 L-108-5.1 2,500 LF $10 75 ;n $26 675 00 OR CONDUIT 4 L-108-5.2 NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 50 LF $79 00 m 3,950 00 INSTALLED ABOVE CONDUIT PROPOSAL-7 r ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT r05 QUANTITY UNITS PRICE TOTAL ITEM DESCRIPTION L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF $294 00 "$ 0 700 00 CONDUIT,IN TURF r L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF $ �, $16 200 00 TOTAL CONTRACT-ADD-ON NO 1 ,$181=225 00 TOTAL CONTRACT $2;891-470.94 PROPOSAL-8 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 3 1` C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS $1,15,000.0,0 $115,000.00 EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $2091760.00. ' �$209;760.00' 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS $1.15,000 O0.; $11`5;000.00 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS $132;250:00 $132,250.00 5 L-108-5.1 NO.8 AWG,5 KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 67,500 LF .$8.92 1$602,1 00.00 OR CONDUIT - 6 L-108-5.2 NO.6 AWG, SOLID,BARE COPPER COUNTERPOISE WIRE 315 LF $3:75 "M $1,�181 25 , INSTALLED ABOVE CONDUIT 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF $157:53 $49,621.95 - CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 25,110 LF P0.02- $251,602:20 9 L,110-5.3 GRAVEL DRAINAGE SUMP 20 EACH $821'.10 $16;422.00 10 L-115-5.1 ELECTRICAL JUNCTION STRUCTURE, L-867 LIGHT BASE,-SIZE B, 11 EACH $3,162 50` $34,787.50 CLASSIB PROPOSAL-9 J' ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH $4 595 40- $32 1`67.80' 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $2 668 OOx $18676 00 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT, BASE MOUNTED,LED 63 EACH $5 117 50� $322;402 50� 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 21 EACH $12 473:77 $261,949 17 15 L-125-5.3 AIRFIELD GUIDANCE SIGN, SIZE 2,2 MODULES 8 EACH � $7 822 30 ;$62 578.40 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH = $92 214 48 $368;857 92 ` y`7 n 9 ' 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH $54 412:83 a �' $217,65132; 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 63 EACH $2 817 50 � $177;502 50 , 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH $3 335 OQt $26 680 00 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH $2,875 OOP' $63,250 00', PROPOSAL-10 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM QUANTITY UNITS PRICE TOTAL NO SPEC DESCRIPTION 21 L-125-5.9 REMOVAL OF EXISTING PAP SYSTEM 4 EACH $22,54,0.00 - '"$90,mob' 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH $14,43250 , $57,730.00 0 1 LS : $10,000 00 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10/o TOTAL COST) $;10,000.00 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $20125.00^ $20,125:00 TOTAL CONTRACT-BID ALTERNATE 3 13,257,455.51 ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS $83;000.00 $83;000.00 1 L-107-5.1 STYLE I-B,SIZE 2,LED 1 . $40,500.00 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION LS ENO.8 AWG,5 KV,L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF $26875.0& L-1 OR CONDUIT $1075NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 50 LF $79.00 $3,950.00 INSTALLED ABOVE CONDUIT ' PROPOSAL-11 w ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF x $214 00 $10 700 00 5 L-110-5.1 CONDUIT, IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF $1620 $16 200 00 TOTAL CONTRACT-ADD-ON NO 1 $181 225 00 TOTAL CONTRACT z$3 438,680 51 I PROPOSAL-12 h Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation BIDDER,IF A CORPORATION: BY: William Parker, President (Print Titl (Signature) CORPORATION NAME: L.E.B Electric, Ltd. ADDRESS: 21 Seabro Ave. Amityville, NY 11701 (SEAL) STATE OF CORPORATION CHARTER: New York PHONE NO: 631-842-0500 DATE: 03/13/2025 PRESIDENT'S NAME: William Parker BUSINESS ADDRESS: 21 Seabro Avenue Amityville, NY 11701 SECRETARY'S TREASURER'S N/A NAME: N/A NAME: BUSINESS BUSINESS ADDRESS: ADDRESS: 2018 PROPOSAL-15 c _ ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,-AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL $75,000'00 1. C-102-5.1 1 LS $75;000 OQ` EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS $65000 0� $65�QQ�OQ ., M sg - 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS p$ OO�a000`00� :w „t a' e _ Ate+ 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS _ ���OQ,000 OO $'�`-00,000`00 NO.8 AWG,SKV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 52,000 LF $5 OO $ZBO,000 OO z 5 L-108-5.1 OR CONDUIT NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 6 L-108-5.2 315 LFOOP 575 00 INSTALLED ABOVE CONDUIT xx 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF' n 126 00 , $8,190.Ofi0 CONDUIT,IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 11,500 LF $2`50 _ � $28,750;00 .t'�, D ,� 'y` e '` p� 'a`tu • 9 L-110-5.3 GRAVEL DRAINAGE SUMP 12 EACH $�'�;�J00 00" 10 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH s PROPOSAL-2 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 11 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH $50,000 $3;�J00 00 12 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH 13 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH ��4,`300 0 �` $57:,200 0.0 ° x 14 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 1 EACH $500 00 n< $50O O.Or; 15 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH $1.,000 OO' $4,000 OO .. 16 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH $�,000 00 $4,000 00 17 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS 2,$ 2.72 18 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP °$5,000;OO $5+00000 TOTAL CONTRACT-BID ALTERNATE 1 $963,H6772 . PROPOSAL-3 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS $25-,50Q QO $25;50000 s; : 1 L-107-5:1 STYLE I-B,SIZE 2,LED 57 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 1 LSS,000 QQ. ��,QQQ QQ ; $SQQ $12,5QQ'�Q' 3 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 2,500 LF OR CONDUIT NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 4 L-108-5.2 50 LF INSTALLED ABOVE CONDUIT r NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 50 LF s $1;300 QO 5 L-110-5.126 QQ CONDUIT, IN TURF c 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF " $2rjQ `{ Y $2rjQQ`QQ r, I'd TOTAL CONTRACT-ADD-ON NO 1 $47,'QrJOQQ 6 tx TOTAL CONTRACT 17 PROPOSAL-4 i ELIZABETH FIELD AIRPORT(088) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL BID ALTERNATE 2 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS EROSION AND SILTATION CONTROL 2 C-105-6.1 MOBILIZATION(8%+/-) 1 LS --1;00,0004b0 $'1 O0,000.