HomeMy WebLinkAboutAnimal Shelter HVAC ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork, net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
F A X
To:
From:
Date:
Pages:
John Romanelli
765-1744
Lynda M Rudder
Deputy Town Clerk
September 12, 2008
13 including cover
TOWN OF ,~JTHOLD
ANIMAL SH ELTLaI~CONSTRU CTION
Itemized Proposal for: Town of Southold
I ITEM DESCRIPTION OF ITEM
NO. (Fill in Unit Price Written in Words)
1 General Conditions and Mobilizations
BID NO.
CONTRACT 'B' - HVAC
ESTIMATEDQUANTITY UNIT UNIT BID PRICE EXTENDED BID AMOUNT
for ILS
Dollars Cents
~lethod Of Measurement: The amount bid shall include supervision and management, on. oing project-related expenses, insurances, bonding,
abor, matarials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet ail of the
[e_neral requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General Conditions of the
.,ontract and demobilize from the construction site upon successful completion of the project.
~lethod of Pavraent: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
Method of Measurement: The quantity to be paid far under this item shall be lump sum for the Heating & Cooling System installed and
accepted in accordance with the specifications and drawings.
Method of Payment: The accepted Heating & Cooling System shall be measured and paid for at the contract unit price per lump sum bid as
Jailed for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including the air handlers (AH), condenser
units (CU), unit heatam, all ductwork to and from units, boilers, heating hot water supply and retum lines, refrigerant lines, piping, connections,
setting, testing, balancing, and controls.
Intent: The Contractor shall furnish and install the heating and cooling systems complete as specified and shown on the drawings.
WRITTEN IN WORDS
Total all Pay Items # 1 & #2
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 'B' o H.V.A.C. PF-12
YPE OF ENTITY:CORP..
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
IF APPLICABLE:
VENDOR INFORMATION SHEET
PARTNERSHIP
DATE FILED:
INDIVIDUAL
STATE FILED:
If a non-publicly owned Corporation:
CORPORATION NAME:
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
LIST OFFICERS AND DIRECTORS:
NAME TITLE
If a parmership:
PARTNERSHIP NAME:
LIST PARTNERS NAMES:
00300 Proposal Package 3 of 14
ADDRESS RECORD FORM
MAlL BID TO:
ADDRESS:
cossACk:
TELEPHONE:
E-MAIL: ~o~r~
vax:
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRE S S:
TELEPHONE: FAX:
CONTACT:
E-MAIL:
ONLY if different -
MAIL PAYMENT TO:
ADDRESS:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
S~I?ION 00300 - PROPOSAL
VENDOR NAME:
PACKA~
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:
~ Insurance Certificate as requested is attached
ycertifythat I insurance as specified if awarded the bid
Can
supply
~ Insurance Certificate filed on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFYj~IDDER.
~ UTHORIZED SIGNATURE
00300 Proposal Package 5 of 14
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 fnma 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 fu-m 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.
§. 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 fu-m'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.
A ttae person sign~r~ this bid, under the penalties of perjury, affirms the truth thereof.
~5-~] ~.~1 J'(/~ ¢ SWORN TO BEFORE IVlB THIS
/t ~ignamre & Comp~any Position ~ ~
NOTARY: ~ DAY OF~.J.q~, 20~}'
' --NO Y PO Uc
NANCY A. PIeSTE~
Notary Public, State of New York
No. 4940985-Suffo k County_ _
Commission F_xp res Aug 15,o7~:~/'~,
00300 Proposal Package 6 of 14
PROPOSAL FORM
TOWN OF SOUTHOLD ANIMAL SHELTER
The undersigned bidder has carefully examined the Contract Documents and will provide all
necessary labor, materials, equipment and incidentals as necessaw 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 parmers or other person authorized by a writing signed by at least one general parmer 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
Project Requirements/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.
00300 Proposal Package 8 of 14
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the.~ day of/'~4 v' ., in the year 2007 before me, the undersigned, pemonally
appeared, -'~h~ ffor~/~]/, , 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
insmmaent 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.
~OTAR~PU'BLIC
NANCY A. PESTER
Nota~ Public, State of NewYork
No. 4940985-Suffolk Coun~
Commission Expires Aug. 15,~L~O!
00300 Proposal Package 9 of14
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: ~fl~"~//~ ~O~',o~,/ A Corporation
FIRMNAME: 2~r?/~J ~AII-~ A Partnership or Entity
. An Individual
PRINCIPAL OFFICERS:
TITLE NAME
ADDRESS
BACKGROUND
PROFESSION/TRADE
1. How many years has your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces? %
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? ~/. If so, note where and
why.
Are there any claims, judgments, arbitration proceedings or suits pending or outstanding
against your firm or its officers? If yes, please provide details.
00310
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.
/7O
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone # Telephone # Amount Complete Completion
7. List five major projects you organization has completed in the past five years:
Name of: Engineer/ Work Done
Project Owner Architect Contract Date of With Own Forces
Name Telephone # Telephone# Amount Completion % of Work
00310
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
Do you have, or can you obtain, sufficient labor and equipment to commence work when
required and complete the work within the Contract Time?
10. Bank References:
11. Trade Association Membership:
12. Has your 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?
00310
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
the
answers to the foregoing qu
being dilly sworn'.dgposes and says that he is
of ~'/._~t/~; ~-~//~/,~_~ contractor and that
:stions and all statements therein contained are tree and correct.
[ture of person who signeh, bid)
S wom to before me this ~' day o/~, 2007
Commission Expiration Dale': ,~ ~// ,~O/O
NANCY A. PESTER
Notary Public, State of New York
No, 4940985.Suffo k County.
Commission Expires Aug. 15, c=4~/~
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.nor thfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 13, 2007
John Romanelli
Burt's Reliable
PO Box 696
Southold, NY 11971
Dear Mr. Romanelli:
Congratulations. At the regular Town Board meeting held on June 19, 2007, the
Town Board accepted the bid of Burt's Reliable for HVAC and mechanical system work
I connection with the New Animal Shelter. A certified copy of the resolution is enclosed.
The bid deposit will be returned to you at the end of the contract. Thank you for
your bid.
Very truly yours~
Deputy Town Clerk
Ens.
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.nor th fork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 13, 2007
Donald O'Hanlon
Cartcr-Melence, Inc
PO Box 907
Sound Beach, NY 11789
Dear Mr. O'Hanlon:
At the regular Town Board meeting held on June 19, 2007, the Town Board
accepted the bid of Burt's Reliable, Inc for HVAC and mechanical system work I
connection with the New Animal Shelter. A certified copy of the resolution is enclosed.
Your bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
Lynda M Bohn
Deputy Town Clerk
Ens.
BID OPENING
Animal Shelter HVAC
Bid Opening 5/3/07 10:00 A.M.
Bm-ts Reliable
PO Box 696
Southold, NY 11971
765-3767
$ 340,975.00
Carte~Melence, Inc
PO Box 907
Sound Beach, NY 11789
744-0127
$ 496,638.00
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765~6145
Telephone (631) 765-1800
sout holdtown.nort h fork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
Southold Town Board -
Boa?~"Meeting'of~lUne 19, 2007
RESOLUTION 2007-559
ADOPTED
Item # 26
DOC ID: 2980
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2007-559 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JUNE 19, 2007:
RESOLVED that the Town Board of the Town of Southold hereby accepts and awards the low
bid of Burt's Reliable~ Inc. in the reduced amount of $316~975.00 for HVAC and
mechanical systems work in connection with a new Southold Town Animal Shelter, subject
to entering into a contract with the approval of the Town Attomey.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [$ TO 1]
MOVER: Louisa P. Evans, Justice
SECONDER: Thomas H. Wickham, Councilman
AYES: Edwards, Ross, Wickham, Evans, Russell
NAYS: Albert Krupski
Generated July 2, 2007
Page33
· Complete items 1, 2, and 3. Also complete
item 4 If Restricted Delivery Is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mallpieca,
or on the front if space permits.
1. Article Addressed to:
eli
Signature
Re~e~3~d ~ C. Date of Delivery
If YES, enter delivery address below:[] No
JUL 16
"~Express Mall
[] Registered [] Return Receipt for Merchandise
Fl ~nsured Mall [] C.O.D.
