Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Elizabeth Airport Apron
ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 28, 2005 Kelli Walters Grant Administrator C & S Engineers Inc 499 Col. Eileen Collins Blvd Syracuse, NY 13212 Dear Kelli: I received this for RLI Surety. No one here seems to know what to do with it. I hope you will know what to do with it. Thank you for your cooperation in this matter. Very truly yours, Lynda M Bohn Deputy Town Clerk Bile. $/07 '05 M0N 08:03 FAX 631 785 6145 ELIZABETH A. NEVILLE TOWN CLERK RF. GISTRAR OF VIT~ STATISTICS ~IAGE OFFICE~ RECORDS ~AGEMENT OFFICE~ FREEDOM OF INFO~TION OFFICER SOUTHOLD T01~ CLERK OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O- Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southo] dtown.~ or tkfork.net F A X To: Pat Finnegan From: Lynda M Bohn Re: Elizabeth Air Field Date: July 25, 2005 Pages: 2 including cover The attached came in the mail att Betty. Any idea where it should really be sent. It's a secood requeat which means the original one never went where it was supposed to go. JUL 2 5 200,5 25/07 '05 )ION 05:03 FAX 631 765 ~4 D~n of ~ I~c~ Compw~y SOUTHOLD TOWN CLERK ~ Town Atry's Status Inquiry/Release Second Request OO2 July13,2005 Bond No: PRS1156817 Town Of Southold Town Clerk - Town Hall P.O. Box 1179 Southeld, NY 11971 Contractor/Supplier/Developer: CeraTzini AsDha[t. I__n.c_. .... Description of Contract: Elizabeth Field Airpod Aoron And Access Ta×iway On Fisher island Bond Amount: $ 419,527.00 Effective Date: June 23, 2004 Agent Name: Gerald~.l. W{Ikoff. inc. We would appreciate the fei{owing information completed regarding the aforementioned contract or service. It is understood that the information contained herein is furnished for the confidential use of the Surety. Inquiries will be mailed to you during the duration of the contract, if you have questions or concerns, please contact John Venture - MonWale . Phone numbers for each Branch Office are located at the boffom of the form. A self-addressed envelope has been enclosed for your convenience in returning this form. If the contra~ Is completed, please furnish the following information: Date of Completion: Final Contract Price: RLI Insurance Company is hereby released from all past, present and future liability under this bond. Please confirm this by signing below and returning this form with the original bond. If the contract is NOT completed, please furnish the following information: Approximate percentage of the contract completed/delivered: Approximate dollar amount of the contract completed/delivered: $ Ar'4icipated.¢om pletion date.' ........ Do you know of any unpaid bills for labor or material: Yes If YES, please explain below; No Date: Date; Signature: Signature: T~le: T'Kle: Phone Number: Phone Number: Atlanta(770)754-0100 · Chicago(312)360-156§ · Dallas(972)677-2149 · Los Angeles (213) 787-2073 MontvaJe (201) 930-8886 · MJddleburg Heights (440)8t ~-0999 · Philadelphia (2'15)557-9503 C0002503 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 358 OF 2005 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 7, 2005: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Suoervisor Joshua Y. Horton to execute Partial Payment Re~luest No. FOUR (Form 271} and Partial Payment Re~luest No. TWO (Form FIN-190) in relation to the Elizabeth Field Airport Aoron and Taxiwav Stub (Construction) Grant. all in accordance with the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk SIEMENS RECEIVED DEC 2 7 2004 Elizabeth Neville Elizabeth Field Airport Town of Southold 53095 Main Rd. Southold, NY 11971 Southold Town Clerk December 20, 2004 Ref: Warranty Letter Construction of Apron & Access Taxiway Dear Elizabeth Neville: We would like to take this opportunity to inform you of the terms and conditions of our warranty. The Siemens Airfield Solutions (SAS) warranty begins on 11/16/2004 and is for a period of 12 months, which ends on 11/15/2005. Terms and conditions of this warranty as contained in the SAS Terms and Conditions of Sale are outlined below: WARRANTY FOR GOODS AND SERVICES: Seller warrants, to the extent to which any of the same may be applicable, that (a) on the date of shipment the goods are of the kind and quality described herein and are flee of non-conformities in workmanship and material, (b) the engineering services performed by it will be performed in accordance with generally accepted professional standards, {c) any specialized tools, equipment and instruments for the use of which a charge is made to the Buyer shall be adequate for the work to be performed and (d) any replacement or other parts furnished by it or any work done by it on the Buyer's equipment or both shall be flee of defects in workmanship and materials. This warranty does not apply to goods delivered by Seller but manufactured by others. Buyer's exclusive remedy for any failure of the goods or services to conform to any of the applicable warranties shall be to have Seller re-perform services, repair or replace {at Seller's option) the nonconforming item and any affected part of the goods provided by Seller. Seller's obligation to re-perform services or to repair or replace goods shall be in effect for a period of one (1) year from initial operation of the goods or completion of Services but not more than eighteen {18) months fi.om SeIIer's shipment of the goods. SelIer shall correct any failure to confbrm to any of the applicable foregoing warranties of which it is notified in writing within that period of time specified. Repaired and replacement parts and repair services shall be warranted for the remainder of the original period of notification set forth above, but in no event less than 12 months from repair or replacement. In the case of any other breach of the foregoing warranty, Seller shall furnish engineering services or specialized tools, equipment and instruments, to the same extent as on the original work. Buyer shall grant Seller access to the goods or services at all reasonable times in order for Seller to determine any noncontbrmity in the goods or services. It is understood and agreed that. unless otherwise agreed to in writing by Seller, Seller assumes no responsibility with respect to the suitability of the Buyer's equipment or any latent defects in the same. In no event shall Seller be responsible for providing working access to the defect, including the removal, disassembly, replacement or relnstallation of any equipment, materials or structures to the extent necessary to permit Seller to perform its warranty obligations, or transportation costs to and from the Seller factory or repair facility, or for damage to equipment components or parts resulting in whole or in part from improper maintenance or operation or from their deteriorated condition. Seller shall have the fight of disposal of items replaced by it. tf Seller is unable or unwilling to repair or replace, or if repair or replacement does not remedy the nonconformity, Seller and Buyer shall negotiate an equitable adjustment in the contract price, which may include a full refund of the contract price for the nonconforming goods or services. All warranty work shall be performed in a single shift straight time basis Monday through Friday. In the event the Buyer requires correction of warranty items on an overtime schedule, the premium portion of such overtime shall be for the Buyer's account. THIS IS SELLER'S SOLE GUARANTEE AND WARRANTY WITH RESPECT TO THE GOODS AND SERVICES. THERE ARE NO OTHER EXPRESS OR IMPLIED WARRANTIES OR WARRANTIES OF FITNESS FOR ANY PARTICULAR PURPOSE OR ANY IMPLIED WARRANTIES OF FITNESS FOR ANY PARTICULAR PURPOSE OR Siemens Airfield Solutions, Inc. F:O. Box 30829 Tel: (614) 861-1304 977 Gahanna Parkway Fax: (614) 864-2069 Columbus, OH 43230 , SIEMENS ANY IMPLIED WARRANTIES OTHER THAN THOSE MADE EXPRESSLY HEREIN. ALL SUCH WARRANTIES ARE EXPRESSLY DISCLAIMED. Buyer and successors of Buyer arc limited to the remedies specified in this article and shall have no others for nonconformity in the goods or services provided hereunder. Buyer agrees that these remedies provide Buyer and its successors with a minimum adequate remedy and are their exclusive remedies, whether Buyer's or its successors' remedies are based on contract, warranty, tort (including negligence), strict liability, indemnity, or any other legal theory, and whether arising out of warranties, representations, instructions, installations, or non-confbnnities from any cause. In order to activate your account so that you may utilize our 24/7 service phone number and access to our technical service personnel, we ask that you please acknowledge below the acceptance and return a copy to my attention. If you have any questions or concerns regarding this warranty notification, please do not hesitate to contact us at your earliest convenience. If we do not receive acknowledgement from you within fourteen (14) days, we will assume that you agree to the information in this letter and understand the terms of our warranty. Best regards, Brenda Longwell Contract Administrator ACCEPTANCE ACKNOWLEDGEMENT Authorization Signature Date; Representing Signor warrants that they am a legally authorized representative and are dully authorized to accePt agreements of this type on behalf of the Airport/Owner and further agrees that all terms listed herein have b~n r~,iewed and are accepted. Siemens Airfield Solutions, Inc. I?O. Box 30829 977 Gahanna Parkway Columbus, OH 43230 Tel: (614) 861-1304 Fax: (614) 864-2069 ELIZABETH A. NEVILLE TOWN CLERK REGISTtL~R OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD F A X To~ From: Re.' Date: Pages: Bruce W. Clark C & S Engineers, Inc. 315/455-9667 Lynda M Bohn Deputy Town Clerk Apron & Access Taxiway - Elizabeth Field Airport December 28, 2004 3 including cover The Town Clerk's office received the following document in the mail yesterday. Please advise what should be done with it. Thanks. 0 m 0 ~ ~ ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765~6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 879 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER 14, 2004: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Suoervisor Joshua Y. Horton to execute the necessary forms with reeard to the Elizabeth Field Airoort Aoron and Taxiwav FAA AIP No. 3-36-0029-09-02; NYS PIN 0913.09 Proiect for the Partial Payment Request No. FIVE & FINAL (Form FIN 190); and Partial Payment Request no. SEVEN AND FINAL (Form 271), all in accordance with the approval of the Town Attorney. Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVILLE TOWN CLERK REGISTI~kR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 31, 2004 Mr Philip Brito US Department of Transportation Federal Aviation Administration New York Airports District Office 600 Old Country Road, Suite 446 Garden City, NY 11530 Dear Mr Brito: ~ / Elizabeth Field A~ Fishers Islar/d, New York AIP Project Nuntber'SQ.~-0029-1 }/04 Enclosed are the original an~ ~ (3) co/of the executed Grant Agreement. Elizabeth A Neville Town Clerk Enc. U. $. Department of Transportation Federal Aviation Admlnistra#on GRANT AGREEMENT Date of Offer 7/27/2004 Project Number 3-36-0029-11-04 RECIPIENT: Town of $outhhold AIRPORT: ELIZABETH FIELD AIRPORT, (Heroin ca,ed Sponsor) FISHERS ISLAND, NEW YORK OFFER THE FEDERAL AVIATION ADMINISTRATION, FOR AND ON BEHALF OF THE UNITED STATES, HEREBY OFFERS AND AGREES to pay, as the United States' share of 95 percent of the allowable costs incurred in accomplishing the project consisting of the following: Construct Apron (37,500 S.F.) and Taxiway Stub (180 LF. x 25 LF.) incJuding Grading, Drainage and Maddngs See A~tached SpedaJ Conditions as more particularly dascribed in the Project Apl~ication dated 4/7/04 The maximum obligation of the United States payable under this Offer shall be $477,85o For the purpose of any futura grant amendments which may increase the foregoing maximum obligation of the United States under provisions of Section 47108(b) of T~e 49 U.S.C., the following amounts are being specitied for this purpose: $477,85o for airport development, for land, and for planning~ This offer is mede in accordance with and for the purpose of ca.ying out the provisions of Title 49, United States Code, herein called Title 49 U.S.C. Acceptance and execution of this offorshall comprise a Grant Agreement, as provided by T~e 49 U.S.C., constituting the contractual obligations and rights of the United States and the Sponsor. UNITED STATES OF AMERICA FEDERAL AVIATION ADMINISTRATION Manager ~ Air'District Office Special Conditions 1. The Exhibit "A" set forth in Project Application dated 4/7/04, for AlP Project No. 3-36-0029-11-04, is incorporated herein by reference and made a part hereof. 2. The sponsor agrees to perform the following: 1. Furnish a construction management program to FAA prior to the start of construction which shall detail the measures and procedures to be used to comply with the quality control provisions of the construction contract, including, but not limited to, all quality control provisions and tests required by the Federal specifications. The program shall include as a minimum: a. The name of the person representing the sponsor who has overall responsibility for contract administration for the project and the authority to take necessary actions to comply with the contract. b. Names of testing laboratories and consulting engineer firms with quality control responsibilities on the project, together with a description of the services to be provided. c. Procedures for determining that testing laboratories meet the requirements of the American Society of Testing and Materials standards on laboratory evaluation, referenced in the contract specifications (D3666, C1077). d. Qualifications of engineering supervision and construction personnel. e. A listing of all tests required by the contract specifications, including the type and frequency of tests to be taken, the method of sampling, the applicable test standard, and the acceptance criteria or tolerances permitted for each type of test. f. Procedures for ensuring that the tests are taken in accordance with the program, that they are documented daily, that the proper corrective actions, where necessary, are undertaken. 2. Submit at completion of the project, a final test and quality control report documenting the results of all tests performed, highlighting those tests that failed or did not meet the applicable test standard. The report shall include the pay reductions applied and reasons for accepting any out-of-tolerance material. An interim test and quality control report shall be submitted, if requested by the FAA. 3. Failure to provide a complete report as described in paragraph 2, or failure to perform such tests, shall, absent any compelling justification, result in a reduction in Federal participation for costs incurred in connection with construction of the applicable pavement. Such reduction shall be at the discretion of the FAA and will be based on the type or types of required tests not performed or not documented and will be commensurate with the proportion of applicable pavement with respect to the total pavement constructed under the grant agreement. 4. The FAA, at its discretion, reserves the right to conduct independent tests and to reduce grant payments accordingly if such independent tests determine that sponsor tests results are inaccurate. For a project to replace or reconstruct pavement at the airport, the sponsor shall implement an effective airport pavement maintenance management program as required by Airport Sponsor Assurance Number 11. The sponsor shall use such program for the useful life of any pavement constructed, reconstructed, or repaired with Federal financial assistance at the airport. As a minimum, the program must conform with the previsions in the following outline entitled "Pavement Maintenance Management Program." "Pavement Maintenance Management Program" An effective pavement maintenance management program is one that details the procedures to be followed to assure that proper pavement maintenance, both preventive and repair, is performed. An airport sponsor may use any form of inspection program it deems appropriate. The program must, as a minimum, include the following: 1. Pavement Inventory. The following must be depicted in an appropriate form and level of detail: Location of all runways, taxiways and aprons Dimension Type of pavement Year of construction or most recent major rehabilitation For compliance with the Airport Improvement Program assurances, pavements that have been constructed, reconstructed, or repaired with Federal financial assistance shall be so depicted. 2. Inspection Schedule a. Detailed Inspection. A detailed inspection must be performed at least once a year. if a history of recorded pavement deterioration is available, i.e. Pavement Condition Index (PCI) survey as set forth in Advisory Circular 150/5380-6, Guidelines and Procedures for Maintenance of Airport Pavements, the frequency of inspections may be extended to three years. b. Drive-by Inspection. A drive-by inspection must be performed a minimum of once per month to detect unexpected changes in the pavement condition. 3. Record Keeping. Complete information on the findings of all detailed inspections and on the maintenance performed must be recorded and kept on file for a minimum of five years. The types of distress, their locations, and remedial action, scheduled or performed, must be documented. The minimum information to be recorded is listed below. a. inspection date b. location c. distress types d. maintenance scheduled or performed For drive-by inspections, the date of inspection and any maintenance performed must be recorded. 4. Information Retrieval. An airport sponsor may use any form of record keeping it deems appropriate, so long as the information and records produced by the pavement survey can be retrieved to provide a report to the FAA as may be required. 5. Reference. Refer to Advisory Circular 150/5380-6, Guidelines and Procedures for Maintenance of Airport Pavements, for specific guidelines and procedures for maintaining airport pavements and establishing an effective maintenance program. Specific types of distress, their probable causes, inspection guidelines, and recommended methods of repair are presented. FISc1104 ACCEPTANCE The Sponsor agrees to accomplish the project in compliance with the terms and conditions contained herein and in the document "Master Agreement on Terms and Conditions of Accepting Airport Improvement Program Grants" dated 6/19/2002. Executed this Attest Title day of Town of Southhold Name of Sponsor~nsor~ ~ Signature of~sorFs Designee ed Official Representative Title CERTIFICATE OF SPONSOR'S ATTORNEY I, ~-]~l (~L~-"~" ~ y)/3E_~ ~'? , acting as Attorney for the Sponsor do hereby certify: That in my,opinion the §ponisor is empowered to enter into the foregoing Grant Agreement under the laws of the State of ,~,/,/~J ~//JY~-~ . Further, I have examined the foregoing Grant Agreement, and the actions takefl by said Sponsor relating thereto, and lind that the acceptance thereof by saidSponsor and Sponsor's official representa§ve has been duly authorized and that the execution thereof is in all respects due and proper and in accordance with the laws of the said State and T~de 49 U.S.C. In addition, for grants involving projects to be carried out on properly not owned by the Sponsor, there are no legal impediments that will prevent full performance by the Sponsoy.-~urther, it is my opinion that the said a legal obligat~n of th~ac~ordance ~ ~be~terms thereof. Grant Agreement constitutes and binding Sig~S~n~so~s ~~ Date 5 PART III - BUDGET INFORMATION - CONSTRUCTION SECTION A - GENERAL 1. Federal Domestic Assistance Catalog No ............. 20-106 2. Functional or Other Breakout ...................... SECTION B ~;os[ ~;lassmcanon 1. Administrative expense 2. Preliminary expense 3. Land, structures, right-of-way 4. Architectural engineering basic fees 5. Other architectural engineering fees 6. Project inspection fees 7. Land development 8. Relocation expenses 9. Relocation payments to individuals and businesses 10. Demolition and removal 11. Construction and project improvement 12. Equipment 13. Miscellaneous 14. Total (Lines 1 through 13) 15. Estimated Income (ifapplicable) 16. NetProjectAmount(Line 14 minus 15) 17. Less: Ineligible exclusions 18. Add: Contingencies 19. Total ProjectAmt. (Excluding rehabilitation grants) 20. Federal share requested on Line 19 I 2t. Add: Rehabilitation grants requested (100 percent) 22. Total Federal grant requested 95% 23. Grantee share 2.5% 2.5% 24. Other shares 25. Total Project (Lines 22, 23, and 24) FAA Form 5100-100 - CALCULATION OF FEDERAL GRANT lUse only for revisions amst Approve( ~ajusune nt Amount $ $ $ $ $3,934.00 $0 $0,00 $o.oo $79,539.00 $o $o $0.00 $419,527.00 $5.00 $o.oo $503,000.00 $0 $503,000.00 $0 $0 $503,000.00 $477,850.00 $0 $477,850.00 $12,575.00 $12,575.00 $503,000.00 Page 4 SECTION C - EXCLUSIONS Classification 26. a. $ b. C. d. e. f. g. Totals $ Ineligible for Excluded from Participation Contingency Provision (1) (2) $ SECTION D - PROPOSED METHOD OF FINANCING NON-FEDERAL SHARE 27. Grantee Share $ $12,575.00 a. SecuHties 0 b. Mortgages 0 c. Appropriations (by applicant) 0 d. Bonds 0 e. Tax Levies 0 f. Non Cash 0 g. Other (Explain) 0 h. TOTAL - Grantee Share $12,575.00 28. Other Shares a. State $12,575.00 b. Other 0 c. Total Other Shares $12,575.00 29. TOTAL $ $25,150.00 SECTION E - REMARKS FAA Form 5100-100 Page 5 U.S. Department of Transportation Federal Aviatio~ Administration 1500 *Id Country Road, Suit, 4415 Gardon Gity, Now York 11530 Tolephon,: (5115) 227-3800 Fax: (5115) 227-3513 July 27,2004 Mr. Joshua Y. Horton Supervisor, Town of South*Id Town Hall 53095 Main Road P.O. Box 1179 South*Id, N.Y. 11971 Dear Mr. Horton: AL,: -2 2004 ELIZABETH FIELD AIRPORT, NEW JERSEY AIP Project Number 3-36-0029-11-04 GRANT OFFER Enclosed are the original and four (4) copies of the grant offer issued in response to your project application dated 4/7/04 for Airport Improvement Project No. 3-36-0029-11-04 at ELIZABETH FIELD AIRPORT, NEW JERSEY. The grant offer is in the amount of $477,850 for the following project description: Construct Apron (37,500 S.F.) and Taxiway Stub (180 L.F. x 25 L.F.) including Grading, Drainage and Markings. As you know, the most current version of the "Master Agreement on Terms and Conditions for accepting Airport Improvement Program Grants" is incorporated into this Grant Agreement by reference and becomes binding upon your execution of the Grant Agreement. The execution by this agency of Part I - Offer, indicates the intention of the United States to participate in the allowable costs of the project in an amount not to exceed the maximum obligation of the United States and subject to the terms and conditions set forth and described herein. If the terms of the grant offer are satisfactory, you should accept the grant offer prior to 8/17/04 have your attorney certify that the ~th the local and state Iaws and const~d binding~e airpo~ sponsor. ~ ~T.l~ginal and three (3) copies of the executed Grant Agreement should be returned to this office as soon as possible~ Poppe from this office at (516) 227-3814 as soon as the grant has been fully Sincerely, ~..