`OQ 3 C-106-3.1 SAFETY,SECURITY AND MAINTENANCE OF TRAFFIC 1 LS � '. $1 OO,000��OO d' $1 OO;000'OO 4 C-107-5.1 SURVEY AND STAKEOUT 1 LS "',�100',000`OO; w° $��0�,000.00. 5 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 61,300 LF $5':00 $306,50,0 OR CONDUIT 6 L-108-5.2 NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 315 LF $5;00 $1";575 �4O INSTALLED ABOVE CONDUIT i 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF $26 OO• $8,1'90.00 . CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 19,500 LF $2:5Q $4$;750.00 9 L-110-5.3 GRAVEL DRAINAGE SUMP 17 EACH ._$1�;,500 �� V 8,500,00� L-115-5.1 ELECTRICAL JUNCTION STRUCTURE,L-867 LIGHT BASE,SIZE B, 7 EACH $4',SOO.OQ 3'1,S.00.00: Fl CLASS 1 B - ' PROPOSAL-5 ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 1 1_ L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH $1,SOO QO ,'$`12000 004, ` .4 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH { $1,500 00 ` r $$10,500 00 6 dk u } 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT,BASE MOUNTED, LED 34 EACH $3ZOQ .0 $108,8OO:QO .: 14 L-125-5.2 L-867B NON LOAD BEARING LIGHT BASE, IN PAVEMENT 10 EACH �$6,4��0 OO`� $64�, 00 OO 15 L-125-5.3 AIRFIELD GUIDANCE SIGN,SIZE 2,2 MODULES ° 4 EACH w$1 O;$DO OOP a�$43200 QO 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH r$37,280 OO` $149,120:00 _ T a C 1A 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH $19,0�0 OO $76QOO 0� R 7 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE 00 34 EACH � $5OO OO" ` �r �$� ;0 "QO 19 L-125-5.7 REMOVAL OF EXISTING GUIDANCE SIGN 4 EACH 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 19 EACH $50O'OO ., $9;500 09 'ss PROPOSAL-6 I ELIZABETH FIELD AIRPORT(0138) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION ITEM UNIT NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 EACH ���0,000 0�`a `$40,0�0 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS <u r 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA FLIGHT CHECK 1 TRIP $5�`QQ0 o0= TOTAL CONTRACT-BID ALTERNATE $1`�546,886.12`'.- ADD-ON NO.1 L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, w ` $25,500.00 = $26,500 00 STYLE I-B,SIZE 2, LED 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION 3 L-108-5.1 NO. 8 AWG,5 KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF 0n425;000 OQ OR CONDUIT ?y 4 4 L-108-5.2 NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 50 LF ��0 00. �6Q0'•6Q' INSTALLED ABOVE CONDUIT PROPOSAL-7 ELIZABETH FIELD AIRPORT(0138 AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM TOTAL NO SPEC DESCRIPTION - QUANTITY UNITS PRICE NON—ENCASED ELECTRICAL CONDUIT, 1 WAY—2 INCH PVC * s fix} 5 L-110-5.1 50 LF CONDUIT, IN TURF 6 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LF s TOTAL CONTRACT-ADD-ON NO.1 $G4,8OO OO; r TOTAL CONTRACT $1,611`,6H6:12 PROPOSAL-8 ELIZAI FIELD AIRPORT(0B8) ������AIIRFIELDLIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT FNOSPEC QUANTITY UNITS PRICE TOTAL DESCRIPTION BID ALTERNATE 3 1 C-102-5.1 COMPLIANCE WITH TEMPORARY WATER POLLUTION,SOIL 1 LS $75,000 OO 75 000 00 EROSION AND SILTATION CONTROL 1 0 2 C-105-6.1 MOBILIZATION(8/a+/-) LS $170,000 0_„ ` 3 C-106-3.1 SAFETY, SECURITY AND MAINTENANCE OF TRAFFIC 1 LS „$100,000 0 0',o00 0® 4 C-107-5.1 SURVEY AND STAKEOUT 00,000 00 $� �� s zy 5 L-108-5.1 NO.8 AWG,5 KV,L-824,TYPE C CABLE,INSTALLED IN DUCT BANK 67,500 . LF $1J0 00 ' $675,5�0 Q0 OR CONDUIT a NO.6 AWG,SOLID,BARE COPPER COUNTERPOISE WIRE 7 7� 6 INSTALLED ABOVE CONDUIT L-108-5.2 315 LF $� , ` � 7 L-110-5.1 NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 315 LF CONDUIT, IN TURF 8 L-110-5.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 25,110 LF $2 50 $62;775 00 _ 9 L-110-5.3 GRAVEL DRAINAGE SUMP 20 EACH � $1 0500 00 $21 Q,000 00 ELECTRICAL JUNCTION STRUCTURE, L-867 LIGHT BASE,SIZE B, 11 EACH $4,5'S00 �,0 $49,500j 00 10 L-115-5.1 ' CLASS1B t PROPOSAL-9 y ELIZABETH FIELD AIRPORT(5B8) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM PRICE TOTAL NO SPEC DESCRIPTION QUANTITY UNITS 11 L-119-5.1 DOUBLE AIRPORT OBSTRUCTION LIGHT ON EXISTING BASE 7 EACH a Y - $10 500 00 „ 12 L-119-5.2 REMOVAL OF EXISTING AIRPORT OBSTRUCTION LIGHT 7 EACH SQ� �O4r 13 L-125-5.1 MEDIUM INTENSITY RUNWAY EDGE LIGHT, BASE MOUNTED, LED 63 EACH $3,200 00 $Zo1;`600 00 � m 14 L-125-5.2 L-8676 NON LOAD BEARING LIGHT BASE, IN PAVEMENT 21 EACH $6,400 �� M1F $134`,400 00 v 15 L-125-5.3 AIRFIELD GUIDANCE SIGN, SIZE 2,2 MODULES 8 EACH �;$®� $37,280 0a 16 L-125-5.4 PRECISION APPROACH PATH INDICATOR(PAPI)SYSTEM 4 EACH , 17 L-125-5.5 RUNWAY END IDENTIFIER LIGHT(REIL)SYSTEM 4 EACH $19,000 00 $76,000 J'll r,; r 5 $500 00x' $31`,500 Q0, 63 EACH 18 L-125-5.6 REMOVAL OF EXISTING ELEVATED EDGE LIGHT FIXTURE rt 19 L-125-5.7 REMOVAL OF EXISTING AIRFIELD GUIDANCE SIGN 8 EACH $150000 3 A $�Z,Oo�f�O 20 L-125-5.8 REMOVAL OF EXISTING LIGHT BASE OR JUNCTION CAN 22 EACH $�,500 OO $33,000'00 PROPOSAL-10 ELIZABETH FIELD AIRPORT(068) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION - UNIT ITEM PRICE TOTAL NO SPEC DESCRIPTION QUANTITY UNITS 21 L-125-5.9 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH � �� t EACH 22 L-125-5.10 REMOVAL OF EXISTING REIL SYSTEM 4 E s 23 L-125-5.11 SPARE PARTS(NOT TO EXCEED$10,000 OR 10%TOTAL COST) 1 LS Zt�6�j12n� a C2 ' , , �'. Y''a•� t..:fi_.�-#�x. - �..2 ' :+. &, * a' � ash �r 24 L-125-5.12 CONTRACTOR SUPPORT FOR FOLLOW-UP FAA*FLIGHT CHECK 1 TRIPx ` .e TOTAL CONTRACT BID ALTERNATE 3 il ADD-ON NO.1 y L-807(L)PRIMARY WIND CONE INSTALLED ON NEW FOUNDATION, 1 LS :$2550000 `� 2 50000 � 1 L-107-5.1 STYLE I-B,SIZE 2, LED. - i 1 �� 10 0000 $1s0;000 00 ; 2 L-107-5.2 REMOVAL OF EXISTING WIND CONE AND FOUNDATION LS ; k: � , 3 L-108-5.1 NO.8 AWG,5 KV, L-824,TYPE C CABLE, INSTALLED IN DUCT BANK 2,500 LF $a1000 � $25;000�00 ti '� Y OR CONDUIT NO.6 AWG,SOLID, BARE COPPER COUNTERPOISE WIRE 4 L-108-5.2 50 LF INSTALLED ABOVE CONDUIT ' PROPOSAL-11 ELIZABETH FIELD AIRPORT(088) AIRFIELD LIGHTING,SIGNAGE,AND NAVAID REHABILITATION UNIT ITEM NO SPEC DESCRIPTION QUANTITY UNITS PRICE TOTAL ar NON-ENCASED ELECTRICAL CONDUIT, 1 WAY-2 INCH PVC 5 L-110-5.1 50 LF ; CONDUIT, IN TURF d r > 6 L-110-6.2 CABLE REMOVAL IN EXISTING DUCT BANK OR CONDUIT 1,000 LFr � Qr � r TOTALCONTRACT-ADD-ON NO.16q dk a TOTAL CONTRACT ` $2,375;6$642A PROPOSAL-12 i Noncarrow, Denis From: John Frazee <1Frazee@cscos.com> Sent: Friday, February 21, 2025 4:50 PM Subject: OB8 - Elizabeth Field Airport-Airfield Lighting, Signage & NAVAID Rehabilitation Attachments: OB8 Lighting, Signage &NAVAID Rehab-Bidders List_2-21-25.pdf The current planholders list for the subject project is attached for your reference. Reminder that bids are due on or before 2:00pm March 13,2025. Questions must be received 7 days prior to the bid opening. Thank you, John John F. Frazee, PE cps Chief Engineer j FEB 2 2 2025 COMPAMEr office: (315)455-2000 direct: (315)238-2917, , .E P4��,q, g•� r � f{ �, .p„� cell: (315) 857-5147La ifrazee@cscos.com Build your career at C&S! 499 Col. Eileen Collins Blvd. Syracuse, NY 13212 CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information.If you are not the intended recipient,you are hereby notified that any use,disclosure, copying,distribution,or taking of any action in reliance on this information is strictly prohibited.If you have received this e-mail in error,please notify the sender immediately by e-mail and delete the message. ATTENTION: This email came from an external source. Do not open attachments or click on links from unknown senders or unexpected emails. 