Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Fishers Island Wastewater Project
r JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 6, 1988 Doris A. McCarthy, Acting Director Bureau of Construction Grants Administration N.Y.S. Dept. of Environmental Conservation 50 Wolf Road Albany, New York 12233 Re: C361149-01 C 172 406 Town of Southold Suffolk County Dear Ms. McCarthy: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 FAX (516) 765-1823 TELEPHONE (516) 765-1801 Reference is made to your letter of June 29, 1988 transmitting the enclosed Outlay Report and Request for Reimbursement for Construction Programs, and Retainage Release, all of which have been executed by Southold Town Supervisor Francis J. Murphy as a result of a resolution of the Southold Town Board, certified copy enclosed. Please note that the length of time it has taken to respond to you is the fact that your letter and copies of the forms were transmitted to our consultant, Henry Souther Engineering, Inc., on July 6th, and I did not receive a response until November 22, 1988. 1 am sorry to the delay. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures y JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD 9 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 FAX (516) 765-1823 TELEPHONE (516) 765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON NOVEMBER 29, 1988: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Francis J. Murphy to execute the required New York State Outlay Report and Request for Reimbursement for Construction Grants, and a State Retainer Release Form for a Town reimbursement of $270.00 with respect to the construction of the Fishers Island Wastewater Facility. Judith T. Terry Southold Town Clerk December 2, 1988 N, r-\, yr STATE, C--PARTNIENT Or ENVIRONMENTAL CONSERVATION DIVISION OF RETAINAGE RELEASE Project No. 03611-49-01 Contract No. 0172406 Town of Southold Suffolk County-- Applicant ounty_Applicant and County On behalf of the Town of rjouthold I hereby certify that in accepting ( Applicant) full payment for the estimated state share of the subject project, that should this amount be over and above th'e amount due Lis determined by the fnal audit of the project conducted by the Office of the State Co pt� 111e bethat full deductedo fro1mntwiotherbeStatee funds due to New the York or the overpayment Town of Southold Applicant) V1z R resentative Murphy rvisor 11/29/88 -- ,Title Date. (10/85) AL I1 OUTLAY REPORT AND REQUEST FOR REIMBURSE- 1. Type of Request . Basis of Request 3. Payment Request No. MENT FOR CONSTRUCTION PROGRAMS Final Partial cash Accrual I (See instructions on back) _ 5. Federal Grant Number & Sequence 6. Step Number 1 2 3 2/3 4. Agency to Which This Report is Submitted i _1 Cl Ll O 9. Period Covered by This Report i 7. Employer Identification Number 8. Recipient Account or Other ID No. From (month, day, year) i To (month day. year) 10. Payee (complete name and address) (For DEC Use Only) Reviewed By DEC Grants Officer i OTHER FUNDS EPA FUNDS 1 t STATUS OF FUNDS (1) Federal Eligible r (2) Other (Specify) (3) State Eligible (4) Comments & Adjustments Amount Amount (For DEC Use Only) a. Administrative expense b. Preliminary expense c. Land, structures, right-of-way ------------------ d. Architectural engineering basic fees e. Other architectural engineering fees f. Project inspection fees g. Land development—_ - h. Relocation expense I i. Relocation payments to individuals and businesses j. Demolition and removal i k. Construction and project I j improvement cost I I. Equipment _ __— i j m. Miscellaneous cost (specify) —� n. Total cumulative to date (sum of lines a thru m) -- � T__ ---- ~ -- -- -- --- — ---- o. Deductions for program income p. Net cumulative to date I (line n minus line o) q. Federal/State share to date r. Rehabilitation grants (100% reimbursement) s. Less State withholding (5% of line q) t. Total Federal/State share i u. Federal/State payments previously paid v. Federal/State reimbursement $ $ $ request w• Percent of project completed J SI ATU F A T ORIZED OFFICIAL DATE SUBMITTED 11129/88 12. Certification a. RECIPIENT i iNTED NAME AND TITLE I TELEPHONE r I • Murphy, Supervispr (516) I certify that to the best of my knowledge and belief the billed costs or disbursements are in accordance with the terms of the project and that T% of Southold _ 765 -1800_ the reimbursement represents the share due - SIGNATURE OF AUTHORIZED OFFICIAL DATE SIGNED which has not been previously requested and that an inspection has been performed and all work is b. Representative in accordance with the terms of the award. certifying to line TYPED OR PRINTED NAME AND TITLE I TELEPHONE I 11x • INSTRUCTIONS 0 Please type or print legibly. If you are requesting State payments, this form must be submitted in conjunction with a "State of New York - State Aid Voucher (form AC -5019). Item 11s is self- explanatory; specific instructions for other items are as follows: !tent F,ntry 1 !dark the appropriate box. If the request is final, the amounts billed should represent the final cost of the project. 2 Show whether amounts are computed on an accrued expenditure or cash disbursement basis. 3 Enter the sequential payment number - total number of payment request; submitted for this grant. 4 In most cases this will be NYS Department of Environ- mental Conservation; in a few cases it may be the CS Corps of Engineers. 5 The complete Federal Grant and Sequence dumper must appear in this box. 6 Mark the appropriate Step number: Step 1 for planning, Step 2 for design, Step 3 for construction and Step 2;3 for combined design and construction. 7 Enter the employer identification number assigned '% U.S. Internal Revenue Service. 8 This space is reserved for an account number or other identifying number that may be assigned by the recipient. 9 "Period Covered", the from date must be 1:;e :.�. project inception and must be shown consistently on each payment request. 10 Enter the name of the municipality or agency that was awarded the grant. 11 Ccsts claimed cn all line items under r.ur`rer :_ mint reflect approved costs associated with that 'ine . e . n the grant agreement. Column (1) - enter total, eligible costs incurred to date under Federal EPA grant. Column (2) - enter total, eligible costs incurred to Economic Development Administrution- EDA, Appalachian Regional Commission - ARC or EPA Innovative; A:aernative - I/A). Column (3) - enter total, eligible costs incurred to date under State grant. Column (4) - NYSDEC use only for adjustments, dis- allowances, or explanatory comments. In general, costs that are eligible under Federal EPA grants are also eligible under EDA or ARC grants. How- ever, not all costs eligible under Federal EPA grants are eligible under State grants. Local retainage, that portion of payments withheld from the contractor by the municipality to insure satisfactory project completion, must be excluded from total costs claimed under columns 1 (2), and (3). These costs can oe claimed once local retainage has been released. Ila Enter amounts expended for such items as travel, legal fees, rental of vehicles and any other administrative expenses. llb Enter costs that have been approved by NYSDEC where work will occur before the award of the grant. llc Enter all amounts directly associated with the acquisition of land, existing structures and related right-of-way. Generally, costs incurred under this item are ineligible for Federal pert_^ipstinn eveeDt as provided in 40 (FR - Part 35.940-3. lld Enter basic fees for services of A/E Consultants. Ile Enter other architectural engineering services. Do not include any amounts shown on line d. Meru Entry llh Enter the dollar amounts used to provide relocation advisory assistance and net costs of replacement housing Do not include amounts needed for relocation admin- istrative expenses; these amounts should be included in amounts shown on line Ila. Ili Enter the emount of relocation payments made by the recipient to displaced persons, farms, business concerns, and nonprofit organizations. Ili Enter gross salaries ana wages of employees of the recipient and payments to third party contractors directly engaged in performing demolition or removal of struc- tures from developed land. all proceeds from the sale of salvage or the removal of structures should be credited to this account; thereby reflecting net amounts if required by the Federal agency. Ilk Enter those amounts associated with the actual con- struction of, addition to, or restoration of a facility. Also, include in this category, the amounts for project improvements such as sewers, streets, landscaping, and light°ng. any change orders which have vet to be approved or disapproved by NYSDEC will be deducted from the construction cost. i1L Enter amounts for all equipment, doth fixed and movable, exclusive of equipment used for construction. For ex- ample, permanently attached laboratory tables, built-in audio visual systems, movable desks, chairs, and labor- atory equipment. Construction equipment costs should be incorporated in the construction cost (line Ilk) specified unless separately specified in the grant agreement. llm Please specify miscellaneous costs identified in your grant. lln Enter the total cumulative amount to date which should be the sum of lines Ila through m. 110 Enter y.y intcrest : _ :ed as a result of : ederal funds or proceeds from sales or excessive equipment. llp Enter the net cumulative amount to date which should be the amount shown on line lln minus the amount of line o. llq Enter the Federal, Other, and State share of the amount shown on line llp. The Federal, Other, and State share (%) are identified in the Federal grant and State contract. llr Enter the amount of rehabilitation grant payments made to individuals when program legislation provides 100 per- cent payment by the Federal agency. 11t Total Federal and other is the sum of line llq and llr; Total State is the difference between line llq and lls. llu Enter the total amount of Federal, Other, and State payments previously paid. (line llt on previous SF -271) llv Enter the amount now being requested for Federal, Other, and State reimbursement appropriate columns. This amount should be the difference between the amounts shown on lines l l t and u. 11w Enter the percentage of physical completion on the project; not the percentage of reimbursement. 12a To be completed by the recipient official who is re- sponsible for the operation of the program. The date should be the actual date the form is submitted to the NYSDEC. llf Enter inspection and audit fees of construction and re- 12b To be completed by the official representative who is lated programs. certifying to the percent of project completion as pro- vided for in the terms of the grant or agreement. llg Enter all amounts associated with the development of land where the primary purpose of the grant is land improvement. The amount pertaining to land develop- ment normally associated with major construction should be excluded from this category and entered on line k. NOTE: FOR USE ONLY IN THE NYS CONSTRUCTION GRANTS PROGRAM. 271-101 STANDARD FORM 271 (7-76) 7/0 Prescribed by Office of Management and Budget O Cir. No. A-110 • 11 LOXIIABI ASSOCIATES, INC. A. Richard Lombardi, P.E., President James C. Sommers, L.S., Vice President Mrs. Judith Terry, Town Clerk Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 TCCF "CONSULTING ENVIRONMENTAL ENGINEERS" 25 Terrace Drive Vernon, Connecticut 06066 Telephone (20311872-2703 November 22, 1988 Re: Fishers Island Wastewater Facility State Grant Dear Mrs. Terry: NOV 2 9 08 So" ire" CIA We have reviewed the letter dated June 29, 1988 to Supervisor Murphy from Doris A. McCarthy, Acting Director of The Bureau of Construction Grants Administraction, New York DEC. The grant number is C361149-01 which pertains to "Facilities Planning". The other project grant is C361149-02 which pertains to "Design and Construction Management", which was eligible for $84,239.48. The enclosed letter dated May 19, 1980 from Ernest F. Trad to Supervisor Homan of Southold indicated that $41,767.00 were eligible project costs and the state grant for this project is $5,221.00 representing 12-1/2% of the eligible project costs. Based upon the eligible cost of $41,767, it appears that the state owes the town about ($5,221.00 - $4,951.00) _ $270.00. A copy of Mrs. McCarthy's letter and my reference letter are enclosed. Very truly yours, A.R. LOMBARDI ASSOCIATES, INC. Michael A. Horne, P.E. MAH:sz Enclosures WASTEWATER• WATER SUPPLY •HAZARDOUS WASTES •WATER RESOURCES•GEOHYDROLOGY SITE PLANNING • DRAINAGE • ENVIRONMENTAL IMPACT ASSESSMENT • SURVEYING .JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS Michael: • OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 6, 1988 • Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 TELEPHONE `JU►_ 1 R. rr.