HomeMy WebLinkAboutAnimal Shelter - Rejected
~2/15/2005 00:55
. .
531218245'3
JATO BUILDING INC
PAGE 02
TOWN CLERK COpy
February 15, 2006
Town of Southold
53095 Main Road
Southold, NY 11971
Attn: James Richter
Re: Southold Animal Shelter
Peconic, NY
Mr. Richter,
RECEIVED
FEB 1 5 _
South oM Town eler.
We are respectfully withdrawing our name from the bidders list for the above referenced
project due to insufficient time to properly prepare a bid. Also, the specified cabinet
provider never returned their price in time to be included in our package.
If there are any questions regarding this tetter please contact us in the office at
(631) 218-4700.
Respectfully,
Thomas E. Ghents
RESIDENTIAL INDUSTRIAL COMMERCIAL
02/15/2006 00:56
6312182459
JATO BUILDING INC
PAGE 01
.
",-
.
Fax Cover Sheet
Date~
-, ~~
Co./Dept./Ext.: I
Message: Sending
Any problems please contact
~~6r ~Lo
~I
I
,
lP15- LPI40
~ page(s)including this cover sheet.
0~~
. '.
RESIDENTIAL INDUSTRIAL COMMBkCIAL
ELIZABETH NEVILLE
TOWN CLERK
.
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
.TO~3095 Main Road
PO Box 1179
Southold, NY 11971
Fax (631) 765-6145
Telephone: (631) 765 -1800
southoldtown.northfork.net
RESOLUTION # 2006-311
Resolution ill: 1705
Meeting:
Department:
Category:
03/28/06 04:30 PM
Town Clerk
Bid Acceptance
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-311 WAS ADOPTED AT
THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 28, 2006:
RESOLVED that the Town Board of the Town of Southold hereby reiects anv and all bids received for the
construction of the Southold Town Animal Shelter.
~r;.,;~.
Elizabeth A. Neville
Southold Town Clerk
.
.
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
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
John Romanelli
Burt's Reliable
PO Box 696
Southold, NY 11971
Dear Mr. Romanelli
The Southold Town Boarp,at its regular meeting of March 28, 2006
rejected any and all bids for the construction of the Animal Shelter. A certified
copy of the resolution is enclosed. Also,returlled herewith is the certified check
you submitted with this yeal"sbid. Thankyou for submitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
:.:
(.)
w
:z:
(.)
!fI
a:
w
i:
U)
<(
(.)
Branch: 1 ..
~ North Fork Bary1<
50-791/214
PAY Twentty Three Thous
TO THE ORDER r-
OF TOWN OF SOUTHOLD'
/06
EXACTL)' $ 2~, 184.00
Eight
I
Pay~mountAb()ve Only
DOlla'fs J'R~IS(\lm'O
.
L004/001
(CQIJNTER SIGNAWRE REQUIRED)
..J
---------
I/It.a?~q??al/I l:o.~1ol.O?q.21:1/1"22""'005?5 :\1/"
AUTHORIZED SIGNATUAES
.
~
,-
--0
~
:(lQ)'
rB.\f
.
\
. .
. .
SECTION 00300 - PROPOSAL PACKAGE
L
4"6.;' /; 7'5"
l( s 9'0
d j; ;~ Ii;;'"
-
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
(Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
00300 Proposal Package 1 of 14
.
SAlON 00300 - PROPOSAL PACKA.
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the f'llowing forms are not included at the time of the bid opening. .
. ~ Notarized Affidavit of Non-Collusion as required by NYS Law.
o
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
o
As per specifications, the TOWN OF SOUTHOLD requires a current
. insurance certificate, with the TOWN OFSOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
~
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
o
Bidder's Qualification Statement.
)
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME:
eV(L-f's r-el'k~('
~
l-nC.
VENDOR INFORMATION SHEET .
TYPE OF ENTITY: CORP. ~ PARTNERSHIP INDIVIDUAL
FEDERALEMPLOYEEID#: //-
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION: 10/:93
,
IF APPLICABLE: DATE FILED:
ST ATE FILED:
If a non-publicly owned Corporation:. J
CORPORATION NAME: Burt.s telo.b/l :Me...
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
-:fohn J<omallt/!/
Itlt<r!,/I J( OIl1a./lc//"
LIST OFFICERS AND DIRECTORS:
. / NAME
"5Ohfl KotrlC-t1C//;
me.. ,ft/} I< O/llCf/(//l
TITLE
P~lj~i-
Se-c... / Tf<<ju~
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
Nlf\'
00300 Proposal Package 3 of 14
SA.ON00300- PROPOSAL PACKAI
,
)
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME: P,urf~. Rela6k. fnt
ADDRESS: /S7S- }&Vl1iS A,x.
/'rJ. g't'X i'9l -Idle/I -1/f" //97/
CONTACT: :roja ~/I7Mc#'
TELEPHONE: 7<<-3767 FAX: 7tS-/7~~
E-MAIL: 50htKY BurN. ljfl1
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
)
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of] 4
. .
SE=ON:::::~PA~a
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that n(j Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
D Insurance Certificate as requested is attached
D I certify that I can supply insurance as specified if awarded the bid
D Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
AUTHORIZED SIGNATURE
00300 Proposal Package 5 of 14
SITION 00300 - PROPOSAL PACKAI
AFFIDAVIT OF NON-COLLUSION
)
J hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
. person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
. communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opemng.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to )
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
id, under the penalties of perjury, affirms the truth thereof.
!:-(J/' (/J f
;:(j,j(hf
SWORN To BEFORE ME THIS
NOTARY: \5+hDAYOF r4rv~
,20.llil1
~"f~'_
NOTARY PUBLIC
BERNADEnE L TAPLIN
NOTARY PUBLIC 114844893
Stat. 01 New York
Residing in Suff~k County
Com'''''''~''''' F~"'irCl<; S~_
.,., . - . f\>oJ J7,JOO4
00300 Proposal Package 6 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME: &U\/'J f~j~jJ -:Z;;C
VENDOR ADDRESS: -'5/S- ~Ufl 3-S &e
. ... Soc//Jo/tI, /l/(
,
TELEPHONE NUMBER: 66/ 76'S:: 276/FAX:
/? tJ ~tM" 6'j7/
///7/
7tJ~/7t/'/
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No.
Dated
00300 Proposal Package 7 of 14
SE~ION 00300 - PROPOSAL PACKA~
Proiect Requirementsl Biddinq Guidelines
I
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
- provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFfER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
)
1. Demolition - Area "A"
I. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,
compacted earth, and existing fencing located within Area" An and as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
Dollars
Nlff C...
DEMOLITION AREA "A" BID:
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
SE~ON 00300 - PROPOSAL PACKA~
2. Demolition - Area "B"
,
)
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures asspecified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, SlabslPads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed'Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
;I/If
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
S~ION 00300- PR~~OSAL PACKA~
)
3. Site Work - Area "A"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placemerit of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer.
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
Dollars
N/A
,
Cents
SITE WORK AREA "A" BID:
WRITTEN IN WORDS
)
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
N A
Dollars
ents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
5. General Buildine: Construction
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, compaction, sub-base,
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
GENERAL BillLDING CONSTRUCTION BID:
f\/'/f
Dollars
Cents
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
/II /A
I
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
SAlON 00300 - PROPOSAL PACKA.
CONTRACT "B" ( H V A C )
)
Please refer to the Scope of Work provided on Drawing MI outlining the contractor's
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals .
necessary to satisfactorily complete the work according to the-plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
#ciJ'4/~ % ~ ~A(/I}Ir"r!~rlve/;;.ir /~(/J't:;/Od~ -4volr,,/F;F'iCW) %- -
Dollars ',/ Cents
WRITTEN IN WORDS
CONTRACT "C" (Plumbing)
)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID CONTRACT "C" :
a IS; 6'" r9o"v,-oo
7W~jtlIJJr(Jr:f'ljt'<'I'J ~jtJ(/.r&.nl h'.,c 1u4dr"J "/u/MIy' b;,r{ ~IIJ ~ -
Dollars Cents
-
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing E1 outlining the contractor's specific
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation oflight fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
/'Iii
Dollars
WRITTEN IN WORDS
)
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SP1 outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
)/11...
Dollars
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
S~'ION 00300 - PROPOSAL PACKA.
OPTIONAL ITEMS:
)
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A912)
$
2. EXTERIOR PROTECTIVE COATING ON
UNFINlSHED EXTERIOR CONCRETE PANELS
(see Finish Schedule A101 and elevations on A201)
$
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
$
/II!f
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.001)
$
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
)
ITEM
COST ESTIMATE
11/)4
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMPACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct: $
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule AID1
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
00300 Proposal Package 14 of 14
.
. .
. SECTION 00300 - PROPOSAL PACKAGE
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND GRAVEL
WALKWAYS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Deduct:
$
AUTHORIZED SIGNATURE
PRINT NAME ::r;.
TITLE t~J(}-f
DATE _/2) /J b
/
$
Ran?Mt//
ACKNOWLEDGMENT
ST ATE OF NEW YORK, COUNTY OF SUFFOLK:
On the~day of -&mY.rJj in the year 2006 before me, the undersigned, personally
appeared, ';01,,, Ro(<V'gy u: , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in hislher/their capacity(ies),
and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
~"ff'LtIl..&. ~ c<Jrpe.:.
NOTARY PUBLIC
BERNADETTE L TAPLIN
NOTARY PUBLIC #4844B93
State of New York
o.,iding 'n ~~B
c, ,,;.rw. . IOflosal Package 15 of 14
. (Vov :Jr, .;007'
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: ~A() f6fY1J'.At-j/;
FIRM NAME: P,1J~1'.s R~t'c-'bk J:i't-
~
A Partnership or Entity
An Individual
PRINCIPAL OFFICE:
PRINCIPAL OFFICERS:
TITLE
ftcs,J(t1t
/fcttSo r<!
5 C2C--
BACKGROUND
NAME ADDRESS PROFESSIONITRADE J /
:rq)/1 ll,mMC//" .3S35 c/!"Jr ,8"tU!' pc! JJ.ul J#
(r/crj,il t&P7C/1c/1 c2J per Jy f}r ..hC//Jo;/
)
I. How many years has your organization been in business under its present business name?
/ cf Y('tJ. r ,S~
2. You normally perform what percent of the work with your own forces? ~ %
List trades that you organization normally performs below:
IX)/Y1b'11j
11'1'& f'iJ5 - A
Vel/-r//c..ft-M/ /7'[ CorJ, . '0
3. Have you ever failed to complete any work awarded to you? ~. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details. }I/O
00310
SECTION 010 - BIDDER'S OUALlFICATION STAMENT
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
,
)
;/0
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract
Name Telephone # Telephone # Amount
t?tl/ Cru) .&,/J,fJ - E'J 6os/ 71'S--d734 ~
<;~\re#" ....J7rc.l1S /ol.3tJ /~cJe.4r J,L J;vllo// ;7 /S":S-;/.55:
;J!t;1! ~t1l6- /Vorl); .&.YVlt(J &,L Jd-ofJo;/-
/lJ,/e /I1~M6o,J 6/6- 716'r7~fl
Joo/~/j l="""/oorr;'s Rovlc ~ ~(/r~//- ~4 /Ilctr/?
7bJ-S-J'/S-
Percent
Comolete
Scheduled
Comoletion
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Project Owner Architect Contract Date of With Own Forces
Name Teleohone # Teleohone# Amount Completion % of Work
, )
/eCO(}/( Lc;./l)ilj-
:J.. off,;l
~77-5t!JtJ - Sf) %
'/vU/J?('IOcJJ Ct/J?0r>'l
~wcrJeJ - gj.
.60/770
- tt/r// .prt1r/rk
/
IF
00310
SECTION 010 - BIDDER'S OUALIFICATION STAtMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
:::roJI1 /l;/7/W'~
Type of Work
For Which In What
Responsible Canacitv
/?#/:frr /'~A'j,r Or,f" tJr"rrd4j
otJ;'1"C
.tc~7f(f, c7tJ/,s _ dcC/):Jd~ ftMlr(}jr-
G;,l1ert::1 ~4t:f{?r ",.-g/J ~ .cf'~/#'MJ //1 /iI,& 7fi-tf.~
JrvrU ~'':II/ c/O yr/)(j J;:; .J-)t!'"e:/f'JI,r ?fJ,-
Present
Position
Of Office
/fa4t/ll
Years of
Experience
cJtJ yrS _
~ di? /0?/flA~~
,Roj<<./ 6iofi-
~r/ ~/
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? J/ .
. . /es~
10. Bank References:
Md') };>/~r?/-
11. Trade Association Membership: - .1! .. '[ Afi.I'n I L {J I #-..Jf,? fH#
tJff
LJ &,&fJ
/
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation? Nt?
00310
SECTION 010 - BIDDER'S OUALIFICATION STAMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
,
)
)
STATE OF NEW YORK
COUNTY OF SUFFOLK
:Jo/"t Z,mer4/
the Pr:t:.Srd".-.f-
answers to the foregoing
be~ duly pwof!Uieposes and says that h. e is
of l3u< f'~ c;',,61! :::?r C contractor and that
uestions and all statements therein contained are true and correct.
,
ature of person who signed bid)
I
Sworn to before me this IS.fl.- day of Fd'nx.nf 20040
~~r~
Notary Public
Commission Expiration Date: PoJ J"1,Joo,/
BERNADETTE L. TAPLIN
NOTARY PUBLIC #4844893
State of New York
Res',din";n Suffolk County
l!> ,..,,' 10
Cor" Elpires Sll~
(JooJ J."7 ,woq
00310
.
.
BURT'S RELIABLE. INC.
BALANCE SHEETS
JUNE 30, 2005 2004
ASSETS
Current Assets
Cash - [Note 11] $ 148,433 $ 932,219
Accounts Receivable - [Notes 2 & 11] 695,200 670,383
Inventories - [Note 2] 160,895 154,387
Fuel Oil Contracts - [Note 13] 397,147 0
Prepaid Expenses and Otber Current Assets 116,661 118,697
Total Current Assets 1,518,336 1,875,686
Fixed Assets, at Cost, Net of Accumulated DeDreciation - [Notes 2 &31 775,979 794,316
Other Assets
Security Deposits 2,905 2,905
Goodwill- [Note 41 584,391 584,391
TOTAL ASSETS $ 2,881,611 $ 3,257,298
See notes to financial statements.
Page 2
It\. Llber'() & l\appel. U,j). CERTIFIED PUBUC ACCOUNTANTS
.
.
BURT'S RELIABLE. INC.
BALANCE SHEETS
JUNE 30, 2005 2004
LIABllUIES AND STOCKHOLDERS' EOUlTY
Current Liabilities
Long-Term Obligations - Current Maturities - [Note 5] $ 20,920 $ 26,796
Accounts Payable 395,957 731,139
Customers' Credit Balances - [Note 6] 105,693 78,908
Accrued Expenses and Taxes 223,099 251,560
Due To Romanelli and Son, Inc. - [Note 7] 344,324 390,786
Total Current Liabilities 1,089,993 1,479,189
Lone-Term Oblieations. Net of Current Maturities - {Note 5/ 44,745 41,410
Customers' Securitv DeDosits - {Note 8/ 1,200 1,200
Stockholders' Advances - {Note 9/ 1,088,179 933,059
Commitments and Continllencies - (Notes 10 & 13/
Stockholders' Equitv
Common stock, without par value; 200 shares authorized;
30 shares issued and outstanding at a stated value 15,000 15,000
Retained Earnings 642,494 787,440
Total Stockholders' Equity 657,494 802,440
TOTAL LIABDATIES AND STOCKHOLDERS' EOUITY $ 2,881,611 $ 3,257,298
See notes to financial statements.
Page 3
It\. Llber() & !\appel. LI.Jl. CERTIFIED PUBLIC ACCOUNTANTS
/
.
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Joel Itzkowitz
Construction Consultants/L.I., Inc
36 E. 2nd Street
Riverhead, NY 11901
Dear Mr. Itzkowitz:
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
The Southold Town BOw:<l,at its reg1.ll.ar meeting of~ch 28, 2006
rej ected any and all bids for the construction o'fthe Animal Shelter. A certified
copy of the resolution is enclosed. Alsl1l,rptul'fied herewith is the bid bond you
submitted with this year'sbid.Tl1ank you [or submitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
,
.
.
BID BOND
Confonns with The American Institute of
Architects, A.I.A. Document No. A-310
KNOW ALL BY THESE PRESENTS, That we, Construction ConsultantslL.l., Inc., 36 E. 2nd Street, Riverhead, NY 11901
as Principal, hereinafter called the Principal,
and the Westchester Fire Insurance Company
of 140 Broadway, NY, NY 10005
, a corporation doly organized under
the laws of the State of NY
, as SuretY, hereinafter called the SuretY, are held and firmly bound unto
Town of Southold
as Obligee, hereinafter called the Obligee,
in the sum of 5% of Amt Bid - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - --
Dollars ($ 5% of Amt Bid ), for the payment of which sum well and truly to be made, the said Principal and the said
SuretY, bind ourselves, our heirs, executors, administrators, successors and assigos, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for New Animal Shelter
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the
Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract
Documents with good and sufficient suretY for the faithful performance of such Cootract and for the prompt payment of labor and
material furnished in the prosecutioo thereot; 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 Wark covered by said
bid, then this obligation shall be null and void, otherwise to remain in full force and effect.
Sigoed and sealed this
13th
day of
February 2006
Construc!jon ConsultantslL.l., Inc., 36 E. 2nd
Street, ~';'erhead, NY Seal)
Principal
--z4~ --1~<to
~...~
\._~
Witness
f'r ,,'<tcj """i-- Title
Witness
Attorney-in-Fact
c: nn"Jllnl:l::"!; ~"fM
.
.
ACKNOWLEGEMENT OF PRTh,lCIP AL, OF A CORPORATION
STATE OF NeW YoltlL
ss:
COUNTYOF <.A.i':FoL..~
On this 13th day of re-brv4"1 ' Zoo" before me personally
came :5,.,... \ -rtd~o",H 7 to me known, who, being by me duly
swom~ddeposeandsaythatheresidesat 13~s R.<<lIp L<i.... . C(J-tc.ho~up, NY
that he IS the i' r~"lde.,,-+ of C"..rlrvc.+t... c,~<"Ho ,,-t--o: h.r. ,r"G .
the corporation descnbed in and which executed the foregoing instrument; that he knows
the seal of said corporation; that one of the seals affixed to the foregoing instrument is
such seal; that it was an affixed by order of the board of directors of said corporation; and
that he signed his name thereto by like order.
Q~,~t~
PRISCILLA REILLY .
NOTANT PUBLIC, It.t_ at H.w YQ'
No. 52.4670570
Qudnid In SUrf.lk County
Tertii fllPlr.. Aprij 3D, :JIlQ~
STATE OF New York
ss:
COUNTY OF Nassau
On this 13th day of February , 2006 , before me
personally came RobertW. O'Kane to me known, who, being by me duly
sworn, did depose and say that he is an Attorney-In-Fact of Westchester Fire Insurance
Cbmpany the corporation described in and which executed the within
instrument; that he knows the corporate seal of said corporation; that the seal affixed to
the within instrument is such corporate seal, and that he signed and said instrument and
affixed the said seal as Attorney-In-Fact by authority of the Board of Directors of said
corporation and by authority of this office under the Standing Resolutions thereof.
ELIZABETH A. NEVILLE
NOTARY PUBLIC Slale of New York
No. 01 NE4968590
Certified in Nassau County
My commission expOe91mission Expires July 2, rPc
. .
BS-38449-P
,0;;,...
. WESTCHESTl:R RR~ INSURANCE CO.Y
FINANCIAL STATEMENT
. ADMITTED ASSETS
BONDS
SHORT-TERM INVESTMENTS
STOCKS
REAL ESTATE
CASH ON HAND AND IN BANK
PREMIUM IN COURSE OF COLLECTION'
INTEREST ACCRUED
OTHER ASSETS
TOTAL ASSETS
LIABILITIES
RESERVE FOR UNEARNED PREMIUMS
RESERVE FOR LOSSES
RESERVE FOR TAXES
. FUNDS HELD UNDER REINSURANCE TREATIES
OTHER LIABILITIES
. TOTAL LIABILITIES
CAPITAL: SPECIAL SURPLUS
CAPITAL: 928,592 SHARES, $4.85 PAR VALUE
CAPITAL: PAID IN .
SURPLUS (UNASSIGNED)
SURPLUS TO POLICYHOLDERS
TOTAL
Decenlber31,2004
,
."
$1,363,863,132
. 24,549,145
'0
o
5,338,440
117,395,478
15,349,513
365,657,095
1,892,152,803
$415,496,923
1;150,554,701
5,413,537
'0
(179,492,174)
$1,391,972,987
$187,300,000
4,503,671
129,098,600
179,2n,545
500,179,816
$1,892,152,803
('EXCLUDES PREMIUM MORE THAN 90 DAYS DUE.)
STATE OF PENNSYLVANIA
COUNTY OF PHILADELPHIA
John P. Taylor, being duly sworn, says that he Is Vice President of .
Westchester Fire Insurance Company and thai to tha best of his knowledge and belief the
foregoing Is a true and correct statement of the said Company's financial condition as of the
31 st day of Decenlber, 2004. : .
27th day of April, 2005.
. Vi President
~ To aG",~~
Notary Public ..
{short forms 2003/wfic/
.
COMMONWEALTH OF PENNsYLVANIA
NoIadel Sell
nne T. Vena!I, Nolay I't.tJIo
OlrOfPNadolphla, ~ Cl:Juntv
MyCal......., E>cpires Nov. 15, 2lIIl7
Member. Pennsylvania AllocIetJon Of Notanes
fA V I' ..l~d '7
My comml slon expires
. . --,
l
,
J I
.
. .,
.
.
VANGUARD COVERAGE CORP.
100 TERMINAL DRIVE, PLAINVIEW, NY 11803 516-349-1333
BID RESULTS FORM
BELOW IS A BID RESULTS FORM. WHEN THE ATTACHED BID GOES OFF
PLEA~I? FA.X'I'HIS 1?01l1\lBACK TO OUR OFFICE.so WE MAY KEEP YOUR
FILE COMPLETE AND UP TO DATE WITH RESULTS. "IF THE BID IS
POSTPONED, PLEASE NOTIFY US OF THE NEW BID DATE.
THANK YOU...
PLEASE FAX BACK TO OUR OFFICE
AT (516) 349-8669
ATTEN: Bond Department
Constnlction Consultants LI
NAME OF CONTRACTOR:
Town of South old
OBLIGEE:
2/16/06
DATE OF BID:
THREE (3) LOWEST BIDDERS:
1.
2.
3.
Bid Amount
Bid Amount
Bid Amount
CONTRACTOR'S BID AMOUNT (if not one of the 3 lowest)
***POSTPONED DATE~
$ 2.1 Million
Your office called in the attached bid at . If
. this estimated contract price should escalate beyond 10% of the
called in amount you must call our office immediately for re-
approval.
Thank you!
..... .
.........
~
CoNlrRUCTION CoNS~LTANTS/L.I.
PHONE (631) 727-6604
FAX (631) 727-8606
Ouestlon 6. 7. & 8
Proled. in Pro2l'esl
Senior Center Modular Buildinl!
Owner: Town of East Hampton
Arobitect: L.K. Mclean Associates, P.C.
Contract Amount: $212,900.00
Expected Completion Date: 5/31/06
Timber Point Golf Course Parks Maintenance Ooerations
Facility - Phase n
Owner: Suffolk County Dept. of Public Works
Arobitect: Wan! Associates
Contract Amount: $1,800,000.00
Expected Completion Date: 1/15/06 (95% complete)
Imnrovements at Peter A. Nelson Park
Owner: Town of Huntington
Arobitect: Town of Huntington Department of Engineering
Contrnct Amount: $259,000.00
Expected Completion Date: (0% complete)
Criminal Courts Buildine:. Sonthamntnn - Alterations
Cahalan Court Comnlex IsH>> - Renovations and
Inmrovements
Owner: Suffulk County Dept. of Public Works
Arobitect: David Swift Associates
Contract Amount: $1,300,000.00
Expected Completion Date: 12120/05 (98% complete)
Southamoton Elevator Addition. SouthamDton
Owner: Southampton UFSD
Arobitect: Beatty, Harvey & Associates, LLP
Contrnct Amount: $404,000.00
Expected Completion Date: 12nO/05 (90% complete)
Comoleted Proiects
Sheraton Smithtown - Window & Conimz
ReolacementlR.eoair
Owner: Smithtown Long Island Properties, LLC
Arobitect: IZA Technology
Contrnct Amount: $100,000.00
CompJetion Date: March 2005
Parle. Avenue EIementarv
Owner: Amityville UFSD
Arobitect: IZA Technology
Cootract Amount. $627,500.00
Completioo Date: October 2004
Huntimrton Manor Fire District - Monument Proiect
Owner: Huntington Manor Fire District
Arobitect: Frank G. Relf Arobitect; P.C.
Contract Amount: $250,000.00
Completion Date: August 2005
Reconstruction of Stonu~e Facilities
Owner: Suffolk County Department of Public Works
Arobitect: David H. Swift, Arobitect
Contract Amount. $1,600,000.00
Completion Date: December 2004
Riveritead Carria2'e House - Rehabilitation Proiect
Owner: Town of Rivelhead
Arobitect: Gary Jacquemin. AlA
Contract Amount: $125,000.00
Completion Date: Man:h 2005
Savville Hi2'h School- Class roomIMusic room addition
Owner: Sayville Union Free District
Arobitect: James M Campbell
Contrnct Amount: $4,000,000.00
Completion Date: August 2003
520 Fnmklin Avenue Garden City - Elevator addition
Owner: 520 Franklin A venue Associates
Arobitect: W.S.J.S. Arobitects
Contract Amount: $500,000.00
Completion Date: March 2004
Suffolk County Health Centers - Alterations
Owner: Suffulk County Department of Public Works
Contract Amount: 5300,000.00
Completion Date: August 2003
Individuals
OwnerlPres1dentIProject Manager:
Joel Itzkowitz
Over thirty years experience in the construction field
Founded Construction ConsultantslL.I. in 1986
Project Manager:
AIJan Hanson
Over 30 years experience as a project manager
Degree in Civil Engineering
Project Superintendents:
Eric Baumack
Over 18 years experience as a carpentry foreman/project superintendent for local and state municipality projects, as well as 10 years
experience as a residential carpentry foreman.
Mike Biertnes
Over 17 years experience as a carpentry foreman/project superintendent for local and state municipality projects.
36 EAsr 2ND STREET, RlvERHEAD, NY 11901
~
......
GGI
. .
CoNSTRUCTION CoNSULTANTS/L.I.
PHONE(631)727~
FAX (631) 727-8606
Ouestions 10 & 11
TRADES
Acme Architectural Products, Inc.
W. Babylon, NY
(631) 893-5555
Riverhead Building Supply, Inc.
Riverhead, NY
(631) 727-1400
Marjam Supply Company
Farmingdale, NY 11735
(631) 249-4900
Cassone Leasing, Inc.
Ronkonkoma, NY
(631) 585-7800
BANK REFERENCES
State Bank ofL.I.
234 Route 25A
E. Setauket, NY
BONDING
The Guarantee Company of North America
Vanguard Coverage Corporation
100 Terminal Drive, Plainview, NY
38 EAsT 2ND STREET, RJVERHEAD, NY 11901
.
.
CONSTRUCTION CONSULTANTSIL.I. INC.
REPORT ON COMPILATION OF
FINANCIAL STATEMENTS
FOR THE SIX MONTHS ENDED
JUNE 30,2005
Ifj;l Fuller Lowenberg & Co., CPAs, P.c.
Instruction Consultants/L.I. Inc. ·
Report on Compilation of Financial Statements
For the Six Months Ended June 30, 2005
CONTENTS
FINANCIAL STATEMENTS:
Accountants' Compilation Report
Balance Sheet
Statement of Income and Retained Earnings
Statement of Cash Flows
SUPPLEMENTARY INFORMATION:
Schedule ofEamings from Contracts
Schedule of Contracts in Progress
Schedule of Completed Contracts
Schedule of Operating Costs
PAGE
I
2
3
4
5
6
7
8
.~ l 1
l@
.
Fuller Lowenberg & Co., CPAs, P.C.
.
200 MOTOR PARKWAY, SUITE D-24. HAUPPAUGE, NY 11788
TEL. (631) 499-7900. FAX (631) 499-1597
E-MAIL: MAIL@FLCPAS.COM
August 4, 2005
Stockholder
Construction Consultants/L.L Inc.
Riverhead, New York
We have compiled the accompanying balance sheet of Construction ConsultantsIL.L Inc.
as of June 30, 2005 and the related statements of income and retained earnings and cash
flows and supplementary information for the six months then ended in accordance with
Statements on Standards for Accounting and Review Services issued by the American
Institute of Certified Public Accountants.
A compilation is limited to presenting in the form of financial statements information that
is the representation of management. We have not audited or reviewed the
accompanying financial statements and, accordingly, do not express an opinion or any
other form of assurance on them.
Management has elected to omit substantially all of the disclosures required by generally
accepted accounting principles. If the omitted disclosures were included in the financial
statements, they might influence the user's conclusions about the Company's financial
position, results of operations and cash flows. Accordingly, these financial statements
are not designed for those who are not informed about such matters.
t:
. . .
Construction Consultants/L.I. Inc.
Statement of Income and Retained Earnings
For the Six Months Ended June 30. 2005
EARNINGS FROM CONSTRUCTION CONTACTS:
Contract Revenues
$ 1,775,254
Contract Costs
1,495,484
GROSS PROFIT
279,770
GENERAL AND ADMINISTRATIVE EXPENSES
233,492
INCOME FROM OPERATIONS
46,278
OTHER INCOME:
Interest and Dividend Income
69
NET INCOME
46,347
RETAINED EARNINGS - January 1,2005
231,106
277,453
LESS: DISTRIBUTIONS TO STOCKHOLDER
11,558
RETAINED EARNINGS - June 30, 2005
$ 265,895
See accountants' compilation report
- 3-
tmstruction Consultants/L.I. Inc. ·
Statement of Cash Flows
For the Six Months Ended June 30. 2005
CASH FLOWS FROM OPERATING ACTNITIES:
Net Income $ 46,347
Adjustment to Reconcile Net Income to Net Cash
Provided by Operating Activities:
Depreciation 11,766
Changes in Operating Assets and Liabilities:
Decrease in Contract Receivables 129,846
Decrease in Costs and Estimated Earnings in Excess
of Billings on Contracts in Progress 81,220
Decrease in Prepaid Expenses and Other Current Assets 16,868
Decrease in Accounts Payable and Accrued Expenses (42,582)
Increase in Billings in Excess of Costs and Estimated
Earnings on Contracts in Progress 327,731
Decrease in Payroll Taxes Payable (2,082)
NET CASH PROVIDED BY OPERATING ACTNITIES 569.114
CASH FLOWS FROM INVESTING ACTIVITIES:
Acquisition of Equipment (2,732)
NET CASH UTILIZED BY INVESTING ACTNITIES (2.732)
CASH FLOWS FROM FINANCING ACTIVITIES:
Principal Payments of Long-Term Debt (7,133)
Distributions to Stockholder (11,558)
NET CASH UTILIZED BY FINANCING ACTNITIES 08.691)
NET INCREASE IN CASH 547,691
CASH - January 1, 2005 29,646
CASH - June 30, 2005 $ 577,337
Supplementary disclosure of cash flow information:
Cash paid during the year for:
Income Taxes
Interest
$
$
100
1,418
See accountants' compilation repOli
-4-
.
.
SECTION 00300 - PROPOSAL PACKAGE
/--- ,
. I
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: January 19, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
) (Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
/\\ (
, o,\,()','V
00300 Proposal Package 1 of14
.
.
SECTION 00300 - PROPOSAL PACKAGE
)
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
. the following forms are not included at the time of the bid opening.
o
o
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
o
As per specifications, the TOWN OF SOUTHOLD requires acutrent
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
o
o
o
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
)
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
/-
)
VENDOR NAME: Co"S-truc--hoVl CoVJ~\lltq,,+.s: 1L..:c.. .Le..
.
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. >< PARTNERSHIP
FEDERAL EMPLOYEE ID #: II Z. <<<'1''1'" ,
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION: April 1~'41
IF APPLICABLE: DATE FILED:
STATE FILED: New 'foro/(.
INDNIDUAL
If a non-publicly owned Corporation:
CORPORATION NAME: C".,,,trod"DIIl CoVlcult....+.s It. .-C.1:Lt'le..
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
,Joel :I:tz.lL-owitz.
)
LIST OFFICERS AND DIRECTORS:
NAME
~I :r:-I~lL.cw;t~
TITLE
?f'~lde.~t-
..................................................................................,
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
.
.
SECTION 00300- PROPOSAL PACKAGE
)
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME: COl'lstn.ic.:t,'Ol'\ COVll;OltC,Vl+,s; /t..L. . In.:.
ADDRESS: 3(., t",~t Z",d S-tree.-t
R.;~t!.rbMLd ~y l\Qol
CONTACT: .Joe.l I h.."-ow,'-t ~
TELEPHONE: (r.,'3')...7l.i-G,(oO'/ FAX: (c.:.3') -,7.""1 _"'oS-
E.MAIL: cc..liinc..~q:.-t-o...I;..e..ne.+
ONLY if different.
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
)
ONLY If different -
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAlL:
00300 Proposal Package 4 of 14
.
.
SECTION 00300- PROPOSAL PACKAGE
VENDOR NAME: C..t'\S+r uc1-i OVl CcMSu Itlll'\+S It..r., T()G.
ASSUMED NAME CERTIFICATION
*If the business Is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
[RJ I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
!,~ I 1.1',,-,. '. _,~,
1..1 ,tl ~ 11 ".J-: \ .1.2,!....,
, t.. ".' ..~ I}" . '.' _ '-'. ' " . -, ~ ,.
.L.W", ."." ,.," -,' ~-,-'~ 1
,I C'; .,' .;~ "',-"" ",4
00300 Proposal Package 5 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
)
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been amved at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of )
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my flllIl'S submitting a complementary bid, or agreeing to do so, on this project
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
n signing this bid, under the penalties of peIjury, affirms the truth thereof.
SWORN TO BEFORE ME THIS
any 0
~I :r::t~~+z. I :P("'~tdel1t
Type Name & Company Position
COl'lStruc.t..ol'l C"V1Gul+~.,r n'-.
Company Name
)...j. ,) D(p
Dale Signed
NOTARY: 'S~DAYOF 1&>--.. .20.Q!l
.
C-'":!,.~./"
NOTARY PUBLIC ,
PRISCILLA REILL l
NotA"" PUBLIC, Stat_ 01 Neill ''''k
No. 52.4670570
Qu.ntt... 1ft ',,"olk CIKI"',
.Term Explr.. Aptll ~O. ~..,
II e.~S'q'i(,1
Federall.D. Number
00300 Proposal Package 6 of 14
.
.
SECTION 00300- PROPOSAL PACKAGE
,
PROPOSAL FORM
TOWN OF SOUTHOLD ANIMAL SHELTER
VENDOR NAME: CO"~rvd,'OI"\ COt'l.>uHa,,4.s IL :Z:. ,::rt'lc..
VENDOR ADDRESS: 3" E<,..t ZlAa S-tree.:t
J2.,'>le,he Gd f'\ Y \1110 I
TELEPHONE NUMBER: tG,31J 7Z'7-',"o'l FAX: (ks I) '7Z. i -,''oS-
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
)
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one ofthe partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/ A below):
Addendum No.
Dated
z
:)
y
'/30106
z.I z./o 10
~l;;./o ro
';)./13/oCa
00300 Proposal Package 7 of 14
.
.
SECTION 00300-PROPOSAL PACKAGE
frgject Requirementsl Bidding Guidelines
)
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as.described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts", The Town of Southold will be responsible for assembling
individual.contracts with contractors io whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall.include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER A WARD OF mE BID. .
CONTRACT "A" (To include all General Site Conditions and Mobilization)
)
1. Demolition - Area" A"
1. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,
compacted earth, and existing fencing located within Area "A" and as shown on the
Contract Drawings and approved by the Eniineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications andlor as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "An BID':; Lf d; O()I). l/U j k
-r; rcIJ 1/#(/ ~()vSIt (70 f) 01 J/};l5 /1 i/ (I'f'lj/
D<I1lars Cents
VI'RITIEN IN WORDS
00300 Proposal Package 8 of 14
",
.
.
SECTION 00300 - PROPOSAL PACKAGE
2. Demolition - Area "B"
)
1.
Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, SlabslPads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
2.
3.
DEMOLmON AREA "B" BIDflI S" 1f{.J(J. w
S /t, IAlv~ ;Jt//119f25 da {(~
ollars Cenls
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
\
)
3. Site Work - Area "A"
I. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer. .
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "AM B~: J / Z0 OlJ(M/v
o dE ~r?tJj(€~ -;;(1'771 ;';6.1,/ 7jh-s.'~ l.Jp)~#l.5 dPO",h
DoBars / Cents ' ,
WRlTIEN IN WORDS
)
4. Site Work - Area "B"
I. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID! ~ 700 ,ou
7hr(L- '/f,vvSllrltJ St'q"/1 /1;M7Il~L/ 4//1/)5 ~ [tp,p'
Dollars Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
)
5. General Buildine: Construction
I. Measurement and Payment: The Contractor shaH receive the lump sum unit price for
aH related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fuHy functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, compaction, sub-base
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shaH be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
GENERAL BUILDING CONSTRUCTION BID: $ cJ, / ~ CUI. C/O
7wCI /l?1//!PI1 O/lL I-j41/JR~tJ. fii,;y -J-1-if ~"f/JP9 a/j#P...s
Dollars Cents
)
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
-#/7;9, ()!Jo. <-0 .
() /) L 1Jt1IJR~iJ 9vft?Jf ,sJ'hf -;%VS"PCJ OC/I/4/l 5
Dollars Cents
~
Cf n/5
WRITTEN IN WORDS
00300 Proposal Package II of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "B" ( H V A C)
)
Please refer to the Scope of Work provided on Drawing Ml outlining the contractor's
responsibilities for this portion of the project.
1. Measurement and Pa)llIlent: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling unitS, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B''):
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "C" (Plumbinl!)
)
Please refer to tlle Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the project.
L Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C");
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
.
.
SECfION 00300 - PROPOSAL PACKAGE
",
,
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing El outlining the contractor's specific
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with" electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation of light fixtures, and all labor, materials, equipment
and incidentals necessary to. satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Dollars
Cents
WRITTEN IN WORDS
)
. CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPl outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2" All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
Dollars
Cen ts
WRITTEN IN WORDS
00300 Proposal Package 13 ofl4
.
.
SECTION 00300 - PROPOSAL PACKAGE
OPTIONAL ITEMS:
)
The following are optional bid items. Please provide separate lump sum bids for each item. The
To.WTI of Southold will decide final inclusion or not in the contract.
!!EM
1. CAT BOXES IN ROOM 130 (as shown on A9I2)
COST ESTIMATE
$ '/? S(J,(){/
2. EXTERlOR PROTECTNE COATING ON
UNFINISHED EXTERlOR CONCRETE PANELS
(see Finish Schedule Al 01 and elevations on A201)
$ ~ ~ uO, cO
3 INTERlOR PROTECTNE COATING ON
UNFINISHED INTERlOR FLOORS
(Rooms 113, 117, 122, 126)
4. EXTERlOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOI)
$ gs-o,w
$ 2~ '!ctJ,C{)
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
)
ITEM
COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMPACT
RESISTANT GLASS AND PLYWOOD
PROTECTNE PANELS.
Deduct:
$
[)
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule AIDI
Add:
$ bSDO, CO
$ Z ~ 700, c,()
$ 22-) :)000.;
.
Deduct:
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
00300 Proposal Package 14 of ] 4
.
.
SECTION 00300 - PROPOSAL PACKAGE
,r'
)
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Deduct:
$
5' S{){),CQ
.
,
Add:
$
9 j~ s?;o. IV
/
AUTHORIZEDSlGNA11JRE ~
PRINT NAME ~:r.. hILa...,; + z.
TITLE ?r~,de-..t-
,...-1 \ ~f 0(,
DATE
)
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK;
.-+ ~
On the b day of ~ in the year 2006 before me, the undersigned, personally
appeared, :fo", I 1:+7 11.0,.,;+ L , personally known to me or proved to me on the basis
of satisfactory evidence to be the individuaI(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in hislher/their capacity(ies),
and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
G~-,,~ ~~
NOTARY PUBLIC
PRISCILLA REILLY
NOTA"" ,ueLle. St.,.., Nt.... '1"1"
No. 52.4610570
Ou.litied 1ft lurrolll County La-
Term E.xpit.. Apr.. 30, ~......
00300 Proposal Package 15 of 14
.
.
SECTION 00310 - BIDDER'S OUALIFICA TJON STATEMENT
, }
Town of South old
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: CO nst'lUJtl ^"I Co.."ol+a.,ts /L .'I, :r,,4A Corporation \
A Partnership or Entity
FIRM NAME: An Individual
PRINCIPAL OFFICE:
PRINCIPAL OFFICERS:
BACKGROUND
TITLE ~ ADDRESS PROFESSIONITRADE
P(~"dent I ;:Joel :r+z.lLow.h, /'3'/S' E,:dle lc.l1c,Cvrc.ho8ue, }l'f, G~"ual Con+r<<c.:t-ew
)
1. How many years has your organization been in business under its present business name?
1'1 'lea.!;
2. You normally perform what percent of the work with your own forces? ~ %
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? ..l:L2. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your frrm or its officers? If yes, please provide details.
tJ tl .
00310
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
)
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the lastfive years? If yes, please provide details.
No.
6. List the major construction projects your organization has underway at this date: !; ee Attached
Project
Name
Name of:
Owner
T eleohone #
Engineerl
Architect
Teleohone #
Contract
Amount
Percent
Comolete
Scheduled
Comoletion .
7. List five major projects you organization has completed in the past five years: ~"... .4t't"c-h~cr
Date of
ComoJetion
Work Done
With Own Forces
% of Work
)
Project
Name
Name of:
Owner
TeJeohone #
Engineerl
Architect
Teleohone#
Contract
Amount
00310
.
.
SECTION 00310 -BIDDER'S OUALIFICATION STATEMENT
)
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors): 5&& A t-l""cl,...q
Individual's Name
Present
Position
Of Office
Years of
Exoerience
Type of Work
For Which
Resoonsible
In What
Caoacitv
9. Do you have,or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? 'f e 5
10. Bank References: Se.<<- A-r-l-GL\'e.-<t
)
II. Trade Association Membership: S L"- A-r4-o cI. ""cf
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate \~olations? If yes, when? What was the outcome of the
investigation?
No
..".'
" i(\~ J;.Jl :;.(~:'''l-'1
..., ' " ".....,',.
-,-,'.".'" .
{)'.,.:y,,' .'_lit
,,'f'.,".-' L.;" "... '. b.....I~. ;,
. ()" ',,-';" ..",,, ,
00310
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
")
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
)
STATE OF NEW YORK
COUNTY OF SUFFOLK
:1"",1 :Lh\Lel.li~~ being duly sworn deposes and says that he is
the i'r~6.d e..1 of Co'''+'l.Ic.ho>1 c,<1<"llarrt.Ju: r", contractor and that
answers to e foregoing questions and all statements therein contained 'are true and correct.
Id)
Sworn to before me this \ ~ day of ~, 200.("...
NotaryPublic Q...",,~ ~
Commission Expiration Date:
PRISCILLA ItEILL Y
1lI0TAltTH~u'LIC. It.t.. ., Hs. rertr
o. 52.4670570
Qu...,," h. "'''.'11 Count,
Term Ell.Pi'.... April 3O."M::CC:&.
00310
.
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFTICER
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
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Thomas Daly
J P Daly & Sons, Inc
88A Brook Avenue
Deer Park, NY 11729
Dear Mr. Daly:
The Southold Town Board, at its regular meeting of March 28, 2006
rej ected any and all bids for the construction of it he Animal Shelter. A certified
copy of the resolution is enclosed. Also,returned herewith is the bid bond you
submitted with this year's bid. Thank you for submitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
. .
THI: AMERICtN INSTITUTE OF ARC"ITECTS
.
An DOll1IlII8Dt 1310
Bid Bond
IalOW ALL YBN BY TIIESE PRESENTS, that we
88 A Brook Avenue Deer Park, N.Y. 11729
J.P. Daly & Sons, Inc.
as Principal,
(Here insert full name and address or legal title of Contractor)
hereinafter called the Principal and Fidelity and Deposit Company Of Maryland
1 Upper Pond Road, Morris Corporate Center, Parsippany N.J. 07054
(Here insert full name and address or legal t1 tle of surety)
a corporation duly organized under the laws of the State of Maryland
as Surety, hereinafter called the Surety, are held and firmly bound unto
Town Of Southold
53095 Main Road, SOuthold, N.Y.
(Here insert full name and address or legal title of ~erl
as Obligee, hereinafter called the Obligee, in the sum of
rlV8 Percent of the Total Amount Of Bid
Dollars ($5%
for the payment of which sum well and truly to be made, the said Principal and the
said Surety bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
1IIIBBBAS, the Principal has submitted a bid for (Here irulert full name, add.re.ss and description of project)
Southold Town "Animal Shelter" Contract 0 Electrical Construction
NOW, TRBRBIORB, if the Obligee shall accept the bid of the Principal and the
Principal shall enter into a Contract with the Obligee in accordance with the terms
of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of
such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such
Contract and give such bond or bonds, if the Principal shall pay to the Obligee the
difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with
another party to perform the Work covered by said bid, then this obligation shall
be null and void, otherwise to remain in full force and effect.
Signed and sealed February 13, 2006
(Witness)
J.P. Daly & Sons, Inc.
~ (Principal)
(seal)
(Tit e)
12~ CJljyv
land
(Seal)
(Witness)
Diana P. Alasci Attorney in Fact
--... --....-~...._~- -....." ........- ---....
ACKNOWLEDGINT OF PRINCIPAL IF A COlORATION
STATE OF New York CilX: l
COUNTY OF Suffolk Sj:
On this 13 day of febrv&of)' 2006 before me personally came
me known, who being by duly sword did depose and say that he/she resides at
32 Trescott Street, Dix Hills, New York 11746 and that he/she is the Corporate Secretary of
J.P. Daly & Sons,lnc.
the corporation described in and which executed the foregoing instrumenV that he/she knows the seal of
said corporation; that one of the seals affixed to said instrumenls such seal, that it was so affixed by order
Mll9MWa~rporetion, and that he signed his name thereto by like order.
NOTARY PUBLIC STATE OF NEW YORK
NO.01CA602444
QUALIFIED IN SUFFOLK COUNTJO'('\
-OOMMISSION eXPIRES MAY 10 II'
Thomas Daly
to
~~
NOTARY PUBLIC
ACKNOWLEDGMENT OF PRINCIPAL IF A PARTNERSHIP
STATE OF
COUNTY OF
lss .