1 Fishers Island-Elizabeth Field Airport . Airfield Lighting, Signage&NAVAID Rehabilitation AIP Project No.3-36-0029-031-2024(D) - cas NYSDOT Project No.0913._(D) COMPANIES Bid Advertisement Date: February 13,2025 Bid Opening Date: March 13,2025,2:OOpm PLANS AND SPECIFICATIONS TAKEN BY BIDDER PROSPECTIVE BIDDER NO. PHONE&FAX ADDRESS 1 Name: Brenda Longwell 700 Science Blvd. Company: ADB Safegate Gahanna,OH 43230 Phone No.: 614-573-8255(0),614-205-9758(C) Fax No.: email: Brenda.Lon well adbsafe ate.com 2 Name: Amy Brown&Tim Scimone 108 Fairgrounds Drive Company: Airport Lighting Company Manlius, NY 13104 Phone No.: 315-256-1173,315-295-5405 Fax No.: email: amy0airportliahtinacompany.com Tim.scimoneeairportliahtingcompany.com 3 Name: Malisa Fearing 4 Victory Drive Company: Kobo Utility Construction Corp. P.O. Box 578 Phone No.: (508)888-2255 (0), (804)313-7746 (C) Sandwich, Ma 02563 Fax No.: (508)888-2224 email: malisa.fearing0koboutility.com 4 Name: Frank Kazienko 10501 Franklin Ave Company: Multi Electric Mfg., Inc. Suite 400 Phone No.: (773) 722-1900 (0), (773)708-1654(C) Franklin Park, IL 60131 Fax No.: email: fkazienkoO-multielectric.com 5 Name: Jason Collier 300 Veterans Way Company: Allied Solution Enterprise Carmel, IN 46032 Phone No.: 877-328-4432 Fax No.: email: contracts aaall led solution enterprise.com 6 Name: John Berntsen 852 Lafayette Avenue Company: Berntsen Atlantic Corp. Bohemia, NY 11716 Phone No.: (631)942-0605 Fax No.: email: iohnOberntsenindustries.com 7 Name: Juliette Gonzalez 30 Corporate Dr. Company: Eldor Holtsville, NY 11742 Phone No.: (631)-218-0010 ext.141 Fax;No.: Fax: (631)-758-0071 email: iponzalez@eldor.com C&S Project No.211.022.001 Pagel - i Fishers Island-Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation AIP Project No.3-36-0029-031-2024 (D) cas NYSDOT Project No.0913._(D) COMPANIES Bid Advertisement Date: February 13,2025 Bid Opening Date: March 13,2025,2:OOpm PLANS AND SPECIFICATIONS TAKEN BY BIDDER PROSPECTIVE BIDDER NO. PHONE&FAX ADDRESS 8 Name: Jim King 111 Liberty Lane Company: Baseline King Corp. Barneveld, NY 13304 Phone No.: 315-896-6106(0), 315-725-8585 (C) Fax No.: email: baselinekingcorp _gmail.com 9 Name: Antoinette Congialdi 170 Kinnelon Road Company: Construction Information Systems Kinnelon, NJ 07405 Phone No.: 267-251-8828, 800-247-1727 Fax No.: 215-462-1219 email: acongialdi .msn.com 10 Name: Sandy Jenkins 1401 Nobel Street Company: NovaTech Sainte-Julie,QC J3E1Z4, Canada Phone No.: 315-813-7887 Fax No.: email: sienkins .novatechnoloQiesQrp.com 11 Name: Jessica Thomas 3825 Edwards Road, Suite 800 Company: Construct Connect Cincinnati, OH 45209 Phone No.: 513-458-5943,877-761-4347 Fax No.: email: Jessica.Thomas(cD-ConstructConnect.com 12 Name: Nicolas Carino 12 Potter Ave Company: Paul J.Scariano Inc. New Rochelle, NY 10801 Phone No.: 914-632-9200 ext 311 Fax No.: email: ncarino(ci2ipis.com, bidadminOipjs.com 13 Name: Derek Allard 26M Bushnell Hollow Road Company: Mattern Construction, Inc. Baltic,CT 06330 Phone No.: (860)822-8457 Ext.23 Fax No.: email: dereka _matternconstruction.com 14 Name: Sameera 101-09 Jamaica Ave Company: Printing Plus, LLC. (DBA Signarama) Richmond Hill, NY 11418 Phone No.: 718-268-8180 Fax No.: email: infoOsi4narama-foresthills.com 15 Name: Bruce Miller 4201 NW 124th Avenue Company: Hughey&Phillips DME Coral Springs, FL 33065 Phone No.: (954)658-2659 (C), (754)238-5200 EXT 3203 Fax No.: email: bmiller(d)huahevandphillips.com C&S Project No.211.022.001 Page 2 Fishers Island-Elizabeth Field Airport Airfield Lighting, Signage&NAVAID Rehabilitation AIP Project No. 3-36-0029-031-2024 (D) NYSDOT Project No.0913. cas _(D) COMPANIES Bid Advertisement Date: February 13,2025 Bid Opening Date: March 13,2025,2:OOpm PLANS AND SPECIFICATIONS TAKEN BY BIDDER PROSPECTIVE BIDDER NO. PHONE&FAX ADDRESS 16 Name: Liz Humpage 9115 S. Freeway Dr. Company: Lumacurve Airfield Signs Macedonia,Ohio 44056 Phone No.: 800-258-1997 ext.217 Fax No.: email: Iiz(a)lumacurve.com 17 Name: DJ White 266 Clay St Company: The Sign Gallery Manchester, NH 03103 Phone No.: 603-674-4321 Fax No.: email: di ZDsigngallerynh.com C&S Project No.211.022.001 C&S Project No.211.022.001 Page 3 S Born, Sabrina From: legal <legal@theday.com> Sent: Friday, February 7, 2025 1:39 PM To: Born, Sabrina; Evans, Louisa Cc: Noncarrow, Denis; Mudd,Jennifer Subject: Re: Legal Notice-Elizabeth Field Airport Bid Attachments: Invoice -Elizabeth Field Airport Bid.pdf Here is notice d01092831 that will run in the 2/13 edition. Invoice is attached. 1 S i ACCOUNT NUMBER CUSTOMER THE DAY PUBLISH ING COMPANY D83503 TOWN OF SOUTHOLD-TOWN CLERK PO BOX 1231 47 EUGENE O NEILL DRIVE CLIENT PAGE NUMBER DUE DATE NEW LONDON,CT 06320-1231 Page 1 of 1 Upon Receipt Order Number Amount Due d01092831 $701.84 TOWN OF SOUTHOLD - TOWN CLERK CHECK NUMBER ATTN: TOWN CLERK MAKE CHECKS PAYABLE TO DAY PUBLISHING 53095 MAIN ROAD COMPANY PO BOX 1179 Include your account#/ AMOUNT PAID SOUTHHOLD, NY 11971-0959 order rem your check remittance United States PLEASE RETURN UPPER PORTION WITH YOUR REMITTANCE DATE DESCRIPTION PUBLICATION REFERENCE# SIZE%LINESGROSS�OTHERk. NETS i n. ... .. QR QTY AMOUNT AMQUNTI i &K3/25}Elizabeth Field Airport Bid The Day Elizabeth Field - 3Ycol $671.814l $0 00' $671.84, Airport Bid ; ? 