4. Restricted Delivery? (Extra Fee) D Yes
2. Article Number
(rran~ferfrom~,~ce/e~)e0 7005 3110 0003 0248 0730
PS Form 3811, February 2004 Donmetlc Rettlrrl Re(~pt 102595-O2-M-1540
THE AMERI( kN INSTITUTE OF AR HITECTS
AIA Document ^310
Bid Bond
KNOW ALL ~ BY ~ ~, that we
Carter-Melence, Inc.
(Here insert full name and address or legal title of Contractor)
104 New York Avenue, Sound Beach, New York 11789-2245
as Principal,hereinafter called the Principal and
International Fidelity Insurance Company
One Newark Center, Newark, New Jersey 07102 (~ere insert fu I I name and address or legal tit le of Surety)
a corporation duly organized under the laws of the State of New Jersey
as Surety, hereinafter called the Surety, are held and firmly bound unto
Town of Southold
53095 Main Road, P.O. Box 1179, Southold, NY 11971 (Here insert full name and address or legal title of awry·r}
as Obligee, hereinafter called the Obligee, in the sum of *5% of the amount ofthe bid*
Dollars ($ )
for the payment of which ~ well and truly to be made, the sa{A Principal and the sa~d Surety
bind ourselves, our heirs, executors, ac~strators, successors and assigns, jointly and
severally, firmly by these presents.
WHEREAS, the Principal has suJmmitted a bid for HVAC for Southold Town Animal Shelter
(Here insert fu{I name, address and description of project)
it)OWl rl~ if the Obilgee shall accept the bid of the Principal and the Principal shall enter into a Contract
with the Ob{igee in accordance with the terms of such bid, and give such bond or hoods as may be specified in the bidding
or Contract Oocuments with good and sufficient surety for the faithful perfor~nce of such Contract and for the prompt
payment of labor and eaterial 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 Obltgee the difference not to exceed the penalty
hereof between the amount specified in said bid and such larger aeount for which the Oblige· Bay 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 fur[ force and effect.
Signed and sealed this
3rd day of May 2007
' {/ (witness)
(Witr~i~s)- J
Carter-Melence, Inc.
Donald J. ~'Han~on(~'itle) President
In~.ernational Fidelity Insurance Company
so:et-y) ·
omey-in
Bid Date: 05103107,
AIA ~ A310 · BID BOND · AL% @ · ~uRUARY 1970 ED · THE At~RICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., [4ASH~, D.C. 20006
ACKNOWLEDGEMENT OF PRINCIPAL, IF A CORPORATION
STATE OF ~ ¥o~K .)
COUNTY OF surro~
On the 3rd day of ~ay in the year 2007, before me personally came Donald 5.
O'F.~31on . to me known, who, being by me duly sworn, did depose and say that he
resides at sound ]~eacht h'Y that he is the [~'es~.de~t of Carter-
Melence, Inc., the corporation described in and which executed the above instrument;
and that he signed his name thereto by order of the board of directors of said
corporation.
NOTARY P0/i3LIC OR c(~MMISSION-ER OF DEEDS
MARY C. MICHNE
Notary Public, State of New York
No. 4978717
Qualified in Suffolk County.
Commission Expires March 11, ~ o
ACKNOWLEDGEMENT OF SURETY
STATE OF NEW YORK )
COUNTY OF WESTCHESTER )
On the 3rd day of May in the year 2007 before me personally came Edmund J.
Ber.qassi, to me known, who, being by me duly sworn, did depose and say that (s)he
resides at Eastchester, New York, that (s)he is the Attorney-in-Fact of International
Fidelity Insurance Company 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.
NOTARY ~I~LIC"~)R COMMISSIONER OF DEEDS
Qualified hi We~t~heshir
Term Exlzlree: O~.~Oo~'
INTERNA1~NAL FIDELITY INSURANCE C~fPANY
ONE NEWARK'~N'I~R, 20TM !rL~OOR, NEWARK, NEW j'E~7102-5207
STATEMENT OF ASSETS, LIABILI'rI~S, SUI~LUS AND OTHER FUNDS
AT DECEMBER 31, 2006
Bonds (Amortized Value) .................................. $8t4,~3'564
Common Stocks (Market Value) ............................. 7,928,132
Mortgage Loans on Real Estate .............................. 2,492000
Cash & Bank Deposits .................................... 45,509,9~3
Short Term Investments ................................... 4,250
Unpaid Premiums & Assumed Balances ....................... 3,489,768
Reinsurance Recoverable ~rom Reir~urers ...................... 824,5!38
Elec~onic Date Processing Equipment ......................... 121,690
Investment Income Due and Accrued ......................... 1,246,437
Net Deferred Tax Assets .................................. 2o~00,000
Other Assets ........................................... 2,395.495
TOTAL AS,~t~ ['S ................................ ~
LIABILITIES, SURPLUS & OTHER PUNDS
Losses (Reported Losses Net as to ReJnsm-amce Ceded and
Incurred But Not Reported Losses) ........................... $18,889.291
Loss Adjmmneat Expenses ................................. 4,780,083
Contingent Commissions & Other Similar Charges ................ 702,773
Other Expenses (Exducllng Taxes, Licenses and Fees) .............. 4,189,372
Taxes, Licensas & Fees CExduding Federal Income Tax) ............ 802,559
Current Federal & Foreign Income Taxes ....................... 310,119
Unearned Premiums ..................................... 24,609,961
Ceded Reinsurance Premiums Payable ........................ 1,632,862
Funds Held by Company under Reinsurance Treaties .............. 5,068
Amounts Withheld by Company for Account of Others ............ 20,381,915
Provisions for Reinsurance ................................. 2,821
Other Liabilities ......................................... 12.148
TOTAL LIABILITL~ .......................... 876.R18.974
Common Capital Stock .................................... $1,500,000
Gross Paid-in & Contributed Surpltm ......................... $74,600
Surplus Note ........................................... 16,000,000
Unaligned Funds (Surptus) ................................ 55,372.233
Surplus as Regards Policyholders ................. ~
TOTAL LIABILITIES, SURPLUS & CrrHER FUNDS... ~149_565.1~17
I, Francis L. Mitterhoff, President of INrltL~IATIONAL FIDELITY INSURANCE CONEPANY, certify that the
foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company, at the dose of business,
December 31, 2006, as reflected by i~ books and records and as reported in t~ statement on file with the Insurance
Department of the State of blew Jersey.
IN TILqTIMONY WH~KEOF, I have set my hand and affixed the
seal of the Company, this 23'a day of February 2007.
IN'I'r~RNA~ON~ FIDELITY INSURANCE COMPANY
OWER OF ATTORNE
INTERNATIONAL FIDELITY INSURANCE COMPANY
HOIv~ OFFICE: ONE NEWARK CENTER, 20TH I~OOR
NEWARK, NEW IBRSEY 07102-5207
FOR BID BOND/RIDER/CONSENTS/A~tVAVITS
KNOW ALL MEN BY ~ PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing
!~..~f..~e S~ate of New Sersey, and hav/ng its principal office/n the City of Newark, New Jersey, does hereby constitute snd appoint
EDMUND $. BERGASSI
New Rochelle, NY.
~._m~_ .e_._,a~d~_hw_~fi~, a .~mey(s}-in-fact to.?xecute, seal and deliver for and on i~s behalf ~ ~'[~'~'~ii'~"~i~"~'~'~'~'~
principal ofCcP, . ...... ~...~ .......... e naa ~n amy execugan aha ac~-nowiedged by ~ts regularly elected officers at its
(1) ~ sA, imminent r~y ~m~ f~ach~le~mit~ ~Oor~rthwe~a~g~exo~~ .i .mh~ o/~fm~r~Oe~l,a~A a~ach the Seal of the Company thereto, bonds and
du lyFUca~l~ a~~ ~e~eorn°geA~t°~eg~ oS'~Ap~. ,an~9~uloe~wb~inf~cle~e o~a ~t aW~esoel~c~O~., f the Board of DKectors of said Company adopted ara meeting
IN TESTIMONY WHERIK)F, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused thh insmunent to be
signed and its corporate seal to be affixed by it~ authorized officer, ~ 29th day of August, A,D. 2003.