} ..
On this day of ,before me personally appeared
to me known and known to me to be one of the members of the firm of
described in and who executed the foregoing instrument and he acknowledged to me that he executed the
same and or the act and deed of said firm.
NOTARY PUBLIC
ACKNOWLEDGMENT OF PRINCIPAL IF AN INDIVIDUAL
STATE OF
COUNTY OF
lss .
l ..
On this day of ,before me personally appeared
to me known and known to be to be the person described in and who executed the foregoing instrument and
acknowledged that he/she executed the same.
NOTARY PUBLIC
STATE OF
COUNTY OF
ACKNOWLEDGEMENT OF SURETY
New York}
Nassau } 55.:
On February 13, 2{Xli before me personally came Diana P. Alesci
to me known who, being by me duly swam, did depose and say that he/she resides at 255 Executive Drive
Plainview. New York 11603, that he/she is the Attomey in Fact of
Fi~elity and Deposit Company of Maryland
the corporation describe,d in and which executed the foregoing instrument; and that he/she signed hislher name
thereto by order of the Board of Directors of said corporation.
ROSANNE CALLAHAN
NOTARY PUBLIC STATE OF NEW YORK
NO. 01 CA602444
QUALIFIED IN SUFFOLK COUNTY'I....~.l
COMMISSION EXPIRES MAY 10 =
~ CJflL
NOTARY PUBLIC
.
.
, Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the Stale of Maryland, by PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary, in
pursuance of authority granted by Article VI, Section 2, of the By-Laws of said Company, w . set forth on the reverse
side hereof and are hereby certified to be in full force and effect on the date hereof d s ~ te, constitute and
appoint Peter HENRY, Rosanne CALLAHAN, Marylou BROWN, . ALESCI and Robert
FINNELL, all of Plain view, New York, EACH its true and r. ke, execute, seal and
deliver, for, and on its behalf as surety, and as its ac ertakings, and the execution of
"
such bonds or undertakings in p~snance , ha said Company, as fully and amply, to all
intents and purpose~, as if the \J e ut I by the regularly elected officers of the Company at
its office in Baltimo th . " . power of attorney revokes that issued on behalf of Peter
HENRY, Rosanne , Richard K. KAINZ, dated August 22, 2003.
The said Assistant ~es e eoy certify that the extract set forth on the reverse side hereof is a tme copy of Article VI,
Section 2, of the By-Ui'~d Company, and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of May, A.D.
2004.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
~V~
By:
Assistant Secretary Paul C. Rogers
~
T E. Smith
Vice President
State of Maryland } 88'
City of Baltimore .
On this 6th day of May, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, dilly commissioned
and qualified, came PAUL C. ROGERS, Vice President, and T. E. SMITH, Assistant Secretary of the FIDELITY AND
DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who
executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,
severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal
affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their
signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fIrst above
written.
~plJ-
Dennis R. Hayden Notary Public
My Commission Expires: February 1,2009
POA-F 093-7577
.
.
.
. .
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature ofmortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
!, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signsture of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
13
February
zax;
this
day of
Gfd~
Assistant Secretary
. '
/
.
.
~_-='=-::'...-==-'~ 'r~,.,....~=."""__, ""=-_.__ =:-..:....-=-"'=
~=-=""-
".",
rarp\
U?NI
"""",,,,0""
FIDELITY AND DEroSITCOMPANl'
(lff./;.p.\'l.AlID
~9ro !:/iSWfc:A MAll, HM.Ill'10l<8. MD 21lJ)~
. SliItonlOl1' of B!Jul.t.r..1 C~II,I/fl(I,1
^60(~at 31.2004
. . ASSEta .
nQDd~ _~ ,~, It ...._ ..........:................""......_.......I.o!o..........un......................... .....1....................$ J~$J.OO,,~J,l
$Eotl:$: _.'__...n..,......'V.._'\f1_._.......i..._~............'"._. lo.........m.. .......-..................,............... 38'tlss.n~
(~lt D'l (br_(tkl=c(()~!icOo'.:!l1clSl1llrtTamtn~lc2Jlllf.--...,",'" . ,.."... 1'(...... .-.......--..--.... 113,921
RCJ:[q:p~ ~UC3'.:lbre_..........,."'.......'...........r........I;'-......... "..........~."'.....-<<.-.--"......... '"t';'3..164
O(!~r ~~lla"~o!dv~b1".................__...................""...."".....,...._..-..-...............-..--. 17,J.lj.191J
-.-
.........,........-..'...............1...,'.._,........-"""'-; ~16"sOl,JlS
Tpl.\L Nwn ~D AeliETIi._ -........-
LrABII.ITlli8. $URPI.lJ$AN'D.()l~U;;R.l'lil'/ilS
1tl:$Q(l."( fT>( T4X1:$l1nd'~..--;......._....,,-_.__.. ...... ,......~"._.... -,..._-_.~ s
O=ckd' "~p;sn= l)ntalfiLtll$ P:I)qbta'.._j....._....-........t4......,pt,.,.......~.~--...~.. _--..1'_
'('(\11\1 JJ#.Mn(&s:.";_ _1.......'......_.........,....... I..l........~_.t--............~..ji:.
Caplw Sroe~ Pili tIp............._. ........-_ .. ..........,... ...._._ . ~......_..... $' 3z.000.oQ()
Sutpklt. ..--l..to-............_._.................._..l""...._._.........._......l"';""'. ~73,7X9~
RttIpluP: 1\' ~Po~~fu~t4ezlr"_",,__,,,_,",."""""""__'H"'." .. .... .........................,-.--.... f18.139'.st>i
TnlAL ..,_,....:..... .............1......01...'.."...................__.. ..............,.._....:....."_..,_............___.. $ ,11&,,:S1)JJ'~
. . ' ... ~P'
2.lS~l~
..l1,~'Z!l.ISI
37;/6J1'1:J
s.ou:fuo:l.....lct!otS2(l.4S0,048 1m U...&<n...Wcm""tiW ~i!J">'l"'" "" "'qo.ircd byl.",.
~'\lflll" ..nud." lbll """IS p=be<l bt Ibo N.do"", ~nlOOl\ of Ills."'''''' 0..,..",..,;"".... O. 11.. h..... of
O.",mbat J I. ,i0(l4 ;"'10<1 qtia"ito'lI r", oil bOlltlo: .",l9lOd:r .""",cJ. u.. eo,""ll/lv'a lobI .rImlTtccf 'f:IClO "",ui" ~
UI8.llIl~, ~7R lllld .It:fJ>k''l;' maonl< l"'U~holdCl> $ISo,1.l4~. . .
L DA. VID A. BOW~R$, ~ S"""''I!1o(lfl'O flOUJ,I'JV'AM' l>l.r<llllrC:O..~"':'Y 01' M..\'tANJ), do ~
ItrliJ\l aJ:\1 II>> /<IzCf>/,lIn; IOl[OlllC1ll i$' _ tQ.ufd Cllblbil ot~....... >lid Iiob:lrt,O$ 6C!IUl....ut Coll'l'''''Y OIl t6.d 3 [,<(
day'fll.:cciobo>:.:2004. , .. ~
~.. '
. . . -" . ~'P<<IJk~(;i
51.10 or lilT"" }
(.',t)' ofSc!lou"-"''''<I ss.
g~,tnt(/~ ntl1f~cl(" kt.. tdG~"",=.lt NtlbIt \"(Iblldq(,fr.= $tdu I}rrrht101\ rn IhO'CfJ1 d~""acm::Il'Jr((u, "lh fb.i~ Aprlt. )tr.I:C
fl;tJ.l..f a,--f?Il.b~.
~"'p:;;M"7
ofFICiAl: ~L
aETSY A SALOUlf
.'Or"", PUBU~. Sl"'e llFJj.\JNilJ.
M'tt.'-'~SJo?Nb:PIR'e'S\Wf~
~.
- ,....=--=~---===-
,.
.
'. .
. .
SECTION 00300 - PROPOSAL PACKAGE
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
(Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
. response whether it is a dollar figure or No Bid,
Please DO NOT remove any pages from this bid package!!!
Thank you!
00300 Proposal Package 1 of 14
,
s'nON 00300 - PROPOSAL PACKA.
BIDDER'S CHECK LIST
)
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening. .
S
o
ri
ri
riJ
~
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
)
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
SE~ION 00300 - PROPOSAL PACKA~
VENDOR NAME: X' f O~/y1' :;or/f ~c..
/
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. V PARTNERSHIP INDIVIDUAL
FEDERAL EMPLOYEE ID #: / /- ;l79~/b6
OR SOCIAL SECURITY #: fr/"q
DATE OF ORGANIZATION: Irs/,
IF APPLICABLE: DATE FILED: LJeu,,", teJ'..
STATE FILED: /'Z/e".., }{~k
If a non-publicly owned Corporation: .
CORPORATION NAME:;:;:- / a tj r" 5o/V5.;2:;vC.
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
LIST OFFICERS AND DIRECTORS:
NAME
C;; kv /JA/y
$~,.... aiy 1/1
--aD,.?I<;~ aI'/
,#J/C_AAd af
TITLE
/f$~ r
.
t.-</f'
se", .
.-:-
/~,....s'.
..................................................................................,
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
'. ,.
StTlON00300- PROPOSAL PACKAI
)
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME: J f? .L2tj'" .s;A/SJ,vC.
ADDRESS: ~:: /J~OO~ J;;~
C__ 4J<-J: ___1/?;7.7
CONTACT: ~K,<-' fJl1/'f
TELEPHONE: ,;l':;'j O'l3t FAX: ;2.5'7 tJb ty
E-MAIL: /I1(.tJ/J l. y;). 000 @/JoC-. C 0111
/
ONLY if different.
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
)
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
SE~ION 00300 - PROPOSAL PACKA~
VENDOR NAME: \TP OCi.L!f5011s~c.
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME: ,/VI/, .
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
D Insurance Certificate as requested is attached
~ I certify that I can supply insurance as specified if awarded the bid
D Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
AUTHORIZED SIGNAT
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
,
)
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opemng.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of illy firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other fIrm or person, or offered, promised or paid cash or anything
of value to any fIrm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project. )
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of "
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid under the penalties of perjury, affirms the truth thereof.
SWORN TO BEFORE ME THIS
c: ~
Type Name & Company Positi
/. -." ..5O,x.I.t ~(_
fCi~
zrf) h
, -
r
Date Signed
// .;2 71 ~l b't
Federal LD. Number
NOTAl Y BUC
FRANK DELLISANTl
RY PUBLIC, STATE OF NEW YORK
NO. 4790404
QUALIFIeD IN SUFFOLK COU"~ C>
t')MMtSSION eXPIRES JAN. 31. 20 -
00300 Proposal Package 6 of 14
SEllON 00300 - PROPOSAL PACKA~
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME:
err: a~-( ~fJ5~(;
gg,4 640bK IJve-
O€eAA~/c NY/17(JC}
-
AS;yoY3 b FAX: :l5Yo66~
VENDOR ADDRESS:
TELEPHONE NUMBER:
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
/
:J-
)
:7
Dated
0pjl
zA;(:
ZAft?
Z';;1ft,;
Addendum No.
00300 Proposal Package 7 of 14
SITION 00300 - PROPOSAL PACKAI
Proiect ReQuirementsl Bidding Guidelines
}
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
)
1. Demolition - Area "A"
1. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,.
compacted earth, and existing fencing located within Area "A" and as shown on the
Contract Drawings and approved by the Enliineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
SEllON 00300 - PROPOSAL PACKA.
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,.
Approaches, Walls, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed'Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
St.-ION 00300 - PROPOSAL P ACKAI
Site Work - Area "A"
j
3.
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer. .
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA" A" BID:
Dollars
Cents
WRITTEN IN WORDS
)
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 1 0 of 14
SEllON 00300 - PROPOSAL PACKA~
5. General Buildinl! Construction
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, compaction, sub-base
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
GENERAL BillLDING CONSTRUCTION BID:
Dollars
Cents
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
.'
SITION 00300 - PROPOSAL PACKAI
CONTRACT "B" ( H V A C )
j
Please refer to the Scope of Work provided on Drawing MI outlining the contractor's
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "C" (Plumbin!!:)
)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
SEt-ION 00300 - PROPOSAL PACKAG'
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing El outlining the contractor's specific
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation oflight fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
~ 7/ 01JrJ !Z!
,
--7/ Dollars .-r7 Cents
/ n-<tFefi,,,,cI,..t./Se.!/t/l!y ON~ -/~O'Hrl_" tJol.t"I1.-<
WRITTEN IN WORDS
6-<..,./
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPl outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
SITlON 00300 - PROPOSAL PACKAI
OPTIONAL ITEMS:
)
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of South old will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A912)
$
2. EXTERIOR PROTECTIVE COATING ON
UNfINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule AlOI and elevations on A201)
$
3 INTERIOR PROTECTIVE COATING ON
UNfINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOI).
$
$
AL TERNA TE ITEMS:
)
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
. COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMP ACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule AIOI
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
00300 Proposal Package 14 ofl4
30/01 '06 MON 14:55 FAX 631 765 6145
, . .
SOUTHOLD TOWN CLERK
.
141002
RECEIVED
ADDENDUM # 1 JAM 30 mi
Issued January 30. 2006
ID;,OUCTION ADDENj)UM Southold Town Cled
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME: .-:..-.1. '/' O~;"""'~...1 ~
VENDOR ADDRESS: ..... '8' 8;1_~~()r) t I1v~ ~_n
L/cc/C &.i /I//' //7;1.1
TELEPHONE NUMBER: ;;:< S-Y (} Y3..t FAX: ;ZSY 1>6 {, if
DEDUCTION ADDENDUM:
The electrical requiromOlll.> for the Southold Animal Shdlor will bc bid in its entirety as a sioglc bid price.
The following are alternate bid items as seen on dmwing. B-2 within the construction documents. Please
provide separate lump SWD bids subtracting from the cumulative bid price for each it...>ro. The ToWll of
Southold win dceide final inclusion or nol in the contract
ITEM
COST ESTIMATE
135 KW Electric Generator, 208/12QV,
3 phase, 4 wire with 400 AMP breaker
and automatic transfer switch assembly
(Generac SG0135-G36133N18CPYEC
or equivalent)
Deduct;
$ 6' ~ ()7Jt> ~
5/1<f)t fl.<~'( {T,Oi.{Sl1ni a~.({
Kennel Visual Communications System
Deduct:
3 '!!<'
$_L?,PJ:L:::O:""QQ. 7Z"!;h1d M.
AUTHORIZED SIG!;};TURE
PRINT NAME /I1J '-Me/;
TITLE ~e,J
JJ;yj(
DATE
SE~ION 00300 - PROPOSAL P ACKAII
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Deduct:
$
Add:
$
AUTHORIZED SIGNATURE
PRINT NAME /c
TITLE ~~ s
;;2.h hI
DATE
ACKNOWLEDGMENT
ST ATE OF NEW YORK, COUNTY OF SUFFOLK:
in the year 2006 before me, the undersigned, personally
~I'%onally known to me or proved to me on the basis
of satisfactory evidence to be individualW whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
FRANK DELLtSANTI
i~OTARY PUBLIC. STATE OF NEW YORi\.
1'10.4790404
QUALIFlEO IN SUFFOLK COUNTY 10
~OMMI8eION EXPIRES JAN. 31. 20..1_
--..
00300 Proposal Package 15 of 14
SECTION 0.1 - BIDDER'S OUALIFICATION STAIMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to in gatories hereinafter made.
SUBMITTED BY: I c_ ',Ifct.t1/)
FIRM NAME: .:rr: O~1 -' ~J~(
PRINCIPAL OFFICE~ k ~
~. . d't?(). '1/'<-
.o[O",,~ ~r<? * /1/)" /J 7-:7.9
,
~~rporation
A Partnership or Entity
An Individual
PRINCIPAL OFFICERS:
BACKGROUND
lllLE NAME ADDRESS PROFESSION/TRADE
J:;s .:l)',~ t),,1'1 0 Xf'f);,;'(~~sEkG/;,I(~
ft."" Je,h/lI}.J'1!11 I / J
5<~j ~~7~tLL?fV) ~
. c~,a~
1. How many years haS your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces? 2%-%
List trades that you organization normally performs below:
Ek.-,/-.-<I <'/., ,,;
3. Have you ever failed to complete any work awarded to you? ~f so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
,0"0
00310
SECTION 1.0 - BIDDER'S OUALIFICATlON STtEMENT
5. Has YOW' firm requested arbitration or f1!ed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
/V/11
6. List the major construction projects your organization has underway at this date:
Project
Name
Name of:
Owner
Telephone #
Engineer/
Architect
Telephone #
Contract
Amount
Percent
Complete
Scheduled
Comoletion
See.- /J JI
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Telephone # Telephone# Amount Completion % of Work
Project
Name
5ee#
00310
."
)
)
"
!
'.
SECTION 010 - BIDDER'S OUALIFICATION STAIMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present
Position
Of Office
In What
Capacity
Type of Work
For Wlrich
Responsible
Years of
Experience
56E/lf)
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? .
flJ0
10. Bank References:
R~ I 0J4-.jc 19'4<v~ 0-1 tfp.t/-iG"1
II. Trade Association Membership:
/l4~c.-4
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation? N c>
00310
SECTION 110 - BIDDER'S OUALIFICATION ST~MENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and maY)jesult in rejection of the Bidder's Proposal.
U;ao/-tc>,;,.., 8i,)
STATE OF NEW YORK
COUNTY OF SUFFOLK
~-JA~t
Sworn to before me this
NOTARY :~~~~ ~;A'-::'SANTl
NO'47 EOFNEWYORK
, QUALlF/eo lH'SU~
,OMMISSION EXPIRES JA" COUNTY:./.. 0
"'..31,20
-
N day offr}L, 2001,
&t-l~ -
Notary Public
Commission Expira
00310
."
."
)
)
SEC.lN 00325 - CONTRACT AGREEAT
(--
\ )
CONTRACT AGREEMENT
THIS AGREEMENT made this day of AD Two Thousand
and Six by and between the Town of Southold, party of the first part (hereinafter called
the Owner), and , party of the
second part (hereinafter called Contractor).
WITNESSETH: That for and in consideration of the premises and the agreements herein
contained, and the payments herein provided to be made, the parties hereto agree as
follows:
FIRST: The Contractor shall perform all labor, and fumish all the materials, equipment,
tools, and implements and will well and faithfully perform and complete the entire work
of constructing the
SOUTHOLD TOWN ANIMAL SHELTER
l)
AS DESCRIBED IN THE Contract Documents made and prepared by the Town of
Southold, Design Learned, Inc., Studio a!b and Isla Engineering and as set forth in the
Contractor's Bid dated prior to or on Thursday, February 16th 2006, 10 AM, and in strict
and entire conformity and in accordance with the Notice to Bidders, Instructions to
Bidders, Proposal Form (Bid), Performance Bond, Conditions of Contract, General
Conditions, Detailed Specifications, Contract Drawings, Addenda, and this Agreement,
hereto annexed and made a part hereof, and hereinafter collectively referred to as
"Contract Documents".
SECOND: In Consideration of the Contractor performing this Contract in the manner
herein stated and as stated in the Contract Documents, the Owner promises and agrees to
payor cause to be paid to the Contractor the sums of money mentioned in said Contract
Documents in the manner and under the conditions therein provided.
THIRD: The Contractor covenants and agrees that, anything in this Contract or in the
Contract Documents to be contrary notwithstanding, or regardless of any matter, thing,
contingency of condition unforeseen or otherwise, present or future, the Contractor shall
not be entitled to receive any additional or further sums of money than the amounts in
said Contract Documents provided; and the failure of the Owner or its agents to insist
upon strict performance of any of the temls, covenants, agreements, provisions or
conditions in this Agreement or in the Contract Documents, on anyone or more
instances, shall not be construed as a waiver or relinquishment for the future of any such
terms, covenants, agreements, provisions and conditions and the same shall be and
remain in full force and effect with power and authority on the part of the Owner to
enforce the same or cause the same to be enforced at any time, without prejudice to any
other rights which the Owner may have against the Contactor under this Agreement or
the Contract Documents.
00325
_nON 00350 - QUESTION PAGE.
ALL QUESTIONS PERTAINING TO THIS SOLICITATION
MUST BE SUBMITTED IN WRITING.
(Please use this form and fax to 860-204-0419 to the attention of John T. Burgess,
Staff Engineer, Design Learned, Inc. We will respond as soon as possible.)
Date:
Company Name:
Contact Name:
Fax No.:
Telephone No.:
00350
.
.
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
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Ralph Persaud
Ravco Construction Inc
3239 Route 112
Suite 3, Bldg 8
Medford, NY 11763
Dear Mr. Persaud:
The Southold Town Board, at its reg1.l.lar meeting of March 28, 2006
rej ected any and all bids for the constrrictionof the Animal Shelter. A certified
copy of the resolution isenciose<l,.Also,returned herewith is the bid bond you
submitted with this year's bid. Thank you fofsuhmitting your bid.
Very trrily yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
.
.
.
BID BOND
Conforms with The American Institute of
Architects, A.I.A. Document No. A-31 0
KNOW ALL BY THESE PRESENTS, That we, Ravco Construction Inc
3239 Route 112. Ste 3. Bide. 8. Medford. New York 11763
as Principal, hereinafter called the Principal,
and the The Hanover Insurance Company
of 100 North Parkway, Worcester, MA 01605
, a corporation duly organized under
the laws of the State of New Hampshire
, as Surety, hereinafter called the Surety, are held and firmly bound unto
Town of Southold
53095 Main Road, Southold, New York 11971
as Obligee, hereinafter called the Obligee,
in the sum of 5% of amount bid - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - -
Dollars ($ 5% of amount bid ) ,for the payment of which sum well and truly to be made, the said Principal and the said
Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, f1rmly by these presents.
WHEREAS, the Principal has submitted a bid for New Single Story Building, Site Work at Animal Shelter
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal sball enter into a Contract with the Obligee
in accordance with the tenns of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
Principal sball 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.
Witness
{
2006
day of
(Seal)
Principal
Title
~~'1(lSD~
Witness
The h1anove
{
~
Attorney-in-Fact
S-00541GEEF 12/00
FRP
.
.
Individual Acknowledgment
State of
County of
On this day of .19_, before me personally came
to me known, and known to me
to be the individual in and who executed the foregoing instrument, and acknowledged to me that he/she
executed the same.
My commission expires
Notary Public
Corporation Acknowledgment
State of ~~ ( ({L
County of Pl~U
On the ---1L day of ~tl1e year 2006 before me personally came ~J
to me known; who being by e d}.lly sworn, did depose and say that
he/she/they.\reside(S) in ' IL that he/she/they is (are) the
(} (e~ -er} 0 e - \l :>. cOrporation described in and which
exe~uted the above instrument; that he/she/they know(s) the seal of said corporation; that the seal
affixed to said instrument is such corporate seal; that it was so affixed b}' authority e board of
directors of said corporation, and that h.fAm.E[}/.~J!!M~~~d his/her/their n e(s) t ret . e authority.
Notary Public, State of NewYorlc
No.01LA6076587
-------..-......-------------..------..---------.~~l!!~~~~~~---..---..-..---- - .....---..----
Surety Acknowledgment
State of New York
County of Nassau
On the 14 day _of February 2006 personally came Tara Laverdiere to me known, who being
by me duly sworn did depose and say that he/she is an Attorney-in-Fact of The Hanover Insurance
Companv in and which executed the above Instrument know(s) the corporate seal of said corporation;
that the seal affixed to the within instrument is such corporate seal, and that he/she/they signed the said
instrument and affixed the said seal as Attorney-in-fact by authority of the Board of Directors of said
corporation and by authority of this office under the standing resolution thereof.
M ... DENESE THOMPSON
Y commission expires NQlar-y PHsl! SI I r
c, a 0 u New York
No. 01TH46~
. . Qualified in N n
CommiSSion Expires ~ 1;-:r-
~~~
Notary ublic
Ce
This Power of Attome ma
ust 1, 2008
Copy Void Without Allmerica Financial W
t be used to execute an bond with an in
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COPY
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA. a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint
Anthony J. Panna, Philip Samuels, Denese Thompson, Tara Laverdiere, Kim Spinello, Louis J. Spina, Frank Abbatiello
Anthony M. Spina, Jaclyn Aponte and/or Nicole Gruter
of Garden City, NY and each is a true and lawful Attorney(s)-in-fael to sign, execute. seal. acknowledge and deliver for. and on its behaW,
and as its ael and deed any place within the United States, or. if the following line be filled in, only within the area therein designated
any and all bonds. recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
Any such obligations in the United States, not to exceed Ten Million and No/l00 ($10,000,000) in any single instance
and said companies hereby ratify and confinn all and whatsoever said Allomey(s)-in-fael may lawfully do in the premises by virtue of these presents.
These appoinbnents are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect
"RESOLVED. That the President or any Vice President, in conjunction with any Assistant Vice PresldenL be and they are hereby
authorized and empowered to appoint Attorneys-in-fact of the Company, in its name and as its acts. to execute and acknowiedge for
and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings
Obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such
Altomeys~n-fael shall be as binding upon the Company as W they had been duly executed and acknowiedged by the regularly elected
officers of the Company in their own proper persons." (Adopted October 7,1981 - The Hanover Insurance Company; Adopted April 14,
1982 - Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals, duly aUested by a Vice
President and an Assistant Vice President, this 22nd day of August, 2005.
THE HANOVER INSURANCE COMPANY
U""'.&CMI'SETTS BAY INSURANCE COMPANY
cmz&NS INSURANCE COMPANY OF AMERICA
~~
RIchIfd M. Van ~urgh. VIet PNIIdenI
~
Paul ... CUIMt. A8ItUInI'VIl>> PNeIlIenI
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER ) ss.
On this 22nd day of August 2005, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance
Company. Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and
officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance
Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and
their signatures as officers were duly affixed and subsaibed to said instrument by the authority and direction of said Corporations.
~~..h~ 0.. ::>!/m//M
Notaty Public
My commission expires on November 3, 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America. hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attomey issued by said
Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.
(@ ---
--
--
....~...Nlrl._
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED, That any and all Powers of Altomey and Certified Copies of such Powers of Attomey and certification in respect thereto,
granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall
be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such
signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 -
Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America)
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 14 day of Feprua ry ,20 0.6
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
~\j tv~
Charles T Wells, Ass;stant Vice President
Certified Copy Void Without Allmerica Financial Watermark
:~
.
.
Financial Statement
ALLMERICA FINANCIAL'"
HANOVER INSURANCE'" The Hanover Insurance Company
440 Lincoln Street
Worcester, MA 016S3
The Hanover Insurance Company
Bedford, New Hampshire
111-0193 (3/05)
FINANCIAL STATEMENT AS OF DECEMBER 31, 2004
ASSETS 1!!!M
Cash in Banks (Including Short-Term Investments) ................................................ $ (12,004,929)
Bonds and Stocks.................................................................................................. 2,709,713,325
Other Admitted Assets .......................................................................................... 750,851,089
Total Admitted Assets ........................................................................ 3,448,559,485
LIABILITIES, CAPITAL AND SURPLUS
Reserve for Unearned Premiums........................................................................... $ 650,770,693
Reserve for Loss and Loss Expense........................................................................ 1,473,942,273
Reserve for Taxes .................................................................................................. 18,636,548
Funds held under reinsurance treaties................................................................... 17,004,751
Reserve for all other Liabilities .............................................................................. 189,393,687
Capital Stock - $1.00 par ......................................... $ 5,000,000
Net Surplus ............................................................ 1,093,811,533
Pol icyholders' Surplus............................................ ................................ ......... ......
Total Liabilities, Capital and Surplus .....................................................................
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF WORCESTER
} 5.5.:
1,098,811,533
3,448,559,485
John R. Larson, Asst. Treasurer of The Hanover Insurance Company, being duly sworn deposes and says that he is
the above described officer of said Company, and certifies that the foregoing statement is a true statement of the
condition and affairs of the said Company on December 31 f 2004.
JOHN R. LARSON
Asst. Treasurer
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME: RAVCO CONSTRUCTION INC
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. X PARTNERSHIP
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED:
INDIVIDUAL
If a non-publicly owned Corporation:
CORPORA nON NAME:
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
RALPH PERSAUD
DAN HOSSEIN
CHIRAJ PATEL
PRRSTnRIIT'I'
V.P/Contract Admin.
CHRISTEN PERSAUD
Estimating
V.P. Corporate Affairs
JASON PERSAUD
PROJECT Coordinator
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
.1
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME: ----.R.. A '\J c.. 0 CON\: 'ltl..v r "To 10 :GN c
ADDRESS: ~ 2.. ~ 9 Rx. \ 12. I 1, Lll Cr. ~. ~-3
1""1 e '\) r-o R.,.j) (10'1 I If 6 ~
CONTACT: R.-A L PH
TELEPHONE: ~ 1 31. 53 0 \7 FAX: 6 3 \1 3 2..5"4 L, ~
E-MAIL:
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
)
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 ProposalPackage 4 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME: RAVCO CONSTRUCTION INC
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
o I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
~~TURE
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
l
J
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opemng.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of illy firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to )
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties of peljury, affirms the truth thereof.
~--"" f" A I SWORN To BEFORE ME THIS
t{l;t:~ Nmm D""
Type Na e & Company Position
.20_
RAVCO CONSTRUCTION INC
Company N~ II ~ ,
Date Signed /
11-3483266
NOTARY PUBLIC
Federal to. Number
00300 Proposal Package 6 of 14
I
. .
SECTION 00300 - PROPOSAL PACKAGE
,
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME: RAVCO CONSTRUCTION INC
VENDOR ADDRESS: Bldq # 8. 3239 Rout.. 11:!. !;t.. 1
Medford, New York 11763
TELEPHONE NUMBER: 631-732-5300 FAX: 631-732-5444
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTH OLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/ A below):
Addendum No. Dated
1 1/30/06
2 :!/:!/OF.
3 2/2/06
4 2/13/06
00300 Proposal Package 7 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
Project ReQuirementsl BiddinQ Guidelines
,
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
)
1. Demolition - Area "A"
I. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,'
compacted earth, and existing fencing located within Area "A" and as shown on the
Contract Drawings and approved by the Eniineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "A" BID:
$10,5"00'00
fPIE MUN"i>E'f\'I>
Cents
ON'-"'j.
-.IfN fHOU$"NIj)
Dollars
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
SEf!tION 00300 - PROPOSAL P ACKA'
"
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed'Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
N/A
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
s'nON 00300 - PR~POSAL P ACKAI
3. Site Work - Area "A"
I. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer.
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "A" BID: f 15~)S'DO' 00
ONe KVN1)~Ao h::p-'J hG-HTlliOl)J^rh/t) A,- F:r:Vb HVN~itE-O -.
Dollars Cents
WRITTEN IN WORDS
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:...f 45,000.0-0
JO~T'I F!'\{~ "fHOU>Ai'K). O~._
Dollars Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
5. General Buildinl! Construction
.
1.
Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
All costs associated with stake-out, excavation, grading, compaction, sub-base.
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
2.
/!;.(J
~
GENERAL BillLDING CONSTRUCTION BID: .:p 2- /552. )000- 00
~\.'i6-.H'J,,'1)ItC-j) ~fZtiQO-THO\.J~AtJj) .O"'~
Dollars Cents e. f
--
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"): 1> 2 14 I QQO'OO
T~o HLJN'DU-D foVI<..JT€€N lI-lo.sArJO.
Dollars Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
slTION 00300 - PROPOSAL PACKAt
CONTRACT "B" ( H V A C )
,
Please refer to the Scope of Work provided on Drawing MI outlining the contractor's
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
andlor as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B");
'N,~
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "c" (Plumbin{!)
)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the proj ect.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications andlor as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"):
Dollars
~
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
SECTION 001 - BIDDER'S OUALIFICATION STAtMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interro atories hereinafter made.
SUBMfITED BY:
C tM.J;.rC
A Corporation
A Partnership or Entity
An Individual
FIRM NAME:
PRINCIPAL OFFICE:
32~ CJ LT 1/2..,'OI:DC(-. t I STE .3.
trI f2; 'D Fe \Up \ 1'1 UlJ 63
PRINCIPAL OFFICERS:
TITLE
NAME
ADDRESS
BACKGROUND
PROFESSIONfTRADE
I. How many years has your organization been in business under its present business name?
\ '2. 'j I2.Qi'.5
2. You normally perform what percent of the work with your own forces? ~ %
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? _' If so, note where and
why.
NO
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
NO
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
5. Has your fIrm requested arbitration or flied any lawsuits with regard to construction
contracts within the last fIve years? If yes, please provide details.
I
NO
.'.1,
6. List the major construction projects your organization has underway at thiiidate:
P'.' " I o. r ''>',''.-,l_
Name of: Engineer/
Proj ect Owner Architect Contract Percent Scheduled
Name Telephone # Teleohone # Amount Comolete Comoletion
SI!lI!l ATTAeHIU)
Proj ect
Name
7. List fIve major projects you organization has completed in the past fIve years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Telephone # Teleohone# Amount Comoletion % of Work
)
SEE ATTACHED
00310
.
.
RA VCO CONSTRUCTION INC..
Pg. I
G.C. PROJECTS (W.I.P / RECENTLY COMPLETED)
Southold Fire House, Southold NY (W.I.P)
Northeast Well # 4A, Freeport NY (COMPLETED)
Skilled Nursing Facility, Yaphank N.Y. (COMPLETED)
Campground Structure Improvements S.C.D.P.W.
State Bank ofLong Island (COMPLETED)
Calhoun High School Library (COMPLETED)
Sewanhaka Central High School (COMPLETED)
South Brookhaven H.C
S.C.D.P.W
Hempstead Well #2
W.I.P
East Islip Public Library
W.I.P
$1,330,400.00
$ 142,600.00
$ 457,000.00
$ 234,000.00
$ 45,000.00
$ 179,000.00
$ 235,750.00
$ 159,000.00
$ 334,000.00
$ 235,000.00
Campgrounds / Southaven Park SCDPW $ 234,000.00
South Brookhaven H.C (COMPLETED) $ 157,500.00
John F. Kennedy H.S(COMPLETED) Bellmore/Merrick $ 55,000.00
Building # 50
SCDPW
$ 82,225.00
.
.
RA veo CONSTRUCTION INC.
Pg.2 ..
.
COMPLETED G.c. PROJECTS
Mario's Pizzeria
Nick Spanos (631) 266.5770
17 Vanderbuilt Parkway, Commack, NY 11725
South Side Fire House
Eugene Ginniger (516) 489.3400 ext 270
Village of Hempstead, Dept. of Public Works
Ronkonkoma Fire District
Martin Sendleswski, Architect (631) 727-5352
Ronkonkoma, N. Y.
Superior Millwork Industries
Dave (954) 390-7474
New Construction 7500 SF Manufacturing Facility
830 N 40th Court, Oakland Park
Imbert Horse Barn
Ron Hanna, Architect (631) 376-0784
399 Farmingdale Rd., W. Babylon
State Bank of Long Island
Ray Wagner (631) 425.0370
580 E. Jericho Turnpike, Huntington, NY
D N L Fulton Corp
Dimitry Yakubaev (201) 909-5199
W 130 Route 4 East, Paramus, NJ
$420,000.00
$29,000.00
$105,000.00
$937,500.00
$200,000.00
$298,000.00
$169,000.00
.
.
.
RA vca CONSTRUCTION INC.
Pg.3
Hallmark Store, Broadway Mall, Hicksville
Joseph J. Scarpulla Architect (631) 673-8078
251 Main Street, Huntington, NY
Dan Par Industries Inc.
Danny (516) 378-4400
107 E Sunrise Highway, Freeport, NY
Department of Public Works
H. Lee Dennison Daycare
Jay Abbott D.P.W. (631) 852-4242
Beatty, Harvey & Associates
Jim Ingenito Architect (631) 208-9655
South Bay Junior Academy
Ricardo Campos Architect (631) 893-1875
136 Fire Island Avenue
West Babylon, NY
$ 68,000.00
$150,000.00
$462,000.00
$214,000.00
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present
Position
Of Office
Years of
Experience
Type of Work
For Which
Responsible
In What
Capacity
RALPH PERSAUD
DANNY HOSSEIN
CHIRAJ PATEL
PRESIDENT 6, Yrs Contractor 12Yrs G.C
V.P./Contract Admin 5yrs, Med to Heavy Conslt'PUel:ldn
3 Years in House and Field
CHRISTENA PERSAUD
V.P. Corporate Affairs 8yrs office Manager
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
YES
10. Bank References:
State Bank Of Long Island.
II. Trade Association Membership:
*e~gr~~8~~ctH~AlIFroducts,
'i-
A. Liss & Co
l~
Inc J N.A
Dan Par Industries, Inc
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
NO
00310
SECTION ~O - BIDDER'S OUALIFICATION STtEMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection oftbe Bidder's Proposal.
)
STATE OF NEW YORK
COUNTY OF SUFFOLK
~~ ;?,er74-ud. &- beint,duly sworn deposes and says that h. e is
the " ~ of . VCo . DJ.f#,lr:hlJlA. contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
of person who signed bid)
( .
Sworn to before me this
l1~ day Of~, 2004
t\W
Notary Public, Stata of New York
No. 02GOli078178
Quatified in Suffolk CoIll1~ ."
C"mmisBlon EllJ>ires May 19, 'lVA..lo
Notary Public
Commission Expiration Date: 5tlftl0"l
00310
. .
SECTION 00300 - PROPOSAL PACKAGE
.. CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing E1 outlining the contractor's specific
responsibilities for this portion ofthe project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation oflight fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Dollars
fJ/A
Cents
WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPI outlining the contractor's
specific responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of!4
sInON 00300 - PROPOSAL P ACKAI
"
OPTIONAL ITEMS:
I
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A912)
$31000.0.0
NrY'le.. THOVSAJoJ1)
2. EXTERIOR PROTECTIVE COATING ON
UNFINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule AIOI and elevations on A201)
$ 26,000,00
T w~n'~ (i-/..J r hQUA> ~
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
$3i.OO'OO
Il'\'fee.. T""u,3Cnnu>lO-rvt.. HLt."'''' yeel
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOI).
$ 2g'I~OO, 00
'IWU'"l1:l t r, M:: 'f1.,~ a.M..l ,
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
)
ITEM
COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMP ACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$ 151000.00
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$-9,000.00
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule AlOI
Add:
$ 151 00'0,00
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$ !2,.,OOO'OO
00300 Proposal Package 14 ofl4
. .
SECTION 00300 - PROPOSAL PACKAGE
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
Deduct:
$ <bOO. Ov
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Add:
$35.000.00
AUTHORIZED SIGNATURE
~~Liw l::-~.dUl>.
1~51c1uNr
)f;f6
PRINT NAME
TITLE
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the t ~Jb day of in the year 2006 before me, the undersigned, personally
appeared, 'J./ c h , personally known to me or proved to me on the basis
of satisfactory e ldence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in hislher/their capacity(ies),
and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
J J alel
o ..,.Publlc. tate of New York
No. 02G0607$173
Quelllted III Suffolk CoUlltJ_
OOlDllllllloll Illzpirea !Ie,. 19, IMlW
00300 Proposal Package 15 of 14
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
.
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REOUESTED
Nicolaus Feldman
Eldor Contracting Corp.
1703 Church Street
Holbrook, NY 11741
Dear Mr. Feldman:
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
The Southold Town Boar9,at its regt!lar meeting 28, 2006
rejected any and all bids for the constl'uction oifthe Animal A certified
copy of the resolution is enclosed. Also, reltwfied herewith is the bid bond you
submitted with this year's bid, 'I'l:J.ank you for submitting your bid.
Ene.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
. ,-
. . THE AMERI~N INSTITUTE OF AR~ITECTS
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT lIVE Eldor Contractina COrD.
1703 Church Street, Holbrook, NY 11741
as Principal, hereinafter called the Principal, and Federal Insurance Comoanv
15 Mountain View Road/Mail Code (3 MV 3-10), Warren, NJ 07059
a corporation duly organized under the laws of the State of IN
as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold
53095 Main Road, Southold, NY
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid
Dollars ($ 5% ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
IfIIHEREAS, the Principal has submitted a bid for Southold Town Animal Shelter, Peconic Lane, Peconic, NY -
Contract D - Electrical
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penatty 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
16th
day of
February
-1.~
;;
(50./)
(TWo)
(50./)
(Tiffo)
AlA DOCUMENT A310 . BID BOND. AlA. FEBRUARY 1970 ED. . TIlE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006
,
.
.
ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION
STATE OF New York ,)
COUNTY OFSJI<~W<;)
ON THE 16th DAY OF Februarv 2006, BEFORE ME PERSONALLY CAME
Nicolaus Feldmann TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE
AND SAY THAT (S)HE RESIDES ATWesthampton Beach, NY 1197~ THAT (S)HE IS THE
President OF Eldor Contractlna CorD. THE CORPORATION
DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED
HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID
C~::~:~:~~;~~f~~WYOrk /;., /. ' r~~
No.01BR6012975 ~U-----
Quaii/iad in Suffolk County Notary Public
"iY Commission Expires September 8, 2006
ACKNOWLEDGEMENT OF SURETY
STATE OF NEW YORK,)
COUNTY OF NASSAU,)
ON THE 16th DAY OF Februarv 2006, BEFORE ME PERSONALLY CAME Fern Perry TO ME
KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT
Unlondale. NY THAT (S)HE IS THE ATTORNEY-IN-FACT OF Federal Insurance ComDanv of
America 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.
BEVERLY A. WOOLFORD
Notary Public, State 01 New York
No.01W06132857
Qualified In Queena CountY ~
CommIssion Expires Auguet 29, 20,-
"".
~
Chubb
Surety
ptLR
OF
ATTORNEY
Federal Insurance Com"-
Vigilant Insurance Company
Pacific Indemnity Company
Attn: Surety Department
16 Mountain Y\8W Road
Warren, NJ 07069
ClRI"lIrIXl
Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE
COMPANY, a N_ York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and
appoint George O. BreNSler, Theresa J. Foley, Gloria Loyd, William A Marino, Fred Nicholson, Fem Perry, David W. Rosehill,
Nancy Schnee, Vincent A Walsh and David A Goldstein of Jericho, N_ York, Joseph J. Mark, Sara Mamrak, Anthony J. DeMartino
and John P. Hyland of Somerville, N_ Jersey
-. ..!heir true and IawIuI AIll>rnoy-I.. Fact to""""" under _ dosIgnaIion in tI1eIr...... and to alIIx their COfJlO'lII8 ..... to and _ "" and ... !heir _..
BIHIy_...-. _.... _kings.... _wrilingsolJllgaloryinthe_..._(_1hen boll_I g_...~ In theCOUf1l8 o/busineso, ....
..,,~8III8IIding..._ngthe......,.............tothe_..._0/..,,1__toinll8icl_...oIlligaIIono.
In __ _, _ FEDERAL IN8lIRANCE COI//PfIY' VIGILANT INSURANCE COMPANY, and PACIfIC INDEMNITY COI//PANY - -. ~....-
_ pI8ll8fIIo and _!heir corporaIe..... on Ihlo 6 day 0/ December, 2006
~~~L~.~
_ C. Wendel, _ SeoI8Iary
~ P L~c::2=J
John . Smith, VIce~
STATE OF NEW JERSEY
Caunlyo/Somenlel
Ih
On IhIo 6 day 0/ December, 2006 _ me, a Notary Pubic 0/ Now JenIey, penonaJIy came _ c. Wendel, to me
....... to be _ Sac:r-, 0/ FEIlERAL INSURANCE CCIIi'ANY. VlGIUWT INSURANCE OOII6'ANY, .... PACIfIC INDBNTY OOII6'ANY, the _!eo_
~ the IaregoIng _ 0/ Altomey. and the _ _ C. Wendel, being IJf me duly -.n, cId dapaee ... ear thai he 10 _ Sac:r-, 0/ FEDERAL
INSURANCE OOII6'ANY. VIGIlANT INSURANCE CCIIi'ANY. and PACIFIC INDEloNTY CCIIi'ANY and ...... the corporaIe .- _. thai tho .- - 10 tho
IaregoIng _ 0/ Altomey .... _ corporaIe.- ... __ _ _ IJf auIhoriIy 0/ tho a,. L.-. 0/ II8icI CompanIao; and thai he lIfgnod _ _ 0/ Altomey..
-.. SecruIaIy 0/ _ CompallioslJf U" auIharIIy; and thai he 10 acqual_ wlIh T. W. Cavanaugh, and ...... him to be VIce _ 0/ II8icI CampanIeo; and thai tho
sIgnaIure 0/ T. W. Cavanaugh, subocribad to _ _ 0/ Altomey 10 In tho genuine handwriting 0/ T. W. Cavanaugh, and.... _ _bad IJf auIhoriIy 0/ II8icI a,.
. L.-. and in .........
OER"
~ 'l-9;-"~\
lU ~ ,,~,>-,.
l7\ ~ t:: -..; tiLl
g;:;;:'~'I>i,- ~.
>t N~~
...
KAREN A. EDER
Notary Public, Slate 't.~ Jersey
. . No. 2~31 Oct. 28, 2009
CommISsion Expt*
1(jJvw.1c!r/J/(
NoI8fy PubIc
CERTIFICATION
~ from the a,. L.-. 0/ FEDERAL INSURANCE OOII6'ANY, VlGIUWT INSURANCE CCIIi'ANY, and PACIFIC INllEM'lITY OOII6'ANY:
"AD powano 0/ _ f...... on _ 0/ tho Company may and shaD be ~ In the name and... _ o/the Company, _lJfthe ChoInnan...the
_... a VIce _... an _ VIce -. jalnIIy wlIh the SeoI8Iary...... _ Sac:r-,. undar!helr ~ daoIg-.o. Tho
aig........ 0/ _ oftIcano may be engraved. pri_ ...Iilhognlphod. Tho~... 0/ -. 0/ the _ng oIIIcanl: Cl1airn1lOI. -. any VIce -.
any _VIce -. any SeoI8Iary. any _ SecrNIy and the_ o/tho Company maybe _1Jf_nilelo any powaro/ -...,...10 any
...-.-... _ appointing _ Sec.-Jes... ~ In- Fact "" _ only 0/ _ng and aIIeoIing _ and undertaJdngoI and_
writings olJIlgatooy In tho naIu... _, and any such powar 0/ atIomoy ... cartiflcate bewlng _ _mile ~ ... _ _ - be valid ...
binding upon the Campa", and a", _ powar so ~ and cartiIIed IJf __mile aigIIlIIuI8 .... _mile seal shaI be mid ... binding ""'"' the
Companywith I80PacI to a", bond... underlaldng to_IIo_."