� Per our telephone conversation today, attached are copies of the forms and letter from the DEC relative to the Fishers Island Wastewater Project. I shall await your instructions before having the forms executed by Supervisor Murphy. New York State Department of Environmental ;Conservation 50 Wolf Road, Albany, New York 12233 ,UN 2 ., Thomas C. Jorling Commissioner The Honorable Francis J. Murphy Supervisor, Town of Southold Fishers Island Sewer District Southold, New York 11971 Re: C361149-01 C172406 Town of Southold Suffolk County Dear Supervisor Murphy: v' In accordance with a letter dated June 4, 1985 from George E. Wallace of V this office, a letter dated July 5, 1985 from Frank Francis of the Office of the State Comptroller and a letter dated -September 3, 1985 from Judith Terry, the final State allowable costs for the subject project are $39,611. Your letter of September 5, 1985 submitted an amendment to your engineering agreement with Henry Souther Engineering, Inc., increasing the maximum amount payable to that firm by $620. However, based upon your existing State contract, State eligible costs cannot exceed federal eligible costs. Therefore, as the federal eligible costs were determined to be $39,611 as stated in grant C361140-01-1, State eligible costs are also $39,611. This results in final State contract( amounts of $49551. ( a,7,� Z' Enclosed are two copies of Outlay Report and Request for Reimbursement for Construction Grants (SF -271) and a State Retainage Release Form. Please sign and return these to me as soon as possible so that the final State payment can be processed. Sincerely, Doris A. McCarthy Acting Director Bureau of Construction Grants Administration New York State Department of Environmental Conservation ! i0 Wolf Road, Albany, New York 12233 May 19, 1980 CERTIFIED MAIL RETURN RECEIPT REQUESTED Mr. James Homan Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Dear Mr. Homan: Re: C361149-01 Town of Southold (Fisher Island SD) Robert F. Flacke Commissioner 3s3" Y 3T 4 .01 Suffolk County fon, iZ Your subject.Water Quality Improvement Project is eligible for a State construction grant under Article 51 of the Environmental Conservation Law and Chapters 658 and 659 of the Laws of 1972. The eligible project consists of preparation of a Step I Facilities Plan related to future construction of wastewater treatment facilities to serve the Town of Southold (Fisher Island SD). The estimated reasonable cost of the eligible project is determined by the Commissioner of Environmental Conservation of the State of New York to be $41,767. The project has been approved by the United States Environmental Protection Agency and has received a Federal grant of $31,325, representing 75 per cent of the eli ible project cost of $41,767. The State construction grant for this project is ?5,221, representing 122 per cent of eligible project cost. Enclosed are the following items: 1. One (1) copy of NYSDEC Rules and Regulations for Water Quality Improvement Projects. 2. One (1) copy of Form GA -57, Application for State Assistance Pursuant to the Environmental Quality Bond Act of 1972, partially completed for the subject project. 3. Six (6) copies of the State Contract for the subject project. 4. One (1) copy of Suggested Format: Resolution Authorizing State Application. 5. One (1) copy of Suggested Format: Resolution Authorizing State Contract and Designating a Fiscal Officer. Mr. Homan Page -2- May 19, 1980 Please return the following items to this office as soon as possible: a. Three (3) completed copies of Form GA -57, Application for State Assistance Pursuant to the Environmental Quality Bond Act of 1972. b. Six (6) copies of the State contract executed by the authorized representative of the Applicant. c. Three (3) copies of a resolution Authorizing State Application. d. Six (6) copies of a resolution authorizing, by title only, signature of the State contract and designating a Fiscal Officer. Upon receipt of the above items, the State contract will be executed by signature of the Commissioner of Environmental Conservation and by approval of the offices of the State Attorney General and the State Comptroller. One executed and approved copy of the State contract will be returned to you for your records. If you have any questions, please contact Mrs. Mary Burgess, telephone (518) 457- 3857. Very truly yours, Ernest F. Trad, P.E. Director Division of Construction Management Encl. a/s cc: wo/encl: NYSDEC Region #1 - Mr. Yerman USEPA Region II - Mr. McCann Mr. A. Richard Lombardi, P.E. Henry Souther Engineering, Inc. r New York State Department of Environmental Conservation 50 Wolf Road, Albany, New York 12233., 3750 December 3, 1986 0/� Henry G. Williams Commissioner F)IT,FIVED JCC 8 M The Honorable Francis J. Murphy ti R. Lorab ,il lissuziates, IIS. Supervisor, Town of Southold 53095 Main Road Southold, New York 11971 RE: C-36-1149 0? Fisher's Is and Sewer 'strict Town of Southold Dear Supervisor Murphy: This office has reviewed yo request for eligibility of additional Step 3 en ineeringg service provided by Henry Souther Engineering, Inc. for the rerenced project. Due to the documented circumstances outside control of the grantee/engineer, NYSDEC will allow the additional engineering in the following amounts: Oriai t #5 Cost $11,225.00 Profit 1 .275.00 Total , New Approved Amount $84,239.48 If you should have any questions concerning the above, please contact Gary E. Kline, P.E., at (518) 457-4277. Sincerely, 6-36-1141 L- �J r umar Nepal, P -f. Chief, Metropolitan Projects Section Metropolitan Projects Bureau JKN/GEK/kc cc: Henry Souther Engineers, Mr. Horne bcc: Doris McCarthy STE P T E.I�i (r Co,.�-re�t �-_ 32) (0550 O New York State Department of Environmental Conservation 50 Wolf Road, Albany, New York 12233 JUN,:, The Honorable Francis J. Murphy Supervisor, Town of Southold Fishers Island Sewer District Southold, New York 11971 Re: C361149-01 C172406 Town of Southold Suffolk County Dear Supervisor Murphy: AM Thomas C. Jorling Commissioner In accordance with a letter dated June 4, 1985 from George E. Wallace of this office, a letter dated July 5, 1985 from Frank Francis of the Office of the State Comptroller and a letter dated September 3, 1985 from Judith Terry, the final State allowable costs for the subject project are $39,611. Your letter of September 5, 1985 submitted an amendment to your engineering agreement with Henry Souther Engineering, Inc., increasing the maximum amount payable to that firm by $620. However, based upon your existing State contract, State eligible costs cannot exceed federal eligible costs. Therefore, as the federal eligible costs were determined to be $39,611 as stated in grant C361140-01-1, State eligible costs are also $39,611. This results in final State contract amount of $4,951. Enclosed are two copies of Outlay Report Construction Grants (SF -271) and a State sign and return these to me as soon as payment can be processed. Sincerely, and Request for Reimbursement for Retainage Release Form. Please possible so that the final State X-�1�9�--$' Doris A. McCarthy Acting Director Bureau of Construction Grants Administration f JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS `wv rr T OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 6, 1988 • • Town Hall, S309S Main Road P.O. Box 1179 Southold, New York 11971 TELEPHONE (516)765-1801 Michael: Per our telephone conversation today, attached are copies of the forms and letter from the DEC relative to the Fishers Island Wastewater Project. I shall await your instructions before having the forms executed by Supervisor Murphy. 0 JUDITH T. TERRY K 11,11TRAR OI VITAL STATISTICS Sd p .. g A OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 8, 1988 A. Richard Lombardi, P.E. President A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecitcut 06066 Re: Fishers Island Wastewater Disposal System Construction Grant Closeout 0 Town Hall, 53095 Main Road P.O. Box 1 179 Southold, New York 11971 TELEPHONE (516) 765-1801 Dear Mr. Lombardi: Transmitted herewith is one copy of the executed acceptance of your proposal for the closeout package for the subject parcel, as well as a certified copy of the Southold Town Board resolution authorizing same. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures (2) 0 �`�.3 �y BaQ�R "CONSULTING ENVIRONMENTAL ENGINEERS" L 0 X 8 a R a�■+ a `°' 25 Terrace Drive ASSOCIATES, I N C `: Vernon, Connecticut 06066 Telephone (203) 872-2703 A. Richard Lombardi, P.E., President July 27, 1988 The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: Fishers Island Wastewater Disposal System Construction Grant Closeout Dear Supervisor Murphy: In response to Mr. Cushman's telephone request we are pleased to submit this proposal to complete the closeout package for the subject project and submit it for your transmittal. Since we are not sure of the extent of work at this time, we propose to accomplish this work in accordance with the following rate schedule: Category Rate Principal Engineer $80.00 Project Manager $65.00 Engineer $45.00 In addition, mileage would be charged at $.25 per mile and other project related expenses such as reproductions, blueprints, mylars, other transportat- tion, etc. would be invoiced at cost. Accurate records of the time expended on this project will be maintained and open for your inspection. Invoices will be due and payalbe within 30 days. We appreciate the opportunity to be of service to you and look forward to our continued association with you. We would appreciate receiving one copy of this proposal signed and returned to us for our files if acceptable to you. We would of course be available to answer any questions you may have. ARL:MAH:sab Approval Very truly yours, A.R. LOMBARDI ASSOCIATES, INC. � - Jr, A. Richard Lombardi, P.E. President ale Francis J. Murphy , Town of Southold Date August 3, 1988 WASTEWATER• WATER SUPPLY •HAZARDOUS WASTES •WATER RESOURCES • GEOHYDROLOGY SITE PLANNING • DRAINAGE • ENVIRONMENTAL IMPACT ASSESSMENT • SURVEYING O��FF DU(CD'�Y O J' Z JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1 179 Southold, New York 1 1971 TELEPHONE (516) 765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON AUGUST 3, 1988: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Francis J. Murphy to execute the acceptance of A.R. Lombardi Associates, Inc. proposal to complete the Construction Grant Closeout package for the Fishers Island Wastewater Disposal System, all in accordance with the proposal dated July 27, 1988. Judith T. Terry Southold Town Clerk August 5, 1988 CHANGE ORDER Dated December, ,2 s _ 1986 No. ..4...... OWNER'S Project No. .. - 3 6 —.4.4 1 ....... , , , , ENGINEER's Project No. .... 7 9 - 2 0, , , , , , , , , , . . Project ..Fishe,rs. Island. ,Wastewater. ,T:reAt;Me11t Facility CONTRACTOR.,, AMMA Construction.Corporation Contract For ............................... Contract Date July 23, 1985 ....................... To: .... Mr. Scott .Ammarell ., AMMA Construction Corporation ......................................................................... CONTRACTOR You are directed to make the changes noted below in the subject Contract: Town of Southold .......... .. ........... O ER By J. php, Supervsmz ed p rrlpgr .16... , 19.$6::... . Nature of the Changes 1. Shedule increase from June 15th to Sept. 1, 1986 (completion date) 2. Cost increase due to utilities (increased higher than allowance in specifications) 100 gallons of fuel oil and LOC pump extras. Enclosures: 1. Letter of July 9, 1986 from AMMA Construction Corp. 2. Letter from M. Horne to Gary Kline, NYSDEC, July 14, 1986. These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to This Change Order Net (Increase) (IORNMA)tResulting from this Change Order Current Contract Price Including This Change Order NSPE-ACEC 1910-8-B (1978 Edition) ® 1978, National Society of Professional Engineers $ . 463,8.88,00,..,...... $ ....?.,?.84:61.......... $ 466,172.61,,,._. • C� Contract Time Prior to This Change Order .................. 3.1.3 ................................ . (Days or Date) 72 Net (Increase) (ROCNIpp) Resulting from This Change Order ........... ................ ............... . (Days) Current Contract Time Including This Change Order ........... 335 .September . , 1986 completion (Days or Date) The Above Changes Are Approved: IJPzix.y.. SQuthex..Fr) ginee ring , . Inc .. . ENGINEER n/ BY ..... .. .... A... ift, ...... Date .... ;./o ................. . 19. e# The Above Changes Are Accepted: .......... ............................. CONTRACTOR By...................................... Date.............................19..... j"?i 51987 t.V,. SOWROW I CONSTRUCTION CORP. 408 FORT SALONGA ROAD NORTHPORT. NEW YORK 11768 (516) 351-6124 July 9, 1986 Henry Souther Engineering Inc. 25 Terrace Drive Vernon, Conn 06066 Att: Michael A. Horne, P.E. Re: Wastewater Treatment Facility - Fishers Island Contract no. C 36-441 Dear Mr. Horne: Please note that the following additional expenses were incurred in re the above captioned project. 100 gallons Fuel Oil .......... $99.89 Fisher Island Electric ......... 1�88.72 CLoc Pump Extras ............... 