INTERNATIONAL
STATB OF Nl~v'/ERSEY
County of F~rex
EL~CE COMP-ANY
said instsl~lellt is the Co~l'a~ Seal of ................. .lN'r~-~ .AT!.O. i~A~. IqI~ELITY _IN_~CE Ci}l~l~.(i~; thst th~ ~ affixed to
said Company. '~' ~ ~mpaay, um~ me sam ~..orposa~ ~ce~ ano uts signature were duly affixed by order of floe Boa~ of Di~ctors of
A NOTARy PUBLIC OF NEW/BiqStY~
CERTIFICATION My Commission Expires Nov. 21, 2010
I, ~he undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby cerdfy thai I have compared the foregoing copy of the
Power of Attorney and affidavit, and the copy of the Section of the By-Laws of said Company as s~t forih in said Power of Attorney, with ~h¢ ORIGINALS ON
IN THE HOME OFFICE OF SAID COMPANY, and float floe same are correct Uanscfipts floereof, and of the whole of floe said originals, and that the said Power
of Attorney has not been revoked and is now in full force and effect
IN TI~i~ONY WHEREOF, I have hereamo set my hand this 3r d day of
May, 2007
Assis~nt Secreta.,y
S '~CTION 00300 - PROPOSAL PACKA*
CAR'r~-~.~CE, INC.
Town of Southold
New Town of Southold Animal Shelter
BID OPENS:
MAY 3, 2007 10:00 AM
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 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.
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
~TION 00300 - PROPOSAL PACKA~]~
VENDOR NAME: Carter-Melence, Inc.
VENDOR INFORMATION SHEET
TYPE OF ENTITY:CORP. x
FEDERAL EMPLOYEE ID #:
OR SOCIAL SECURITY #:
DATE OF ORGANIZATION:
PARTNERSHIP
11-2996299
October 18, 1989
IF APPLICABLE: DATEFILED: October 18,1989
STATE FILED: New York
If a non-publicly owned Corporation:
CORPORATION NAME: Carter-Melence, Inc.
LIST PRINCIPAL STOCKHOLDERS: (5% of outstanding shares)
Donald J. O' Hanlon
INDIVIDUAL
LIST OFFICERS AND DIRECTORS:
NAME
Donald J. O'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
S~TION 00300 - PROPOSAL PACKA~I~
MAIL BID TO:
VENDOR NAME:
ADDRESS:
ADDRESS RECORD FORM
Carter-Melence, Inc.
104 New York Ave., P.O. Box 907
CONTACT:
Sound Beach, NY 11789
Donald J. O'Hanlon
TELEPHONE: (631) 744-0127
E-MAIL: 4cmi@optonline.net
ONLY if different -
MAIL PURCHASE ORDER TO:
ADDRESS: P.O. Box 907
Sound Beach, NY 11789-907
(631) 744-0528
TELEPHONE:
CONTACT:
ONLY if different.
MAIL PAYMENT TO:
ADDRESS: P.o. BOx 907
Sound Beach, NY 11789-0907
E-MAIL:
TELEPHONE:
CONTACT:
FAX:
E-MAIL:
00300 Proposal Package 4 of 14
S~TION
00300 - PROPOSAL PACKA~
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
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 parmership, by one of the partners or
other person authorized by a writing signed by at least one general parmer 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:
[] Insurance Certificate as requested is attached
[] I certify that I can supply insurance as specified if awarded the bid
[] Insurance Certificate filed
on
DATE
FAILURE TO PROVIDE SPECIFIED INSURANCE SHALL DISQUALIFY BIDDER.
00300 Proposal Package 5 of 14
00300 - PROPOSAL
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.
$. 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.
$. 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 f'n'm'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, affms the troth thereof.
Signature & Company Pos~ion'l
Donald a. O'Hanlon, President
Type Name & Company Position
Carter-Melence, Inc. ·
Company Name
May 3, 2007
Date Signed
11-2996299
Federal I.D. Number
SWORN TO BEFORE ME THIS
NOTARY: 3rd DAY OF MaY ,20 07
MARY C. MICHNE
Notary Public, State of New York
No. 4978717
Qualified ia Suffolk County
Commission Expires March 1 l J,-tLol
00300 Proposal Package 6 of 14
- PROPOSAL
PROPOSAL FORM
TOWN OF SOUTHOLD ANIMAL SHELTER
VENDOR NAME: Carter-Melence, Inc.
104 New York Ave.
VENDOR ADDRESS: P.O. Box 907
Sound Beach, NY 11 789
TELEPHONE NUMBER: (631) 744-0127 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; ifa partnership, by
one of the parmers 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 03/12/07
2 03/19/07
3 03/21/07
4 03/27/07
00300 Proposal Package 7 of 14
Project Requirements/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.
00300 Proposal Package 8 of 14
- PROPOSAL
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF SUFFOLK:
On the 3rct .day of t4a¥ in the year 2007 before me, the undersigned, personally
appeared, Donalct 3. O'Hanlon , personally known to me or proved to me on the basis
of satisfactory evidence to be the individual(~ whose name(~) is (am~ subscribed to the within
instrument and acknowledged to me that he/~h~thcy executed the same in his/h~ffff~ir capacity¢~s~,
and that by his/h~/tt~ir signature(sO on the instrument, the individual~, or the person upon behalf of
which the individual(~) acted, executed the instrument.
NO~FXI~ PUBLIC- -
MARY C. MICHNE
Notary Public:, State of New York
No. 4978717
· Qualified?~ Suffolk County
~ ommission Expires March 11.~x:~
00300 Proposal Package 9 of 14
TOWN OF ~JTHOLD
ANIMAL SHELTER CONSTRUCTION
BID NO.
CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southoid
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
I General Conditions and Mobilizations I LS
for /LS
Dollars Cents
Method of Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances,
bonding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site1 meet
all of the general requirements set forth under Division 1, 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.
Method of Pavment: Payment for this item will be made in three (3) payments;
a. Fifty Pement (50%) upon complete mobilization to the site,
b. Twenty Five Pement (25%) upon second partial payment request.
c. Twenty Five Pement (25%) upon successful completion and acceptance of the project.
~intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
2A Site Demolition - Area "A" I LS
for ILS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Demolition (including Clearing/Grubbing
snd Removals) within Area "A" as defined on the Contract Drawings and accepted in accordance with the specifications.
Method of Pavment: The quantity of accepted Site Demolition (including Clearing/Grubbing and Removals) shall be measured and paid for al
~he contract unit price per lump sum bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
specification. Including carting/disposal fees, safety fencing, maintenance and protection of traffic, removals of trees, brush, root mat, saw
:utting, pavements, all items in conflict with proposed construction in Area "A" (as defined by the Contract Drawings), debris removal from site
:lean-up, construction layout and sawcutting.
Inten['he Contractor shall remove and dispose of all existing items as required for installation of the proposed items in Area "A" as
shown on the Construction Drawings while maintaining controlled access to the site with maintenance and protection of traffic and
3edestrians during the entire length of construction.
2B Site Demolition - Area "B" I LS
for ILS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Demolition (including Clearing/Grubbing
and Removals) within Area "B" as defined on the Contract Drawings and accepted in accordance with the specifications.
Method of Payment: The quantity of accepted Site Demolition (including Clearing/Grubbing and Removals) shall be measured and paid for at
the contract unit price per lump sum bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor1
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
specification. Including carting/disposal fees, safety fencing, maintenance and protection of traffic, removals of trees, brush, root mat, saw
cutting, pavements, all items in conflict with proposed construction in Area "B" (as defined by the Contract Drawings), debris removal from site,
clean-up, construction layout and sawcutting.
Inten[he Contractor shall remove and dispose of all existing items as required for installation of the proposed items in Area "B" as
shown on the Construction Drawings while maintaining controlled access to the site with maintenance and protection of traffic and
)edestrians during the entire length of construction.
CONTINUED ON NEXT PAGE
CONTRACT 'A' - GENERAL PF-'[
TOWN OF 'UTHOLD
ANIMAL SHELTER CONSTRUCTION
Itemized Proposal for: Town of Southold
I ITEM I DESCRIPTION OF ITEM I ESTIMATED UNIT I UNIT PRICE I EXTENDED BID AMOU
NO. (Fill in Unit Price Written in Words) QUANT TY BID
BID NO. t.,
CONTRACT 'A' - GENERAL
3 Site Preparation, Unclassified
Excavation and Embankment I LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Preparation, Unclassified Excavation &
Embankment measurad in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Site Preparation, Unclassified Excavation & Embankment shall be measured and paid for at
the contract unit price per lump sum bid as called for in the preposal form. This price shall constitute full compensation for furnishing all labor,
materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
specification. Including Licensed Land Surveying, layout, rough grading, site cut-to-fill, clean soils, transportation, spoils removal, compaction
and meeting the proposed grades.
Intent: The Contractor shall perform all necessary earthwork and grading of the existing site in order to meet ail proposed grades as shown o~
the drawings.
