Loading...
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