896.00 $2284.61 and would appreciate your advising how this is to Be NUBS L mitted for payment. We await your advice. Should you have any questions please do not hestitate to contact the undersigned. PA/rr (w Very truly yours, A MA CONSTRUCTION CORP )ff a#aAA� Prescott Ammarell President R� JUL 14 L L Lnblri AsaIMA lac. HENRY SOUTHER ENGINEERING NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E. PRESIDENT A Division of A.R. Lombardi Associates Inc ENVIRONMENTAL CONSULTANTS 0 0 July 14, 1986 Mr. Gary Kline, P.E. Program Engineer N.Y.S.D.E.C. Room 432, Division of Construction Management 50 Wolf Road Albany, NY 12233-0001 Re: Fishers Island Wastewater Disposal System Dear Mr. Kline: AMMA Construction Corp. has submitted the enclosed letter dated July 9, 1986 regarding extras for the subject project. 1) The 100 gallons of fuel oil was required and was not included in the specifications. 2) The Fishers Island Electric Company charged AMMA $5,638.72 for the electrical connection whereas their initial estimate was $4,000.00. $350.00 of the $5,638.72 was for contractors work done by the utility. The following computation applies Fishers Island Utility District Charge = 8 51638.72 Estimate Carried In Specifications = -4,000.00 Difference 1,638.72 Less Items Done for Contractor by the Utility District 350.00 Met Cost to AMMA Construction = $ 1,288.72 3) The Loc -Pump Extras of $896.00 were for an explosion proof base for the pump and a stand-by compressor. The explosion proof adaptor was installed for safety of the wet -well and the stand-by compressor for reliability. The changes were initiated during shop drawing review by myself. Please advise us regarding the eligibility of the above items for reimbursement. A. second issue is the extension of the project through June 30th, 1986 due to delays in receiving the generator at the site. As you may know, the total project delay was 163 days and we have requested and have been granted an addendum to pay for added inspection and other activities. Mr. Gary Kline July 14, 1986 Page 2 0 Please let us know if we must process another change order for extension of the time for completion since the project is substantially completed and change order /3 extended the schedule to June 15, 1986. Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab cc: Winthrop Rutherfurd, Esq. Supervisor Francis J. Murphy Scott Ammarelle, AMMA Const. Corp. Enclosures: 1) AMMA's letter, June 10, 1986 and July 9, 1986 2) Utility Requirements and Fishers Island Electric Corp. bill of April 16, 1986 l z oma: y�ol .JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 18, 1986 Mr. Scott Ammarell, President AMMA Construction Corp. 408 Fort Salonga Road Northport, New York 11768 Dear Mr. Ammarell: Town Hall, 53095 Main Road P.O. sox 1179 Southold, New York 11971 TELEPHONE, (516) 765-1801 Transmitted herewith are three (3) original Change Order No. 4, Fishers Island Wastewater Treatment Facility, executed by Supervisor Francis J. Murphy on December 16, 1986. Please execute all three copies, keep one copy for your files, and return one (1) copy to me and send one copy to Michael Horne, Henry Souther Engineer Inc.. in''the self-addressed, stamped envelopes provided herewith for that purpose. Thank you. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures cc: Michael Horne, P.E. Z O � � _JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 TELEPHONE: (516) 765-1801 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON DECEMBER 16, 1986: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs Supervisor Francis'J. Murphy to execute Change Order No. 4, Fishers Island Wastewater Treatment Facility, contractor: AMMA Construction Corporation, to (1) cover the actual completion date of September 1, 1986, and (2) increase the contract by $2,284.61 to cover increased cost due to utilities (increased higher than allowance in specifications), 100 gallons of fuel oil, and Loc -Pump extras. Judith T. Terry Southold Town Clerk December 18, 1986 No. ..4...... CHANGE ORDER Dated December 2 4 1986 OWNER'S Project No. .. C- 3 6 -.4.4 1 ..., , ...... ENGINEER's Project No. .... Y 9.- 6 ? 0, ......... _ . Project . ,Fishe.rs. Island. Wastewater ,TrP-Atmen.t Facility CONTRACTOR... AMMA Construction Corporation ................................................. Contract For ............................... Contract Date J u l y 23, 1985 Mr. Scott Ammarell, AMMA Construction Corporation CONTRACTOR You are directed to make the changes noted below in the subject Contract: .. Town -S3,uthol'r ./........... . r�"�: irphy;*Supervisor- er. ;16. 19.86 Nature of the Changes 1. Shedule increase from June 15th to Sept. 1, 1986 (completion date) 2. Cost increase due to utilities (increased higher than allowance in specifications) 100 gallons of fuel oil and LOC pump extras. Enclosures: 1. Letter of July 9, 1986 from AMMA Construction Corp. 2. Letter from M. Horne to Gary Kline, NYSDEC, July 14, 1986. These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to This Change Order Net (Increase) OW-YeA t)rResulting from this Change Order Current Contract Price Including This Change Order NSPE-ACEC 1910-8-B (1978 Edition) © 1978, National Society of Professional Engineers $ . 4.63,8,88.00 ......... $ ....?.2.84 1 ,6.......... $ 466,172,61...,.. Contract Time Prior to This Change Order .................. 31.3.................................. (Days or Date) Net (Increase) (Rocmwit) Resulting from This Change Order ........7.2 ............. ................ . (Days) Current Contract Time Including This Change Order ...........335 .September . , 19.6 comp1eti c (Days or Date) The Above Changes Are Approved: Henxy.. Soxxthe r..4r)ginee ring , ..Inc .. . ENGINEER n/ By ..... A... i�tlL!tc�.... . Date .... ��./1�................ .19. The Above Changes Are Accepted: ........................................ CONTRACTOR By..................................... Date.............................19..... A CAMST—RUCTM,CORP • 448 FORT SAtONGA ROAD NORTHPORT. NEW YORK 11768 (516) 351-6124 July 9, 1986 Henry Souther Engineering Inc. 25 Terrace Drive Vernon, Conn 06066 Att: Michael A. Horne, P.E. Re: Wastewater Treatment Facility - Fishers Island Contract no. C 36-441 Dear Mr. Horne: Please note that the following additional expenses were incurred in re the above captioned project. 100 gallons Fuel Oil .......... $99.89 Fisher Island Electric ......... 1)288.72 Loc Pump Extras ............. 896.00 $2284.61 and would appreciate your advising how this is tom -e su mitted for payment. We await your advice. Should you have any questions please do not hestitate to contact the undersigned. PA/rr Very truly yours, A MA CONSTRUCTION CORP Prescott Ammarell President �� a.. •• it JUL 14 ]W A. L Lombardi Associates, Inc. A HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P PRESIDENT A Division of. A.R. Lombardi Associates Inc ENVIRONMENTAL CONSULTANTS 0 Mr. Gary Kline, P.E. Program Engineer N.Y.S.D.E.C. Room 432, Division of Construction Management 50 Wolf Road Albany, NY 12233-0001 i July 14, 1986 Re: Fishers Island Wastewater Disposal System Dear Nr. Kline: AMMA Construction Corp. has submitted the enclosed letter dated July 9, 1986 regarding extras for the subject project. 1) The 100 gallons of fuel oil was required and was not included in the specifications. 2) The Fishers Island Electric Company charged AMMA $5,638.72 for the electrical connection whereas their initial estimate was $4,000.00. $350.00 of the $5,638.72 was for contractors work done by the utility. The following computation applies Fishers Island Utility District Charge = $ 51638.72 Estimate Carried In Specifications = -4.000.00 Difference 11638.72 Less Items Done for Contractor by the Utility District 350.00 Net Cost to AMMA Construction = $ 1,288.72 3) The Loc -Pump Extras of $896.00 were for an explosion proof base for the pump and a stand-by compressor. The explosion proof adaptor was installed for safety of the wet -well and the stand-by compressor for reliability. The changes were initiated during shop drawing review by myself. Please advise us regarding the eligibility of the above items for reimbursement. A.second issue is the extension of the project through June 30th, 1986 due to delays in receiving the generator at the site. As you may know, the total project delay was 163 days and we have requested and have been granted an addendum to pay for added inspection and other activities. Mr. Gary Kline July 14, 1986 Page 2 Please let us know if we must process another change order for extension of the time for completion since the project is substantially completed and change order #3 extended the schedule to June 15, 1986. Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab cc: Winthrop Rutherfurd, Esq. Supervisor Francis J. Murphy Scott Ammarelle, AMMA Const. Corp. Enclosures: 1) AMMA's letter, June 10, 1986 and July 9, 1986 2) Utility Requirements and Fishers Island Electric Corp. bill of April 16, 1986 { -f HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E.J PRESIDENT A Division of: A.R. Lombardi Associates Inc ENVIRONMENTAL CONSULTANTS ICE December 5, 1986 The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: Fishers Island Sewer District Town of Southold C-36-1149-02 Dear Supervisor Murphy: We have enclosed a change order #4 for your signature. This change order covers two items: 5 1) The contract is increased by $2,284.61 to cover extra expenses by the Contractor (See attached information). 2) The contract is extended to cover the actual time to complete the project. (September 1, 1986 completion), Please forward a copy to AMMA Construction Co. for Mr. Scott Ammarell's signature and have him return a copy for our files. Respectfully, HENRY SOUTHER ENGINEERING,INC. Michael A. Horne, P.E. MAH: sab Enclosure cc: Mr. Gary Kline, N.Y.D.E.C. (with enclosure) Attorney Winthrop Rutherfurd, Jr. (with enclosure) HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 7 July 14, 1986 lKr. Gary Kline, P.E. Program Engineer N.Y.S.D.E.C. Room 432, Division of Construction Management 50 Wolf Road Albany, NY 12233-0001 Re: Fishers Island Wastewater Disposal System Dear Mr. Kline: AMMA Construction Corp. has submitted the enclosed letter dated JuIN 9, 1986 regarding extras for the subject project. 1) The 100 gallons of fuel oil was required and was not included it the specifications. 2) The Fishers Island Electric Company charged AMMA $5,638.72 for A. RICHARD LOMBARDI, P.E. the electrical connection whereas their initial estimate was PRESIDENT $4,000.00. $350.00 of the $5,638.72 was for contractors work done by the utility. The following computation applies Fishers Island Utility District Charge = $ 51638.72 Estimate Carried In Specifications = -4,000.00 Difference 11638.72 Less Items Done for Contractor by the Utility District _350.00 Net Cost to AMMA Construction = S 1,288.72 3) The Loc -Pump Extras of $896.00 were for an explosion proof base for the pump and a stand-by compressor. The explosion proof adaptor was installed for safety of the wet -well and the stand -b ADivision of compressor for reliability. A.R. Lombardi Associates Inc. The changes were initiated during shop drawing review by myself. ENVIRONMENTAL CONSULTANTS Please advise us regarding the eligibility of the above items for reimbursement. A. second issue is the extension of the project through June 30th, 1986 due to delays in receiving the generator at the site. As you may know, the total project delay was 163 days and we have requested and have been granted an addendum to pay for added inspection and other activities Mr. Gary Kline July 14, 1986 Page 2 Please let us know if we must process another change order for extension of the time for completion since the project is substantially completed and change order #3 extended the schedule to June 15, 1986. Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab cc: Winthrop Rutherfurd, Esq. Supervisor Francis J. Murphy Scott Ammarelle, AMMA Const. Corp. _ Enclosures: 1) AMMA's letter, June 10, 1986 and July 9, 1986 2) Utility Requirements and Fishers Island Electric Corp. bill of April 16, 1986 AMMA CQN T U T CORP. 408 FORT SALONGA ROAD NORTHPORT, NEW YORK 11768 (516) 351-6124 July 9, 1986 Henry Souther Engineering Inc. 25 Terrace Drive Vernon, Conn 06066 Att: Michael A. Horne, P.E. Re: Wastewater Treatment Facility - Fishers Island Contract no. C 36-441 Dear Mr. Horne: Please note that the following additional expenses were incurred in re the above captioned project. 100 gallons Fuel Oil .......... $99.89 Fisher Island Electric ......... 1�288.72 Loc Pump Extras ............. 