4 Site Drainage- Structures, Piping and
Frames/Grates I LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Site Drainage Systems (structuras, pipe and
~rates/frames) measured in place and accepted in accordance with the specifications and drawings.
quantity of accepted Site Drainage Systems (structures, pipe and grates/frames) shall be measured and paid
Method
of
Pavment:
The
:he contract price per lump sum bid as called for in the proposal form. All costs associated with layout, earthwork, excavation, backfilling,
:ompaction, connections, parging including earthwork, piping, connection to building piping and clean-up shall be included in the lump sum
.'cst for under this payment item.
ntent: The Contractor shall install the Proposed Drainage System to the lines, level and grades as shown and detailed on the Construction
:)rawings.
5 Concrete Curb 480 LF
for /LF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of Concrete Curb measured in place
and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted concrete curb shall be measured and paid for at the contract unit pdce per linear foot bid as
called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary
to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including earthwork and rough
grading.
intent: The Contractor shall install the proposed concrete curb to the grade and limits as shown on the Construction Drawings.
CONTINUED ON NEXTPAGE
CONTRACT '.~' - GENERAL PF-2
TOWN OF ~JTHOLD
ANIMAL SHELTER CONSTRUCTION
BID NO.
CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold
ITEM I DESCRIPTION OFITEM [ ESTIMATED UNIT I UNIT PRICE [ EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANT TY BID
6 Reinforced Concrete Sidewalk 3,700 SF
for /SF
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for 4" thick reinforced
iconcrete sidewalk measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted concrete sidewalk shall be measured and paid for at the contract unit price per square foot bid
as called for in the proposal form. This price shall constitute furl compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification, including layout,
isubgrade preparation, earthwork, reinforcement (6x6 wire mesh), edging, broom finish, the installation of tactile panels, clean-up and
~rotection of work.
ntent: The Contractor shall install the 4" thick reinforced concrete sidewalk to the limits shown on the Construction Drawings.
7 6" Reinforced Concrete Slab 700 SF
for /SF
Dollars Cents
I/lethod of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for 6" reinforced concrete
~labs measured in place and accepted in accordance with the specifications and drawings.
~lethod of Payment: The quantity of accepted 6" thick reinforced concrete slabs shall be measured and paid for at the contract unit price per
~quare foot bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and
~quipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification, including
ayout, subgrade preparation, earthwork, formwork, edging, specified finish, steel reinforcement (as specified), clean-up and protection of work
Intent: The Contractor shall install the proposed concrete slabs to the limits shown on the Construction Drawings.
8 6" Recycled Concrete Aggregate 13,000 SF
Subbase Material (Type 1 NYSDOT)
for /SF
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for 6" recycled concrete
~ggregate subbase material measured in place and accepted in accordance with the specifications and drawings.
I~lethod of payment: The quantity of accepted 6" recycled concrete aggregate subbase material (Type 1 NYSDOT) shall be paid for at the
;ontract unit price per square foot bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor,
~naterials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
specification. Including survey layout, subgrade preparation, placement, compaction, finegrading, clean-up and protection of work.
Intent: The Contractor shall install the 6" recycled concrete aggregate subbase layer to the limits shown on the Construction Drawings.
CONTINUED ON NEXTPAGE
CONTRACT 'A' - GENERAL PF-$
TOWN
OI~UTHOLD BID NO.
ANIMAL SHELTER CONSTRUCTION CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold .'
I ITEM J DESCRIPTION OFITEM r ESTIMATED UNITI UNIT PRICE I EXTENDED BIDAMOU
NO. (Fill in Unit Price Written in Words) QUANT TY BID
9 Proposed Sanitary Systems 1 LS
for ILS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a lump sum or the Proposed Sanitary Systems measured in
~lace and accepted in accordance with the specifications and drawings.
Basis of Payment: The Proposed Sanitary System (outside building) shall be paid for at the contract lump sum unit price bid as called for in
the proposal form. This price shall constitute full compensation for furnishing all labor, matadals, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including piping, connections,
inspections, controlled backfill and installation of all specified structures (tanks, leaching rings, hair-trap) associated with the two (2) systems.
The installation of all interior drains and piping shall be paid for under Contract "C", Item No. 2 "Building Plumbing".
intent: The Contractor shall install the proposed sanitary systems (outside building) complete to SCDHS Standards and shown on the
Construction Drawings.
10 4" Topsoil Layer 34,000 SF
for /SF
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be for each square foot of area where topsoil is proposed in
3ccordance with the specifications and drawings.
~lethod of Payment: The quantity of acoepted 4" thick topsoil layer area shall be paid for at the contract unit price per square foot as callecj.m
'or in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to ~
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including furnishing of topsoil, ~
aboratory testing of soil, recommended ammendments to soil, finegrading, layout, clean-up and protection of work.
Intent: The Contractor shall install the 4" proposed topsoil layer in the specified area as shown on the Construction Drawings.
11 6" Concrete Filled Bollards 8 EA
for /EA
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be for each concrete-filled steel bollard installed and accepted in
accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted concrete-filled steel bollards shall be paid for at the contract unit price for each complete
installation as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and
equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including
layout, earthwork, concrete, steel bollard, painting, refectorized tape, clean-up and protection of work.
Intent: The Contractor shall install the proposed concrete-filled steel pipe bollards to the grades, lines and elevations as shown on the
Construction Drawings.
CONTINUED ON NEXT PAGE
CONTRACT ',~,' - GENERAL PF-4
TOWN OF ~.ITHOLD
ANIMAL SHELTER CONSTRUCTION
BID NO.
CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold
ITEM DESCRIPTION OF ITEM I ESTIMATED UNIT I UNIT PRICE I EXTENDED BID AMOUNT I
NO. (Fill in Unit Price Written in Words) QUANT TY BID
12 Proposed 3' High White Vinyl Picket Fence 200 LF
for /LF
Dollars Cents
IMethod of Measurement: The quantity to be paid for under this item shall be the number of lineal feet of 3' high white vinyl picket fencing
installed as measured and accepted in accordance with the specifications and drawings.
Basis of Payment: The quanfity of accepted 3' high white vinyl picket fencing shall be paid for at the contract unit price per linear foot bid as
cailed for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary
to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including earthwork, layout, fence
materials (posts and fence sections), footings, hardware, gates, cleanup and protection of work.
Intent: The Contractor shall install the proposed 3' high white vinyl picket fencing as required by the specifications and as shown on the
Construction Drawings.
13 Animal Shelter Building Construction 1 LS
for ILS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the building construction, including foundation,
slabs, wall and roof construction, doors, windows, ceilings, cabinetry, finishes, equipment and other items not listed as separate line items
accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted work shall be measured and paid for at the contract as a percentage of work completed per
subcategory item. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall perform ali necessary work in compliance with the drawings and specifications.
14 Animal Shelter Kennel Units 1 LS
for ILS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the coordination, preparation, manufacture and
installation of kennel caging, identified as items 1 and 2 under the furniture fixture schedule.
Method of Payment: To be paid 50% upon delivery to the site, 50% upon satisfactory full installation. This price shall constitute full
compensation for furnishing all coordination, labor, materials, manufacture, shipping costs, tools and equipment necessary to satisfactorily
complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall provide all materials and labor to install indoor and outdoor kennel runs provided as part of the building.
CONTINUED ON NEXT PAGE
CONTRACT'A'-GENERAL PF-5
TOWN OF ~UTHOLD BID NO.
ANIMAL SHELTER CONSTRUCTION CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold
ITEM I DESCRIPTION OFITEM I ESTIMATED UNITI UNIT PRICE I EXTENDED BIDAM(
NO. (Fill in Unit Price Written in Words) QUANT TY BID
15 Animal Shelter Animal Equipment and 1 LS
Furnishings
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be individual prices for items as listed on the
Cabinetry/Furnishing/misc. Fixtures schedule on Al.4, with the lump sum being listed here and a breakdown by Schedule item number
attached. Price to include site preparation, manufacture, shipping and installation of all items in full working order.
Method of Payment: To be paid 50% upon delivery to the site, 50% upon satisfactory full installation. This price shall constitute full
compensation for providing all coordination, labor, materials, manufacture, shipping costs, tools, misc. parts and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification.
Intent: The Contractor shall provide all materials and labor to install animal related equipment and furnishings.