02/13/25 'Elizabeth Field Airport Bid Day Classified ',Elizabeth Field 3 col } $5.00j $0 OOi $5.00; Web a e € Airport Bid .a $2 $0 00; $25.0 i 02/13/25 i Elizabeth Field Airport Bid CT Public Noticess 'Elizabeth Field r Not Applicable 5.001 01 . Webpage Airport Bid k ;Total $701.84{ $0.00j $701.84• Account Number Customer Total Due D83503 TOWN OF SOUTHOLD-TOWN CLERK $701.84 Day Credit Department 860-701-4204 Accounting Fax 860-437-7504 Community Classifieds-Toll Free 800-582-8296 Advertising Fax 860-437-8780 Day Publishing Company-Toll Free 800-542-3354 Classified Fax 860-442-5443 d0rv1042831° LEGAL NOTICE NOTICE TO BiDDERS ?Sealed proposals for the construction of the Airfield Lighting,Signage&NAVAID Reha #fbilitation Contract wil l be received at the Town Clerk's Office,53095 Route 25,Southol4l f €;New York 11971, until 2.00 P.M., local time,March 13,2025,and there,at said office; at said time,publicly opened and read aloud. �y I; The proposed project generally includes the replacement of the existing Runway 12-30 ,and Runway 7-25 edge lights,threshold lights,and obstruction lights with new medium I FFIntenslty LED edge lights.Approximately Z345 LF of the Runway 12-30 pavement and, k1,790 LF of the Runway 7.25 pavementwill have the edge lights replaced from the stem. up.Workwill Include replacing light fixture lenses,stem units, isolation transformers,: ,and cablingwlth new energy-efficient medium-intensity elevated LED light units,trans- "formers,and new airfield lighting cable.Similarly,obstruction light improvements will" 'jinclude replacing the light fixture lenses,stem units,isolation transformers,and cabling{ with new energy-efficient medium Intensity,elevated LED light units. The existing, 'lighted guidance signswill be replaced as part of this project on the existing foundations.1 ,Also included is the replacement of the existing tvvo-box PA:Pi units and control units k at RW 12-30 and RW 7-25(4 total sets of PAPls)and the REIL units at each of the four'f ,,runway ends(8 total REIL units)with new LED systems. Gravel drainage sumps will.: be added to help promote positive drainage away from and out of the lighting system. :,This is a prevailing wage contract,and has a DBE goal of 6.3,. l j° t c After award of the contract, the successful bidder shall be prepared to hold their bid`I :'prices for an anticipated start of construction as late as May of 2026,weather pending.;'1 i'The execution of the construction Contract Is dependent upon the receipt of an FAA'' ,grant offer and is expected no earlier than September 2025.This Contract does not allow' =for price escalation in unit bid items.The Contractor shall take this into consideration,' `pdhen preparing unit prices for bidding.This project requires the Contractor to pay New' I.York State or Federal prevailing wages,whichever Is higher. I ,;The Contract Documents(consisting of the Advertisement,the Proposal, the Contractil ;'Form, and the Specifications) and the Contract Drawings may be obtained only by;J ,downloading the documents from a OneDrive sharepoint site.Access can be obtained, ,by contacting John Frazee of C&S Engineers, inc. at jfrazee@cscos.com where the''' Contractor`s name,contact name, address,telephone number,and email address will be!s krecorded on the plan holders list There is no charge to download the contract documents,: rand contract drawings.Submitted proposals that were not recorded on the plan holders I;list shall be considered non-responsive. I�I .The legal notice may be viewed online at the Southold Town Website: https.//www.southoldtoiAnny.gov/187/Legal-Public-Notices `I t The property Is located at the Elizabeth Field Airport, Fishers Island, New York 06390.1,1; ['Bidders interested in conducting a site visit must contact David McCall, Assistant] I Airport Manager, Fishers Island Ferry District(Phone: (631) 788 7463, ext. 201) ate, least 48-hours in advance to coordinate. Any questions regarding this project may ' be directed to John Frazee, P.E. of C&S Engineers, Inc. at (315) 455-2000 or email", Jfrazee@cscos.com. � .Only the proposal section (30 pages, including certifications) needs to be submitted; }"as part of the bid. Each proposal must be accompanied by a certified check or bid bond ,in the amount of five percent (5%) of the 05/15 ADV-2 total maximum proposal price. (;(combination of base bid or alternate bid plus add-on items)for the contract in the form! +.and subject to the conditions provided in the Preparation of Proposal. , :The Southold Town Board reserves the right to reject any and all bids and waive any' ;.'and al I informalities in any bid should It be deemed In the best interest of the Town of j i'Southold to do so.All bids must be signed and seated in envelopes plainly marked"AIR a ;FIELD LIGHTIK SIGNAGE&NAVAID REHABILITATION PROJECT AT THE ELIZABETH' FIELD AIRPORT'S and submitted to the Town Clerk. ' The bid price shall not include any tax,federal, state, or local from which the Town!1 ,;of Southold is exempt aDENIS NONCARROW i SOUTHOLD TOWN CLERI{ 2 Thank you, Kelly Kelly Johnson Legal notices The Day and Shore Publishing Legal Line: 860-701-4410 Direct Line: 860-701-4371 legal@theday.com From: Born, Sabrina <sabrina.born@town.southold.ny.us> Sent: Friday, February 7, 2025 1:27 PM To: David McCall (dmccall@fiferry.com) <dmccall@fiferry.com>; Evans, Louisa <louisae@town.southold.ny.us>; Fog Horn (ficommunityboard@gmail.com) <ficommunityboard@gmail.com>; geb cook<gcook@fiferry.com>;Jane Ahrens (ahrens.jane@gmail.com) <ahrens.jane@gmail.com>;Jane Ahrens (finyinfo@gmail.com) <finyinfo@gmail.com>; legal <legal@theday.com> Cc: Noncarrow, Denis<denisn@southoldtownny.gov>; Mudd,Jennifer<jennifer.mudd@town.southold.ny.us> Subject: Legal Notice-Elizabeth Field Airport Bid Good Afternoon, Please publish the attached Legal Notice in the following: -2/13/25 edition of the Day paper -The FI website -Two (2) public places on Fishers Island Thank you, .Saenu 4xvonm 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 3 Vendor No. Check No. Town of Southold, New York - Payment Voucher 4038 Vendor Name Vendor Address Entered by The Day Publishing Company PO Box 1231 /47 Eugene's O'Neill Drive New London, CT 06320 _ Audit Date Vendor Telephone Number 8601442-2200 Town Clerk Vendor Contact Jacqueline Ryan Invoice Invoice Invoice + Net lurchase Order Number Date Total Discount Amount Claimed Number Description of Goods or Services General Ledger Fund and Account Number d01092831 2/13/2025 701.84 701.84 Elizabeth Field Airport Bid A.1410.4.600.100 I - I 1 Total. 