896.00 $2284.61 and would appreciate your advising how this is tdF tie �UB-- witted for payment. We await your 'advice. Should you have any questions please do not hestitate to' contact the undersigned. Very truly yours, A MA CONSTRUCTION CORP Prescott Ammarell President PA/rr JUL 14 1996 A. R. Lombardi Associates, Inc. AMMA CONSTRUCTION CORP. 408 FORT SALONGA ROAD NORTHPORT, NEW YORK 11768 (516) 351-6124 December 5, 1986 GU � 9 Office of the Supervisor SUPERVISORS OFFICE Town of Southold TO OUTHOLD Main Road - — Southold, NY 11971 Att: Francis J. Murphy, Supervisor Town of Southold Re: Contract no. C 36-441 - Wastewater Treatment Facilities - Fishers Island Gentlemen: Per conversations held with Michael Horne of Henry Souther Engineering, Inc. enclosed herewith please find: IAIMNAW BOND for one year period for this contract. In lieu of the above we ask that you kindly release the amount of $9277.76 to our company. Thank you for your early attention given this matter. Very truly yours, JP CONSTRUCTION CORP Fp'rescoit'Ammarell President PA/rr Encl. P.S. Kindly also if possible remit to us your check in the amount of $2284.61, voucher submitted to you under date of December 1, 1986 for the additional expenses incurred on the above captioned. project. ,ot tkPV�9�0 - • F11oEUTY INSUpa,,C F 24 COMMERCE STREET MAINTENANCE BOND COQ ^q 4N1101 NEWARK. N. J. 07102 Bond No. 039849-M KNOW ALL MEN BY THESE PRESENTS: THAT WE, AMMA CONSTRUCTION CORP. 408 Fort Salonga Road, Northport,, NY 11768 as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a New Jersey Corporation of 24 Commerce Street, Newark, New Jersey, licensed to do business in the State of New Jersey and New York , as Surety, are held and firmly bound unto the TOWN OF SOUTHOLD as Obligee, in the full and just sum of Four hundred sixty three thousand, eight hundred eighty-eight and xx/100. ($463,888))OLLARS lawful money of the united States of America to the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their successors and assigns, jointly and severally, firmly by these presents. SIGNED, SEALED AND DATED THIS December 1,, 1986 THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS the Principal entered into a contract with the Obligee for #C-36-1149-02 - Fishers Island Wastewater Disposal System AND WHEREAS, the Obligee requires a guarantee from the Principal against defective materials and workmanship in connection with said contract NOW, THEREFORE, if the Principal shall make any repairs or replacements which may become necessary during the period of 9/1/86 - 9/1/87 because of defective materials or workmanship in connection with said contract of which defectiveness the Obligee shall give the Principal and Surety written notice within (15) fifteen days after discovery thereof, then this obligation shall be void; otherwise it shall be in full force and effect. All suits at law or proceedings in equity to recover on this bond must be instituted within twelve (12) months after the expiration of the maintenance period provided for herein. AMMASTRUCTION CORP. ,F Witness INTERNATIONAL FIDELITY INSURANCE CQATANY Witness' Patricia Healy,, Attorney -in -Fact .11-79. 3 m M C m E Im E d LL G Y Q State?6f • ss. County of On this day of , 19 , before me personally came to me known, and known to me to be the individual described in and who executed the foregoing instrument, and acknowledged tome that he executed the same. My commission expires Notary Public --------------------------------------------------------------------- State of County of 1 ss. On this day 19 , before me personally came to me known and known to me to be a member of the firm of described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. My commission expires Notary Public ------------------------------------------------ --------------------- State of NFW YORK ss. County of NASSAU On this 1st day of December PRESCOTT AMMARELL who being by me duly sworn, did depose and say that he is the PRESIDENT of AMMA CONSTRUCTION CORP. 19 86 , before me personally came , to me known, the corporation described in and which executed the above instrument; tlot he knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; thQ1AhRaW d by order of the Board of Directors of said corporation, and that he signed his name thereto by like order. NOTARY PUBLIC, State of New Ytark No. 4%33832 l Qualified in Suffo,'k County,� My commission expires Commission Fxoirpc aearch -30,19 Notary Public ------------- State of NEW YORK ss. County of NASSAU On this 1 at- day of December , 19 86 , before me personally came PATRTC'TA HEAT Y to me known, who, being by me duly sworn, did depose and say that d d w 5 he is an attorney-in-fact of FIDELITY INSURANCE COMPANY the corporation described in and which executed the within instrument; that he knows the corporate seal of said co poration; that the seal Q affixed to the within instrument is such corporate seal, and that ,he signed the said instrument and affixed Oe sa al as Attorney -in -Fact by authority of the Board of Directors of said corporation an by authority of this office under the Stan ing R so tions thereof. OANF HOVVARD a ,AC-tARY PUBLIC, State of New York My commission expires fye "ri3b+3#i�_s�-�- Qualified in Suffc!k County G Notary Public FORM # 13 25M Commission Expires March 30, 19 0 7 INTERNATIONAL FIDELITY INSURANCE COMPANY 24 COMMERCE ST., NEWARK, NEW JERSEY 07102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT JUNE 30,.1986 ASSETS Bonds (Amortized value) .......................... $17,363,055 Common Stocks (Market value) ...................... 916,268 Mortgage Loans on Real Estate ...................... 149,960 Real Estate ................................... 73,340 Cash & Bank Deposits ............................ 964,203 Short Term Investments ........................... 1,604,790 Unpaid Premiums & Assumed Balances ................. 1,546,484 Reinsurance Recoverable on Loss Payments .............. 584,786 Federal Income Tax Recoverable ..................... 52,000 Electronic Data Processing Equipment ................. 212,951 Interest & Dividends Due and Accrued ................. 443,613 Funds Held in Escrow Accounts ..................... 3,181,422 Collateral Funds Held Under Contract ................. (3,181,422) Contract Balances Due and Unpaid ................... 207,059 Equity in Pools and Associations ..................... 372 TOTAL ASSETS ......................... $24,118,881 LIABILITIES, SURPLUS & OTHER FUNDS Losses (Reported losses net as to reinsurance ceded and incurred but not reported losses) .................... $ 7,885,323 Loss Adjustments Expenses ............... I ........ 1,971,824 Contingent Commissions & Other Similar Charges .......... 33,102 Other Expenses (Excluding taxes, licenses and fees) ........ 152,710 Taxes, Licenses & Fees (Excluding Federal Income Tax) ..... 258,627 Unearned Premiums ............................. 8,874,477 Funds Held by Company Under Reinsurance Treaties ....... 50,000 Accounts Withheld by Company for Account of Others ...... 61,891 Liability for Unauthorized Reinsurance ................ 8,737 TOTAL LIABILITIES ....................... $19,296,691 Capital Paid -Up ................................ 1,330,000 Gross Paid -in & Contributed Surplus .................. 544,600 Unassigned Funds (Surplus) ........................ 2,947,590 Surplus as Regards Policyholders .............. 4,822,190 TOTAL L.IABILITIES, SURPLUS &OTHER FUNDS $24,118,881 I, PHILIP KONVITZ, President of International Fidelity Insurance Company, certify that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company at the close of business, June 30, 1986 as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. Iii TESTIMONY WHEREOF, I have set my hand and affixed the seal of the Company this August 9, 1986 INTERNATIONAL FIDELITY INSURANCE COMPANY President TEL. (201) 624-M0' POWER OF ATTORNEY 0 International Fidelity Insurance Company HOME OFFICE: 24 COMMERCE STREET BOND NO. NEWARK NEW JERSEY 07102 KNOW ALL MEN BY .THESE PRESENTS: That International Fidelity Insurance Company, a corporation organized and existing under the laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint Agnes Mulhall, Patricia Healy, Diane Howard Plainview, N.Y. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature hereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said International Fidelity Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article 2, - Section 3, of the By - Laws adopted by the Board of Directors of International Fidelity Insurance Company at a meeting called and held on the 23rd day of December, 1968. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at anytime, any such Attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 4th day of February, 1975 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. rttNOq �'�, SEAL rn 1 A � yFiy IEaS�. �i IN TESTIMONY WHEREOF, International Fidelity Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this Ist. day of May A.D. 1982 STATE OF NEW JERSEY County of Essex Executive Vice President On this 1st. . day of May 1982 ; before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the International Fidelity Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. Ya y'9101?rIN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal„ (G ..... ;= Q�,•` at the City of Newark, New Jersey the day and year fust above written. pU �fSG ;' • , Notary Public % • k ; My Commission Expires April 14, 1988 41 JF..• CERTIFICATION I, the undersigned officer of International Fidelity Insurance Company do hereby certify and that 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 set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full "e and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand thisA_j day of �d 19 (p Assistant Secretary HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E PRESIDENT A Division of: A.R. Lombardi Associates Inc ENVIRONMENTAL CONSULTANTS The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 1IEcCcOVIEEP -rt of SOUTHOLD, August 28, 1986 Re: Semi—Final Payment to AMMA Construction Corp. Dear Supervisor Murphy: AMMA Construction has completed the items on our punch list of the community leaching field, which they intend to complete tomorrow. Mr. James Costa of the Suffolk County Health Department in Riverhead has received my letter regarding certification of the plans and final inspection by the New York State Department of Conservation. He agreed today that their Department requires a copy of the as—built plans and a copy of the Operations/Maintenance Manual. These two items will satisfy the Health Department requirements. The system is operational and has been inspected by our staff and myself. It has been completed substantially in accordance with the plans. Therefore, contingent upon satisfactory completion of the grading, the outstanding claim should be paid. Based upon your compilation of August 22, 1986 the Town plans to retain $9,277.96 for the WBE goal which was not met. Mr. Scott Ammarelle, President, AMMA Construction Corp. has agreed to post a bond for the 18 month service contract in lieu of retainage. The remaining retainage is $23,194.40. If you have any questions, please do not hesitate to contact us. Very truly yours, Orig. D (�,� Jf HENRY SOUTHER ENGINEERING, INC. Capics ✓ Adg. Date Michael A. Horne, P.E. 5�6 Enclosure: August 22, 1986 project compilation cc: Mr. Gary Kline, N.Y.S.D.E.C. Mr. Scott Ammarelle, AMMA Construction Corp. Mr. Winthrop Rutherfurd, Jr., Esq. a • PRESENTATION OF THE FISHERS ISLAND WASTEWATER FACILITIES PROJECT TO THE TOWN OF SOUTHOLD AUGUST 6, 1986 BY MICHAEL A. HORNE, P.E. HENRY SOUTHER ENGINEERING, INC. DIVISION OF A.R. LOMBARDI ASSOCIATES, INC. 25 TERRACE DRIVE VERNON, CONNECTICUT 06066 • PROJECT HISTORY 1974 - State of New York, Department of Environmental Conservation issues order to FIDCO. 1977 - Conditional Order establishing Sewer District approved by the Town Board. 1981 - The 201 Wastewater Facilities Plan was completed. 1982 - Public Hearing on the Plan conducted. 1984 - Design and Specifications were completed and approved. 1985 - June - Contract Awarded to Amma Construction Corp. 1986 - June - Project substantially completed. 1 MAJOR ELEMENTS OF SYSTEM 1. Community Subsurface Disposal System. 2. Pump Station 3. Cinema System 4. Cottage System 5. Outfall Connection and Forcemain 2 r 1. Cost of Construction: $ 463,888.00 2. Funding of eligible parts (storm sewer reconstruction was not eligible) Federal Share 857 State Share 7.57 Total 92.57 3. Project is Considered Innovative/Alternative 3 REMAINING WORK 1. Contractor complete punch list items and provide service for the project (pump station) for 1 1/2 years after acceptance of it. 2. Complete an Operation and Maintenance Manual per New York D.E.C. requirements. 3. Complete a Plan of Operation. 4. Assist to develop a User Charge System. 5. Prepare a One Year Certification for D.E.C. approval. 6. Assist Town to close—out the project. 