I. Kenneth C. Wendel. -.. SeoI8Iary 0/ FEDERAL INSURANCE CONPANY, VlGIUWT INSURANCE CCIIi'ANY,.... PACIFIC ItlIlEM<lTY OOII6'ANY
(the "Companlaa") cIo hanoby cer1lfy thai
(i) the foregoing _ 0/ tho By- Laws o/the Companiaa 10 true and correct.
(ii) the Companlel are duly licensed and authorized to transact surety business in aD 50 or lha United States of America and the 0fstricI or Columbia and are
aulhorfzed by the U.S. Treauy Departrnerf; further. Federaf and VIgilant are licensed in Puerto Rico and the u.s. Virgin 1sIandI, and Federal is licensed
in American Samoa. Guam. 800 each of the Provinces 01 Canada except Prince Edward Island; and
Qlij the foregoing Power 0/ AItomay is...., correct and In fuB force and effect.
Given under my hand and seals of said Companies at Warren, NJ this
d~A~j~ tf~
' Kenneth C. Wenda! See_IV
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER
MATTER, PLEASE CONTACT US AT ADORESS LISTED ABOVE, OR BY
Tole 908 903- 3493 Fax 908 903- 3656 ..maN: su chubb.com
-
FEDERAL INSURANCE COMPANY
STATEMENT OF ASSETS, LIABILITIES AND SURPLUS TO POLICYHOLDERS
ASSETS
Cash and Short Term Investments........ $
United States Government, State and
Municipal Bonds ........................................
other Bonds ..................................................
Stocks ..............................................................
Other Invested Assets ...............................
TOTAL INVESTMENTS ..........................
Investments in Affiliates:
Chubb Investment Holdings, Inc. ........
Pacific Indemnity Company...................
Executive Risk Indemnity Inc. ..............
Olubb Insurance Company of Europe..
Great Northem Insurance Company..
CC Canada Holdings Ltd. ......................
Vigilant Insurance Company..................
other Affiliates ............................................
Premiums Receivable ................................
other Assets .................................................
Statutory Basis
DECEMBER 31, 2004
On thousands of dollars)
383,074
10,946,632
2,719,905
643,464
827,529
15,520,604
1,552,797
1,151,862
585,218
676,261
254,959
263,553
119,470
292,070
1,591,736
1,120,195
TOTAL ADMrrTED ASSETS ................ $ 23,128,725
LIABILITIES
AND
SURPLUS TO POLICYHOLDERS
Outstanding Losses and Loss Expenses.... $
Unearned Premiums ......................................
Reinsurance Premiums Payable ...............
Provision for Reinsurance ............................
Other Liabifities ................................................
TOTAL LIABILrTlES ........................................
Capital Stock.....................................................
Paid - In Surplus .............................................
Unassigned Funds ..........................................
SURPLUS TO POLICyHOLDERS..........
9,939,617
3,564,397
466,431
168,509
1,225,106
15,364,060
20,980
3,106,790
4,636,895
7,764,665
TOTAL L1ABILrTlES AND SURPLUS
TO POLICyHOLDERS............................ $ 23,128,725
Investments are valued in accordance with requirements of the National Association of Insurance Commissioners.
Investments valued at $285,855 are deposiled with government authorilies as required by law.
State, County & City of New York, - ss:
Anna Maria Lovecchio Assistant Secretary of the Federal Insurance Company being
duly swom, deposes and says that the foregoing Statement of Assets, Liabililies and Surplus to Policyholders of said
Federal Insurance Company on December 31, 2004 is true and correct and is a true abstract of the Annual Statement of
said Company as filed with the Secretary of the Treasury of the United States for the 12 months ending December 31,
2004.
Subscribed and sworn to before me FE B 1 6 iJJo
this
~~
Notary Public
Form 27-10- 0071A (Rov. 5. 05)
~-
CARL SICIUANO
NOTARY PUBUC. State rA New Yorl<
No.01S15076300
Qualified In Suffolk County
Canmlsslon Expl.... April 21, 2007
.
SECTION 00300 '" PROPOSAL PACKAGE
.
ORIGINAL
')
Town of 8outhold
N~W Town afSoutb.old AUifualSll~ltet
BID()P~NS:FebrUairy'16,~006
. REMINDER NOTE!!!: '
VENDORS MUST RETURN,THISDOCUMENT
INTACT AND FILLED OUT COMPLETELY! !
) (Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
t4.~$MAPe$~fu.l bidcler after ,nyardof'Gontr~ct.) ....
"
All line items on the Proposal Form must be filled hi!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
)
00300 Proposal Package 1 of 14
"
.C'nQNQO~OO-l'RQl'QSAL PAClaJj:
.'.' . __ .~. .,., "'-" .' .,' .~ ....'.,; ,". ....... , ,,_, .... ".', d .<~.',' '," .,..'" ..'. ..~...,' '_ _" _.:' " ,
BIDDER'S CHECK LIST
"'1
"
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following fonns are not inc1u,ded at the time ofthe bid opening. .
o
o
Notarized Affidavit of Non-Collusion as required by NYS Law.
A ai.d P\iposit jn.\he amo\lJlt ofFi~eY\ln,ent p03jd :price as required in the
'j ., ....., '
lrivitation'td Bid: ' . .:,'.'.' .; " :',' " '
o
1\8 per specifications, the TOWNOFSOUTH9LD requires a current
,ipsjl!a.tI~epertifi~atf'lti:\yith:the, T9~qF~GltJrf.;JdLP ll~!~:as additional
in81.1fed, to be On file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded. .
t1,i
o
o
o
Vendor Information Sheet and Address Record Form.
Assunl.ed NOOne 'certification.
. j.,
Bidder's Qualification Statement.
"~
)
.' .' .' , .,:.,' .j ._,", :._,:i.:,-'_: -,_ _
NOTE: Please do NOT Sigh the 'Contract Agreemttnt.' it isincll.lded'ohlyfor
informational purposes, and will be signed by the successful bidder after award of
the contract.
(I .~
"
)
00300 Proposal Package 2 of 14
)
)
)
SE!ION 00300 ~P,ROP'OShL P, ACKA-G'
VENDOR NAME:
~ '
Eldor Contracting Corporation
VENDOR INFORMATION SHEET
P ARTNERSHll'
INDIVIDUAL,
TYPE OF ENTITY:CORr, X
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION: 1978
IF APPLICABLE: DATE FILED:
STATE FILED:
i i 'i'I'!
1978
New York State
If a non-publicly owned Corporation:
CORrORA TION NAME: Eldor Contracting corpodtion
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
Nicolaus Feldmann, President
"
!, -, "
Alan Lang, V.P./Sec.
'(J'
,
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
!t"
Nicolaus Feldmann
Alan Lang
President
Vice President/Sec.
:.4;';.,;.':_
J..................................................................................
If a partnership:
PARTNERSHll' NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
\
'CTION00300 - PROPOSAL PAC&E
ADDRESS RECORD' FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS: .
~ ;' { '~,;. .'1 ;', .
Eldor Contracting Corporation
1703 Church Street
Holbrook, New York 11741
CONTACT:
TELEPHONE:
E-MAIL:
Nicolaus Feldmann, President
(631l 218-0010
FA](: (631)'218~0070
j,
I!,
" ,
Q.!ibY if different.
MAIL PURCHASE ORDER TO:
ADDRESS:
'l
.':r {;....,.,...!!i'.
~-l " :
- '-'( '"
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
r'-".'l "
,
,
.>
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
. "".c.
)
00300 Proposal Package 4 of 14
)
)
. .
SECTION 00300 .,.,PROPOSAL PACKAG,E
VENDOR NAME.
Eldor Contracting Corporation
ASSUMED NAMECERTIFICA TION
10)
'If the business is conducted under an assumed name, a copy of the cer1iflcate
, required to, ,be filed ,under the New York general business law must be attached.
ASSuMED NAME:
Ifthebiddetis ah iudividual,'the bid futi~t be 'signed bYthafindIvidual; iftlie bidder is a CotPMition,
byah'officer of the 6orporation, or other persbt 'authorlzed:bY resolution (jf the bdard of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the pw;tners or
other person authori~ed by a writing signed by at least one general partner ahd submitted with the bid
or previOlisly filed with theTowhCletk. '
,;\
The submission of this cotistihitesa certification that hO T6wnOfficer has any Interest' therein.
(Note: In the event that any Town '0 (fic et lias any such interest, the full nat~re thereof should be
disclosed below. It is not forbidden'that indiViduals working for the TOWN OF SOUTHbLD or
other muniCipality bidori coritractsonly that such interest be revealed when they do bid.)
'1\
IN.5UaANCE,.STATEMENT
. . i
Bidder agrees. as [oi!ows. please mark appropriate box:
,0 Insurance Certifi,cate as requested is attached
G I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL D
)
AUTHORIZED SI
Alan Lang, V.P. Sec.
00300 Proposal Package 5 of 14
"
'CTION 00300 -PROPOSAL PAC!GE
AFFIDA VITOF NON"COLLUSION
I hereby attestthat I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this ilid or, if not, to!!t Ih!!ve.writtenauth9rization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
'.;"l;,:l;.;i
I further attest that:
1. The price(s)and amount of this bid have heen atrJved'at iildepen'deiItly;withblltiiconsllltation,
communication or agreement for the purpose of restricting competitioll;,<<ith any otl;1er ~ol}tractor,
bidder or potential bidder.
".,,~. Neither the prjce(s), np.!" tlll: anJO\Ul,t,ottlljsbi4, I:\\We ileenpisclose\\ to '!I1y OtQlltl'inn,or person
whp is a ilidder or pplcmtil\l biq"~p ,pn ,this, prQject, and wHI, not be, so. di~91j)sep prior to bid
Openmg. " ,.
3. No attempt has beenmwe oX wil\ile mafle tosQljp.ikca4sflQr inplNe, any f1!T\l \1f Person tQ refrain
from bidding on this' proj ect, or to submit a hiq,. hjgher th~ ifue. hi4 ,Of t4is fum, or any
intentionally high or non-competitive bid or other form of complementary bid.
."i, 4. The bid ofmy fjrmis ma4e in g\104.faitl:\.l\1l9,119tPllrslj~ttC\lffiy,agJ;'eement QrdisCllssionwith, or
.'J, indllcemellt froJU anyJhmQr Pers9p t?s\lbmit a CQmlllrm~.n,tarybidy .' ..'. ' .. .
'! , 5. My firm has not offtrred Qxentere4 ,int(1l\.sIlPC9~tra9t~m !!greementregardingJlw purchase of
materials or services from any Otpflr fu:m or Person/or offere4, promised or Paid ,cash ol!anything
of value to any firm or' person, whether in connection with this or any other project, in
consideration for an agreement ot promise by an. 'finn or person to refrain from bidding or to
submit a complementary bid on this project.. ,
6. My firm has not accepted or been promised an,ysubcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, \Vhether iuconnectiQll,with this or any project, in consideration for
my firm's submitting a complementary ilid, ciragreeing to do so, on this project.
7. I have made a diligent inquiry of ail members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval otsubmissionofmy firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, actor other conduct inconsistent with any of the
statements and representations made in this affidavit.
'.
..,)
id, under the penalties of perjury, affirms the truth thereof.
State of New York
County of Suffolk
SWORN TO BEFORE ME THIS
Alan Lanq, V.P./Sec.
Type Name & Company Position
Eldor Contracting Corporation
Company Name
NOTARY: 16thDA Y OF Feb. ,20.J2.6
C~c0/~
Feb. 16, 2006
Date Signed
Catherine Bromberg
Notary Public, State of New York
t.lo, 01 BR6012975
Qualified in Suffolk County
fVly Commission Expires September 8, 2006
,)
11-2466379
Federal LD. Number
00300 Proposal Package 6 of 14
SE!IQN00300 -PIWPOSALPAG~<f
)
"PRCrPQ$~L. f!(i)RM'"
TOWN OF SOUTHOL.D ANIMAL SHEL. TER
VENDOR NAME;
i:
EldqJ;: Contr<lcting Cot;pqration
'l:
VENDOR ADDRESS:
1703 Church Street
i'-f
" " ( ! " . ','
Ho+br::o~k, New York 11741
.~
TELEPHONE.NUMBER: .(63;1.) 218-00l0
.. FAX: (631) 21,8-0070
, '- - ." '.,,-.: ,'''''' (,
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
,Documents in, themanper.,prescrihed therein :~d in. saidc;ontrac.t,. lA1d \p, ,accordlll1c.e, ",ith the
requirements of the Engineer, at the pric(js.listed on the attached ~id ;!'r9posalForm, , ..
)
. . - .
If the bidder is an individual, the bid must be signed by thatll1dividUal; iftli~ bidder ls a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the boar,dof direc.torS,aJldin,s~chcasc.a C~JlY oftheres~lution must be attached;ifapartnership, by
one of the partrtersor other' persbn'auihodzedby a' WHting'~igried'by at least one geheral'paftner and
submitted with the bid documents.
The submission of this constitutes a certification that no Towil Offiber has arty interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. His notfoi'bidderi thatirtdivlduals working for the, TOWN OF SOUTHOLD or
other D!unicipalities bid on cdrttrac:ts, but only that such interest be revealed when they do bid.)
,,-'
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No, Dated ,.',":':"'
I 1-30-06 "']' )
2 1-31-06
3 2-2-06
) 4 2-13-06
00300 Proposal Package 7 of 14
.CHON 00300 -PROPOSAL PAC&E
Project Requlr~mentsl'Biddin~ Guidelines
" i:: ':'~; '}
; .,' ' ',_ , .' ,:,,r:':':.:';;<:i,,_.;,':_k,,':c:",,;~:;;, ,," .: ",.'1.,' ~",__-,:" \',;_(,i
New York law dictates that bidding by contractors for public projects' exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible' for aSsembling
individual contracts with contractors to whom the proj ect has been awardeci.
'>:_'i;
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the constructi9n site, meet all of the general reqllireme!lts, and shall comply
with all conditions set forth in the Coh'ditions of Contract and General Conditions ofthe Contract and
demobilize from the construction site upon successful completion of the project.
"',:-1,".:.;;:,' L ',.,' - .',". '! ("ji_:, '"I" !.'~t,;: (,
.;: \- " '~ n-,
"~'-:> I ;. '! \ ; :
"
NotE: ,THE TOWN' OF. SOUTHOLDRESERVESiiTHW RIGHT TO . 'INCREASE,
DECREASE; OR EUMINA.TE iN ITS ENTIRETY ANY OR'A.LL ITEMSPRIOR'TO OR
AFTER AW ABDQF THE .IUp.
;'~"_: ;; ~ .' ",';) ! i i. .'
tn
iF!
,.( ;'i
iJ ,',' :.' _' ! r ,:'" ,,":', ,:':", '. ,; ,..'/' ,'. '_ ',::' "_::-1' ~'-"" ',' _, ' :..'
QQl'lTRACT "A" (To, include all General s~te Conditions and Mobilizlttion)
, .. -'0 _ d,. c...' - ", -.- '-".. ....;' ,.:...... ,.0- ,".. <.<'.. .." :.'. "__ _", _ 0 '" ,.. ',"', '0.- ......" ", c'-.", .... ',,' ,.:,,: ';":""~'I T~~-',.""'o .. ", '._' .,., c'.,, -'.i ",,:. ,_,"0" . : _,'
-".'"
:;;-J: 'i,:):
') :;,
!1' i
..../
, L ,Demolition.~ Area "A"
'I IJ
1.
Measurement apcl Payment; T11e Contractor ~hallrePllive the Lump Sl,Im ?riPe for
Demolition and Removal of Existing Concrete Slabs, areas pf stone, cmshed glass,'
compacted earth, and existing fencing located within Area "A" and as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
2.
DEMOLITION AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
U)
)
SE~ON 00300- PROPOSAL PACKAG"
2. Demolition - Area '<'B"
1.,.. Meas\lrementandPaymyut: The Contractor shall receive the .lump sum unit price for
Detnolitiqn an4 ~emoyal of all Existing Buildings, Office Trailers, and Accessory
Structure~.as specified; and. shown on the contract drl:!wings and. approved by the
'Engineer, This item shalLinclude, but not be limited to, Footings, Foundations,
Approa<1hesj.Walls, .8labslPads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings,.as specified, and shown on the Contract
Drawings and approVed by the Engineer.
2. All costs , associated with demolition ofpavemept, miscellaneous demolition,
remo.vals, disposal fees, an labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing sMitary
System, Water Supply Wen, Miscellaneous Demolition, Removals, Disposal Fees, aU
Labor, Materials, Equipment and Incidentals necessary to satisfact(Jrily.removethe
existing Animal Shelter Featut~s necessary to complete the Proposed' Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
)
00300 Proposal Package 9 of 14
"
.CTION 00300 - PROPOSAL PAC.E
3, Site Work - Area "A"
hIli
"'I
I;
.r
1.
Measurement and Payment: The Contractor ~halrreceive thehimp' slim Unit price for
all related Site Work within the Construction Limits of Area "A" outside ofthe
BlIilding E~velope. This item shall' include bUt' not be liInited to the Installation of the
Septic System, Instiillation of the BuildingDrainage System as "indicated on the Plans,
the establishrilent of all sub"grades, providing" the necessary compaction for all lawn &
, , pavement stirfates,theinst~llatiow ofa1l'ConoreteSllrbsrSidewalks, Concrete Pavers,
Concrete Curbing,'Picket Fencing; Pliltefnbilt'ofTopsoil,'etc.ldcated within the limits
of Area" Nand,as approved by. the' Bnglneer.' . I. ,
All costs associated with theinstallatidn of alhelated site work outside of the building
envelope within the llonstruction limits oiArea "A"ahdil1cidentals necessary to
satisfactorily cOTn)il1ete'the proposed work iicCqtdin:tfto thep\aps, specifications and/or
as directed by the Engineer shall be included inthe price'bidforthis Item.
2.
'~'~~;}';j I:;;f,(
.i SI'FEWORK AREA~A" BID:
.- ",
,J::;'.!':;
~ '~.
Dollars
( ,
Cents
. WRITI'EN I'k WORDS
"',
,j
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces llUd the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by theEngineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
!.i
Dollars
Cents
WRITTEN IN WORDS
)
,.'
00300 Proposal Package 10 of 14
)
)
)
.. ,
SECTION 00300 - PROPOSAL P ACKAG
5.
General Build!>>!! Construction
1.
Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Workl'elating to the construction of the new Town Animal Shelter. This
item shall include. all internal structures and systems including but not limited to all
iterusnecessary for a complete,' operational and fully furictibrring facility as shown on
the CbntractDrawingsand as approved by the Engineer.
All costs associated with stake"out, excavation, grading, corupaction, sub-base
. preparation,construction, erection ofquilding, finishing ofinterior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal$.helterwol'k:according to the plans, specifications and/or as directed by the
Engineer shall be included in the li1mp sum price hid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involVirlg shoring; ~caffolding. stlbstlilitlaldesign change~i etc.
2.
'01,
GENERAL BIDLDING CONSTRUCTION BID:
Dollars
cents
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
.... .. ..;,.. ',.',' ."', ....,.".. .,.. ,"
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
"
.CTION 00300 ~ PROPOSAL PAC.E
CONTRACT "B" ( H V A C )
I'
:!",
Jl'lj
I;,
Please refer to the Scope of Work provided on Drawing Ml outlining the contractor's
responsibilitii:!s for this portion of the project
L
Measurement and Payment: The ContractorshajJreceive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
All costs associated with layout, installation Mair handling units, coordination of
distribution with other contractors, .and alllabor,materlals,. eqUipment and incidentals
necessary tQsatisfactorilycomplete'the work according to the)?lans, specifications
and/or as directed py the Engineer shall beincludedinlumpsum bid for this Item.
2.
'I.
.lli';
TOTAL MECHANICAL BID,(CONTRACT ~'B"):
Dollars
Cents '.
WRITTEN IN WORDS
CONTRACT "C" (Plumbing)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion ofthe project
1.
Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as apprqved by thi:! Engini:!i:!r.. . . . . . .
All'costs associated with layout, earthwork, excavation, backfilling, installation of
main si:!rvice piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall bi:! included in the
lump sum bid for this Item.
2.
TOTAL PLUMBING BID (CONTRACT "C"):
Dollars
Cen ts
WRITTEN IN WORDS
)
00300 Proposal Package 12 of 14
SE!ON 00300 - PROPOSAL PACKAG'
)
CONTRACT "D" (Electrical)
./ ,!) _ ; ",f ;"'~
Please refer to the Scope of Work provided on Drawing EI outlining the contractor;s specific
responsibilities for this portion of the project.
'/,,.,,.1
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hooK up all site lighting within facility and all exterior building lighting as;sp\l~ified,
and shown on the Contract Drawings and approved by the Engineer. .
2. All costs associated with electric conduittuns,;wires, provide new service runs; and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation of light fixtlires, and all labor, materials,. equipment
and incidentals necessary to satisfactorilyicomplete the work accordinl;\o tl1/;J'plans,
specifications andlor as directed by the Engimler shall be included in the bid,fQ~ this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"): JfS<Jfo, 060 , 00
4ee Jk~ Mp8'/f-/;S1-,t ~,vL) ~ No
~ ..,
Dollars Cents
".'
WRITTEN IN WORDS
')
CONTRACT "E"(Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPI outlining the contractor's'
specific responsibilities for this portion ofthe project.
"
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers ahd all fire suppression equipmeht as showri6n the
Contract Drawings and as approved by the Engineer. Sprinkler contractoris
responsible for coordinating work with other contractors to avoid conflicts ot .
interference With any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications andlor as directed by the Engineer shall be included in the bid f6r this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
Dollars
Cents
)
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
.
.CTION 00300 - PROPOSA:LPAC.E
OPTIONAL ITEMS:
fi;
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of South old will decide final inclusion or not in the contract.
" . iii
-!.;
lITEM
. COST ESTIMATE
Lldll. CAT BOXES IN ROOM 130 (as shownonA9l2)
Ie I.' ."
iH'2,EXTERIORPROTECTIVECOATING ON "
";;',,UNJii1INISHED EXTERIOR CO.!:l-lCRETE PANELS "
do.' (seeFinish8oheduleAlOl and,elevations On AlOl)
$ ,
;'...i.1 ",;,
$
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
$
4. EXTERIOR WINDSHIELD W AL.L. "
(as shown on site plan and detail 4, AGO 1) .
$
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separatelumpsuln bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
-"~
ITEM
COST ESTIMATE
.;. RERLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON,IMP ACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON,IMP ACT
,RESISTANT GLASS.
De<;luct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule AlOl
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
)
00300 Proposal Package 14 of 14
. .
SECTION 00300- PROPOSAL PACKAGE
) Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Deduct:
$
Add:
$
AUTHORIZED SIGNATURE
PRINT NAME
TITLE
vice President/Sec.
DATE
Feb. 16, 2006
)
ACKNOWLEDGMENT (CORPORATION)
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the 16th day of February in the year 2006 before me, the undersigned, personally
appeared, Alan Lanq , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
c:J~ r6~
NOTARY PUBLIC .,; ~
)
Gatllerlne Bromberg
::!'otar:; Public, State of New York
!\io. 01 BR6012975
.2uaiilied in Suffolk County
Commission Expires September 8, 2006
00300 Proposal Package 15 of 14
)
)
)
. .
SECTION00310i,.BIDDER'S OUALIFICATIONSTATEMENT
Town of South old
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answets to interrogatories hereinafter made.
SUBMITTED BY: Alan Lang'_ v.P./Sec.
FIRM NAME: Eldor Contracting Corporation
q ~o11;oration-:>
q'. lIttfietshlp or Bntity
An Individual
PRINCIPAL OFFICE:
1703' Church Street
Holbrook, New York 11741
PRINCIPAL OFFICERS:
TITLE
NAME
ADDRESS
BACKGROUND
PROFESSIONrrRADE
President Nicolaus Feldmann, Westhampton Beach, NY 11978 (See Attached)
V.P./Sec. Alan Lang, East Setauket, NY 11733 (See Attached)
1. How many years has your orgahization been in businesS under its present business name?
21 + Years
2. You normally perform what percent ofthe work with your own forces? 100 %
List trades that you organization normally performs below:
See Attached "Qualification Submittal"
3. Have you ever failed to complete any work awarded to you? No . If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details. N/A
00310
SECTIO.OJlO,oBIDDER'S QUALIFICATION ATEMENT, '
5. Has your firm requested arbitratioll, or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details, N/A
.'
Project
Name
6, List the lIlaj,Or P<1PStTuctj<1l\ projects your organization has underway at this date:
See Attached'
Name of:
Owner
Telephone #
Engineerl
Architect
Teleohone #
Contract
Amount
Percent
Complete
SChed,uled
Comtlletion
"
7. Li~t five major project~ you ,organization has completed ip the past five years: See Attached j
Name of: Engineerl Work Done
Project Owner Architect Contract Date of With Own Forces
Name Telephone # Teleohone# Amount Completion % of Work
.,/
00310'"
. .
SECTI.oN 00310,- BIDDER'S OUALIFICATION,STATEMENT
')
8. List the construction experience oftheprincipal individuals of your organization
(particularly the anticipated projectsupetvisots):' See. Attached
Individual's Name
Present
Position
Of .office
Years of
Experience
Type of Work
Fot Which
Responsible
In What
Capacity
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? Yes'
)
10. Bank References:
See Attached
II. Trade Association Membership:
See Attached
12. Has your finn ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation? N/A
)
00310
"
SECTI.310. BIDDER'S OUALIFICATION.A TEMENT
.,.1\1;.,' ,.i'
13. Attach current state of financial conditions showing assets,'liabilitlesaiid net worth;
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may. result in rejection of the Bidqer's Proposal. See Attached
"i
u' '
",
STATE OF NEW YORK
COUNTY OF SUFFOLK
Alan Lang being duly sworn deposes and says that he is
the Vi,..p Prp"iilpnt !SPC'. of Eldor Contractinq Corp. contractor and that
answers to th egoin questions and all statements therein contained are true and correct
Sworn to before me this 16th day of Feb.~ 2006
Notary Public L~ 6~
Commission Expiration Date: 9/8/06 .-
Catherine Bromberg
Notmy Public, State of New York
No, 01 BR6012975
Quaiilied in Suffolk County
My Commission Expires September 8, 2006
\
j
00310
.
.
ADDENDUM # 1
Issued January 30. 2006
DEDUCTION ADDENDUM
TOWN OF SOUTHOLD ANIMAL SHELTER
VENDOR NAME: E1dor Contracting Corporation
VENDOR ADDRESS: 1703 Church Street
Holbrook, New York 11741
TELEPHONE NUMBER: (631) 218-0010
FAX: (631) 218-0070
DEDUCTION ADDENDUM:
The electrical requirements for the Southold Animal Shelter will be bid in its entirety as a single bid price.
The following are alternate bid items as seen on drawing E-2 within the construction documents. Please
provide separate lump sum bids subtracting from the cumulative bid price for each item The Town of
Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
135 KW Electric Generator, 208/120V,
3 phase, 4 wire with 400 AMP breaker
and automatic transfer switch assembly
(Generac SG0135-G36133N18CPYEC
or equivalent)
Deduct:
$ 50/000..00
Kennel Visual Communications System
Deduct:
$ /d/(}oO. ro
,
AUTHORIZED SIGNATURE
PRINT NAME
Alan Lang
TITLE
Vice President
DATE
Feb. 16, 2006
.
.
PROJECT ADDENDUM #2
Issued January 31, 2006
QUESTION DEADLINE FOR BIDDING
TOWN OF SOUTHOLD ANIMAL SHELTER
Since the bid opening will be held on Thursday, February 16,
2006 we would like to establish a deadline for all question
submittals pertaining to the construction drawings and
specifications.
All questions and inquiries should be submitted in writing (Form
00350 of the bid proposal package) no later than Mondav.
February 13. 2006 bv 5 pm EST. Questions should be faxed to
Design learned at (860) 204-0419. This deadline will allow time
prior to the bid opening to address all requests for information.
Change orders during construction will not be accepted or
approved for questions or clarifications that could have, and
should have, been presented and resolved during the bidding
process.
It is strongly recommended that contractors submitting bids
have representatives present at the non-mandatory pre-bid
meeting being held on Thursday, February 9,2006 at 10 am EST.
This will be the only time bidders will have a chance to review
drawings and specifications, in person, with a member of the
building design team.
Confirmation of Receipt
(Please fax a signed co
Design learned, Inc. f
AUTHORIZED SIGNATURE
PRINT NAME
COMPANY
Eldor Contracting Corporation
DATE
Feb. 7, 2006
~Lfl~/LOOO ~D.~~
uuu,,'-'~.....~.......
.
.
Addendum #3 (continued)
Q: Please indicate power source for the 15 walt mounted exhaust
fans.
A: The exhaust fans shalt be routed using circuit P1-30 and P1-33 as
shown in the drawing with this addendum. Also alt the Phi Filter(PF)
shall be routed using circuit P1-31 for power.
Confirmation of Receipt
(Please fax a signed copy oUhis sheet to Mr. John Burgess at
Design Learned, Inc. fax#: 860~204-0419)
AtlTHORIZEDSIGNATURE t?~<4~
PRINT NAME {! Itrtft-/l./NC. .!3/z'()#l,6,t;;/Z.-6 /tb.t"1. /'TS SI ST
COMPANY .c L 0 Gl/L (' () IV r /l../rc.- T/ I{ b CO C) J'l-;,P
DATE eJ- /5' -() 6
, . 02/13/2006 18: 18
~. ...
, .
8602040419
.
DESIGN LEARNEDtiNC
PAGE El9/El9
TrelJS] Washdown 9Janae:
To minimize excess steam and humidity within the kennel areas It
was decided that a mixing valve should be incorporated Into the
trench washdown system to regulate the temperature of water being
utflIzed. Plumbing contractor will provide mixing valve and associated
cold water piping necessary to adjust water temperature. The Omega
valve and mixing valve must be accessible for service and
adjustments.
General Comments:
· The PHI filter stands for Photohydroionizatlon filter details
available at: httD://www.T1zf.comldocuments/PHlarticle.pM
· Lighting fixtures cannot be substituted without the approval of
architect and engineer. .
· Switch ballast cannot be substituted Instead of dimming unless
approved by architect and engineer.
· Site lighting, although not shown on site plan, will be fed frOm
electrical panel P-1
Note: Many of these questions above are very specIfic, an~
Involved Isolated components of the overall proJect.ltiao',t"_
responsibility of the GC to coordinate all disciplines ,to' pr&vfal';~
finished, functional system that will operate accol'dlng'to tHe
architect's and engineer's design specifications.
~f1rmation of Receipt
(Please fax a signed copy of this sheet to Mr. John Burgess at
Design Learned, Inc. fax #: 860-204-0419)
AUTHOlUZEDSIGNATu.R.E (2~ Y3~
PRlN'T NAME Catherine Bromberg, Adm. Assist.
COMPANY
Eldor Contracting Corporation
.,;'1
DATE
Feb. 13, 2006
,
!r~
"'~
',',
d"
+
<''',:~:
:t"
.':':;:;~
;,~J~,'<"' off{!
.
.
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
Apri17,2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Stephen Gadieux
Roland's Electric, Inc
307 Suburban Avenue
Deer Park, NY 11729
Dear Mr. Gadieux:
The Southold Town Board,;at its re~lar meeting of March 28, 2006
rej ected any and all bids for the consU;uction of:the Animal Shelter. A certified
copy of the resolution is enclosed. Also, returned herewith is the bid bond you
submitted with this year's bid. you for submitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
.
. .
THE AMERICAN INSTITUTE OF ARCHITECTS
.
AIA DOCI1IIIlIIlt 1310
Bid Bond
Roland's Elec1ric, Inc.
KNOW ALL HEN BY TllBSB PllBSBN'rS, that we
307 Suburban Avenue Deer Park, N.Y. 11729
as Principal,
(Here insert full name and address or legal title of Contractor)
hereinafter called the Principal and LIberty Mutual Insurance Company
1211 Avenue of the Americas, New York, New York 10036
(Here insert full name and address or legal title of SUrety)
a corporation duly organized under the laws of the State of Massachusetts
as Surety, hereinafter called the Surety, are held and firmly bound unto
Town of Southold
Southold, N.Y.
(Here illBert full name and address or legal title of CMner)
as Obligee, hereinafter called the Obligee, in the sum of
Five Parcent of the Total Amount of Bid
Dollars ($6%
for the payment of which sum well and truly to be made, the said Principal and the
said Surety bind ourselves, our heirs, executors, administrators, successors and
assigns, jointly and severally, firmly by these presents.
WHBR&AS, the Principal has submitted a bid for (Here insert full nlllOe, addres.!l and description of project)
New Construction, Southold Animal Shelter
NOW, THBRBIORB, if the Obligee shall accept the bid of the Principal and the
Principal shall enter into a Contract with the Obligee in accordance with the terms
of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of
such Contract and for the prompt payment of labor and material furnished in the
prosecution thereof, or in the event of the failure of the Principal to enter such
Contract and give such bond or bonds, if the Principal shall pay to the Obligee the
difference not to exceed the penalty hereof between the amount specified in said
bid and such larger amount for which the Obligee may in good faith contract with
another party to perform the Work covered by said bid, then this obligation shall
be null and void, otherwise to remain in full force and effect.
Signed and sealed February 9, 2006
(Witness)
(seal I
Mutual Insurance Com
(Surety)
(Seal)
Diana P. AlesciAttorney in Fact
......... -..._....~.....- -.......... -...- ........-
,~".~1,
----............ .. ........... -- -....... .....-----..
.. .
ACKNOWLEDGMENT OF PRINCIPAL IF A CORPORATION
STATE OF fVt!pVork }
COUNTY 0~4b'-K } SS.:
On this qH. day of ~II/()j tmfo before me personally came S1-ePm-n 04 Z>I ~<.{ X. to
me known, who being by duly sword (lid depose and say that he/she resides at ..JJ7 046(./;('$ /7>? b . ,
~rJlIllfC... II,! /(7;29 and that he/she Is the ;J/{c'3/De'7T of
Ro/-ll'll>S ~{fem(c I'IC . .
the corporation ffescribed in arid whlcn executed the foregoing Instrumentl that he/she knows the seal of
said corporation; that one of the seals affixed to said Instruments such seal, that it was so affixed by order
ofthe directors of said corporation, and that he signed his name therato by like order. LISA 0 KILTHAU
~ ~ Notary Public. State 01 New York
. No. 01 KI5063353
/J~ ~ :.t2t j j /'lllalifled In Suflo~ Cor&:y
NOt Y PUBliC CommisSion Expires 1, :Jd-.
ACKNOWLEDGMENT OF PRINCIPAL IF A PARTNERSHIP
STATE OF
COUNTY OF
}SS .
} ..
On this day of ,before me personally appeared
to me known and known to me to be one ofthe members of the linn of
described in and who executed the foregoing instrument and he acknowledged to me that he executed the
same anf or the act and deed of said firm.
NOTARY PUBliC
ACKNOWLEDGMENT OF PRINCIPAL IF AN INDIVIDUAL
STATE OF
COUNTY OF
}SS .
} ..
On this day of ,before me personally appeared
to me known and known to be to be the person described in and who executed the foregoing instrument and
acknowledged that he/she executed the same.
NOTARY PUBliC
ACKNOWLEDGEMENT OF SURETY
STATE OF NewYork}ss'
COUNTY OF Nassau}"
On February 9, 2006 before me personally came Diana P. Alesci
to me known who, being by me duly swom, did depose and say that he/she resides at 255 Executive Drive
Plainview, New York 11803, that he/she is the Attomey in Fact of
Uberty Mutual Insurance Company
the corporation described in and which executed the foregoing instrument; and that he/she signed hislher nam
thereto ty order of the Board of Directors of said corporation.
NOTARY PrVJlLI utJicH~~ 01 NY
N~ 01 HE4784820
Qualified In Nassau Countv
Comrnisslon ExplRls January 3f, 2010
THlSP()WeR OF ~T'TORNEV IS NOTVALIDtESSITlS PRINTED ON RED BACK~RQUNO. . 1725493
. lblsPoWer lllAltllrnsy "mils the sets llllh,," nsmed herein. and they have no authllrlly to bind the Company exc;ept In the mannersndlO
the aXlsm herein ._d.
L1BEIll'YMUTUAL INSURANCECOfAPANY
BOSTON. MASSAcHUSETTS
POWER OF ATTORNEY
KNOW ALL peRSONS BY THeSEPRESENT$: That Liberty Muluf)/lnsuranceCompllMy(the 'Company'). a Ma$saChusetts $Iqck insurance
comJl8!lY' ~ursu.ant to and byautholily 01 thel;ly4aw and A\rthOIIzation hereinafter sellQr1h..ckleS he...bY l1IlI11e. col1StitulS!lnd sppolnl
PETER.' HENRY.ROS~lSC~.MARYLOY...'..llR~.RICfIARl)J<. KAJN~R~~t;rrf'INNlSLL, DIANA P,'ALlSSCI,
ALL OFTHI! Crrv OF PLAJNVIEW. STAn: OF NEWVORJ(.;.;;...;~......,.._";.;..,;"......;.,;..",,.,-,,-;.-;~,;,.......",....,...........,...".........,..
~.. .;,...._.~~...... .....~~n..... ...... ...~i..-~~~~~ 0"0 .mn~~~'~:~~:~.... ....~~l,~-,,~;;-~-~~~n.._.... ..'.'~ ;~i.:~~~;;-~. ..u...i~:i.~-~~n.. ....~~.~.~:~~-~.. .... ...~~~:~~..~~i-~~~..m... no -~ ........................ .....
.lll><;hlndivklOally"thereb<!rncr..th'al) one~. its trU~8tjd lawfulaUorl1~y.iIl'~~rnak6; ~~. se8l, SCknb"!Jedae arid deny$', lor !lnd onlls
bah.. lIII as..sure.'I\I.' and !!$ lIS. act.. and.'.d.'.. e..l!l.. ~.'.. '.... and.' . "alIUtld..Srtak.. .Ings. bo.. n. cis. racc>gn.' .'. ....Iza.. rlCes........and..... oth$'. . .....ur.:.~.. lloblJaations. '..ltI......thep8rlal sum l10l exceEld.. l.n9.
F1Fl'YMILUON ANOOOtlOO*............< ... ..... .OOlWl,s($50;OOO.OOO.!!!!..... ...... leaCIl.9ndthe
SXSCUIIOrl 01 SUCh undertf)/<ings. ~;rEll:Cglllz!lr1C8s8n<l<lther suretyQbligaliOrls, iIlPtiis\lanc;e..,tthese preseills(sllaU ba as binding upon the
Compsily.as." thsyhEld .baanduJY~illldb}'tlie .presldSnt~..\1sSIEld.by.ttJeSllllf8f1\IY~I~<;~ilYln thel.r OWn~roJier ps~.
That this pOwerismadaandia)Cscutsd~!ln11o and by authQmy<llthal9jr0\Vln9By~~an!iAutI1o[~iluorr... .
ARTlCLEXIII . ExecUtiOil 0.1 CoI1lr!lCts: Section $. Surety Bonds and Ul1dertf)/<ingil.
Any olllceroltheComPanY authOrizecUor \hat purpose ill writing by the<chai,,"~or the president. and subject 10 such lI",itallons 8$ the
chef"""" or the pr""ldent may prescribe. shallsppolntsoch attomays.in-Illci,as ",ay US nscaSSlll)' to SCI In bellalf 0111\8 Comp!lnylomaks,
exscpla, seal. acknowlEldge and dSlivsras surety any and all undertaklngs,botlds, recognilancss and other surety obligations; . StICh
t aUomsy.s'ln-lllct.SUbject to the limitations sellortil in their respective pOWers oIatillmey. shf)/' have fuJlpowerto bind the ComJl8!lY bY their j.
Q. slgnafura and axacution of !lnYsuPh InslrumSrltsandlo attaOhtheratotheilSf)/ollhs CoII1pany, When so ex90lJtsd suchinstrUniailIs shell be
!II as binding"" "signed by the pr""ldent and a\1sSled by the ssoratary.
~i I;lythe loIIowing InsbUmanl thil chairman or IhSprElsidenl has alJthO~ed the officer or other offiCial rIar11ed therein 10 appoint aUomey.s-in,fact: J
~ ~
,Q c ~ursuanlto Artiola)(III, Sactlon $ of the By.Laws.Garn91 W. Elliott. As$istant Seorelaryol LibSrty Mutual Ins1J(8nce CompanY. Is hereby "
=-! autl1orized-!osppoint such aUomeys.ln.llulIas may be necessary 10 act in bellallolthe eomp!lr1Y 10 make.exscute. ssaJ, aQkrlowladge 8I1<l ... c
l ~ deliver as surety !lnY and all undertakings. bonds, recognizances and other surely Obligations. '.'!.'~'~.
~. B ThaI the By-law and tile Authorization .ellorth above 811> tnJe copies lI1erscl and are now In lulllorce and eflect. ~
i! l~b:':~~~~;:~F60~~:~wh~o~e~~o~~~~e~l~j;~=~:1~~ern:'lt~~~~:::iro~1~ o~:;o?,mPforlland the corporals seal~' ..I.!
_:I 2005 .co:')
3 ~~
1:'-0 ~
" III UBERTY MUTUAL INSURANCE COM "ANY .. 'Q
P "
f~ By(2 4"v- r:;-L~ ~II
. ... Gamel W. Elliott. Assistarrt Secretary ...
~ i COMMONWEALTH OF PENNSYLVANIA ss ~o .
a,l!! COUNTY OF MONTGOMERY -
't: ~ On this ~ day 01 ADril , ~ . belore me, a Notary Public, parsonally came Gemet W Elliott to me known, !lnd acknowledged F:'i
~'-;' IhSI he Is !In AssIstant Secretary 01 Liberty Mutual Insurance Comp!lr1y; tIlal he knows the seal 01 said corporation; and that ha execuled the abOve ~ j
...l!! Power 01 Attomey and affiXed tile corporale seal of Liberty Muluallnsorance Company therelo with the authority and althe direction 01 said corporation. 'Ii J
o III >
;; ~ IN TESTIMONYWHR ".. ." unto su.~scribed mynam_e~d~fflxEld my notarla1sf)~1 at Plymouth~ee~n9, Pennsylvania, on the day and year ~~
II fi~abovewrillen, !l~O:?~~\ii ~i:tI~S::;Zi/BY ~/~~;
CERTIFICATE ~~~.> ~~~:;;~':~~iTerbsa PQ$lella, NotaryPybHc ~.~
I. Ihe undersigned, Asslstan retalyof Liberty Mutualln.~ranCS Gompa~y,.do herebyceriily Ihaltheoriglnal pOwe,ofattomey of which tile Ioregolng
Is a full, lrue and correct copy, is In MIOrae and effect on the dais 01 this certificale; an(:ll~o furiher certify thallhe.offjcer or official who execuled the
said power 01 aUomey Is an Assistant Secretary specially authorizEld by tile chainn!ln ortlle president 10 appOirlFattomeys.in-lact as provided in Article
XIII, Seclion 5 01 the By-laws 01 Liberty MUluai Insurance Company,'
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
lollcwing vole cl tile board 01 directors 01 Liberty Mulual insurance Company at a meeling duly called and held on the 12th day of March. 1980.
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company. wherever appearing upon a
certified copy 01 any pOwer 01 attomey issued by the company in oonl1llction w~h surety bonds, shall be lialid and binding upon the company
with Ihe semelorce and effect as though manually affixed, .
9
iN TESTIMONY WHEREOF, I have ~nlo subscribed my name fInd affixed the corpcrale seal of Ihe ssid company, this
F~ ~
,.", ~
,,~.
-"~. .-"\~ .,
~>~"; By....... -. .
~;>..~~ ~
~ Davi M, Carey, Ass' I Secretary
day of
.
.
T
"'''''''' 19 ~to 6~" KtES~.L '" "" ..,...................,.........d=au:l~::;:.;== ::
~~.~~!.~...... ~~~.~.~~...... IUll~" '" """
6Et'llt'OE Illl'tJ.O'OZ: .................. ii,'Wi'oz""'" ..............................................;;~......;;ijjoOiij.....ii.'ii.....
w.iOCil~t.Oi...... lill~ile.'Si'~...... .................. ioi\l5if'5iy...... .........................................................~'..iiJiA'.ii;UiUini1;ii5' =
oy.lit.a....... 6ic1SK.'irr..... 9S9'~ii'if'''''' iiil'iiOii.i...... .......................-...........................................,..........~:.iiiO' .....
..:.................................'_."""""".""-::~~,-= -
................... .................. ...........,....:.....................~.~~.~.~.~..........~............ -
.................. .................. .....
.................. .................. .................. ..........,....... ............................................,,,.........,.......,...,....................... ....
......,........... .............,.... ..........,..,.,.. ...,.............. ....,...,................,..........,...,.,..........,.....................,................ 1D01
IH1'J1IHM:IO t11Yl3G
b9m5t~ '" lSSt..: 9Hill , """'" ..........................""-...--=== :
Di'Uf('D~1Z... siio'm"S5'tVi... il~~'ut'U9...... lS"m'M'SZ'" ..,.................................,.........,...,.........,.....'lu'-OlllUf1}lIIIUftllllClIt
"..,.........~.~~.~.~~....-s......q.-1II01 "
~.~~....... ~~~.~.~~t...,.. :'~~....... 9~I96H6.. 1IIIa'~IIIiIJIlRD.q~.... '"
~1~:~::::::: ...,.,................,.........................,.................,.~_*llO "
..............,... .................. .,................ .........,......................I!QU~IIU/lCIU2>>l1llp~l.o~.............S)lUIll...... ."
ilit'i.Uti...... .................. ,................. .................. ..............,..................................pIII~~')utlldlllll4~ ...
.................. ...,.............. ,......,..,....... .....,..,......... ........................... ..t6uIq2nUIfUIJ~llIfIhUIIlpur~.UI....1IN II
.................. .................. i~'9il'i'9.~.....,.. i"~.(....... .m..... ("O...,.............tl__hwtIPQ:llIlII8Il~'JIIW...IlUI~ '1l
ibt't.~O'b.'..... bES...w'W.'...., sZi'tW'9l....... i5\'tit'il;.(...... ............................................UbIlIOtJlUlIlllWd!nbtDu~_~.ll
Kt'l"'~....... i$b'at(lt......' ............",." iSO'at'Le"'" .,..................,..............................'..pocIIp.UIlJO~M~~l
llt.;;;lit...... !t;'it,'ii$'''''' tit'ffi'DilP""" OiKI't~'ti:8...... ......................,..........,...............................,........""l*IIIJIPlIWnl
.....".........." tit'iltlt'.....' ,,,............... iill:m'C..... ......................... IIOUlIIJJUqUl p. ~ lCIiIlWCIOlII.uII!ulI pIlIlIlIP'I'iuumo.~.,~
,..,.............. .................. ~~:~~t::::::: ~AA:~:::::::: ........."..................................".IUIJdp&mupl.~JIJ~1!lIIllIWV "
................" ................., ..."..................,.......,...~~.IIp\Il~IJUIlDWI.MIO t"tl
iiS'tWift...... .jilt""....... "................ .\,'Km""'" .........,.."..,..................."fl,IIdwo:lplll'\lllfll.flIIlIOdIflJDAqPl'llIlMl'l:l '"
ilt'ibi'ij'i...... tiG'bEil'ifC.... .................. ;;,';ibm'''''' .....................................,.............SMJnIUJIJIllll4Ifl1a1MOO1iIllllClllrf ..,
-.. "
;;s'IW......... m'iij'6b's....". H.~.,ilting....... i.Si'1l6'm...... ..,...,........,..,.................................... --- III
UD'sot'W...... 1i9".'i'ii'i.... .................. R'9'Si9'f9i'(.... ................ (l\lIlJlUQIdptpmJIll pIUI'O'........."... $ IuiPnPl!) "'P..