~- ! ,- ~ ~"' Manager Enclosures ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD F A X To: From: Re: Date: Pages: Dan Vornefl FAA 516/227-3813 Elizabeth A. Neville Elizabeth Field Airport, Fishers Island August 30, 2004 2 including cover Signature page to follow ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 sout holdtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 631 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 24, 2004: RESOLVED that the Town Board of the Town Of Southold hereby authorizes and directs Suoervisor Joshua Y. Horton to execute the ~rant offer a~reement with the Federal Aviation Administration for the Apron and Access taxiway constraction at Elizabeth Field Airport, Fishers Island, New York. Elizabeth A. Neville Southold Town Clerk FISHERS ISLAND FERRY DISTRICT P.O. BOX H FISHERS ISLAND, NEW YORK 06390 www. fiferry, com Thomas E Doherty Manager 631.788.7463 631.788,5523 Fax mgrfiferr y@fishersisland.net BOARD OF COMMISSIONERS Reynolds duPont, Jr., Chairman Lillie M. Ahman David C. Burnham II George I. Esser, Jr. Paul E Giles April 28, 2004 Corazzini Asphalt, Inc. PO Box 1281 Cutchogue, NY 11936 Re: Elizabeth Airport; Apron and Access Taxiway Gentlemen, RECEIVED MAY 10 2004 Soothol8 Town Clerk The bid which you have submitted for the Apron and Access Taxiway at the Elizabeth Field Airport was the lowest responsible bid received meeting the requirements of the Contract Documents. In accordance with a resolution passed by the Ferry District on April 28, 2004, you are hereby awarded the Contract in the amount of $419,527.00. This award is contingent upon Federal Aviation Administration and New York State Department of Transportation funding, approval and receipt of approval of your proposed DBE subcontract participation plan. Upon receipt and approval of your DBE participation plan, our consultant will forward the contracts for your signature. You will be required too submit contract bonds and insurance certificates when you return the signed contracts. Thank you for showing cc: Manager Mr. Philip Brito--FAA Mr. Seth Edelman--NYS DOT Mr. Craig Siracusa--Region l0 Mr, Bruce Clark--C&S i=ORN[ ~0 ./kCCO~J~ C0~'rl~u~CTS. LEASE AND AGREEMENTS SENT TO THE TOWN ATTOI~ FOR APPROVAL The document is between the Town of Southold and New Renewal If renewal, what is the expiration date of the previous document? Term of document: Information regarding the nature of the document (what is it for): Resolution Date: Date document needs to be signed by: Sent to:'T~,o~, I~-~or,t¥ Date: Date: Date: Contact Person at TOS: ~-,[,~:k. J~h,~ C&S Engineers, Inc. 499 Col. Eileen Collins Blvd. Syracuse NY 13212 315.455.2000 fax 315.455.9667 Transmittal To: Seth Allan Chesterfield Associates, Inc. 56 South County Road West Hampton Beach, NY 11978 Date: May 7, 2004 Re: Apron & Access Taxiway - Elizabeth Field Airport File: 211.008 Enclosed please find the following document being returned: RECEIVED ~,A¥ ~ 0 2004 $outhohl Town Clerk Bid Bond for the Apron and Access Taxiway at the Elizabeth Field Airport. If you have any questions or need additional information, please do not hesitate to call. Very truly yours, C&S ENGINEERS, INC. Chad Bailey Staff Engineer cc: Lynn Bohn-Town of Southold C&S Eogineers, Inc. 499 Col. Eileen Collins Blvd. Syracuse NY 13212 315.455.2000 fax 315.455.9667 Transmittal To: James Terry Terry Contracting & Materials, Inc. 840 W. Main Street Riverhead, NY 11901 Date: May 7, 2004 Re: Apron & Access Taxiway - Elizabeth Field Airport File: 211.008 Enclosed please find the following document being returned: RECEIVED MAY ~ 0 2004 $outbold Town Clerk Bid Bond for the Apron and Access Taxiway at the Elizabeth Field Airport. If you have any questions or need additional information, please do not hesitate to call. Very truly yours, C&S ENGINEERS, INC. Chad Bailey Staff Engineer cc: Lynn Bohn-Town of Southold ELIZABETH A. NEVII,!,~. TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 7, 2004 Richard Corazzini Corazzini Asphalt Inc PO Box 1281 Cutchogue, NY 11935 Dear Mr Corazzini: Congratulations. The Southold Town Board, at its regular meeting of May 4, 2004, accepted the bid of Corazzini Asphalt Inc. in the amount of $419,527.00 for the Elizabeth Field Airport Apron and Access Taxiway on Fishers Island. A certified copy of the resolution is enclosed. Your bid bond will be returned to you at the end of the contract. Very truly yours, Elizabeth A. Neville Southold Town Clerk ELIZABETH A. NEVII,I,E TOWN CLERK REGISTHAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 7, 2004 James Terry Terry Contracting & Materials [nc 840 W. Main Street Rivcrhead, NY 11901 Dear Mr Terry: The Southold Town Board, at its regular meeting of May 4, 2004, accepted the bid of Corazzini Asphalt [nc for the Elizabeth Field Airport Apron and Access Taxiway on Fishers Island. A certified copy of the resolution is enclosed. C & S Engineers, Inc. will be returning the Bid Bond you submitted with this bid. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk ]~nc. ELIZABETH A. NE¥I/,LE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 sour holdtown.nort hfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 7, 2004 Seth Allen Chesterfield Associates PO Box 1229 Westhampton Beach, NY 11978 Dear Mr Allen: The Southold Town Board, at its regular meeting of May 4, 2004, accepted the bid of Corazzini Asphalt Inc for the Elizabeth Field Airport Apron and Access Taxiway on Fishers Island. A certified copy of the resolution is enclosed. C & S Engineers, Inc. will be returning the Bid Bond you submitted with this bid. Thank you for submitting your bid. Very truly yours, Elizabeth A. Neville Southold Town Clerk Eno. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765~6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 371 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 4, 2004: RESOLVED that the Town Board of the Town of Southold hereby acceots the bid of Corazzini Asohalt, Inc. in the amount of $419,527.00, for the "Elizabeth Field Airoort, Fishers Island, Apron and Access Taxiway, NYSDOT Project No. 0913.09(D). Elizabeth A. Neville Southold Town Clerk COMPANIES ENGINEERS DESIGN BUILD TECHNICAL RESOURCES OPERATIONS C&S Engineers, Inc. April 20, 2004 RECEIVED Mr. Thomas Doherty Fisher's Island Ferry District P.O. Box H Fisher's Island, NY 06390 APR 2 9 2004 Soulhold Town ClerJ Elizabeth Field Airport Apron and Access Taxiway AlP Project No. 3-36-0029-09-02 (D) NYSDOT Project No. 0913.09 (D) File: 211.008.002 Dear Thomas Doherty: Three bids for this project were received on April 12th, 2004. The bids were reviewed and tabulated and the three lowest responsive bids are as follows: CONTRACTORS BID AMOUNTS Corazzini Asphalt, Inc. Terry Contracting & Materials, Inc. Chesterfield Associates, Inc. $419,527.00 $561,182.05 $623,813.05 The low bid submitted by Corazzini Asphalt, Inc. was reviewed and found to be in order. For a complete breakdown of the bid amounts and the remaining bids, please refer to the attached bid tabulation. The low bid submitted is within 5% of the Engineer's Opinion of Construction Cost for the project and is considered reasonable. Based on our review, Corazzini Asphalt, Inc. has completed similar projects for the Town of Southold and Suffolk County. We therefore recommend the award of the Contract in the amount of $419,527.00 to Corazzini Asphalt, Inc. in accordance with the conditions of award stipulated in their bid and contingent upon the following: Federal Aviation Administration concurrence Receipt and Approval of the Required DBE Subcontract information F:/PROJECT/2 l ] - TOWN OF SOUTHOLD\21100802\ DES IGN\LETTERS / R ECAWA RD DOC Mr. Thomas Doherty April 20, 2004 Page 2 If you agree with our recommendation and wish to award the contract to Corazzini Asphalt, Inc. please feel free to utilize the enclosed sample Notice of Award letter. Should you disagree with our recommendation based upon information contained in this letter or otherwise and decide not to award to Corazzini Asphalt, Inc. we will be happy to discuss your options under the contract documents. Please note as per the specifications Section 30-02, Award of Contract, the County has 45 days to award the contract fi'om the bid opening date of April 8, 2004. By copy of this letter we are requesting FAA concurrence of award. If you have any questions or if additional information is required, please do not hesitate to contact our office. Very truly yours, C&S ENGINEERS, INC. Managing Engineer Enclosure CCi Ms. Elizabeth Neville Mr. Philip Brito (w/encl.) (Advertisement) Mr. Seth Edelman (w/encl.) Mr. Craig Siracusa (w/encl.) Mr. Larry Cerretani (w/encl.) Ms. Kelli Walters ELIZABETH A. NEVH.I.E TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 3, 2004 Bruce Clark C & S Companies 499 Col. Eileen Collins Blvd North Syracuse, NY 13212 Dear Mr. Clark: Enclosed please find the Certified Resolution adopted by the Southold Town Board on February 24, 2004 for the Elizabeth Airport apron and access taxiway on Fishers Island, New York. I received the bid packages today. If you have any questions or concerns, please call me. Sincerely, Lynda M Bohn Deputy Town Clerk Eric. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER To'Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD April 9, 2004- Mr Brace Clark C & S Companies 499 Col. Eileen Collins Blvd North Syracuse, NY 13212 Dear Brace: Enclosed find the three (3) bids that were opened April 8, 2004 at 10:00 am, for the Apron and Accessway for the Elizabeth Airport on Fishers Island. Please let me know that you receive them. Thank you in advance. Very truly yours, Lynda M Born Deputy Town Clerk Eric. ELIZABETH A. NEVIIJ.E TOWN CLRRK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD F A X To: From: Re: Date: Pages: Chet Bailey 1-315-455-9667 Lynda M Bohn Elizabeth Airport, F.I. Affidavits of Publication April 21, 2004 5 including cover The original affidavit from the 1st publication in the New London Daily. I have included the email that I received from the New London Daily confirming the publication on March 4, 2004. Let me know if you need anything else RE: Legal Notice for publication l/4/04 Page 1 of 1 Bohn, Lynda From: Butler, Kimberlee [K.Butler@theday.com] Sent: Tuesday, March 02, 2004 9:50 AM To: Bohn, Lynda Subject: RE: Legal Notice for publication 4/4/04 Good Morning. Email has been received and notice will run on 3--4-04 as requested. Once published, certificate of publication will follow. Have a nice day. Kim:) ..... Original Hessage ..... From= Bohn, Lynda [mailto:Lynda. Bohn@town.southold.ny.u~j Sent: Tuesday, Hatch 02, 2004 9:25 AH To: Legal Subject: Legal Notice for publication 4/4/04 << File: Apron and Access Taxiway.doc >> 3/2/2004 'PUBLISHER'S RTIFICATE State of'Connecticut ) County of New London, ) ss. New London On this 25th day of March, 2004, Personally appeared before the undersigned, a Notary Public within and for said County and State, Kimberlee R. Butler, Legal Advertising Clerk, of THE DAY, a daily newspaper published at New London, County of New London, State of Connecticut, who being duly sworn, states on oath, that the Order of Notice in the case of LEGAL 517 BIDDERS NOTICE a true copy of which is hereunto annexed, was published in said newspaper in its issue(s) of O3/25/2004 Subscribed and sworn to before me this 25th day of March, 200,I. N lic My commision expires 517 Town of Southold s~ond, ~outhol~, New York mm.ly'~ S~= ~f a.rofi ~H'h e ~e~ for 7 smo~ aircraf , d~~ 6~ the bid ,~d~ he their to.re ~t~ *hatl have no r~t the Town lng ~is ~ ~ direct~ B~ ~k ~ C&S ~a~bid mUSt ~ co~mo~ ~~~d must In any Pla ~ d~m~l~ th~ ~T~ ~ ~e cai, from whlc[~ Town ~Th. bid .r~ C~I~O, i~ Uds~u~l~ 15, .x.~[: ~,al., or 1o- #2957 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Joan Ann Weber of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks successively, commencing on the 4th day of March ,2004. Principal Clerk Sworn to before me this 2004 upon dclx~f of ~ ~ ($50.~) ~ s~t (~k ~y), payable m ~e %~ of ~d. ~ M~, m~t- ~ ~.~ ~t Of.~s ~sit. N~n-~d~ not ~. g~R~ ~ ~. ~ ~f~ s~ fo~ ~d ~ ~ve. no f~ ..r~s of th~ Plan~ and I~O~cttse hJihl¢$~ n~v contacl day of ',L~--'cz.~.---' .. CHRISTINA VOLINS4(I NOTARY PUBLIC-STATE OF NEW YORK No. 01.V06105050 Ou;allfled In Suffolk County Commlt41on Expires Felofulavy 28, 2008 certified clm~' or I~1 t~nd, i~ ~ a~mp~ by a N~-CoU~ive Bid ~c~e. ~e T~ of,~e ~ of Sou~old ~.do so MI bids m~t ~ si~ ~d'~ ~ #2987 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Joan Ann Weber of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks successively, commencing on the 25th day of March ,2004. CHRISTINA VOI. INSKI NOTARY PUBLIC-STATE OF NEW YORK No. 01-V06105050 Qualified in Suffolk County Sworn to before me this 2004 ~.~ Office, day of RE: Legal Notice for publication4/04 Page 1 of 1 Bohn, Lynda From: Butler, Kimberlee [K.Butler~theday.com] Sent: Tuesday, March 02, 2004 9:50 AM To: Bohn, Lynda Subject: RE: Legal Notice for publication 4/4/04 Good Morning. Email has been received and notice will run on 3-4-04 as requested. Once published, certificate of publication will follow. Have a nice day. Klm:) ..... Original Hessage ..... From: Bohn, Lynda rmailto:Lynda. Bohn@town.southo~d.ny.us] Sent: Tuesday, March 02, 2004 9:25 AN To: Legal Subject: Legal Notice for publication 4/4/04 << File: Apron and Access Taxiway.doc >> 3/2/2004 PUBLISHER'S C ( J RT ! F I CAT E State of Connecticut ) County of New London, ) ss. New London On this25th day of March, 2004, Personally appeared before the undersigned, a Notary Public within and for said County and State, Kimberlee R. Butler, Legal Advertising Clerk, of THE DAY, a dairy newspaper published at New London, County of New London, State of Connecticut, who being duly sworn, states on oath, that the Order of Notice in the case of LEGAL 517 BIDDERS NOTICE a true copy of which is hereunto annexed, was published in said newspaper in its issue(s) of 03/25/2OO4 Subscribed and sworn to before me this25th day of March, 200~. N b,t'~ry ~ublic My commision expires Town of Soothold NOTICE TO BIODERS NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of trle General Municipal Law, #2957 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Joan Ann Weber of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks successively, commencing on the 4th day of March ,2004. Principal Clerk Sworn to before me 2004 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law, sealed bids are sought and request ed for the construction of Apron and Access Taxiway at the Elizabeth Airport, Fishers Island, Southold. New York Sealed bids for the construction of Apron and Access Taxiway Contract will be received at the Town Clerk's Office, 53095 Main Road, Southold, New York until 10:00 A.M., local time, March 25, 2004, and there, at said office, at said time, publicly opened and read aloud. The proposed project consists of the construction of approximately 37,500 SF of apron with tie downs for 7 small aircraft, and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a 4dnch thick asphalt pavement above a 8 inch layer of aggregate base course~ This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complem construction, The Contract Documents, consisting of the Advertisement, General Provisions, Bid. Agreement. Special Provisions and Contract Drawings. may be obtained from the Town Clerk's Office, 53095 Main Road, Southold, this New York (Elizabeth Neville at 631 765-1802) or the Fishers Island Ferry District office on Fishers Island (Thomas Doherty at 631-788-7463). upon deposit of fifty dollars ($50.00) per set (check onlyb payable to the Town of Southold. Any bidder~ submit- ting a sealed bid, upon returnthg the drawings in good condition within thir- ty (30) days of the bid date will be refunded the full amount of his deposit. Non bidders will not be refunded their deposits. Parties failing lo conform to thc above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contacl Thomas Doberty, Port Manager of the Fishers Island Ferry District, to sched- ule a site visit to examine thc project site. Any questions regarding this pro- ject may be direcled to Bruce W. Clark, of C&S Engineers, Inc. in Syracuse, NY, at /3151 455-2000. Fax (3151 455 9667. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Main Road. Southold, New York, and at the Office of C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212 (315-455-2000), and at the Fishers Island Feny Disffict Office on Fishers Island. day of '-'¢~ CHRISTINA VOLINSKI NOTARY PUBLIC-STATE OF NEW YORK No. 01-V06105050 Qualified In Suffolk County Commission Expires February 28, 2008 Each bid must be accompanied by a certified check or bid bond, in the amount of ten percent (10%) of the total maximum bid 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 and must be accompanied by a Non-Collusive Bid Certificate. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all infor- malities in any bid should it be deemed in the best interest of the Town of Southald to do so All bids must be signed and sealed in envelopes plainly marked "BID ON APRON AND ACCESS TAXIWAY AT THE ELIZABETH AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, fi.om which the Town of Southold is exempt, Dated: February 24, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK 2957 IT M4 #2987 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Joan Ann Weber of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks successively, commencing on the 25th day of March ,2004. CHRISTINA VOLINSKI NOTARY ?iIBLIC-STATE OF NEW YORK No. 01 -V06105050 Qualified in Suffolk County Comrniss~of: Expires February 28, 2008 Sworn to before me 2004 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law. sealed bids are sought and reques~ ed for the construction of Apron and Access Taxiway at the Elizabeth Airport, Fisher~ Island. Southold. New Principal Clerk New York (Elizabeth Neville @ 631- 765-1802l or the Fishers Island Ferry District office on Fishers 4sland (Thomas Doherty @ 631-788-7463), upon deposit of fifty dollars l$50.00) per set (check only), payable to the Town of Southold. Any bidder, submit ting a sealed bid. upon reteraing the drawings in good condition within thirty (301 days of the bid date will be refund- ed the full amount of his deposit. Non- bidders will not be refunded their deposits. Parties failing to conform to the above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contact Thomas Doherty. Port Manager of the Fishers Island Ferry District, to schedule a site visit to examine the project site. Any questions regarding this project may be directed to Bruce W. Clark. of C&S Engineers, Inc. in Syracuse, NY, at (315) 455 2000, Fax (315) 455-9667. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office. 53095 Main Road, Southold. New York. and at the Office of C&S Engineers, Inc., 499 Col. Elleen Collins Boulevard, Syracuse. New York 13212 t315-455-2000), and at the Fishers Island Fen'y District Office on Fishers Island. Each bid must be accompanied by a certiEed check or bid bond, in the amount of ten percent (10%) of the total maximum bid price Icombination of base bid or alternate bid plus add-on itemsl for the contract in the form and subject to the conditions provided in the Preparation of Proposal and must be accompanied by a Non-Collusive Bid CertiEcate. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all infor- malities in any bid should it be deemed in the best thtevest of the Town of Southold to do so All bids must be signed and sealed in envelopes plainly marked "BID ON APRON AND ACCESS TAXlWAY AT TItE ELIZABETIt 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. Dated: February 24, 2004 ELIZABETH A, NEVILLE SOUTHOLD TOWN CLERK 2987- IT M25 ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldt own.north fork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID opENING Aoron & Access Taxiwav for Elizabeth Airoort, Fishers Island Bid Opening 4/8/04 10:00 A.M. Chesterfield Associates Inc 56 S. Country Road PO Box 1229 Westhampton Beach, NY 11978 (631)288-5100 Corazzini Asphalt Inc Cox Lane Cutchogue, NY 11935 (631)734-5600 Terry Contracting & Materials 840 West Main Street Riverhead, NY 11901 (631)727-0 170 $ 623,813.05 $ 419,527.00 $ 561,182.05 ested. ield ssoc ates Inc. Contractors & Engineers Since 1968 56 South Country Road · P.O. Box t229 Westhampton Beach, New York 11978 'phone: 631-288-5100 ; fax: 631-288-5161 www.chesterfleldassociatesinc,com E-mail: In fo@chesterfleldassoclate$;nc.com OFFICERS The following is a list of officers of Chesterfield Associates, Inc. with their home addresses: Chairman, E. Davies Allan 123 West Shore Road, Westport Island, Maine 04578 Vice President, Seth Allan 74 Eisenhower Drive, East Quogue, NY 11942 Vice President, Alexander T. Allan 49 Seashore Avenue, East Quogue, NY 11942 Secretary/Treasurer, Jeffrey E. Grube 756 Hamilton Avenue, Westhampton Beach, NY 11978 Incorporated in the State of New York in 1978. New England Division: 123 West Shore Road · Westport Island, Maine 04578 · phone: 207-882-5400 · fax: 207-882-9308 Chesterfield Assodal~s, inc. Spedal Heeling of the Board of Directors Oecember 20, 1999, 9:00 a.m. Westhampbon Beach, New York 3.].978 Whereas the purpose of this meeting Is bo reassign and reaffirm the powers granted to the four officers of the Corporation who are also Board Plembers, as follows: E. Davies Allan, President Seth Allan, Vice President Alexander Allan, Vioe President ,leffrey E. Grube, Secretary/Treasurer 3ohn L. Lesser is no longer an offioer or employee and shall no longer represent the Corporation in any transaction whatsoever. Now Therefore, Be ]~t Resolved, that each of the four officers/board members listed above acting on their own, individually, is authorized to execute agreements, bid documents, instruments, certificates and otter documents as they may deem necessary or appropriate for the day-to-day operaUon of the business bo include the sigrdng of Company ct~dcs bo bhe extent separate spedfic resolutions have been adopt~ for the Bank of New York. The President is the only officer empowered to create Indebtedness on behalf of the CorporaUon. All the 13oard members being duly present raUfled and approved the resolution as presented above and there being no further business to come before ~e Board, the President adjourned E. Grube ry/Treasumr AIA Document A310 Bid Bond KNOWALL MEN BY THESE PRESENTS, THAT WE[ 56 South Country Road, West hampton Beach, NY 11978 as Principal, hereinafter called the Principal, and RLI Insurance Company 180 Summit Avenue, Montvale, NJ 07645 a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto 53095 Main Road, Southold, NY '~ 1971 Chesterfield Associates, Inc. IL Town of Southold as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10.00% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Apron & Access Taxiway Elizabeth Field Airport, Town of Southold Fishers Island, NY NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful per[ormance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, othenvise to remain in full force and effect. Signed and sealed this 25th day of March 20O4 (VRtness) (Witness) Chesterfield Associates, Inc. . .JP,/incipal) /' By: Attorney.~n-Fact ' /[~avid A. Goldstein AIA DOCUMENT A310 · BID BOND · AIA · FEBRUARY 1970 ED. · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 (Seal) ('ri#e) (Seal) (Ti~e) ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION "STATE OF NEW YORK,_} COUNTY OF .-~'~'F'c~ [.'=~ ,) ON THE 25TH DAY OF MARCH 200~_4, BEFORE ME PERSONALLY CAME ~,, ~'~ [I,~.~ TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT ~'s4' (~),~" ~ ~ - ~'"'l THAT (S)HE IS THE 4, 4-" - OF CHESTERFIELD ASSOCIATES, INC. THE CORPORATION DESCRIBED IN AND WHICH E~r~UTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY C~D/ER OF THE BOARD OF DIRECTORS OF SAID CORPORAT,ON. Nofmy Public, ~f ' No. O1 CU6077055 Qua i~ied in Suffolk Courtly ~,~ CommJsslon rzxpires ~uly 1, ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK,) COUNTY OF NASSAU,) ON THE 25TH DAY OF MARCH 2004., BEFORE ME PERSONALLY CAME DAVID A. GOLDSTEIN TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT MERRICK, NY THAT (S)HE IS THE ATtORNEY-IN-FACT OF RLI INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER. GAYE CONKLIN Notary Public, State of New York No. 01004982812 Qualified in Nassau County....., /'~ Commission Expires June 10, 20..'~" / RLI Surc~y A Division of RLl Insurance Company PO Box 3967 Peoria, IL 61612-3967 Phone: 3(19-692-I000 Fax: 309-692-8637 POWER O TTORNEY RLI Insurance Company Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached b~ the approving officer if desired. That RLI Insurance Company, an lllinois corporation, does hereby make, constitute and appoint: GEORGE O. BREWSTER. DAVID A. GOLDSTE1N, NANCY B. SCHNEE. FERN PERRY. GAYE CONKLIN in the City of Jericho , State of New York its true and lawful Agent an, Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf a Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bon, had been executed and acknowledged by the regularly elected officers of this Company. The RL1 Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board o Directors of RLI Insurance Company, and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate nmne 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." 1N WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its President with its corporat seal affixed this 3rd day of February , 2004 State of Illinois County of Peoria SS On this 3rd day of February , 2004. before me, a Notary Public, personally appeared Jonathan E. Michael , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Jacque Notary Public RLI Insurance Company By: Jonat~ Presiden CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stocl corporation of the State of Illinois, do hereby certify that the attache, Power of Attorney is in full force and effect and is irrevocable; ant furthermore, that the Resolution of the Company as set forth in th, Power of Attorney, is now in force. In testimony whereof, I hay, hereunto set my hand and the seal of the RLI Insurance Compan: this25TH day of MARCH 2004 . RL1 Insurance Company Jonat Presiden 3124226030106 A0059D0~ RL~ ~nsur~n~e C~mp~ny ~(a oflt/inois ~ Counfy oF Pec~da ~ tt~s t: Jonathan ~_ Michael nsey ~ ' TERRORISM RIDER NOTICE - FEDERAL TERRORISM INSURANCE COVERAGE AND DISCLOSURE OF PREMIUM Any loss applicable to a peril, covered under thl, bond that is caused by a certified act of terrorism pursuant to the temm of the Terrorism Risk Insurance Ac~ of 2002 ("the Act,"), will be partially reimbotsed by the United Stalos under a formula' established by federal law. Under this formula, the United States pays 90% of covered terrorism losses ey.c, eeding a statutorily established deductible to the insurance company providing this bond. The portion of your annual premium at~ibutable to certified acts of terrorism under this bund is S1.00 COVERAGE LIMITATIONS Payment for a loss will not exceed the limit of liability under tiffs bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability ca~ se~ forth in the Act. The terms of this rider do no't provide coverage for any loss 'that would otherwise be excluded by the terms of this bond. From 'the desk of... GAYE CONKLIN WE ARE THE AGENT FOR CHESTERFIELD ASSOCIATES, INC. WHO WILL BE SUBMITTING A BID TO YOU AT 10:00. THIS DOCUMENT WAS OVERLOOKED WHEN WE FORWARDED THE ORIGINAL BID BOND TO THEM; PLEASE ACCEPT THIS WITH THEIR BID. THANK YOU Allied North America STATEMENT OF SURETY'S l]~rEl%rr i TO: Town of Sop~hold WeItaveRevi~vedTlleBidof CHESTERFIELD ASSOCIATES, INC. of 56 S. COUNTRY ROAD, WESTHAMPTON BEACH, NY 11978 for Am'on ~ Acc~s Taxiwav Proie~t Bid~ fo~ ~r~ch Wil/be l~=oiv~l 3/25/2004 Osiu ~ Dam) ami ~ to adv/ze ~ .~hould ~ B/d of ~ ~ be accepted and ~ Corm-act awarded w h/m, it is our present /a~eu~ma to became surety on Ge perforn~,~ce bond and labor and material bond required by rl~ Con~:ract Any arrangement for lhe bo~is required by the Cat~-acr/s a marmr ben, teen the Camracror and ourselves and we ~sure no ~iab/i/ty W you or th/rd parties i~ for any ~ We do llot eXeCUte ~e requ/ake bonds, We are d~ly atlthorized c0 do b~siness in r~ S~a~ of New York, ATTCuST: SEE POWER OF ATTORNEY ATTACHED RLI INSURANCE COMPANY 's Authorized Sil~amm(s) GAYE CONKLIN-ATTORNEY IN FACT (C~ mil, if al~. If no stall, ~ai~ 'No ,9~1' across ~ place Form Must Be Complete And Suhmif~! With The Bid) gO 'd 9g:ZO ~OOg Z .Jd~J BID-? I915-88g-I£9: xej ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK,) COUNTY OF NASSAU,) ON THE 25TH DAY OF MARCH, 2004 , BEFORE ME PERSONALLY CAME GAYE CONKLINTO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT LEVlq-I-OWN, NY THAT (S)HE IS THE A'I-I-ORNEY-IN- FACT OF RLI INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREFGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER. FERN PERRY Notary public, State Ol' New York No. 01PE4982178 '~-'~ "-~ Qualified In Nassau County Commission Expires May 28, 20 RLI RLI Surety A Division of R~llnsurance Company P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 Fmx: 309-692-8637 POWER OF ATTORNEY RLI Insurance Company Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: GEORGE O, BREWSTER. DAVID A. GOLDSTEIN. NANCY B. SCHNEE. FERN PERRY. GAYE CONKLIN in the City of Jericho , State of New York its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and 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, uny 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." 1N WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its President with its corporate seal affixed this 16th day of March 2004 State of Illinois '~ County of Peoria ? SS On this 16th day of March 2004 , before me~ a Notary Public, personally appeared Jonathan E. Michael , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: Jacque Notary Public JACQUELINE M BOCKL[R 3124226030106 RLI Insurance Company Jona President CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the s~e~al, of the RLI Insurance Company this ? 5TH day of MARC__H, 2uuq. RLI Insurance Company Jona President A0059D03 The undersigned, being duJ~ swam, 2¢ys: That he ]~ the ~md¢nt ~f RLI f¢~uran=e Com~a~ ~hst said Csmpsny ,'s a and has du/y ~omp/ied w~h all th~ ~u/~menf¢ of the/aws ~f said ~ta~ ~pficabl~ of s~id quafifi~d ~ a~{ ~s Su~ unde~ fh~ A~ of Cfng~s= ~pp~ved July ~¢~7, 5U.S.C se:. ~?3; end that t~ the best ~f hi~ ITEM NO. FAA SPEC NO. I P-151 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS CLEARING & GRUBBING ELIZABETH HELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE PR[CE IN FIGURES UNIT PR[CE TOTAL AMOUNT $ $ ILS FOR 2 P-152 UNCLASSIFIED EXCAVATION 1,550 CY FOR :3 P-156 SILT FENCE PER CY 390 LF FOR '~ l ~ 4 P-156 STRAW BALE DIKE PER LF 85 LF FOR PER LF Bid Sheet. I ITEM NO. FAA SPEC NO. 5 P-156 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS STORM DRAIN INLET PROTECTION IN TURF ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ $ EACH FOR PER EACH 6 P-214 CRUSHED AGGREGATE BASE COURSE 1,580 CY FOR 7 P-409 BITUMINOUS SUP~ACE COURSE {TYPE 7F, TOP) PER CY 495 TON ~: PER TON $ 8 P-409 BITUMINOUS BASE COURSE (TYPE 3, BINDER) //~'. 7.8 s ~7/~//./o 820 TON FOR PER TON s //~ 70 Bid Sheet- 2 ITEM NO. FAA SPEC NO. 9 P-603 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS BITUMINOUS TACK COAT ELIZABETH FIELD AIRPORT TOWN OF $OUTHOLD APRON AND ACCESS TAXIWAY t~qlT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIOURES TOTAL AMOUNT $ 10 P-612 280 GAL FOR FIELD OFFICE PER GAL 11 P-620 ILS FOR RUNWAY & TAXIWAY pAINTING WITH GLASS BEADS PER ILS , oo / 12 P-625 1,450 SF COAL-TAR PITCH EMULSION SEALCOAT PER SF 4,200 SY · . FOR PER SY Bid Sh~t - 3 FAA ITEM SPEC NO. NO. 13 D-701 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS 12-INCH DIA. SICPP ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE ~i'r PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 14 D-710 335 LF FOR STABILIZATION FABRIC PER LF 15 D-751 48,890 SF FOR DRYWELL PER SF 16 D-751 3 EACH FOR CATCH BASIN PER EACH lEACH FOR PER EACH Bid Sheet- 4 FAA ITEM SPEC NO. NO. 17 %902 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS TOPSOIL, SEED AND MIJLCH ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ P~CE ~ FIGURES TOTALAMOUNT $ L-IlO 3,840 SY FOR PER SY 4-WAY ELECTRICAL DUCT BANK, TYPE 1 19 L-125 45 LF PER LF ELECTRICAL SPLICE CAN 20 L-125 4EACH FOR RETROREFLECTIVE TAXIWAY GUIDANCE SION NO. I /Jo PER EACH I EACH FoR PER EACH Bid Sheet - 5 $ ~]o0, GO s_ ~1oo..oo FAA ITEM SPEC NO. NO. 21 L-125 ELIZABETH FIELD AIRPORT TOWN OF SOUI'HOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. 2 UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 22 I--125 lEACH FOR PER EACH RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO, 3 $ ~/~oc..oo $ Z~o..oo - ? 23 L-125 I EACH RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. 4 PER EACH 24 D125 lEACH RETROREFLECTIVE PAVEMENT EDGE MARKERS PER EACH $ 4 oo~..oo 23 EACH FOR PER EACH Bid Sheet- 6 $ /1/. oo FAA ITEM SPEC NO. NO. 25 L-125 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS MODIFICATIONS TO EXISTING ELEVATED PdW LIGHTS UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 26 L,,126 27M-100 28M-150 I EACH FOR EACH TIE-DOWNS IN FLEXIBLE PAVEMENT 21 EACH MAINTENANCE AND PROTECTION OF TRAFFIC ILS FOR PROJECT SURVEY & STAKEOUT FOR PER EACH $ PER LS PER L8 Bid Sh~..t - 7 s / ,oZ&.oo FAA ITEM SPEC NO. NO. 29 M-200 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS MOBILIZATION (4% MAXIMUlVl) ELIZABETH FIELD AIRPORT TOWN OF $OUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ ILS FOR PER LS Bid She~t- 8 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES TOTAL CONTRACT Note: The successful bidder shall submit, in writing, a SCHEDULE OF VALUES in accordance with Section 30-02 AWARD OF CONTRACT. Bid Shoot - 9 This bid is based upon prevailing wage~ in Suffolk County, New York and in no case are wage~ considered less than those predetermh~ed by the State and Federal Departments of Labor, schedules of which are contained in the The ~mnfities for bid items listed on the proposal sheet are e~fim~ted quantities only for the pm'po~ of comparing bids. Any difference between these e~m~ted quantifies and actual quantifies required for consm~fion ~h~l! not be taken as a basis for cl~h~ by the ~ for exU'a compensmiom Compensation will be based upon the unit prices and actual conslruction quantities. Upon rece'tpt of writ~n notice of the acceptance of this bid, bidder will execute the formal Contract attached within 15 days and deliver a Surety Bond or Bonds as required by Section 30-05 of the General Provisions. The b'~ler further proposes and agrees hereby to commence construction with an adequate work fonze, plant and equipment on the ,tar~ stated in the written notice to proceed and will pro~ess therewith to its completion within the time stated in General Provisions Section 30-09 'Commencement and Completion', and in accordance with this Conuact and Specification. The bid bond or/dertified cbeck in the mnou~t of ten percent (10 %) of this bkl shall become the property of the Owner in the event the ConUact and bond are not executed wi,bin the time above set forth, as liquidau~l d.~mages for the dehy and additional expense to the Owne~ caused thereby. Attached hereto is a certified check on the Bank of a bid bond for the sum of /0 o/, ~ ~r,~)~ixac P.)iC~ Dollars($ made payable W the Town of Southold. IN WITNF_SS WHI~IREOF, the parties m these presents have hereunto se~ their hands and seals the day and year first above-wriV, en: The ConlracWr by such duly au~orized officers or individuals as may be required by law. (SEAL) NOTE: If ConWactor is a corporation, Secretary should attest. BK)-2 NON-COLLUSIVE BIDDING CERTIFICATE The $ig~er of this Bid declares: A. 'rl~t he has carefully ex,mined the annexed form of the Agreement and Conlract Documents. B. Purs~zant to Section 103-d of the General Municipal Law, by subm~ion of lhis Bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joi~ Bid each party thereto certifies as to its own org~i?afion, under penalty of perjury, that to the best of knowledge a~d belief: The prices in this Bid have beex~ arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any ma~er relatin~ ~o such prices with any otl~er Bidder or with any competitor; Unless othen~'ise required by hw, the prices which have been quoted in ~ Bid have not been knowingly disclosed by the Bidder, and will ~ot 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 ~ any other' person, partnership or corporation to submit or not to submit a Bid for the purpose of restricfiug competition. I hereby affirm under the penalties of pexjury that the foregoing statement is true. Affix Seal BIDDER: if Principal is Corporation BY: STATE OF NEW YORK) SS: c $ Ir) Onthe ~4~k dayof~ev~[ ,200~ (Name of each person sj~nlng) tomeknown, who, being by me duly swom, did swear aud affirm ~hat he resides at 9"4 ~?~^[~owe~ BID-3 TI-HS FORM SHALL BE COMPLF. TED BY ALL BIDDERS AND SHALL ACCOMPANY ALL PROPOSALS. The Bidder (Proposer) ~h~l! complete the following s~atement by checking file appropria~ boxes. The Bidder (Proposer)has / b~s not __ pa~icipated in a previous Conlxact subjec~ to the Equal Opportunity clause prescrfoed by Executive Order 10925, or Executive Order 11114, or Executive Order 112~.. The Bidder (Proposer) has ~/ has nol submitted all comlAian~e reports in connection with any such Contract due trader the applicable filing requirem~lts; and rbsr representations indicaliug submission of required compliance repons signed by proposed Subcomrac~ors will be obtained prior to award of Sabcomrac~s. If the Bidder (Proposer) bas participated in a previous Comract subject to tl~ Equal Opportunity clause and has not submitted compliance reports due ~m~r applicable fitin~ requirements, the Bidder (Proposer) shall submit a compliance repor~ on Standard Form I00, "Employee Information Repor~ EEO-1" prior to the award of Contract. Standard Form 100 is normally furnished to et~loyers annually, bas~l on a mailing list currently m~intalned by the Joint Reporting Committee. In the event a ComraeWr has not received the form, he may obtain it by writillg to the following address: Joint Reporting Committee Post Office Box 779 Norfolk, Virginia 23501 (757) 461-1213 BID-4 CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION CONTRACTS EXCEEDING $10,000 TELEPHONE NO.: {~$l-~lg~5~°v FAXNO. ~-~-b~ lb,/ IRS EMPLOYER IDENTIFICATION NUMBER: //-,~ ~/b, ?o°b )d NON-SEGREGATED FACH.r t'IES NOTICE TO PROSPECTIVE FEDERALLY-ASSISTED CONSTRUE'lION CONTRACTORS: A Certification of Non-Segregated Facilities must be submitted prior to the award of a Federally-assisted consu'ucfion contract exceeding $10,000.00 which is not exempt from the provisions of the Equal Opportunity clause. Contractors receiving Federally-assisted consumiedoa con~'act awards exceeding $10,000.00 which are not exempt from the provisions of the F. tlusl Opportunity clause will be required to provide for the forwarding of the notice to prospective subcon~ac~rs for supplies and construc~on contracts where the subcontracts exceed $10,000.00 and are cot exempt from the provisions of the Nqual Opportunity clause. NOTE: The penalty for m~-oo false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERr~'ICATION ON NON-SEGREGATED FACILrrIF~: 1. A Certification of Non-Segregated Facilities must be submitted prior to the award of a subconuact exceeding $10,000.00 which is not exen~t from the provisions of the F-xlual Opportunity clause. Contractors receiving subcontract awards exceeding $10,000.00 which are not exempt from the provisions of the Equal Opportuuity clause will be required to provide for the forwarding of this notice to prospective subcontractors ~)r supplies and constroction cona-acts where the subcontracts exceed $10,000.00 and are not exempt from the provisions of the Fx/tml Opportun/ty clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. I001. CERTI.I~'ICATION OF NON-SEGREGATED FACILITIES: The Federally-assisted construction contractor certifies that it does not m~im~in or provide for its employees any segregated facilities at any of its e~blllhme~l~ ~ that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are m~inrslned. The Federally-assisted consm~.-ction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establi~hmellts ~ that it will not permit its employees to perform services at any location, under its control, where segregated facilities are mslr~ined. The Federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Oppormn/ty clause in this conlxact. As used in this certificalion, the term "segregated facilities' means any waiting rooms, work areas, mst rooms cud wanhrooms, restatu'nn~ and other eating areas, t/me clocks, locker rooms and other storage or dressing areas, parking lots, dri,~t-h~g fotmt~in~, recreation or entert~h~m~at areas, transportation and housing facilities provided for employees which are segregated by"~xplicit BID-5 directive or are in fact segregated on the basis of race, color, religion, sex or ,,~io~l origin, because of habit, local ct~om, or any other reason. The Federally-a.ssisred conslracfioa contractor agrees thai (except where he has obmlv~d identical certifications from proposed subconWactors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000.00 which are l~ot exempt from the provisions of the Equal Opportunity clause and that he will retain such certifications in his ~es. Certification: The information above is Wae and complete to the best of my knowledge and belief. SIGNATURE: /J/~ ~ NOTE: The penalty for making false statements in offers is prescribed in 18 U.