701.84 Payee Certification Department Certification The undersigned(Claimant)(Acting on behalf of the above named claimant) I hereby certify that the materials above specified have been received by me does hereby certify that the foregoing claim is"true and correct,that no part has in good condition without substitution,the services properly been paid,except as therein stated,that the balance therein stated is actually performed and that the quantities thereof have been verified with the exceptions due and owing,and that taxes from which the Town is exempt are excluded. or discrepancies noted,and payment is approved. Si at ` >fi Title De u Town Cler Signature , �. Company Name Date Title: Deputy Town Clerk Date a3 623 3 5 d sabrina.born@toi&m.southold.ny.us AFFIDAVIT OF PUBLICATION The Suffolk Times State of New York, County of,Suffolk County, The undersigned is the authorized designee of The Suffolk Times,a Weekly Newspaper published in Suffolk County, New York.I certify that the public notice,a printed copy of which is attached hereto,was printed and published in this newspaper on the following dates: 02/13/2025 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 February 2025 Digitally signed DOUGLASW7County by douglas w rea Notary Public•Stat Date: 2025.02.17 NO.OIRE63 20:03:20 +00:00 Qualified in AlbaMy Commission Expire LEGAL NOTICE NOTICE TO BIDDERS J Sealed proposals for the construction of the Airfield Lighting,Signage& NAVAID Rehabilitation Contract will be received at the Town Clerk's Office,53095 Route 25,Southold,New York 11971,until 2:00 P.M.,local time, March 13,2025,and there,at said office,at said time,publicly opened and read aloud. The proposed project generally includes the replacement of the existing Runway 12-30 and Runway 7-25 edge lights,threshold lights,and obstruction lights with new medium-intensity LED edge lights. Approximately 2,345 LF of the Runway 12-30 pavement and 1,790 LF of the Runway 7-25 pavement will have the edge lights replaced from the stem up.Work will include replacing light fixture lenses,stem units, isolation transformers,and cabling with new energy-efficient medium- intensity elevated LED light units,transformers,and new airfield lighting cable.Similarly,obstruction light improvements will include replacing the light fixture lenses,stem units, isolation transformers,and cabling with new energy-efficient medium intensity elevated LED light units.The existing lighted guidance signs will be replaced as part of this project on the existing foundations.Also included is the replacement of the existing two- box PAPI units and control units at RW 12-30 and RW 7-25(4 total sets of PAPIs)and the REIL units at each of the four runway ends(8 total REIL units)with new LED systems.Gravel drainage sumps will be added to help promote positive drainage away from and out of the lighting system.This is a prevailing wage contract,and has a DBE goal of 6.3%. After award of the contract,the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as May of 2026,weather pending.The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2025.This Contract does not allow for price escalation in unit bid items.The Contractor shall take this into consideration when preparing unit prices for bidding.This project requires the Contractor to pay New York State or Federal prevailing wages, whichever is higher. The Contract Documents(consisting of the Advertisement,the Proposal, the Contract Form,and the Specifications)and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site.Access can be obtained by contacting John Frazee of C&S Engineers,Inc.at ifrazee@cscos.com where the Contractor's name, contact name,address,telephone number,and email address will be recorded on the plan holders list.There is no charge to download the contract documents and contract drawings.Submitted proposals that were not recorded on the plan holders list shall be considered non- responsive. The legal notice may be viewed online at the Southold Town Website: https://www.southoldtownny.ciov/1 87/Leaal-Public-Notices The property is located at the Elizabeth Field Airport,Fishers Island, New York,06390.Bidders interested in conducting a site visit must contact David McCall,Assistant Airport Manager,Fishers Island Ferry District (Phone:(631)788-7463,ext.201)at least 48-hours in advance to coordinate.Any questions regarding this project may be directed to John Frazee,P.E.of C&S Engineers, Inc.at(315)455-2000 or email ifrazee@cscos.com. Only the proposal section(30 pages,including certifications)needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent(5%)of the 05/15 ADV-2 total maximum proposal price(combination of base bid or alternate bid plus add-on items)for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so.All bids must be signed and sealed in envelopes plainly marked"AIRFIELD LIGHTING,SIGNAGE& NAVAID REHABILITATION PROJECT AT THE ELIZABETH FIELD AIRPORT"and submitted to the Town Clerk. The bid price shall not include any tax,federal,state,or local,from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK 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 7th day of February,2025, 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.southoldtonM.gov Elizabeth Field Airport Bid—3/13/2025 2 M J Denis Noncarrow Southold Town Clerk Sworn to before me on the 71h day of February, 2025 Notary Public SABRINA M BORN Notary Public,State of New York No.011306317038,Suffolk Cou Commission Expires Dec.22,20 �w Invoice �MES REVIEW MEDIA GROUP Invoice number DECO2879-0038 Date of issue February 7,2025 Date due February 12, 2025 Check payable to: Times Review Media Group Line count: 69 Times Review Newspapers Corp Bill to 7555 Main Road sabrina.born@town.southold.ny.us PO Box 1500 Mattituck, New York 11952 United States +1631-298-3200 Ibazata@timesreview.com $159.89 USD due February 12, 2025 Pay online Confirmation Id: a362335d Description Qty Unit price Amount Publication date: 02/13/2025 1 $134.89 $134.89 QAC Affidavit 1 $25.00 $25.00 Subtotal $159.89 Total $159.89 Amount due $159.89 USD DECO2879-0038 $159.89 USD due February 12,2025 Page 1 of 2 Check payable to:Times Review Media Group Click this link for Ad copy: https://gacmainstorage.blob.core.windows.net/notices/NY/The_Suffolk-Times/Suffolk-County/Publicnotice_a362335d.pdf Ad Text: LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Airfield Lighting,Signage& NAVAID Rehabilitation Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2 00 P.M., local time, March 13, 2025, and there, at said office,at said time, publicly opened and read aloud. The proposed project generally includes the replacement of the existing Runway 12-30 and Runway 7-25 edge lights,threshold lights,and obstruction lights with new medium-intensity LED edge lights. Approximately 2,345 LF of the Runway 12-30 pavement and 1,790 LF of the Runway 7-25 pavement will have the edge lights replaced from the stem up.Work will include replacing light fixture lenses, stem units, isolation transformers,and cabling with new energy-efficient medium-intensity elevated LED light units,transformers, and new airfield lighting cable. Similarly, obstruction light improvements will include replacing the light fixture