16 Epoxy Floor/wall coating I SF
for ILS
Dollars Cents
Method of Measurement: Per Square Foot. Price to include site preparation, materials, shipping and installation of all items to industry
standards.
Method of Payment: To be paid a percentage of work completed. This price shall constitute full compensation for providing all coordination,
labor, materials,tools, and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this~
specification.
Intent: The Contractor shall provide all materials and labor to install an epoxy floor and wall coating as referenced in the contract documents.
TOTAL
Dollars Cents
WRITTEN IN WORDS Total Pay Items #'1. #16
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.
CONTINUED ON NEXTPAGE
CONTRACT 'A' - GENERAL PF-6
TOWN OF ~JTHOLD
ANIMAL SHELTER CONSTRUCTION
BID NO.
CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold
ITEM I DESCRIPTION OF ITEM ESTIMATED UNIT I UNIT PRICE I EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANT TY BID
CONTRACT 'A' - BID ALTERNATES
Alt. 1 Walkway Pavers SF
for /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for Walkway Pavers
'neasumd in place and accepted in accordance with the specifications and drawings.
Method of Pavment: The quantity of accepted Walkway Pavers shall be measured and paid for at the contract unit price per square foot bid
~s called for in the proposal form, This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
lecessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including layout,
~ubgrade preparation, earthwork, steel edging, clean-up and protection of work.
Intent: The Contractor shall install the proposed walkway pavers to the limits shown on the Construction Drawings.
Alt, 2 Asphalt Shingle Roof LS
Reduction for ILS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a lump sum as measured from the drawings and accepted in
accordance with the specifications and drawings.
Method of Payment: The method of payment will be % of work completed. This price shal~ constitute full compensation for furnishing all
labor, materials, foundation, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and
:~escribed in this specification.
Intent: The Contractor shall remove the metal roofing from the job and replace it with 110 mph/40 year minimum warranty asphalt shingles
with underlayment and ice shield, installed as per manufacturer's directions. This price shall consfitute full compensation for furnishing all
labor, materials, tools and equipment necessary to satisfactorily complete the work as described and described in this specification.
Alt. 3 Stainless steel countertops LS
Increase for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a lump sum as measured from the drawings and accepted in
accordance with the specifications and drawings,
Method of Pavment: The method of payment will be % of work completed. This price sha~l constitute full compensation for furnishing all
labor, materials, foundation, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and
~lescribed in this specification.
Intent: The Contractor shall remove the laminate countertops from cabinetry located in all animal rooms and animal care service areas.
Backsplashes shall be integra[ to the top. 3/4" plywood underlayment with holes cut for sinks, etc. shalt be provided. This price shall constitute
i=ull compensation for furnishing all labor, materials, tools and equipment necessary to satisfactorily complete the work as described and
described in this specification.
CONTINUED ON NEXTPAGE
CONTRACT 'A' - GENERAL PF-?
TOWN
OI'~UTHOLD BID NO. '-.
ANIMAL SHELTER CONSTRUCTION CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold .'
ITEM I DESCRIPTION OFITEM I ESTIMATED UNITI UNIT PRICE I EXTENDED BIDAMOU~II~
NO. (Fill in Unit Price Written in Words) QUANTITY BID
Alt. 4 Alternative Acoustic Material - Pyrock SF
Increase of /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be per square feet as measured from the drawings and accepted
in accordance with the specifications and drawings.
Method of Pavment: The method of payment will be % of work completed. This price shall constitute full compensation for fumishing all
labor, materials, foundation, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and
described in this specification.
Intent: The Contractor shall remove the acoustic coating in the base contract and replace it with Pyrock, Inc. Acoustement 40, 1" thick, white.
This will entail an alternate substrate approved by the manufacturer (cement board). This price shall constitute full compensation for furnishing
all labor, materials, tools and equipment necessary to satisfactorily complete the work as described and described in this specification.
Alt. 5 Screened Subangular Stone Pavement SF
Increase of /SF
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for screened subangular
stone pavement areas as measured in place and accepted in accordance with the specifications and drawings.
laethod of Payment: The quantity of accepted Subangular Stone pavement areas shall be paid for at the contract unit price per square foot
)id as called for in the proposal form. Including layout, subgrade preparation, filter fabric installation, subangular stone (as specified), edgi
~lean-up and protection of work.
Intent: The Contractor shall install the proposed subangular stone pavement areas to the grades, lines and limits as shown on the
Construction Drawings.
Alt. 6 Framed gables LS
Increase of /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the lump sum cost for replacing masonry gables with standard
framed gables as measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted framed gables shall be paid as % of work completed as called for in the proposal form.
Additional design work required for the framed gable option will be charged by the design team as a reimbursible expense to the Town of
Southold. Framed gable drawings and details will be provided prior to awarding the bid to insure accurate pricing.
Intent: The Contractor shall install the proposed framed gable ends rather than masonry gables as shown on original Construction Drawings.
The framed gables to include R19 insulation, double sills, inside sheathing of hardi backer board in kennels, 5/8" FRGWB other locations,
~aint or acoustic treatment, exterior sheathing of 1/2" plywood, vapor barrier, fiber cement board with 1 x 2 cedar battens 2' O.C.
CONTINUED ON NEXT PAGE
CONTRACT'A'-GENERAL PF-8
TOWN OF I ITHOLD
ANIMAL SHELTER CONSTRUCTION
BID NO.
CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold
I ,TE I DESCR .T,O. OF TE. [ EST..^TEDI U. T PR,CE I EXTE.DEO .'0 I
NO. (Fill in Unit Price Written in Words) QUANTITY BID
Option I Crushed Bluestone Walkways SF
for /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be the square feet finished surface area for crushed bluestone
walkways as measured in place and accepted in accordance with the specifications and drawings.
Method of Payment: The quantity of accepted Crushed Bluestone Walkway shall be paid for at the contract unit price per square foot bid as
called for in the proposal form. Including layout, subgrade preparation, filter fabric installation, crushed bluestone (as specified), edging,
clean-up and protection of work.
Intent: The Contractor shall install the proposed crushed bluestone walkway to the grades, lines and limits as shown on the Construction
Drawings.
Option 2 Pergola LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a lump sum as measured in place and accepted in accordance
with the specifications and drawings.
Method of Payment: The method of payment will be % of work completed.
Intent: The Contractor shall provide the pergola detailed on A 801.
Option 3 Add or Delete Epoxy flooring SF
for /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be per square foot, representing either an increase or decrease in
the base bid amount.
Method of Payment: The method of payment will be % of work completed.
Intent: The Contractor shall provide all materials and labor to install an epoxy floor and wall coating as referenced in the contract documents.
Option 4 Delete Clear Masonry Coating SF
for /SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be per square foot, representing a decrease in the base bid
amount.
Method of Payment: The method of payment will be % of work completed.
Intent: The Contractor shall provide all materials and labor to install a clear coating on masonry, both inside and outside.
CONTINUED ON NEXTPAGE
CONTRACT 'A' - GENERAL PF-9
TOWN ~ i)UTHOLD BID NO.
ANIMAL SHELTER CONSTRUCTION CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold -'
I ITEM I DESCRIPTION OF ITEM I ESTIMATED UNITI UNIT PRICE I EXTENDED BID AMOU~Ii~
NO. (Fill in Unit Price Written in Words) QUANT TY BID
Decrease or increase the length of the kennel
Option 5 wing by units of 4' in depth by full width of the 4'LF '
wing.
for / 4' If units
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be per unit of 4' by full width of kennel wing (rooms 16, 17).
Method of Payment: The method of payment will be % of work completed. This price shall constitute full compensation for furnishing all
labor, materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
specification.
Intent: The Contractor shall provide afl materials and labor to install a the full architectural details inherent in the cost of extending or reducing
lhe size of the kennel wing.
Option 6 Cat Box Furniture LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a lump sum as measured in place and accepted in accordance
~vith the specifications and drawings.
Method of Payment: The method of payment will be % of work completed.
intent: The Contractor shall provide the cat boxes detailed on A8.2.
Option 7 Signs (A1.4 Sign Schedule) LS I
for /LS
Dollars Cents
Method of Measurement; The quantity to be paid for under this item shall be a lump sum as measured in place and accepted in accordance
Nith the specifications and drawings.
IMethod of Payment: The method of payment will be % of work completed.
Intent: The Contractor shall provide signs as identified in sign schedules on A1.4
Option 8 Remove Classroom 12 SF
for / SF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be per sf of Classroom 12 removal to include the elimination of
doora fi4, #5, and #24 and window #11. Window #10 will be moved to end of C2. All MEP will be removed and gable will be maintained on ne~
wall elevation.