$.C. lOOl. BID-6 STATEMENT OF SURETY~S INTENT TO: Town of Southold We Have Reviewed The Bid of of for Apron and Access Taxiwav Proiec~ (Comractor) (Address) Bids for Which Will be Received On: (Bid Opening Date) and wish to advise that should this Bid of the Conn'acwr be accepted and the Contract awarded to hlm, it is our pree~m 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 Ccoiractor 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) Attach Power of Attorney (Corporate seal, if any. If no seal, write "No Seal" a~'oss this place and sign.) (This Fora Must Be Complete And Submitted Wi~h The Bid) BID-7 ADDENDA RECEIPT Receip~ of the following Addenda is acknowledged: ADDENDUM NO.: ] ADDm~Du~ NO.: X. ADDENDUM NO.: DATED: (Firm or Corporation Making Bid) The ~ ~mnes and residences of all persons interested in this bid as principals are as follows: Bidders must fill out the above complete. BID-8 BUY AMERICAN CERTIFICATE (JAN 1991) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified at~.bment to this bid/proposal, the offeror certifies that steel and each m~mffaCtused produc~, is produced in the United Statos (as defined in the clause Buy Americen - Steel and Manufactured Prodnets or Buy .a,~nerican - Steel told Manufactured Products For Construction Contracts) and thai components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the Owner, lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN BUY AMERICAN- STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Conlractor agrees that oniy domestic steel and mamffactored products will be delivered and used by the Contractor, subcontracwrs, materi~lmen, and suppliers in the performance of this contract, as defined in Co). below. The following term~ apply to this clause: 1.Steel and ~ Products. As used in ~ clause, steel and m~-ufactored preducts include (1) thuse produced in the United Slates or (2) a m~n-¢~a'ared produc~ produced in the United States, ff the cost of ~ components rn~m~cl, produced or m~ufactured in the United States exceeds 60 percent of the cost of all its ., components and finzl assembly bas t,~ken place in the United States. 2. Components. As used in this chuse, components means those ankles, m~rials, and supplies incorporated directly into steel and m~nufactured products. 3. Cost of Components, This means the costs for production of the components, exclusive of fin~! assembly hbor costs. BID-9 SUBCONTRACTORS AND SUPPLIERS 5. 8. SUBCONTRACTOR AND SUPPLIER NAME AND TITLE OF SIGNER / SIGNATURE AND DATE NOTE: The penalty for makl.~ false statements in offers is prescribed ia 18 U.S.C. 1001. BID-tO DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS To meet the requirements of the U.S. Department of Transportation 0DOT), Regulation 49 CFR Pan 26, all bidders will provide evidence of the methods they have used to meet the Disadvantaged Business Enterprise goal as published in the Sponsor's Disadvantaged Business Enterprise Program. The DBE participation gffal for this project is 4.7%. WITHIN 15 DAYS A~'rp.~R THE OPENING OF BIDS AND BEFORE THE AWARD OF A CONTRACT, ALL BIDDERS OR PROPOSERS WISHING TO REMAIN IN COMPETITION FOR THE CONTRACT SHALL SUBMIT: 1. Names and addresses of Disadvantaged Business Enterprise (DBE) £n-ms tha~ will participate in the contract;. 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commiUnent to use a DBE subcontractor whose participation it submits to meet a contract goal; 5. Written and signed confwmafion from the DBE that it is participating in the contract as provided in the prime 6. It' the contract goal is not met, evidence of good faith efforts. DEMONSTRATION OF GOOD FAITH EFFORTS This firm assures that it will m~ke a good faith effort and demonstrate that it has done so either by meffdng the DBE conmu:t goal or documenting good faith efforts. CERTIFICATION OF BIDDER FOR THE ABOVE: BIDDER'S STATUS: DBE: [] AGE OF F1RM: .~ ~., ANNUAL GROSS RECEIPTS OF FIRM: IRSNUMBER: b'3 Date NON-DBE: ~- BID-il CONTRACTOR'S CERTIFICATION OF ELIGIBILITY The bidder/offeror certifies, by submission, of this proposal or acceptance of this comract, that neither k nor principals is presently debarred, suspended, proposed for debarment, declared inelig~ole, or voluntarily excluded fx~n it will include this clause without modification in all lower tier u-ansactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify to t/tis statement, k ~ attach an explanation to this solicitation/proposaL Thai, the information above is true and complete to the best of my knowledge. Name and Title (Please Print NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. BID-12 FOR CORPORATE BIDDERS ONLY RESOLVED, that ~..-4~ ~ ~[d~ be authorized (Name of Officer) to sign and mbm~t the bid or proposal of this corporation for the following project: Apron and Access Taxiway and to iu~lud~ in such bid or propceal th~ certificate as to hon..collusion required by s~tinn one h. ndred thre~-d of the General M,m~pal Law as the act aml dced of such corporation, and for a~ inacan'ac~ or mi~-~.,r, ents in such cenific, ate this corporate bidder ~h~l! be liable under p~nalties of perjury. ~me forgoing i~ a me an~ con. ct copy of ,~ r~o~u~o~ a~op~ by C.A ~ ~C ~'~(X ~ ~ ~ ~.~ ~er Corporgitm at a m~ting of its Boord of DireclDm held onthe ,~0~ dayof'~C~-(0~t'' (Seal) BIDq3 CONTRACTOR'S STORM WATI R POLLUTION PREVENTION PLAN CERTEFICATION FORM Airport Nm/Location: E~,abeth Field Aimort/Fishers Island, New York Project Name: Avron and Access Ta~iwav Telephon~ Number: G~ ~! ~ ~ ~; ~- ~--/o o Certification Statement: "I certify under penalty of law that I understand a~d agree to comply with the terms and conti~ions of the Storm Water Pollution Prevention Pla~ for this project presented in the Special Provisions of these Contract Doctom~s in Item P-256, 'Soil Erosion and Sedime~ Control'. I understand and agree to comply with the terms and conditions of the New York State Po!!,_#,~nt Dischazge Elimination ~ystem (SPDES) general permit for storm water discharges from construafon activities and that it is unlawful for any person to ca~se or contrit~e to a violation of water ~,_nl(ty standalds. I understand that the Owner rnu~ fde a 'Notice of lntent for Stormwater DiscJla~es Associated with Co~on Activity Under SPDES General Permit #GP-02-O] (Permit)'. I agree that I will not engage in activity that will cause ~Zormwater to discharge from the construction site until ~uch time that the Owner has received acinowledgmenr from the New Yorlc State Department of Environmental Conservalion that cortstruction activity associated with this project is covered under the Permit." Printed Name of Bidder Si~ature ~_.~ O/~(c~x Title Date END OF SECTION BID-14 BID BOND Bond No. PRBl(132835 KNOW ALL MEN BY THESE PRESENTS, That We, C~razzini Asphalt Inc. of ~> O Box 1281 Cutchogue. NY 11935 as Principal, and RLI Insurance Company, of Eeoria, Illinois, as Surety, an Illinois corporation duly licensed to do business in the State of New York , are held and firmly bound unto Town of Southold , as Obligee, in the penal sum of 10% of Total Bid ' ( ), for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principal has submitted, or is about to submit, a proposal or a bid to the Obligee on a contract for construction of apron and access taxiwav at the Elizabeth Field Airport contract NOW, THEREFORE, if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefore, or if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful performance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of said principal and the amount for which the obligee may legally contract with another patty to perform the work if the latter amount be in excess of the former, in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or proceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. SIGNED, SEALED AND DATED this 24th day of March 2004 . ADDRESS ALL CORRESPONDENCE TO: RLI Surety Division P.O. Box 3967 Peoria, IL 61612-3967 (309) 692-1000 _Corazzini Asphalt Inc. _ ,,"1 Prcl~pal RLI Insuranee~~y~/_..~. By: Matthe ~fi~-~-'~-'~ A ttomewfn-Fact C3181000-50,0 RLI INSURANCE COMPANY Home Office: PO Box 3967 Peoria, IL 61612-3967 Administrative Office: 180 Summit Avenue Montvale, NJ 07645 March 24, 2004 Elizabeth Field Airport Town of Southold Fishers Island, NY Principal: Corazzini Asphalt, Inc. Location: Elizabeth Field Airport Contract Value: $500,000.00*** Description: Construction of apron and access taxiway at the Elizabeth field airport contract Dear Sir or Madam, RLI Insurance Company is prepared to issue Payment and Performance Bonds for the above- captioned Principal in the amount of $500,000.00***. The bond will be issued, subject to the following conditions: 1. That the contract between you and our Principal meet our underwriting criteria; 2. That we have been able to verify funding of this project; and 3. All other terms and conditions of this contract fall within our underwriting guidelines and conditions. We reserve the right to either issue or not issue the final bond in question depending on both whether the conditions listed above are met and the financial condition of our Principal is satisfactory. This commitment expires sixty days from the date of this letter unless we inform you in writing prior to that date that we have decided to issue the bond in question. Sincerely, RLI Insurance Company ~atthew Wilkoff, Attorney-in-Fact State of County of On the day of Individual Acknowledgment before me personally appeared to me known and known to me to be the person described in and who executed the foregoing instrument and he/she thereupon acknowledged to me that he/she executed the same. Notary Public Partnership Acknowledgment State of County of On the day of ~ , before me personally appeared to me known and known to me to be one of the firm of described in and who executed the foregoing instrument and he/she thereupon acknowledged to me that he/she executed the same as and for the act and deed of said firm. Notary Public Corporate Acknowledgment , 'Z(ff'3qL. before me personally appeared sworn, did depose and say that he/she is the Onthe I dayof /9q9 ~rl,' [ to me known, who being by me duly the co~oration described in and w~ch executed the forego~g ~sment; ~at he/she ~ows ~e seal of said co~oration; that ~e seal affix to said ~s~ent is such co.orate seal; that it was so affixed by order of ~e board of directors of said co~oration; and ~at he/she signed his&er name ~e order. Nom~ Public A3103200 RLI Surety A Division of RLl Insurance Company P.O. Box 3967 peoria. IL 61612-3967 Phone: 309-692-1000 800-645-2402 Fax: 309-692-8637 Acknowledgment of Surety STATE OF New York COUNTY OF Nassau SS. On this 24th day of March 2004, before me, a Notary Public in and for said County, personally appeared Matthew Wilkoff , personally known to me, who being by me duly sworn did say that he/she is the aforesaid Attorney-In-Fact of the RLI Insurance Company of Peoria, Illinois, a corporation duly organized and existing under the laws of the State of Illinois, that the seal affixed to the foregoing instrument is the corporate seal of said corporation, that the said instrument was signed, sealed and executed in behalf of said corporation by authority of its Board of Directors, and further acknowledge that the said instrument and the execution thereof to be a voluntary act and deed of said corporation. 1N WITNESS WHEREOF, I have hereunto subscribed my name and affixed by official seal the day and year last above written. My Commission Expires: _(~,l~fi~.,lte- Filed in Suffo4k ~ A0007503 RLI RLI Surety A D~nofRLllnsuranceCompany P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 Fax: 309-692-8637 POWER OF ATTORNEY RLI Insurance Company Bond No. PRB1032835 Know All Men by These Presents: That the RLI Insurance Company, a corporation organized and existing under the laws of the State of Illinois, and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: Matthew Wilkoff in the City of Mineola , State of New York , as Attorney in Fact . with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for any single obligation, and specifically for the following described bond. Principal: Corazzini Asphalt Inc. Obligee: Townof $outhold Type Bond: Bid Bond Bid Percent: 10% of Total Bid Bid Date: 04/08/04 The RLI Insurance Company further certifies that the following is a tree and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company, and 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." 1N WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its with its seal affixed this 24th__ day of March , 2004. President ATTEST: Camille J. Hensey ' RLI Insurance Company J a~o~.~t~. Michael President On this 24th day of March 2004 before me, a Notary Public, personally appeared Jonathan E. Mifhael and Camille J. Hensev , who being by me duly sworn, acknowledged that they signed the above Power of Attorney as President and Corporate Secretary, respectively, of the said RLI Insurance Company, and acknowledged said instrument to be the voluntary act and deed of said corporation. A0010003 RM RLI Surety A Division of RLllnsurance Company P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309-692-1000 Fax: 309-692-8637 RLI Insurance Company December 31, 2003 Admitted Assets Investments: Fixed maturities ..................... $ 497,879,735 Equity securities 474,323,804 Shod-term investments ................ 34,101,455 Real estate 5,773,849 Cash on hand and on deposit .................... -7,947,214 Other invested assets ....................... 5,000,000 Agents* balances ............................ 56,113,738 investment income due and accrued ................. 6,512,500 Funds held ................................... 62,632 Reinsurance recoverable on paid losses .............. 27,086,608 Federal income taxes receivable .................. 8 Electronic data processing equipment, net of depreciation ...................... Receivable h-om affiliates .................... Other admitted assets ........................ Total Admitted Assets .......................... 2,526,070 0 26,679,481 $ 1,127,912,661 Liabilities and Surplus Liabilities: Reserve for unpaid losses and loss adjustment expenses $ 327,334,717 Unearned premiums 139,374,634 Accrued expenses 25,549,616 Funds held 2,576,364 Amounts withheld 19,278,603 Ceded reinsurance premium payable ........ 12,864,665 Statutory penalties .......................... 870,800 Federal locome tax payable ..................... 9,990,880 Borrowed money and accrued interest ............ 32,611,534 Drafts outstanding ............................... 232,178 Payable to affiiliate ............................ t 0,645,512 Other liabilities ......................... 0 Total Liabilities .......................... $ 581,326,503 Surplus: Common stock ...................... $ t0,000,375 Additional paid-in capital .................. 277,422,846 Unassigoed surplus .................... 309,162,937 State of Illinois County of Peoda Total Surplus $ 546,586,158 Total Liabilities and Surplus $ 1,127,912,661 The undersigned, being duly sworn, says: That he is the President of RLI Insurance Company; that said Company is a corporation duly organized, in the State of Illinois, and licensed and engaged in business in the State of New York and has duly complied with all the requirements of the laws of said State applicable of said Company and is duly qualified to act as Surety under such laws; that said Company has also complied with and is duly qualified to act as Surety under the Act of Congress approved July 1947, 6U.S. C 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 3 I st day of December 2003 Attest: Corporate Seal Affixed Sworn to before me this 11th day of Pebruary 2004. ........................... { } ~'~' 'OFFICI~,;'$EAL" Notarial President Camil~~ ~ry Jacq~_ M. B~ckler Notary Public, State of Illinoie M005§204 TERRORISM RIDER NOTICE - FEDERAL TERRORISM INSURANCE COVERAGE AND DISCLOSURE OF PREMIUM Any loss applicable to a peril covered under this bond that is caused by a certified act of terrorism pursuant to the terms of the Terrorism Risk Insurance Act of 2002 ("the Act,"), will be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding a statutorily established deductible to the insurance company providing this bond. The portion of your annual premium attributable to certified acts of terrorism under this bond is $1.00 COVERAGE LIMITATIONS Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. M0087103 ITEM NO. FAA SPEC NO. I P-IS1 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS CLEARING & GRUBBING ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE PRICE IN FIGURES UNIT pRICE TOTAL AMOUNT $ $ ILS FOR 2 po152 UNCLASSIFIED EXCAVATION PER LS 1,550CY 3 P-156 SILT FENCE PER CY 390 LF ~//~. 4 P-156 STRAW BALE DIKE PER LF $ 85 LF FOR PER LF $ s 1'70 Bid Sheet- I FAA ITEM SPEC NO. NO. 5 P-156 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS STORM DRAIN INLET PROTECTION IN TURF ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 6 P-214 5EACH FOR CRUSHED AGGREGATE BASE COURSE 7 P-409 1,580 CY BITUMINOUS SURFACE COURSE (TYPE 7F, TOP) PER CY $ 495 TON 8 P-409 BITUMINOUS BASE COURSE (TYPE 3, BINDER) 820 TON PER TON Bid Sheet o 2 ITEM NO. FAA SPEC NO. 9 P-603 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS BITUMINOUS TACK COAT ELIZABETH FIELD AIRPORT TOWN OF $OUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 280 GAL PER GAL I0 P-612 FIELD OFFICE PER LS I 1 P-620 RUNWAY & TAXIWAY pAINTING WITH GLASS BEADS FOR PER SF 12 P-625 COAL-TAR PITCH EMULSION SEALCOAT 4,200 SY FOR PER SY $ Bid Sheet- 3 FAA ITEM SPEC NO, NO. 13 D-701 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS 12-1NCH DIA. SICPP ELIZABETH HELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 14 D-710 335 LF STABILIZATION FABRIC PER LF PER SF 15 D-751 DRYWELL 3 EACH FOR 16 D-751 CATCH BASIN lEACH FOR PER EACH PER EACH Bid Sh~t- 4 FAA ITEM SPEC NO. NO. 17 %902 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS TOPSOIL, SEED AND MULCH ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 18 L-IlO 3,840 SY 4~WAY ELECTRICAL DUCT BANK, TYPE I PER SY 45 LF PER LF $ 19 DI25 ELECTRICAL SPL1CE CAN 4 EACH FOR PER EACH $ , 20 L-125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO, I lEACH FOR PER EACH Bid Sheet - 5 FAA ITEM SPEC NO. NO. 21 L-125 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT pRICE SCHEDULE ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. 2 UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ lEACH FOR PER EACH 22 L- 125 RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO, 3 lEACH FOR PER EACH 23 L- 125 RETROREFLECTIVE TAXIWAY GUIDANCE SION NO. 4 24 L-125 FOR PER EACH RETROREFLECTIVE PAVEMENT EDGE MARKERS 23 EACIt PER EACH $ $ Bid Sheet- 6 FAA ITEM SPEC NO. NO. 25 Lq25 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PPdCE SCHEDULE ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS MODIFICATIONS TO EXISTING ELEVATED R/W LIGHTS UNIT PRICE $ PRICE IN FIGURES TOTALAMOUNT $ 26 L-126 EACH TIE-DOWNS IN FLEXIBLE PAVEMENT PER EACH 21 EACH PER EACH 27 M-lO0 28 M-150 MAINTENANCE AND PROTECTION OF TRAFFIC FOR PROJECT SURVEY & STAKEOUT PER LS PER LS Bid Sheet - 7 FAA ITEM SPEC NO. NO. 29 M-200 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS MOBILIZATION (4% MAXIMUM) ILS FOR ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE PER LS ~NIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ Bid Shcct· 8 ELIZABETH FIELD AIRPORT TOWN OF $OUTHOLD APRON AND ACCESS TAXIWAY TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES TOTAL CONTRACT Note: The successful bidder shall submit, in writing, a SCHEDULE OF VALUES in accordance with Section 30-02 AWARD OF CONTRACT. Bid Sheet - 9 This bid is based upon prewiling wagez in Suffolk County, New York and in no case are wages considered less mnn those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Specifications. The ~nrkies for bid items lis~:l on the proposal sheet are es6mared quaufi~ies only for the purpose of comparing bids. Any difference bet'ween these esrlm~ed q~zmlties and actual quanthies required for construction ~hzl! not be ~kan as a basis for c~im~ by the Conu'acwr for vxua compansalion. Compansafion will be based upon the unit prices and actual consuulction ~n~ities. Upon receipt of wrinen notice of ~ acceptance of this bid, bidder will exectue the formal Conlract auached wlrhln 15 days and deliver a Surety Bond or Bo~ds as required by Section 30-05 of the General Provisions. The bidder fo_rther proposes and agre~ hereby to commence construction with an adequate work force, plant and equipment on fiae d~t~ slated in the wrir~on notice W proceed and will progress therewith to its completion ~ the time ~ in General Provisions Section 3009 "Commenceme~ and Completion', and in i~cordance with this Contract and Specifi~mion. The bid bond or ceffifled check in the amonn~ of tan percegt (10 %) of this bid ~h~ll become the property of the Owner in the event the Conwac~ and bond are not execuled within the lime above set forth, as liquidated ,t~m~ges for the delay and additional expense to the Owner caused thereby. Attached hereto is a certified check on the a bid bond for the stun of Bank of , or Dollars ($ made payable to the Town of Southold. SIGNATURE: llq ~ITI'~ W~;REOF, Ihe parties to these ~ have l~nmo set their lmnd~ and ~ th* day and year first above-written: The Cona'actor by snch duly authori2ed officem or individuals as may be required by law. (CONTRACTOR) NOTE: If Contractor is a corporation, SecreCy should attest. BID-2 NON-COLLUSIVE BIDDING CERTIFICATE The Sig~er of this Bid declares: A. That he has carefully exzmln~d the annexed form of the Agreement and Contract Documents. Pur~ant to Section 103-d of the General Municipal Law, by submission of ~ Bid, each Bidder and each person si~t, nlng on behalf of any Bidder cea'titles, and in ~ case of a joint Bid each party thereto certifies as to its own organization, uilder peaaity of pexjury, that to the best of knowledge and belief: The prices ia this Bid have been arrived at independently without collusion, consultation, communication or agrc~n~ent, for the purpos~ of restric~ng competition, as to any rn~ relating to such prices ~ any other Bidder or with any competitor; Unless otherwise required by law, the prices which have been quoted in ~ 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, parmership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of pei'ju~ that the foregoing smr~meat is u-ue. STATE OF NEW YORK) SS: COUNTY OF ) Onthe ]~L day of ~L~.