lenses, stem units, isolation transformers, and cabling with new energy-efficient medium intensity elevated LED light units.The existing lighted guidance signs will be replaced as part of this project on the existing foundations.Also included is the replacement of the existing two- box PAP[ units and control units at RW 12-30 and RW 7-25 (4 total sets of PAPIs) and the REIL units at each of the four runway ends (8 total REIL units) with new LED systems. Gravel drainage sumps will be added to help promote positive drainage away from and out of the lighting system.This is a prevailing wage contract, and has a DBE goal of 6.3%. After award of the contract,the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as DECO2879-0038•$159.89 USD due February 12,2025 Page 2 of 2 " LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Airfield Lighting,Signage& NAVAID Rehabilitation Contract will be received at the Town Clerk's Office,53095 Route 25,Southold, New York 11971,until 2:00 P.M.,local time, March 13,2025,and there,at said office,at said time,publicly opened and read aloud. The proposed project generally includes the replacement of the existing Runway 12-30 and Runway 7-25 edge lights,threshold lights,and obstruction lights with new medium-intensity LED edge lights. Approximately 2,345 LF of the Runway 12-30 pavement and 1,790 LF of the Runway 7-25 pavement will have the edge lights replaced from the stem up.Work will include replacing light fixture lenses,stem units, isolation transformers,and cabling with new energy-efficient medium- intensity elevated LED light units,transformers,and new airfield lighting cable.Similarly,obstruction light improvements will include replacing the light fixture lenses,stem units,isolation transformers,and cabling with new energy-efficient medium intensity elevated LED light units.The existing lighted guidance signs will be replaced as part of this project on the existing foundations.Also included is the replacement of the existing two- box PAP]units and control units at RW 12-30 and RW 7-25(4 total sets of PAPIs)and the REIL units at each of the four runway ends(8 total REIL units)with new LED systems.Gravel drainage sumps will be added to help promote positive drainage away from and out of the lighting system.This is a prevailing wage contract,and has a DBE goal of 6.3%. After award of the contract,the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as May of 2026,weather pending.The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2025.This Contract does not allow for price escalation in unit bid items.The Contractor shall take this into consideration when preparing unit prices for bidding.This project requires the Contractor to pay New York State or Federal prevailing wages, whichever is higher. The Contract Documents(consisting of the Advertisement,the Proposal, the Contract Form,and the Specifications)and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site.Access can be obtained by contacting John Frazee of C&S Engineers, Inc.at ifrazee@cscos.com where the Contractor's name, contact name,address,telephone number,and email address will be recorded on the plan holders list.There is no charge to download the contract documents and contract drawings.Submitted proposals that were not recorded on the plan holders list shall be considered non- responsive. The legal notice may be viewed online at the Southold Town.Website: https://www.southoldtownny.00v/187/Legal-Public-Notices The property is located at the Elizabeth Field Airport, Fishers Island, New York,06390.Bidders interested in conducting a site visit must contact David McCall,Assistant Airport Manager,Fishers Island Ferry District (Phone:(631)788-7463,ext.201)at least 48-hours in advance to coordinate.Any questions regarding this project may be directed to John Frazee,P.E.of C&S Engineers,Inc.at(315)455-2000 or email ifrazee@cscos.com. Only the proposal section(30 pages,including certifications)needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent(5%)of the 05/15 ADV-2 total maximum proposal price(combination of base bid or alternate bid plus add-on items)for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so.All bids must be signed and sealed in envelopes plainly marked"AIRFIELD LIGHTING,SIGNAGE& NAVAID REHABILITATION PROJECT AT THE ELIZABETH FIELD AIRPORT"and submitted to the Town Clerk. The bid price shall not include any tax,federal,state,or local,from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK Born, Sabrina From: Born, Sabrina Sent: Friday, February 7, 2025 1:28 PM To: 'David McCall (dmccall@fiferry.com)'; Evans, Louisa; 'Fog Horn (ficommunityboard@gmail.com)'; 'geb cook'; 'Jane Ahrens (ahrens jane@gmail.com)'; 'Jane Ahrens (finyinfo@gmail.com)'; Legal -The Day Cc: Noncarrow, Denis; Mudd, Jennifer Subject: Legal Notice-Elizabeth Field Airport Bid Attachments: Elizabeth Field Airport.docx Importance: High Good Afternoon, Please publish the attached Legal Notice in the following: -2/13/25 edition of the Day paper -The FI website -Two (2) public places on Fishers Island Thank you, ,SaAu&4n Saw 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 Born, Sabrina From: Born, Sabrina Sent: Friday, February 7, 2025 1:18 PM To: Doherty,Jill; Doroski, Greg; Evans, Louisa;Johnson, Benjamin; Krupski, AI; '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 Cc: Noncarrow, Denis; Mudd, Jennifer Subject: Legal Notice-Elizabeth Field Airport Attachments: Elizabeth Field Airport.docx Importance: High Good Afternoon, Please see attached Legal Notice. Thank you, ,Sadnuaa=aW 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 NOTICE TO BIDDERS Sealed proposals for the construction of the Airfield Lighting,Signage& NAVAID Rehabilitation Contract will be received at the Town Clerk's Office,53095 Route 25,Southold, New York 11971,until 2:00 P.M.,local time, March 13,2025,and there,at said office,at said time,publicly opened and read aloud. The proposed project generally includes the replacement of the existing Runway 12-30 and Runway 7-25 edge lights,threshold lights,and obstruction lights with new medium-intensity LED edge lights. Approximately 2,345 LF of the Runway 12-30 pavement and 1,790 LF of the Runway 7-25 pavement will have the edge lights replaced from the stem up.Work will include replacing light fixture lenses,stem units, isolation transformers,and cabling with new energy-efficient medium- intensity elevated LED light units,transformers,and new airfield lighting cable.Similarly,obstruction light improvements will include replacing the light fixture lenses,stem units, isolation transformers,and cabling