59L'i~Z'O~~...... p~ptJJljap1llllptlfOOqllUlWlBJllllpw~.IIU6'1\l19UU1~ m
tb6'iiS'W...... Siu'9.~.i'iy....... Oiol'5tb'~-'..... .....................~JClMJnO:lIlllIll...IICI,...put~~ '"
..."............. :JUOIII.lIPIIl, pw ......, 11
696.sEt'lt'~...... lWat'iH...... lUl'19c'ltr...... ....................,.....................................~~InplWDCllllJl*lQllAUl 11
6ti~ii'iii('LC... iln'ilE'6tC~OZ... ..........."..... iin'iilt'6itW'" :::::::::::::::::::::::::::::::::::::::::::::.~~.~.~~nJ ~pe)ttAllIP~ llIIll.......S ..
......no......... __plltlAlll.DJ~..-.ev 1
m'iZi'oI....... i.t9'iM"~Lt"'"'' l~'m'it....... .............,............................................................JOj~ 1
Hii'SHtL"...... W6'E99."~.t".. ............".... ~~.~~~fr::: ::::::::::::::::: ::: ::::: ::::::::.... ...... ........ ...... IVa I\IIPIlPSJ IleIA MIMUI*<<l 'l
.................. "................ .................. l~wnlWl.ld O...............S6uplr:xqJMOI):tlIlIDQ 1
6~l'm.'tit...... nttWWi...... .............,.... t;~ffi'm...... .............(vlJ ll\fIf*\PS ..996'i.&b'ij.t.....S) 1I11lwlsaM'!WJllII~puI(zIlld-31A*PS
.................. .................. .................. .................. ..... ......: :?~r.;~~)'!i(..... $) IJl.*IIA!nb. IfR' 1l ~d'3 l,"pIIj~ ~~i1'm...a.(... sJ IlI'O i
{JI:utJqUftllJI.O.................SnIil..JClJPIlll....doJd n
bed~tO~~......... Gte'le('i........ .................. Gt6~.tE('(........ ... {SlQUeJqWlQll.O.................S'"IlIWO:lUlP~IlIIJOjPlll/MIJIdard "
sti'9i.i:';.ii"..... l~'~ii8'ti-z""" .................. lt6'~bV;E)t...... ............. ~.ii..............$tsIJl,(uRu.toollll.<qplflln=o~ll
.................. .................. .................. .................. ......................h......... ................... ............. :(vIfl\ll.i.,osl...1fIl:l >
.................. .................. .................. .................. .........................................................._..........~~~~.Ull/l1IlIlO n
..."" It
........."....... ~8'lnpIllpS)IiIIHIl!IJUOIlllOl__ t
Wi",'",'f", 8~'8~.t'tit'S"" 9~'gZ.tit'S"" ........,...........,...............,...................................Ilp(JIt~ tt
tb8'9t.~'Di(.... .. ilii'tiO'tii(...... .................. 'ti'tiO'oi(...... ....................................................................... ........"'" 11
.................. ...... ~O__ ,
tt;'t9'f-ss('o'('" iQS\Oi~"09i'iX'" iOS'QL'('Oi['W'" ......."......................................................... IO'''PMPSJ"'fI'IDB .,
"..'V (z:. ~ 'SfOOl ........ ........
pell!WPY~ ""'" pl~
~IIN
t , , ,
,JeIAJOIld .IA)Ut.lJIO
S13SSV
...... 'XUtawejo' e:iUiJliiluj"fenliiw'X;jeqli" ... 14110 t1IOl ~I,( 11IUOllutWII'rI$ pnllUW
,
z
. /::;,~.sri.:I~~
,.,.~~..
. , (l..'~. .~
..:::::::::::::::::::.~.~~.-.w"l (i..~....; I,:
....llIlIl '~'.c"t. :~~l
.................. .................--., -,... \ -+:..... ~..:"
IClN[xlSiA ,......"'1N1I.. ~Q/:i..'')~
-J.'~.......-s ~~.....
't ......:..,
.
- ~..-u:-
...-......q_lIUI~
Oi:)'~="'JO-..o
,
. .::z..'7:t..
ttifplJJfl -ffyp.,~
~.............II.,....II............."".......
.......~ ..1I!-......,..........-...-.ClJ.............III1l1~...':lMl.....
.............. 1IlIt.......,.,.............,........~......'JIIIIII................
.-."....11 ..............-.I...................Il.........................tzt.......1III
..(I)W...........~......,...~....,,........__JIIlIIll'l':xwN......~........~...1UI
.,......."l.....................~~,.........,.............."..............,.............."........
,..-...."~......n'II..,...,...~............./lII~....,.............."'..
1M.,.......--.....~.........IIIIII........................,..............__.............If........
.................IIl.......---""II......,.................,.,..__~___....._........,._-..t
.:::~I!I=
.
-t-1r-~1\
...
-
OOO'OR'~ ODD MOlIIot III EOOE lOCIl: ~.11GOt
.................................................::::::::::::::::::::::::::::::::::::::::::::::::::::::::::.~.~~.~.~.~.~~~.~.=
........................................................................................................................................................................-
Iiii<i'o;;'"...............;;'lis'i',...............................................:...........................................................................~.....
m'l.U'ZOL 8Ijllft'L$l MOqt IZ tolZ' loa "'J, 1SlZ
..........................................................lBtdqlWlDlUlflZ1llO.q~.........,,~ 1IlZ
......................... ........................ ............................,........,.........................................................~.......................toa
........................................................................................................................................................................lIl.LZ
!t1'Jii'liii.............;Ii'ili'lfi............ ............................................................................-:.o;;:'i"...-.~.1Oa
tIE'IlS'11S Io\CIlIRtz toa: JOEZ '-J 1&CZ
Rill W ~ElII~' ~ .......................:..................................IBIdMO\JlMOWQlJa"".qsut-elll......Jli~ "IIa
riSVe9li'EitII1..........ttiiiiil_II1......... ................................................................................jijNi:i:.iAiiiiiiiiiiMiiijU.~ lOCZ
~:ffl:m::::::::::::: ~~:m~:::::::::::: ::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::::;;~:;;:;,:;~-= :::
SN"1lAIM ~ S'IIW'JJa
DI~S~5tl Sb 'JClO IIfI 'K
ttE .8 Zit ...............................................!tEIUfl'tllrclllK...'ttCIIlZnur1uplDllkllod"'*'...... 'It
......................... ........................ :::::::::::::::::::::::::::::::::::::~{~::::::::::::::.~:::==-~:::r:::::::-::::'
, :DlIll1I~"""",,,.., 'M:
._,. iZii.iiiS.m'Z........... iit__l.......... ...................................................................................?.-.~..~.~:..(IIfIIns)......"~.,, it
-', .... ~~t:;~:~.:.:::.. ~~r~~~::~~~ :~::~:~~:~:::~:~::.:~:~~~:::~:.~~.~::.~::..:~:.:~:~:~:~~~~:.~.~~~~:~.;;:~~~~SE
ilixiiii:i'b.i.....::~::.... ilOO'iiiiiii............. .............. ................................-... ............... ..... ..,.......,..... ........... ...,.dI::luCaiauoo- ...
.-.. ~:\~iiit'~......:.... :1:\W..:......... :;::::::::~:~::::~~:::::::::::::::::::::::::::::::::::::::::::::::::::::::::'.~.~~fR~ti~...:;: :
............................ ....... ............ ....... ........ ........................... .............. po,...., 'R
Ht\lSQ.'RO'i.j.......... t"..liiTii'i~......... ..... ............... ....... .......... ................. CU 1I&ncu1g ~ 1IUnJ.... p:l ~lkIpIpn ......J. 'K
m~...;';;j)............ ...illi'/dU........... ........................................................................................_........_ ..
......................... ........................ .........................:.........................0.........."..tuoailla....,.~.o.............,*'ICXl1ltll*::) 1Z
.......................... ........................ ........................................................rdillllalJllll__~JIPUllPllllIIUIlGLIa.ICJAQIIIn 'If
6OtliiNIS.i...... ....... ti1Diii'i.i..... ....... .......... ........... ....... .................. ............. ....................................... s..-..q ~ w
..........................;;;'iiil'i.............. ............................................................................. _"__'_ ..
i:bi'6t'~\m............. w'm'itz............ ...........................................:.....-........................-............................~1VLlO 1~
......................... ......................... ..........._............................................,.lpX(lullpJQf~tnPIIIItIII!lJlUl....II!~_' l'
iil~iM'it~.............. ~'it.i............ ...................................................................,....... (L~.:J."pIlp$)II:lUUIIIII&I.q~- "
.....................................................................................................................................PIIr.lOIIIOUIWIlIpwi~1~
ili6"'iu'il' ...... ....... ii-Q'ili..wX........ .... .......... ...... ..... ......... ....... .-............ ....... IJIIIIOID)lInCO!lll.qAu.Ouco.(q ptIllJIqtJ>> JlIIlI'P.Iq\lllOIUy 't,
iiS..W'c6i'Z'........... tYsm.Ziil.......... ........................................{6~WI'I!OO't)lld.:JIJlIPMl:lSl~taNUIlIJapUIl4utcllm.<qPlfMltpllll:l t~
~z6\i:ti'K$............. iWiiiJi.'LO$...'........ .............................-.....-................... (~llllJlnpJilU)iIIIlWdswn!WUIt:llUlSU,.,JlIPll:) l'
DlC.i:~.i1.........:..... [S6.jt'i'.............. .................................................................................................... ~ fH
......................................................................................................................................................~r.H
=P!IclunputlllJlPllllllUlPt\r.:l II
LCKilu'tt'" ........ .'- ~miii.i.ti......,. ..... ................ ..... ........... ............ ....... ........ ................. ............. ....... ..... UIlfJIIJdIOWAPY 'O~
sgg.ti.i't'itoz........... tt'iln'Zgg'f......... ....... ....... ...-.. ........ ....... ... ............{. O' ... .... ...... t JC!IWISRI"'IlUlPllpIlput 'ii8i"i6Ii/stt'is
lCI2IUl$IlJilpept:lJOjswn,.&liJdJllll.nWl~..)(sllUlllJOO.lteun'VI"'cD~pIM/nlfI 1
zai.iz.i.ir............. Mmw............. .................................._..........~..i:9Z"H>>........ tllWllll...tpul.i~.'0S9.:a'..SQugwplMQUOS 1
.......................... ......,................. ....................................................................,..............:...........u~81P'UlltJl1lN Tl
tfii'i+Y.i$.............. ........................ ................ <<sanq)SU!llll'l!dr:JplflgnJvo.ii................tauJIlfOUOfmlllWO:lUl~~pla,..J~ I'l
m~tiO.m.n.....'.... 6i:k.'iw~biiC........... .................................................... (~'IWCalIJUIlIlJOjPl/8 Il!JfPtJ6uJlnpx.)SMJpueJft\lq....J. 1
888'lWiGl.......... .:. ac'it..i&:............. ..... ........... ....... ......... ...... .............. ....... .......... (INJ put nsutlll 'DXIIIlup,p.) MIlOdn*110 '$
iiG'tW'u........'..... m'ilis.'n............. .................................................n6JIlp.UWltJl\llOPUtIU~lll.llIlj~'I!qe.(ed~ 't
Z9i-m'8t9.Y'.......... tis9tltlmVi.......... .................... ..............................................16lW'1lD:)'ttlll/'1 'W~d) IlSUtitu'...."" 110'\ t
zio.'lt.:'61.............. mliicl(............ ........................... (9l1W1'1j(lJ '~~d ':!'tIlPlaps)MSutdxlll/IWIStIp ftCll1Ql1SCII j)Jld' uD'RfJadblUllu!lW 1.
otti.m.t.tel........... $is'b'is:.toff......... ................ ....................................................................(llAUfI/OO 'KIUf'I "r'Z~dll8lSO'1 .~
Jll'AJIDl.IcI
,
Jr'AlUWl:l
,
SoNn:l ~3H10 ON\' sn'd~ns 'S3111118\'11
................................,.........................
........ 'lulawcio' .:)jjeJiii'ur,,~iiw'~.ql""'" "II 'OtoGl: ML( 1111.10, lUlIIIIq ""UIIy
.
.
ROLAND'S ELECTRIC, INe.
BALANCE SHEETS
DECEMBER 31,
j
I
I
ASSETS
2004 2003
CURRENT ASSETS:
Cash and cash equivalents $ 754,512 $ 1,209,573
Contract receivables 4,488,147 3,342,613
Costs and estimated earnings in excess of billings on
incomplete contracts 560,583 346,852
Inventory - work in process 138,893 165,738
Prepaid expenses 208,523 205,215
. Miscellaneous receivable 84.379 17 .331
TOTAL CURRENT ASSETS 6.235.037 5.287.322
PROPERTY AND EQUIPMENT:
Cost 2,223,455 2,110,108
Less: accumulated depreciation (1.837.851) ( 1.798.487)
TOTAL PROPERTY AND EQUIPMENT 385.604 311.621
OTHER ASSETS:
Security deposits 2.620 2.620
TOTAL ASSETS
$ 6.623.261
$ 5.601.563
Page 2
Blanchfield. Meyer, Kober Ed Rizzo, LLP
Certified Public Accountants
'f
f
.
.
LIABILITIES AND STOCKHOLDERS' EQUITY
See a<:countant's review report and notes to financial statements.
Blanchfield, Meyer, Kober & Rizzo, LLP
Certified Public Accountants
Page 3
. .
SECTION 00300 - PROPOSAL PACKAGE
Town of South old
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
~ (Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the" successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid packagel!!
Thank you!
00300 Proposal Package 1 of 14
_TION 00300 - PROPOSAL PACKA'E
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening. .
o
o
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
o
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
o
o
o
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
~
F'['~~':.~.
'.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
S~ION 00300 - PROPOSAL PACKA!
VENDORNAME: Roland's Electric, Inc.
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL
FEDERAL EMPLOYEE ID #: 1
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION: 1967
IF APPLICABLE: DATE FILED: 1967
STATE FILED: New York
If a non-publicly owned Corporation:
CORPORATION NAME: Roland's Electric, Inc.
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
Stephen Cadieux
~
"".;
Rolpmd c'adiellx
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
Stephen Cadieux
Robert M. Mauchan
President
Vice President
Lisa D. Kilthau
Roland Cadieux
Secretary/Treasurer
CEO
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
N/A
00300 Proposal Package 3 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS:
Rolap,d's.Electric. lp,c.
307 Suburban .Ave.
CONTACT:
Deer rark. NY 11729
Stephen Cadieux
TELEPHONE: (631) 242-8080
E-11AIL: www.rolandselectric.com
FAX:. (631) 242-6392
ONLY if different -
MAIL PURCHASE ORDER TO: .
ADDRESS: N/A
TELEPHONE:
CONTACT:
FAX:
E-11AIL:
~
~r::_;'\,
ONLY if different.
MAIL PAYMENT TO:
ADDRESS: N/A
TELEPHONE:
CONTACT:
FAX:
E-11AIL:
00300 Proposal Package 4 of 14
sInON 00300 - PROPOSAL P ACKAI
VENDOR NAME:
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME: N/A
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
e
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
[!J I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on .
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
- ~EDSIGNATU"
Stephen Cadieux, President
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFlDA VIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting 'competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any fum or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this rum, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to ....
submit a complementary bid on this project. I'~
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of ,.,.'
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
bid, under the penalties of perjury, affirms the truth thereof.
SWORN TO BEFORE ME THIS
Stephen Cadieux, President
Type Name & Company Position
Roland's Electric, Inc.
Company Name
2/16/06
Date Signed
11-2140763
NOT R :--I!..PAY OF
~
'..,T
e,!c.'!;
Comrn,'
. ...,!, r:;],lYj
,..... ,: ";f.S 1.(31 010
Federal I.D. Number
00300 Proposal Package 6 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME: Roland's Electric, Inc.
VENDOR ADDRESS: 307 Suburban Ave.
Deer Park, NY 11729
TELEPHONE NUMBER: (631) 242-8080 FAX: (631) 242-6392
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
~
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No.
Dated
1
1/30/06
2
1/31/06
3
2/2/06
2/10/06
4
00300 Proposal Package 7 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
Project ReQuirementsl BiddinQ Guidelines
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the. construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
..
F':~"':" ,
1. Demolition - Area "A"
I. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,
. compacted earth, and existing fencing located within Area n An and. as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "An BID:
N/A
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
SITION 00300 - PROPOSAL PACKAI
2. Demolition - Area "B"
~
1.
Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed' Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
2.
3.
DEMOLITION AREA "B" BID:
N/A
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
S~ION 00300- PROPOSAL PACKAt:
3. Site Work - Area "A"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer. .
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "A" BID:
N/A
Dollars
Cents
WRITTEN IN WORDS
~
4. Site Work - Area "B"
I. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
N/A
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
5. General Buildinl!: Construction
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, compaction, sub-base
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lilmp sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
GENERAL BIDLDING CONSTRUCTION BID:
N/A
Dollars
Cents
~
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
N/A
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "B" ( H V A C )
Please refer to the Scope of Work provided on Drawing MI outlining the contractor's
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
N/A
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "C" (Plumbine:)
I""
\'--. ."
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the proj ect.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"):
N/A
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing EI outlining the contractor's specific
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation of light fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Ibod\vrdr<<1 flint<-h(ont>thol>sarr{ €.~l'I+ hU(l<:l~d ffrht:::.
Dollars ~s I
WRITTEN IN WORDS
e
CONTRACT "E" (Fire Suppression)
.Please refer to the Scope of Work provided on Drawing SPl outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
N/A
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
OPTIONAL ITEMS:
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
~lf\
1. CAT BOXES IN ROOM 130 (as shown on A9l2)
$
2. EXTERIOR PROTECTNE COATING ON
UNFINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule A10l and elevations on A20l)
$
N\t-.:
3 INTERIOR PROTECTNE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
t-J\I\-
tJ\A-
$
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOl) .
$
ALTERNATE ITEMS:
~
" ;.".
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMPACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$ ~Ifr
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$ \Jl/\
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-l). See Finish Schedule AlOl
Add:
$ \..l\n
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$ \J' (II
00300 Proposal Package 14 of 14
.
.
ADDENDUM # 1
Issued January 30. 2006
DEDUCTION ADDENDUM
TOWN OF SOUTHOLD ANIMAL SHELTER
VENDOR NAME:
Roland's Electric, Inc.
VENDOR ADDRESS: 307 Suburban Ave.
Deer Park, NY 11729
TELEPHONE NUMBER:(631) 2,42-8080
FAX:(631) 242-6392
DEDUCTION ADDENDUM:
The electrical requirements for the Southold Animal Shelter will be bid in its entirety as a single bid price.
The following are alternate bid items as seen on drawing E-2 within the construction documents. Please
provide separate lump sum bids subtractiog from the cumulative bid price for each item. The Town of
Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
135 KW Electric Generator, 208/120V,
3 phase, 4 wire with 400 AMP breaker
and automatic transfer switch assembly
(Generac SG0135-G36133N18CPYEC
or equivalent)
Deduct:
$ W.~83
,
-
Kennel Visual Communications System
Deduct:
$
4.530
,
,--
AUTHORIZED SIGNATURE
PRINT NAME
TITLE
President
DATE
2/16/06
. .
SECTION 00300 - PROPOSAL PACKAGE
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE),
Deduct:
$
;J \ 1\
REPLACE CONCRETE AND ORA VEL
W ALKW A YS WITH CONCRETE PAVERS
ON ORA VEL BASE, (See Site plan)
Add:
$
~\""
AUTHORlZED SIGNAT~~
PRINT NAME Stephen Cadieux
TITLE
President
DATE 2/16/06
.
".j"
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the 16th day of February in the year 2006 before me, the undersigned, personally
appeared, Stephen Cadieux , personally known to me or proved to me on the basis
of satisfactory evidence to be the individua1(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
LL
rc"(":~:::I,,,:1 ,'I. ?'i::..~'/ ~"li~ T"~ ;', i~ 1.1/\
, \,,",.v'fork
GPJ;"~i'.;;:' :,. ,:,_1'. ,?/
C '," ,., -;J'''~~
O"or""",,,' 'jPH'S d6~D~ ~oposal Package 15 of 14
. .
SECTION 00310. BIDDER'S QUALIFICATION STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: Stephen Cadieux. President
A Corporation
A PartnershIp or Entity
An Individual
FIRM NAME: Roland's Electric, Inc.
PRINCIPAL OFFICE:
307 Suburban Ave.
Deer Park, NY
11729
PRINCIPAL OFFICERS:
nILE NAME
President
Vice President
Secretary/Treasurer
CEO
ADDRESS
Stephen Cadieux
Robert M. Mauchan
Lisa D. Kilthau
Roland Cadieux
BACKGROUND
PROFESSIONITRADE
Grove St. Lindenhurst, NY
. Peter Paul Dr. W. Islip, NY
Jared's Path, Brookhaven, NY
Grove St., Lindenhurst, NY
(!It:
,,--.....;"
I. How many years has your organization been in business under its present business name?
53 Years
2. You normally perform what percent of the work with your own forces? ~%
List trades that you organization normally performs below:
Electrical Contractor
3. Have you ever failed to complete any work awarded to you? ~. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
, against your firm or its officers? If yes, please provide details.
NO
00310
~,' '
SECTION 110 - BIDDER'S OUALIFICATION STtEMENT
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
NO
6. List the major construction projects your organization has underway at this date:
Project
Name
Name of:
Owner
Teleohone #
Engineer/
Architect
Teleohone #
Contract
Amount
Percent
Complete
Scheduled
Comoletion
See Attached
Project
Name
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Teleohone # Teleohone# Amount Comoletion % of Work
~
See Attached
00310
. . .
4
\.':-\:~)
..."'~,,~-
.
.
SECTION 00310 . BIDDER'S QUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present
Position
Of Office
Type of Work
For Which
Responsible.
Years of
. Experience
See Attached
In What
Capacity
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? .
YES
10. Bank References:
See Attached
II. Trade Association Membership:
Local 25
NECA
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
NO
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
See Attached
STATE OF NEW YORK
COUNTY OF SUFFOLK
--:~^.
~
~t"phen Cadieux
the President
answers to the foregoing qu
being duly sworn deposes and says that he is
of Roland' sElectric, Inc. contractor and that
tions and all statements therein contained are true and correct.
(Signatur of person who signed bid)
Stephen Cadieux, President
Sworn to before me this
4 day Of~, 200~
1
/
Notary Public
Commission Expiration
C.
CCTn
00310
'< -\ i'~;lJ^
.i:,',,\, yo,k
I
. '., '11~~Jo(o
.
"
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR 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
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REOUESTED
William Hangland
Hawkeye, L L C
100 Marcus Blvd, Suite 1
Hauppauge, NY 11788
Dear Mr. Hangland:
The Southold Town Boar<:l.,at its regular meeting of Match 28, 2006
rejected any and all bids for the construction of the Animal Shelter. A certified
copy of the resolution is enclosed. AIso,ret\ltiled herewith is the bid bond you
submitted with this year's bid. Thl!uk youfotsubmitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
.
. .
t
.
>
THE AMERICAN INSTITUTE OF ARCHITECTS
.
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we HAWKEYE, LLC
100 Marcus Blvd. Suite 1 IHere 'Mef1 full n.me ,nd ilddren Dr lelil lille 0' Contricto,)
Hauppauge, NY 11788
as Principal, hereinafter called the Principal, and ARCH INSURANCE COMPANY
3 Parkway Suite 1500 (Here inw,t NIl ".me and .ddtess 0, Ie..' title of SuretyJ
Philadelphia, PA 19102
a corporation duly organized under the laws of the State of MO
as Surety, hereinafter called the Surety, are held and firmly bound unto
CHere inseft full 111mI' .nd .deI,", or lept btle 01 Owner)
TOWN OF SOUTHOLD
as Obligee, hereinafter called the Obligee, in the sum of
Five percent of amount bid. Dollars (S 5% of Amount Bid),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WH EREAS, the Principal has submitted a bid for
South old Animal Shelter
(Here insert'ull n;ame, .ddress ,lnd dncriplion 01 project)
NOW. THE R EF 0 It E, if the Obligee sh.all 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 m.ay be specified in the biddins
or Confr.act Documents with good and sufficient surety for the f.ailhful pertorm.anc:e of such Contract .and for the prompt
payment of labor and mateli.al furnished in the prosecution thereof, or in the evenl of the failure 01 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 Ihe penalty
hereof between the amount specified ins.Jid bid and such l.a:rger amount for which the Obligee m.a:y in good faith contfiCt
with another party to perform the Work covered by said bid, then this obligalion shall be null and void. otherwise to rem.ain
in full force and effect.
Signed and sealed this
6th
day of
2006
~~
/ (Witness)
/
,
I ARCH I
Thomas Bean
ISe.l)
(Se./)
(Tille)
Attorney-in-Fact
AlA DOCUMENT AllO. BID BONO. AlA 8. FEBRUARY 1970 ED. THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W" WASHINGTON, O. C. 20006
1
.
. .
ACKNOWLEDGEMENT FOR CONtRACTOR'
. ACKNOWLEDGEMENT FOR CONTRACTOR, IF LIMITED LIABILITY COMPANY
STATE OF HEW YO/Y1. }
COUNTY OF 'S\). ~ O\..."-.}
ON THE ~'. DAY OF ~Q,'-Mt.~, l06 L . BEFORE ME
PERSONALLY APPEARED ~ I\~ 1\'tI "'-~ ",b , TO ME KNOWN AND
KNOWN TO ME TO BE THE _I bk _ OF HAWKEYE LLC, A
LIMITED LIABILITY COMPANY, DESCRIBED IN AND WHO EXECUTED THE
FOREGOING INSTRUMENT AND ACKNOWLEDGED TO ME THAT (S)HE
EXECUTED THE FOREGOING IN RUMENT AND ACKNOWLEDGED TO ME THAT
(S)HE EXECUTED THE SAME AS A Df{~R THE ACT AND DEED OF SAID LIMITED .
LIABILITY COMPANY.
LEO W CUNNINGHAM
Notary Public. State of New York
No. 485J341 l
'.(';~.-l ;~ C, ~ ....1', t"' ,.
~l~~.h:~,:,~u /'.' ~~:J,L", :~ID.lr.ty"'-.. dOO
Comlnl;"'S!;,'H .::10'.0" 0lS Ap, '128, ._~
~
.
· POWER OF ATTORNEY .
Know All Men By These Presents:
That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its
principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint
Gerard Macholz, Thomas Bean, Susan Ravid, Mary Alice J. Corbett, Rita Sagistano, Robert T. Pearson, Susan Lupski,
Camille Maitland, Grace Ackerson and Jeanne Garguilo of Jericho, NY (EACH)
its true and lawful Attomey(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and
on its behalf as surety, and as its act and deed:
Any and all bonds and undertakings
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the
payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond
within the dollar limit of authority as set forth herein.
The Company may revoke this appointment at any time.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its
regularly elected officers at its principal office in Kansas City, Missouri.
This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of
the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by
the undersigned Secretary as being in full force and effect:
'VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing
and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact,
and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such
officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution
adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003:
VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the
resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified
with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company.
00ML0013 00 03 03
Page 1 of 2
Printed in U.S.A.
"
. .
In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their
authorized officers, this 19th day of January , 2006
.
Arch Insurance Company
Attested and Certified
~~
r~~-"/ ~)
.h
dward M. Titus, 2 President
STATE OF NEW YORK SS
COUNTY OF NEW YORK SS
I Peter J. Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to
be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a
Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument.
appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed.
sealed with the corporate seal and delivered the said instrument as the free an voluntary act of said corporation and as
their own free and voluntary acts for the uses and purposes therein set forth.
CERTI FICA TION
PETER J. CALLEO, ESQ,
Notary Public, Stato of Now Y~rk
No.02CA6109336
QcJlflod In Now York County
Commission Explros May 3. 2008
'~
I, Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated
on behalf of the person{s) as listed above is a true and correct copy and that the same has been in full force and effect
since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said
Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached
Power of Attorney the duly elected Vice President of the Arch Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affix~d the corpora,\p seal of the Arch Insurance
Company on this 6th day of February , 20~. ~., 1 ',' /fil,,/''l
/U'i y ,/1/. /.
/',/ U/?h'A'U<'?-'"
;/ y
Martin J.tNilsen, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein
and they have no authority to bind the Company except in the manner and to the extent herein stated.
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS:
Arch Surety
3 Parkway, Suite 1500
Philadelphia, PA 19102
00ML0013 00 03 03
Page 2 of 2
Printed In U.S.A.
. ...................................................................................
ACKNOWLEDGMENT OF SURETY COMPANY
STATE OF ..U.~w.XQr~............ }
N 55
COUNTY OF ...?~.~?~............
On this ...f.~h~y....~.!...z.g.O'6............., before me personally came ........:m~..!!~..............................
to me known, who, being by me dUly sworn, did depose and say; that he/she resides in
......~.~.~~~..c.~~........................., State of .N~'<<.y9.~~............ .:., that he/she is the Attorney-in-Fact of the
."ARCll.JJjJ'lVm!;~.,<tqW'~.,. ...;.. .................................. the corporation described in which executed the
above instrument; that he/she knows the seai of said corporation; that the seal affixed to said instrument is
such corporate seal; that is was so affixed by the Board of Directors of said corporation; and that he/she signed
hlslher name thereto by like order; and the affiant did further depose and say that the Superintendent of
Insurance of the State of New York, has, pursuant to Section 1111 of the Insurance Law of the Stale. of New
York, issued 10 ARCH INSURANCE COMPANY . (Surely) hlslher certlficale of
qualificallon evidencing Ihe qualificalion of said Compan its sufficiency under any law of the Stale of New
York as surety and guarantor, and Ihe propriety of a pting an ovm' as such; and Ihal such certifIcate
has not been revoked.
NY acknowledgement
Notary Public
........................................................
By:
ii:LJ' ~
Seriior Vice Presidenl
Attest: #/1 1iU/Wr
II !:.J. ~ecretary
State of New York )
) SS
City of New York )
Fred Eichler and Martin Nilsen, being duly sworn, say that they are
Senior Vice President and Secretary, respectively, of ARCH INSURANCE COMPANY,
Missouri; and that the foregoing is a true and correct statement of financial condition
of said company, as of December 31, 2004.
Subscribed and sworn to before me, thisJllday of March, 2005
""'ryP,bI" ~~,
PETER J. CAWo, ESQ.
Notary Publla. S1a1t 01 New York
No.02CM1083a8
Qualllled In New York County
CommissIon Exp'rvt Maya, 2008
,JU/UJ. UO illUN 14:4U i'AA. t)Jl 't)~ t)14~
~UUU1UUJ TUWN U..L.KK
~002
. '
.
.
RECEIVED
ADDENDUM # 1 JAN 30 2006
Issued January 30. 2006
DEDUCTION ADDENDUM Southold Town (Ier'
TOWN OF SOUTHOLD ANIMAL SHELTER
VENDOR NAME:
)/....IIV k.. ye-
!- '- c.-
VENnORADDRESS: 100 ..Mdl"c....-T /3/vd.
J/"-""p.pd "'3"'- ~ A/'f. II 78. ~
TELEPHONE NUMBER: ~.""#7-31t!)O._ FAX: A3/- ~'f7- 3fJs:.L
DEDUCTION ADDENDUM:
The c]c:<:trica! requirements for the Southold Animal Sheller will be bid in its e1uirely "" a single bid price.
The following are alternate bid items as seen on drawing B-2 wilhin the construction documents. Please
provide separate lump sum bids subtracting from the cumulative bid price for each il<'m. The Town of
Southold will decide final inclusion or not in the contract.
Illlil'l
COST ESTJMA TE
135 KW Electric Generator, 208/120V,
3 phase, 4 wire with 400 AMP breaker
and automatic transfer switch assembly
(Generac SG0135-G36133N18CPYEC
or equivalent)
Deduct:
$ 72 000.00
,', J --'--
Kennel Visual Communications System
Deduct:
$ 1,1.00.00
--. --....-
AUTHORIZED SIGNATURE
PRlNT NAME
TITLE
DATE
".
.\
.
.
..
HAWKEYE, LLC
HALPIN LINE CONSTRUCTION, LLC,
AND
PREMIER UTll.J.TY LOCATING, LLC
COlYmI1;~ FmA.r."'lCT.&AL STATEl\t!ENTS
DECEMBER 31, 2004 AND 2003
BLOOM HOCHBERG & CO., P. C.
j
,
,
.
.
CONTENTS
Paee
INDEPENDENT AUDITORS' REPORT 1
COMBINED BALANCE SHEETS AS OF DECEMBER 31, 2004 AND 2003 2
COMBINED STATEMENTS OF INCOME AND MEMBERS' EQUITY FOR THE YEARS
ENDED DECEMBER 31, 2004 AND 2003 3
COMBINED STATEMENTS OF CASH FLOWS FOR THE YEARS ENDED DECEMBER 31,
2004 AND 2003 4
NOTES TO COMBINED FINANCIAL STATEMENTS 5-17
COMBINING BALANCE SHEET AS OF DECEMBER 31, 2004 18
COMBINING STATEMENT OF INCOME AND MEMBERS' EQUITY FOR THE YEAR
ENDED DECEMBER 31, 2004 19
COMBINING STATEMENT OF CASH FLOWS FOR THE YEAR ENDED DECEMBER 31,2004 20
INDEPENDENT AUDITORS' REPORT ON SUPPLEMENTAL INFORMATION 21
SUPPLEMENTAL SCHEDULES OF COMBINED DIRECT OPERATING EXPENSES
FOR THE YEARS ENDED DECEMBER 31, 2004 AND 2003 22
SUPPLEMENTAL SCHEDULES OF COMBINED INDIRECT OPERATING EXPENSES
FOR THE YEARS ENDED DECEMBER 31, 2004 AND 2003 23
SUPPLEMENTAL SCHEDULE OF COMBINING DIRECT OPERATING EXPENSES
FOR THE YEAR ENDED DECEMBER 31, 2004 24
SUPPLEMENTAL SCHEDULE OF COMBINING INDIRECT OPERATING EXPENSES
FOR THE YEAR ENDED DECEMBER 31, 2004 25
BLOOM HOCHBERG & CO., p, C.
CERT'''":D PUBLIC ACCOUNTANTS
>,
,
.
.
BLOOM HOCHBERG & CO., P.C.
CERTIFIED PUBLIC ACCOUNTANTS
45(!) SEVENTH AVENUE
NEW YORK. N.Y.IOI23
TELEPHONE
1~12) 244-2112
FAX
(212) 629-5058
WEB SITE
www.bhcpu.~m
To the Members of
Hawkeye, LLC, Halpin Line ConstrUCtion, LLC and Premier Utility Locating, LLC
Patchogue, New York
INDEPENDENT AUDITORS' REPORT
We have audited the accompanying combined balance sheets of Hawk eye, LLC, Halpin Line Construction, LLC and Premier
Utility Locating, LLC as of December 31, 2004 and 2003, and the related combined statements of income and members'
equity and the combined statements of cash flows for the years then ended. These financial statements are the responsibility
of the Companies' management. Our responsibility is to express an opinion on these financial statements based on our audits.
We conducted our audits in accordance with auditing staodards generally accepted in the United States of America. Those
staodards reqnire that we plan and perform the audits to obtain reasonable assurance about whether the financial statements
are free of material misstatement An audit includes examining, on a test basis, evidence supporting the amounts and
disclosures in the financial statements. An audit also includes assessing the accounting principles used and significant
estimates made by management, as well as evaluating the overall financial statement presentation. We believe that our audits
provide a reasonable basis for our opinion.
In our opinion, the financial statements referred to above present fairly, in all material respects, the combined financial
position of Hawkeye, LLC, Halpin Line Construction, LLC and Premier Utility Locating, LLC as of December 31, 2004 and
2003, and the results of their combined operations, changes in combined members' equity, and combined cash flows for the
years then ended, in conformity with accounting principles generally accepted in the United States of America.
Our audits were made for the purpose of forming an opinion on the combined financial statements taken as a whole. The
combining information on pages 18.20 is presented for purposes of additional analysis of the combined financial statements
and, in our opinion, is fairly stated in all material respects in relation to the combined financial statements taken as a whole.
;5'~ J/nJ,k/ r6;.1. c:..
Certified Public Accountants
New York, New York
March 31, 2005
I . .
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
COMBINED BALANCE SHEETS
AS OF DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
ASSETS
2004 2003
CURRENT ASSETS:
Cash and cash equivalents (Notes B(6) and B(7)) $ 2,682 $ 2,485
Contracts receivable, net of allowance for doubtful accounts of$310 and
$235 in 2004 and 2003, respectively (Notes B(2), B(7) , B(8), and C) 22,819 14,799
Costs and estimated earnings in excess of related billings on
uncompleted contracts (Note B(2) and D) 426 823
Small tools and supplies 2,078 1,975
Prepaid expenses and other current assets 1.069 1.259
Total current assets 29.074 21.341
PROPERTY AND EQUIPMENT, at cost, net of accumulated depreciation
and amortization ofS10,824 and $8,117 in 2004 and 2003, respectively
(Notes A(2), B(4), E, I, and J) 11.627 12.649
OTHER ASSETS:
Due from affiliates (Note K) 3,180 2,948
Goodwill (Notes A(2) and B(II)) 1,100 1,100
Investment in Greenport Power, LLC (Note A(4) and F) 789
Marketable equity securities (Notes B(3), G, H, and J) 173 164
Total other assets 4.453 5.001
TOTAL ASSETS (Note H) $ 45154 $ 3~ 991
LIABILITIES AND MEMBERS' EOillTY
CURRENT LIABILITIES:
Accounts payable $ 5,079 $ 4,676
Accrued expenses 6,063 4,178
Notes payable (Notes G and H) 7,741 6,389
Current portion of equipment related debt (Note I) 1,343 1,923
Billings in excess of costs and estimated earnings on uncompleted
contracts (Note B(2) and D) 431
Total current liabilities 20.657 17.166
NON-CURRENT LIABILITIES:
Equipment related debt, less current portion (Note I) 1,710 2,413
Mortgage payable, affiliate (Notes J and K) 2.625 2.625
Total non-current liabilities 4.335 5.038
TOTAL LIABILITIES 24,992 22,204
COMMITMENTS AND CONTINGENCIES (Note L)
MEMBERS' EQUITY 20.162 16787
TOTAL LIABILITIES AND MEMBERS' EQUITY $ 45154 $ 18991
See notes to combined financial statements.
BLOOM HOCHBERG & co., P. c. (2)
____._.__ _.._.... .........'.........T..
I
.
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
COMBINED STATEMENTS OF INCOME AND MEMBERS' EQUITY
FOR THE YEARS ENDED DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
2004 2003
%To %To
Sales Sales
INCOME:
Sales (Notes B(2) and B(7)) $ 109,195 100.0 $ 78,414 100.0
Direct operating expenses 88.488 JLQ 64.503 82.3
Gross profit 20,707 19.0 13,911 17.7
Indirect operating expenses 14.113 12.9 11.675 ~
Income from operations 6,594 6.1 2,236 ~o
~.O
Other:
Equity in (loss) earnings of Greenport Power, LLC
(Note F) (89) (.1) 1,288 1.6
Gain on sale of equipment 29 112 .2
Loss on sale of securities (Notes B(3), G, H) (28)
Interest income 206 .2 274 .4
Interest expense (Notes H, I, J, and K) (373) ~ (292) ~
Net income 6,339 -U 3,618 -U
MEMBERS' EQUITY:
Beginning of the year, January 1 16,787 13,112
Distributions (3,000)
Change in unrealized loss on marketable equity
securities (Notes B(3) and G) 36 57
End of the year, December 31 $ 20162 $ ]6787
See notes to combined financial statements.
(3)
BLOOM HOCHBERG & co., P. e.
.._......... ..... ,.. ......n..NTANT!lo
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
COMBINED STATEMENTS OF CASH FLOWS
FOR THE YEARS ENDED DECEMBER 3 1,2004 AND 2003
(IN THOUSANDS)
INCREAS'E (DECREASE) IN CASH (Note B(6)):
Cash flows from operating activities:
Net income
Adjustments to reconcile net income to net cash provided by operating
activities:
Equity in loss (earnings) of Greenport Power, LLC
Depreciation and amortization
Gain on sale of equipment
Loss on sale of securities
(Ii1crease) decrease in contracts receivable
Decrease (increase) in costs and estimated earnings in excess of
reiated biiiings on uncompleted contrac+~
Increase in small tools and supplies
Decrease in prepaid expenses and other current assets
Increase in accounts payable and accrued expenses
Increase in billings in excess of costs and estimated earnings on
uncompleted contracts
Net cash provided by operating activities
Cash flows from investing activities:
Capital expenditures
Decrease in due from officer
(Increase) decrease in due from affiliates
Distnbutions from Greenport Power, LLC, net
Purchase of Halpin Line Constroction
Proceeds from the sale of equipment
Net cash used in investing activities
Cash flows used in financing activities:
Repayment of notes payable and long-term debt
Distributions
Net cash used in fmancing activities
Net increase (decrease) in cash
CASH AND CASH EQUIVALENTS:
Beginning of the year, January I
End of the year, December 31
SUPPLEMENTAL DISCLOSURE OF CASH FLOW INFORMATION:
Cash paid during the year for:
Interest, including equipment loans
SUPPLEMENTAL DISCLOSURE OF NON-CASH INVESTING AND
FINANCING ACTIVITIES:
The Company received seller financing of $363 and $1,907 for the
acquisition of equipment in 2004 and 2003, respectively.
See notes to combined financial statements.
BLOOM HOCHBERG & co., P. c.
CI:ATlrll:O "UBlIC .-.CCOUNTANTS
2004
$
6,339
89
2,774
(29)
28
(8,020)
397
(103)
190
2,288
431
4.384
(1,398)
(232)
700
39
(891)
(296)
13.000)
(3.296)
197
2.485
$ 2682
$
934
2003
$
3,618
(1,288)
2,636
(112)
5,708
(101)
(812)
108
2,163
11.920
(1,372)
383
2,484
499
(2,360)
265
(101)
(18,521)
(18.521 )
(6,702)
9.187
$ 2485
$
1,010
(4)
,
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
. AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN rnOUSANDS)
(Note A) Backnound:
(1) Hawkeve. LLC:
On March 30, 1999, Keyspan Energy Construction, LLC ("KSEC") was formed by KeySpan Operating Services,
LLC ("KOS") (51% member) and WJH Holding, LLC ("WJH") (49% member). The entity was formed to provide
a full range of field services to electric utilities, including overhead and underground electric, installation of fiber-
optics, and power plant/substation construction, maintenance and expansion.
On June 23, 1999, Hawkeye Construction, LLC ("H-C") was formed by WJH (100% member) to provide a full
range of field services to gas uti1ities, as well as to perform general contracting, telecommunication, and utility
locating services.
On June 20, 2000, WJH Equities, LLC ("WJHE") purchased KOS's 51% interest in KSEC, and challged the mune
of the entity to Hawkeye Electric, LLC r'H-E").
On December 31, 2003, H-C and H-E were merged. The surviving entity was renamed Hawkeye, LLC
("Hawkeye").
On December 31, 2003, WJH and WJHE were merged. The surviving entity was renamed Hawkeye Group, LLC
("HG"). HG is 100% owned, directly and indirectly, by William Haugland, Hawkeye's President.
(2) Halnin Line Construction. LLC:
On May 5, 2003, Halpin Line Construction, LLC ("Halpin") was formed by WJH to acquire certain assets of Halpin
Inc., and hire Thomas Halpin under a 10 year employment contract. Under the terms of the contract, he is entitled to
incentive compensation based on the profitability of Halpin. On June 1,2003, Halpin hired the employees of Halpin
Inc. and commenced the operations reflected in the accompanying financial statements. The acquisition was
accounted for using the purchase method. All significant intercompany accounts and transactions have been
eliminated. In connection with this acquisition, the purchase price was allocated as follows: .
Vehicles and trucks
Equipment and tools
Leasehold improvements
Goodwill
Employment contract
$
700
125
119
1,100
316
Total
$
2360
(5)
BLOOM HOCHBERG & CO., P. C.
.
~
.
.
HAWKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN TIfOUSANDS)
(Note A) Back2rollnd (continued):
(3) Premier Utility Locatinl!. LLC:
On July 5, 2001, Premier Utility Locating, LLC ("Premier") was formed by HoC to provide markoot services to
telecommunication companies and electric, gas and water utilities, as well as leak detection services to gas utilities. .
The Company commenced operations in October 200 I, using Hawkeye employees and equipment.
On December 31, 2003, ownership of Premier was transferred to H-G. Premier currently is a stand-alone entity with
its own employees.
Collectively, Hawkeye, Halpin and Premier are hereafter referred to as "the Company." AIl entities are currently
100% owned, directly and indirectly, by William Haugland, the Company's President.
(4) Construction and Ownersbin of 54 MCl!awatt. Generatinl! Facility In Greenoort:
On December 17, 2002, a joint venture, Greenport Power, LLC ("GP"), was formed by H-E and Northeast
Generation Services ("NGS"). Its sole purpose was to build a 54 megawatt generating facility in the village of
Greenport, Long Island for an unrelated developer, Global Common Greenport, LLC ("GCG").
In March, 2003, when GCG's original owners were unable to obtain financing for the project, H-E purchased 100%
of GCG, and contracted with GP to build the power plant.
In connection with the construction, GP purchased materials and hired subcontractors, including Hawkeye and NGS.
Both Hawkeye and NGS, in accordance with GP's operating agreement, invoiced the partnership for labor,
equipment, subcontractor, material and other costs incurred in connection with the project, at cost plus an overhead
allocation (Note F). Construction was substantially completed in July, 2003. The joint venture will be dissolved in
2005 after the warranty period ends. Hawkeye's investment in GP has been recorded herein under the equity
method of accounting.
H-E's 100% interest in GCG was distributed to HG on December 31, 2003, and GCG was renamed Hawkeye
Energy Greenport, LLC "REG".
