Loading...
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.