--, 20 ~y, before (Name of each person ~_~me lo,own, who, being ~y me duly sworn, did swear and affirm that he resides at the foregoing Non-Collusive Cex~cation; and that, to the best of h the foregoing Non- Collusive Certification is true. MY COMMISSION EXPIRES BID-3 s knowledge and belief, the statement made in NOTARY PUBLIC THIS FORM SHALL BE COMPLF. TED BY ALL BIDDERS AND SHALL ACCOMPANY ALL PROPOSALS. The Bidder (Proposer) ~h~H complete the following statement by check/ag the appropriate boxes. The Bidder (Proposer)has has not ~ participated in a previous Conlxact subject to the Equal Opportunity clause prescn'be~l by Executive ~ i092~, or Executive Order 11114, or Executive Order 11246. The Bidder (Proposer) has has not ~ submk~i ali compliance reports in connection with any such Comract due uuder the applicable filing requirements; and that representations indica~ng submission of required compliance rel~rts signed by proposed Subcontractors will be obtained prior to award of Subcontracts. If fl~e Bidder (Proposer) has pan/cipated in a previous Conwac~ subject to the ~ Opponunivj chuse aud has not submined compliance ~ports due trader applicable filing requirements, the Bidder (Proposer) shall submit a comp!i~nce report on Standard Form 100, '~mployee Information Report EEO-I' prior to the award of Contract. Standard Form 100 is normslly fu~ighed to employers ~nmmlly, based on a m~ilinE list currently m21n?2~ned by the' Joint Reporting Committee. In the event a Comract~r Ires not received the form, he may obtain it by writing ~o the following address: Joint Reporting Committee Post Office Box 779 Norfolk, Virginia 23501 (757) 461-1213 CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION C~CTS EXCEEDING $10,000 TEL~PI~O~a~NO.:b~P~73q~-fPOt~ ~AX NO. d~/~ IRS EMPLOYER m~mamCA~ON m.rivmn~: I/- 2 4 z 3 ~,g 4. NON-SEGREGATED FACIIaTIES NOTICE TO PROSPECTIVE FEDERALLY-ASSISTED CONSTRUCTION CONI'Ie~CTORS: 1. A Certification of Non-Segregated Facilities must be submitted prior to the award of a Federally-assisted construction contract exceeding $10,000.00 which is not exempt from the provisions of the Equal Opportunity clause. Contractors receiving Federally-~ssisted ~on contract awards exceeding $10,000.00 which are not exr. mpi from the provisions of the Equal Oppornmlty clause will be required to provide for the forwarding of the notice to prospective subconwactors for supplies and construction contracts where the subcontracts exceed $10,000.00 and are not exempt from the provisions of the Equal Opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTiOxCTORS OF REQUIREMENT FOR CERI'II~ICATION ON NON-SEGREGA'rgD FACHATIES: 1. A Cerdfication of Non-Segregated Facilities must be submined prior to the award of a subcontract exceed/rig $10,000.00 which is not exempt from the provisions of the Equal Opportunity c!~,,~. Conlxactors receiving subcontract awards exceeding $10,000.00 which are not exempt from the provisions of Equal Opportunity clause will be ~ to provide for the forwarding of ~ notice to prospective subcontractors for supplies and construction contracts where ~ subeontracts exceed $10,000.00 and are not exempt from the provisions oftbe ~ Oppon'u~ty NOTE: The penalty for malting ~ statements in offers is prescribed in 18 U.S.C. i001. CERTI/~'ICATION OF NON-SEGREGATED FACILITIES: The Federally-aSsisted construction contractor certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, ruader its coatml, where segregated facilities are maimained. The Federally-assisted cousm~ction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its eatabllghmeIlts alld that it will not permit its employees to perform services at any location, under its control, where segregated facilities are maintnined. The Federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity chuse in this conwact. As used in this certification, the term 'segr~ga~ facilities" means any waiting rooms, work areas, rest rooms and w~h,xxnm, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, ck6nldng fO~rnralng~ r~¢reation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit BID-5 directive or are in fact segregated on ~ae bas/s of race, color, relig/on, sex or mdoml origin, because of habit, local custom, or any other reason. The Federally-ass'~'ted construct/oo contractor ago'es that (exce~ where he has ol:~/ned identical cenifical/ons from proposed subconlractors for specific time periods) he will obtain identical certifications from proposed subconwactors prior lo the award of subconu'acts exceeding $10,000.00 which are not exempt from the provisions of the Equal Opportunity clause and thnt he wi]] retain such certifications in h/s files. PRINTED NAME & TITLE: SIGNATURE: DATE: Cert/fication: The information above is true and complete to the best of my knowledge and belief. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. BID-6 STATEMENT OF SURETY'S INTENT TO: Town of Southold We Have Reviewed The Bid of for Avron and Access TaxJwav Project Bids for Which Will be Received On: ~//~id~Opening Date) and wish to edvise that should this Bid of the Conu'actor be accepted and the Contract awarded to him, it is our preseat intention to become surety on the performa-ce bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Conlract is a matter be~veen the Con. actor and ourselves and we assure no liability to you or third parties if for any reason we do no~ execute the requisite bonds. We are duly authorized to do business in the State of New York. ATTEST: Suretyi~"~Authorized Signature(s) / ~ (Corporate ~f any.t~l~o seal, wrkec'No Seal' a~ross this place and sign.) (This Form Must Be Complete And Submitted With The Bid) BID-7 ADDENDA RECEIPT Receipt of the following Addenda is acknowledged: ADDENDUM NO.: / A~D~ ~o.: ~ ADDHNDUM N0.: . ~ (F~~Bid) (Signature of Authorized Person) P.O. ^d~e~: ~'~' ~ iz~f/ Dated: ~//1~w Bidders must fill out the above complete. BID-8 BUY AMERICAN CERTIFICATE (JAN 1991) By submi~i~ a b'~l/proposal under this solicitslion, except for 6aose items listed by the offeror below or on a separale and clearly identified attachmont to this bid/proposal, the offeror certifies that steel and each mam~fllcttlted ptodllct, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American - Steel and Manufactured Products For Construction Comxacts) and that componenls of unknown origin are considered tn have been produced or msnufactured outside the United States. Offerors may obtain from the Owner, lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN BUY AMERICAN ~ STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that only domestic steel and ma~,~acm~ed products will be delivered and used by the Con. actor, subcom~actors, materialmen, and suppliers in the l~rform~ce of this contJ-act, as defined in (b) below. Co) The following terms apply to this clause: 1. Steel and Manufactured Products. As used in this clause, steel and manufactured products include (I) those produced ia the United States or (2) a manufactured prodtm produced in the United States, if the ~t of i~ compollents mil~d, produged or manllfactllred in the Ullit~d States exceeds 60 percent of the cost of all its corn?orients and f-real assembly has taken place ill the United States. 2. Components. As used in this clause, compononts means those articles, materials, and supplies incorporated directly into steel and ms~ufactured products. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. BID-9 SUBCONTRACTORS AND SUPPLIERS 2. 3. 4. 5. 6. 7. 8. 9. 10. SUBCONTRACTOR AND SUPP~ NAIViE AND TITLE OF SIGNER ~// ~ ~, SIGNATURE AND DATE NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. BID-10 DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS To meet the requirements of the U.S. Depar~ent of Transportation (DOT), Regulation 49 CFR Part 26, all bidders wilt provide evidence of the methods they have used to meet the Disadvantaged Business Enterprise goal as published in the Sponsor's Disadvantaged Business Enterprise Program. The DBE participation goal for this project is 4.7%. WITHIN 15 DAYS AFTER THE OPENING OF BIDS AND BEFORE TILE AWARD OF A CONTRACT, ALL BIDDERS OR PROPOSERS WISHING TO REMAIN IN COMPETITION FOR THE CONTRACT SHALL SUBMIT: 1. Names and addresses of Disadvantaged Business Enterprise (DBE) fn'ms that will participate ia the contract;. 2. A description of the work that each DBE will perform; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and signed documentation of commitment to use a DBE suly~ontraetor whose participation it submits to meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating ia the conuact as provided ia the prime ¢ontxactor'$ commitment; and 6. If the contract goal is not met, evidence of good faith efforts. DEMONSTRATION OF GOOD FAITH EFFORTS This firm assures that it will make a good faith effort and demonstrate that it has done so either by meeting the DBE contract goal or documenting good faith efforts. CERTIFICATION OF BIDDER FOR THE ABOVE: BIDDER'S NAME: BIDDER'S STATUS: DBE: [] AGE OF FIRM: NON-DBE: [~ ANNUAL GROSS RECEIPTS OF FIRM: ms NU mER: //- Signat~dtle BID-Il CONTRACTOR'S CERTIFICATION OF ELIGIBILITY T~e bidder/offeror certifies, by submission, of this proposal or accepumce of dais conuact, ~r neither i~ nor its p~.ncipals is presently d~barred, suspeaded, proposed for debarment, declared ineligible, or vol~m~rily excluded fxom participation in this transaction by any Federal department or ageocy. It further agrees by sulxnitfing this proposal ttmI it will include this clause without modification in all lower tier transactions, solicitations, proposals, colltracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify to this statemenI, it shall attach an explanation to this solicitation/proposal. That, the information above is tx~e and complete to the best of my knowledge. Nan~ aad Title (Please Pri~) NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. i001. BID-12 FOR CORPORATE BIDDERS ONLY RE~OL~-ED, be authorized to sign ~n,q sub~t the bid or proposal of this corporation for the following project: Apron and Access Taxiway and to include in such bid or p~ the certificate as to non-collusion required by section one htmclred three-d of the General Mtmicipal Law as the ~t ~ deed of such corporation, and for any inaccuracies or mis.sUmmzn~ in such certificate this corporate bidder ~h~]l be liable under pe~lties of pe~ttry. The foregoing is a true and correct ccpy of the resolmion adopted by ~--gO~'~'Z~/' Corporalion at a meeling of ks Board of Directors held (Seal) BID-13 CONTRACTOR'S STORM WATER POLLUTION PREVENTION PLAN CERTIFICATION FORM Ah-por~ Name/Location: Elizabelh Field Airoorl/Fishers Island, New York Project Name: Avron and Access Taxiwav Telephone Number: 5 ~ ]~ l~ ~/~ ~-~0 Certification $~a~menr: "! ce~fy under penalty of law that [ under~ond and agree to comply with the terms and conditions of the Storm Water Polhaion Prevemion Plan for this project pres~ted in the Special Provisions of these Contract Documen~ in Item P-156, ~Soil Erosion and Sediment Control~. I understand and agree to comply with the terms and conditions of the New York State Pollutant Discharge ~ System (SPDES) general permit for storm water discharges from constructi~ activities a~ that it is unlawful for any person to cause or contribute to a violan;_~n of water quality standards. I understand thaI the Owner mast file a 'Notice of lntent for Stormwater Discharges Asst~ated with Conztntction Activity Under SPDES General Permit gGP-02-OI (Permit)'. I agree that I will not engage in activity that will rn~e stormwater to discharge from the construction site until such time that the Owner has received acknowledgrnent from the New York State Department of Environmental Conservation that construction activity associated with this project is covered under the Permit." Printed Name of Bidder Title END OF SECTION BID-14 THE AMERICAN INSTITUTE OF A CHITECTS AIA Document A310 Bid Bond BOND NO: N/A KNOW ALL MEN BY THESE PRESENTS that we TERRY CONTRACTING & MATERIALS, 1NC. 840 W. MAIN STREET, RIVERHEAD, NY 11901 as Principal, hereinafter called the Principal and SAFECO INSLrI~CE COMPANY OF ;dvlERICA 1200 MACARTR-UR BLVD., M~AJ~, NJ 07430 a corporation duly organized under the laws of the State of WASHINGTON as SURETY, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD 53095 MAIN ROAD, NEW YORK as 0bligee, hereinafter called the 0bligee, in the sum of TEN PERCENT OF ;dvlOLrNT BID Dollars ($ 10% OF BID A/vlOLr~ for the payment of which sum well and truly to be made, the said Principal and the said Sure bind ourselves, our heirs,executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for APRON AND ACCESS TAXIWAY ELIZABETH FIELD AIRPORT, FISHERS ISEAND, NY N%~, ~HE~I~][t 1~ the oDllgee shall accept the hlO ot the Principal ano the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt pa}~ent of labor and material furnished in the prosecution thereof, or in the event of the failure Of the Principal to enter such Contract and give such bond or bonds, i~ thm ~zim~lpal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26/1t day of MARCH 19 2004 (Principa~ (Seal) (Title) smEco INs c vmRIq4 -. O~ _~t.~ (S~rety) (Seal) Attorney-~n- tact GLENN GLUBIAK~ ATIIDRNEY-IN-FACT AIA DOCUMENT A310 * BID BOND AIA ~ * FEBRUARY 1970 ED °THE AMERICAN I N S T I T U T E O ~ RC H I T E CT S, 1735 N.Y., N.W., WASHINGTON, D.C. 20006 STA~ OF SUR~TY'$ INTENT We Hawc ~v~w~ ~ ~of TERRY CONTRACTING & MATERIALS, INC. of ~0 W. MAIN STREET, RIVERHEAD, NY 11901 for A~ ~ A~ T~v ~ ~ ~ ~ ~ ~ ~ ~: APRIL 8, 2004 GLENN GLUBIAK, A~ORNEY-IN-FACT ACKNOWLEDGMENT OF CONTRACTOR/PRINCIPAL IF A CORPORATION STATE OF NEW YORK ) ) SS.: COUNTY OF SUFFOLK ) On the 26TH day of MARCH m tbe year 200,4 before me p~rsonully came JAMES C. TERRY to me known, who being by me duly sworn, did depose and say that he resides in NORTHPORT. NEW YORK , that he is the V. PRESIDENT of TERRY CONTRACTING & MATERIALS, INC, . the corporation described in and which executed thc above insln~rnent; and that he signed his n~me thereto by authority of the~t,'~&, board of ~ directorsJENNIFER IIO.l~blic 015P5017514 of State said SPADAR0 of corporation. New York~ /~'~ ~y~ Li c/~;~ ACKNOWLEDGMENT OF SURETY STATE OF NEW YORK COUNTY OF SUFFOLK ) ) SS.: ) On the 26TH day of MARCH in the year 2004 before me personally came GLENN GLUBIAK to me known, who, being duly sworn, did depose and say that he resides at COMMACK, NEW YORK. , that he the Attomey-ln-F~ct of SAFECO INSURANCE COMPANY OF AMERICA the corporation described in and which executed the above instrument; and that he signed his name thereto by ' of thc board of directors of said corporation ~ JENNIFiRSPAOARO /// /' / //) ~' ' '"~ '~ ~/ 514 / / // N TARY ~'g~LIC T~ No. OlSPSOl7 POWER OF ATTORNEY G~ERAL© INSURANCE COMPANY OF AMERICA INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SEATTLE. WASHtNGTON 98185 No. '10575 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ***********************1~*** MASTRANTONIO~, GLENN GLUBIAK; JENNIFER SPADARO; LORIANN FAY; Haupsugge, New ***************************** its true and lawful attomey(s)-in-fact, with full authonty to exec~ts on its behalf fidelity and surety bonds or undertakings and ~her documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF. SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this t Id~ day of Nevcmb¢~ , 2003 CHRISTINE MEAD, SECRETARY CERTIFICATE MIKE MCGAVICK, PRESIDENT Extract from the By-Laws of $AFECO INSURANCE COMPANY OF AMERICA and at' GENERAL INSURANCE COMPANY OF AMERICA: 'A~cid V, Section 13. - FIDEUTY AND SURETY BONDS., the President, any Vice President, the Seoreta~y, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have autheflty to appoint Individuals es attomeys-in-fant or under other appropriate titles with au~ority to execute on hehalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its bualness... On any Instrument ma*lng or evldeflctng suCh appointtneat, the agnature~ may be affixed by facsimile. On any ias~ument confe~ing such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner re{3roduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resulotion of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERIt;A abegtnd July 28, 1 "On any certificate executed by the Secretary or an assistant secretary of the Company selfJng out, (i) The provisions of Article V, Seciton 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment Is in full fo(ce and effect, the signature of the certifying officer may he by facsimile, and the seal of the Company may be a facsimile thereof.' I, Ch~tstiea Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify thai the foregoing extracts of the By-Laws and of a Reseluiton of the Board of Dlre~ors of these coq~oraflons, and of a Power of Attorney Issued puesuant thereto, am true and correct, and that both the By-Laws, the Re.utah and the Power ol'A~.omey are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile sasi of said cofl3omfion this 26TH dayof MARCH , 2004 CHRISTINE MEAD, SECRETARy SAFECO' SAFECO INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT -- DECEMBER 31, 2003 Assets Cash and Bank Deposits ..................................... $ (41,129,046) *Bonds-- U.S Government .................................... 191,611,176 *Other Bonds ........................................................... 2,26g,566,075 *Stocks .................................................................... 456,062,250 Real Estate ............................................................. 12,440,327 Agents' Balances or Uncollected Premiums .......... 332,460,470 Accrued Interest and Rents.......;. ............................ 35,146,.561 Other Admitted Assets ........................................... 163.785.853 Total Admitted Aesets ................................... $3,418.943.666 Liabllifle~ Unesmed Premiums .............................................. $ 662,746,717 Reserve for Claims and Claims Expense ................... 1,560,406,318 Fun& Held Under Reinsurance Treaties ............... 577,176 Reserve for Dividends to Policyholders ............................ 1,168,869 Additional Statutory Reserve ................................ Reserve for Commissions, Taxes and Other Liabilities .............................................. 375.568.628 Total .......................................................... $2,600,467,708 Capital Stock ............................. $ 5,000,000 Paid in Surplus ................................ 227,306,484 Unassigned Surplus .................. 586.169.474 Surplus to Polleyholdera ............................. 818,475,958 Totai Liabilities and Surplus ............................. $~q.lt 8.~4~.666 * Bonds are stated at amo~zed or investment vaiue; Stocks at Association Market Values. Securities carried at $113,865,629 are deposited as required by law. I, MICHAEL C. PETERS, president of SAFECO National Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2003, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2004. ~ President Page I of 1 RC NY P030200~.04 EL$ZABETH A,ZRPORT APRON AND TAX~IWAY CD~ RC NY ~30~04: ELZ~BETH AZR~RT APRON AND TAXZWAY: ~A~ A~ $~0o,oo0 lenews, com/ontine_product/Printjob, efm?eonl~tid-- 1367870&pubtid=t 41 3/8/2004 FAA ITEM SPEC NO. NO. I P-151 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS CLEARING & GRUBBING ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE PRICE IN FIGURES TOTAL AMOUNT $ IL~ FOR 2 P-152 UNCLASSIFIED EXCAVATION PER LS 1,550 CY FOR 3 P-156 SILT FENCE PER CY 390 LF FOR 4 P-156 STRAW BALE DIKE PER LF 85 LF FOR PER LF Bid Shcet- I s :30 . ITEM NO. FAA SPEC NO. 5 P-156 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS STORM DRAIN INLET PROTECTION IN TURF ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ · 6 P-214 5 EACH CRUSHED AGGREGATE BASE COURSE PER EACH $ / ;z_¢-,9. o~ 1,580 CY 7 P-409 BITUMINOUS SURFACE COURSE (TYPE 7F, TOP) PER CY $ 495 TON 8 P-409 BITUMINOUS BASE COURSE (TYPE 3, BINDER) PER TON $ 820 TON FOR PER TON Bid Sheet- 2 FAA ITEM SPEC NO. NO. 9 P-603 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS BITUMINOUS TACK COAT ELIZABETH FIELD AIRPORT TOWH OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIOURES TOTAL AMOUNT $ l0 P-612 280 GAL FOR PER GAL FIELD OFFICE I 1 P-620 RUNWAY & TAXIWAY PAINTING WITH GLASS BEADS PER LS 12 P-625 1,450 SF FOR COAL-TAR PITCH EMHLSION SEALCOAT PER SF 4,200 SY FOR PER SY Bid Sheet- 3 FAA ITEM SPEC NO. NO. 13 D-701 ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS 12-INCH DIA. SICPP ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UHIT PRICE SCHEDULE L~l'r PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 14 D-710 335 LF FOR 5 xp STABILIZATION FABRIC PER LF 15 D-751 48,890 SF FOR DRYWELL PER SF $ 16 D-751 3 EACH FOR PER EACH CATCH BASIN I EACH PER EACH $ Bid Sheet - 4 g. $ 7-5'. ac> FAA ITEM SPEC NO. NO. 17 T-902 ITEM AND DESCRIPTION AND UNIT pRICE IN WORDS TOPSOIL, SEED AND MULCH ELIZABETH F{ELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXF',VAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 18 L-II0 4-WAY ELECTRICAL DUCT BANK, TYPE 1 PER SY 19L-125 45 LF FOR ELECTRICAL SPLICE CAN 20L-125 4 EACH FOR PER RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. I EAC. ¢2.5-. OO I EACH FOR PER EACH Bid Sheet o 5 FAA ITEM SPEC NO. NO. 21 L-125 ELIZABETH FIELD AIRPORT TOWN OF SOOTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS RETROKEFLECTIVE TAXIWAY GUIDANCE SIGN NO, 2 UNIT PRICE $ PRICE IN FIGUKES TOTAL AMOUNT $ 22 L. 125 I EACH RETROREFLECTIVE TAXIWAY GUIDANCE SIGN NO. 3 PER EACH $ /.