(Note B) Summary of Sil!nificant Accountlnl! Policies:
(1) Orl!anization:
KSEC was formed on March 30,1999 under the laws of New York State. The entity's legal name was changed to
H-E in June, 2000.
H-C was formed on June 23, 1999 under the laws of New York State, and commenced operations in November.
]999.
Halpin was formed on May 5, 2003 under the laws of New York State, and commenced operations in June, 2003.
Premier was formed on July 5, 200 I under the laws of New York State, and commenced operations in October,
2001.
(6)
BLOOM HOCHBERG & co., P. c.
,.rOT,r,rn .....'-Ie ACCOUNTANTS
,
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note B) Summary ofSil!Dificant Accountinl! Polieles (continued):
(2) Income Recol!nition:
The Company performs lump sum, unit-price, and time and material contracts.
In connection with lump sum contracts, income is recognized in the accompanying financial statements under the
percentage of completion method. Under the percentage of completion method, estimated revenue is recognized on
contracts in progress according to the relationship between costs incurred as of the report date, to total projected
costs. Contract costs include all direct labor, equipment, subcontractor, niaterial and other direct costs related to
contract performance. In the event a loss is anticipated on a contract in progress, the entire anticipated loss is
recognized currently. Changes in job performance, job conditions and estimated profitability, may result in
revisions to costs. Due to the ir..'terent uncertJ:linties in the estimate of the percentage complet~ it is possible that the
Company's estimate of income could change in the near term.
In connection with unit-price contracts, revenue is earned throughout the contract as units are completed. Income on
unit-price contracts is recognized in the accompanying financial statements under the accrua1 method.
In connection with time and material contracts, revenue is earned based on a fixed hourly rate for labor and
equipment. Accordingly, income on time and material contracts is recognized in the accompanying financial
statements under the accrual method.
The asset "costs and estimated earnings in excess of related biDings on uncompleted contracts" represents revenues
recognized in excess of amounts billed on lump sumjobs in progress at year end. The liability "billings in excess of
costs and estimated earnings on uncompleted contracts" represents amounts billed in excess of revenues recognized
on lump sum jobs in progress at year end.
(3) Marketable Eouity Securities:
Marketable equity securities are classified as available for sale, and are reported at fair value. Unrealized gain or
loss is excluded from net income, and is reported as a separate component of members' equity.
(4) Pronertv. EouiDment. and DeDreelation:
Property and equipment are recorded at cost. Depreciation is computed using the straight line method over the
estimated useful lives of the assets.
When properties are retired, or otherwise disposed of, the cost and related accumulated depreciation are removed.
from the accounts, and the resulting gain or loss is credited or charged to operations. The policy of the Company is
to charge amounts expended for maintenance and repairs to expense, and to capitalize expenditures for major
replacements and betterments.
(5) Income Taxes:
Hawkeye, Halpin and Premier are limited liability companies. Therefore, their taxable income or loss is reported by
the Companies' members on their income tax returns. Accordingly, there is no provision for Federal or State income
taxes herein.
(7)
BLOOM HOCHBEAG & co., P. C.
...rDTlr,rn "U.UC ACCOUNTANTS
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note B) SummarY of SillDificant Accountin2 Policies (continued):
(6) Cash Flows:
For purposes of reporting cash flows, cash includes demand deposits, amounts due from banks, and all short-term
investments with an original maturity of three months or less.
(7) Concentrations:
A financial instrument which potentially exposes the Company to a concentration of credit risk, as defmed by
Statement No. 105, is contracts receivable.
The Company's la.-gest customer is KeySpan Energy and Affiliates ("Keyspan"). Keyspan owns the gas system and
the majority of the power plants on Long Island. Keyspan also manages the electric transmission and distribution
system on Long Island for the system's owner, the Long Island Power Authority ("LIP A"). LIP A is a corporate
municipal instrumentality of the State of New York.
Keyspan directly accounted for 16% and 28% of the Company's 2004 and 2003 combined sales, respectively. In.
addition, Keyspan accounted for 18% and 23% of the Company's combined contracts receivable as of December 31,
2004 and 2003, respectively.
LIP A, indirectly through Keyspan, accounted for 18% and 17% of the Company's 2004 and 2003 combined sales,
respectively. In addition, LIPA accounted for 12% and 14% of the Company's combined contracts receivable as of
December 31, 2004 and 2003, respectively.
Management does not believe significant credit risk exists at December 31, 2004.
The Company also maintains cash balances at a high quality financial institution in excess of the $100 insured by the
Federal Deposit Insurance Corporation.
(8) Contracts Receivable:
The Company provides an allowance for doubtful collections based upon a review of outstanding receivables,
historical collection information, and existing economic conditions. Contract receivables are typically due 30 days
after issuance of an invoice. Invoices are generated upon meeting billing requirements as stipulated in the particular
contract. Contract retentions are billed upon completion, and are due 30 days after acceptance by the customer.
Delinquent receivables are written off based on individual credit evaluation and specific circumstances of the
customer.
(9) Use of Estimates:
The preparation of financial statements in conformity with generally accepted accounting principles requires
management to make estimates and assumptions that affect the reported amounts of assets and liabilities. disclosure
of contingent assets and liabilities as of the date of the financial statements, and the reported amounts of revenues
and expenses during the reporting period. Actual results could differ from those estimates.
(8)
BLOOM HOCHBERG & CO., P. C.
ctRTIF"ED pueLlC ACCOUNTANTS
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note B) SummarY of Silmificant Accountinll Policies (continued):
(10) Advertislnll Costs:
The Company expenses advertising costs as incurred. Advertising expense amounted to $117 and $153 in 2004 and
2003, respectfully.
(11) Goodwill:
In connection with the acquisition of certain assets of Halpin Inc. (Note ,A(2)), $1,100 of the purchase price was
allocated to goodwill. The Company bas adopted Financial Accounting Standards Board (FASB) No. 142, which
requires annual testing of goodwill. The Company has determined the goodwill has not been' impaired and therefore
no impairment loss has been recognized.
(12) Deferred Costs:
In connection with the acquisition of certain assets of Halpin Inc. (Note A(2)), the Company paid Tom Halpin, the
owner of Halpin Inc., a signing bonus of $316. The bonus bas been capitalized, and is being amortized on a straight
line basis over 60 months.
(13) Reclassifications:
Certain reclassifications have been made to the 2003 financial sta!ements so that they conform to the 2004
presentation.
(Note C\ Contracts Receivable:
The following is a breakdown of contract receivable balances at December 31, 2004 and 2003:
2004 2003
Billed as of December 31:
Completed contracts $ 19,272 $ 7,684
Contracts in progress 1,970 4,487
Retainage 980 297
Unbilled as of December 3 I 907 2.566
Subtotal 23,129 15,034
Less: allowance for doubtful accounts (3\0) (235)
Net contracts receivable $ 22819 $ 14799
(9)
BLOOM HOCHBEAG & co., P. C.
.........'r'r.. D.,..,,.. It.~l":OUNT...NT5
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note m Contracts in Proszress:
Costs and Estimated Earnings in Excess of Related Billings on Uncompleted Contracts:
2004 2003
Costs incurred on uncompleted contracts $ 2,801 $ 8,507
Estimated earnings 35 1,396
Less: billings to date (2.4101 (9.080)
Costs and estimated earnings in excess of related billings on uncompleted contracts $ 426 $ 823
Billings in Excess of Related Costs and Estimated Earnings on Uncompleted Contracts:
Costs incurred on uncompleted contracts
Estimated earnings
Less: billings to date
$ 1,344
358
(2.133)
$
Billings in excess of related costs and estimated earnings on uncompleted contracts $
(431)
$
(Note E) Pronem and EauiDment:
The following is a summary of property and equipment as of December 31, 2004 and 2003.
December 31. 2004: Accumulated Net Book
DeDreciable Life Cost Deoreciation Value
Land (I) $ 751 $ - $ 751
Building and
. improvements (I) 39 years 4,092 447 3,645
Heavy equipment (2) 6 years 8,249 4,188 4,061
Autos and truck (3) 3 to 8 years 5,183 3,100 2,083
Light equipment (4) 3 years 3,178 2,525 653
Office furniture
and equipment 4 to 7 years 998 564 434
Totals $22451 $10824 $ 11 627
(I) Pledged as collateral for mortgage payable.
(2) $3,256 (at cost) is pledged as collateral for long-term debt.
(3) $1,992 (at cost) is pledged as collateral for long-term debt.
(4) $62 (at cost) is pledged as collateral for long-term debt.
(10)
BLOOM HOCHBERG & co., P. C.
__~........ ..".. ,I" .,.,.rUINTAN"!1
.
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note E) Prooertv and Eouioment (continued):
Autos and trUck
Light equipment
Office furniture
and equipment
(7)
{R'
,-,
3 to 8 years
3 years
Accumulated Net Book
Cost Deoreciation Value
$ 751 $ $ 751
3,797 352 3,445
7,999 3,097 4,902
4,811 2,128 2,683
2,636 2,165 471
772 375 397
$20766 S 8 117 S 12649
December 3 I. 2003:
Deoreciable Life
Land
Building and
improvements
Heavy equipment
(5)
(5)
(6)
39 years
6 years
4 to 7 years
Totals
(5) Pledged as collateral for mortgage payable.
(6) $6,769 (at cost) is pledged as collateral for long-term debt
(7) $2,826 (at cost) is pledged as collateral for long-term debt
(8) $43 (at cost) is pledged as collatera1 for long-term debt
Depreciation and amortization expense for the years ended December 31, 2004 and 2003 was $2,774 and $2,636,
respectively.
(Note F) Investment in Greenoort Power LLC:
In December 2002, the Company entered into an agreement with NGS to form a joint venture, GP, to constrUct a 54-
megawatt, generating facility in the village of Greenport, Long Island (Note A(4)). Hawkeye owns a 50% interest in the
joint venture and accounts for this interest under the equity method.
The changes in the recorded amount of the investment for the year ended December 31,2004 are summarized as follows:
Carrying value, beginning of year
Pro-rata share of net loss
Distribution of capital
$
789
(89)
nOO)
Carrying value, end of year
$
(11)
BLOOM HOCH BERG & co., P. C.
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note G) Marketable Eauity Securities:
The cost and fair value of marketable equity securities as of December 31, 2004 are as follows:
Cost
Unrealized
. Losses
Fair
Value
Available for sale securities:
Common stocks
,
S 379
$
206
S 173
These marketable equity securities are collateral for margin debt (Note H).
(Note Hl Notes Pavable:
2004
2003
Notes payable due at December 31, 2004 and 2003 are as follows:
Revolving credit facility with a bank, in the amount of $10 million. The facility is
used for working capital, and the undrawn amount accrues interest at the rate of
prime plus .75%. The Company's borrowing capacity is based on a percentage of
the Company's eligible accounts receivable. The facility is collateralized by all of
the Company's present and future personal property and is guaranteed by the
Hawkeye Group, the Company's President, and Hog Wild Associates, Inc. The
facility expires on April 29, 2005. .
$
7,676
$ 6,326
Margin debt to acquire marketable equity securities. The debt bears interest at a
variable rate, and is collateralized by the marketable equity securities owned.
65
63
Total notes payable
$
7741
$
6389
Interest expense on notes payable was $373 and $292 for the years ended December 31, 2004 and 2003, respectively.
(12)
BLOOM HOCHBERG & CO., P. C.
rrJlTIl'U:D PUBLIC ACCOUNTANTS
.
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 3!, 2004 AND 2003
(IN THOUSANDS)
(13)
BLOOM HOCHBERG &CO., P. C.
"rOT'r,rn .."... I~ ACCOUNTANTS
"
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note n Eauiomeot Related Debt (continued):
Maturities of equipment related debt over the next five years and in the aggregate are as follows:
Year Ending
December 31. Amount
2005 $ 1,343
2006 1,046
2007 284
2008 207
2009 55
Thereafter 118
Total $ 3053
Interest expense on equipment related debt was $229 and $326 for the years ended December 31, 2004 and 2003,
respectively.
(Note 1\ Mort28l!e Pavable. Affiliate:
2004
2003
The following is the Company's mortgage payable to an affiliate at December 31,
2004 and 2003:
Purchase money mortgage payable to Hog Wild Associates, Inc., a corporation
wholly-owned by the President of the Company, executed in connection with the
acquisition of the land and building located in Patchogue, New York. Interest on
the note is payable in monthly installments of $19 beginning on December 31,
1999. The note bears interest at 8 1/2%, and bas a balloon payment due on March
29,2007. The note is secured by the Patchogue land and building purchased. In
connection with the fmancing for the Greenpnrt power plant owned by Hawkeye
Energy Greenpnrt, LLC (Note A(4)), Hog Wild Associates, Inc. subordinated the
purchase money mortgage payable to the Greenport Power Plant note until the
occurrence of certain events, as defined. The Company believes that such events
will occur in 2005.
S 2625
$ 2625
. (Note I() Related Party Transactions:
Interest expense on the $2,625 mortgage payable to Hog Wild Associates, Inc. was $224 for each of the years ended
December 31, 2004 and 2003 (Note 1).
The Company permits its President and affiliates to borrow money at fair market interest rates. The current balance due from
Hog Wild Associates, Inc will be repaid when the Company satisfies its $2,625 subordinated mortgage payable to Hog Wild
Associates, Inc.
(14)
BLOOM HOCHBERG & co., P. C.
CEAT'F',r:O PUBLIC ACCOUNTANTS
"
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTESTOCOMBINEDFINANC~STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note Kl Related Party Transactions (continued):
During 2004, as the manager of the Greenport Power Plant, Hawkeye charged HEG a fee of $500 for services rendered.
During 2003, as the developer of the Greenport project, Hawkeye charged GCG a fee of $800 for services provided by
Hawkeye. The fees are included in sales in the accompanying income statement for the respective years.
(Note L) Commitments and Continl!endes:
During 2004, the Company signed a triple net lease on land and a building located in Hauppauge, New York. The real estate
is owned by a partnership "100 Marcus LLC", and the Company's parent, HG, owns a majority interest in such partnership.
During 2004, the Company elected to defer occupancy of the building to permit substantial renovations and improvements to
be made to the building. It is the Company's intention to relocate its home office to Hauppauge in May 2005, after the
renovations have been completed. The cost of the renovations will be paid by 100 Marcus LLC. As a result, the Company is
in the process of renegotiating the lease to increase the montMy rental payments from $62 to approximately $83 per month.
The new lease will commence at occupancy and terminate on or about December 31, 2018.
Future minimum rental payments payable by the Company under this operating lease are expected to be as follows:
Year Ending
December 31. Amount
2005 $ 667
2006 1,001
2007 1,001
2008 1,001
2009 1,001
Thereafter 9.010
Total $ 1~ 681
The Company is permitted to sublease the real property, and has sublet a significant portion of the leased land and building.
The term of the current subleases range from three to seven years. The building will have full occupancy in 2006.
Future minimum rental payments receivable under operating subleases currently in force are as follows:
Year Ending
December 3 1. Amount
2005 $ 450
2006 810
2007 624
2008 75
2009 77
Thereafter 216
Total $ 2252
(IS)
BLOOM HOCHBERG & CO., P. C.
C~JtTI'IIE:O ,"ueLlc .-.CCOUNTANTS
I
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN THOUSANDS)
(Note L) Commitments and Continl!encies (continued):
The Company bas signed a triple net lease on vacant land located in Medford, New York. The Company bas set up trailers
on the site as temporary offices for project managers. In addition, it uses the space to park vehicles and beavy equipment,
as well as store materials and tools. The property in owned by an affiliate, Horseblock Properties LLC. The lease
commenced on September 1,2004 and ends on August 3 1,2009, and, cal1s for montbly payments of $39. The Company is
permitted to sublet this land.
Future minimum rental payments payable under this operating lease is as follows:
Year Ending
December 31. Amount
2005 $ 468
2006 468
2007 468
2008 468
2009 312
Total $ 2184
The Company leases machinery, equipment, and vehicles under operating leases expiring at various dates from June, 2002
through July, 2010.
Future minimum rental payments payable under these operating leases are as follows:
Year Ending
December 31. Amount
2005 $ 2,165
2006 1,826
2007 1,306
2008 734
2009 340
Thereafter 3
Total $ 6374
The Company's total rental payments under operating leases and month to month rentals were $4,199 and $3,638 for the
years ended December 31, 2004 and 2003, respectively.
The Company leases Halpin's office in Weymouth, Massacbusetts. The triple net lease calls for payments of $4 a month
and expires in May, 2011. The Company has the right oftirst refusal if the building is offered for sale.
(16)
BLOOM HOCHBERG &. co., P. C.
I
"
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
NOTES TO COMBINED FINANCIAL STATEMENTS
DECEMBER 31, 2004 AND 2003
(IN TIIOUSANDS)
(Note L) Commitments and Continl!encies (continued):
The Company leases Premier's office space in Patchogue, New Y orlc. The lease calls for payments of $2 a month and
expires in January, 2005. The lease is renewed on a month to month basis.
The Company leases Hawkeye's office space in Connecticut The lease is for $1 a month and expires in July, 2007.
The Company's rental payments for office space totalled $271 and $47 for the years ended December 31, 2004 and 2003,
respectively.
The Company provides direct labor support on an as needed basis to aid in the operations of the Greenport power plant
owned by HEG (Note A(4)). Such charges are included in sales and total $224 and $108 for the years ended December 31,
2004 and 2003, respectively.
.-..
(Note M) Backlol!:
The following schedule shows a reconciliation of backlog representing the amount of revenue the Company expects to
realize from work to be performed on uncompleted projects in subsequent years.
Contracts in progress, December 31, 2004
$
1,620
Contracts awarded but not started by December 31, 2004
76.212
Total backlog as of December 31,2004
$ 77 832
In addition, between January I and March 12, 2005, the Company entered into additional construction contracts with.
anticipated revenues of$18,904.
(Note N) Subseouent Events:
During 2005, the Company expects to advance a total of approximately $1,900 to the real estate partnership that owns the
Hauppauge, New York land and building that will house the Company's home office in May, 2005. These advances will
pennit the partnership to pay for those improvements to the premises desired by the Company. It is anticipated that all
advances will be repaid to the Company in May, 2005, after the partnership restructures its debt.
After relocating, the Company plans to continue to occupy the land and building it currently owns and occupies in
Patchogue, New York. The Company will attempt to sublet the unused portion of the Patchogue land and building.
(17)
BI.OOM HOCHBERG & CO., P. e.
~~.....,..... .......... ......"'''..T....T..
" . .
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
COMBINING BALANCE SHEET
AS OF DECEMBER 31, 2004
(IN THOUSANDS)
ASSETS
Halpin Line Premier
Hawkeye, Construction, Utility,
Combined Eliminations LLC LLC Locatin2 LLC
CURRENT ASSETS:
Cash and cash equivalents $ 2,682 $ $ 2,446 $ 105 $ 131
Co/lll'llClS receivable, net 22,819 17,355 3,688 1,776
Costs and eslimaIed earnings in excess of related
billings on uncompleted contracts 426 426
Small tools and supplies 2,078 1,680 375 23
Prepaid expenses and other cunent assets 1.069 851 216 2
Total current assets 29.074 22758 4.384 1.932
PROPERTY AND EQUIPMENT, at cost, net of
accumulated depreciation and amortization 11 627 10.193 1.249 185
OTHER ASSETS:
Due from affiJiates 3,180 (1,314) 4,494
Goodwill 1,100 1,100
Marl<etable equity securities 173 173
Total other assets 4453 11 314) 4.667 1100
TOTAL ASSETS ~ 45154 ~ (1 114) ~ l7618 ~ 6733 ~ 211'7
LIABILITIES AND MEMBERS' EOUITY
CURRENT LIABILITIES:
Accounts payable $ 5,079 $ $ 4,712 $ 288 ~ 79
Acaued expenses 6,063 3,033 2,919 III
Notes payable 7,741 7,741
Cwrent portion of equipment relalJ:d debt 1,343 1,058 285
Billings in excess of costs and eslimaIed earnings
on uncompleted contracts 431 384 47
Due to affiliates (1.314) 553 761
Total current liabilities 20.657 (1.314) [6.928 4.092 951
NON-CURRENT LIABILITIES:
Equipment related debt, less current portion 1,710 1,106 604
Mortgage payable, affiliate 2625 2.625
Total non-cwrent liabilities 4.335 3.731 604
TOTAL LIABILITIES 24,992 (1,314) 20,659 4,696 951
MEMBERS' EQUITY 20.162 16.959 2.037 1.166
TOTAL LIABILITIES AND MEMBERS' EQUITY ~ 45 [54 ~ (1 314) ~ ~7 618 ~ 6711 ~ 2 111
See notes to combined financial statements.
(18)
BLOOM HOCHBERG &. co., p, e.
.................. .".. ,.. .....~OUNTANT~
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
COMBINING STATEMENT OF INCOME AND MEMBERS' EQUITY
FOR TIffi YEAR ENDED DECEMBER 31, 2004
(IN THOUSANDS)
Premier
Halpin Lin. Utility
Hawkey.. Construction, Locating,
Combined Eliminations LLC LLC LLC
INCOME:
Sales $ 109,195 $ 1,076 $ 79,251 $ 22,777 $ 8,243
Direct operating expenses 88.488 (1.0761 64.798 18.634 6.132
Gross profit 20,707 14,453 4,143 2,1ll
Indirect opernting expenses 14.113 11.325 1.950 838
Income from operatioos 6,594 3,128 2,193 1,273
Other:
Equity in loss of Greenport
Power, LLC (89) (89)
Gain on sale of equipment 29 29
Loss on sale of securities (28) (28)
Interest income 206 276 482
Interest expense (373) (276) (373) (210) (66)
Management fees 482 (356) (126)
Net income 6,339 3,631 1,627 1,081
MEMBERS' EQUITY:
Beginning of the year, January I 16,787 16,292 410 85
Distnbutioos (3,000) (3,000)
Change in unrealized loss on
marketable equity secmities 36 36
End of the year, December 31 $ 20 ]62 $ $ ]6959 $ 2037 $ ] 166
See notes to combined financial statements.
(19)
BLOOM HOCHBERG & CO., P. C.
l
"
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
COMBINING STATEMENT OF CASH FLOWS
FOR THE YEAR ENDED DECEMBER 31,2004
(IN THOUSANDS)
Premier
Halpin Line Utility
Hawkey.. Conslruction, Locating,
Cnmbined Eliminations LLC LLC LLC
INCREASE (DECREASE) IN CASH:
Cash flows from operating activities:
Net income $ 6,339 $ - $ 3,631 $ 1,627 $ 1,081
Adjustments to reconcile net income to
net cash provided by (used in) operating activities:
Equity in loss of Greenport Power, LLC 89 89
Depreciation and amortization 2,774 2,241 494 39
Gain on sale of equipment (29) (29)
Loss on sale of securities 28 28
Increase in contracts receivable (8,020) (5,652) (737) (1,631)
Decrease in costs and estimated earnings in excess ofrelated
billings on uncompleted contracts 397 79 205 113
(Increase) decrease: in small tools and supplies (103) 65 (151) (17)
Decrease (increase) in prepaid expenses and other current assets 190 128 63 (I)
lncroase in accounts payable and accrued expenses 2,288 235 1,862 191
Incr<ase in billings in excess of costs and estimaled earnings on
uncompleted contracts 431 384 47
Net cash provided by (used in) operating activities 4.384 1199 3.410 (225\
Cash flows from investing activities:
Capital expenditures (1,398) (1,083) (262) (53)
(Increase) decrease: in due from afIiliates (232) 2,633 (3,078) 213
Distributions from Greenport Power, LLC, net 700 700
Proceeds from the sale of equipment 39 39
Net cash (used in) provided by investing activities 1891\ 2.289 (3.340\ 160
Cash flow from financing activities:
Repayments of notes payable and long-tmn debt (296) (28) (268)
Distributions (3 000\ (3.000\
Net cash used in financing activities 13.296\ (3.028\ (268\
Net increase (decr<ase) in cash 197 460 (198) (65)
CASH AND CASH EQUIVALENTS:
Beginning of the year, JanU3l}' I 2.485 1.986 303 [96
End of the year, December 31 $ 2682 $ $ 2446 $ 105 $ 131
See notes to combined fmancial statements.
(20)
BL-OOM HOCHBERG & CO., p. c.
..
,
.
.
BLOOM HOCHBERG & CO., P.C.
CERTlFIEO PUBLIC ....CCOUNTANTS
4$0 SEVENTH AVENUE
NEW YORK, N.Y.IOI23
TELEPHONE
12121244-2112
FAX
(212) 629-5058
WEB SITE
www.bhcpas.com
To the Members of
Hawkeye, LLC, Halpin Line Construction, LLC and Premier Utility Locating, LLC
Patchogue, New York
INDEPENDENT AUDITORS' REPORT
ON SUPPLEMENTAL INFORMATION
Our report on our audits of the combined financial statements of Hawkeye, LLC, Halpin Line Construction, LLC and Premier
Utility Locating, LLC for the years ended December 31, 2004 and 2003 appears on page I. The audits were conducted for
the purpose of forming an opinion on the combined financial statements taken as a whole. The accompanying supplemental
schedules of combined and combining direct operating expenses, and combined and combining indirect operating expenses
are presented for purposes of additional analysis and are not a required part of the basic financial statements. Such
information has not been subjected to the auditing procedures applied in the audits of the combined financial statements, and
accordingly, we express no opinion on it
13~ 1I~J.u,/f'c.., I. c:.
Certified Public Accountants
New York, New York
March 31, 2005
.
. '>
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
SUPPLEMENTAL SCHEDULES OF COMBINED DIRECT OPERATING EXPENSES
FOR THE YEARS ENDED DECEMBER 31,2004 AND 2003
(IN THOUSANDS)
See independent auditors' report on supplemental information (page 21),
and notes to combined financial statements.
(22)
BLOOM HOCHBERG & co., P. C.
"' r ~ '):
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTll..ITY LOCATING, LLC
SUPPLEMENTAL SCHEDULES OF COMBINED INDIRECT OPERATING EXPENSES
FOR THE YEARS ENDED DECEMBER 31,2004 AND 2003
(IN THOUSANDS)
See independent auditors' report on supplemental information (page 21),
and notes to combined financial statements.
(23)
BLOOM HOCHBEAG & co., P. c.
... ,. '\-'
,
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMIER UTILITY LOCATING, LLC
SUPPLEMENTAL SCHEDULE OF COMBlNlNG DIRECT OPERATING EXPENSES
FOR THE YEAR ENDED DECEMBER 31, 2004
(IN THOUSANDS)
Premier
Halpin Line Utility
Hawkeye, Construction, Locating,
DIRECT OPERATING EXPENSES: Combined Eliminations LLC LLC LLC
Payroll:
Salaries $ 3~,478 $ $ 22,894 $ 9,409 $ 3,175
Union benefits 12,910 9,432 3,228 250
Payroll taxes 3,450 2,152 1,008 290
Insurance 3427 2.425 833 169
55.265 36.903 14478 3884
Equipment
Equipment and truck rental 4,199 2,425 1,170 604
Depreciation of vehicles and
equipment 2,490 2,009 460 21
Truck and automobile expenses 1,727 1,294 413 20
Repairs and maintenance 1,857 1,334 472 51
Insurance 629 532 94 3
Interest on equipment loans 229 166 63
1\131 7.760 2.672 699
Material and supplies:
Materials and supplies 6,421 6,284 75 62
Small tools and safety equipment 1,329 1,066 253 10
Purchase discounts 119). 117) (2)
7.731 7.333 326 72
Other:
Subcontracting 1\,389 (1,076) 10,836 578 1,051
Job expenses 2,641 1,735 527 379
Telephone 331 231 53 47
14.361 (\ 076) 12802 I 158 1.477
Total direct operating expenses ~ 88 488 $ (1076) $ 64 798 $ lR 634 $ 6132
See independent auditors' report on supplemental information (page 21),
and notes to combined financial statements.
(24)
BLOOM HOCHBERG & co., P. C.
'" '<: ";)
.
.
HA WKEYE, LLC,
HALPIN LINE CONSTRUCTION, LLC,
AND PREMlER UTILITY LOCATING, LLC
SUPPLEMENTAL SCHEDULE OF COMBINING INDIRECT OPERATING EXPENSES
FOR THEYEARENDEDDECEMBER31,2004
(IN THOUSANDS)
See independent auditors' report on supplemental infonnation (page 21),
and notes to combined fmancial statements.
(25)
BLOOM HOCHBERG & CO., P. C.
. .
SECTION 00300 - PROPOSAL PACKAGE
,
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
(Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
00300 Proposal Package 1 of 14
s'nON 00300 - PROPOSAL PACKAI
BIDDER'S CHECK LIST
~ <
I
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening. .
D
D
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required inthe
Invitation to Bid.
D
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
D
D
D
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
)
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
SEllON 00300 - PROPOSAL PACKA~
VENDOR NAME: lItJt.wJe-l/t"_ LJ... C-
,
VENDOR INFORMATION SHEET
;=;-,. I'V\.
~WP'FfT.'cL X
If a non-publicly owned Corporation:
CORPORATION NAME:
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
)
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
...................................................................................
p:-;-,. ""'-
If a p'" tUvJ.i)l.l~p:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
n//)~I'K JlCUc-j,kAd
00300 Proposal Package 3 of 14
SfTION00300 - PROPOSAL PACKAt
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS: lOt:)
J1~k/k,,-v..._ LL c..
,
~r h c: n /1/',.1,
IIa.LLnJ\-,I~8A A/Y ~/7A8
, , J
CONTACT: ",""k, t:.;:MkJ..^
TELEPHONE: ,131- ~~7-31()O FAX: '/31 - ~Lf7- 32:1/
E-MAIL: M~onk/;\r.>.kJJk""-.,,....I/G. .<:'OM.
.
ONLY if different.
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
)
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
SE~ION 00300 - PROPOSAL PACKA~
1
VENDOR NAME: 4""ie-y,
LLC-
ASSUMED NAME CERTIFICATION
"If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
o I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALI BIDDER.
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of illy firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
)
,
this bid, under the penalties of peIjury, affirms the truth thereof.
eL
SWORN to BEFORE ME THIS
LJ'IM
Type Na
l1o.wk~ve I LL.C..
Company Name
~llb lOr.
Date Signea
DAY OF ~l'\,~I\lll'\ ,20si.
11- 3.1f-8587Jf
Federall.D. Number
! ;::f'i ~N. CIP\.I\I.l\\!GHt\i\r1
ll,l(lt~:;i n{ ~j('!>'N York
;','1
....,.u...,;. "w,o'.', OO~
".....',. '" .. '."'.,',',' V
i~ ':'J<r"j:,,~<:; /\D;:~ 28. ~
00300 Proposal Package 6 of 14
SEllON 00300 - PROPOSAL P ACKAG'
f
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME:
Ha..w Ir ~'/"_ 1. L C-
VENDOR ADDRESS: It?o .I"I&r-C.<<-'
J./""'f IIh /J!' NY
, ..J
/17BB
TELEPHONE NUMBER: 153/- ~~f7- 3/00
Lllvd .
FAX: /3/-~~7- 38S1
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write NI A below):
Addendum No. Dated
/ ~
J.. #
if ~
00300 Proposal Package 7 of 14
SITION 00300 - PROPOSAL P ACKAI
Proiect ReQuirementsl BiddinQ Guidelines
1
.
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
'\
1. Demolition - Area "A"
I. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,
compacted earth, and existing fencing located within Area "A" and as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
SE.ION 00300 - PROPOSAL PACKA~
i
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2, All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed'Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
S~'ION 00300 - PROPOSAL P ACKA.
3.
Site Work - Area "A"
I
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer.
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
)
4. Site Work - Area "B"
I. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of!4
SE~ION 00300 - PROPOSAL P ACKAG' .
)"
5.
General Building Construction
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, compaction, sub-base
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
GENERAL BIDLDING CONSTRUCTION BID:
Dollars
Cents
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
SI~flON 00300 - PROPOSAL P ACKAI
CONTRACT "B" ( H V A C )
.,
Please refer to the Scope of Work provided on Drawing MI outlining the contractor's
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "C" (Plumbine:)
)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the proj ect.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
SE~ION 00300 - PROPOSAL P ACKAG'
'J'
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing E I outlining the contractor's specific
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation of light fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
TA r__e- filL" dr.. d
Dollars
t=;,r7 S;x nnu..<",,-~ ...L
Cents
PO
Jp"'"
WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPI outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: Tbe Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
S:lrION 00300 - PROPOSAL P ACKAI
OPTIONAL ITEMS:
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A912)
$
2. EXTERIOR PROTECTIVE COATING ON
UNFINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule AlOI and elevations on AZOI)
$
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
$
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOI).
$
ALTERNATE ITEMS:
)
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMPACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule A101
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
00300 Proposal Package 14 of14
SE~ION 00300 - PROPOSAL P ACKAG'
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
Deduct:
$
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Add:
$
PRINT NAME
AUTHORIZED SIGNATURE
DATE
(:>(Le. St '0 €N''''
al~l~
TITLE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the"") day of <:; <. b'<'M \\\M.. in the year 2006 before me, the undersigned, personally
appeared, '~\\1..,~';""'II.V--1'I.~ , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed instrument.
'._,(
'~~
00300 Proposal Package 15 of 14
COli:;
SECTION OO! - BIDDER'S OUALIFICATION STAtMENT
~,i
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: I./.-//,,,,,,^- j.L,t/r.,,"-
FIRM NAME: )lak/A~</,,- t.L (....
,
A Corporation
A Partnership or Entity
~~:~~
PRINCIP AL OFFICE:
j(/. /j,a n......
J1~ha I~..._d
PRINCIPAL OFFICERS:
TITLE
Pr".. id"..../-
NAME
J1/,J j,~-
ADDRESS
JlR-l<-ifla....d /Pt1
BACKGROUND
PROFESSIONffRADE
MMCUS, ol...d 1It:t.t<-f'/~l<-r-.J A/i
E I"c ./n't:..4- /
1. How many years has your organization been in business under its present business name?
t yasr..s
2. You normally perform what percent of the work with your own forces? ItlO %
List trades that you organization normally performs below:
Elu-lrlC-A-1
3. Have you ever failed to complete any work awarded to you? ll.1L-. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
no
00310
SECTION ao - BIDDER'S OUALIFICATION ST.lMENT
.~
5. Has your firm requested arbitration or med any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
17("
6. List the major construction projects your organization has underway at this date:
Project
Name
Name of:
Owner
Teleohone #
Engineer/
Architect
Telephone #
Contract
Amount
Percent
Complete
Scheduled
Completion
s "-c- 4. +k.e iGLc:L
Proj ect
Name
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Teleohone # Telephone# Amount Completion % of Work
I
s~ ~~ ,(e-cL
00310
SECTION 010 - BIDDER'S OUALIFlCATION STAtMENT
.
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present
Position
Of Office
Years of
Experience
Type of Work
For Which
Responsible
In What
Capacity
S"-C.- a Nt:<<: ~ d.-
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
y~~
10. Bank References:
X-e-- C<..;4..c kd
I I. Trade Association Membership:
::1:8 E tV
L<Ju:>-1
'-s-
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
no
00310
SECTION 010 - BIDDER'S OUALIFICATION ST.tMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
STATE OF NEW YORK
COUNTY OF SUFFOLK
being duly sworn deposes and says that he is
the of contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
Sworn to before me this
\'"'3
Notary Public
Commission Expiration Date: "'l. '\. O~
L:.:C;' "./V, r~,U:'i!'-W'~G!-~l\ 1\1;
U';;;Lh"~, .l,);"t:d,I~, ,;:~Lli:': oj' ~,:,-,wY(lr!~
l'~,'j }'-'/!.1
J,:: :~;('~" .,:,~~;;'v.",,-~\
,,(,jl-::':JH~S -"f)'" ':.0, 1 ___............. I'\)
COllll:;;'
00310
.
.
.
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 SOUTH OLD
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Robert Ruggiero
ARA Plumbing Corp
2182 Jackson Avenue
Seaford, NY 11783
Dear Mr. Ruggiero:
The Southold Town BOard, at its regular meeting of March 28, 2006
rejected any and all bids for the construction of the. Animal Shelter. A certified
copy of the resolution is enclosed. Also, returned herewith are the two bid bonds
you submitted with this year'suids. Thank you for submitting your bids.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
.'. .
THE AMERICAN INSTITUTE OF ARC'RITECTS
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE ARA PlumbinQ Corp.
2182 Jackson Avenue, Seaford, NY 11783
as Principal, hereinafter called the Principal, and Fidelity and Deposit Companv of Maryland
1 Upper Pond Road, Buildinq ElF, Parsippanv, NJ 07054
a corporation duly organized under the laws of the state of MD
as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold
53095 Main Road, Southold, NY
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid
Dollars ($ 5% ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Southold Town Animal Shelter, Peconic Lane, Peconic, NY -
Contract C - PlumbinQ
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 wnh the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents wnh good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penany hereof between the amount specified in said bid and such larger amount for which the Obligee may in good fanh
contract wnh 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
16th
day of
February
2006
(Witness)
(Seal) .___
(Tme)
/'
Fidelity and De osit Compan of Maryland
(Surety)
~
(Tme)
B:
Attorney-in-Fact
David W. Rosehill
AlA DOCUMENT A310 . BID BOND. AlA. FEBRUARY 1970 ED. . THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C, 20006
<
.
.
ACKNOWLEDGEMENT OF CONTRACTOR. IF A CORPORATION
STATE OF New York.)
COUNTY OF~.)
ON THE 16th DAY OF Februarv 2006. BEFORE ME PERSONALLY CAME
R"h"r-\-~~~\~ro TO ME KNOWN. WHO. BEING BY ME DULY SWORN. DID DEPOSE
AND SAY THAT (S)HE RESIDES AT ~\de-n, N'i . THAT (S)HE IS THE
~~+ OF ARA Plumblna CorD. THE CORPORATION
DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED
HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID
CORPORATION. THOMAS JOHN
--- P Notary fublic, State Of New York
~~ 4986807
Qua1ified In Nassau County
Commission Expires Sept 23, ~ 7
ACKNOWLEDGEMENT OF SURETY
STATE OF NEW YORK,)
COUNTY OF NASSAU,)
ON THE 16th DAY OF Februarv 2006, BEFORE ME PERSONALLY CAME David W. Rosehlll TO
ME KNOWN. WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES
AT E. NorthDort, NY THAT (S)HE IS THE ATTORNEY-iN-FACT OF Fldelltv & DeDoslt ComDanv
of Marvland THE CORPORATION DESCRiBED IN AND WHICH EXECUTED THE ABOVE
INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPOR TION; THAT ONE OF THE
SEALS AFFIXED TO THE FOREFGOiNG INSTRU IS SUCH SEA; THAT IT WAS SO AFFIXED
BY ORDER OF THE BOARD OF DIRECTORS SAiD CORP RATION; AND THAT (S)HE
SiGNED HiS/HER NAME THERETO BY UK
FERN PERRY
Notary Public, Slate of New York
No. 01 PE4982178
Qualified in Nassau County f) 7
Comilo<,;sion Expires May 28, 20_
.
.
.
.
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary, in pursuance of authority granted by Article VI, Section 2, of the BY-LawiiEof said ny, which are set forth on
the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate,
constitute and appoint Nancy SCHNEE, David W. ROSEHILL, Vine 0 REWSTER, Gloria
LOYD, Fern PERRY, Theresa J. FOLEY, Fred NICHOL ,f Jericho, New York,
EACH its true and lawful agent and Attorney-in-Fa /3" e, s . ,and on its behalf as surety, and
as its act and deed: any and al~bonds ~an ~ Ii c bonds or undertakings in pursuance of
these presents, shall be as bindi eJ1 ~ I amply, to all intents and purposes, as if they had been
duly executed and ~18l'd_u " ers of the Company at its office in Baltimore, Md., in their
own proper persons\Ji'~'d~r r s that issued on behalf of Nancy SCHNEE, David W. ROSEHILL,
Vincent A. W ALSH~ B R, Gloria LOYD, Fern PERRY, Theresa J. FOLEY, Fred NICHOLSON, dated
November 20, 2003. \.?\.'::Ju~
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By-Laws of said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 10th day of
September, A.D. 2004.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
/1 -' f
L.=f-l)(,-{C < '/111.<"
C 0
..:1. '~ v{ +-j ."
._:_ /.idHIt (... / f-ll.li~-/)'
"i' U
By:
Gregory E. Murray Assistant Secretary Frank E. Martin Jr.
Vice President
State of Maryland }ss:
City of Baltimore
On this 10th day of September, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals
and officers described in and who executed the preceding instrument, and they cach acknowledged the execulion of the same,
and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority
and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and aftixed my Ofticial Seal the day and year first above
written.
;;;YP~J
Dennis R. Hayden Notary Public
My Commission Expires: February 1,2009
POA-F 093-7185A
.
.
.
.
EXTRACT FROM BY. LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements. decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
day of
. ,
,
this
,
// .7;) /}
li,,',,- -1
;jJ,..:,!
(;
As.~i.~t(Jnt Secretary
.
.
.
.
The
ll@)
c~
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
3910 KESWlCK ROAD, BALTlMORl!, MD 21203
Statement of FlnaDclal Condition
As Of December 31, 2004
ASSETS
Bonds ............................................................................................................................................... $ 139,004,313
Stocks ..................... .......................................................................................................................... 38,155,527
Cash in Banks and Omces and Short TennInv.stments ................................................................. J 13,921
R.insuranc. R.cov.rabl. ...............-............................................................................................... 21,253,764
Other Accounts Rec.ivabl............................................................................................................... 17,975,790
TOTAL ADMrrrnD AsSETS .......................................................................:................................ $ 216,503,315
LIABILITIES, SURPLUS AND OTHER FUNDS
Res.rv. for Taxes and Expens.s...................................................................................................... $
Ced.d Reinsurance Premiums Payabl. ............................................................................................
TOTAL LIABIUTJES.................................................................................................................... $
Capital Stock, Paid Up ........................................................................................ $ 5,000,000
Surplus ................................................................................................................ 173,739,802
Surplus as regards Policyhold.rs...................................................................................................... 178,739,802
TOTAL ....................................................................................................................................... $ 216,503,315
235,362
37,528,151
37,763,513
. S.curiti.s carried at $20,480,048 in the above statement are deposited as required by law.
S.curities carried on the basis prescnb.d by the National Association of Insurance Commissiooers. On the basis of
December 31, 2004 market quotations for all bonds and stocks owned, the Company's total admitted assets would be
$218,087,578 and sulJ>lus as regards policyholders $1 80,324,065.
I, DAVID A BOWERS, Corporate Secretary of the FIDELITY AND DEFOSIT CoMPANY OF MARYLAND, do her.by
c.rtify that the for.going statem.nt is a corr.ct exhibit of the assets and Iiabiliti.s of the said Company on the 31st
day of December, 2004.
~
Corporale Secntary
State of IIlinios
} SS:
City of Schaumburg
Subscribed and sworn to, before me, a Notary Public ofthc Stale ofCllinois. in Ihe City of Schaumburg, this 5th day or April, 200S.
,&::tJ-l-f 12. /io /'ffr1lV---
NO/nry Public
OFFICIAL SEAL
BETSY A BALOUN
NOTARY PUBLIC. STATf OF ILLINOIS
MY COMMISSION fXPIRfS:04/16108
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDORNAME:
ARA PWMBING CORP.
2182 JACKSON AVE.
SEAFORD, NY 11783
VENDOR INFORMATION SHEET
V PARTNERSHIP INDIVIDUAL
6/ - 1'15''1/83
.
LIST OFFICERS AND DIRECTORS:
Ko ge~ufA:tf60
TITLE
7~/DMT //r~r~
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
. .
. .
SECTION 00300- PROPOSAL PACKAGE
.
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS:
ARAPWMBING CORP.
211fl JACKSON AVE.
SEAFORD, NY 117A3
CONTACT: 7< 0 ~f:=fl.-,-r R (/~etUJ
TELEPHONE:$76 - 826- /6t:n.. FAX:, ,16 .826-/60 I.
E-MAIL: ..fJ12-I1 P/fJMIJJ"r . t!.. ON
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
ONLY if different -
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
ARA PLUMBING CORP.
2182 JACKSON AVE.
VENDOR NAME: SEAFORD, NY 11783
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New YOrk~eneral business law must be attached.
ASSUMED NAME: . ~ A
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and sUbmitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
. other municipality bid on contracts only that such interest be revealed when they do bid.)
N/A
INSURANCE STATEMENT
Bidder agrees as follows c please mark appropriate box:
o Insurance Certificate as requested is attached
~ I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER
'~~r;) ~~ t ~fr-'
AUTHORllfrf""~ATURt
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
I hereby attestthat I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this 'bid have been arrived at independently, without consultation,
. communication or agreement for the purpose of restricting competition wjth any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount ofthis bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an prm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontractor agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties of peIjury, affirms the truth thereof.
~
SWORN TO BEFORE ME THIS
SIgnature & Company Po,if
r.Meru'f KuI:,-l,.-JeIa> PfUi[,(De,......
Type Name & Company Position
AKA- PLUil1(6ftJ4- Cbllf'
Company Name
~ -Jb-O&,
Date Signed
6/ -/'fS'l183
Federal LD. Number
NOTARy:-1LDAY OF Fefn",~'{), 200.(,
~.
THOMAS JOHN
Notary Public, State Of New York
No.OlTH4986807
Qualified In Nassau County
Commission Expires Sept 23, ?DC4
00300 Proposal Package 6 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME:
ARA PWMBING CORP.
.m!", JAl;I\l;iUN A VI:.
SEAFORD. NY 11783
VENDOR ADDRESS:
TELEPHONE NUMBER:s'/6- BU-/" 0 L. FAX: J7h -BLlr/bO I
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the. manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder.is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general pilrtner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
I\j/A
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No.
I
2..
3
Lj
Dated
//30/0/"
.
Z/2-/0'
zlz/(){,
r ,
z,/r~JtJ-6
00300 Proposal Package 7 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
frQject Requirementsl Bidding Guidelines
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in. aGcordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
1. Demolition - Area "A"
1. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass;
compacted earth, and existing fencing located within Area "A" and. as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. . All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engiileer shall be
included in the price bid for this Item.
DEMOLITION AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, WaIls, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2. AIl costs associated with demolition of pavement, misceIlaneous demolition,
removals, disposal fees, aU labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply WeIl, MisceIlaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed'Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
. .... .
S~TION 00300 - PROPOSAL PACKAGE
3. Site Work - Area "A"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer. .
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "A" BID:
Dollars
Cents
WRIITEN IN WORDS
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of!4
SEetON 00300 - PROPOSAL PACKAG.
5. General BuiIdinl! Construction
1. Measurement and Payment: The Contractor shall receive the lump sum Wlitprice for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
. .the Contract Drawings and as approved by the Engineer.