4 I + 0% • _ -rr r>>— • JUDITH T. TERRY TowN CLI -Rx REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 8, 1986 Gary E. Kline, P.E., Program Engineer N.Y.S. Dept. of Environmental Conservation 50 Wolf Road Albany, New York 12233-0001 Re: Fishers Island Wastewater Project Dear Mr. Kline: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 TELEPHONE (516) 765-1801 Transmitted herewith is executed Change Order #3 with respect to the above captioned project, as executed by Supervisor Murphy by direction of the Southold Town Board. Very truly yours, G�s�eG2�� Judith T. Terry Southold Town Clerk Enclosure cc: Prescott Ammarell Michael A. Horne, P.E. Winthrop Rutherfurd, Jr., Esq. HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E. PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS • April 28, 1986 The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: Fishers Island Wastewater Project - Time Extension Dear Supervisor Murphy: The Contractor will receive the generator for the subject project late and has requested one month extension of time. We have included a Change Order #3 to cover this schedule change. Please review and execute the change order and have Scott Ammerelle to sign it, then forward copies of the executed change order to this office and the N.Y.D.E.C. If you have any questions, please do not hesitate to call me. Respectfully, HENRY SOUTHER ENGINEERING,INC. Michael A. Horne, P.E. MAH:sab Enclosure cc: Mr. Gary Kline Mr. Winthrop Rutherfurd, Jr_, Esq. CHANGE ORDER Dated April 24 , 1986 • No. ...3 ..... OWNER's Project No. . , C — 36-4 41 ENGINEER's Project No. 7 9 7A 2 0 . . . . . . . .... . . . Project Fishers .Isl.and. Wastewater, Treatment, Facility CONTRACTOR ... AMMA Con.s.truction Corporation .............................................................. Contract For ............................... Contract Date , .J u 1 y 2 3 , 19 8 5 To:.Mr• Scott Ammarelle� AMMA Construction Cor�ora,tion. . . .. ... ....... ... .... ..... ..... .. .. . . CONTRACTOR You are directed to make the changes noted below in the subject Contract: .....T.own. of. Sol�. ............... rhy, Supervi sor .... . p .......... Ma��zyfi...., Nature of the Changes Extension of Contract completion date due to supplier delivery of generator. Enclosures: These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to This Change Order $ Net (Increase) (Decrease) Resulting from this Change Order $ Current Contract Price Including This Change Order $ NSPE-ACEC 1910-8-B (1978 Edition) ® 1978, National society of Professional Engineers .463 ,888.0,0 _ .. . ........0.0.0......... .463.,888.0.0.. , ..... . 282 Contract Time Prior to This Change Order ................................................... (Days or Date) Net Increase (Decrease) Resulting from This Change Order ............ 31 .......... . (Days) Current Contract Time Including This Change Order ............. • 313 (Days or Date) The Above Changes Are Approved: Henry Souther Engineering, Inc. ENGINEER By 19,rz............. Date .... ..'�— / y�'� ........ 19.... . The Above Changes Are Accepted: AMMA - Construction Corporation ..... !....... . . . . . . . . . . CONTRACTOR Charles P. Walsh. Vice President Date ................. May. 8 ...... 19.8.6... I a JUDITH T. TERRY TOWN CLRRK REGISTRAR OF VITAL STATISTICS • OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 20, 1986 Gary E. Kline, P.E., Program Engineer N.Y.S. Dept. of Environmental Conservation 50 Wolf Road Albany, New York 12233-0001 Re: Fishers Island Wastewater Project Dear Mr. Kline: 0 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 1 1971 TELEPHONE (516)765-1801 Transmitted herewith is executed Change Order ##2 with respect to the above captioned project, as executed by Supervisor Murphy by direction of the Southold Town Board. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure cc: Prescott Ammarell Michael A. Horne, P.E. Winthrop Rutherfurd, Jr., Esq. MW !4 IN anImlow ANIMA CONSTRUCTION CORP. 408 FORT SALONGA ROAD NORTHPORT, NEW YORK 11768 (516) 351-6124 May 19, 1986 Town of Southold Town Hall 53095 Main Road P.O.Box 1179 Southold, NY 11971 Re: Project no. C36-441 - Fishers Island Wastewater Treatment CHANGE ORDER NO. 2 Att: Judith T. Terry Southold Town Clerk Gentlemen: Enclosed herewith please find two (2) copies of duly signed Change Order no. 3 executed by the Town of Southold, Michael A. Horne, P.E. for Henry Souther Engineering Inc. and by Amma Construction Corp; contractor, in re the above captioned project. Very truly yours, AMMA CONSTRUCTION CORP Prescott Ammarell President PA/ rr Encl. CC: Michael A. Horne, P.E. Henry Souther,Engineering Inc. No. ..2...... CHANGE ORDER Dated March 14 , 1986 OWNER'S Project No. 97.q674:4.1 ,, , , , , , , , , , , , ENGINEER's Project No. . 7, 9 - 6,Z Q . , .. , .. , . , . . Project...h Fisers Island..Wastewate.... r Tre..atment. ..... .......................... CONTRACTOR ..4NNA .Const:ruc,tion. Corporation Contract For ............................... Contract Date J u l Y. 2 3 19 8 5 To: Mr. Scott Ammarelle, AMMA Construction Corporation .............................................................. CONTRACTOR You are directed to make the changes noted below in the subject Contract: To of Southold OWNER ' B.. .... .. Y Fr k A. Kujaws i,� �J DeputkS6ervisor Dated .... , 19....... . Nature of the Changes Relocation of storm sewer extension as shown on Sheet 7 of 10, Revised March 26, 1986. This work will not affect other contractors. The cost of this change order will be the entire cost of this change. The change is required due to unforeseen underground conditions. Revised Sheet 7 of 10. Enclosures: Letter from AMMA Construction Corp. , March 19, 1986, Plan Sheet 7 of 10. These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to This Change Order Net (Increase) (Decrease) Resulting from this Change Order Current Contract Price Including This Change Order NSPE-ACEC 1910-8-B (1978 Edition) ® 1978, National Society of Professional Engineers $ .. 4.58,88.8,00......... $ .....5 r 000 .00........ . $ 4.63,888.00......... 0 Contract Time Prior to This Change Order .................... ? ............................... . (Days or Date) Net (Increase) (Decrease) Resulting from This Change Order .......... 0 ............. (Days) Current Contract Time Including This Change Order ............ 2 8 2 ............................... . (Days or Date) The Above Changes Are Approved: henry Souther ..Engi.n.eering.., In.c . .............. ENGINEER By `7.o'-�A....j�y« ✓ ........ . Date .. //....6 ................ . 19.... . The Above Changes Are Accepted: . , AMMA. Construction ,Corgq��ti,q�, , CONTRACTOR By ... ............ `l Date .. ..�7 . f ................ 19.... . JUUITII T. TE RRY TOWN C1_E KI: REGISTRAR OF VITAL STATISTICS Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 TELEPHONE (516)765-1801 Michael A. Horne, P.E. Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 Re: Change Order No. 2 Fishers Island Wastewater Treatment Dear Michael: Transmitted herewith is executed Change Order No. 2 with respect to AMMA Construction Corporation additional work at the Fishers Island Wastewater Treatment plant, as authorized by a resolution of the Southold Town Board on April 22, 1986. Please return a fully executed copy to me. Thank you. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure cc: AMMA Construction Corp. No. ..2...... CHANGE ORDER Dated March 14 , 1986 OWNER's Project No. C -,3 6 - 4 4,1 , , , , , , , , , , , , , ENGINEER's Project No. .7 9-6,2 Q , , , , , .. _ . Project...Fishers Island Wastewater Treatment ........................................ CONTRACTOR ..AMNIA Q9nq, :rpp,tion. Corporation Contract For ............................... Contract Date J u l y 2 3 19 8 S To: Mr. Scott Ammarelle, AMMA Construction Corporation CONTRACTOR You are directed to make the changes noted below in the subject Contract: ToVp of Southold ....... .j .............. OWNER By.. ...... ` Fr * k A. KujawsAilJ Deputk-S6-ervisor Dated ........................ 19....... . Nature of the Changes Relocation of storm sewer extension as shown on Sheet 7 of 10, Revised March 26, 1986. This work will not affect other contractors. The cost of this change order will be the entire cost of this change. The change is required due to unforeseen underground conditions. Revised Sheet 7 of 10. Enclosures: Letter from AMMA Construction Corp. , March 19, 1986, Plan Sheet 7 of 10. These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to This Change Order Net (Increase) (Decrease) Resulting from this Change Order Current Contract Price Including This Change Order NSPE-ACEC 1910-8-B (1978 Edition) ® 1978, National society of Professional Engineers $ ...4.58,88.8,00......... $ ,,,..51000.00 $ 463,888.00 Contract Time Prior to This Change Order ................... 28 2 ............ ................. . (Days or Date) Net (Increase) (Decrease) Resulting from This Change Order .......... 0 ............. (Days) Current Contract Time Including This Change Order ............ 2 8 2 ............................... . (Days or Date) The Above Changes Are Approved: Henry Souther Engineering, Inc. ENGINEER By... a ....�ir�... ........ . Date ..7//..�6 ................ . 19.... . The Above Changes Are Accepted: AMMA Construction ,Corp 9xPLti,9P. CONTRACTOR By..................................... Date.............................19..... HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E. PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS f APR 2 -1986 April 1, 1986 The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re : Change Order No. 2 Dear Supervisor Murphy: The Change Order No. 2 for a storm sewer extension is enclosed. Please review and let AMMA Construction know of your decision as soon as possible. Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab cc: Scott Ammerelle, AMMA Construction Corp. A TR CTION CORP. 408 FORT SALONGA ROAD NORTHPORT• NEW YORK 11768 (516) 351-6124 March 19, 1986 �'� REC �. # MAR 20 19% Henry Souther Engineering Inc. �„', �� f `•; �, 25 TerraceDrive Vernon, Conn 06066 Att: Michael A. Horne, P.E. Re: Fishers Island Project - Wastewater Treatment Facility Contract no. C36-441 - Revised Storm Sewer - Dear Mr. Horne: As previously discussed in re the revised Storm Sewer for the above captioned project, we have encountered differing site conditions in our installation of the storm sewer. This will necessitate a Change Order. to e, f1through e will install an 8" PVC line from the proposed storm manhole 'PP -7 W/ the- existing drywell into the existing catch basin (by the ferry ramp similar to your revision no.2 on sheet no.7. p,�P.v,✓ This will be done on a time and material basis - or - a cost jp,.� A, 19 d'AJ4'j�i of $5,000.00. RdP now. a"��• Please inform us as to how you would like this work to proceed and on what payment basis. We await your advice. PA/rr Very truly yours, AM A CONSTRUCTION CORP V Prescott Ammarell President JUDITH T. TERRY ToNkN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD April 1, 1986 Chesterfield Associates, Inc. 5 Country Road Westhampton Beach, New York 11978 Gentlemen: Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Enclosed herewith is your $50.00 refund for return of plans and specifications for the "Fishers Island Wastewater Collection and Treatment Facilities" bid. Very truly yours, i - rhe Judith T. Terry Southold Town Clerk Enclosure No. ..1...... CHANGE ORDER Dated January 13 , 1986 OWNER'S Project No. . C - 3.6 -114,9 , , , , , , , . , , , ENGINEER's Project No. .7 9:-A? Q .. . ......... . Project . F,ishers Island Wastewater Disposal_ Facilities CONTRACTOR ... AMMAConstruction Corporation Contract For .Fishers Island Wastewater July. 23, 1985 ..... Contract Date .. ... Disposal Facilities To: ,AMMA Construction Corporation CONTRACTOR You are directed to make the changes noted below in the subject Contract: Town of Soutb (3,� ranc J u hy, Supervisor lams .y. 21 ........ 19.86.... . Nature of the Changes Time extension due to weather conditions from a Februaty 2, 1986 completion date to May 15, 1986 completion. Enclosures: Letter of January 7, 1986 from Mr. Prescott Ammarelle to Henry Souther Engineering, Inc. These changes result in the following adjustment of Contract Price and Contract Time: Contract Price Prior to This Change Order $ 4 5 8 8 8 8. 0 0 Net (Increase) (Decrease) Resulting from this Change Order $ 0 , 0 0 ....................... Current Contract Price Including This Change Order $ 4 5 8 , 8 8 8 . 0 0 . ............... NSPE-ACEC 1910-8-B (1978 Edition) © 1978, National Society of Professional Engineers 0 Contract Time Prior to This Change Order .............. ....180 , calendar days , , , , , , . , , ....... . (Days or Date) 102 calendar days Net (Increase) (.Decrease) Resulting from This Change Order ....................... . (Days) Current Contract Time Including This Change Order ...........? $?. ,c,41011.44.r. daYS ................. (Days or Date) The Above Changes Are Approved: HENRY.SOUTHER ENGINEERING, INC. ......THER ENGI EER ENGINEER By-IFCi.�...r.............. . Date ... January 13, ............ . 1986.. . The Above Changes Are Accepted: AMMA CONSTRUCTION CORPORATION CONTRACTOR Byy .. /.......................... 