~/0 . oo $ 4o1~ . oo 23 L-125 lEACH FOR PER EACH RETROREFLECTIVE TAXIWAY GUIDANCE SION NO. 4 24 L-125 lEACH FOR PER EACH RETROREFLECTIVE PAVEMENT EDGE MARKERS 23 EACH FOR PER EACH $ oo $ /,4/4. Bid Sheet - 6 FAA ITEM SPEC NO. NO. 25 L-125 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE ITEM AND DESCRIPTION AND UNIT PRICE IN WORDS MODIFICATIONS TO EXISTINO ELEVATED ~ LII~HTS UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ 26L-126 I EACH FOR PER EACH TIE-DOWNS IN FLEXIBLE PAVEMENT 27M-100 21 EACH MAINTENANCE AND PROTECTION OF TRAFFIC PER EACH $ 28 M-IS0 ILS FOR PROJECT SURVEY & STAKEOUT ILS FOR PER Bid Shat - 7 FAA ITEM SPEC NO. NO. 29 M~200 ITEM AND DESCPdPTION AND UNIT PRICE IN WORDS MOBILIZATION (4% MAXIMUM) ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY UNIT PRICE SCHEDULE UNIT PRICE $ PRICE IN FIGURES TOTAL AMOUNT $ ILS FOR PER LS $ ,,70/R~O. ~ Bid 8hcct-8 ELIZABETH FIELD AIRPORT TOWN OF SOUTHOLD APRON AND ACCESS TAXIWAY T~FAL PRICE IN WORDS TOTAL PRICE IN FIGURES TOTAL CONTRACT Note: The successful bidder shall submit, in writing, a SCHEDULE OF VALUES in accordance with Section 30-02 AWARD OF CONTRACT. Bid Sheet-9 This bid is based upon prew;~og wages in Suffolk County, New York and in no case are wages considered less rh~ those predeterm;ned by the State and Federal Departments of Labor, schedules of which are contained in the Specifications. The ClUamifies for bid items listed on the proposal sheet are esdm~t~cl Clua~ities only for the purpose of comparing bids. Ally difference between these esllmated quantities and actual quantitie~ required for construction shall not be taken as a basis for ctaim~ by the ConWactor for exlra compensation. Compensa~en will be based upon the ~m;r prices and actual construction quantities. Upon receipt of written notice of the acceptalw~ of this bid, bidder will execute the formal Contract attached within 1S days and deliver a Surety Bond or Bonds as required by Section 30-05 of the General Provisions. The bidder further proposes and agrees hereby to commence construction with an adequate work force, plata and equipment on the date stated in the written notice to proceed and will progress therewith to its completion wil'hln the time stated in General Provisions Section 30-09 'Commencement and Completion", and in accordance with this Contract ~ Specification. The bid bond or certified check in the amount of ten percent (10%) of this bid ~h~! become the properly of the Owner in the event the Contract and bond are not executed withi~ the time above set forth, as liquidated a.m~ges for the delay and additional expense to the Owner caused thereby. Alt,ached hereto is a certified check on the a bid bond for the sum of /(~/~ made payable to the Town of Southold. Bank of or IN WITNESS V~IiFA~OF, Ibe parties to these presents have herem~o set their hands and seals tbe day and yeer firs~ above-wr/tten: The Contra~r by such duly authorized officers or i~dividuals as may be required by law, (SEAL) NOTE: If Con~acwr is a corporation, Secretary should attest. BID-2 NON-COLLUSIVE BIDDING CERTWICATE The Signer of this Bid declares: A. TI~ he has carefully examined the anuexed form of ~e Agreement and Con~rac~ Documents. B. Pursuan~ to Section 103-d of the General Mun/cip~ Law, by submission of this Bid, each Bidder and each persun si~ing on behflf of any Bidder certifies, and in the case of a joint Bid each party thereto certifies as to i~s own orgaviT~rlon, under penalty of perjury, that to th* best of knowledge and belief: The price~/n this Bid have been arrived at independently without collusion, consultation, communication or a~reement, for the purpose of restricting competition, as to any mal~er re!ati~g to such p~ce~ with any other Bidder or ~ any competitor; Unless otherwise required by hw, 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 i~directly, to any other Bidder or to any competitor; and 3. No attempt Ires 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 U'ue. Affix Seal BIDDER: if Principal is Corporation BY: TITLE: STATE OF NEW YORK) SS: COV-m~ Or 5'O[rof~ (~ame of ~ per$o~ to me known, who, being by me duly sworn, did swear and affirm that he resides at ; that he ~s the~ v/ of the Bidder herein and si~s the foregoing Non-Collu~ive Certification on be'half of s~'ch Bidder; '~at he executed the foregoing Non-Collu~ive Certification; and that, to the best of hi~ tmowledge and belief, the statement made in the foregoing Non- Collusive Certification is true. MY COMMISSION EXPIRES JULIA A. McCLAVE NOTARY PUBLIC STATE OF NEW YORK No. 01 MC6055936 Certifieil in Suffolk County Corem ss on Expires 03-1'2-20 BID-3 THIS FORM SHALL BE COMPLETED BY ALL BIDDERS AND SHALL ACCOMPANY ALL PROPOSALS. The Bidder (Proposer) ~hzll complete the following statemen~ by checking the appropria~ boxes. The Bidder (Proposer)has ~ has not __ participated in a previous Contract subject to the Equal Opportunity clause prescribed by Executive Order 10925, or Executive Order 11114, or Execative Order 11246. The Bidder (Proposer) has ~/ has not __ submitted all compliance reports in connection with any such Conwact due under the applicable filing req~remems; and tha~ representations indicating submhsion of requ/red compliance repom signed by proposed Subconn~ztors will be obtained prior to award of Subcontract. If the Bidder (Proposer) has participa~l in a previous Con~act subject to the Equal Oppommity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder (Proposer) shall submit a comp{ianee report on Standard Form 100, 'Employee Information Report EEO-I' prior to the award of Contract. Smudard Form 100 is normany f~-ni~hed to employers atmualiy, bfcsed on a mailhlg list currently mzlnt~ined by the Joint Reporting Committee. In the event a Co.factor has not received the form. he may obtain it by writing to the following address: Joint Reporting Committee Post Office Box 779 Norfolk, Virginia 23501 (757) 461-1213 BI~4 CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION CONTRACTS EXCEEDING $10,000 BIDDER'S NAME: 'TE: R I~ y d~t/7~R/q CTt,t/~ ADDRESS: ~z/O WE.5'F t.$1t /,U ,.cT~CIE7- 7¢I~/E/e/'fEAO / it/LC 1190 I TEL~O~a~NO.: fo31-?),-)-OI-/O ~.~NO. ~, ,""5 /- 72 "7 - 04'/~' IRS EMPLOYER IDENTIFICATION MBER: //' ~/0q ~ 0/[ NON-SEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY-ASSISTED CONSTRUCHON CON'ile,,ACTORS: A Certification of Non-Segregated Facilities must be submitted prior to the award of a Federally-assisted consu'uction contract exceeding $10,000.00.winch is not exempt from the provisions of the Equal Opportunity clause. Core,tot* ~.~,~g F~Uy-as~ed ~aon ~w~t a~ ~Ung $t0,000.00 which are not exra~p/ from the provisions of the F. qual Opportunity clause wi~ be required to provide for the forwarding of the notice to prospective subcontractors for supplies and consu-uction conlracts where the subcontracts exceed $10,000.00 and are not exempt from the provisions of the Equal Opportunity chusu. NOTE: 'I~e penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTOP~ OF REQUIREMENT FOR CERrt~iCATION ON NON-SEGREGATED FACILITIES: 1. A Cer~cation of Non-Segregated Facilities mnst he submitted prior to the award of a subconlract exceeding $10,000.00 which is not exempt from the provisions of the F. xlual Opportunity clause. ~ ~i~ ~ a,~& exceeding $10,000.00 which are not exempt flora the provisions of the Equal Opportunity clause will be required W provide for the forwarding of ~ notice w prospective subcontractors for supplies a~l construction contracts where the subconlracts exceed $10,000.00 and are not exempt from file provisions of the Equal Opportunity clause. NOTE: The penalty for making false sratemei~s in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION OF NON-SEGREGATED FACH,ITIES: The Federally-assisted comlruction conU'actor certifies that it does not maintain or provide for its employees any segregated facilities at any of its establilhments and that it does not permit its employees to perform their services at any location, under its conlrol, where segregated facilities are maintained. The Federally-assisted construction contractor certifies that it will not malnmln or provide, for its employees, segregate~ facilities at any of its establlqhme, uts ami that it will not pellllit its employees to perform services at any location, under its comml, where segregated facilities are m~intained. The Federally-assisted couslrttcfion 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 roollas, work areas, rest rooms and washrooms, reslam'a~ and other eating area, time clocks, locker rooms and other storage or dressing area, parking lots, drinking fonntain% recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit BID-5 directive or are in fact segregated on the basis of race, color, religion, sex or n~ioml origin, because of habit, local custom, or any o~er reason. The Federally=assisted co~truction contractor agrees that (except where he has obtained idenlical certifications from proposed subcontractors for specific time periods) he will obtain identical cerlificatio~s from proposed subcontractors prior to the award of subconu'acts er, ceeding $10,000.00 which are not exempt ~tu ~he provisions of the F. qual Opporo. mity clause and that he will reruin such ce~flca~ons in his files. Certification: T~e information above is true and complete to the best of my knowledge and belief. PRINTED NAME & TITLE: ~ ~ v~ ~.~ ~ ~'~ v~ r~ ~ NOTE: The penalty for r~ng false statements in offers is prescn~oed in 18 U.S.C. 1001. BID-6 STATEMENT OF SURETY*$ INTENT TO: Town of Southold We Have Reviewed The Bid of of for Apron and Access Taxiwav Project Bids/'or Which W'fll be Received On: (Conu~ctor) (Address) (Bid Opening Date) and wish to adv/se ~hat should this Bid of the Conuactor be accepted and tbe Comract awarded to blm~ it is our present intention to become surety on the performance bond and labor and material bond requ/red by the Contract. Any arrangement for the bonch required by the Conwact is a mar/er between the Conlractor 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: SureW's Authorized $igmm~e(s) · Attach Power of Attorney (Corporate seal, if any. If no seal, write "No Seal" across this place and sign.) (This Form Most Be Complete And Submitted With The Bid) BID-7 ADDENDA RECEH'T Receipt of the following Addenda is acknowledged: ADDENDUM NO.: i ~D~UM NO.: ~' ADDENDUM N0.: ~ Dated: ~//(;/0 Y~/ The full nm'nes and residences of all persons interested in this bid as principals are as follows: Bidders must ifil out the above complete. BID-8 BUY AMERICAN CERTIFICATE (JAN 1901) By submi~nE a bid/proposal trader ~ solicitation, except for those items listed by the offeror below or on a separate and clearly iclemified al~hment to tiffs bid/proposal, th~ offeror certifies that steel and e~ch m~m~lL'tl~ed prodllgt, is produced in the United Stales (as defined in the clause Buy American - Steel and Manufactured Products or Buy American - Steel told Ma~e~red Producis For Conslruction Contracts) and that components of unknown origin are considered to have been produced or mznufactttred OlltSide tile United States. Offerors may obll6n from the Owner, lists of articles, materials, and supplies excepted trom this provision. PRODUCT COUNTRY OF ORIGIN BUY AMERICAN - STEEL AND MANUFAC~D PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that only domestic steel and m~mlf'~to.red products will be delivered and used by the Co~ltactor, sllbconlxactors, mm~'ialmen, and sllppliers in the pelfforms~ce of this contract, as defined in Co) below. Co) The following terms apply to this clause: Steel and ~ Products. As used in this clause, steel and mznufactured products include (1) those produced in the United Stales or (2) a ra~-ufactured product produced in the United Stares, if the cost of its components mi,~ed, produced or mamffactured in the United States exceeds 60 perceot of the cost of all its components and fi.ual assembly has ~n place in the United States. 2. C~. As used in this chuse, comtxamnts means those articles, rn~mrlals, and supplies ineorporal~i directly into steel and m~mff~atured products. 3. Cost of Component. 2'his m~ans the costs for production of the components, exclusive of 6n~l assembly labor costs. BID-9 SUBCONTRACTORS AND SUPPLIERS 2. 3. 4. 5. 6. 7. 8. 9. 10. SUBCONTRACTOR AND SUPPI.mR NAME AND TITLE OF SIGNER SIGNATURE AND DATE NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. BID-lO DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS To meet the requffements of the U.S. Department of Transportation (DOT), Regulation 49 CFR Pan 26, ~1 bidders will .provide evidence of the methods they have used to meet the Disadvantaged Business Enterprise goal as published in the Sponsor's Disadvantaged Bnsiness Enterprise Program. The DBE participation goal for this project is 4.7%. WITHIN 15 DAYS AFTER THE OPENING OF BIDS AND BEFORE THE AWARD OF A CONTRACT, ALL BIDDERS OR PROPOSERS WISHING TO REMAIN IN COMPETITION FOR THE CONTRACT SHALL SUBMIT.' 1. Names and addresses of Disadvantaged Business Enterprise (DBE) frans that will participate in the contract;. 2. A description of the work that each DBE will peffom; 3. The dollar amount of the participation of each DBE firm participation; 4. Written and sig~ed documentation of commitment m use a DBE subcontractor whose Participation it submits u) meet a contract goal; 5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and 6. If the conu'act goal is not met, evidence of good faith efforts. DEMONSTRATION OF GOOD FAITH EFFORTS This firm assures that it win make a good faith effort and demonsu-ate that it has done so either by meeting the DBE contract goal or documenting good faith efforts. CERTIFICATION OF BIDDER FOR THE ABOVE: BIDDER'S NAME: ADDRESS: BIDDER'S STATUS: DBE: [] AGE OF FIRM: ANNUAL GROSS RECEIPTS OF FI~,M: NON-DBE: [] IP, S NUMBER: Signature and Title Date BID-Il CONTRACTOR'S CERTIFICATION OF ELIGIBILITY The bidder/offeror certifies, by submission, of ~ proposal or accepmuce of ~ contract, th~ neither it nor its principals is presently debarred, suspended, proposed for debarment, declared h~el/gible, or vol~mmr/ly excluded from pa~icipalion h ibis hanna, ion by any Federal deperma~ or age~y. It fu~her agrees by ~g this proposal tbat it will include this clause without modification in all lower tier wansactions, solicitations, proposah, conlracts, and subconlrac~. Where the bidder/offer/cc~W~ctor or any lower tier parficipa~ is ~ma~e to certify ~o this statement, k ~h~]l nttngh an expl~na60n to this solici~ion/proposal. That, the information above is lrue and complete to the best of my knowledge. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. BID-12 FOR CORPORATE BIDDERS ONLY (Name of Officer) ! to sign and submit the bid or prolxmal of this corporation for the following project: Apron and Access Taxiway and to include ia such bid or proposal the cedric, ate as to non-collusion required by section one hundred three-d of th~ ~ MRllicipal Law az file act a~d deed of such corporation, ~ for a~y in~tlracies or misstamne~ in such certificate this corporate bidder ~h~11 be liable ureter peoalfies of perjury. The foregoing isa true ~ correct cx~y of the resolution adopted by A V (Secretary) (Seal) BID-13 CONTRACTOR'S STORM WATER POLLUTION PREVENTION PLAN CERTIFICATION FORM Airport NamefLocation: ~iTah~th Field Airvort/Fishers Island. New York Project Name: Apron and Access Taxiwav Telephene Numl~r: ¢.~ I -' '1 7~W- o t'-I 0 Certification Statement: ~I certify under penalty of law that I understand and agree to comply with the terms and conditions of the Storm Water Pollution Prevention Plan for this project presented in the Special Provisions of these Contract Doaanents in Item P-156, 'Soil Erosion and Sediment Control'. I understand and agree to comply with the terms and conditions of the New York State Pollutant Discharge E~dntaqon ~y~em (SPDES) general pennit for storm water discharges from constn~on activities and that it is unlawful for any person to cmtse or contribute to a violation of water quality standards. I understand that the Owner must file a 'Notice of lntent for Stormwater Discharges Associated with Construction Activity Under SPDES General Permit gGP-02-OI (Permit)'. I agree that I will not ~ngage in activity that will ctmse stormwater to discharge from the construction site until such time that the Owner tu~ received aclowwledgrnent from the New York State Depa~n~ of Environmental Conservation that construction activity associated with this project is covered under the Permit. ' Printed ~ame of Bidder J Title ~ ' END OF SECTION BID-14 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law, sealed bids are sought and requested for the construction of Apron and Access Taxiway at the Elizabeth Airport, Fishers Island, Southold, New York Sealed bids for the construction of Apron and Access Taxiway Contract will be received at the Town Clerk's Office, 53095 Main Road, Southold, New York until 10:00 A.M., local time, NEWDATE: Al~ril 8, 2004, and there, at said office, at said time, publicly opened and read aloud. The proposed project consists of the construction of approximately 37,500 SF of apron with tie downs for 7 small aimraft, and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a 4-inch thick asphalt pavement above a 8-inch layer of aggregate base course. This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complete construction. The Contract Documents, consisting of the Advertisement, General Provisions, Bid, Agreement, Special Provisions and Contract Drawings, may be obtained from the Town Clerk's Office, 53095 Main Road, Southold, New York (Elizabeth Neville ~ 631-765- 1802) or the Fishers Island Ferry District office on Fishers Island (Thomas Doherty @ 631-788~7463), upon deposit of fifty dollars ($50.00) per set (check only), payable to the Town of Southold. Any bidder, submitting a sealed bid, upon returning the drawings in good condition within thirty (30) days of the bid date will be refunded the full amount of his deposit. Non-bidders will not be refunded their deposits. Parties failing to conform to the above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contact Thomas Doherty, Port Manager of the Fishers Island Ferry District, to schedule a site visit to examine the project site. Any questions regarding this project may be directed to Bruce W. Clark, of C&S Engineers, Inc. in Syracuse, NY, at (315) 455-2000, Fax (315) 455-9667. Copies of the above described Contract Docmnents may be examined at no expense at the Town Clerk's Office, 53095 Main Road, Southold, New York, and at the Office of C&S En[jneers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212 (315- 455-2000), and at the Fishers Island Ferry District Office on Fishers Island. Each bid must be accompanied by a certified check or bid bond, in the amount often percent (10%) of the total maximum bid 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 and must be accompanied by a Non-Collusive Bid Certificate. The Town Board of the Town of Southold reserves the fight 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 "BID ON APRON AND ACCESS TAXIWAY AT THE ELIZABETH 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. Dated: February 24, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MARCH 4, 2004, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Fishers Island Ferry District New London Day Burrelle's Information Services Town Clerk's Bulletin Board STATE OF NEW YORK ) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the ~cl day of ~ ¥Y~o-~_1~2004, she affixed a notice of which the annexed printed notice is a tree copy, 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. Elizabeth Airport Bid Opening Change Southold Town Clerk Sworn before me this c~q day of FY~c~.