2. All costS associated withstake-out,excavation, grading, compaction, sub-base.
preparation, construction, erection of building, finishing of interior structures, all
. labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, 'substantial design changes, etc.
GENERAL BUILDING CONSTRUCTION BID:
Dollars
Cents .
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT" A"): .
Do liars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
4ItrIONOroOO-PROPOSALPAC~
CONTRACT "B" ( H V A C)
Please refer to the Scope of Work provided on Drawing M1 outlining the contractor's
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
, Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout; installation of air handling units, coordination of
distribution with other'(mntractors, and all labor, materials, equipment and incidentals '
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be inc1uded in huhp sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
Dollars
: CentS '
WRITTEN IN WORDS :
CONTRACT "C" (Plumbinl!:)
Please refer to the Scope ofW ork provided on Drawing PI outlinirig the contractor's specific
responsibilities for this portion of the project. '
1.
Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer. ,', ",""" ' .', ','
All costs aSsociated with layout, earthwork, excavation, backfilling; ins'tallation of
main service piping, distribution branch service piping, arid all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall bdnc1uded in the
lump sum bid for this Item. '
2.
"
TOTAL PLUMBING BID (CONTRACT "C"):
-rIPe HutUd(l~,Cl -91~~ UJ)..1 -r1z/'/IJf>Md '-rhIU& lfuv6Jt.ef) SQ.t/~rttiJ.f, ~
Dollars Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "DOl (Electrical)
Please refer to the Scope of Work provided on Drawing EI outlining the contractor's specific
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation oflight fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPl outlining the contractor's
specific responsibilities for this portion ofthe project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE. PROTECTION BID (CONTRACT "E"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
OPTIONAL ITEMS:
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A912)
$
2. EXTERIOR PROTECTNE COATING ON
UNFINlSHED EXTERIOR CONCRETE PANELS
(see Finish Schedule AlO1 and elevations on A201)
$
3 INTERIOR PROTECTNE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
$
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.001).
$
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMPACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMPACT
RESISTANT GLASS.
Deduct:
$
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-1). See Finish Schedule A101
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
00300 Proposal Package 14 of 14
.
SECTION 00300 -PROPOSAL PACKAGE
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND ORA VEL
W ALKW A YS WIlli CONCRETE PAVERS
ON ORA VEL BASE. (See Site plan)
Deduct:
Add:
PRINT NAME
o
j? /U:."'SIDEtJ r-.
~I/(plo c,
, . (
TITLE
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
.
$
$
"
.'
em the It d'y.f ~~"~in tho '"" 2006 b.ll>" m., th, """""'_ ,_oily
appeared, RDboy+ '.QrYD , personally known to me or proved to me on the basis
of satisfactory evidence to e the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in hislher/their capacity(ies),
and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
N~~
Public. Slale Of New York
No.OlTIf4986807
Qualified In Nassau County
Commission Expires Sept 23, 'l-OO 4
00300 Proposal Package 15 of 14
.
.
SECTION 00310 - BIDDER'S QUALIFICATION STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: 1?fJAt'/iJ(" Ru~f'jQ),f;Z-trS
FIRM NAME: ARA PLUMBING CORP.
2182 JACKSON AVE.
PRlNCIP AL OFFICE: SEAFORD. NY 11783
A Corporation
A. PaflRersl;ijl ar l3Rtity
An lRrl1"111r111!;lL
PRlNCIP AL OFFICERS:
TITLE
PU~
Set.
NAME
i{{)he tL:f
Q,j~eR>
ADDRESS
Se-/dtV/.JY
BACKGROUND
PROFESSIONrrRADE
^ 1t:-et.JSl-O tYMfc-,z.l'lv,q.8_
5<> ~L.{<: &c>tfl"j
1.. How many years has your organization been in business under its present business name?
;;2 -t y~
2. You normaIly perform what percent of the work with your own forces? 8.s'" %
List trades that you organization normaIly performs below:
pi()VV;7v4' cp f(f€ .t10il/l,-
3. Have you ever failed to complete any work awarded to you? w.. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
fVD
00310
.'
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
No
6. List the major construction projects your organization has underway at this date:
Project
Name
Name of:
Owner
Telephone #
Engineerl
Architect
Telephone #
Contract
Amount
Percent
Complete
Scheduled
Completion
S?E~'
Proj ect
Name
7. List five major projects you organization has completed in the past five years:
Name of: Engineerl Work Done
Owner Architect Contract Date of With Own Forces
Telephone # Telephone# Amount Completion % of Work
~t:--'Zo:-~~
00310
.
.
SECTION 00310 - BIDDER'S QUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
Individual's Name Of Office Experience Responsible Capacity
!l.txkrlX 72<Jl.:lr/4Lc tf4--'S 34 ?k, ?(J~ ~""-L .
cX/'e J, f-t~
I'-{r ~€A. 11J~ E''fUotKf-.J"L '/~( c.b'1iP-< #17... It .
R f)~ [l..drl<'1 e..v ph. )~ PI-t. eM.
DUC4.f~ ~
t 'e e fl.N.(/..,.> i) Fre It:! Svfe I 7 -:h-u1J..
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? '
y~
10. Bank References:
5 ee fJcrrl'r~'
11. Trade Association Membership:
PL.vl<.<.j6j"Ar ~t~J">.<l ~oalH';;'..) ~ .L.r
jl/rPA-
}J w YoaAGS \}<\'\E P Ii C c..
?.eeti::>-.1
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
IUD
00310 ·
"
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
5ee A-TTAaJ
STATE OF NEW YORK
COUNTY OF SUFFOLK
RiJlbeA1./( ~ Wfe"'.i) being duly sworn deposes and says that he is
the ~/1..E.s1 0........,. of ;:J./l4 fJ Iv,,'!'; /.A'''Uz.;jJ' contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
~
Notary Public
Commission Ex
day of khYhfvJjOO'
.~..
THOMAS JOHN
Notary Public, State Of New York
No,OlTIl4986807
Qualified In Nassau County '1
Commission Expires Sept 23.200 (
00310
..
. .
r
I
I
I
I
I
I
I
I
I
.
I
.
.
.
.
.
.
.
.
ARAPLUMBING CORP.
FINANCIAL STATEMENTS
For the fiscal year ended
October 31, 2005
"
I . ·
VINCENT J. GIOE, CPA, PC
I~~~illa Lane, Smithtown, New York 11787
.
I
I
I
I
I
I
I
I
-
-
-
~
l-
II
-
~
III
II
Telephone: (631) 979-2800
Fax: (631)979-3212
Cellular: (516) 456-8777
E-Mail: vgcpa@optonline.net
-1-
INDEPENDENT ACCOUNTANT'S REPORT
To the Board of Directors
ARA Plumbing Corp.
Seaford, New York
I have reviewed the accompanying balance sheet of ARA Plumbing Corp. (a New
York State "s" corporation) as of October 31, 2005 and the related statement of
income, retained earnings and cash flow for the year then ended, in accordance
with Statements. on Standards for Accounting and Review Services issued by the
American Institute of Certified Public Accountants. All information included in
these financial statements is the representation of the management of ARA
Plumbing Corp.
A review consists principally of inquiries of Company personnel and analytical
procedures applied to financial data. It is substantially less in scope than an
examination in accordance with generally accepted auditing standards, the
objective of which is the expression of an opinion regarding. the financial
statements taken as a whole. Accordingly, I do not express such an opinion.
Based on my review, I am not aware of any material modifications that should be
made to the accompanying financial statements in order for them to be in
conformity with generally accepted accounting principles.
My review was made primarily for the purpose of expressing limited assurance that
there are no material modifications that should be made to the financial statements
in order for them to be in conformity with accounting principles generally accepted
in the United States of America. The supplementary data representing the
Schedule of Operating Expenses" and "Contract Schedule" appearing is presented
only for supplementary analysis purposes. This supplementary information has
been subjected to the inquiry and analytical procedures applied in the review of the
basic financial statements, and I am not aware of any material modifications that
should be made to these data.
~
Smithtown New York
December 14, 2005
See accompanying notes and accountant's report
! ..
.,
,:
,
,
I
,
I
I
I
I
I
I
I
.
.A PlUM~INGCORP. .
STATEMENT OF INCOME AND RETAINED EARNINGS
FOR THE FISCAL YEAR ENDED
OCTOBER 31, 2005
CONTRACT REVENUE EARNED $ 3,291,135
COST OF REVENUE EARNED 2,598,236
Gross .profit 692,899
OPERATING EXPENSES 466,196
Income from operations 226,703
OTHER INCOME AND (EXPENSE)
Management fees, "ARA Plumbing and Heating Corp." $ 376,473
Interest expense (3,123)
Total Other Income 373,350
Net Income for the fiscal year ended October 31,2005 600,053
Retained earnings - November 1, 2004 610,628
Less prior period adjustment (128,710)
Restated retained earnings - November 1 , 2004 481,918
Less: Shareholder Distributions (166,371)
Retained earnings - October 31,2005 $ 915,600
See accompanying notes and accountant's report
. THE AMERI~AN INSTITUTE OF AR~HITECTS
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, THAT WE ARA PlumbinQ Corp.
2182 Jackson Avenue. Seaford. NY 11783
as Principal, hereinafter called the Principal, and Fidelity and Deposit Companv of Marvland
1 Upper Pond Road, Buildinq ElF. Parsippanv. NJ 07054
a corporation duly organized under the laws of the State of MD
as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold
53095 Main Road, Southold, NY
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid
Dollars ($ 5% ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for Southold Town Animal Shelter, Peconic Lane. Peconic, NY _
Contract E - Fire Suppression
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this
16th
day of
Februarv
2006
f./I/o
(Witness)
(Seal)
(Tiffe)
.
Fidelity and Deposit Company of Ma
(Surety)
(Sea/)
David W. Rosehill
(TiUe)
AlA DOCUMENT A310 . BID BOND. AlA. FEBRUARY 1970 ED. . THE AMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W.. WASHINGTON, D.C. 20006
.
.
ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION
STATE OF New York ,)
COUNTY OF -1f-kSSA-U ,l
ON THE \ b +"'-. DAY OF Februarv 2006, BEFORE ME PERSONALLY CAME
({oB6CG, Ru0GI~() TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID
DEPOSE AND SA YTHAT (S)HE RESIDES AT S~<-b 12~ . \\i 'I ,THAT (S)HE IS
.
THE p~~s: I~C:;-l\\\ OF ARA Plumblna CorD. THE CORPORATION
DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (SlHE SIGNED
HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID
CORPORATION. THOMAS JOHN
-. Nfitary Public, State Of New Yark
~TIl4986807
u County 0 0 C\
Commission Expires Sept 23, '2- ,
ACKNOWLEDGEMENT OF SURETY
STATE OF NEW YORK,)
COUNTY OF NASSAU,)
ON THE 16th DAY OF Februarv 2006, BEFORE ME PERSONALLY CAME David W. Rosehill TO
ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT [SlHE RESIDES
AT E. NorthDort, NY THAT (S)HE IS THE ATTORNEY-iN-FACT OF Fidelity & DeDosII ComDanv
of Marvland 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; THA iT WAS SO AFFIXED
BY ORDER OF THE BOARD OF DIRECTORS AID CORPORATI N; AND THAT (S)HE
SIGNED HIS/HER NAME THERETO BY LIKE ORD .
FERN PERRY
Notary Public, State of New York
No.01PE4982178 (jfJ
Qualified in Nassau Count
Qommlsslon Expires May 28, 20
.
.
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws of said ny, which are set forth on
the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate,
constitute and appoint Nancy SCHNEE, David W. ROSEHILL, Vine r REWSTER, Gloria
LOYD, Fern PERRY, Theresa J. FOLEY, Fred NICHOL ,r Jericho, New York,
EACH its true and lawful agent and Attomey-in-Fa eI' e. s , and on its behalf as surety, and
as Its act and deed: any and all bonds!!\'t1.l11d\ ~an ~ Ii c bonds or undertakings in pursuance of
these presents, shall be as bindi~~ a ~ Wy, to all intents and purposes, as if they had been
duly executed and ~d~_'iilt;u " ers of the Company at its office in Baltimore, Md., in their
own proper persons!J'~'o'~r ~r s that issued on behalf of Nancy SCHNEE, David W. ROSEHILL.
Vincent A. W ALSH~ B R, Gloria LOYD, Fern PERRY, Theresa J. FOLEY, Fred NICHOLSON, dated
November 20, 2003. \?l.::Vu~
The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By-Laws of said Company. and is now in force.
IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 10th day of
September, A.D. 2004.
ATTEST:
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
By:
Gregory E. Murray Assistant Secretary Frank E. Martin Jr.
/1 F /'1
L=f(.)'{;iJ~' . ht,.-X
,j \._",
.". I' I
-i/J;i?' )lv1::'....
.-.----i/'. .. r (j
Vice President
State of Maryland } ss'
City of Baltimore .
On this 10th day of September, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GREGORY E. MURRAY, Assistant
Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals
and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same,
and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company
aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said
Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority
and direction of the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
fYpcJ
Dennis R. Hayden Notary Pablic
My Commission Expires: February 1,2009
POA-F 093-7185A
.
.
EXTRACT FROM BY. LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior
Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident
Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature ofmortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized
by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the By-Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this
day of
FrS 1 6 ?DOG
,
d -
,)}~i!f -7
;.j.~. ;'j
(J
Auisrunr Secretary
.
.
.
The
I!@
eo........
FIDELITY AND DEPOSIT COMPANY
OF MARYl.4.ND
3910 KESWICK ROAD, BALTIMORE, MD 21203
Statement of Financial Condition
As Of December 31, 2004
ASSETS
Bonds .................................................................................. ............................................................. $
Stocks ...............................................................................................................................................
Cash in BanIcs and Offices and Short Tennlnvestments .................................................................
Reinsurance Recoverable ..............._...............................................................................................
Other Accounts Receivable..............................................................................................................
TOTAL AOMJTI'ED ASSETS .......................................................................:................................ S
139,004,313
38,155,527
113,921
21,253,764
17,975,790
216,503,315
LIABILITIES, SURPLUS AND OTHER FUNDS
Reserve for Taxes and Expenses...................................................................................................... S
Ceded Reinsurance Premiums Payable ............................................................................................
TOTAL LIABILITIES .................................................................................................................... $
Capital Stock, Paid Up........................................................................................ S 5,000,000
Surplus ............................................ .................................................................... 173,739,802
Sll1]llus as regards Policyholders..................................... ................................................................. 178,739,802
TOTAL ....................................................................................................................................... S 216,503,315
235,362
37,528,151
37,763,513
. Securities carried at $20,480,048 in the above statement are deposited as required by law.
Securities carried on the basis prescribed by the National Association of Insurance Commissioners. On the basis of
December 31, 2004 market quotations for all bonds and stocks owned, the Company's total admitted assets would be
$218,087,578 and 8Il1]llus as regards policyholders $180,324,065.
I, DA VlD A. BOWERS, Corporate Secretary of the FIDELITY AND DEPOSIT CoMPANY OF MARYl.4.ND, do hereby
certify that the foregoing statement is a correcl exhibit of the assets and liabilities of the said Company on the 31st
day of De comber, 2004.
~
Corporale Secrelary
State ofJllinios }
SS:
City of Schaumburg
Subscribed and sworn to, before me, a NOll'll)' Public otthe Stale oflllinois, in lhe City of Schaumburg, this Sth day of April, 200$.
,a~ o. fJtJbr~
NO/Dry Public
OFFICIAL SEAL
BETSY A BALOUN
NOTARY PUBLiC. STATE OF ILLINOIS
MY COMMISSION EXP/RES:04/16108
,
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME:
ARA PLUMBING CORP.
2182 JACKSON AVE.
SEAFORD, NY 11783
. TYPE OF ENTITY:CORP.
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED:
VENDOR INFORMATION SHEET
v'" PARTNERSHIP INDIVIDUAL
IbJ- lYS'L{l 8>3-
.
7/18/()~
fJ ~ 'fD/L{t..
If a non-publicly owned Corporation:
CORPORATION NAME: /+I2-Ir f Ju HIS/,;/;' (I~Il-f'
1ST PRINCIP L STOCKHOLDERS: (5% of outstanding shares)
OOo/c:>
LIST OFFICERS AND DIRECTORS:
~{)~~-~~)~~~
TITLE
/~ll)e,X/S~
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
SlTION00300 - PROPOSAL PACKAI
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS:
AM PLUMBING COflP
t182 JACKSON AVE.
SEAFOAD. NY 11763
CONTACT: .y O/!,pj/.;:r 'JL} &t:rt e,.,z:o
TELEPHONE:.s'/6- Bu-/60'L FAX: S7(;-8U-/6(){
E-MAIL: fH2fl.f){JJI(J.jvlr..Cv)<-( .
ONLY if different.
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
ARA PLUMBING CORP.
2182 JACKSON AVE.
VENDOR NAME: SEAFORD, NY 117'83
ASSUMED NAME CERTIFICATION
*If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME: tJ(A .
If the bidder is an individual, the bid must be signed by thatindividua1; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitUtes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD .or
other municipality bid on contracts only that such interest be revealed when they do bid.)
rJA-
.
INSURANCE STATEMENT
Bidder agrees as follows c please mark appropriate box:
o Insurance Certificate as requested is attached
i)(I I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
~LL;'
AUTHORI E NAWRE
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at indej:Hmdently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this proj ect, and will not be so disclosed prior to bid
opemng.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered .into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cashor anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for .an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project.
6. My firm has not accepted or been promised any subcontractor agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties ofpeIjury, affirms the truth thereof.
~~~
ignature & Co any . ~ /J
RD~!;IV-r ~I:ri-rf:ttr) l12es1J)e~
Type Name & Company Position
(talA fUJHjSJILAt C;~.
Company Name
Z-16-()~
Date Signed
ro.J -/If.)"1/B3
Federal 1.0. Number
SWORN TO BEFORE ME THIS
DAY OF nb?-Ld'7!,20..o....b
PUBLIC
THOMAS JOHN
Notary Public, State Of New York
No.OIl1i4986807
Qualified In Nassau County .
Commission Expires Sept 23, 2..{Jo9
00300 Proposal Package 6 of 14
.
. .
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME:
AM PLUMBING CORP.
2182JACK::KJN AVe.
SEAFORD, NY 11783
VENDOR ADDRESS:
TELEPHONE NUMBER: 5/'-~'''''-lb'O?. FAX: -Y/b-BU-/6o I
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidderis a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
N/a
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No.
1
1-
3
i../
Dated
/30/0 (,
#
~
2//3) 06
00300 Proposal Package 7 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
frQ,ject ReQuirementsl Bidding Guidelines
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
1. Demolition - Area "A"
I. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,'
compacted earth, and existing fencing located within Area nAn and as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. . All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "An BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
SE~ION 00300 - PROPOSAL PACKAG'
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as. specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, SlabslPads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed'W ork according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
SE~ION 00300 - PR~POSAL PACKAGf
3. Site Work - Area "A"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placemerit of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer. .
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "A" BID:
Dollars
Cents
WRITI'EN IN WORDS
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shaU
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for aU pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the instaUation of aU related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
SE~IONOroOO-PROPOSALPACKAGtt
5. General Buildin{! Construction
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out,excavation, grading, compaction, sub-base.
preparation, construction, erection of building, fmishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications andlor as directed by the
Engineer shall be included in the hunp sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
GENERAL BUILDING CONSTRUCTION BID:
Dollars
Cents .
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
SalON 00300 - PROPOSAL PACKA8t
CONTRACT "B" ( H V A C )
Please refer to the Scope ofW ork provided on Drawing Ml outlining the contractor's
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "C" (Plumbine:)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the proj ect.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall bdncluded in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
"
.
.
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing E 1 outlining the contractor's specific
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation oflight fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPl outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling,piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
F/(--ty"TWOjhOcJSA-wll-r/Jll.kf JlJ'lJdA.&JD Oe.ve..A-F.htJ !t-,Jd oft-1)()
Dollars Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
OPTIONAL ITEMS:
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A9l2)
$
2. EXTERIOR PROTECTIVE COATING ON
UNFINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule A10l and elevations on A20l)
$
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
$
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOl)
$
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
. COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMP ACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule AlaI
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
00300 Proposal Package 14 of!4
. .
SECTION 00300 -PROPOSAL PACKAGE
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND GRAVEL
WALKWAYS WITH CONCRETE PAVERS
ON GRAVEL BASE. (See Site plan)
Deduct:
$
Add:
$
AUTHORIZEDSIGNATURE~ ~-r'
PRINTNAME KotJ,e~ l{lJ~-retl.l>
f &-"5 I'D ~..,-
?--)/6/b(,
If
TITLE
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the I ~ of ~":" r:.ry< in the year 2006 before me, the undersigned, personall'y
appeared, (,f 1 ~ , personally known to me or proved to me on the baSIS
of satisfactory evidence to the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in hislher/their capacity(ies),
and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
OMAS JOHN
, Ie Of New York
No.OlTlI4986807
Qualified In Nassau County
Commission Expires Sept 23, 2009
N
00300 Proposal Package 15 of!4
.
.
SECTION 00310 - BIDDER'S OUALIFICA TION STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answets to interrogatories hereinafter made.
SUBMITTED BY: ~(Ld&q..tne,t.O f~
I
FIRM NAME: ARA PLUMBING CORP.
2182 JACKSON AVE.
PRINCIPAL OFFICE: SEAFORD, NY 117e3
A Corporation
A :PaM~fBki15 af ~ntity
A1'::l Trr1t",;t'hl~l
PRINCIPAL OFFICERS:
l1TLE
PfWS
Se: ~ '
NAME
N&~
(kitrlfH!R>
ADDRESS
S~ Jd~/vy
BACKGROUND
PROFESSION/TRADE
LIC- to~~\) .Ff~ ILuItt(b~
SJ F,e.:>l.jc ~u-...-~
1. How many years has your organization been in business under its present business name?
.2 i- 'f~'
2. You normally perform what percent of the work with your own forces? 8 ~ %
List trades that you organization normally performs below:
IJtJJl.(/~/',.% 1 H,k Sfh..J:../e--. '
3. Have you ever failed to complete any work awarded to you? fIJ i)ff so, note where and
why. .
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
IV!)
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
5, Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
rVo
6. List the major construction projects your organization has underway at this date:
Proj eet
Name
Name of:
Owner
Telephone #
Engineer/
Architect
Telephone #
Contract
Amount
Percent
Complete
Scheduled
Comoletion
..{'~m~
7. List five major projects you organization has completed in the past five years:
. Name of: Engineer/ Work Done
Project Owner Architect Contract Date of With Own Forces
Name Telephone # Telephone# Amount Completion % of Work
0e.<e /}-TTA-dt;-I\
00310
,
. .
SECTION 00310 - BIDDER'S QUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Present Type of Work
Position Years of For Which In What
Individual's Name Of Office Experience Responsible Capacity
R{)&etvr~&1rIe?p,,) I U..-s 3q f> /'A. /u '1.CAu4Ji, OQJ~
~d,:h'1
/ittMu /f~ t5"tlM-r61- Lfl.{ e,. S 1"1<<Vt ("h-:{
f(p(3 t.s.-1 C[ e.v /.rf<(1JA..." fA If PI'-t- PJ.1.
J...e6c~A<JD he.. /d. &.fe.. - f7 t/vJh-5 e..e.
'7J e- led
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? .
yuz.o
I Q. Bank References:
Sere .1t-r~.
II. Trade Association Membership: _ PJ2.f,.-:JI 01J.y...(-
P!<I/k~iJ Cr ~ 11'Wi~ j}sSoc- 'Zf ri.C1>Jfr j:SLfi.vD
IV FPA
('Ie<,) Yo~L S T}frz. PJfc L
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
flJo
00310
. . .
SECTION oOJio - BIDDER'S OUALIFICATION STATEMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
Si-z- frrT~
STATE OF NEW YORK
COUNTY OF SUFFOLK
f<.()(j,f'~tvl /?t} I:rf:rfe fl-O being duly sworn deposes and says that he is
the ;?~7 T)~ of Iflht- P/(j~/W 0y1' contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
Notary Public
Commission Expirati
day of k/m6::.fooC
~..-
THOMAS JOHN
Notary Public, Stale Of New York
No.Ol1H4986807
Qualified In Nassau County
Commission Expires Sept 23, ?.-o 0 ~
00310 .
.,
1 ..
VINCENT J. GIOE, CPA, PC
17 Villa Lane, Smithtown, New York 11787
.
I
I
I
I
I
I
I
I
"';n
II
-
Telephone: (631) 979-2800
Fax: (631) 979-3212
Cellular: (516) 456-8777
E-Mail: vgcpa@optonline.net
~1-
INDEPENDENT ACCOUNTANT'S REPORT
To the Board of Directors
ARA Plumbing Corp.
Seaford, New York
I have reviewed the accompanying balance sheet of ARA Plumbing Corp. (a New
York State "S" corporation) as of October 31, 2005 and the related statement of
income, retained earnings and cash flow for the year then ended, in accordance
with Statements. on Standards for Accounting and Review Services issued by the
American Institute of Certified Public Accountants. All information included in
these financial statements is the representation of the management of ARA
Plumbing Corp.
A review consists principally of inquiries. of Company personnel and analytical
procedures applied to financial data. It is substantially less in scope than an
examination in accordance with generally accepted auditing standards, the
objective of which is the expression of an opinion regarding. the financial
statements taken as a whole. Accordingly, I do not expres~ such an opinion.
Based on my review, I am not aware of any material modifications that should be
made to the accompanying financial statements in order for them to be in
conformity with generally accepted accounting principles.
My review was made primarily for the purpose of expressing limited assurance that
there are no material modifications that should be made to the financial statements
in order for them to be in conformity with accounting principles generally accepted
in the United States of America. The supplementary data representing the
Schedule of Operating Expenses" and "Contract Schedule" appearing is presented
only for supplementary analysis purposes. This supplementary information has
been subjected to the inquiry and analytical procedures applied in the review of the
basic financial statements, and I am not aware of any material modifications that
should be made to these data.
~ '!J f&
Smithtown New York
December 14, 2005
.-" .2.-
.RA PLUMBING CORP. .
BALANCE SHEET
~ OCTOBER 31, 2005
ASSETS
II
CURRENT ASSETS
II Cash in banks $ 106,835
Contract receivables (net of allowances of $25,000) 804,918
Costs and estimated earnings in excess of billings
on uncompleted contracts 381,871
II Tax refund receivable 29,366
Prepaid expenses 10,910
Prepaid insurance 15,005
II Total Current Assets $ 1;348,905
II PLANT AND EQUIPMENT
Tools and equipment 4,350
less accumulated depreciation (435)
II Total Plant & Equipment 3,915
OTHER ASSETS
IIh Due from "ARA Plumbing and Heating Corp." 71,239
Federal tax deposit 11,324
II Total Other Assets 82,563
Total Assets $ 1,435,383
III LIABILITIES AND EQUITY
.- Current Liabilities
Accounts payable $ 385,790
Note payable - bank credit line 25,000
II Billings in excess of costs and estimated earning
on uncompleted contracts 59,732
Accrued expenses 39,261
II Total Current Liabilities $ 509,783
~ STOCKHOLDER EQUITY'S
i Common stock, no par vaiue, 200 shares issued and outstanding 10,000
Retained earnings 915,600
II Total Stockholder's Equity 925,600
- Total Liabilities and Stockholder's Equity $ 1,435,383
See accompanying notes and accountant's report
"" .
I
~
,
I
I
I
I
I
I
I
I
I
I,
I',
".,
. -3-
ARA PLUMBING CORP. .
STATEMErlf'OF INCOME AND RETAINED EARNINGS
FOR THE FiSCAL YEAR ENDED
OCTOBER 31, 2005
CONTRACT REVENUE EARNED $ 3,291,135
COST OF REVENUE EARNED 2,598,236
Gross profit 692.899
OPERATING EXPENSES 466,196
Income from operations 226.703
OTHER INCOME AND (EXPENSE)
Management fees, "ARA Plumbing and Heating Corp." $ 376.473
Interest expense (3,123)
Total Other Income 373,350
Netlncome for the fiscal year ended October 31,2005 600,053
Retained earnings - November 1, 2004 610,628
Less prior period adjustment (128,710)
Restated retained earnings - November 1, 2004 481,918
Less: Shareholder Distributions (166,371)
Retained earnings - October 31.2005 $ 915,600
See accompanying notes and accountant's report
.
.
.
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
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Donald 1. Q'Hanlon
Carter-Melence, Inc
104 New York Avenue
Sound Beach, NY 11789
Dear Mr. Q'Hanlon:
The Southold Town Boat4,at its reglllar meeting of March 28, 2006
rejected any and all bids for the construction of the Animal Shelter. A certified
copy of the resolution is enclosed. Also,retuined herewith is the bid bond you
submitted with this year'.sbid. Thank you forsubmitting your bid.
Very truly yours,
M. Bohn
Deputy Town Clerk
Enc.
.
"
.
.
.
SECTION 00300 - PROPOSAL PACKAGE
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
(Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid,
Please DO NOT remove any pages from this bid package!! 1
Thank you!
00300 Proposal Package 1 of 14
,-
S~ION 00300 - PROPOSAL PACKAI
".
BIDDER'S CHECK LIST
Your response to our above referenced bid will be considered unresponsive and will be rej ected if
the following forms are not included at the time of the bid opening. .
o
o
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
o
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
o
o
o
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
)
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME: Carter-Melence, Inc.
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. x
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
STATE FILED: New York
PARTNERSHIP
INDIVIDUAL
October 18. 1989
October 18, 1989
If a non-publicly owned Corporation:
CORPORATION NAME: Carter-Melence, Inc.
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
Donald J. 0' Hanlon
LIST OFFICERS AND DIRECTORS:
NAME
Donald J. 0 I Hanlon
TITLE
President
Patrick E. O'Hanlon
Vice President
Carmel O'Hanlon
Secretary
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
..
. .
SECTION 00300 - PROPOSAL PACKAGE
.',
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS:
Carter-Melence, Inc.
104 New York Ave.
P.O. Box 907
Sound Beach, NY 11789
DonalCi J. 0 I Hanlon
631-744-0127 FAX: 631-744-0528
4crni@optonline.net
CONTACT:
TELEPHONE:
E-MAIL:
ONLY if different.
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
)
E-MAIL:
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME:
Carter-Melence, Inc.
ASSUMED NAME CERTIFICATION
"If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME: None
Ifthe bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
None
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
EJ I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
.' ,
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behaLf and on behalf of my firm,
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opemng.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of illy firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for.an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project. '\
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibiLities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penaLties of peIjury, affirms the truth thereof.
SWORN TO BEFORE ME THIS
Donal J. O'Hanlon, President
Type Name & Company Position
Carter-Melence, Inc.
Company Name
February 16, 2006
NOTARY:, 16tlnA Y OF February
2006
, -
m~/J&1ff/' rt?1ur-"AA "
OTARY P BLIC
MARY C. MICHNE
Notary Public, State of New York
No, 4978717
Qualified in Suffolk County
Commission Expires March 11,~7
Date Signed
11-2996299
Federal LD, Number
00300 Proposal Package 6 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME: Carter-Melence. Inc.
104 New York Ave.
VENDOR ADDRESS: P.O. Box 907
Sound Beach, NY 11789
TELEPHONE NUMBER: 631-744-017.7
FAX: 631-744-0528
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No.
Dated
01/30/06
2
3
01/31/06
02/02/06
02/10/06
4
00300 Proposal Package 7 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
.' .
Project ReQuirementsl Bidding Guidelines
I
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shaIl include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shaIl comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CON1:RACT "A" (To include all General Site Conditions and Mobilization)
"
1.
)
- Area" A"
1.
Meas ement and Payment: The Contractor shaIl receive the Lump Sum Price for
Demolit n and Removal of Existing Concrete Slabs, areas of stone, crushed glass,'
compacte arth, and existing fencing located within Area "A" and as shown on the
Contract Dra 'ngs and approved by the Engineer. Included in this item is the cost of
saw-cutting the isting asphalt roadways.
All costs associate with demolition of pavement, misceIlaneous demolition,
removals, disposal fe ,all labor, materials, equipment and incidentals necessary to
satisfactorily remove th existing site features necessary to complete the proposed
work according to the plan specifications and/or as directed by the Engineer shall be
included in the price bid for t . s Item.
2.
DEMOLITION AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
1. Measur ment and Payment: The Contractor shall receive the lump sum unit price for
Demoliti n and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures s specified, and shown on the contract drawings and approved by the
Engineer. T . s item shall include, but not be limited to, Footings, Foundations,
Approaches, ails, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing An al Shelter buildings, as specified, and shown on the Contract
Drawings and ap oved by the Engineer.
2. All costs associate with demolition of pavement, miscellaneous demolition,
removals, disposal s, all labor, materials, equipment and incidentals necessary to
satisfactorily remove e existing site features necessary to complete the proposed
work according to the p s, specifications and/or as directed by the Engineer shall be
included in the price bid r this Item.
3. All Costs associated with . connection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, iscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment d Incidentals necessary to satisfactorily remove the
existing Animal Shelter Feature necessary to complete the Proposed'Work according
to the Plans, Specifications and/o as directed by the Engineer shall be included in the
Price for this Item.
- Area "B"
2.
Demoliti
Dollars
DEMOLITION AREA "B" BID:
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
sInON 00300 - PR~POSAL PACKAI
,. .
3.
Si
- Area" A"
I. asurement and Payment: The Contractor shall receive the lump sum unit price for
all rated Site Work within the Construction Limits of Area "A" outside of the
Build' Envelope. This item shall include but not be limited to the Installation of the
Septic Sy em, Installation of the Building Drainage System as indicated on the Plans,
the establis ent of all sub-grades, providing the necessary compaction for all lawn &
pavement surfa s, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, icket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as a roved by the Engineer.
2. All costs associated wit the installation of all related site work outside of the building
envelope within the cons tion limits of Area "A" and incidentals necessary to
satisfactorily complete the pr osed work according to the plans, specifications and/or
as directed by the Engineer sh e included in the price bid for this Item.
Dollars
SITE WORK AREA" A" BID:
Cents
WRITTEN IN WORDS
4.
- Area "B"
1.
Me urement and Payment: The Contractor shall receive the lump sum unit price for
all rela d Site Work within the Construction Limits of Area "B", This item shall
include b not be limited to the establishment of all sub-grades, providing the
necessary co action for all pavement surfaces and the installation of all Concrete
Slabs, Sidewa Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the . its of Area "B" and as approved by the Engineer.
All costs associated 'th the installation of all related site work within the construction
limits of Area "B" and i identals necessary to satisfactorily complete the proposed
work according to the plan specifications and/or as directed by the Engineer shall be
included in the price bid for tR' Item.
2,
SITE WORK AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
'.
. .
SECTION 00300 - PROPOSAL PACKAGE
5. Ge ral Buildin Construction
1. urement and Payment: The Contractor shall receive the lump sum unit price for
all r ted Work relating to the construction of the new Town Animal Shelter. This
item sn 1 include all internal structures and systems including but not limited to all
items nec sary for a complete, operational and fully functioning facility as shown on
the Contrac rawings and as approved by the Engineer.
2. All costs assoc' ted with stake-out, excavation, grading, compaction, sub-base
preparation, cons ction, erection of building, finishing of interior structures, all
labor, materials, eq . ment and incidentals necessary to satisfactorily complete the
Animal Shelter work cording to the plans, specifications and/or as directed by the
Engineer shall be includ in the lump sum price bid for this Item. Contractor will
retain the services of a lice ed engineer to submit signed/stamped drawings for
critical construction involvin horing, scaffolding, substantial design changes, etc.
Dollars
GENERAL BillLDING CONSTRUCTION BID:
Cents
WRITTEN IN WORDS
CUMULATlVE.DEMOLITION AND SITE WORK BID (CONTRACT "A"):
---
---.....~~--
-------
-~._~.
Dollars
.--.------
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
sinON 00300 - PROPOSAL P ACKAI
CONTRACT "B" ( H V A C )
Please refer to the Scope of Work provided on Drawing Ml outlining the contractor's
responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B");
Six Hundred Eighty Three Thousand Dollars ($683,000.00)
Dollars Cents
WRITTEN IN WORDS
)
CO
Pleas efer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsi . ities for this portion of the proj ect.
1. Measure ent and Payment: The Contractor shall receive the lump sum bid price to
install a do stic water service as shown on the Contract Drawings and specifications
and as approve y the Engineer.
2. All costs associate ith layout, earthwork, excavation, backfilling, installation of
main service piping, ribution branch service piping, and all labor, materials,
equipment and incidentals ecessary to satisfactorily complete the work according to
the plans, specifications and/ s directed by the Engineer shall be included in the
lump sum bid for this Item.
Dollars
TOTAL PLUMBING BID (CONTRACT "C");
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
ase refer to the Scope of Work provided on Drawing E 1 outlining the contractor's specific
resp ibilities for this portion of the project.
1. Me ement and Payment: The Contractor shall receive the lump sum bid price to
hook up site lighting within facility and all exterior building lighting as specified,
and shown 0 e Contract Drawings and approved by the Engineer.
2. All costs associa d with electric conduit runs, wires, provide new service runs, and
spare conduits, conn tion to all street light fixtures with photocells, connections of
bases and footings, inst! tion oflight fixtures, and all labor, materials, equipment
and incidentals necessary to tisfactorily complete the work according to the plans,
specifications and/or as direct the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Dollars
Cents
"
WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPI outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
~ . ~. ~~
ONE HUI-\()1>e-O .C;~"E/lJtEetU 1]1",q.,{J ~ 1/ ~ 000"-
Dollars Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
stnoN 00300 - PROPOSAL PACKA.
j
The folio . g are optional bid items. Please provide separate lump sum bids for each item. The
Town of Sou ld will decide final inclusion or not in the contract.
1. CAT BOXES IN ROOM
COST ESTIMATE
ITEM
$
2. EXTERIOR PROTECTNE COP.:
UNFINISHED EXTERIOR CONCRE ANELS
(see Finish Schedule AlOl and elevations 0
$
3 INTERIOR PROTECTNE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOl).
$
')
The followl are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid p . e for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
COST ESTIMATE
REPLACEMENT OF WIND
BLOCK BELOW 9' 8" WITH -IMPACT
RESISTANT GLASS AND PLYW
PROTECTIVE PANELS.
Deduct:
$
REPLACEMENT OF ALL WINDOWS, GL S
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-l). See Finish Schedule AlOl
$
Add:
00300 Proposal Package 14 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
Alternate Items (continued)
REPLACESTA~STEELCOUNTERS
WITH LAMINATE COTJN'TE~E PIECE).
----,.-._-~~---
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Deduct:
$
Add:
$ . ---._~ -
AUTHORIZED SIGNATURE
PRINT NAME
TITLE
President
DATE
February 16, 2006
ACKNOWLEDGMENT
ST ATE OF NEW YORK, COUNTY OF SUFFOLK:
On the 16th day of February in the year 2006 before me, the undersigned, personally
appeared, Donald J. 0 I Hanlon , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(j;) whose name(s) is €are) subscribed to the within
instrument and acknowledged to me that he/i!beI~ executed the same in his&er~capacity(,j,~,
and that by hislhel'#heir signature(s) on the instrument, the individual(Oi), or the person upon behalf of
which the individual(S') acted, executed the instrument.
~li1l {uB1!;bfM'k /}
MARY C. MICHNE
Notary Public, State of New York
No. 4978717
Qualified in Suffolk County
Commission Expires March 11, ceool
00300 Proposal Package 15 of 14
'.
.
.
SECTION 00310 - BIDDER'S OUALIFlCATION STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: Donald J. 0' Hanlon
x A Corporation
A PartnershIp or Entity
An lndividual
FIRM NAME: Carter-Melence, Inc.
PRlNCIP AL OFFICE:
104 New York Ave., P.O. Box 907
Sound Beach, New York 11789
PRlNCIPAL OFFICERS:
TITLE
NAME
ADDRESS
BACKGROUND
PROFESSIONrrRADE
persident
Vice Pres.
Secretary
Donald J. 0' Hanlon
Patrick E. O'Hanlon
Camel O'Hanlon
P.O. Box 907, Sound Beach, NY 11789
P.O. Box 907, Sound Beach, NY 11789
P.O. Box 907, Sound Beach, NY 11789
construction
construction
administration
1. How many years has your organization been in business under its present business name? 17
2. You normally perform what percent ofthe work with your own forces? _%
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? no . If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
, against your firm or its officers? If yes, please provide details. yes
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
"
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details. yes
I
6. List the major construction projects your organization has underway at this date:
Project
Name
Name of:
Owner
Teleohone #
Engineerl
Architect
Teleohone #
Contract
Amount
Percent
Comolete
Scheduled
Comoletion
TOwn of Brookhaven 631-451-6252
Port Jefferson Annex, General Construction $313,000.00 90% 03/06
Plumbing 77,000.00 95% 03/06
HVAC 74,000.00 95% 03/06
Sanitary System 178,200.00 60% 03/06
Eagle Estates Park 211,000.00 25% 06/06
Selden Fire District 631-732-5570
Station Two Steel Building
$634,000.00 2% 10/06
Project
Name
7. List five major projects you organization has completed in the past five years:
Name of: Engineerl Work Done
Owner Architect Contract Date of With Own Forces
Teleohone # Teleohone# Amount Comoletion % of Work
Bldg. 480, Mods to High Bay, USDOE, BNL $1,552,562.00 05/18/05
631-344-5475; BNL plant Engineering 631-344-4908
Town Hall, Town of Brookhaven $1,552,752.00 03/02/04
631-451-6252; Baldassano Architectural Grp 631-580-2100
New Firehouse Fac., Coram Fire District $1,475,010.90
631-698-4387; Martin F. Send1ewski, AIA
01/06/03
631-727-5352
Bldg. 51 5, Computer Fac., USDOE BNL
$ 622,861.00
09/24/04
631-344-4908
631-344-5475;
BNL plant Engineering
Bldg. 510, High Bay Upgrade, USDOE BNL $ 387,349.00 11/15/05
631-344-5475; BNL Plant Engineering 631-344-4908
00310
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present
Position
Of Office
Years of
Experience
Type of Work
For Which
Responsible
In What
Capacity
Donald J. O'Hanlon, President
Patrick E. O'Hanlon, Vice Pres.
30 years experience in the =nstruction industry
28 years experience in the =nstruction industry
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? . yes
10. Bank References: HSBC 631-821-1643
11. Trade Association Membership: Builders Institute
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation? No
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
STATE OF NEW YORK
COUNTY OF SUFFOLK
Donald J. 0 I Hanlon
being duly sworn deposes and says that he is
the President of r"'rh>r-Melence. Inc. contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
Sworn to before me this 16th day of Feb. > 200~6
Notary Public ~ I" '!if ~
Commission Explrat' n Date: 3/11/07
MARY C. MICHNE
Notary Public. State of New York
No. 4978717
Qualified in Suffolk County.
Commission Expires March 11, ;;ZoD7
00310
.
.
CARTER-MELENCE. INe.
BALANCE SHEET
JUNE 30, 2005
ASSETS
Current Assets:
Cash and Cash Equivalents
Certificates of Deposit
Contract Receivables (Note 2)
Prepaid Expenses
Prepaid Income Taxes
Costs and Estimated Earnings in Excess of
Billings on Uncompleted Contracts (Note 3)
Total Current Assets
Property and Equipment (Notes 4 and 6)
Less: Accumulated Depreciation
Total Assets
$ 103,300
431,191
573,583
62,354
535
8,134
475,847
358,624
LIABILITIES AND STOCKHOLDER'S EOUITY
Current Liabilities:
Short- Term Debt (Note 5)
Current Maturities of LOllg- Term Debt (Note 6)
Accounts Payable
Payroll Taxes Payable
Billings in Excess of Costs and Estimated
Earnings on Uncompleted Contracts (Note 3)
Total Current Liabilities
Other Liabilities:
. Long-Term Debt (Note 6)
Stockholder's Equity:
Conunon Stock (No Par Value, 200 Shares
Authorized, 10 Shares Issued and Outstanding)
Paid in Capital
Retained Earnings
Total Liabilities and Stockholder's Equity
$ 34,833
17,174
109,487
130
160,924
1,000
100,000
828,913
$ 1,179,097
117223 ./
$ 1,296,320
$ 322,548
43,859
929,913
$ l,296,320
.
.
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
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Duane Marcy
Herricks Mechanical CDorp.
190 Atlantic Avenue
Garden City Park, NY 11040
Dear Mr. Marcy:
The SoutlIold Town BOard, at its regular meeting of March 28, 2006
rejected any and all bids for tlIe construction of!the Animal Shelter. A certified
copy of the resolution is enclosed. Also,returned herewith is the bid bond you
submitted witlI this year' sbi&'I'I1ank you for submitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Ene.
",
.
.
THE AMERICAN INSTITUTE OF ARCHITECTS
I
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS,
190 Atlantic Ave., Garden City Park NY 11040
as Principal, hereinafter called the Principal, and
707 Philadelphia Pike, Wihnington DE 19809
a corporation duly organized under the laws of the State of New York
as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold
(Here insert full name and address or legal title of Owner)
53095 Main St., Southold NY 11971
that we Herricks Mechanical Corp.
(Here Insert full name and address or legal title of Contractor)
Westchester Fire Insurance Company
(Here insert full name and address or l6J:Ial title of Surety)
Five percent of amount bid --------
Dollars ($ **5%** ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents.
WHEREAS, the Principal has submitted a bid for
HV AC Work - Southold Animal Shelter
as Obligee, hereinafter called the Obligee, in the sum of
(Here insert full name and address and description of project)
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such
Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract
with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in
full force and effect.
s~~~
day of
February
,2006
{
(Sri.l)
(' ;:'-;"Yli:i", ,,,-
. ~{
(Title)
. . Ri,hard G. And~rson. Attorney-in-Fact .
ThIs document has been reproduced electronIcally WIth the permISSIon of The- AmerTcan Insuture or ArchItects
under license number 97020-1000 to R.G. Anderson, Inc., which expIres September 6, 2006. ReproductIon of thIs
document after that date or wIthout project specIfic Information Is not permItted. .
AlA DOCUMENT A310.SlDBOND.AIA@.PEBRUARY 1970 ED 0 THE AMERICAN
INSTITUTE OF ARClDTECTS. 1735 N.Y. AVE., N.W., WASHINGTON, D,C. 20006
fhu ra~eafL {
I Itness)
1
9/93
~
.
.
CONSENT OF SURETY
We, the undersigned surety, Westcbester Fire Insurance Compauy
a corporation organized and existing under the State of New York
are hereby authorized to do business in the State of New York
do hereby cousentand agree with Town of Soutbold
that if the foregoing proposal of Herricks Mecbanical Corp.
for HV AC Work - Soutbold Animal Sbelter
be accepted and the contract timely awarded and executed by the Obligee and Principal,
that we will, as surety, upon its being so awarded and entered into, become surety for
the said project in the sum not to exceed 100% for the faithful performance of said
contract.