19.... . Date .I . �.,/? ................... . F JUDITH T. TERRY Tmk,\, CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 27, 1986 Gary Kline, Program Engineer N.Y.S. Dept. of Environmental Conservation 50 Wolf Road Albany, New York 12233-0001 Re: Fishers Island Wastewater Disposal Facilities Project No. C-36-4411 Change Order No. 1 Dear Mr. Kline: Town Hall, 53095 Main Road P.O. BOX 728 Southold, New York 11971 TELEPHONE (516)765-1801 Transmitted herewith is a copy of executed Change Order No. 1 with Amma Construction Corporation with respect to the above -captioned project. Very truly yours, Judith T. Terry Southold Town Clerk cc: M. Horne, P. E., H. Souther Eng. JUDITH T. TERRY TON,N CLF,RK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 24, 1986 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Prescott Ammarell, President AMMA Construction Corp. 408 Fort Salonga Road Northport, New York 11768 Re: Fishers Island Wastewater Disposal Facilities Change Order No. 1 Dear Mr. Ammarell: Transmitted herewith is ''Change Order No. 1 for the above - captioned project. Please execute on page 2 and return to me in' the enclosed self-addressed envelope. Thank you. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure 'VIA HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E. PRESIDENT A Division of: A.R. Lombardi Associates Inc ENVIRONMENTAL CONSULTANTS 36_ - ---- ir,-..+LID January 13, 1986 The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: Fishers Island Wastewater Disposal Facilities Project No. C-36-4411 Dear Supervisor Murphy: Enclosed please find a copy of Change Order No. 1 dated January 13, 1986. This Change Order extends the completion date of this project from February 2, 1986 to May 15, 1986. Please sign the attached Change Order and obtain signature from Amma Construction Corporation. It is also requested that you send an executed copy to Mr. Gary Kline, Program Engineer, N.Y.S.D.E.C., 50 Wolf Road, Albany, New York 12233-0001 as soon as possible for his records. We would appreciate an executed copy of this Change Order for our records also. If you have any questions, please do not hesitate to contact this office. Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:JMS:sab Enclosure cc: Mr. Winthrop Rutherfurd, Esq. (with enclosure) Mr. Gary Kline (with enclosure) iwm STTCORP. 408 FORT SALONGA ROAD NORTHPORT. NEW YORK 11768 (516) 351-6124 January 7,. 1985 RECEIVED JAN 10 IM Henry Souther Engineering Inc. 25 Terrace Drive L IL LOm6ardi AssoWt6S, Ins, Vernon, Conn 06066 Att: Michael A. Horne, P.E. y Re: Fishers Island Project - Wastewater Treatment Facility No. C36-441 Dear Mr. Horne: Due to freezing weather conditions, we do hereby request a suspension of all work until March 1st, 1986, with a completion date of the project May 1st, 1986. Thank you for your attention given this matter. Very truly yours, VecotVAmmarell ONSTRUCTION CORP President PA/rr 7 January 23, 1986 Dear Michael: Attached is a Cancellation Notice with respect to AMMA Construction's insurance. I assume you will monitor this to assure this policy is renewed. Please send this office a copy of the new Certificate of Insurance when it is received. Thank you. Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 JUDITH T. TERRY `�T"%{' TELEPHONE TOWN CLERIC (516) 765-1801 REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD January 23, 1986 Dear Michael: Attached is a Cancellation Notice with respect to AMMA Construction's insurance. I assume you will monitor this to assure this policy is renewed. Please send this office a copy of the new Certificate of Insurance when it is received. Thank you. 1 ND EMN L TY... L NS..... CQ ........................................... (Insert Name of .ng Company) CS014-9,.41.I•EKSVI•LL ... NY ... 1-1.802 ......................... F INSURED TOWN OF SOUTHOLD & HENRY SOUTHER ENGINEERING,INC. I A DIVISION OF A.R.LOMBARDI ASSOC.,INC. [—TWIN ROAD SOUTHOLD, NY 11971 F AGENT LONG ISLAND COVERAGE CORP. 289877 L_ RECEM Tawe Clerk 5oufhold F LOSS PAYEE MS -6880 Ptd in U S.A. ff M, PMMA CONSTRUCTION CANCELLATION NOTICE You are notified that we are herewith cancelling your policy indicated below, in accordance with its terms, and all liability thereunder will terminate, effective as stated below. Unearned premium, if any (if not tendered), will be refunded on demand. POLICY NUMBER LOCATION (If different from Insured's address) WORK AT FISHER ISLAND SEWER DISTRICT, NY CONTRACT K361149 CANCELLATION EFFECTIVE THE 14TH DAY OF MARCH 19 AT THE HOUR STATED IN THE POLICY FOR THE INCEPTION OF THE POLICY. OFFICE OR AGENCY PREPARING THIS NOTICE LISO 525 1/21/86 DP REASON:UNDERWRITING &A - Matz uthorized Signature HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E.J PRESIDENT A Division of: A.R. Lombardi Associates Inc ENVIRONMENTAL CONSULTANTS JAN 1611986 ►; TOWN Cf. Sr ITHOL D I January 13, 1986 The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: Fishers Island Wastewater Disposal Facilities Project No. C-36-4411 Dear Supervisor Murphy: Enclosed please find a copy of Change Order No. 1 dated January 13, 1986. This Change Order extends the completion date of this project from February 2, 1986 to May 15, 1986. Please sign the attached Change Order and obtain signature from Amma Construction Corporation. It is also requested that you send an executed copy to Mr. Gary Kline, Program Engineer, N.Y.S.D.E.C., 50 Wolf Road, Albany, New York 12233-0001 as soon as possible for his records. We would appreciate an executed copy of this Change Order for our records also. If you have any questions, please do not hesitate to contact this office. Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:JMS:sab Enclosure cc: Mr. Winthrop Rutherfurd, Esq. (with enclosure) Mr. Gary Kline (with enclosure) -�' AGREEMENT FISHERS ISLAND WASTEWATER TREATMENT FACILITIES C-36-1149 THIS AGREEMENT, made this 23rd day of July 19 85. by and between t AMMA Construction Corporation (a Corporation organized and existing under the laws of the State of )* (rfarmeTsfthrtonsirting-of )* fan-ind•iv dva4-tred-kn-83, New York )* hereinafter called the "Contractor" and the Town of Southold, hereinafter called the "Town". WITNESSETH, That the Contractor and the Town, for the considerations stated here- in, mutually agree as follows: Article 1. Statement of Work: The Contrattor shall furnish all supervision, technical.personnel, labor, materials. machinery. tools, appurtenances, equipment and services, including utility and transportation services and perform and com- plete all work and required supplemental work for the completion of the Project it strict accordance with the 'hereinafter referenced Contract Documents, including all Addenda thereto. numbered Wastewater Treatment Facilities, Fishers Island Sewer District C-36-1149, Town of Southold, New York. January 1984 and Addendum #1, December 31, 1984. all as prepared by the Town of Southold and in these Contract Documents, referred to as the Engineer Owner ,Town• , or "District". Article 2. The Contract Price: The Town will pay the Contractor for the performance of the Contract in current funds, for the total lump sum bid. Four Hundred and Fifty Eight Thousand IEight Hundred and Eighty Eight Dollars $458,888.00 *Strike out the two terms not applicable. IB- 117 'r • Article 3. Contract Documents: The Contract Documents shall consist of the following including their attachments and exhibits): a. This Agreement b. Addenda (No. 1) c. Invitation for Bids d. Instructions to Bidders e. Signed copy of Bid. with all at- tachments required for the bidding f. Special Conditions g: General Conditions h. Technical Specifications i. Drawings (as listed in Schedule of Drawings) j. Payment and Performance Bonds k. Certificates of Insurance 1. Exhibits not included as part of the documents listed above This Agreement, together with other Documents enumerated in this Article 3. which said other Documents are as fully a part of the Contract as 'if hereto attached or herein repeated. forms the Contract between the parties hereto. IN WITNESS WHEREOF. The parties hereto have caused this AGREEMENT tc be executed in six (6) original copies on the day and year first above written. ATTEST: f Date at By: �v Title: ��1 5 Pc�, F4 S#�o,9,4g?-/7 Street �_Off411104 f C���� r[ °76 City. State, Zip Code By: Title: IB- 118 OF SOUTHOLD a -Date/- --- CERTIFICATIONS: certify t' 5G of the Corporation named as Contractor herein; that , who signed this Agreement on behalf of the Con - of the said. tractor, was [hen Corporation; that said Agreement was duly signed for and in behalf of said Corpo- ration by authority of its governing body, and is within the scope of its corpo- rate powers. ^� Corporate SEAL IB -119 Ll New York State Department of Environmental Conservation Building 40, SUNY Stony Brook, NY 11794 (516) 751-7900 Honorable Frank Murphy, Supervisor To•,,m of Southold 53095 Main Road Southold, New York 11971 Re: Fishers Island WWI'F SPDES No. NY 0199214 Dear Supervisor Murphy: Ll November 18, 1985 NOV 2 0 TOWN Or ss—o Am r Henry G. Williams Commissioner This is to confirm our conversation of November 18, 1985 in which I advised you that a certified operator will not be needed for the completed wastewater treatment facility, based on its nature and size. However, as I further noted, the final Plan of Operations and the draft Operations and Maintenance (0&M) Manual must be submitted prior to 50% grant payment application. The Plan should specify the staff to be used, and the training to be received by that staff. The Manual should describe the specific operational and maintenance procedures that must be carried out by the Town, and the arrangements to be made for qualified personnel to carry out those procedures. The manual should provide for both routine O&M procedures and contingencies for emergency repairs, for availability of replacement parts, and the dependability of systems for notification of and response to equipment ma 1 fu:ctions . The Plan and Manual both should specifically recognize the possible problems that could be created because of facility location. ARY:sp cc: J. Maloney P. Barbato R. Knizek R. Maylath T. Snyder Sincerely yours, Andrew R. Ye%nan, P.E. Associate Sanitary Engineer AGREEMENT FISHERS ISLAND WASTEWATER TREATMENT FACILITIES C-36-1149 THIS AGREEMENT, made this 23rd day of July 19 85, by and between f AMMA Construction Corporation (a Corporation organized and existing under the laws of the State of )* (r 'Pa rtmTsftip-cortsi-rt�ng-vf * Farr z rrd•ivi d na-1- t r ediY►g- a� New York )* hereinafter called the "Contractor" and the Town of Southold, hereinafter called the "Town". WITNESSETH, That the Contractor and the Town, for the considerations stated here- in, mutually agree as follows: Article 1. Statement of Work: The Contractor shall furnish all supervision, technical. personnel, labor, materials, machinery, tools, appurtenances, equipment and services, including utility and transportation services and perform and com- plete all work and required supplemental work for the completion of the Project in strict accordance with the 'hereinafter referenced Contract Documents, including all Addenda thereto, numbered Wastewater Treatment Facilities, Fishers Island Sewer District C-36-1149, Town of Southold, New York. January 1984 and Addendum #1, December 31, 1984. all .as prepared .by the Town of Southold and in these Contract Documents, referred to as the "Engineer"..'Owner ", '.Town", or "District". Article 2. The Contract Price: The Town will pay the Contractor for the performance of the Contract in current funds, for the total lump sum bid. Four Hundred and Fifty Eight Thousand ,Eight Hundred and Eighty Eight Dollars $458,888.00 *Strike out the two terms not applicable. IB- 117 Article J. Contract Documents: The Contract Documents shall consist of the following including their attachments and exhibits): a. This Agreement b. Addenda .(No. 1) C. Invitation for Bids d. Instructions to Bidders e. Signed copy of Bid. with all at- tachments required for the bidding f. Special Conditions g: General Conditions h. Technical Specifications i. Drawings (as listed in Schedule of Drawings) j. Payment and Performance Bonds k. Certificates of Insurance 1. Exhibits not included as part of the documents listed above This Agreement, together with other Documents enumerated in this Article 3. .which said other Documents are as fully a part of the Contract as if hereto attached or herein repeated. forms the Contract between the parties hereto. IN WITNESS WHEREOF. The parties hereto have caused this AGREEMENT to be executed in six (6) original copies on the day and year first above written. ATTEST: /L ✓ /I ate By: Title: IB- 118 104 ff �eo(omp Street 00 (Y�d�t City. State. tip Code Or SOUTHOLD Date Date CERTIFICATE AS TO CORPORATE PR'NCI cX-A 7U4� / / /_,_. certify that I am the e Secretary of the Corporation named as Principal in t within bond; that who signed the said bond on behalf of the Principal was then - -- of said Corpration; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said Corpora- tion by authority of this governing body. ����� �Y • „f�;i (Corporate! (Seal I (Title) O. ~ S*TEMENT OF BIOOER'S QUALIFICATI (To be submitted by the Bidder only upon the specific request of the Town.) All questions must be answered and the.dato given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on sep- arate attached sheets. The Bidder may submit any additional information he de- sires: 1. Name of Bidder. ��/l,'S 7���C��O/�G 2. Permanent main office address. ��, F0Sp/a��r/o�J����?