-c)~- ,2004. c~~ta~ ~bli~ ~ LYNDA M. BOHN N01~ PUBLIC, State of New York No. 01B06020932 Oualified In Suffolk County_ Term Expires March 8, 20 ~ Elizabeth A. Neville Southold Town Clerk Town Hall, 53095 Main Road, Southold, N.Y. 11971 631 765-1800 tele. 631 765-6145 fax Town of Southold To: Attention: Bruce Clark C & S Engineers Fax: 315 455-9667 Phone: [Click here and type phone number] R~. [Click here and type subject of fax] x Urgent From: Betty Neville Pages: CC: X For Review [] Please Comment 2 3/15/2004 [Click here and type name] [] Please Reply [] Please Recycle 03/15/2004 License Type/Fee Type License # Bid Specifications & Fees 2 (2004 Elizabeth Airport) Bid Specifications & Fees (2004 Elizabeth Airport) Bid Specifications & Fees (2004 Elizabeth Airport) Bid Specifications & Fees (2004 Elizabeth Airport) Bid Specifications & Fees (2004 Elizabeth Airport) 3 4 Town Of Southold General Licensing Report For License Type: Bid Specifications & Fees Date Range: 03/01/2004 to 03/15/2004 Issue Date/ Expiration Date 03/05/2004 03/09/2004 03/10/2004 Licensee Chesterfield, Associates Inc. (631) 288-5100 Pob 1229 Westhampton Beach, NY 11978 Corazzini, Asphalt Inc (631) 734-5600 Cox Lane Box 1281 Cuchchogue, NY 11935 Terry, Contracting & Materials (631) 727-0170 840 West Main Street Riverhead, NY 11901 03/10/2004 03/10/2004 Corazzini, Asphalt Inc (631) 734-5600 Cox Lane Box 1281 Cuchchogue, NY 11935 Montecalvo, Paving Corp (631) 325-1492 Po Box 512 Speonk, NY 11972 Total Notes $50.00 $50.00 $50,00 $50.00 second bid spec picked up $50.00 Page: I Quantity Sub Total: 5 A, mount Sub Total: $250.00 Quantity Grand Total: 5 Amount Grand Total: $250.00 _59667 ENGINEERS ENGINEERS DESIGN BUILD TECHNICAL RESOURCES OPERATIONS 499 Col. Eilsen G~lin~ Blvd. Syracuse, NewYo~ 13212 10 19:45 a m 03 15 2004 TeMf)hone 315-455-2000 Fax 315-.455.-g667 1 13 "Exceeding y~ur expectations' Fax Transmittal Sheet Number of pages (including this sheet): FaxNo.:~. ~3l - 7&.g-- /BZ.~ &3l - 798 - Telephone No.: SubJe~: Rental'ks: J~/As we discussed [] Please call me to discuss [] I will call you to discuss [] For your review and comment [] Odginal to follow by overnight mail [] Odginal to follow by regular mail cc: Important Notice: This fax may contain information that is privileged, conlldentiai, proprietary, or exempt from Addltional~, any cllmmmlnation, dl~mJtJan or copying of INs communication by any peg,mm other than ~at to which it is addressed is i:m~hibit~. If the individual to which it is addressed is not within your office, pisase notify the sender immediately by telephone and ratum the o~ginai me~age to the sender at the above addree~ by mall, 3154559667 C&S ENGINEERS 10:20 0Sa m 03-15 2004 2/3 March 15, 2004 211.00~ Pa~e ~ of 2 AIPPROJECT NO.: 3-36-0029~39-02 NySDOT PROJECT NO.: 0913.09 ADDENDUM NO. 1 To The Contract Documents For The Construction Of The Apron & Access Taxiway AT Elizabeth Field Airport Town of Southold Fisher's Island, NY TO ALL HOLDER OF CONTRACT DOCUMENTS: Your attention is directed to the following inteq~retations of changes in and additions to the Contract Documents for the construction of the Apron & Access Taxiway Contract at the Elizabeth Field Airport, Fisher's Island, New York. This Addendum is part of the Contract Documents in accordance with the provisions of Article 20-17, ADDENDA AND INTERPRETATIONS. ON THE CONTRACT DRAWINGS: 1. On Sheet No. 2, General and Work Phasing Plan, DELETE General Note number 23 in its entirety and SUBSTITUTE TII~REFORE, the following: "23. The Following state of Connecticut DOT materials may be used as substitutes for the following Item Numbers/Descriptions identified below." Item Number/Description P-214 Crashed Aggregate Base Course P--409 Bituminous Pavement (Bituminous Surface Course (Type 7F, Top)) P-603 Bituminous Tack Coat D-711 Lining D-715 Clean Granular Fill Material L-108 Cushion Sand Concrete - NYSDOT Class (A) Connecticut DOT Equivalent Material M.05.01 Class i - M.04.03 (2" Lifts) M.04.03 (Type and Grade as specified on SP P-603-1) M.01.01 M.01.01 M.02.01 Class (A) - M.03.01" 3154559667 C&$ ENGINEERS M~rch 15, 2004 END OF ADDENDUM C&S ENGINEERS, INC. Managing Enginccr 10:20:21 a m 03-15-2004 211.008 3/3 Page 1 of l Neville, Elizabeth From: brubach, chr's [cbrubach~csco=~ Sent: Wednesday, February 25, 2004 1:07 PM To: E. Neville(~town.southold. ny. us Subject: Fishers Island Airport Betty, Please forward the revised advertisement to us as soon as it is completed so we can send the contract documents to the printers. We would need to send out the bid sets early next week so they will be ready for contractors to pick up on Thursday... Thanks Christopher D, Brubach Engineer- Airport Services Group c & ~ Companies 499 Col. Eileen Collins Blvd. North Syracuse, NY 13212 Phone: 315-455-2000 (x 425) Fax: 315~455-9667 2/25/2004 Telephone 315-455-2000 Fax 315-455-9667 www.cscos.com Transmittal 499 Col. Eileen Collins Blvd. Syracuse, New York 1~3212 "Exceeding your expectations" To: Elizabeth Neville Town of Southold Clerk Town Hall, P.O. Box 1179 53095 Route 25 Southold, NY 11971 Date: February 27, 2004 Re: Elizabeth Field Airport Apron and Access Taxiway Project FAA AIP Project No. 3-36-0029-09-02 NYSDOT Project No. 0913.09 File: 211.008.002 Enclosed please find the following: · 10 Numbered sets of plans and specifications #'s 140. · Prospective bidders list to record document holders. Remarks: Please be advised that 10 numbered sets of plans and specifications have also been sent to Thomas Doherty. If you have any questions or need additional information, please do not hesitate to call. Very truly yours, C&S ENGINEERS, INC. ~'" Christopher Brubach Engineer F:\Prt~iect~ 11 - TOWN OF SOUTHOLD\21 I(X)81)2\DESIGN\LETTERS\IO bid sets to Southold.doc Elizabeth Field Airport Fishers Island AlP Project No. 3-36-0029-09-02 (D) NYSDOT Project No. 0913.09 (D) Bid Date: March 25,2004 BOOK NO. Books # 1-10 sent to Elizabeth Neville Apron and Access Taxiway PLANS AND SPECIFICATIONS TAKEN BY PROSPECTIVE BIDDER COMPANIES PHONE & FAX ADDRESS 1 Name: Phone No.: Fax No.: 2 Name: Phone No.: Fax No.: 3 Name: Phone No.: Fax No.: 4 Name: Phone No.: Fax No.: 5 Name: Phone No.: Fax No.: 6 Name: Phone No.: Fax No.: 7 Name: Phone No.: Fax No.: 8 Name: Phone No.: Fax No.: 9 Name: Phone No.: Fax No.: 10 Name: Phone No.: Fax No.: C&S Project No. 180.182 Page 1 ELIZABETH A. NEV~,I,F~ TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 265 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 23, 2004: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to re-advertise for bids for the Elizabeth Field Airoort A0ron and Access Taxiway due to a bid opening date change. Elizabeth A. Neville Southold Town Clerk 59667 ~ C&$ENGINEER$ 11:45:22 a m 03-26-2004 1 /9 (I)MPANIE'~ ENGINEERS DESIGN BUILD TECHNICAL RESOURCES OPERATIONS 499 Col. Eileen Collins Blvd. Syracuse, New York 13212 ~Exceeding your expectations" Telephone 315-455-2000 Fax 315-455-9667 WWW,C$COS.COm Fax Transmittal Sheet Date: March 26, 2004 Fax No,: To: 1.) Betty Neville 2.) Tom Doherty From: B.W. Clark Subject: Number of pages 191 (including this sheet): 1 .) 631-765-1823 2.) 631-788-5523 Telephone No,: 1.) 631-765-1800 2.) 631-788-7463 C&S File No.: 211.008 Elizabeth Field Airport: Apron & Access Taxiway: ADDENDUM NO. 3 Remerks: Attached is Addendum No. 3 to be included with the Contract Documents Thank you B. Clark [] As we discussed [] For your review and comment CC: [] Please call me to discuss [] Original to follow by overnight mail [] I will call you to discuss [] Original to follow by regular mail Important Notice: This fax may contain information that is privileged, confidential, proprietaw, or exempt from disclosure under applicable law and ia intended only for use by the individual or entity to which it is addressed. If the receiver of this fax is not the intended recipient noted above, we ask that you fo~,ard the fax to the individual so noted. Additionally, any dissemination, distribution or copying of this communication by any person other than that to which it is addressed is prohibited. If the individual to which it is addressed is not within your office, please notify the sender immediately by telephone and retum the odginal message to the sender at the above address by mail. 315455966? C&$ ENGINEERS 1'1 45 40 a m 03-2'8 2004 2 I9 March 26, 2004 Page I of I 211.00S ADDENDUM NO. ;3 To The Contract Documents For The Construction Of The Apron & Acc~.~ Taxtway AT Elizabeth Field Airport Town of Southold Fisber's Island, NY AIP PROJECT NO.: 3-36-0029-09-02 NYSDOT PROJECT NO.: 0913.09 TO ALL HOLDER OF CONTRACT DOCUMENTS: Your attention is directed to fl~ following interpretations of changes in and additions to the Contract Documents for the construction of the Apron & Access Taxiway Contract at the Elizabeth Field Airport, Fisher's Island, New York. This Addendum is part of the Contract Documents in accordance with the provisions of Article 20-17, ADDENDA AND INTERPRETATIONS. ON THE CONTRACT SPECIFICATIONS: In the Special Provisions, Item P-409, Bituminous Pavement, Section 409-4.10 Transporting, Spreading And Finishing, DELETE the second paragraph in its entirety and SUBSTITU'I~ THEREFOR, the following paragraph "The Contractor shall be required to install 60 tons per hour minimum, and 480 tons per day minimum of bituminous pavement." In the Special Provisions, Item T-902 Topsoil, Seed and Mulch, DELETE the Item in its entin~ty and SUBSTITUE THEREFOR, the attached Revised Item T-902 Topsoil, Seed and Mulch, Pages SP T- 902- I to SP T-902-7. IN THE CONTRACT DRAWINGS: I. On Sheet No. 2 General And Work Phasing Plan, ADD the following General Note, "24. The Contractor may coordinate his/her water supply/source with the Fisher's Island Water District." END OF ADDENDUM C&S ENG RS, INC. Managing Engineer 3154559667 C&$ ENGINEERS i1:45:57 a m 03-26-2004 3/9 ITEM TOPSOIL, SEED AND MULCH ~02-1 DESCRIPTION. 902-1.1 This item ~1 consist of preparing the ground surface for topsoil app~tion, removing ~ from ~e~ignamd stockpiles or areas to be stripped on the site, greening, placing, and spreading the topsoil, fertilizer, seed and mulch on prepared areas in accordance with this Specification at ~e locations shown on the Plans or as directed by ~e Engineer. 902-2 MATERIALS. 902-2.1 TOPSOIL. Topsoil shall be thc surface layer of soil with no admixture of refuse or any material toxic to plant growth. Topsoil shall be screened prior to placement such that there are no s~ones which are greater thnn I inch in flinmeter. All topzoil shall be reasonably free from subsoil and stump~, roo~, brash, clay lumps or gimilnr objeet~. Brash and other vegetation which will not be incorporated with the mil during handling operations 8halt be gUt and removed. Orainary ~ and herbecenu~ growth anch as g~.ss and weeds are not to be removed but shall be thoroughly broken up and intermixed with the soil during handling operations. The topsoil or soU mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH, when tested in accordance with the methods of testing of the Association of Official Agricultural Chemist~ in effect on the date of invitation of bids. The organic content shall be not less than 3% nor more than 20% as determined by thc wet- combustion method (clu'omic acid reduction). There shall be not less than 20% nor more thnn 80% of [he material passing the 200 mesh sieve as determined by rig wash test in accordance with AASHTO T l 1. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above Specifications. 902-2,2 SEEDING. Thc species and application rates of graes, legume and cover-csop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification J J J-S-1 g 1. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies ora statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6) months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number of each kind of seed and the rasul~ of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in the case of a mixture, the propo~ons of each kind of seed. Grass seed shall be fresh, recleaned seed of the latest crop. The seed mixture specified below is based on percentage of pure seed (purity exgermination). The exact quantity of bulk seed used will depend on the grade of seed available. The tolerance for P.L.S. shall be tho~e called official and tabulated on pages 22 and 23, United States Deparunent of Agriculture Services and Regnlamry Am:ouncement No. 156, Seed: Fresh, clean, new crop delivered unopened, bearing ~arsnteed analysis. Percent Percent Percent By WeiRhi Variety Purity Germination 55 Kentucky BlueGrass 85 80 30 Redpescue 98 85 15 Perennial Rye Grass 98 90 2z~ SP T-902-1 (Revised 3/24/04) 'c~z. ooc 3154559667 C&$ ENGINEERS '~'~ 46 23 a m 03-,26-2004 902-2.3 FERTII.17.ER. Complete, partially organic, contnlninsby weight: Nitrogen 10% Phosphorous 6 % Potash 4 % 902-2.4 MULCH MATERIAL. Acceptable mulch ~knll be the materials listed below or any approved locally available material that is similar to thosu specified. Low grade, musty, spoiled, partially mixed hay, straw or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding or to surrounding farmland, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. Hay. Hay shall be native hay, Sudan grass hay, broomsedge hay, legume hay or simiJar hay or grass clippings. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye or rice from which grain has been removed. Hay Mulch Containing Seed. Hay mulch shall be mature hay containing viable seed of native grasses or other desirable species stated in the Special Provisions or as approved by thc Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch which cannot be hauled and spread immediately after cot'ting shall be placed in weather-resistant stacks or baled and stored in a dry location until used. Wood CeQulore. Specially prepared grnen-dyed and air-dried wood-cellulose fibers, containing no growth or germination inhibiting substances, in packages not exceeding 100 pounds grnss, with net weight shown on the package, and meeting the following requirements: Moisture Content Organic Matter (Oven-Dried Ba~ls) Ash Content Water Holding Capacity 0% to 17% 98.4% to 100% 0 to 1.6% 1,000% Miinmm Asphalt Binder. Asphalt binder material shall conform to the requirements of ASTM D 977, Type SS-I or RS- I, as appropriate. 902-3 SUBMrVrALS AND CERTIFICATIONS. Submittals of "Shop and Setting Drawings", "Working Drawings', "Catalogue Data" and "Certificetions" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submitutls and Certifications required are as follows: Certificate and test results showing that topsoil meets the requirements specified. Catalog data and certification showing that the seed mixture percent by weight, percent purity and percent germination meet the requirements specified. Catalog data and certification showing that the guaranteed analysis of fertilizer meets the requirements specified. Material and source identification for mulch. Representative safnple of mulch. 902-4 CONSTRUCTION METHODS. 902-4.1 TOPSOIL. 2/0t SP T-902-2 (Revised 3/24/0~) ~,ot.ooc 3154559667 C&$ ENGINEERS 11:46:46a m 03-26-2004 5/9 90~-4,1.1 GENERAL. Areas to be topsoiled shall be shown on the Contract Drawings or as direct~l by the Engineer. If topsoil is available on the site, the location of the stockpiles or areas to be sUiplx:d of topsoil shall be shown on the Contract Drawings or as directed by the Engineer. Suitable equipment necessary for proper preparation and tzeaunent of the ground surface, stripping of topsoil and for handling and placing of all required materials shah be on hand, in good condition and approved by the Engineer before the various operations are sim'ted. 902-4.1.2 PREPARING THE GROUND SURFACE. lmmediat,'ly prior to dumping and spreading the top 3- inches of topsoil on any area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches to facilitate bonding of thc topsoil to the covered subgrade soil. The surface of the area to be topsoiled shnil be cleared of all stones lager than 2 inches in any diameter and ali liner or other material which may be deffimental to proper bonding, the rise of capillary moisture or the proper growth of the desired planting. Limited areas which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled shall be maintained in a t,.ue and even condition. Where grades have not been established, the areas shall be smooth-graded and the surface left in an even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. 902-4.1.$ OBTAINING TOPSOIL. Prior to the stripping of topsoil from designated areas, any vegetation briers, stumps and large roots, rubbish or stones found on such areas, which may interfere with subsequent operations, shah be removed using methods approved by the Engineer. Heavy sod or other cover, which cannot be incorporated into the topsoil by discing or other means, shall be removed. The Contractor shall remove suitable on-site topsoil from the designated areas and to the depth as directed by the Engineer. The topsoil shah be spread on areas already tilled and smooth-graded or stockpiled in areas approved by the Engineer. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. The sites of all stockpiles and areas adjacent thereto which have been disturbed by ~ Contractor ,hal! be graded if required and put into a condition acceptable for seeding. Payment will be made under Item P-152, Unclassified Excavation, for stripping, hauling, stockpiling, rehandiing and placing of all topsoil obtained on-site and used in thc finished work. All topsoil not used in the finished work shall be placed m locations on the site as designated by the Engineer, and will be paid for under said Item P- 152, Excavation and Embankment. All topsoil shall be obtained on-site from stripping operations. 902-4,1,4 PLACING TOPSOIL. The topsoil shall be evenly spread on the prepared areas to a uniform depth as shown on the Contract Drawings after compaction. Spreading shall not be done when thc ground or topsoil is frozen, excessively wet or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turf'rog operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means and all stones or rocks ( 1 inch or more in diameter), roots, litter or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the Engineer. The compacted topsoil surface shall conform to the required lines, g~'ades and cross sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. SP T-902-3 (Revised 3/24/04) 3154559667 C&$ ENGINEERS 11:47 18 a.m. 03-26-2004 6/9 902-4.2 SEEDING AND FERTILIZING. 902-4.2.1 ADVANCE PREPARATION AND CLEANUI'. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded ~ be raked or otherwise cleared of stones larger than I inch in any diameter, sticks, stumps and other debris which might interfere with sowing of seed, grow',b of grasses or sub~quent mnint~na/~e of grass-covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before be~innin~ the application of fertilizer and ground limestone, the Coniractor shall repair such damage. This may include filling gullies, smoothing irregularities and repairing other incidental damage. An area to be seeded shall be considered satisfactory and ready to be seeded without additional trestmem if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots or other undesirable matter and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily di~posod of, and the soil then scarified or otherwise loosened m a depth not leas than 5 inches. Clods shall be broken and the: top 3 inches of soil shall be worked into a satisfactory seedbed by disoing or by use of cultipackers, rollem, drags, harrows or other appropriate means. 902-4.2.2 FERTILIZING. Fertilizer shall be applied at the rate of 20pounds commercial 10-6-4 per 1,000 square feet, worked lightly into top :3 inches of topsoil. 902-4.2.3 SEEDING MIX'It,IRE. The seed mixture shall be spread at the rate of 3 pounds per 1,000 square feet, utilizing one of the following methods: A. DRY APPLICATION MEI'HOD. Fertilizing. Following advance preparations and cleanup, and liming if required, fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity specified. Seeding. Grass seed shall be sown at the rate specified immediately ni~er fe~ili,lng and the fertilizer ,nd seed shall be raked within the depth range stated herein. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the Plans or in the Specifications, a cover crop shall be sown by the same methods required for grass and legume seeding. Rolling. After the seed has been properly covered, the seeded area shall be immediately compacted by means of an approved lawn miler, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack) and weighing 150 to 200 pounds per foot of width for sandy or light soils. B. WET APPLICATION METHOD. General. The Comractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on thc previously prepared surface to be seeded in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified. Spraying Equipment. Thc spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visibla to the nozzle operator. The container or tank shall also be equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The umt shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in a line which will recirculate the SP T-902-4 (Revised 3/24/04) 3154559667 C&$ ENGINEERS 1'1:47:49 a m 03 26-2004 7/9 mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipelines shall be capable of providing clearance for $/8-inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gange connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stnnd in such a m~nner that it can be rotated through 360 degrees horizon~lly and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting, three-way control valve connecting the reciroulating line to the nozzle pipe and mounted so that the nozzle operator can cuntxol and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying frotu 20 feet to 100 feet. One shall be a close-range ribbon nozzle, one a medium-range ribbon nozzle and one a long-range.jet nozzle. For ease of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick- release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in lengfl~ shall be provided to which the nozzles may be connected. l~at~rea. Lime, if required, shall be applied separately, in the quantity specified, prior to the fertil/zing and seeding operations. Not more than 220 pounds of lime ~hal] be added to and mixed with each 100 gallons of water. Seed and fen/lizer shall be mixed together in the relative proponinns specified, but not more thin a total of 220 pounds of thesa combined solids shall be added to and mixed with each 100 gallons of water. All w~.er used shall be obtained from fresh water sources and shall be free from injurious chemicah and other wxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the En~3eer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The ConWactor ~hs!l not USC any water from any seorce which Lq disapproved by the Engineer following such tests. All mixtures shah be constantly agitated from the time they are mixed until they are finally applied to the area to be seeded. All such mixtures shall be used within 2 hours from the time they are mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the area to be seeded shall again be properly graded and dressed to a smooth finish. Mixtures of ~ed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shah be applied by means of a high- pressure spray which shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Noz2Jes or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made unifmraly and at the prescribed rate and to guard against misses and overlapped area~. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper of pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces which are to be mulched as indicated by the Plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soft or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. SP T-902-5 (Revised 3/24/04) 3~ $4S59667 C&$ ENGINEERS 902-4.2.4 MAIN/'~IANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against Waffic or other use by warning signs or barricades, as approved by the En~neer. Surfaces gullied or otherwise d~m~ged following seeding shall be repah'ed by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and aecepmnce of the work. When either the d~ or wet application method outlined above is used for work dove out of senann, it will be required that the Contractor establish a good sland of grass of uniform color and density m the satisfaction of the Engineer. If at the time when the Contract has been otherwise completed it is not possible to make an adequate determination of the color, density and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded will be withheld until such time as these requirements have been met. 902-4.3 MULCHING. 902-4.3.1 GENERAL. Before spreading mulch, all large clods, stumps, stones, brash, roots and other foreign material shall be removed from the area to be mulched. Mulch shall be ~l~plied immediately after seeding. The spreading of the mulch may be by hand methods, blower or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled and evenly applied on the area shown on the Plans or desiguated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of 2 to 3 tons per acre to provide a loose depth of not less than 1 - 1/2 inches nor more tha~ 3 inches. Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95% offhe mulch in place on the slope shall be 6 inches or more in length. When mulches applied by thc blowing method are cut, thc loose depth in place shall be not less than I inch nor more than 2 inches. Hydraulically apply wood-ceihilose fiber, h may be incorporated as an integral pan of the slurry after the seed and soil supplements have been thoroughly mixed. Apply uniformly at the rate of 320 pounds per !,000 square yards, unless otherwise indicated. 902-4.3.2 SECURING MULCH. The mulch shah be held in place by light disoing, a very thin covering of topsoil, small brush, pins, stakes, wire mesh, asphalt binder or other adhesive material approved by the Engineer. Where mulches have been secured by either of the asphalt binder methods, it will not be permissible to walk on the slopes after the binder has been applied. The Contractor is warned that in the application of asphalt binder material he must take every precaution to guard against damaging or disfiguring stracmres or property un or adjacent to the areas worked and that he will be held responsible for any such damage resulting from his operations. If the "Peg and String" method is used, the mulch shall be secured by the use of stakes or wire pins driven into the ground on 5- foot centers or less. Binder twine shall be strung between adjacent stakes in straight lines and crisscrossed diagonally over the mulch, after which the stakes shall be firmly driven nearly flush to the ground to draw the twine down tight onto the mulch. ~02-4,3,3 CARE AND REPAIR. Thc Contractor shall care for the mulched areas until final acceptance of the Project. Such care shall consist of providing protection against traffic or other use by placing warning signs as approved by the Engineer and erecting any barricades that may be shown on thc Plans before or immediately after mulching has been completed on the designated areas. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the Specifications, the cost of the necessary repairs or replacement shall bo borne by the Contractor. However, once the Contractor has SP T-902~ (Revised 3/24/04) 3154559667 C&$ ENGINEERS ii:48:54 a m 03-26-2004 919 completed thc mulchino of any area in accordenee with the provisions of the Specifications and to the satisfaction of the Engineer, no additional work at his expen.se will be required, but subsequem repairs and replacements dccmcd o~cessary by the Engineer shall be mede by the Contractor and will be paid for as additional or extra work. If the "Asphalt Spray" method is used, all mulched surfac~ shall be sprayed with asphalt binder meterial so that the surface has a uniform appearance. The binder shall be uniformly applied to the mulch at the rate of approximately ll.O gallons per 1,000 squar~ feet or as directed by the Engineer, with a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000 squa~ feet depandi~ on the ~ of mulch and the effectiveness of the binder securing it. Bituminous binder meterial mey be sprayed on the mulched slope areas from either the top or the bottom of the slope. An approved spray nozzle shall be used. The nozzle shall be operated at a distance of not less than 4 feet from the surface of the mulch and uniform distribution of the bituminons material shall be required. A pump or an air compressor of adequate capacity shall be used to insure uniform distribution of the bimminons meterial. If the "Asphalt Mix' method is used, the mulch shall be applied by blowing and the asphalt binder material shall be sprayed into the mulch as it leaves the blower. The binder shall be unifonniy applied tu the mulch at the rate of approximately 8.0 gallons pet 1,000 square feet or as directed by the Engineer, with a minirmtm of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet depending on the Type of mulch and the effectiveness of the binder securing it. 902-$ METHOD OF MEASUREMENT. 902-$.1 The quantity of seeding and mulching to be paid for shall be the number of square yards measured on the ground surface outside the limits of pavement, but within the Excavation and Embankment limits shown on the Contract Drawings, comple~d and accepted. No measurement will be made for direct payment of top soiling obtained on-site, as the cost of furnishing and placing topsoil shall be considered as a subsidiary obligation in the completion of Item P-152, Excavation and Embankillent. 902-6 BASIS OF PAYMENT. 902-6.1 Payment shall be made at thc contract unit price per squar~ yard for seeding and mulching. This price shall be full compensation for furnishing and placing all meterial and for all labor, equipment, tools and incidentals necessary to complete the work prescribed in this item. No payment will be made separately or directly for topsoil obtained on-site. Partial payment may be made as the work progresses at the discretion of the Engineer. Payment will be mede under: Item T-902-6.1 Topsoil, geed and Mulch - Per Square Yard END OF ITEM SP T-902-7 (Revi..w.d 3/24/04) Neville, Elizabeth From: brubach, ~hris [cbrubach~cscos. com] 8alit: Thursday, February 19, 2004 2;01 PM To: E. Neville~town.southold. ny. us Cc: clark brace Subject: FW: Apron & Taxiway Project ~ Fisher's Island Airport Page 1 of I ~ have attached the advertisement to bidders for this project (to be placed in the Suffolk Times & New London Day newspaper) for your review and approval. An advertisement date, and bid date and time need to be set. We propose: Advertisement date: February 26, 2004 Bid Data: March 19, 2004 ~ TIME? Please contact me at your earliest convenience to finalize. Thanks In addition, it is our understanding that construction on this project will not commence until after September 8u~, 2004. Christopher D. Brubech Engineer- Airport Services Group C & S Companies 499 Col. Eileen Collins Blvd, North Syracuse, NY 13212 Phone: 315-455-2000 (x 425) Fax: 315-455~9667 2/19/2004 ADVERTISEMENT NOTICE TO CONTRACTORS FOR THE CONSTRUCTION OF APRON AND ACCESS TAXIVqAY ATTHE ELIZABETH FIELD AIRPORT Sealed bids for the construction of Apron and Access Taxiway Contract will be received at the Town Clerk's Office, 53095 Main Road, Southold, New York until (time), local time, (date), and there, at said office, at said time, publicly opened and read aloud. /~a-~,~r~ 7~d~/,~ r~ ,,15, ~, The proposed project consists of the construction of approximately 37,500 SF of apron with tie downs for 7 small aircraft. and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a 4-inch thick asphalt pavement above a 8-inch layer of aggregate base course. This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complete construction. The Contract Documents, consisting of the Advertisement, General Provisions, Bid, Agreement, Special Provisions and Contract Drawings, may be obtained from the Town Clerk's Office, 53095 Main Road, Southold, New York (Elizabeth Neville ~ 631-765-180~ or the Fishers Island Ferry District office on Fishem Island (Thomas Dohetty ~ 631-788-7463), upon deposit of fifty dollars ($50.00) per set (check only), payable to the Town of Southold. Any bidder, submitting a sealed bid, upon returning the drawings in good condition within thirty (30) days of the bid date will be refunded the full mount of his deposit. Non-bidders will not be refunded their deposits. Parties failing to conform to the above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contact Thomas Doherty, Port Manager of the Fishers Island Ferry District, to schedule a site visit to examine the project site. Any questions regarding this project may be directed to Bruce W. Clark, of C&S Engineers, Inc. in Syracuse, NY, at (315) 455-2000, Fax (315) 455-9667. Copies of the above described Contract Documents may be examined at no expanse at the Town Clerk's Office, 53095 Main Road, Southold, New York, and at the Office of C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212 (315-455-2000), and at the Fishers Island Ferry District Office on Fishers Island. Each bid must be accompanied by a certified check or bid bond, in the amount often percent (10%) of the total maximum bid 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 fight is reserved to waive any informalities in the bid and to reject any and all bids. TOWN OF SOUTHOLD END OF SECTION 02/03 '04 TUE 09:52 FAX 631 765 6145 SOUTROLD TOWN CLERK *** MELTI TX/RX REPORT TX/RX NO INCOMPLETE TX/RX TRANSACTION OK ERROR 9300 [* 1512449576 [, 16118005243329 [* 17118882329941 [* 18118002582984 ]* 32118009620544 ~ 001 Brown's Letters Burrelle's Info Data Construct Doclge Reports Construct, Info, Town Hall, 53095 Main Road P.O. Box 1179 Southolcl, New York 11971 Fax (631) 755-6145 Telephone (631) 765-1800 southolcl town_north fork.net OFFICE OF THeE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: FAX TRANSMITTAL CONSTRUCTION INFO - 800 962-0544 DODGE REPORTS 293-5456 BROWN'S LETTERS 244-9576 BURRELLE'S INFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145 March 2,2004 "BIDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): 4 If total lransmittal is not received, please call 631 765-1800. COMMENT S: Please acknowledge receipt of this information by signing below and rctttming a faxed copy to me at 631 765-6145, attention: Betty Neville. Thank you. ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: RE: FAX TRANSMITTAL CONSTRUCTION INFO - 800 962-0544 DODGE REPORTS 293-5456 BROWN'S LETTERS 244-9576 BURRELLE'S INFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145 March 2, 2004 "BIDS" ADVERTISEMENT/PUBLICATION Ntanber of Pages (including cover): 4 If total transmittal is not received, please call 631 765-1800. COMMENTS: Please acknowledge receipt of this information by signing below and returning a faxed copy to me at 63 l 765-6145, attention: Betty Neville. Thank you. Received by Date LEGAL NOTICE NOTICE TO BIDDERS NOTICE 1S HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law, sealed bids are sought and requested for the construdtion of Apron and Access Taxiway at the Elizabeth Airport, Fishers Island, Southold, New York Sealed bids for the construction o f Apron and Access Taxiway Contract will be received at the Town Clerk's Office, 53095 Main Road, Southold, New York until 10:00 A.M., local time, March 25, 2004, and there, at said office, at said time, publicly opened and read aloud. The proposed project consists of the construction of approximately 37,500 SF of apron with tie downs for 7 small aircraft, and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a 4-inch thick asphalt pavement above a 8-inch layer of aggregate base course. This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complete construction. The Contract Documents, consisting of the Advertisement, General Provisions, Bid, Agreement, Special Provisions and Contract Drawings, may be obtained from the Town Clerk's Office, 53095 Main Road, Southold, New York (Elizabeth Neville @ 631-765- 1802) or the Fishers Island Ferry District office on Fishers Island (Thomas Doherty ~ 631-788-7463), upon deposit of fifty dollars ($50.00) per set (check only), payable to the Town of Southold. Any bidder, submitting a sealed bid, upon returning the drawings in good condition within thirty (30) days of the bid date will be refunded the full amount of his deposit. Non-bidders will not be refunded their deposits. Parties failing to conform to the above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contact Thomas Doherty, Port Manager of the Fishers Island Ferry District, to schedule a site visit to examine the project site. Any questions regarding this project may be directed to Bruce W. Clark, of C&S Engineers, Inc. in Syracuse, NY, at (315) 455-2000, Fax (315) 455-9667. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Main Road, Southold, New York, and at the Office of C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212 (315- 455-2000), and at the Fishers Island Ferry District Office on Fishers Island. Each bid must be accompanied by a certified check or bid bond, in the amount of ten percent (10%) of the total maximum bid 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 and must be accompanied by a Non-Collusive Bid Certificate. The ¥own Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so All bids must be signed and sealed in envelopes plainly marked "BID ON APRON AND ACCESS TAXIWAY AT TIlE ELIZABETH AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, fi.om which the Town of Southold is exempt. Dated: February 24, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MARCH 4, 2004, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, ~PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Fishers Island Fen'y District New London Day Burrelle's information Services Town Clerk's Bulletin Board LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Town Board of the Town of Southold is offering for sale the following USED VEHICLE(S) in "as is" condition: ASSET # DESCRIPTION VIN # 2001 Ford Crown Victoria - VIN 2FAFP71W71X187117 - 102,401 miles This vehicle may be inspected by appointment by contacting Administrative Sergeant H. William Sawicki at the Southold Police Department, Peconic Lane, Peconic, New York, (631) 765-2600, Monday - Friday, 8:00 am to 4:00 pm. The bid must be accompanied by a Non-Collusive Bid Certificate, which may be obtained at the Southold Town Clerk's Office, Town Hall, 53095 Main Road, Southold, N.Y. 1 1971 (631) 765-1800, and a bank draft or certified check in the amount of $ 100.00. The sealed bid(s) will be received by the Southold Town Clerk, at the Southold Town Hall, 53095 Main Road, Southold, New York 11971, until 10:00 A.M., Thursday, March 11, 2004 at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so All bids must be signed and sealed in envelopes plainly marked, "Bid on Used Vehicles", and submitted to the Office of the Town Clerk. Dated: February 24, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MARCH 4, 2004, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH A. NEVILLE, TOWN CLERK, TOWN HALL, 53095 MAIN ROAD, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: Suffolk Times Town Attorney Chief Cochran Brown's Letters Data Construction Town Board Members John Cushman, Comptroller Dodge Reports Burrelle's Information Town Clerk's Bulletin Board LEGALNOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law, sealed bids are sought and requested for the construdtion of Apron and Access Taxiway at the Elizabeth Airport, Fishers Island, Southold, New York Sealed bids for the construction of Apron and Access Taxiway Contract will be received at the Town Clerk's Office, 53095 Main Road, Southold, New York until 10:00 A.M., local time, March 25, 2004, and there, at said office, at said time, publicly opened and read aloud. The proposed project consists of the construction of approximately 37,500 SF of apron with tie downs for 7 small aircraft, and 180 linear feet of 25 foot wide access taxiway to Runway 7-25. The proposed development generally includes construction of a 4-inch thick asphalt pavement above a 8-inch layer of aggregate base course. This includes the associated excavation, grading, paving, drainage, and marking that is necessary to complete construction. The Contract Documents, consisting of the Advertisement, General Provisions, Bid, Agreement, Special Provisions and Contract Drawings, may be obtained from the Town Clerk's Office, 53095 Main Road, Southold, New York (Elizabeth Neville ~ 631-765- 1802) or the Fishers Island Ferry District office on Fishers Island (Thomas Doherty @ 631-788-7463), upon deposit of fifty dollars ($50.00) per set (check only), payable to the Town of Southold. Any bidder, submitting a sealed bid, upon returning the drawings in good condition within thirty (30) days of the bid date will be refunded the full amount of his deposit. Non-bidders will not be refunded their deposits. Parties failing to conform to the above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contact Thomas Doherty, Port Manager of the Fishers Island Ferry District, to schedule a site visit to examine the project site. Any questions regarding this project may be directed to Bruce W. Clark, of C&S Engineers, Inc. in Syracuse, NY, at (315) 455-2000, Fax (315) 455-9667. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Main Road, Southold, New York, and at the Office of C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212 (315- 455-2000), and at the Fishers Island Ferry District Office on Fishers Island. Each bid must be accompanied by a certified check or bid bond, in the amount often percent (10%) of the total maximum bid 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 and must be accompanied by a Non-Collusive Bid Certificate. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so All bids must be signed and sealed in envelopes plainly marked "BID ON APRON AND ACCESS TAXIWAY AT THE ELIZABETH 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. Dated: February 24, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MARCH 4, 2004, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971. Copies to the following: The Suffolk Times Town Board Members Town Attorney Data Construction Dodge Reports Brown's Letters Fishers Island Ferry District New London Day Burrelle's Information Services Town Clerk's Bulletin Board NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. Signed: Print name Corporate Title (if any) Company Name Mailing Address Phone Number BID for the construction of Apron and Access Taxiway at the Elizabeth Airport, Fishers Island, Southold, New York STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the I day of ~ 2004 she affixed a notice of which the armexed printed notice is a tree copy, 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, Southold Town Hall, 53095 Main Road, Southold, New York. Legal Notice: Notice to Bidders for Apron and Access Taxiwav at the Elizabeth Airport, bid opening at 10:00 a.m., Thursday, March 25, 2004 -- ~J Elizabeth ~ t~leville Southold Town Clerk Sworn to before me this I day of F~ 2004 LYNDA M. BOHN NOTARy PUBLIC, State of New York No. 01 BO6020932 Qualified in Suffolk CounN Term Expires March 8, 20 ~.~ ELIZABETH A. NEVII.L~, TOWN CLERK REGISTRAR OF V/TAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 155 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON FEBRUARY 24, 2004: 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 an al~ron and access taxiwav at the Elizabeth Field Airl~ort, Fishers Island, Southold Town, New York. Elizabeth A. Neville Southold Town Clerk