Signed and dated: February 16, 2006
Westchester Fire Insurance Company
() (,"Rty~O_
~~ /L OutPN~/(1
Richard G. Anderson
Attorney-in-Fact
R.G. ANOERSOM 'Me.
707 Philadelphi" :"1(3
Wilmington, DE 19809
302-762-7599 Fax 302-762-7939
,
.
.
ACKNOWLEDGMENT BY PRINCIPAL
INDIVIDUAL
STATE OF
County of
on this
ss.
, , before me,
, a notary public in and for the County and State
aforesaid, residing therein, duly commissioned and sworn, personally appeared known
to me to be the person whose name is subscnbed to the within instrument, and acknowledged that he/she
executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and
year in this certificate first above written.
(Seal) .
day of
Notary Public
PARTNERSHIP
STATE OF
County of
on this
ss.
, , before me,
, a notary public in and for the County and State
aforesaid, residing therein, duly commissioned and sworn, personally appeared known
to me to be the person whose name is subscnbed to the within instrument, and acknowledged that he/sbe
executed the same.
.IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and
year in this certificate first above written.
(Seal)
day of
Notary Public
CORPORATION
STATE OF ., /
County of NltfS ss. /), .Mc;r:~/..J
on this day of before me, /tN"N'F/'1 /~
notary public in and for the ty !lDft'SJate af, therein, duly commissioned and sworn,
personally appeared..wE known to me to be the
person whose name is subscribed to the within instrument, acknowledged that helshe executed the
same. IN WITNESS WHEREOF, I have hereunto set my ~~- my 0 e day and
year in this ~ if(j-Plm.j1ffitten.
(Seal) Notary Public, Slate of New York ..
No.01MC6123346 otaryPublic .
Qualified in Nassau County
Commission Expires 317~~WLEDGMENT BY SURETY
STATE OF Delaware
County ofNe}" Castle ss. ~
on this I fIl. day of r-t , 2006. before me, Gina M. Sernonelle , a notary public in
and for the C ty and State afo esi . g there~ duly commissioned and sworn, personally
appeared 5t>r I known to me to be the person
whose name is subscnbed to the within instrument, and acknowledged that he/she executed the same.
IN WITNESS WHEREO I have hereunto set my hand and affixed my official seal; the day and
year in this certificate first '
(Seal) 'i:I~ \"l~ "~
~. ... 0+\
~O~ \
~,. 7;l5I!!\1Il
~Cl~ ~'J\). ;J]
.OTAll" 9,,"1"
e1'..----.-'. o~
'4TE of
.
WIl8T.CUIlt,_ PlRI! IN8URAItCI! CQIItNW
PlWlClALSTAm IIllIT
.
DiIcem.... 11, 2GlM
.A...-Ilmt ~......
eoNOS
8HClRT ~1ERM lNVE~
$T0i::KS
REALESTAiE
CASH ON ~ANb IN IW'f<
. PRfMa"IN'~OF eou.EC11ON"
. INT'El'll58r ACCRUeD
OTHER A$SETS
TerrAl. ASSEtS
$1.383.IICl3,132
24,&ce,t-tlS
o
o
6.338.<t40
111.-....78
15.340.613
1~
. t ......_ ........
RESER\lE.FOR UNEARNED f'RS,UUMS
RESE'lNEFORLOSSEs .
RE$I!RW FOR TAXES
.FUND$ Ha.D UNDER FlElNSURANCE TReATlES
OTHERuNm.mES .. .
.. TOTAL LIABILITIES
$4.18"-'_
1.1J/);1lM.781
5,041$,631 .
II
~
CAPITAL: 8PECW.SlJRPLUS
CAPITAL: .t28.R SHARES.-$4.. PAR VALUE
CAPITAL: PAlO IN
SURPUJ9~)
SURPUJ$: TO POIJCYIolO\.DER
TOTAL
"'87 .3OO.(J(lO
.uoa.871
120._<<10
G~
tUI82.182,803
<"EXOI..UPE' PREMIUM MORE THAN ilO DAYS OUr::)
aTATII c:IP PlUlHSYLVANlA
COUNTY OF PHll.ADILPHIA.
.JotlnP. T....beInlt_lMllI'/l, ~tIllIlMleVlcePAleldintof .
................. Flnt InlIuIInce Cooll*'J' IIld !hlll-ti>>the.blllt of.. kllOW'" encI beWlhe
foI-..."" It. triae IIld CllllTeCt tWemIItlt of1tllt AId COmpaly'allnenolill CClIIdlliClna of \he
31 lit Illy ofDecllIlller. 2004.
~ f/'Y ofAlllll. 200G~
..
.......
"'T. .....NalIIyNla
U:1 ~h:-F~;.J,:~,=
......., At,;;;rllol,...OtIllllollis
tehol:t f111lM~.
,
.
.
SECTION 00300 - PROPOSAL PACKAGE
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
(Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
00300 Proposal Package I of 14
sinON 00300 - PROPOSAL PACKAI
BIDDER'S CHECK LIST
)
Your response to our above referenced bid wi1l be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening. .
D
D
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
D
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You wi1l be given ten (10)
business days from notice of award to supply this form or the bid wi1l be
rescinded.
D
D
D
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
)
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME:
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. PARTNERSHIP
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE: DATE FILED:
ST ATE FILED:
INDIVIDUAL
If a non-publicly owned Corporation:
CORPORATION NAME:
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
LIST OFFICERS AND DIRECTORS:
NAME
TITLE
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
. .
SECfION 00300 - PROPOSAL PACKAGE
}
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS:
CONTACT:
TELEPHONE:
E-MAIL:
FAX:
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
)
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME:
ASSUMED NAME CERTIFICATION
"If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME:
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
o I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
AUTHORIZED SIGNATURE
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I f\lrther attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
openmg.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for.an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project. ,
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
e person signing this bid, under the penalties ofpeljury, affirms the truth thereof.
SWORN To BEFORE ME THIS
l> J A..-.... '(\'\CL{'c 1 ,\) ;?es,' ckj
Type Name & Company Position
\.~-{(< c~.s (\'It<- ~~icp.
Company Name
2- - \ ~, 0 b
Date Signed
NOTARY; 117 1AYOF F'i?t;{t1HY.20~
~~
\ I <3 <( eel. '(7 r
Federal LD. Number
ANNE M. MCTIERNAN
Notllry Public, stale of New York
No. 01 MC6123346
c:;;:~=~n:~u;,~,~,
00300 Proposal Package 6 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME: --l:ter iI<'G Ie-.s yn ec.. h~)\ CA- ( ( 0 a.. p
fH-1 ..w4-.'c.. A~
9 NZ Ie r..J --{
VENDOR ADDRESS:
190
~~~ C('-li
TELEPHONE NUMBER: C;( (p 2'1 ~ - 2 fD (
(fO<fO
FAX: ~-...{ G, 2'fg- Y S"ol?
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
I-
V
Dated
,( ~D
t/'>J
Addendum No.
00300 Proposal Package 7 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
Project ReQuirementsl BiddinQ Guidelines
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTH OLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
)
1. Demolition - Area "A"
I. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,
'compacted earth, and existing fencing located within Area "A" and as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "An BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed' Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
SfrION 00300 - PROPOSAL P ACKAI
3.
Site Work - Area "A"
)
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for all lawn &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer.
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
)
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
5. General Buildinl!: Construction
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, compaction, sub-base
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
GENERAL BUILDING CONSTRUCTION BID:
Dollars
Cents
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
. .
SECTION 00300- PROPOSAL PACKAGE
CONTRACT "8" ( H V A C )
Please refer to the Scope of Work provided on Drawing Ml outlining the contractor's
responsibilities for this portion of the project.
)
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, equipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
s9<j, CoOD
,
Dollars Cents
VY\. ·
~ (Lez h '-""- d-/<.e- c!. Y\ i f\ {.,(
CONTRACT "C" (Plumbing:)
)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the proj ect.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing EI outlining the contractor's specific
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation of light fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Dollars
Cents
WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPI outlining the contractor's
specific responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
. .
SECTION 00300- PROPOSAL PACKAGE
OPTIONAL ITEMS:
The following are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A9l2)
$
2. EXTERIOR PROTECTIVE COATING ON
UNFINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule A10l and elevations on AlOl)
$
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, II?, 122, 126)
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOl)
$
$
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMPACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-l). See Finish Schedule A10l
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
00300 Proposal Package 14 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
Alternate Items (continued)
REPLACESTATINLESSSTEELCOUNTERS
WITII LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Deduct:
$
Add:
$
AUTHORIZED SIGNATURE
PRINT NAME
TITLE
DATE
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the in the year 2006 before me, the undersigned, personally
appeared, Q.. personally known to me or proved to me on the basis
of satisfactory evidence to be the i ividual( s) whose name( s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
ANNE M. MCTIERNAN
Notary Public, State of New y()l\(
No. 01 MC6123346
Qualified In Nassau County dl
Commission Expires 3/1120~
~---
ARY PUBLIC'
00300 Proposal Package 15 of 14
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made,
SUBMITTED BY: ~Vt4..A.- (h/k.r <1
FIRM NAME: ~.f';:-dcs ~h(.\...l; <1" Idrtl-f
A Corporation
A Partnership or Entity
An Individual
PRINCIPAL OFFICE:
l 'l 0 f+-djQ,...;)+-'c-
C;~~ C ~l
.-fk.--
PtHC- (~
('-)'(
((O<{ i::>
PRINCIPAL OFFICERS:
TITLE
{f6.J
NAME
bJ~
'~<y
ADDRESS
(oD~~vk
,,:>l\;;
f'i \'t- P I" 'i
BACKGROUND
PROFESSIONrrRADE
'> .;.e(k.F.'Ci4"!P/~ b.....-
e;. h.L~
\<0'(<>
)
1. How many years has your organization been in business under its present business name?
<is-
2. You normally perform what percent of the work with your own forces? IGb%
List trades that you organization normally performs below:
S jet'\- ",.' l' Tt: L
'7\')=~_-h-O
C~~ \~ _ r.;; \ecl-r.>: cI"- \
W(;,"" (2-
3. Have you ever failed to complete any work awarded to you? M If so, note where and
why,
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
, against your firm or its officers? If yes, please provide details,
100
00310
. .
SECTION 00310 - BIDDER'S QUALIFICATION STATEMENT
5. Has your firm requested arbitration or filed any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
)
f'J{}
6. List the major construction projects your organization has underway at this date:
Project
Name
Name of:
Owner
Teleohone #
Engineer/
Architect
Teleohone #
Contract
Amount
Percent
Comolete
Scheduled
Comoletion
~5~?
Project
Name
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Teleohone # Teleohone# Amount Comoletion % of Work
)
~
c; t-.J 5
00310
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Years of
Experience
Type of Work
For Which
Responsible
In What
Capacity
Individual's Name
Present
Position
Of Office
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
'1&5
.
I
10. Bank References:
tA.> ,< l
.~~ u~--- l<et~ SF
II. Trade Association Membership:
ACCt:l
\c.sc5
f<. ~ <-
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
.J"::> l? .
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
W ~\.~ ~ d \' ~ le<--> ~~ ~
)
)
STATE OF NEW YORK
COUNTY OF SUFFOLK
i> 0 ~ 'f'^ p.-(L I being duly sworn deposes and says that he is
the P'lZe-')~d.J of l~(-r-c-~ ~1'-1 contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
ed bid)
Sw= "b<fure ~Q::t;y or ~ '''''004
Notary Public .~
Commission Expira on Date: J /7
MNI M. MCTlERNAN
ilIiit1IV Public, Stete of New York
No. 01 MC6123346
QYllI1'Itd In Nassau County
~ Expires 317l2Oilj
00310
.
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
David J Koehler
Dominion Construction Corp.
108 Allen Blvd
Farmingdale, NY 11735
Dear Mr. Koehler:
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
The Southold Town Board,'ilt its regUl!lr meeting of Mareh 28, 2006
rejected any and all bids for the construction oi"the Animal Shelter. A certified
copy of the resolution is enclosed. Also,ret\I1'lled herewith is the bid bond you
submitted with this year'sbid.'l.""h!u1k you fg!submitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
. .
.
.
.
~~
ALLMERICA FINANCIAL.
HANOVER INSURANC[@
The Hanover Insurance Company
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we
DOMINION CONSTRUCTION CORP.
108 ALLEN BLVD.
FARMINGDALE, NY 11735, as Principal, hereinafter called the Principal and
mE HANOVER INSURANCE COMPANY
440 LINCOLN STREET
WORCESTER, MA 01653, a corporation duly organized under the laws of the State of New Hampshire, as Surety, hereinafter
called the Surety, are held and fmnly bound unto
TOWN OF SOUTH OLD
53095 MAIN ROAD
SOUTHOLD, NY 11971
, as Obligee, hereinafter called the Obligee,
in the sum of FIVE PERCENT OF THE AMOUNT BID Dollars (5%) for the payment of which sum well and truly to be
made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the principal has submitted a bid for
NEW SOUTHOLD ANIMAL SHELTER CONTRACT 'B' H.V.A.C
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee
in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with
good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in
the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the
Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such
larger amount for which the Obligee may be 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 13TH day ofFEBRUARU, 2006
DOMINION CONSTRUCTION CORF.
(principal)
~-
.~
.wltne~
.
SURETY ACKNOWLEDGMENT
.
STATE OF NEW YORK
COUNTY OF NASSAU
{ SS:
On this 13T11 day of FEBRUARY in the year 2006, before me personally came BONNIE CASTIGLIONE to me known, who being by me duly
sworn, did depose and say that she resides in AMITYVILLE. NEW YORK; that she is the attorney-in-fact of THE HANOVER INSURANCE
COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name
thereto by like order.
NOTARY PUBLIC S~ERT G. TYNAN
Notary Public, State of New York
No. 30-4046970
Qualified in Nassau County () ~
Commission Expires May 3D, 20 _
~
NOTARY PUBLIC
INDIVIDUAL - PRINCIPAL
{ SS:
STATE OF
COUNTY OF
On this day of
MC GOVERN
,20
, before me, the undersi9ned personally came and appeared _ _JOHN P.
to me personally known and known to me to be
the individual described in and who executed the foregoing
executed the same.
instrument and duly acknowledged to me that
NOTARY PUBLIC STAMP
NOTARY PUBLIC
CORPORATION - PRINCIPAL {
STATEOFMw X,~[c.. SS:
COUNTY OF -:5v-pf{JL(c
On this I f11 day of kku~ ' 20..Q1z..., before me ~e~ ~~, to me
known, who being b e duly ~om, id d pose and say that he resides at AI,
that he is ce€11 of DOMINION CONSTR CTION CORP.. the corporation described
in and which executed the foregoing instrument as principal; that he knows the seal of said corporation; that the seal affixed to said instrument
is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name thereto by like
order.
NOTARY PUBLIC STAMP HANSOI'i.
~s.:.a1""~.
~F~~~~
C$~'f)~
NOTARY PUBLIC
PARTNERSHIP - PRINCIPAL
{ SS:
STATE OF
COUNTY OF
On this _ day of , 20_, before me personally came
personally known, and known to me to be a member of the firm of
acknowledged to me that he executed the same for the uses and purposes therein mentioned.
to me
and he duly
NOTARY PUBLIC STAMP
NOTARY PUBLIC
, CertifltPY Void Without Allmerica Financial Wat
This Power of Attorne ma e used to execute an bond with an Inee
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITIZENS INSURANCE COMPANY OF AMERICA
POWERS OF ATTORNEY
CERTIFIED COpy
KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY,
both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF
AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby constitute and appoint
Scott R. Treiber, Richard Guarini, Gary Morrissey, H. Craig Treiber, Milana Oinl and/or Bonnie Castiglione
rk
date after March 1, 2007
of Garden City, NY each is a true and lawful Attomey(s)-in.fact to sign, execute, seal, acknowledge and deliver for, and on its behalf,
and as its act and deed any place within the United States, Of, if the following line be filled in, only within the area therein designated
any and all bonds, recognizances, undertakings, contracts of indemnity or other writings obligatory in the nature thereof, as follows:
Any such obligations In the United States, not to exceed Twenty Million and NoI100 ($20,000,000) in any single Instance
and said companies hereby ratify and confirm all and whatsoever said Attomey(s)-in-fact may lawfully do in the premises by virtue of these presents.
These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which
resolutions are still in effect:
"RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vice President, be and they are hereby
authorized and empowered to appoint Attorneys-In-fact of the Company, in its name and as its acts, to execute and acknowledge for
and on its behalf as Surety any and all bonds, recognizances, contracts of indemnity, waivers of citation and all other writings
obligatory in the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such
Attorneys-in-fact shali be as binding upon the Company as ~ they had been duly executed and acknowiedged by the regula~y elected
officers of the Company in their own proper persons." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14,
1982 _ Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America)
IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS
INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seais, duly attested by a Vice
President and an Assistant Vice President. this 22nd day of November. 2005.
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
cmzENS INSuRANCE COMPANY Of AMERtCA
~~
RIdl.rd M. V.n steenburgh. V\oII Presk*lt
~
Paul F. caneo. ~ViCe~Id.nt
THE COMMONWEALTH OF MASSACHUSETTS )
COUNTY OF WORCESTER ) 55,
On this 22nd day of November 2005, before me came the above named Vice President and Assistant Vice President of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and
officers described herein, and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance
Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and
their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations.
(@ ---
--
-"
,,~"""1.
~~..h..M 0. ,::baA//d
Notaty Public
My commission expires on November 3, 2011
I, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance
Company of America, hereby certify that the above and foregoing is a full, true and correct copy of the Original Power of Attorney issued by said
Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect.
This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance
Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America.
"RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,
granted and executed by the President or any Vice President in conjunction with any Assistant Vice President of the Company, shall
be binding on the Company to the same extent as if all signatures therein were manually affixed, even though one or more of any such
signatures thereon may be facsimile." (Adopted October 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 -
Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America)
GIVEN under my hand and the seals of said Companies, at Worcester, Massachusells, this /j7tf day of febrUQ ref ,2006
THE HANOVER INSURANCE COMPANY
MASSACHUSETTS BAY INSURANCE COMPANY
CITiZENS INSURANCE COMPANY OF AMERICA
~\J 4J~
Charles T Wells, Assistant Vice President
Certified Copy Void Without Allmerica Financial Watermark
.
.
.
~. ALLMERICA FINANCIAL-
HANOVER INSURANCe- The Hanover Insurance Company
440 Lincoln Street
Worcester, MA 016S3
Financial Statement
The Hanover Insurance Company
Bedford, New Hampshire
FINANCIAL STATEMENT AS OF DECEMBER 31,2004
ASSETS ~
Cash in Banks (Including Short-Term Investments) ................................................ $ (12,004,929)
Bonds and Stocks............................. ........................................... ....... ......... .......... 2,709,713,325
Other Admitted Assets .......................................................................................... 750,851,089
Total Admitted Assets ........................................................................ 3,448,559,485
LIABILITIES, CAPITAL AND SURPLUS
Reserve for Unearned Premiums........................................................................... $ 650,770,693
Reserve for Loss and Loss Expense ........................................................................ 1,473,942,273
Reserve for Taxes ................. .......................................................... .......... ............. 18,636,548
Funds held under reinsurance treaties................................................................... 17,004,751
Reserve for all other Liabilities .............................................................................. 189,393,687
Capital Stock - $1.00 par ......................................... $ 5,000,000
Net Surplus ............................................................ 1,093,811,533
Policyholders' Surpl us...........................................................................................
Total Liabilities, Capital and Surplus .....................................................................
1,098,811,533
3,448,S59,485
COMMONWEALTH OF MASSACHUSmS
COUNTY OF WORCESTER
} S.s.:
John R. larson, Asst. Treasurer of The Hanover Insurance Company, being duly sworn deposes and says that he is
the above described officer of said Company, and certifies that the foregoing statement is a true statement of the
condition and affairs ofthe said Company on December 31,2004.
JOHN R. LARSON
Asst. Treasurer
111"0193(3105)
.
.
PROJECT ADDENDUM #3
Issued February 2, 2006
CLARIFICATION ON ELECTRICAL DETAILS
TOWN OF SOUTHOLD ANIMAL SHELTER
Reauests for Information:
Q: Your plans indicate that the HVAC panel is a 225 AMP main lug
only fed by a 400 AMP breaker with 2-2" conduits 3-250 MCM each
(w/o neutral conductor). Please confirm this is your intent.
A: The HVAC panel is a 250 AMP main lug type panel fed from the
MOP with a 250 amp beaker, with one 21/2" EMT conduit containing
3-250 MCM and one #2 AWG insulated copper equipment grounding
conductor. Panels P1 and P2 are also fed from the MOP from
seperate 200 AMP breakers. (See attached MOP panel schedule for
corrections)
Q: Require routing of primary cabling from utility company, location of
transformer pad and secondary cabling.
A: The utility officials have the correct information for the Primary
cabling to the transformer and most likely it will be a PAO mount
transformer with a 120/208, 3 phase 4 wire 600amp secondary
service.
Q: Confirm PVC conduit is acceptable for underground installations.
A: PVC Conduit is not acceptable for underground service
installation.
Q: Based on type of wall construction materials will there be pre-
fabricated chases to accommodate electrical work or is your intent to
have everything surface mounted?
A: Yes based on type of wall construction materials there will be
requirement for pre fabricated chases to accommodate electrical
work. Electrical panels will be flush mounted.
.
.
.
Addendum #3 (continued)
Q: Please indicate power source for the 15 wall mounted exhaust
fans.
A: The exhaust fans shall be routed using circuit P1-30 and P1-33 as
shown in the drawing with this addendum. Also all the Phi Filter(PF)
shall be routed using circuit P1-31 for power.
Confirmation of Receipt
(Please fax a signed copy of this sheet to Mr. John Burgess at
Design Learned, Inc. fax #: 860.204..()419)
PRINT NAME
DATE
.
.
ADDENDUM # 1
Issued January 30. 2006
DEDUCTION ADDENDUM
TOWN OF SOUTHOLD ANIMAL SHELTER
VENDOR NAME: "[;om / rJ / 0 1\1 fhllls#wl!-f, i I/, I!ol<f-
VENDOR ADDRESS: JO 8 IH-Lt-1I1 B/I/{/..
FAIUr1./n701. ~Le- Ai Y 1/13 f
TELEPHONE NUMBER: b3/-.;l I(Q.O 8Hl FAX: b81-h9L/-tfl,v9
DEDUCTION ADDENDUM:
The electrical requirements for the Southold Animal Shelter will be bid in its entirety as a single bid price.
The following are alternate bid items as seen on drawing E-2 within the construction documents. Please
provide separate lump sum bids subtracting from the cumulative bid price for each item. The Town of
Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
135 KW Electric Generator, 208/120V,
3 phase, 4 wire with 400 AMP breaker
and automatic transfer switch assembly
(Generac SG0135-G36133N18CPYEC
or equivalent)
Deduct:
$
Kennel Visual Communications System
Deduct:
$
AUTHORIZED SIGNATURE dLr
PRINT NAME (!/t.MJeS" R~ f'
TITLE _l;{i~ (J~S Id~1 r
DATE
.
.
PROJECT ADDENDUM #2
Issued January 31, 2006
QUESTION DEADLINE FOR BIDDING
TOWN OF SOUTHOLD ANIMAL SHELTER
Since the bid opening will be held on Thursday, February 16,
2006 we would like to establish a deadline for all question
submittals pertaining to the construction drawings and
specifications.
All questions and inquiries should be submitted in writing (Form
00350 of the bid proposal package) no later than Mondav.
February 13. 2006 bv 5 pm EST. Questions should be faxed to
Design learned at (860) 204-0419. This deadline will allow time
prior to the bid opening to address all requests for information.
Change orders during construction will not be accepted or
approved for questions or clarifications that could have, and
should have, been presented and resolved during the bidding
process.
It is strongly recommended that contractors submitting bids
have representatives present at the non-mandatory pre-bid
meeting being held on Thursday, February 9,2006 at 10 am EST.
This will be the only time bidders will have a chance to review
drawings and specifications, in person, with a member of the
building design team.
Confirmation of Receipt
(Please fax a signed copy of this form to Mr. John Burgess at
Design learned, Inc. fax #: 860-204-0419)
AUTHORIZED SIGNATURE ~
PRINTNAME (}j,~~ ~F
COMPANY ~m/tl/I()N tJol'/!kttehDA &.R.p.
DATE
.
.
SECTION 00300 - PROPOSAL PACKAGE
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
(Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
00300 Proposal Package I of 14
St~flON 00300 - PROPOSAL P ACKA!I
BIDDER'S CHECK LIST
,
!
Your response to our above referenced bid will be considered unresponsive and will be rejected if
the following forms are not included at the time of the bid opening. .
D
D
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
D
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
D
D
D
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
l
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME: InIINIOO cmSTRUcrIOO CORP.
VENDOR INFORMATION SHEET
INDIVIDUAL
If a non-publicly owned Corporation:
CORPORATION NAME:
InIINIOO cmSTRUcrIOO CORP.
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
JOHN KOEHLER DAVID J. KOEHLER
'llKJ4AS KO"""'''''' rHl\RT.F.~ RflMPF
LIST OFFICERS AND DIRECTORS:
NAME TITLE
JaIN KOEHLER PRESIDENT
THallAS KOFllT.F.R VTrF. PRF.~TnFN'f'
rHZl1>U'" RJ'MPF 'IICi:PRESHlE'!N
DAVID J. KOFllT.F.R ~ ITRF.l\~
...................................................................................
If a partnership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
I
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME:
ADDRESS:
IJCMINICN CCNSTRUCl'ICN CDRP
108 1\LLm BOOLE.VARD
FARMINGDALE, NE.W YORK 11735
CONTACT: aIARLES RUMPF
TELEPHONE: 631-249-0888
FAX:
631-11!l4-4649
E-MAIL: cwrumpf@koehlerorg.ccxn
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
)
ONLY if different.
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME:
IlCl>lINIOO <XNSTRUCl'!OO cnRP.
ASSUMED NAME CERTIFICATION
"If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME: !'i/A
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
~ I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
,FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
"""""'". .....,,,,, AW:GNATURE
,,,,y ...,10 tIIle ,Olilduq \{l~1
OCt~OtIAHIO .~
~ liIlIlluC: ni boit"&1I0
_lIS;IIIbuIM"'3 nt:IlellitnmoO
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price( s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
opening.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of iny firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other firm or person, or offered, promised or paid cash or anything
of value to any firm or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project. )
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties of perjury, affirms the truth thereof.
Company Name
7f1 1102144870 .'
\"Rate Signed I
Fede~lJ~u~f!O~
SWORN TO BEFORE ME THIS .o~
NOTARY:~DA Y OF (ihtt~:t;. 20d
~~~
fWilION
VOlk
.PI
rHl\Rr.~ RTlMPF VTr'R PRF."TnFl\lT
Type Name & Company Po~ition
DCMINICJiI crnSTRUcrrCJil OORP.
00300 Proposal Package 6 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTH OLD ANIMAL SHELTER
VENDOR NAME:
DGlINIOO cnlSTRUCrIOO CORP.
VENDOR ADDRESS: 108 ALLEN BOOLE.VARD
FARMINGDALE, NE.W YORK 11735
TELEPHONE NUMBER: 631-249-0888
FAX:
631-694-4649
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Fonn.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
N/A
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No.
Dated
1
2
1/30/2006
1/31/2006
2/02/2006
3
00300 Proposal Package 7 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
Project Requirementsl BiddinQ Guidelines
)
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
)
1. Demolition - Area "A"
I. Measurement and Payment: The Contractor shall receive the Lump Sum Price for
Demolition and Removal of Existing Concrete Slabs, areas of stone, crushed glass,
compacted earth, and existing fencing located within Area "An and as shown on the
Contract Drawings and approved by the Engineer. Included in this item is the cost of
saw-cutting the existing asphalt roadways.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
DEMOLITION AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
Demolition and Removal of all Existing Buildings, Office Trailers, and Accessory
Structures as specified, and shown on the contract drawings and approved by the
Engineer. This item shall include, but not be limited to, Footings, Foundations,
Approaches, Walls, Slabs/Pads, fencing, and Removal of all concrete associated with
the existing Animal Shelter buildings, as specified, and shown on the Contract
Drawings and approved by the Engineer.
2. All costs associated with demolition of pavement, miscellaneous demolition,
removals, disposal fees, all labor, materials, equipment and incidentals necessary to
satisfactorily remove the existing site features necessary to complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
3. All Costs associated with disconnection of Utilities, Demolition of existing Sanitary
System, Water Supply Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Materials, Equipment and Incidentals necessary to satisfactorily remove the
existing Animal Shelter Features necessary to complete the Proposed'Work according
to the Plans, Specifications and/or as directed by the Engineer shall be included in the
Price for this Item.
DEMOLITION AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
StPrlON 00300 - PR~POSAL P ACKAI
3.
Site Work - Area "A"
)
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "A" outside of the
Building Envelope. This item shall include but not be limited to the Installation of the
Septic System, Installation of the Building Drainage System as indicated on the Plans,
the establishment of all sub-grades, providing the necessary compaction for allla\Vll &
pavement surfaces, the installation of all Concrete Slabs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement of Topsoil, etc. located within the limits
of Area "A" and as approved by the Engineer.
2. All costs associated with the installation of all related site work outside of the building
envelope within the construction limits of Area "A" and incidentals necessary to
satisfactorily complete the proposed work according to the plans, specifications and/or
as directed by the Engineer shall be included in the price bid for this Item.
SITE WORK AREA "A" BID:
Dollars
Cents
WRITTEN IN WORDS
)
4. Site Work - Area "B"
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Site Work within the Construction Limits of Area "B". This item shall
include but not be limited to the establishment of all sub-grades, providing the
necessary compaction for all pavement surfaces and the installation of all Concrete
Slabs, Sidewalks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located within the limits of Area "B" and as approved by the Engineer.
2. All costs associated with the installation of all related site work within the construction
limits of Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
included in the price bid for this Item.
SITE WORK AREA "B" BID:
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of!4
.
.
SECTION 00300 - PROPOSAL PACKAGE
5. General Buildinl!: Construction
1. Measurement and Payment: The Contractor shall receive the lump sum unit price for
all related Work relating to the construction of the new Town Animal Shelter. This
item shall include all internal structures and systems including but not limited to all
items necessary for a complete, operational and fully functioning facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, compaction, sub-base
preparation, construction, erection of building, finishing of interior structures, all
labor, materials, equipment and incidentals necessary to satisfactorily complete the
Animal Shelter work according to the plans, specifications and/or as directed by the
Engineer shall be included in the lump sum price bid for this Item. Contractor will
retain the services of a licensed engineer to submit signed/stamped drawings for
critical construction involving shoring, scaffolding, substantial design changes, etc.
. \ .
GENERAL BillLDING CONSTRUCTION BID:
Dollars
Cents
WRITTEN IN WORDS
CUMULATIVE DEMOLITION AND SITE WORK BID (CONTRACT "A"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
sinON 00300 - PROPOSAL P ACKAI
CONTRACT "B" ( H V A C )
)
Please refer to the Scope of Work provided on Drawing MI outlining the contractor's
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install all mechanical systems, duct work and air handling units as shown on the
Contract Drawings and specifications and as approved by the Engineer.
2. All costs associated with layout, installation of air handling units, coordination of
distribution with other contractors, and all labor, materials, eqnipment and incidentals
necessary to satisfactorily complete the work according to the plans, specifications
and/or as directed by the Engineer shall be included in lump sum bid for this Item.
TOTAL MECHANICAL BID (CONTRACT "B"):
~1JJr)~fuw~~~/J_~ })::l:rtAt~*
~ Dollars Cents ~
1~~, 3ft.(fb WRITTEN IN WORDS
CONTRACT "C" (Plumbine:)
)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the proj ect.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
.
.
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "D" (Electrical)
Please refer to the Scope of Work provided on Drawing E 1 outlining the contractor's specific
responsibilities for this portion of the project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
hook up all site lighting within facility and all exterior building lighting as specified,
and shown on the Contract Drawings and approved by the Engineer.
2. All costs associated with electric conduit runs, wires, provide new service runs, and
spare conduits, connection to all street light fixtures with photocells, connections of
bases and footings, installation oflight fixtures, and all labor, materials, equipment
and incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL ELECTRICAL BID (CONTRACT "D"):
Dollars
Cents
. WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPI outlining the contractor's
specific responsibilities for this portion of the project.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications and/or as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"):
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
slTION 00300 - PROPOSAL PACKAI
OPTIONAL ITEMS:
)
The following are optional bid items. Please provide separate lwnp sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A912)
$
2. EXTERIOR PROTECTIVE COATING ON
UNFINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule AlOI and elevations on A201)
$
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
$
4. EXTERIOR WINDSHffiLD WALL
(as shown on site plan and detail 4, A.001).
$
ALTERNATE ITEMS:
)
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
ITEM
. COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMP ACT
RESIST ANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
Deduct:
$
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMP ACT
RESISTANT GLASS.
Deduct:
$
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-I). See Finish Schedule AlO1
Add:
$
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$
00300 Proposal Package 14 of14
.
.
SECTION 00300 - PROPOSAL PACKAGE
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
REPLACE CONCRETE AND ORA VEL
W ALKW A YS WITH CONCRETE PAVERS
ON ORA VEL BASE. (See Site plan)
Deduct:
$
Add:
$
AUTHORIZEDSIONATURE . ~
PRINT NAME CHARLES RUMPF
TITLE
VICE PRESIDENT
DATE
ACKNOWLEDGMENT
ST ATE OF NEW YORK, COUNTY OF SUFFOLK:
.~ ~
On the IS-- day of ~. ~O (,. in the year 2006 before me, the undersigned, personally
appeared, ~S ,.. , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
'N~I~
STEPHANIE A. HAN8Ot<I.
~ Public. State 01 New Yff/1
No.01HA6107120 ad
QuaUhc! In SufloIk~'
Q...o/I~111an e.- Mlldttl;
00300 Proposal Package 15 of 14
.
.
)
)
lilCC!I>IAHA 31~Al1q3Ta
*'cV ,,".iIllo 9f~1? .~,'d,;q '(ISlollt
OSt\llraA"rC"i'I
.' ylnuoO lIJollua ni bellilsuO
_os ,lIS 1I)......31lOi11immclO
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: CHARLES RUMPF
A Corporation
"1\ ParmerShlp or I":ntity
An Individual
FIRM NAME: I:Xl>1INIOO CXNSl'RUcrIOO <XlRP.
PRINCIPAL OFFICE:
1DR IH.r.1'N Rr.vn , FJlRMTNGflAr.F., NY 11711)
PRINCIPAL OFFICERS:
TITLE
NAME
ADDRESS
BACKGROUND
PROFESSIONfTRADE
President JOM &Jehler 22 Lily Drive, So. Setuaket, NY General Contractor
V. Pres. Thanas &Jehler 5 Tap crt., Nesconset, NY Field S\l)JerVisor
V. Pres. Charles Rumpf 42 Miller Rd., Farmingdale, NY H.V.A.C.
Sec./Treas. David J. Koehler 8 Verton crt., E Nortllport, NY Financial
I. How many years has your organization been in business under its present business name?
37
2. You normally perform what percent of the work with your own forces? ~ %
List trades that you organization normally performs below:
1ttAj-~L-
3. Have you ever failed to complete any work awarded to you? ...N{L. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
, against your firm or its officers? If yes, please provide details. NO
00310
SECTION 1.0 - BIDDER'S OUALIFICATION ST!MENT
5. Has your firm requested arbitration or flied any lawsuits with regard to construction
contracts within the last five years? If yes, please provide details.
)
NO
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone # Telephone # Amount Complete Comoletion
E Hampton 631-981-3990 Andy Solano 450,000. 70% 4/1/2006
Justice Crt.
Osprey's Dominion
Vineyard 631-765-6188 Bud Koehler 51,000 50% 5/01/2006
Proj ect
Name
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Teleohone # Teleohone# Amount Completion % of Work
)
'Jl..n ll.I1t:in;Jtm 631-351-3015 Ri.dmd W3IBt, IE 128,001)).
Ice RiIK
M3:hm:i.cal ~
9/~)('
100%
'Jl..n Ri~ 631-727-nxl x''lJ9 Ia1 'lesta, IE 190,000
GIs 0:nI.e:sim
R.uftq> Urit ~l"" """,JI...
2001
100% '
'Jl..n East H3lP= 631-981-3990 Atrly S:iliro, IE ~,ooo
Rili.ce ~
!Me
2003
100%
Vi.lla:J= Sa3' H3rlxr 631-;m..9770 I.av.id Ili.9.rID 150,000
Rili.ce ~ !Me
2005
100%
~ !'at'l lab 631-344-7135 C1ri.s ClBm:in;J', IE 150,000 aJ01 100%
00310
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present
Position
Of Office
Years of
Experience
Type of Work
For Which
Responsible
In What
Capacity
.l:in ~
ClBrles RlIlpf
'Dn1as ~
IavidJ. ~
ThtJl"", MIrtin
l're3:i.dD:
V. Pn:>s.
V. Pn:>s.
9;c. /n:eas.
9..{:El:vis::r
29
'Zl
19
18
17
GreI:al. o..uL.<>.tin <E
H. V.A.c. &p:v.is:rtMrlmical
F.i.eld 9..{:El:vis::r F.i.eld 9.p=is:r
c.FirBn::ial F.imn::ial.
WliCt HVK: 9.p=is:r
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? .
YES
10. Bank References:
Sl'ATE BIN< OF:uN:; ISUN)
27 SMITHT STREE:l'
FARMINGDALE, NY 11735
TEL: 631-847-3900
CXl'ITAcr: PEl'ER YOVINE
, : ~
11. Trade Association Membership:
AIR a:tIDITIctlING CXNl'RACl'ORS OF AMERICA
AMERICAN SOCIEl'Y OF HEATING, REFRIGERATlctl & AIR a:tIDITlctlING mGINEERS
REFRIGERATIctl SERVICE ENGINEERS SOCIEl'Y
\,'
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation? No
H0<1101AH A illAAHqne
)ll(,'V \l'i'::i~~ \",: ':Jjna~q t'ItCIM
J~j ~,OraAHlC.oM
. ,1,,"00 1Il\1ltu2 1Ii)llllM;)
_OS ,1$ lI':\16M...... ...rr'l1\V1OO
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
,
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
ATl'AOIED
)
STATE OF NEW YORK
COUNTY OF SUFFOLK
~ be~ duly sworn ~oses and says that he is
the I t O~t""" 'A/....u"iiAJ 'Rf- contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
Sworn to before me this /,SI! day of~~I)();'
NotaryPublic ~Q.~
Commission Expiration Date:
.,g;lE A. HANSON
.. ... ... S lale 01 New Yolk
~.~.^t
.. a;.~
00310
"
.
.
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 II 79
Southold, New York II97I
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 7, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
William H Mauff
W H M Plumbing & Heating Contractors, Inc
6 H Enterprise Drive
East Setauket, NY 11733
Dear Mr. Mauff:
The Southold Town BOard, at its regular meeting of Nfarch 28, 2006
rejected any and all bids for the cOllstruction of the Animal Shelter. A certified
copy of the resolution is enclosed. AlSO're1:].rrIJ.ed herewith is the bid bond you
submitted with this year's hid. Thank: you for submitting your bid.
Very truly yours,
Lynda M. Bohn
Deputy Town Clerk
Enc.
"
.
.
THE AMERICAN INSTITUTE OF ARCHITECTS
.
AlA Document A310
Bid Bond
KNOW ALL MEN BY THESE PRESENTS, that we . .
W.H.M. Plumbing & Heating Contractors, Inc. IHere Insert full name M\d .ddress or lepl hlle of Contradott
6 H Enterprise Drive, East Setauket, New York 11733
as Principal, hereinafter called the Principal, and
BERKLEY REGIONAL INSURANCE COMPANY
c/o MONITOR SURETY MANAGERS, INC., 60 East 42nd Street, New York, NY 10165
a corporation duly organ~ed under the laws of the State of Delaware
as Surety, hereinafter called the Surety, are held and firmly bound unto
TOWN OF SOUTHOLD (Here ins.r1 fulllUme and &ddrft$ or JeplliUe of Owne"
53095 Main Road, Southold, New York 11971
as Obligee, hereinafter called the Obligee, in the sum of
"Five Percent of the Amount Bid"
(Hett: insert full "iilme ilnd address or lepl title of Surety)
Dollars ($ I,
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
{Here insert full name, addre":and description of projecQ
SOUTHOLD TOWN ANIMAL SHELTER, SOUTH OLD, NY 11971
SUFFOLK COUNTY
CONTRACT 'C' - PLUMBING
NOW, THEREFORE, if the Oblilee shall .ccept the bid of the Principal .nd the Principi.I shall enter into a Contract
with the ObUsee in accordance with the terms of such bid. and live such bond or bonds as may be specified in the blddi",
or Contract Documents with Sood and sufficien~ surety for the faithful performance of such Con~ract and for ~he prompt
payment of labor and ma~erial 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 lhe difference not 10 exceed the pen.llty
hereof between the amount specified in Siid bid and such laraer amount for which the Obligee rmy in good 'aith c:ontrut
with another party to perform the Work covered by said bid, then this obHption shall be null and void, otherwise to remain
In full force and effect.
Signed and sealed this
13th
day of
February
1!K 2006
Contractors, Inc.
(SHI)
Preside~t
AlA DOCUMENT .431. . BID BOND. AlA.. FEBRUARY 1970 EO . THE AMERICAN
INSTITUTE Of ARCHITECTS, 1735 N.Y. AVE.. N.W., WASHINGTON, O. C. 20006
,
,
.
.
Acknowledgment of Corporation
SI&Le o(
New York
)
as.;
CA>WIIy of
Suffolk
)
On WI Ir-r- day o( F~I"'<A.I''' . 2006 bcrore me
.
pc:nu1&Uy c:cua William H. Mauff
10 me known, ..&0, being by Ilk> duly lIWClIp. did c/q>o6e unci lilY that be I'CIidc:I in
39 Fairwav. Port Jefferson, New York 11777 ; that he ill
Presidp.nt or -Ibc
W.H.M. PLUMBING & HEATING CONTRACTORS. INC. ....
corpandion cbcribod in and which _~....d ....1IW:1hcd iNItum.:nL; that be kDows .... oorporato....t
of.... uid oorpclI'ation; that the ..u affixed to llid illlln.ulle"l illIICh llOrporatc ..u; and Ihat it WlUIlIO
affixed by onIar of.... Board of DinoclOlll of llid oorponotioo, and I"'" "" si8l'.xI his narn.: d . by
lib O<dcr. JANICE FLYNN
Notary Public, Stale 01 New York
QuwffiedinS~kCoun~
No. 01 Fl.5052452 ..I1ti
Commission Expires November 27, 2ff'-I
Acknowledgment of S
Sial.: o(
New York
C-"untyo( Rockland
ss.:
\
Onlbis 13th day of February . 2006 bcI'cm: me pcnoaa1ly
...... Ronald E. FOllIiani to.... """"II, who, bains by me duly IWOm, did do:pooc and
say1flotb;iua Attorney-in-fact of
BERKLEY REGIONAL INSURANCE COMPANY ....oorpontion
described in IIIId .wid> -.ted the within inIlnuncnI; 1hat be kno.... the ~ ..u of uid
c..""...&or.1IuIl:1boo a.m-t to tbD wirhin iaoln.aD<:nI iI-m oorporaIc IC8I, aad 1hat be lIisncd \be I18id
ia.lrumcDt IlIel afl'u:ed 1bo IBid ...1 .. AIIomcy-W... by IIIlborily of tbD Board ofrm-.on of .
carper.lien aucl by antbority oflbia aOiue and....... Standing RCIOIution thcrcI'orc.
N
,
\ l
)
JAMES L. SMITH
NOTARY PUBLIC, STATE OF NEW YORK
NO.03SM4BB0171
QUM.:FIt'l1 iN WES1CHESTER COU~t,
COMU:~SS~ON EXPIRES JAN. 25, 20~
"
.
.
.
No. 302
POWER OF ATIORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a
corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich,
Connecticut, has made, constituted and appointed, and does by these presents make, constitute and appoint:
James L. Smith or Ronald E. Fogliani of James L. Smith Agency, Inc. ofNyack, New York
its true and lawful Agent and Attorney-in-Fact, with full power and authority hereby conferred in its name, place and stead, to
execute, seal, acknowledge and deliver: any and all bonds and undertakings providing that no single obligation shall exceed
Fifteen Million and OOIJOO Dollars ($15,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bonds had been duly executed and acknowledged by the
regularly elected officers of the Company at its principal office in their own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000:
"RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and
qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on
behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and
further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or
other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner
and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
further
RESOLVED, that the sigusture of any authorized officer and the seal of the Company may be affixed by facsimile to any power
of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other
suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though
manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or
persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be
such at the time when such instruments shall be issued."
IN WITNESS WHEREOF, the COIl1p!IDy has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this ~ day of J ~ ' 2005.
(Seal)
::es~/tJ
Ira S. Lederman
Senior Vice President & Secretary Chairman and President
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY' SECURITY PAPER.
STATE OF CONNECTICUT)
) ss:
COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this 2't day of ~~, 2005, by William R. Berkley aod Ira S.
Lederman who are sworn to me to be the Chairman and President, and the Senior Vice President an Secretary, respectively, of Berkley Regional
Insuraoce Compaoy. EILEEN K. KILLEEN <? .
LA~ )L-~..........-
NOTARY PUBLIC Notary Public, State of Connecticut
MY COMMISSION EXPIRES 6/30/2007
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the
authority of the Attorney-in~Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full
force and effect as of this date.
Given under my hand aod seal of the Compaoy, this 13 thday of
(Seal)
February ,2006
~~~
John F. ers
.
.
w.H.M. PLUMBING & HEATING CONTRACTORS, INC.
6H ENTERPRISE DRIVE
EAST SETAUKET, NEW YORK 11733
PH: 631) 473-3568
FX: 631) 473-3762
February 16,2006
Town of Southold
Southold Town Ran
53095 Main Road
Southold, New York 11971
Attn: Mr. James Richter
Town Engineer
Re: Southold Town Animal Shelter
Contract E Fire Suppression
Dear Mr. Richter,
Attached, please find a faxed copy of the bid security. Federal Express lost our
original. Our bonding company is overnighting the original again to our office, but it will
be here too late for the bid opening. Please accept the faxed copy, until we receive the
original bond.
Any questions, please can our office.
.
.
THE AMERICAN INSTITUTE OF ARCHITECTS
.