Method of Payment: The method of payment will be % of work completed. This price shall constitute full compensation for furnishing all
labor1 materials, tools and equipment necessary to satisfactorily complete the work as shown on the contract drawings and described in this
specification.
CONTINUED ON NEXT PAGE
CONTRACT 'A' - GENERAL PF-10
TOWN OF ~UTHOLD
ANIMAL SHELTER CONSTRUCTION
BID NO.
CONTRACT 'A' - GENERAL
Itemized Proposal for: Town of Southold
I ,TEM IDESCR.PT.ON Or,TE. EST,.ATEO I UN'TI UN.T..,CE I EXTENDED B,D AMOUNT I
NO. (Fill in Unit Price Written in Words) QUANT TY BID
Option 9 Add/Delete windows or skylights SF
Increase/Decrease of /SF
Dollars Cents
Method of Measurement: The quanfity to be paid for under this item shall be the square foot cost attributed to windows and skylights as
measured in place and accepted in accordance with the specifications and drawings. Cost to include the replacement of the window with full
wall or roof construction and finishes. Windows may be identified separately by type and size.
Method of Payment: The quantity of windows and skylights completed or deleted as called for in the proposal form.
Intent: The Contractor shall provide pricing for windows on a square foot basis or by individual units specifically identified by size and type.
CONTRACT 'A' - GENERAL PF-1 ',
TOWN OF~UTHOLD
ANIMAL SHELTL~R CONSTRUCTION
Itemized Proposal for: Town of Southold
DESCRIPTION OF ITEM
(Fill in Unit Price Written in Words)
General Conditions and Mobilizations
for Thirty Nine Thousand /LS
BID NO.
CONTRACT 'B' - HVAC
ESTIMATEDQuANTiTYUNIT UNITBiDPRICE EXTENDED u
I LS $ 39,000.00 $ 39,000.00
Dollars & No Cents
Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances, bonding,
materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet all of the
general requirements set forth under Division 1, comply with ali 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.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful compietion and acceptance of the project.
Intent: This bid item shall facilitate requirements of Division 01000 of the specification and construction operations.
Four Hundred Fifty Seven Thousand
fonSix Hundred Thirty Eight, tLS $457,638.0 $457,638.00
Dollars & No Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Heating & Cooling System installed and
accepted in accordance with the specifications and drawings.
Method of Payment: The accepted Heating & Cooling System shall be measured and paid for at the contract unit price per lump sum bid as
;ailed for in the proposal form This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including the air handlers (AH), condense
units (CU), unit heaters, all ductwork to and from units, boilers, heating hot water supply and return lines, refrigerant lines, piping, connections,
setting, testing, balancing, and controls.
intent: The Contractor shall furnish and install the heating and cooling systems complete as specified and shown on the drawings.
TOTAL Four Hundred Ninety Six Thousand Six Hundred Thirty Eight
Dollars & No Cents
WRITTEN IN WORDS
$496,638.00
Total all Pay Items # 1 & #2
NOTE: The Town of SouthoJd reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or aY[er
award of the bid
~.ONTRA~, E - H.\ .;..C. =;-';'
TOWN OF ~JTHOLD
ANIMAL SHELTER'CONSTRUCTION
BID NO.
CONTRACT 'C' - PLUMBING
Itemized Proposal for: Town of Southold
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. ~ Fillin Unit Pri e Written in Word~..).~ QUANTITY BID ~
I General Conditions and Mobilizations I LS
for /LS
Dollars Cents
~lethod of Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances,
3onding, labor, materials, equipment, and incidentals necessary to mobilize, construction staging, re-mobilization to the construction site, meet
ali of the general requirements set forth under Division 1, comply with all conditions set forth in the Conditions of Contract and General
~onditions of the Contract and demobilize from the construction site upon successful completion of the project.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shali facilitate requirements of Division 01000 of the specification and construction operations.
2 Building Plumbing 1 LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Building Plumbing installed and accepted in
accordance with the specifications and drawings.
Method of Payment: The accepted Building Plumbing shall be measured and paid for at the contract unit price per lump sum bid as called for
in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
satisfactorily complete the work as shown on the contract drawings and described in this specification. Including supply lines, waterline
insulation, waste lines, connection to septic line, all proposed plumbing fixtures, vent piping, inspections, water heater, feed to boilers, mixing
valves and hose bibs.
Intent: The Contractor shall furnish and install the Building Plumbing as specified and shown on the drawings.
3 Proposed 8" Water Service & Site Restoration I LF
(includes Hydrant)
for /LF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be linear foot unit price for the Proposed Water Service installed
and accepted in accordance with the specifications and drawings.
Method of Payment: The accepted Proposed Water Service shall be measured and paid for at the contract unit price per linear foot bid as
called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to
:satisfactorily complete the work as shown on the contract drawings and described in this specification. Including trenching, site and specified
· oad restoration, pipe installation, hydrant installation1 valves, testing, inspection and disinfecting. All fees to SCWA shall be paid directly by the
Town. Road restoration to include compacted recycled concrete aggregate to proposed subgrade elevations as shown on construction
draw ngs.
ntent: The Contractor shall furnish and install the Proposed Water Service complete from Route 25 (Main Road) to the Building as specified,
shown on the drawings and to the approval of the SCWA and SCDHS.
CONTINUED ON NEXTPAGE
CONTRACT '3' - PLUMBING Pr-13
TOWN
O~JUTHOLD BID NO. ..~
ANIMAL SHELTER CONSTRUCTION CONTRACT 'C' - PLUMBING
Itemized Proposal for: Town of Southold
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUI~bT.
NO...~_ Fillin nit Price Wri en in W rds QUANTITY ~ BID
4 Proposed RPZ Device & Water Meter Vault
(includes 6" by-pass line) 1 LS
for /LS
Dollars Cents
~lethod of Measurement: The quantity to be paid for under this item shall be lump sum for the Proposed RPZ Device & $CWA specified
~Vater Meter Vault installed and accepted in accordance with the specifications and drawings.
~lethod of Pavment: The accepted Proposed RPZ Device shall be measured and paid for at the contract unit pdce per lump sum bid as
;ailed for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary tc
~atisfactorily complete the work as shown on the contract drawings and described in this specification, including earthwork, pipe connections,
16" by-pass pipe, RPZ enclosure/vault, RPZ device, water meter vault, hardware, insulation, testing and inspections. The electric circuit and
heat tracing shall be installed by the Electrical Contractor and paid under Contract "D", Item No. 6" Electric to RPZ Device". SCWA shall
install the water meter.
Intent: The Contractor shall furnish and install a fully approved, tested and operational RPZ Device & water meter vault as specified, shown
on the drawings and to the approval of the $CWA and SCDHS.
5 Building Fire Suppression System I LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Building Fire Suppression System installed
and accepted in accordance with the specifications and drawings.
Method of Payment: The accepted Building Fire Suppression System shall be measured and paid for at the contract unit price per lump si
bid as called for in the proposal form. This price shall constitute ful~ compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification. Including connection to
the building water supply line, valves, controls, inspections, testing, approvals, piping, heads and complete integration with the fire alarm
system. The building fire alarm system shall be installed by the Electrical Contractor and paid under Contract "D", Item No. 5.
Intent: The Contractor shall furnish and install a full approved, tested and operational Building Fire Suppression System as specified, shown
on the drawings and to the approval of the Town Fire Marshall.
6 Proposed Gas Service & Site Restoration 1 LF
for /LF
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be linear foot unit price for the Proposed Gas Service installed and
accepted in accordance with the specifications and drawings.
~lethod of Payment: The accepted Proposed Gas Service shall be paid for at the contract unit price per linear foot bid as called for in the
3roposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to satisfactorily
~omplete the work as shown on the contract drawings and described in this specification. Including trenching, site and specified road
'estoration, pipe installation, valves, testing and inspection. All fees to Keyspan shall be paid directly by the Town. Road restoration to
nclude compacted recycled concrete aggregate to proposed subgrade elevations as shown on construction drawings.
intent: The Contractor shall furnish and install the Proposed Gas Service complete from Route 25 (Main Road) to the Building as specified,
shown on the drawings and to the approval of Keyspan and the Project Engineer.
CONTINUED ON NEXT PAGE
CONTRACT 'C' - PLUMBING PF-14
TOWN OF ~JTHOLD BID NO.