with new energy-efficient medium intensity elevated LED light units.The existing lighted guidance signs will be replaced as part of this project on the existing foundations.Also included is the replacement of the existing two- box PAP[units and control units at RW 12-30 and RW 7-25(4 total sets of PAPIs)and the REIL units at each of the four runway ends(8 total REIL units)with new LED systems.Gravel drainage sumps will be added to help promote positive drainage away from and out of the lighting system.This is a prevailing wage contract,and has a DBE goal of 6.3%. After award of the contract,the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as May of 2026,weather pending.The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2025.This Contract does not allow for price escalation in unit bid items.The Contractor shall take this into consideration when preparing unit prices for bidding.This project requires the Contractor to pay New York State or Federal prevailing wages, whichever is higher. The Contract Documents(consisting of the Advertisement,the Proposal, the Contract Form,and the Specifications)and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site.Access can be obtained by contacting John Frazee of C&S Engineers, Inc.at jfrazee@cscos.com where the Contractor's name, contact name,address,telephone number,and email address will be recorded on the plan holders list.There is no charge to download the contract documents and contract drawings.Submitted proposals that were not recorded on the plan holders list shall be considered non- responsive. The legal notice may be viewed online at the Southold Town Website: httr)s://www.southoldtownny.00v/1 87/Leg al-P u b I ic-Notices The property is located at the Elizabeth Field Airport,Fishers Island, New York,06390.Bidders interested in conducting a site visit must contact David McCall,Assistant Airport Manager,Fishers Island Ferry District (Phone:(631)788-7463,ext.201)at least 48-hours in advance to coordinate.Any questions regarding this project may be directed to John Frazee, P.E.of C&S Engineers, Inc.at(315)455-2000 or email jfrazee@cscos.com. Only the proposal section(30 pages,including certifications)needs to be submitted as part of the bid.Each proposal must be accompanied by a certified check or bid bond in the amount of five percent(5%)of the 05/15 ADV-2 total maximum proposal price(combination of base bid or alternate bid plus add-on items)for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so.All bids must be signed and sealed in envelopes plainly marked"AIRFIELD LIGHTING,SIGNAGE& NAVAID REHABILITATION PROJECT AT THE ELIZABETH FIELD AIRPORT"and submitted to the Town Clerk. The bid price shall not include any tax,federal,state,or local,from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK i LEGAL NOTICE NOTICE TO BIDDERS Sealed proposals for the construction of the Airfield Lighting, Signage &NAVAID Rehabilitation Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold,New York 11971, until 2:00 P.M., local time, March 13,2025, and there, at said office, at said time, publicly opened and read aloud. The proposed project generally includes the replacement of the existing Runway 12-30 and Runway 7-25 edge lights, threshold lights, and obstruction lights with new medium-intensity LED edge lights. Approximately 2,345 LF of the Runway 12-30 pavement and 1,790 LF of the Runway 7-25 pavement will have the edge lights replaced from the stem up. Work will include replacing light fixture lenses, stem units, isolation transformers, and cabling with new energy-efficient medium-intensity elevated LED light units, transformers, and new airfield lighting cable. Similarly, obstruction light improvements will include replacing the light fixture lenses, stem units, isolation transformers, and cabling with new energy-efficient medium intensity elevated LED light units. The existing lighted guidance signs will be replaced as part of this project on the existing foundations. Also included is the replacement of the existing two-box PAPI units and control units at RW 12-30 and RW 7- 25 (4 total sets of PAPIs) and the REIL units at each of the four runway ends (8 total REIL units) with new LED systems. Gravel drainage sumps will be added to help promote positive drainage away from and out of the lighting system. This is a prevailing wage contract, and has a DBE goal of 6.3%. After award of the contract, the successful bidder shall be prepared to.hold their bid prices for an anticipated start of construction as late as May of 2026, weather pending. The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2025. This Contract does not allow for price escalation in unit bid items. The Contractor shall take this into consideration when preparing unit prices for bidding. This project requires the Contractor to pay New York State or Federal prevailing wages, whichever is higher. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form, and the Specifications) and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site. Access can be obtained by contacting John Frazee of C&S Engineers, Inc. at jfrazee@cscos.com where the Contractor's name, contact name, address, telephone number, and email address will be recorded on the plan holders list. There is no charge to download the contract documents and contract drawings. Submitted proposals that were not recorded on the plan holders list shall be considered non- responsive. The legal notice may be viewed online at the Southold Town Website: https://www.southoldto=.gov/187/Legal-Public-Notices The property is located at the Elizabeth Field Airport, Fishers Island,New York, 06390. Bidders interested in conducting a site visit must contact David McCall, Assistant Airport Manager,Fishers Island Ferry District (Phone: (631) 788-7463, ext. 201) at least 48-hours in advance to coordinate. Any questions regarding this project may be directed to John Frazee, P.E. of C&S Engineers, Inc. at(315) 455-2000 or email jfrazee@cscos.com. Only the proposal section(30 pages, including certifications) needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the 05115 ADV-2 total maximum proposal price (combination of base bid or alternate bid plus add-on items) for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "AIRFIELD LIGHTING, SIGNAGE & NAVAID REHABILITATION PROJECT AT THE ELIZABETH FIELD AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK RESOLUTION 2025-137 X ADOPTED DOC ID: 21074 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2025-137 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 4,2025: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town.Clerk to advertise for bids for the Construction of Lighting, Signage and NAVAID Rehabilitation at Elizabeth Field, Fishers Island as per contract and subject to the approval of the town attorney. Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Councilperson SECONDER:Greg Doroski, Councilperson AYES: Mealy, Smith, Doherty, Evans, Doroski, Krupski Jr ADVERTISEMENT NOTICE TO BIDDERS FOR THE CONSTRUCTION OF THE AIRFIELD LIGHTING, SIGNAGE&NAVAID REHABILITATION PROJECT AT ELIZABETH FIELD AIRPORT FISHERS ISLAND TOWN OF SOUTHOLD, NEW YORK Sealed proposals for the construction of the Airfield Lighting, Signage & NAVAID Rehabilitation Contract will be received at the Town Clerk's Office, 53095 Route 25, Southold, New York 11971, until 2:00 P.M., local time, March 13, 2025, and there, at said office, at said time, publicly opened and read aloud. The proposed project generally includes the replacement of the existing Runway 12-30 and Runway 7-25 edge lights, threshold lights, and obstruction lights with new medium-intensity LED edge lights. Approximately 2,345 LF of the Runway 12-30 pavement and 1,790 LF of the Runway 7-25 pavement will have the edge lights replaced from the stem up.Work will include replacing light fixture lenses,stem units, isolation transformers, and cabling with new energy-efficient medium-intensity elevated LED light units, transformers,and new airfield lighting cable.Similarly,obstruction light improvements will include replacing the light fixture lenses, stem units, isolation transformers, and cabling with new energy-efficient medium- intensity elevated LED light units.The existing lighted guidance signs will be replaced as part of this project on the existing foundations.Also included is the replacement of the existing two-box PAP[ units and control units at RW 12-30 and RW 7-25 (4 total sets of PAPIs) and the REIL units at each of the four runway ends (8 total REIL units) with new LED systems. Gravel drainage sumps will be added to help promote positive drainage away from and out of the lighting system.This is a prevailing wage contract, and has a DBE goal of 6.3%. After award of the contract,the successful bidder shall be prepared to hold their bid prices for an anticipated start of construction as late as May of 2026,weather pending. The execution of the construction Contract is dependent upon the receipt of an FAA grant offer and is expected no earlier than September 2025. This Contract does not allow for price escalation in unit bid items. The Contractor shall take this into consideration when preparing unit prices for bidding. This project requires the Contractor to pay New York State or Federal prevailing wages,whichever is higher. The Contract Documents (consisting of the Advertisement, the Proposal, the Contract Form, and the Specifications) and the Contract Drawings may be obtained only by downloading the documents from a OneDrive sharepoint site. Access can be obtained by contacting John Frazee of C&S Engineers, Inc. at ifrazee@cscos.coin where the Contractor's name, contact name, address, telephone number, and email address will be recorded on the plan holders list.There is no charge to download the contract documents and contract drawings. Submitted proposals that were not recorded on the plan holders list shall be considered non-responsive. The legal notice may be viewed online at the Southold Town Website: https://www.southoldtownny.gov/187/Legal-Public-Notices The property is Located at the Elizabeth Field Airport, Fishers Island, New York, 06390. Bidders interested in conducting a site visit must contact David McCall,Assistant Airport Manager, Fishers Island Ferry District (Phone: (631) 788-7463, ext. 201) at least 48-hours in advance to coordinate. Any questions regarding this project may be directed to John Frazee, P.E.of C&S Engineers, Inc.at(315)455-2000 or email lfrazee@cscos.com. Only the proposal section (30 pages,including certifications) needs to be submitted as part of the bid. Each proposal must be accompanied by a certified check or bid bond in the amount of five percent (5%) of the osns ADV-1 t - / L .,e total maximum proposal price(combination of base bid or alternate bid plus add-on items)for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Southold Town Board reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so.All bids must be signed and sealed in envelopes plainly marked "AIRFIELD LIGHTING, SIGNAGE & NAVAID REHABILITATION PROJECT AT THE ELIZABETH FIELD AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax,federal, state, or local,from which the Town of Southold is exempt. DENIS NONCARROW SOUTHOLD TOWN CLERK 05n5 ADV-2 Born, Sabrina From: John Frazee <JFrazee@cscos.com> Sent: Tuesday,January 28, 2025 4:28 PM To: Noncarrow, Denis Cc: Geb Cook; David McCall; DeChance, Paul; Born, Sabrina Subject: 0138 Airfield Lighting, Signage & NAVAID Bid Documents Attachments: 03 Advertisement-OB8 Airfield Lighting, Signage & N.AVAID Rehab.pdf Denis, We are currently finalizing the bid documents for the subject project at Elizabeth Field Airport in preparation for a public bid in February. I wanted to check with you to confirm that the bid schedule below works for the town. Advertise For Bid: February 13, 2025 Bid Opening: March 13, 2025 Please review the attached advertisement.When finalized, the advertisement can be used to publish in the local paper, etc. It will also need to be uploaded to the NYS Contract Reporter website on the advertisement date. I am happy to assist with the upload, however, it has to be submitted via the Town's account (I can upload if login credentials are provided). I will forward the full bid documents for your review and files next week. Please don't hesitate to reach out with questions/comments. Thank you, John John F. Frazee, PE COSChief Engineer COMPAMW office: (315)455-2000 direct: (315)238-2917 cell: (315) 857-5147 ifrazee@cscos.com Build your career at QS! 499 Col. Eileen Collins Blvd. Syracuse, NY 13212 CONFIDENTIALITY NOTICE:This e-mail,including any attachment(s)to it,is intended for the exclusive use of the addressee(s)and may contain proprietary,confidential,or privileged information.If you are not the intended recipient,you are hereby notified that any use,disclosure, copying,distribution,or taking of any action in reliance on this information is strictly prohibited.If you have received this e-mail in error,please notify the sender immediately by e-mail and delete the message. ATTENTION:This email came from an external source. Do not open attachments or click on links from unknown senders or unexpected emails. 1