AlA Documen! ,0\310
Bid Bond
KNOW All MEN BY THESE PRESENTS, that we
W.H.M. Plumbing & Heating Contractors, Int. IHrnl inert lull ~c ind M1drftlGr I.pl lid&- 0' Conltllldgrt
6 H Enterprise Drive, Ea51 Setauke!, New York 11733
as Principal, hereinafter called the Principal, and
BERKLEY RECIONAL INSURANCE COMPANY fH". ',~rt 1.11 "me..d odd"" or 1...1"",.. s.lttrJ
clo MONITOR SURETV MANAGERS, INC., 60 East 42nd Street, New Vork, NY 10165
a corporation duly organized under the law. 01 the State of Delaware
.s Surety, hereinafter called the Surety, are held and firmly bound unto
TOWN OF SOUTHOLD V1.,.iniert full flI,rno-if'd.ldd.....ot lepllitl.orOvtf\ed
53095 Main Road, Soutbold, New York 11971
as Obligee, hereinafter called Ihe Obligee, In lhe sum of
"Five Percenl oftbe Amount Bid""
Dollars ($ I.
for the payment of which sum well and truly to be made, the said PrinCipal and the said Surety, bind
ourselves. our heirs, executors, adminlsrralOrs, successors and uSiSn., jointly and _rally, firmly by
these pr....nu.
WHEREAS, the Principal has submitled a bid for
~ctcll"lttl full n~. ild'd'1C>> ilIld dtiCtiptiCn a' projKO
NEW SOUTHOLD TOWN AN IMAL SH EL TER, SOUTHOLD, NY 11971
SUFFOLK COUNTY
CONTRACT 'E' FIRE SUPPRESSION
NOW. THEREFOR~. jf ...he Obliln shall ~"':tltpl the bid of Ihe Princi~' and thll Principal shalf ~"'t tRIO a Contrict
with the Obli,H in accord.llne.- with ~he tetmi of il.lch bid, and ,ive such bond Or' b()nds 15 ma)l be ~C'ified In &h. biddiAl
or Con~r'''~~ Documents With HOod ilnd udt'lcie:nt surety lor the faithful perfcl'M.anc~ of such Conlrict and for !he prompt
p.a.ymE'll af libor "nd material 1\.1rrli$hcd In thlt pros,ecution thereof, or in the evenr of the fiilure of the Principal to enter
IUd. Conltic:t and give such bond Of bond~. if ttle Prlndpal ihall Ply 10 the Obli.. mil!! difference 1\01 b) ..ceecf!be ~11y
her'Qf between m& oimount speciried in Nld old and 'uch t.raer amount for which the ObliStc tn.1Iy in soocf faith coobul
with .nother party (c pIIrlOtM'l the Work covered by Solid bid, then this oblipriOl'l shAll be null and void, Qtke~ 10 ,."",in
in full force and effl:cr.
Signed and sealed thi.
13th
day of
February
19( 2006
OJ'
t~E_".---::>
",- ,f
Roilald E. Fogliani
CODtracton, Inc:.
(~.I)
(Wilness)
~{tll~ Z~n~
/ (WHMU)
.'
mUeJ
Presillent
NeE COM PAN
- ~s..J1
-.--....- ' ,...1."" "'.
AlA. IlOCUMIlNT "'3'0 . 810 lONg.. A.IA. . FEBRUARY U,.O EO 4 'JlotE AMl!RICAN
INSTI'rUn. Of ARCHJTECT$, ,73S N.Y. AVE.. N.W., WA5ttINOTON, D. C. :z~
". ~- "
. -, ~
~.;"'~ ~, .
.~". .~~~>.:::.~:
\.~<~.::~i: '~:;!'::;:".:. ~;~;-
10 3911d
^~N3911 HIIWS l S3Wllf
0668ESESP8
EI:GI 900G/SI/G0
,
(';0 :39lid
.
.
AcknOwledgment of Corporation
Cowtty 01' Suffolk I
Oil IlliI It:, r'- day..r h/;I't(al'(
~Ily _ William H. Manff
10 m. bo.m, lObo, lw:iJos by _ duly .~ did .J.pc- IlIId ...y 1Iw.
39 Fairwav. Port JeffersOIl, New York 11777
P....MitlllJ~t
W & HEAl'ING CONTRACTORS INC.
~ll'I dee<lribod in &I>d w!oidI-~I\-'d lhc llIUoh<:d inouuraonl.; IhaI
ci Ihc lIIIicI ""'P""lIi0R; Ihal.lho _ am...... 10 aid i1Wumcnt ;"..wh .
dIixood byORb-oflha BoudofDiR<<onool.....d-.xn&i.........d lhla1
lile..",....... JAlllCEFLYNN'
NolM' PublIc, Slate aI New YOlk
QUaNfted In Suffolk ~ 1
No.01FL5052452 1I
Comrnll8lon ExpII8I NovtmbIr 21.~.
Acknowledgment
Sl&lc:ol
New York
"""
Sl&lc:of
New York
Counly 01' Roc:k1ud
...:
I
2006 b.liln: aIlS
ca_ 13th d&yof February 2006 ~ "'" pcn;oaAlly
-- Ronald E. 'Pol!liani 10.... bc>Iov, ~ bc:ins by "'" duly swom. cIid dc:p.. ud
.."kiloill. Attorney-in-fact of
BERKLEY REGIONAL INSURANCE COMPANY tIoo~
described In iIIld .... -.tcd the vmhia iIlIlrumcnI;. 1b4l be kn_ lbo QQrp<nlG _I of laid
clIIJX'roIbr.1IlMlbolClll dbb:IlOtbo widlIia __.... ~ ocoI, -' lbot... oipxllbc oaid
lallrlllllC,g .ndaffixcd lb. oaidllCulu All4mcy-ia-F.a by aulbarityoftbo Baowdof~oflaid
".rpGnliau oad by lIIltIlurity af'1bia ollie. uador"", Slaadiai R_luIian lbor'clllm.
^8N:391i HIIWS l S:3Wlif
N-r.::,
\
JAMES L. SMITH
NOTARY PUBLIC, STATE OF I'lEWYORK
NO. OSSM4B80171
OUALlFliO Ii~ WESTCHESTER CO~W4
COMMIS<iION IiXPIRES JAN. 26, 20JL.f'
0668E5E5PB
E1:o1 900(';/51/(';0
.
.
BERKLEY REGIONAL INSURANCE COMPANY
STATEMENT, DECEMBER 3J, 2004
(AMOUNTS IN THOUSANDS)
STATUTORY BALANCE S
Admitted Assets
Bonds
Common & Preferred Stocks
Cash & Short Term Investments
Premiums Receivable
Other Assets
$ 863.032
478,204
137.345
110,731
3S1.4SO
$ 1.946.762
Total Admitted Assets
Liabilities & Surplus
Loss & LAB Reserves
Unearned Premium Reserves
Other Liabilities
$ 760,493
525,964
28.257
$ 1.314,714
4,000
347,723
280.325
$ 632.048
$ 1.946.762
Total Uabilities
Capital Stock
Additional Paid In Capital
Unassigned Surplus
Total Policvholders' Surplus
Total Liabilities & Surplus
o meers:
Directors:
President:
Treasurer:
Vice President:
Vice President:
Vice President:
Corporate Secretary:
William Robert Berkley
Robert Floyd Buehler
Eugene George Ballard
Robert Paul Cole
Clement Patrick Patalio
Ira Seth Lederman
.......,.......
.... ~ to 1'1.'",.....
_ . ..\~'i.~~.:.II-f 0
:/ .:.",,# ....1.~ "~- ~....
.~..... ... '.).. .t.. . '....
.: ...' "t'. ~. '. ''':.:.1'
:'-.l:/J.r:. it,:;;;; '".~..,
'~:;}~1i/~
William Robert Berkley
Eugene George Ballard
Robert Paul Cole
William Robert Berkley, Jr.
fludson Raymond LaDkford, Jr.
Ira Seth Lederman
Clement Patrick PalaCio
James Gerald Shiel
E0 39\!d
^8N39\! H1IW5 l 53W\!C
0668ESESI>8
E1:G1 900G/S1/G0
.
.
.
POWER OF ATTORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELAWARE
No. 302
NOTICE, The warning found elseWhere in Ibis Power of Attorney affects the validity thereof. Please review clU'efully.
KNOW ALL MEN BY mEsE PRESENTS, ~ BERKLEY REGIONAL INSURANCE COMl'ANY (the "Company"), a
corporation duly ol'glUlized and existing WIder the laws of the Slate of Delaware, having its principal oWee in Gnlenwich,
COIUleclicut, baa IlllIde, constituted and appointed, a;F. does by these preSCllls make, COJIStitute and appoint:
James 1. Smith ",. ROII/llll E. P"glituli "f Jam" L; Smith Agency,IRc, of Nyack, New Yom
its true and lawful Agent and Attorney-in-Fac~ witJ> full power and allthority hereby conferred in il$ name, place and stead, to
execute, seal, aolmowledge and deliver: a/t)l and /Ill btJrnis and undertaking3 providing that no single obligation sluzll exceed
Fifteen MllJion and 001/00 Dollars ($/$,000.000.00)
and to bind the Company thereby as fully and to the Same extent as if sllCh bonds had been duly executed and acknowledged by the
regularly elocted omcets otthe Company at its principal office in their own proper persOllS.
Thls Power of Attomey shall be oOllStrued and entoiced in accordance with, and governed by, the 1aW$ of!be State otDelaware,
without giviDg effect to the principles of conflicts (Y/: laws thereof. 1bla Power of Attorney is gIlUlted puralWllto the following
resolutions whiCh were duly and validly adopted at uneeling of the Board ofDirectol1l of the Company held on August 21, 2000:
;
"RESOLVED, that the proper officets of the Company are hereby authorized to ext<:\lte powers of attomey auth0ri2ing and
qWllifYing the attomey-in-faet IIlIJDed lberein to e~cute bonds, undertakings, recognizances, <:II' other su:etyship obligations 011
bebalf of the Company, and to a1Iix the COIporal~ seal of !be COmpSIlY to powers of attorney executed pumlallt hereto; and
further .
RESOLVED, that such power of ftttomey limits the acIi of those named therein to the bonds, undenakings, recogWzllllces, or
other suretyship obligations specificalIy named lherein, and they bave no authority to hind me CoIlIpany except illlbe IlIIlIIIIer
and to the extent therein stated; and further '
. RESOL \'ED, that sucb power of attorney revokes all previoUll powers issued on behalf of the attomey-in-fact llS1tIed; and
f~ : .
RESOLVED, that the signature of any authorized ~fficer and !be seal of !be Company may be affixed by facsimile to any power
of attorney or certitlcation thereof authorizing !be exeCUtiOIl and delivery of any bond, undertaking, IeCOgnizance, or other
suretyship obligation of !be Company; and 8llCh sijnature and seal when so used shall have the same force and effect as though
manually alfutecl. The Company may continue to use for !be purposes herein staled the facsimile signature of any pemon <:II'
p"SOllS who shall bave been such officer or officers of the Company, notwithstanding the fllct that they !XISy have ceased to be
such at the time wlrell such instruments shall be isslfed. "
IN WITNESS WHEREOF, the Comp(lJlY has caused these pre_IS to be signed and atles""'- by ita appropriate omcers and its
cOlpOrate sesl hereunto affuted this ~ day of \T ~ . 2ooS. .
d;I'~I't..
/"ti . i::iJ.~" }'lleS~t; ~erldey. . 1 Insurance c70mp,any
. ~ "'~"'~' '. // r 6k
:~~,*~~;, ;:oo~,:~~ L.,,/. w .. B d.
;~{,..- ~"II :-. S.LedelIDllIl i' R.B ey
.. ," . ~ ow. , t:!' . -.... ~- 1._;__ and 'd
'.:)l, ; .':' "- -'.CJ ..~ i to .. Senior Vice President 8< Secretary C""".....n PreSI ent
\.._ ~~<f.:;~~ !NV ALm II< NOT PRINTED ON BL~e "BeRXLl!:Y" SECURITY PAPER.
.,-Ij~" '.~.
-'<. !Y';~''''~9F CONNECTICUT)
"".. f(j\J, '" ,..~~...,~ ) sa:
, COUNTY OF FAIRFIELD )
Sworn to before me, . Notary Publio in th. Stale of CoMeOhout, thi. 'iZ'j- day cf ~~. 2005, by William R. Bt:rkley and Iro S.
Lederman who .... 'WOrn to m. to bo the Chairman artd Pre&id.D~ and the Senior Vice President Secn:tary, re.pectively, of Berkley Regional
In.urane.Company. EILEEN K. KILLEEN ~ )t.. ~
NOTARY PUBLIC Notary Publie, Stat. ofCollIlCClient
MY COMMISSION eXPIRES en0I2007
.. "'~h'",,,.. CERTIFICATE
I,ljJe'\litd~~;'"",si,tallt Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CamFY that the foregoing is a
~.c:Qi.."-and ~1O copy.of the original Power of Attorney; that said POIVer of Attontey has not been rovoked Or rescinded and thaI the
:,lwih.o~ of ~j;~~in-Fact set forth the...iD, who executed the bolld or undertakiDg to which this Power of Attorney i, ottw:hed, i. in full
i'''fOr~ e~~ at9f.thi~st..
; . '~:: ':"O~!,lund"l:iY,handand'eaIoftheCompllI1y,thi.13thdayof February , 2006.
')'. ::;. '7, ..."" ~" t.., ~? .../ ""- ~
\;,s.MI....,[f,....'.~: t,:_~~""i.~/.;."'..~..,t' ~C.1!2 1/ _
--. r;~. ~ ill.' ".... " J hnF .
'-', :~plr, .... ..... ''''. " 0 . rs
." {.if". 4. '"""~'.. ':' "'." _':~
. ''';7 {~;7,~ ,"~.7.:~~~"'~"
00 39\1d
AON3911 H1IWS l S3Wllf
0668ESE908
EL:~L 900~/SL/~0
. .
SECTION 00300 - PROPOSAL PACKAGE
Town of Southold
New Town of Southold Animal Shelter
BID OPENS: February 16, 2006
REMINDER NOTE!!!:
VENDORS MUST RETURN THIS DOCUMENT
INTACT AND FILLED OUT COMPLETELY!!
(Do Not Sign the Contract Agreement. It is included only
for informational purposes, and will be signed by
the successful bidder after award of contract.)
All line items on the Proposal Form must be filled in!
All lines must have an indication of the bidder's
response whether it is a dollar figure or No Bid.
Please DO NOT remove any pages from this bid package!!!
Thank you!
00300 Proposal Package 1 of 14
S'TION 00300 - PROPOSAL PACKAI
BIDDER'S CHECK LIST
)
Your response to our above referenced bid will be considered unresponsive and will be rejected if
th following forms are not included at the time of the bid opening. .
Notarized Affidavit of Non-Collusion as required by NYS Law.
A Bid Deposit in the amount of Five Percent of Bid Price as required in the
Invitation to Bid.
ill
As per specifications, the TOWN OF SOUTHOLD requires a current
insurance certificate, with the TOWN OF SOUTHOLD listed as additional
insured, to be on file in the Town Clerk's Office. You will be given ten (10)
business days from notice of award to supply this form or the bid will be
rescinded.
~
o
Vendor Information Sheet and Address Record Form.
Assumed Name Certification.
Bidder's Qualification Statement.
NOTE: Please do NOT sign the Contract Agreement. It is included only for
informational purposes, and will be signed by the successful bidder after award of
the contract.
00300 Proposal Package 2 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME: iI)HH P/UPbi'!j II/~f5(1llff'a&kl25f:!:tiC.'
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. X PARTNERSHIP INDIVIDUAL
FEDERAL EMPLOYEE ID #:
DATE OF ORGANIZATION: Iff5'
IF APPLICABLE: DATE FILED: 1ftJ.J'e--A ItJ?s'
STATE FILED: fI~kJ VlY'k'
,
If a non-publicly owned Corporation: . .
CORPORATION NAME: tlNI;! Pk~Jvt!J 1-/-k.J5 {b4f1.ac-ke:s,;::;,c.
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
tJ,I/idtl Jllh.ull - /lJb% ~6D
LIST OFFICERS AND DIRECTORS:
NAME
?t.ltlttLH j/ ~wlfl
TITLE
lieS' derlf
..................................................................................,
If a partnership:
PARTNERSHIP NAME:
00300 Proposal Package 3 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
!
ADDRESS RECORD FORM
MAIL BID TO:
VENDOR NAME: UJIII1 P/I.(II~ il/1' rI Ita ~IIJ al1ht2c-~es;IllC..
ADDRESS: 11 JI- 8J R/2lJ/'ISG '])el'l e-
st S:zIal{~l ~ /17:33
CONTACT: /Uti IlllIl ;/. 1Ia~
TELEPHONE: b8 '/,/j -.J5W FAX: b3;) 'll.:3 -.371,:<
-
E-MAIL: /I, u t!1?I~", lIe-t
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS: ..9a III e a.> a.b 0\1 e
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
J
ONLY if different -
MAIL PAYMENT TO:
ADDRESS: .sCLKe
a-s abOll~
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
VENDOR NAME: /Jill P/wJi1..,1 I JtaJ'!jf!o,rlrdcksIAc.
ASSUMED NAME CERTIFICATION
"If the business is conducted under an assumed name, a copy of the certificate
required to be filed under the New York general business law must be attached.
ASSUMED NAME: /I It! .
.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
by an officer of the corporation, or other person authorized by resolution of the board of directors,
and in such case a copy of the resolution must be attached; if a partnership, by one of the partners or
other person authorized by a writing signed by at least one general partner and submitted with the bid
or previously filed with the Town Clerk.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipality bid on contracts only that such interest be revealed when they do bid.)
IJ la
,
INSURANCE STATEMENT
Bidder agrees as follows - please mark appropriate box:
o Insurance Certificate as requested is attached
~ I certify that I can supply insurance as specified if awarded the bid
o Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
00300 Proposal Package 5 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
AFFIDAVIT OF NON-COLLUSION
I hereby attest that I am the person responsible within my firm for the final decision as to the prices(s)
and amount of this bid or, if not, that I have written authorization, enclosed herewith, from that
person to make the statements set out below on his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation,
communication or agreement for the purpose of restricting competition with any other contractor,
bidder or potential bidder.
2. Neither the price(s), nor the amount of this bid, have been disclosed to any other firm or person
who is a bidder or potential bidder on this project, and will not be so disclosed prior to bid
openmg.
3. No attempt has been made or will be made to solicit, cause or induce any firm or person to refrain
from bidding on this project, or to submit a bid higher than the bid of this firm, or any
intentionally high or non-competitive bid or other form of complementary bid.
4. The bid of illy firm is made in good faith and not pursuant to any agreement or discussion with, or
inducement from any firm or person to submit a complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase of
materials or services from any other fum or person, or offered, promised or paid cash or anything
of value to any fum or person, whether in connection with this or any other project, in
consideration for an agreement or promise by an firm or person to refrain from bidding or to
submit a complementary bid on this project. )
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of
materials or services to any firm or person, and has not been promised or paid cash or anything of
value by any firm or person, whether in connection with this or any project, in consideration for
my firm's submitting a complementary bid, or agreeing to do so, on this project.
7. I have made a diligent inquiry of all members,. officers, employees, and agents of my firm with
responsibilities relating to the preparation, approval or submission of my firm's bid on this project
and have been advised by each of them that he or she has not participated in any communication,
consultation, discussion, agreement, collusion, act or other conduct inconsistent with any of the
statements and representations made in this affidavit.
The person signing this bid, under the penalties ofpeIjury, affirms the truth thereof.
!f.e5/~1) I
S i~; ~j{;:Ppo: ~Ik+
ype Name & Company Position
tuHl1 'P1ttJ(b/~ J-;fdi_li'j C0l1fr~fo~5,~fl.e.
Company Name
a/I</o&,
Date Signed .
SWORN to BEFORE ME THIS
/1~cQ131.31'J.
Federal LD. Number
NOTARY: /5-t-- DAY pF Fe.-t
\. ," I
\'U Ue-c.(tttbjWIA /'
\ NOTAR~PUB.' -
_'::-..:I;1r",.,rJ
QUallfled in Suffolk County II "
No. 01 FL5(l524II2 l/ 1.1
,;,'\\lnltIIlon ExpII8I Nowl'IlI* a7, 10_ (
2006
, -
00300 Proposal Package 6 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
PROPOSAL FORM
TOWN OF SOUTHOLD ANIMAL SHELTER
VENDOR NAME: 'I!J 'kJ/j)/j}';' /. mc4,es .J:Itc
VENDOR ADDRESS: hll8 reJ!!PRt::'e /}?iV&
.
~sl g~~~Jld q //'7$3
TELEPHONENUMBER:b307"13-35'~ FAX: t3~) 'I13-87b:(
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessary and called for in the said Contract
Documents in the manner prescribed therein and in said Contract, and in accordance with the
requirements of the Engineer, at the prices listed on the attached Bid Proposal Form.
If the bidder is an individual, the bid must be signed by that individual; if the bidder is a corporation,
the bid must be signed by an officer of the corporation, or other person authorized by resolution of
the board of directors, and in such case a copy of the resolution must be attached; if a partnership, by
one of the partners or other person authorized by a writing signed by at least one general partner and
submitted with the bid documents.
The submission of this constitutes a certification that no Town Officer has any interest therein.
(Note: In the event that any Town Officer has any such interest, the full nature thereof should be
disclosed below. It is not forbidden that individuals working for the TOWN OF SOUTHOLD or
other municipalities bid on contracts, but only that such interest be revealed when they do bid.)
ilia
,
The undersigned hereby acknowledges receipt of the following Addenda (if none were issued please
write N/A below):
Addendum No.
Dated
I
J.
:J
'I
;lstJ/a:,
. ,
/j.s;j6t..
:{~?t~
00300 Proposal Package 7 of 14
SITION 00300 - PROPOSAL P ACKAI
Proiect Requirementsl Biddina Guidelines
)
New York law dictates that bidding by contractors for public projects exceeding a total cost of
$50,000 requires a multiple prime contracts as described by Wick's Law. Lump sum pricing will be
provided by discipline specific contractors in accordance with MEP and civil engineering scopes
described below as separate "contracts". The Town of Southold will be responsible for assembling
individual contracts with contractors to whom the project has been awarded.
The lump sum price bids under ALL Payment Items shall include supervision and management, on-
going project-related expenses, insurances, bonding, labor, materials, equipment, and incidentals
necessary to mobilize to the construction site, meet all of the general requirements, and shall comply
with all conditions set forth in the Conditions of Contract and General Conditions of the Contract and
demobilize from the construction site upon successful completion of the project.
NOTE: THE TOWN OF SOUTHOLD RESERVES THE RIGHT TO INCREASE,
DECREASE, OR ELIMINATE IN ITS ENTIRETY ANY OR ALL ITEMS PRIOR TO OR
AFTER AWARD OF THE BID.
CONTRACT "A" (To include all General Site Conditions and Mobilization)
I. Demolition - Area "A"
)
1. Measurement and Payment: The Co tractor shall receive the Lump Sum Price for
Demolition and Removal of Ex is . g Concrete Slabs, areas of stone, crushed glass,
compacted earth, and existing cing located within Area "A" and as shown on the
Contract Drawings and appr ed by the Engineer. Included in this item is the cost of
saw-cutting the existing as alt roadways.
2. All costs associated wi emolition of pavement, miscellaneous demolition,
removals, disposal fee , all labor, materials, equipment and incidentals necessary to
satisfactorily remov the existing site features necessary to complete the proposed
work according t e plans, specifications and/or as directed by the Engineer shall be
included in the . ce bid for this Item.
Dollars
Cents
DEMOLITION AREA "A"
WRITTEN IN WORDS
00300 Proposal Package 8 of 14
'.
SE~ION 00300 - PROPOSAL P ACKAG'
2. Demolition - Area "B"
1. Measurement and Payment: The Contractor shall receive e lump sum unit price for
Demolition and Removal of all Existing Buildings, 0 ce Trailers, and Accessory
Structures as specified, and shown on the contract awings and approved by the
Engineer. This item shall include, but not be l' . ed to, Footings, Foundations,
Approaches, Walls, Slabs/Pads, fencing, an emoval of all concrete associated with
the existing Animal Shelter buildings, as ecified, and shown on the Contract
Drawings and approved by the Engine .
2. All costs associated with demolitio fpavement, miscellaneous demolition,
removals, disposal fees, all labor aterials, equipment and incidentals necessary to
satisfactorily remove the exis' g site features necessary to complete the proposed
work according to the plan, specifications and/or as directed by the Engineer shall be
included in the price bi or this Item.
3. All Costs associated th disconnection of Utilities, Demolition of existing Sanitary
System, Water Su y Well, Miscellaneous Demolition, Removals, Disposal Fees, all
Labor, Material quipment and Incidentals necessary to satisfactorily remove the
existing Ani Shelter Features necessary to complete the Proposed. Work according
to the Plan pecifications and/or as directed by the Engineer shall be included in the
Price for is Item.
Cents
DEMOLITION
WRITTEN IN WORDS
00300 Proposal Package 9 of 14
S~ION 00300 - PROPOSAL PACKAI
3.
Site Work - Area "A"
)
I. Measurement and Payment: The Contractor shall receive the mp sum unit price for
all related Site Work within the Construction Limits of Are 'A" outside of the
Building Envelope. This item shall include but not be Ii ted to the Installation of the
Septic System, Installation of the Building Drainage Sy, em as indicated on the Plans,
the establishment of all sub-grades, providing the nec sary compaction for all lawn &
pavement surfaces, the installation of all Concrete S bs, Sidewalks, Concrete Pavers,
Concrete Curbing, Picket Fencing, Placement ofT psoil, etc. located within the limits
of Area "A" and as approved by the Engineer.
2. All costs associated with the installation of all rated site work outside of the building
envelope within the construction limits of Ar "A" and incidentals necessary to
satisfactorily complete the proposed work a ording to the plans, specifications and/or
as directed by the Engineer shall be inclu d in the price bid for this Item.
WRITTEN IN WO
)
SITE WORK AREA "A" BID:
Dollars
4.
Site Work - Area "B'(
/
Measurement an*11 yment: The Contractor shall receive the lump sum unit price for
all related Site W rk within the Construction Limits of Area "B". This item shall
include but not. e limited to the establishment of all sub-grades, providing the
necessary cOnWaction for all pavement surfaces and the installation of all Concrete
Slabs, SideVf~lks, Concrete Pavers, Concrete Curbing, Placement of Topsoil, etc.
located wi~in the limits of Area "B" and as approved by the Engineer.
All costs/associated with the installation of all related site work within the construction
limits 9f Area "B" and incidentals necessary to satisfactorily complete the proposed
work according to the plans, specifications and/or as directed by the Engineer shall be
inc}uded in the price bid for this Item.
1.
2.
SITE WORK AkEA "B" BID:
/
Dollars
Cents
WRITTEN IN WORDS
00300 Proposal Package 10 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
,
5.
General Buildine: Construction
1. Measurement and Payment: The Contractor shall receive the lump s
all related Work relating to the construction of the new Town Ani Shelter. This
item shall include all internal structures and systems including b not limited to all
items necessary for a complete, operational and fully functio . g facility as shown on
the Contract Drawings and as approved by the Engineer.
2. All costs associated with stake-out, excavation, grading, ompaction, sub-base
preparation, construction, erection of building, finishi of interior structures, all
labor, materials, equipment and incidentals necess to satisfactorily complete the
Animal Shelter work according to the plans, spe . cations and/or as directed by the
Engineer shall be included in the lump sum p . e bid for this Item. Contractor will
retain the services of a licensed engineer to bmit signed/stamped drawings for
critical construction involving shoring, sc folding, substantial design changes, etc.
GENERAL BUILDING CONSTRUCTION BID:
Dollars
EMOLITION AND SITE WORK BID CONTRACT "A" :
/
I
90lIars
Cents
WRITTEN IN WORDS
00300 Proposal Package 11 of 14
SITION 00300 - PROPOSAL PACKAI
CONTRACT "B" ( H V A C )
Please refer to the Scope of Work provided on rawing MI outlining the contractor's
responsibilities for this portion of the projec .
1. Measurement and Payment: T Contractor shall receive the lump sum bid price to
install all mechanical syste , duct work and air handling units as shown on the
Contract Drawings and s cifications and as approved by the Engineer.
2. All costs associated wi layout, installation of air handling units, coordination of
distribution with 0 contractors, and all labor, materials, equipment and incidentals
necessary to satis torily complete the work according to the plans, specifications
and/or as direct by the Engineer shall be included in lump sum bid for this Item.
Cents
WRITTEN IN WORDS
CONTRACT "C" (PlumbiD!!)
)
Please refer to the Scope of Work provided on Drawing PI outlining the contractor's specific
responsibilities for this portion of the proj ect.
1. Measurement and Payment: The Contractor shall receive the lump sum bid price to
install a domestic water service as shown on the Contract Drawings and specifications
and as approved by the Engineer.
2. All costs associated with layout, earthwork, excavation, backfilling, installation of
main service piping, distribution branch service piping, and all labor, materials,
equipment and incidentals necessary to satisfactorily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the
lump sum bid for this Item.
TOTAL PLUMBING BID (CONTRACT "C"): dl ~/'tl fj'?'f,Ob
1lJo ;klljr-eJ t!eMeeJ.rtfto(.(~ejhf fkIlJrlqJ.IJI~e-t'/.sel/eJj
Dollars Cents ']>0 11~.f'S:
WRITTEN IN WORDS
00300 Proposal Package 12 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
CONTRACT "D" (Electrical)
I. Measurement and Payment: The Contrac shall receive the lump sum bid price to
hook up all site lighting within faciJ" and all exterior building lighting as specified,
and shown on the Contract Dra . gs and approved by the Engineer.
2. All costs associated with ele c conduit runs, wires, provide new service runs, and
spare conduits, connectio 0 all street light fixtures with photocells, connections of
bases and footings, i allation oflight fixtures, and all labor, materials, equipment
and incidentals n ssary to satisfactorily complete the work according to the plans,
specifications dlor as directed by the Engineer shall be included in the bid for this
Item.
Please refer to the Scope of Work provided on Drawing EI 0
responsibilities for this portion of the project.
TOTAL ELECT
Cents
WRITTEN IN WORDS
CONTRACT "E" (Fire Suppression)
Please refer to the Scope of Work provided on Drawing SPI outlining the contractor's
specific responsibilities for this portion ofthe project.
I. Measurement and Payment: The Contractor shall receive the lump sum bid price to
furnished and install sprinklers and all fire suppression equipment as shown on the
Contract Drawings and as approved by the Engineer. Sprinkler contractor is
responsible for coordinating work with other contractors to avoid conflicts or
interference with any other building systems.
2. All costs associated with excavation and backfilling, earthwork, drilling, piping,
installation of hydrant, fire hose reel installation, all labor, materials, equipment and
incidentals necessary to satisfactorily complete the work according to the plans,
specifications andlor as directed by the Engineer shall be included in the bid for this
Item.
TOTAL FIRE PROTECTION BID (CONTRACT "E"): J/5'3,"":2..00
hPlytfRee -dOllSMdJ;x !tJrJ -Me/v'tt I1{~1'5
Dollars Cents
WRITTEN IN WORDS
00300 Proposal Package 13 of 14
SITION 00300 - PROPOSAL PACKA!
OPTIONAL ITEMS:
!
The foIlowing are optional bid items. Please provide separate lump sum bids for each item. The
Town of Southold will decide final inclusion or not in the contract.
ITEM
COST ESTIMATE
1. CAT BOXES IN ROOM 130 (as shown on A9l2)
$
n{ Q.
2. EXTERIOR PROTECTIVE COATING ON
UNFINISHED EXTERIOR CONCRETE PANELS
(see Finish Schedule A10l and elevations on AZOl)
$
n{Q
3 INTERIOR PROTECTIVE COATING ON
UNFINISHED INTERIOR FLOORS
(Rooms 113, 117, 122, 126)
4. EXTERIOR WINDSHIELD WALL
(as shown on site plan and detail 4, A.OOl).
$
t\l fA
#t~
$
ALTERNATE ITEMS:
The following are alternate bid items. Please provide separate lump sum bids adding or subtracting
from the bid price for each item. The Town of Southold will decide final inclusion or not in the
contract.
)
ITEM
COST ESTIMATE
REPLACEMENT OF WINDOWS AND GLASS
BLOCK BELOW 9' 8" WITH NON-IMPACT
RESISTANT GLASS AND PLYWOOD
PROTECTIVE PANELS.
REPLACE LAMINATE CABINETRY WITH
STAINLESS STEEL CABINETRY IN PREP,
TREATMENT AND ANIMAL ROOMS.
Add:
$ T1/a
$ l1/q
$ Y\)~
I
$~((j
Deduct:
REPLACEMENT OF ALL WINDOWS, GLASS
BLOCK AND DOORS WITH NON-IMPACT
RESISTANT GLASS.
Deduct:
REPLACE SPRAY ACOUSTIC CEILING (AC-2)
WITH CEMENTITIOUS ACOUSTIC
APPLICATION (AC-l). See Finish Schedule A10l
Add:
00300 Proposal Package 14 of 14
. .
SECTION 00300 - PROPOSAL PACKAGE
Alternate Items (continued)
REPLACE STAINLESS STEEL COUNTERS
WITH LAMINATE COUNTERS (ONE PIECE).
Deduct:
$--$.--
REPLACE CONCRETE AND GRAVEL
W ALKW A YS WITH CONCRETE P AVERS
ON GRAVEL BASE. (See Site plan)
Add:
$
flj a..
AUTHORIZED SIGNATURE
PRINT NAME tI~tlII
TITLE tfes I de" +
DATE ~/;SID~
, ,
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the I~ f- da,Y of Febry~lJ'fp:. in the year 2006 before me, the undersigned, personally
appeared, &),1111111 fI. HtltrF , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/her/their capacity(ies),
and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of
which the individual(s) acted, executed the instrument.
" l;/
i
'tCt-/" ./
/N TARY PUBL
JANICEFL VNIII ~
Notary Public, State of New Volle
Qualified in Suffolk ~ Jj
No. 01 F\.5052462.....
CommIsaion ExpiI88 November ZT.
00300 Proposal Package 15 of 14
.
.
SECTION 00310 - BIDDER'S OUALlFlCATlON STATEMENT
Town of Southold
The signatory of this questionnaire certifies under oath the truth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITfEDBY: kJ/btl'fH IkJJP
FIRM NAME: k)!tt~4~,1::tig
PRINCIPAL OFFICE: 11 eLL ' ')..,_
'brr C/lTe?RpI'l~G ~ve
Lhs f &ftllt l!e-I j) Y 117:33
PRINCIPAL OFFICERS:
TITLE
7f.es/d~d-
BACKGROUND
NAME ffJDRESS PROFESSIONffRADE
1tJ'I/illll ;ll&t $f F1!/~~D~. I(I!-sf~/i!. pltt#Jer
. 'iM.fJ~~
/J.y //777
1. How many years has your organization been in business under its present business name?
6lD yeQrs
2. You normally perform what percent of the work with your own forces? ;DD %
List trades that you organization normally performs below:
P,"/LtHb'13
/lIRe f'l'ofec:ho.v '
3. Have you ever failed to complete any work awarded to you? &. If so, note where and
why.
4. Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
, against your firm or its officers? If yes, please provide details.
NO
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
5. Has your fIrm requested arbitration or fIled any lawsuits with regard to construction
contracts within the last fIve years? If yes, please provide details.
No
)
6. List the major construction projects your organization has underway at this date:
Proj ect
Name
Name of:
Owner
Telephone #
(t t+de.-J
Engineer/
Architect
Tel+hone #
/Is
Contract
Amount
Percent
Complete
Scheduled
Completion
See
Proj ect
Name
7. List fIve major projects you organization has completed in the past fIve years:
Name of: Engineer/ Work Done
Owner Architect Contract Date of With Own Forces
Teleohone # Telephone# Amount Completion % of Work
)
See aHtuld I, sf
00310
.
.
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Present
Position Years of
Individual's Name Of Office Experience
See a.-!-Iac1ed /(eSLlHe'
Type of Work
For Which
Responsible
In What
Capacity
9. Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time? .
yes, Also see a.;f-huJe-c1 eEi;M,pHeAf /is!
10. Bank References:
JJor-fI.. rvi': K Bail J( I
53Q. Did T~t>l /2oAd
'Fbr+ zre:PPer-SOIJ Sfa...hb"') iJY /177{,
II. Trade Association Membership:
jJjq;e(6e~s ~D("a./ tiN/oJ P<RoD
sft!WIP;If,,-,~.5 LacaJ t./tIiey.( ,dc"8"8'
12. Has your firm ever been investigated by the New York State Department of Labor for
prevailing wage rate violations? If yes, when? What was the outcome of the
investigation?
,No
00310
. .
SECTION 00310 - BIDDER'S OUALIFICATION STATEMENT
13. Attach current state of financial conditions showing assets, liabilities and net worth.
Failure to attach the required documentation may be considered non-responsive on the
part of the Bidder and may result in rejection of the Bidder's Proposal.
)
STATE OF NEW YORK
COUNTY OF SUFFOLK
tJ~" 1t1. 1-'1 11-. ~I{PP beipg dU~W,\ll1) deposes and says that h. e is
the !+eSldel\+ of HH P{,UlO/Aff LM~ contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
Notary Public
Commission Expiration Date:
day of, fd:, ,20o/to
~ ~~1 VVl'
Sworn to before me this /5'1'-"
JAMICI f1L.NeW"'OlIt~/
Notary Public. ~~ CountY.
Qualllled In ~ ""'''4&2
No.01r~ 27
QQmmIUlOlI Elcpllt8 Nv-,- .
00310
#7716
STATE OF NEW YORK)
)SS:
COUNTY OF SUFFOLK)
Jean Buraon 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 19th day of
Januarv , 2006
--y--
rincipal Clerk
Sworn to before me this
2006
dO
day of yt0L-
C[rv1,,{/}-U-L /)0 Cw{lli
CHRISTINA VOllNSKI
NOTARY PUBLIC-STATE OF NEW YORK
No. 0 j-V061 05050
QUOlitied In Suffolk C
.... ounty
ommlsslon ExpIres February 28, 2008
LEGAL NO'I1Q
INVITATION TOBlO
NOnCE '. ,,~.., ClVEN
'l'llAT RJl.... ""fl.l,~ ARE
SOUGHT.AND nQUJ;:STED FOR
TIlE FOLWWlNG:
BID'NMre: "Sournow 1UWN
J>.NiMALSHELlER"
Definite ......~.. Jaay be eb-
..- al IloO s.,.doolll _ CIedI'.
0IIk0 beJiandl1Iumday, Jaauary i9, .
_ai_AM .
. PLACE OF DAlE OF TIME OF
OPENING: OPENING: OPENING:
TOWN OF February 16, 10:00 AM
SOUl1l0LD _
TOWN
CLERUc-.
. ==r.'n.-r:-".,.
,.:l!-...... FiJ',. .
~~t -'.-r"~
,---.,r.. J'L~' ,- -'
_of So........,.' ,
.VE!!IDOD'MI!S:I S1IIIMl'J! IlIQJN
. SEAl .ED ENYi>J.oPL ._
.PLE"-SE PRINT ON1'HE F"-CE OF
ENVELOPE
, 1) NAMB&:"-DDRESS OF
. BlDDIOR
2)BlDNMre ..,. .
BID MUst BE ACCOMPANTED BY
A5 % BID SECURITY.,
It'is tbCbidder's..responsibillty to
readtbe -at~ Bid SJMFificatio~
Instructions. to Bidders, aDd General
Conditions. whiCh outliDe. biddingrttles-'
of the Town' df SouthokL
UpoJi sub~on of bid, it is under-
stood that the _ bkider has read. fully
underStands and will comply with said
GENERAL CONDITIONS and speci-
fication requirements.
The Towq of Southoldrequires that
this document be returned intact and
lllali' be filled oul compIeltly. Please
do not remove any pages from this bid
~ and make a: copy of the bid
document for your reccXds.
'. A nOu-refunckble fee 01 S 150.00 will
:be chatged lot plans and specificatioo&
Payment cat)'be made by either inoney
order,' casb Q1' cbeck' (payable to' the
Town of SouthOld).
A non-mandatory pre-O~'s (;On.,..
ference will 'be . held af:' 1~' a.m. on
Febmary 9,2006 at the SOuthold Town
Highway Yard locale<! ooCl'ecoDic Laue,
l"ecOIIi<:, New'i6rk. (N01E: Please uo-
tify the Cootact Person if you pian to
atteJ1<l.... ~id Meetiug.)
The Ty.WD; oJ. $ou,thold welcomes and
enco "!qibOOty ~_-owaed
~ tOparticipale iB 1he bidding
pro<ea. ' . .
DaIed: J....!UY 17, 2006
'. 'EL1ZABETHA.NEVllLE
" SoumOW1UWNCLERK
. 7716..tTlIt9
.
.
.
LEGAL NOTICE
INVITATION TO BID
NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND
REQUESTED FOR THE FOLLOWING:
BID NAME:
"SOUTHOLD TOWN ANIMAL SHELTER"
Definite specifications may be obtained at the South old Town Clerk's Office
beginning Thursday, January 19, 2006 at 8:00 AM
PLACE OF OPENING:
OPENING:
DATE OF OPENING:
TIME OF
TOWN OF SOUTHOLD
TOWN CLERKS OFFICE
53095 MAIN ROAD
SOUTHOLD, NY 11971
February 16, 2006
10:00 AM
CONTACT PERSON:
James A. Richter, RA - 631-765-1560
E-Mail: jamie.richter@town.southold.ny.us
Office of the Engineer, Town of Southold
VENDORS MUST SUBMIT BID IN SEALED ENVELOPE.
PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF
BIDDER
2) BID NAME
BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY.
It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders,
and General Conditions, which outline bidding rules of the Town of Southold.
Upon submission of bid, it is understood that the bidder has read, fully understands and will
comply with said GENERAL CONDITIONS and specification requirements.
The Town of Southold requires that this document be returned intact and that it be filled
out completely. Please do not remove any pages from this bid package, and make a copy
of the bid document for your records.
A non-refundable fee of$ 150.00 will be charged for plans and specifications. Payment can
be made by either money order, cash or check (payable to the Town of Southold).
A non-mandatory pre-bidder's conference will be held at IO:OOAM on February 9,2006
.
.
.
at the Southold Town Highway Yard located on Peconic Lane, Peconic, New York.
(NOTE: Please notify the Contact Person if you plan to attend this Pre-Bid Meeting.)
The Town of Southold welcomes and encourages minority and women-owned businesses to
participate in the bidding process.
Dated: January 17, 2006
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
*
*
*
PLEASE PUBLISH FOR THREE (3) CONSECUTIVE WEEKS ON JANUARY 19
& 26, and FEBRUARY 2, 2006 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
Solid Waste District
Data Construction
Dodge Reports
Brown's Letters
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 South old, New York being
duly sworn, says that on the ~ day Of:9:. . . - V ' 2006, she affixed a
notice of which the annexed printed notice i true copy, III 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.
Animal Shelter Bid 2006
~fi~~.;g~../~
izabeth A. Nevill
Southold Town Clerk
Sworn before ~this
....!.5..... day of """.. ... .~' 2006.
LJ~u';!t ~
. LYNDA M. BOHN
NOTARY PUBLIC. State of NewYortc
No. 01 B06020932
Qualified in Suffoik CounIL
Term Expires March 8, 20 a
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
. ,J) -,cR
Town Hall, 53095 Main Road
POBox 1179
Southold, NY 11971
Fax (631) 765-6145
Telephone: (631) 765-1800
southoldtown.northfork.net
ELIZABEm NEVILLE
TOWN CLERK
.
RESOLUTION # 2005-785
Resolution ill: 1367
Meeting:
Deplll1ment:
Category:
12/20/05 07:30 PM
Engineering
Authorize to Bid
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2005-785 OF 2005 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON DECEMBER
20, 2005:
RESOLVED that the Town Board ofthe Town of Southold hereby authorizes and directs the Town Clerk to
advertise the bid for the construction of the new Southold Town Animal Shelter.
~J".f ,q(I.Qt..JJ~
EIi:mbeth A. Neville
Southold Town Clerk
. TOWN OF SOUTHOLD .
53095 MAIN ROAD, SOUTHOLD, NEW YORK 11971
PHONE: 631-765-1800 I FAX: 631-765-6145
INVITATION TO BID
NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND
REQUESTED FOR THE FOLLOWING:
BID NAME:
"SOUTHOLD TOWN ANIMAL SHELTER"
Definite specifications may be obtained at the Southold Town Clerk's Office
beginning Thursday, January 19, 2006 at 8:00 AM
PLACE OF OPENING:
DATE OF OPENING:
TIME OF OPENING:
TOWN OF SOUTH OLD
TOWN CLERKS OFFICE
53095 MAIN ROAD
SOUTHOLD, NY 11971
February 16, 2006
10:00 AM
CONTACT PERSON:
James A. Richter, RA - 631-765-1560
E-Mail: jamie.richter@town.southold.ny.us
Office ofthe Engineer, Town of South old
VENDORS MUST SUBMIT BID IN SEALED ENVELOPE.
PLEASE PRINT ON THE FACE OF ENVELOPE: 1) NAME & ADDRESS OF BIDDER
2) BID NAME
BID MUST BE ACCOMPANIED BY A 5 % BID SECURITY.
It is the bidder's responsibility to read the attached Bid Specifications, Instructions to
Bidders, and General Conditions, which outline bidding rules of the Town of Southold.
Upon submission of bid, it is understood that the bidder has read, fully understands and
will comply with said GENERAL CONDITIONS and specification requirements.
The Town of Southold requires that this document be returned intact and that it be
filled out completely. Please do not remove any pages from this bid package, and
make a copy of the bid document for your records.
A non-refundable fee of $ 150.00 will be charged for plans and specifications. Payment
can be made by either money order, cash or check (payable to the Town of Southold).
A non-mandatory pre-bidder's conference will be held at 10:00AM on February 9, 2006
at the South old Town Highway Yard located on Peconic Lane, Peconic, New York.
(NOTE: Please notify the Contact Person if you plan to attend this Pre-Bid Meeting.)
The Town of South old welcomes and encourages minority and women-owned
businesses to participate in the bidding process.
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
\b)~
.own Hall, 53095 Main Road
PO Box 1179
Southold, NY 11971
Fax (631) 765-6145
Telephone: (631) 765 -1800
southoldtown.northfork.net
ELIZABETH NEVILLE
TOWN CLERK
.
RESOLUTION # 2006-124
Resolution ID: 1510
Meeting:
Department:
Category:
01/17/0607:30 PM
Town Clerk
Authorize to Bid
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-124 WAS ADOPTED AT
THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JANUARY 17, 2006:
RESOLVED that the Town Board of the Town of South old hereby amends resolution 2005-785 adoDted at
the December 20. 2005 rel!ular Town Board meetinl! to read as follows:
RESOLVED that the Town Board of the Town of South old hereby authorizes and directs the Town Clerk to
advertise the bid for the construction of the new Southold Town Animal Shelter. for three (3) consecutive
weeks
~Qr-rlJ..
Elizabeth A. Neville
South old Town Clerk