ANIMAL SHELTER-CONSTRUCTION CONTRACT 'C' - PLUMBING
Itemized Proposal for: Town of Southold
ITEM DESCRIPTION OFITEM I ESTIMATED I UNIT I UNIT PRICE EXTENDED BIDAMOUNT
NO. Fill in Unit Price Written in Words QUANT TY ID ~
TOTAL
Dollars Cents
WRITTEN IN WORDS Total all Pay Items # 1- # 6
NOTE: The Town of Southotd reserves the right to increase, decrease, or eliminate in its entirety any or all items prior to or after
award of the bid.
CONTRACT 'C' - PLUMBING PF-15
TOWN OF SOl. OLD
ANIMAL SHELTER i.'ONSTRUCTION
BID NO.
CONTRACT 'D' - ELECTRICAL
Itemized Proposal for: Town of Southold
ITEM DESCRIPTION OF ITEM ESTIMATED UNIT UNIT PRICE EXTENDED BID AMOUNT
NO. (Fill in Unit Price Written in Words) QUANTITY BID
I General Conditions and Mobilizations t LS
for ILS
Dollars Cents
Method of Measurement: The amount bid shall include supervision and management, on-going project-related expenses, insurances,
bonding, labor, materials, equipment, and incidentals necessary to mobitize, construction staging, re-mobilization to the construction site, meet
all of the general requirements set forth under Division 1, 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.
Method of Payment: Payment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon successful completion and acceptance of the project.
Intent: This bid item shali facilitate requirements of Division 01000 of the specification and construction operations.
2 Temporary Electric Service I LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be a lump sum for the Temporary Electric Service installed and
accepted in accordance with the specifications and drawings.
Method of P~ The accepted Temporary Electric Service shall be paid for at the contract unit price per lump sum bid as called for in the
)roposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessary to satisfactorily
icomplete the work as shown on the contract drawings and described in this specification. Including connections to existing animal shelter
service, 100 amp temporary service, frame, minimum of (4) four 20 amp cimuits into the building for contractors use, removal of temporary
service when required and maintenance of system during construction.
=ayment for this item will be made in three (3) payments;
a. Fifty Percent (50%) upon complete mobilization to the site.
b. Twenty Five Percent (25%) upon second partial payment request.
c. Twenty Five Percent (25%) upon removal of the temporary service.
;ntent: The Contractor shali furnish and maintain temporary 200 amp electric service for use by all trades during construction. The
~ervice shall be operational within 30 days from the full execution of Contract 'D'.
3 Building Electric & Communications 1 LS
for /LS
Dollars Cents
Method of Measurement: The quantity to be paid for under this item shall be lump sum for the Building Electric & Communications installed
~nd accepted in accordance with the specifications and drawings.
Method of Payment: The accepted Building Electric & Communications shall be measured and paid for at the contract unit price per lump
sum bid as called for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment
necessary to satisfactorily complete the work as shown on the contract drawings and described in this specification, including circuits,
connection to proposed equipment and mechanicals, phone line homeruns, computer line homeruns, lighting, and controls.
Intent: The Contractor shall furnish a complete and approved Building Electric & Communications system as specified and shown on the
idrawings with Electrical Underwriters approval
CONTINUED ON NEXTPAGE
CONTRACT 'D' - ELECTRICAL PF-16
TOWN OF S~HOLD
ANIMAL SHELTER-CONSTRUCTION
BID NO. ,,,
CONTRACT 'D' - ELECTRICAL
Itemized Proposal for: Town of Southold
IiTE. I DESCR PTIO. Or ITEM I EST,M^TED I U.IT I U.IT PR,CE I EXTE.D D BID AMOU I
NO. (Fill in Unit Price Written in Words) QUANTITY BID
4 Building Telephone & Cable Se~ice I LS
(outside building)
for /LS
Dollars Cents
Method of Measu~ment: The quanti~ to be paid for under this item shall be lump sum for the Building Telephone & Cable Se~ice installed
~nd accepted in a~rdan~ with the specifications and drawings.
~ethod of Payment: The accepted Building Telephone & Cable Se~ice shall be measured and paid for at the contra~ unit price per ~ump
~um bid as called for in the proposal form. This pdce shall constitute full ~mpensation for furnishing all labor, materials, tools and equipment
~ecessa~ to satisfactorily ~mplete the work as shown on the ~ntract drawings and described in this specifi~tion. Including trenching,
~ackfill, site restoration, cu~ing and patching of foundation wal~, panels, end user fees (by Town), and ~nnections.
,ntent: The Contractor shall furnish a ~mplete and approved Building Telephone & Cable Se~ice from Route 25 (Main Road) to the
)roposed animal shelter building as specified and shown on the drawings.
5 Building Fire Alarm System I LS
for /LS
Dollam Cents
Method of Measurement: The quanti~ to be paid for under this item shall be lump sum for the Building Fire Ala~ System installed and
accepted in a~rdance with the specifications and drawings.
Method of Pavment: The accepted Building Fire Alarm System shall be measured and paid for at the contra~ unit price per lump sum bid as
~lled for in the proposal form. This price shall constitute full compensation for furnishing all labor, materials, tools and equipment necessa~
satisfactorily complete the work as shown on the contra~ drawings and described in this specification, including devices, connection to fire~
suppression system, testing, inspe~ion, and approvals.
Intent: The Contractor shall furnish a ~mplete and approved Building Fire Alarm System system as specified and shown on the drawings with
Electri~l Unde~riters approval and the Town Fire Ma~hall.
6 Ele~ric to RPZ Device I LS
for ILS
Dollars Cents
Method of Measurement: The quanti~ to be paid for under this item shall be rump sum for the Ele~rical Contra~or to install a dedi~ted
circuit from the new animal shelter building to the proposed RPZ devi~ heater (Io~ted within the RPZ vault) instarled and a~epted in
ac~rdance with the specifications and drawings.
Method of Payment: The accepted electric se~ice connection to the RPZ Vault shall be paid for at the contra~ unit price per lump sum bid as
~lled for in the proposal fo~. All costs associated with ele~ric conduit runs, trenching, backflrl, restoration, wires, splice boxes, provide new
sewice runs, outlet installations, and all labor, materials, equipment and inciden~ls necessa~ to satisfa~orily complete the work according to
the plans, specifications and/or as directed by the Engineer shall be included in the pdce bid for this Item.
Intent: The Contractor shall furnish and install an electric se~ice connection to the heater located in the proposed RPZ vault as specified and
shown on the drawings with Electrical Unde~dtem approval
TOTAL
Dollars Cen~
WRI~EN IN WORDS Tot~
g :y any or all items prior
award of the bid.
CONTRACT 'D' - ELECTRICAL PF-17
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, yea
6. List the major construction projects your organization has underway at this date:
Name of: Engineer/
Project Owner Architect Contract Percent Scheduled
Name Telephone # Telephone # Amount Complete Completion
Upgrade Sanitary, Brookhaven Town
Eagle Estates Park, Brookhaven Town
Selden Fire District Steel Building
631-451-6252 $178,200.00 98% 05/07
631-451-6252 $211,000.00 92% 05/07
631-732-5570 $634,000.00 33% 09/07
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
Bldg. 703W Upgrade, U.S. DOE, BNL $ 509,000.00
631-344-5475; BNL Plant Engineering
09/21/06
631-344-4908
Bldg. 510 Upgrade, U.S. DOE, BNL $ 387,349.00
631-451-5475; BNL Plant Engineering
11/15/05
631-344-4908
Bldg. 480, Modifications; U.S. DOE, BNL $1,552,562.00
631-344-5475; BNL Plant Engineering
05/18/05
631-344-4908
Town Hall, Town of Brookhaven $1,552,752.00 03/02/04
631-451-6252; Baldassano Architectural Group 631-580-2100
New Firehouse Fac., Coram Fire District $1,475,010.90
631-698-4387; Martin F. Sendlewski, AIA
01/06/03
631-727-5352
00310
8. List the construction experience of the principal individuals of your organization
(particularly the anticipated project supervisors):
Individual's Name
Present Type of Work
Position Years of For Which In What
Of Office Experience Responsible Capacity
Donald J. O'Hanlon, President; 30 years experience in the construction industry
Patrick E. O'Hanlon, Vice Pres.; 28 years expsrience in the construction 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.~oIf yes, when? What was the outcome of the
investigation?