��/c�'✓ 3. When organized. 4. If a corporation, where incorporated. I% g- �2 C /v 5. Now many years have you been engaged in the contracting business under your present firm or trade name? /1/) 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) -Te c h e, 7. General character of 'work performed. by your company 4�>aOYjSI/Lli�lc�n� vy��L�40J9 8. Have you ever failed to complete any work awarded to you % If so, where and why? 9. Have you ever defaulted on a contract7A/c/lf so, where and why? '_>7cr 10. List the more important projects recently completed by your company., stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this Contract. 12. List your experience in work similar to this project. (15pe 0q -r7-&4"4 13. List the background and experience of the principal members of your organi- zation, including officers. 14. List the work to be performed by Subcontractors and summarize the dollar value of each Subcontract. 15• Credit available: S 16. Give bank reference: 17. Will you, upon request. fill out a detailed financial statfinent and furnish any other information that may be required by the Town? �1� S IB- 115 9 0 • ANIMA CONSTRUCTION CORP. 408 FORT SALONGA ROAD NORTHPORT, NEW YORK 11768 (516) 351-6124 SCHEDULE OF CONTRACTS ON HAND: IN RE ITEM NO. 6 STATEMENT OF BIDDER'S QUALIFICATIONS APPROX Dollar Amount COMP.DATE Cold Spring Road Pump Station.. 294,400.00 5/3/85 Oaklawn Ave.Bridge over Jockey Creek 1,423,227.00 10/85 Quogue Bridge 35,000.00 6/85 Relocation of Gas Control Facilities 564,000.00 9/85 IN RE ITEM NO. 10 Town of Ocean Beach 294,400.00 Cold Spring Road Pump Sta. Sewer Rehabilitation 240,000.00 IN RE ITEM NO. 11 Link Belt Truck Crane Backhoe 140nvnahoe International 125C Crawler Loader (2) Ford Dumb Trucks (2) Equipment ttailers (I) Shop Service Van IN RE ITEM NO. 12 As indicated in item no. 10 IN RE ITEM NO -.13 Prescott Ammarell-President - 15 years in Construction, 7 of which were Municipal Construction Deborah Ammarell - Secretary The undersigned hl by authorizes and requests an*rson, firm or corpora- tion to furnish any information requested by the Town in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this 75 day of 19 • "Name` of Bidder , By: Title: STATE OF /;I(e I/ ) SS. COUNTY OF s C ci T being duly sworn deposes and says that he is Name of Organization and that the answers to the foregoing questions and all statements therein con- tained are true and correct. Subscribed and sworn to b fore me this day of Nkjary Public RUTH ROSENT 14:pTARY PUBLIC, State of New Yort fto. 52.4625970 Qualifleo ri Suttoik County My Commission Expires sso Commission 6�xPir arch 30, .3 . IB- 116 of U . S .•NVI RONME NTAL PROTECTION 0NCY CERTIFICATION OF NONSEGREGATED FACILITIES Applicable to federally assisted construction contracts and related subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the Equal Opportunity clause. The federally assisted construction contractorf' cern ies that he does not maintain or provide for his employees any segregated facili- ties at any of his establishments, and that he does.not permit his em- ployees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise.The federally assisted construction contractor agrees that (except where he has obtained identical certif- ications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the provisions of the Equal Op- portunity clause, and that he will retain such certifications in his files. , Signature PRESCOTT AMMARELL - PRESIDENT Name and Title of Signer (Please Type) at The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (EPA, Region II, 2/24/75) y IB -126 00x39 :t id jr it ac 1� ub ti' .s on :F U . S .•NVI RONME NTAL PROTECTION 0NCY CERTIFICATION OF NONSEGREGATED FACILITIES Applicable to federally assisted construction contracts and related subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the Equal Opportunity clause. The federally assisted construction contractorf' cern ies that he does not maintain or provide for his employees any segregated facili- ties at any of his establishments, and that he does.not permit his em- ployees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise.The federally assisted construction contractor agrees that (except where he has obtained identical certif- ications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the provisions of the Equal Op- portunity clause, and that he will retain such certifications in his files. , Signature PRESCOTT AMMARELL - PRESIDENT Name and Title of Signer (Please Type) at The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (EPA, Region II, 2/24/75) y IB -126 00x39 :t id jr it ac 1� ub ti' .s on U.S. WIRONMENTAL PROTECT -CERTIFICATION BY BIDDER REGARDING EQUAL co RIP Name of Bidder INSTRUCTIONS ON AGWY EMPLOYMENT OPPORTUNITY Project Number C-3�-Ilyy This certification is required pursuant to Executive Order 11246, Part II, Section 203 (b), (30 F.R. 12319-25). Each bidder is required to state in his bid whether he has participated in any previous con- tract or subcontract subject to the equal opportunity clause; and, if so, whether he has filed all compliance reports due under applicable filing requirements. Contract Address: CONTRACTOR'S CERTIFICATION 1. Bidder has participated in a previous contract or subco��NCO' sub- ject to the Equal Opportunity Clause. YES 2. Compliance reports were required to be filed in connec NCO n with such contract or subcontract. YES If YES, state what reports were filed and with what agency. 3. Bidder has filed all compliance reports due under ap,R NIO icable instructions, including SF -100. YES � 4. If answer to Item 3 is "NO", please explain in detail on reverse side of this certification. Certification - The information above is true and complete to the best of my knowledge and belief. A willfully false statement is punishable by law. (U.S. Code, Title 18, Section 1001). L :t PRESCOTT AMMARELL - PRESIDENT NAME AND TITLE OF SIGNER - PLEASE TYPE) By: �/ �V� Date: ' (SIGNATURE) (EPA, REGION II, 2/24/75) rt 00040 �' IB -127 ,5 NEW YORK STAID DEPARTMENT OF ENVIRONMENO CONSERVATION DIVISION OF PURE WATERS BUREAU OF SEWAGE PROGRAMS r Performance Bond Information Form Project C-36- %/ zl9 Construction Contract Number: C _ 3 i� _ 11,K1 Name of Contract: Y Name of Contractor :�� /co Address: / U FO /9 Bonding Company or Person Issuing Security Bond: C/qL�-e-o U 1v I ec� fef}- I a.9 ,2c�1 6 -,eq c T� Address: �� S��►� side ��. L ,<�/ h/ ✓ / H/IVY,t L -P" 3 Bonding Company P Y � � �C�n d�-�nQ�f Address: y �G�rj-rn e PL -6 Amount of Bond: $ f0 0yU } l -i c ie 't- e -Y) I Duration of Bond, From: Be6-1A1411 y�C— Identification Number of Bond: I S S U e d IB -129 To :FA/d �o� ex�Lvfie_e�. 00042 "The Contractor(and his subcontractors)shall, during the performance of this work, take necessary precautions and place proper guards for the prevention of accidents, shall keep up all night suitable and sufficient lights and barricades; shall fully comply with the Occupational Safety and Health Act, and all other Federal, State and Local Regulations including any and all amend- ments, revisions, and additions thereto; and shall indemnify and save harmless, the Town, the Engineers, and their employees, officers and agents from any and all claims, suits, actions, fines, fees, damages and costs to which they may be put by reason of death or injury to all persons and/or for all property damage of another resulting from non-compliance, unskillfullness willfullness, negligence or carelessness in the performance of the work, or in guarding or protecting the same, or from any improper methods, materials,implements or appliances used in performance of the work, or by or on account of any direct or indirect act or omission of the Contractor(or his subcontractors)or his employees or agents, and whether or not active or con- current negligent act or omission by the employees, officers, or agents of the Town or the Engineer may have directly or indirectly caused or contributed thereto." c :, 4Hu4b / 1 AOURANCE 13INDEK= • • THIS BINDER IS A TEMPORARY INSURANCE CONTRACT, SUBJECT TO THE CONDITIONS H IDE OF THIS FORM. NAME AND ADDRESS OF AGENCY Q Long Island Coverage Corp. 876 East Jericho Turnpike Huntington Station, N. Y. 11746 NAME AND MAILING ADDRESS OF INSURED Town of Southold, Southold, New York & Henry Souther Engineering, Inc., a division of A.R.Lombardi Associates,Inc. Main Road SnurbnlA- New Vnrk__ Type and Location of Property P R O P E R T Y L I A B I L I T Y A U T O M 0 B I L E MANY Insurance Company of North America Effective 1G : U1 am m / /It)/ 0D 119 Expires ❑ 12:01 am ❑ Noon till PQIicy issued This binder is issued to extend coverage in the above named company per expiring policy # (except as noted below) Description of Operation/Vehicles/Property Wastewater Treatment Facility Fishers Island Sewer District C-36-1149 ❑ WORKERS' COMPENSATION — Statutory Limits (specify states below) SPECIAL CONDITIONS/OTHER COVERAGES NAME AND ADDRESS OF ❑ MORTGAGEE Coverage/Perils/Forms IAmt of Insurance Dad. Coins. LOAN NUMBER Type of Insurance Coverage/Forms Limits of Liability — _ Each OccurrenceL Aggregate ❑ Scheduled Form ❑ Comprehensive Form Bodily Injury $ 500, 000 $ 1000, OOC ❑ Premises/Operations ElProducts/Completed Operations Property Damage $500,000 $ 500, 00C Bodily Injury & Property Damage Combined $ -- $ - ❑ Contractual ® Other (specify below) OCP Liability ❑ Med. Pay. $ Per $ Per Person Accident ❑ Personal Injury 1:1A El B_ El Personal Injury is - Limits of Liability Bodily Injury (Each Person) $ Bodily Injury (Each Accident) $ ❑ Liability ❑ Non -owned ❑ Hired ❑ Comprehensive -Deductible $ ❑ Collision -Deductible $ L1 Medical Payments $ Property Damage $ ❑ Uninsured Motorist $ ❑ No Fault (specify): Bodily Injury & Property Damage ❑ Other (specify): Combined $ ❑ WORKERS' COMPENSATION — Statutory Limits (specify states below) SPECIAL CONDITIONS/OTHER COVERAGES NAME AND ADDRESS OF ❑ MORTGAGEE ❑ LOSS PAYEE ❑ ADD'L INSURED LOAN NUMBER ACORD 75 (11/77-0 ❑ EMPLOYERS' LIABILITY — Limit $ A(4-01C 7/16/_85 FSi ature of Authorized Represents ive Date ohn W. Hoard, President CONDITIONS This Company binds the kind(s) of insurance stipulated on the reverse side. This insurance is subject to the terms, conditions and limitations of the policy(ies) in current use by the Company. This binder may be cancelled by the Insured by surrender of .this binder or by written notice to the Company stating when cancellation will be`effective. This binder may be cancelled by the Company by notice to the Insured in, accordance with the policy conditions. This binder is cancelled when replaced by a policy. If this binder is not replaced by a policy, the Company is entitled to charge a premium for the binder according to the Rules and Rates in use by the Company. 0 0 AMMA CONSTRUCTION CORP. 408 FORT SALONGA ROAD NORTHPORT, NEW YORK 11768 (516) 351-6124 July 1, 1985 "JUL '5 = %= 01* f0W Office of the Town Clerk Town Hall 53095 Main Road P.O.Box 728 Southold, NY 11971 Att: Judith T. Terry Southold Town Clerk Re: Fishers Island Wastewater Treatment Facilities Contract C-36-441 Gentlemen: Enclosed herewith please find: Bond Workmens Compensation in re the above captioned project. We would now appreciate your contacting the undersigned at the earliest possible time to effect a date for the signing -- of the contract. Thank you. Very truly yours, AMMA CONSTRUCTION CORP rescott Ammarell President PA/rr Encl. CC: Michael A. Horne,P.E. Henry Souther Engineering Inc. t. • • International Fidelity Insurance Company SURETY BONDS HOME OFFICE: 24 CONMERCE STREET NEWARK, NEW JERSEY 07102 TEL. 201-624-7200 Bond # 039849 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Amma Construction Corp. 408 Ft. Salonga Road Northport, N. Y. 11768 as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY, of Newark, New Jersey, a corporation organized and existing under and b virtue of the laws of the State of New Jersey, and duly authorized to transact business in the State of New Yyork , as Surety, are held and firmly bound unto Town of Southold Four hundtred fifty eight thousand, eight hundred eighty eight dolla in the penal sum of $458, 888) Dollars for payment of which well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators successors and assigns. SIGNED and sealed this 28th day of June A.D. Nineteen hundred andeighty five THE CONDITION OF THE ABOVE OBLIGATION IS SUCH THAT, WHEREAS, the above named Principal did on the day of June 19 8 -`-inter into a written contract with T own of Southold for waste treatment facility -Fishers Island #C-36-1149 which said contract is made a part of this bond as though set forth herein: NOW, if the said Amma Construction Corp. shall well and faithfully do and perform the things agreed by its to be done and performed according to the terms of the said contract, and shall pay all lawful claims of sub -contractors, materialmen, laborers, persons, firms or other suppliers of implements or machinery furnished, used or consumed in the carrying forward, performing or completing of said contract, we agreeing and assenting that this undertaking shall be for the benefit of any sub -contractor, materialmen, laborer, person, firm, or corporation having a just claim, as well as for the obligee herein; then this obligation shall be void; otherwise the same shall remain in full force and effect; it being expressly understood and agreed that the liability of the surety for any and all claims hereunder shall in no event exceed the penal amount of this obligation as herein stated. No suit or action shall be commenced hereunder by any claimant or obligee: a) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: The Principal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law con- trolling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for the county of other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is it ted, ane r exe. C r Signed, sealed and delivered p. of: Principal INTERNATIONAL; M LITY INSURAN EOMPANY BY.'