00310
13. Attach current state of f'mancial 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. O'Hanlon being duly sworn deposes and says that he is
the President of Carter-l~lence, Inc. contractor and that
answers to the foregoing questions and all statements therein contained are true and correct.
(Signature of~erson wh~ signed bid)
D~nald J. O'Hanlon
President
Sworn to before me this 3rd day of May , 2007
Notary Public '0?//tz.4xa,~ o/]Tq,~.~,./Lt~ .q
Commission Expirat{on Ii)rite: 03/1'1/2011
MARY c. MICHNE
Nt~tary ?ublic, State of New York
No. 4978717
Qualiiied in Suffolk County
~ mnmission Expires March ll.
00310
CARTER-MELENCE, 1NC.
BALANCE SHEET
DECEMBER 31 2006
ASSETS
Current Assets:
Cash and Cash Equivalents
Contract Receivables (Note 2)
Prepaid Expenses
Prepaid Income Taxes
Officer Loan Receivable (Note 3)
Total Current Assets
Property and Equipment (Notes 4 and 6)
Less: Accumulated Depreciation
Total Assets
$ 20,333
416,880
20,123
435
446,336
$ 904,107
488,327
403,364
84,963
989,070
LIABILITIES AND STOCKHOLDER'S EQUITY
Current Liabilities: Short-Term Debt (Note 5)
Current Maturities of Long-Term Debt (Note 6)
Accounts Payable
Payroll Taxes Payable
Pension Contribution Payable (Note 7)
Billings in Excess of Costs and Estimated
Earnings on Uncompleted Contracts (Note 8)
11,532
11,148
t62
126
22,511
175,372
Total Current Liabilities
$ 220,851
Other Liabilities:
Long-Term Debt (Note 6)
Stockholder's Equity:
Common Stock (No Par Value, 200 Shares
Authorized, 10 Shares Issued and Outstanding)
Paid in Capital
Retained Earnings
Total Liabilities and Stockholder's Equity
1,000
100,000
641,242
25,977
742,242
Town of Southold
The signatory of this questionnaire certifies under oath the troth and correctness of all statements
and of all answers to interrogatories hereinafter made.
SUBMITTED BY: Donald J. O'Hanlon
FIRM NAME: Carter-Melence, Inc.
x A Corporation
A Partnership or Entity
An Individual
PRINCIPAL OFFICE:
104 New York Ave., P.O. Box 907
Sound Beach, NY 11789
PRINCIPAL OFFICERS:
TITLE
President
Vice Pres.
Secretary
NAME ADDRESS
Donald J. O'Hanlon
Patrick E. O'Hanlon
Carmel O ' Hanlon
BACKGROUND
PROFESSION/TRADE
Sound Beach, NY 11789
Sound Beach, NY 11789
Sound Beach, NY 11789
construction
construction
administration
I. How many years has your organization been in business under its present business name?
2. You normally perform what percent of the work with your own forces? __
List trades that you organization normally performs below:
3. Have you ever failed to complete any work awarded to you? y~,.q. If so, note where and
why. 2001; Hampton Bays, unresolved issue with owner
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
BU, RT!S RELIABLE INC.
· SpEO~. ACCouNT
· EXPLANATION AMgU ~T
3976
1515 YOUNGS AVENUE
SOUTHOLD, NY 11971
k
~ ~orth ~rk Ban
#8338
STATE OF NEW YORK)
) SS:
COUNTY OF SUFFOLK)
Joan Ann Weber of Mattituck, in said county, being duly
sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly
newspaper, published at Mattituck, in the Town of Southold, County of Suffolk
and State of New York, and that the Notice of which the annexed is a printed
copy, has been regularly published in said Newspaper once each week for
1 weeks, commencing on the 19th day of April ,2007.
Principal Clerk
Sworn to before me this
2007
CHRISTINA VOLINSK!
NOTARy PUBLIC.STATE OF N~W YORK
NO. Ol'V06'lO~O~O
RECEIV.:D
tion 103 of the General Municipal Law,
that sealed bids ~re sought and request-
ed for SOUTHOLD TOWN ANIMAL
SHELTER HV&C
Specifications for such bids may be
obtained at tlie Office of the Southold
Town Clerk, Town Hall, PO Box 1179,
53095 Main Road, Southold, New York
11~71. CONTACT PER~)N: James
Richte% To~n I~u2h~e~, (631)76~
a S-% [ski set~ait~ ~ be received by
the Town Clerk at the Southold Town
Hall, PO Box 1179, 53095 Main Road,
Southold, New york, until l~00.A.bln
~ I~AY 3, ~0'/, at which lime
they will be opened and read aloud in
public. The Town Board of the town of
Southold reserves the fight to reject
any and all bids and waive any and all
informalities in any bid should it be
deemed in the best interest of the Town
of Southold to do so.
~ bids must be signed and sealed in
envelopes plainly marked "1) NAME
& ADDRESS OF BIDDER & 2) BID
NAME~, and submitted to the Town
Clerk. 'i'he bid price shall not include
any tax, federal, state, or local, [rom
which the Town of Southoid is exempt.
It is the bidder's r~sponsibillty to
read the attached Bid Specifications,
Instructions to Bidder~ and G6neral
Conditions, which outline bidding rules
of the Town of Southold.
Upon submission of bid, it is under-
stood that the bidder has read, fully
understands and will comply with said
GENERAL CONDITIONS and speci-
fication requirements.
The Town of Southold requires that
this document be returned intact and
that it be filled out completely. Please
do not removo any pages flom ~ bid
document ~or your reeorthc
will be charged for complete plans and
specificatiom~ Payment ca~ be made by
either money order, cash or check (pay-
able to the Town of Southold).
~lnae Town of Southold v~lcomes and
businesses to participain in the bidding
proceai · -
LEGAL NOTICE
NOTICE OF BID
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the
General Municipal Law, that sealed bids are sought and requested for SOUTHOLD
TOWN ANIMAL SHELTER HVAC
Specifications for such bids may be obtained at the Office of the Southold Town Clerk,
Town Hall, PO Box 1179, 53095 Main Road, Southold, New York 11971. CONTACT
PERSON: James Richter, Town Engineer, (631)765-1560 (T), (631)765-9015 (F),
j amie.richter~town.sonthold.ny.us.
Sealed bids must be accompanied by a 5 % bid security, will be received by the Town
Clerk at the Southold Town Hall, PO Box 1179, 53095 Main Road, Southold, New York,
until 10:00 A.M., Thursday, MAY 3, 2007, at which time they will be opened and read
aloud in public. The Town Board of the town of Southold reserves the right to reject any
and all bids and waive any and all informalities in any bid should it be deemed in the best
interest of the Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked "1) NAME &
ADDRESS OF BIDDER & 2) BID NAME", and submitted to the Town Clerk. The bid
price shall not include any tax, federal, state, or local, from which the Town of Southold
is exempt.
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 complete plans and specifications.
Payment can be made by either money order, cash or check (payable to the Town of
Southold).
The Town of Southold welcomes and encourages minority and women-owned businesses to
participate in the bidding process.
Dated: APRIL 10, 2007
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON FEBRUARY 22, 2007, 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 Attorney
Dodge Reports
Burrelle's Information Services
Jamie Richter
Town Board Members
Data Construction
Brown's Letters
Town Clerk's Bulletin Board
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being
duly sworn, says that on the [ rl day of ~K3~....~ ,2007, she affixed a
%
notice of which the annexed printed notice is a tree copy, in a proper and substantial
manner, in a most public place in the Town of Southold, Suffolk County, New York, to
wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York.
Animal Shelter HVAC, 5/3/07 at 10:00 am
~lizabe~h .~. Ne4ille
Southold Town Clerk
Sworn before me this,
~.r~ day of~, 2007.
· -l~t-ary Public -
LYNDA M. BOHN
NOTARY PUBLIC, State of New York
No. 01 BO6020932
Qualified in Suffolk County
Term Expires March 8, 20.~J,.
RESOLUTION 2007-368
ADOPTED
DOC ID: 2795
THIS IS TO CERTIFY THAT THE FOLLOW-lNG RESOLUTION NO. 2007-368 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
APRIL 10, 2007:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the
Town Clerk to advertise for re-bid for the HVAC construction within the new Southoid
Town Animal Shelter.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [5 TO II
MOVER: Louisa P. Evans, Justice
SECONDER: Thomas H. Wickham, Councilman
AYES: Evans, Wickham, Ross, Edwards, Russell
NAYS: Albert Krupski Jr.