� Patricia Healy, Attorney -in -fa State of 17J I ss. • County of c m On this day of 19 , before me personally came .Xto me known, Q and known to me to be the individual described in and who executed the foregoing instrument, and acknowledged tome that he executed the same. My commission expires Notary Public --------------------------------------------------------------------- State of ss. County of c On this day of - E _, 19 before me personally came CM M 3 to me known and known to me LL ° c U to be a member of the firm of a described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the act and deed of said firm. My commission expi Notary Public State of County of C- ss. On this- ofVC-Irt, 19 y � , before me personally came c d ° c, to me known, a c who being by me duly sworn, did depose and say that he is the U Q of r�"t ` J `C- the corporation described in and which executed the above instrument; that he knows the seal of said c ; t a seal affixed to said instrument is such corporate seal; that it was so affixed b order of the Boarl4�f�ir;etors o tion, t h signed his name thereto by like order. C1E 43jetN sandx snewWj ��,t�� , t !(}uno� �Ilol►n a�{ileria OL 6 'S 'oN PRy F �L ;L 4r My commission expires CoA A ate '�Il9nd Aar zap -- - - - - - - - - - - -------------- Qu`' sti+"r, otaryPub' -----a�,�e----------------------------- - StaQ-ce v ` r S Ss. County of On this day of 19 before me personally came d J e know ho, being b me y swtid depose say that w 5 he is an attorney-in-fact the corporation described in and which executed the within instrument; that he knows the corporateIseasaid corporation; that the seal Q affixed to the within instrument is such corporate seal, and that he signed the said instrument andaffid seal as Attorn-Fact by authority of the Board of ,pitectors of said corporation and by ority o is office under the Resolutions ther f. i�O"!'7� R'll l iMy commission exwFORM # 13 25M NotaryPis INTERNRIONAL FIDELITY INSURA E COMPANY ` 24 COMMERCE ST., NEWARK, NEW JERSEY 07102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT DECEMBER 31, 1984 ASSETS Bonds (Amortized value) .......................... $9,841,634 Common Stocks (Market value) ...................... 503,993 Mortgage Loans on Real Estate ...................... 154,140 Real Estate ................................... 78,640 Cash & Bank Deposits ............................ 1,030,139 Short Term Investments ........................... 2,402,609 Unpaid Premiums & Assumed Balances ................. 330,782 Reinsurance Recoverable on Loss Payments .............. 571,841 Federal Income Tax Recoverable ..................... 210,000 Electronic Data Processing Equipment ................. 229,919 Interest & Dividends Due and Accrued ................. 421,212 Funds Held in Escrow Accounts ..................... 1,623,954 Collateral Funds Held Under Contract ................. (1,623,954) Contract Balances Due and Unpaid ................... 47,782 Due from Essex Bonding Agency, Inc . ................. 12,437 TOTAL ASSETS ..........................$15,835,128 LIABILITIES, SURPLUS & OTHER FUNDS Losses (Reported losses net as to reinsurance ceded and incurred but not reported losses) .................... $5,551,620 Loss Adjustments Expenses ........................ 1,665,583 Contingent Commissions & Other Similar Charges .......... 58,715 Other Expenses (Excluding taxes, licenses and fees) ........ 98,822 Taxes, Licenses & Fees (Excluding Federal Income Tax) ..... 143,856 Unearned Premiums ............................. 3,979,284 Funds Held by Company Under Reinsurance Treaties ....... 50,000 Accounts Withheld by Company for Account f Others ...... 97,270 Liability for Unauthorized Reinsurance ................ 29,389 TOTAL LIABILITIES ....................... $11,674,539 Capital Paid -Up ................................ 1,004,150 Gross Paid -in & Contributed Surplus .................. 380,450 Unassigned Funds (Surplus) ........................ 2,775,989 Surplus as Regards Policyholders ............. 4,160,589 TOTAL LIABILITIES, SURPLUS & OTHER FUNDS .. $15,835,128 I, PHILIP KONVITZ, President of International Fidelity Insurance Company, certify that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company at the close of business, December 31, 1984 as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. IN TESTIMONY WHEREOF, I have set my hand and affixed the seal of . the Company this 28th day February, 1985 INTERNATIONAL FIDELITY INSURANCE COMPANY ..1904 President TEL. (201) 824-7200 POWER • OF ATTORNEY International Fidelity Insurance Company HOME OFFICE: 24 COMMERCE STREET BOND NO. 0 39 $49 NEWARK, NEW JERSEY 07102 KNOW ALL MEN BY THESE PRESENTS: That International Fidelity Insurance Company, a corporation organized and existing under the laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint Agnes Mulhall, Patricia Healy, Diane Howard Plainview, N.Y. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature hereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said International Fidelity Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article 2, - Section 3, of the By - Laws adopted by the Board of Directors of International Fidelity Insurance Company at a meeting called and held on the 23rd day of December,1968. The President or any Vice President, Executive Vice )'resident, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2)"To remove, at any time, any such Attorney-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 4th day of February, 1975 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, International Fidelity Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 1st. jE`DEI,ITY lN�G v Iva SEAL q, /o! SEAL day of May A.D. 1982 F.. 1904 yd�ly JEaS��y��O STATE OF NEW JERSEY iCounty of Essex Executive Vice President On this I st. . day of May 1982 t before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the International Fidelity Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. ""�� A • y'9,iQ IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, / i4Q•• • QTa • {'P%'� at the City of Newark, New Jersey the day and year fust above written. d +\" 1.�G a + Notary Public \" Notary -k My Commission Expires April 14, 1988 •,,,,; ! E n`�; CERTIFICATION I, the undersigned officer of International Fidelity Insurance Company do hereby certify and that 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 set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME bFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. 1N TESTIMONY WHEREOF, I have hereunto set my hand this 28 day of June 19 85 � . THOSTATE.]NSU RANCE F&D 199 CHURCH STREET NEW YORK, N.Y. 10007 (212) 962-8900 CERTIFICATE OF WORKERS' COMPENSATION INSURANCE EMPLOYER AwNA COWSTRUCTICty CORP 4rf FORT :FALOFCf RC NCRTHFORT N Y i474 -1p CERTIFICATE HOLDER TCV#N (F S4!#.TV "OLD T00, "FA#.#- c3rg- VAIN PT) SPUTF HCL D �!Y 11 971 TYPE OF DOCUMENT UNIT PERIOD COVERED CERTIFICATE NO. t'FIPTTFiCATr r.F -I t/ll/F4 Tr rIvAl f,, 784P3 POLICY NUMBER 521 44 DATE 4/17/8-5 THIS IS xn CFRTIFY TVAT TVT{ FRPLCY=F NAPED APCVF TS TNSt7RFO WITH THE STATE I.WSUP�PfF FU10f) t?>M!l*F POLICY �-% F13 443-T U''NTTt 5/71/Fe , f0VF'R.ING TRF ENTIRE OBLIrATICN CF THTC, FPFLCYF-3 FCS? WOPK'ERS C tMPEASAT?rsnj I.Wnr-a TuE NEY YOPJ( WORK- PPE ORK PPE CClvPSPSATiON L_AV VITH PFSFEC'T Tf ALL OPERATICPr IN THF STATE OF NEW YORK. IF SAIfl FfLTCY IS C NCFLLF", LIF CHAV''rFC PRIOR TO -134/86 IAC SUCH NANN'FR AS TC #IFFFf r tf!TS CEPYIFI(ATF, f)#Y'z 9RT''TTF% FL'TI�' (IF StIC4t CAF'l;FIG..#_ATICF PILL. Pr CTVIFk Tn 707 f' OTIFTCA-Tr HOLOFF PPCVF, t?(t TTCF PY RE.EililAR NAIL S0 AtICRESSfP SPPLL Pr SUFF7CIENT COP?F'l.IANCF VTTF' T'HTr' 0gnVTl.QT0F. THE STATE INSURANCE FUND v` DP -222(6-78) Director of Underwriting .. T 'SThy ANCE D 199'kHURCH STREET NEW Y 4k, N.Y. 10007 �..� (212) 962-8900 CER FICATE OF WORKERS' COMPENSATION INSURANCE EMPLOYER APPA CONSTRUCTION COOP 40P FCRT $ALON0 PD ' NORTHPORT N Y 1171E CERTIFICATE HOLDER $� fCMN (If SOUTM 40to "IN TOWN 'FALL 53e9! MAIN to SOUTP HOLD NY POLICY NUMBER S3 4?I+sf THIS IF TO CERTIFY THAT TPF FPPLOYEA NAEED ABOVE IS INSUP'F0 WITH TOE STATE IN!,URANCE FUND UNDER POLICY MO, 573 443-t' UNTIL 5/31/905 , COVFRING THE FNTIVE UELICATTV4 Of THIS EMPLOYER FOR UOPNERS COPPEtSATI'ON UNDER TRF NEW YO#f WORK - FPS COPPENSATION LAW MTM RESPECT TC ALL OPERATTONS IW THE 'NATE OF NEW YORKw If SAID POLICY IS CANCFLLFO, OR CNANGED PRIOR TO `/311$f IN SUCH MANNER AS TO AFFFCT TMIS CERTIFICATE, S DAM$ WPITTFN NCTICF Of S!'CM CANCELLATION WILL. BE CIVEW TO TMe CFRTTFICATE "OLRER AROVF. NOTTCF RY REGULAR MAIL SO ADDRESSED SHALL CPE SUFFICIENT COMPLIANCF MTF' TUTS PROVISION. DP -222(6-78) i THE STATE INSURANCE FUND Y` Director of Underwriting TYPE OF DOCUMENT UNIT PERIOD COVERED CERTIFICATE NO. DATE I_-tf P T I F I C A T. E_ _`C F __ IN tU.RA=R CE__ 2 -51,3 t/ A 4 T L' _-A11106 . _ , -78 4 p-3 THIS IF TO CERTIFY THAT TPF FPPLOYEA NAEED ABOVE IS INSUP'F0 WITH TOE STATE IN!,URANCE FUND UNDER POLICY MO, 573 443-t' UNTIL 5/31/905 , COVFRING THE FNTIVE UELICATTV4 Of THIS EMPLOYER FOR UOPNERS COPPEtSATI'ON UNDER TRF NEW YO#f WORK - FPS COPPENSATION LAW MTM RESPECT TC ALL OPERATTONS IW THE 'NATE OF NEW YORKw If SAID POLICY IS CANCFLLFO, OR CNANGED PRIOR TO `/311$f IN SUCH MANNER AS TO AFFFCT TMIS CERTIFICATE, S DAM$ WPITTFN NCTICF Of S!'CM CANCELLATION WILL. BE CIVEW TO TMe CFRTTFICATE "OLRER AROVF. NOTTCF RY REGULAR MAIL SO ADDRESSED SHALL CPE SUFFICIENT COMPLIANCF MTF' TUTS PROVISION. DP -222(6-78) i THE STATE INSURANCE FUND Y` Director of Underwriting NOTICE TO PROCEED TO: Mr. Scott Ammerelle, Preside AMMA Construction Corp. 408 Fort Salonga Road Northport, NY 11768 DATE: August 5, 1985 PROJECT: Fishers Island Wastewater System You are hereby notified to commence WORK in accordance with the Agreement dated July 23 -_f, 19 85, on or before August 12, , 19 85, and you are to complete. the WORK within 180 consecutive calendar days thereafter. The date Of completion of all WORK is therefore February 2 19 85. Title Supervisor, Town o out old ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED is hereby acknowledged by - AMMA Construction Corp. this 't 4 h of September 19 85 By Charles P. Walsh Title Vice President JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS too .e OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD • September 4, 1985 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Mr. Winthrop Rutherfurd, Jr. White 8 Case 280 Park Avenue New York, New York 10017 Re: C-36-1149-02 Fishers Island SD Suffolk County Dear Mr. Rutherfurd : Transmitted herewith is the executed Notice to Proceed with respect to the Fishers Island Wastewater System. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure JUDITH T. TERRY ---4ZZU7Z "- TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD September 4, 1985 Gary Kline NYS Dept. of Environmental Conservation 50 Wolf Road Albany, New York 12233-0001 Re: C-36-1149-02 Fishers Island SD Suffolk County Dear Mr. Kline: Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Transmitted herewith is the executed Notice to Proceed with respect to the Fishers Island Wastewater System. Very truly yours, Judith T. Terry Y Southold Town Clerk Enclosure HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel: (203) 872-2703 A. RICHARD LOMBARD], P.E. PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS Supervisor Francis J. Murphy Town of Southold 53095 Main Road Southold, NY 11971 Re: Fishers Island Sewer System Dear Supervisor Murphy: August 7, 1985 A copy of the Notice to Proceed for the subject project is enclosed. Please review and execute it. Mr. Pat Walsh of AMMA Construction can probably execute it for them. (Pat will be the foreman for this project). Please return one executed copy to me with copies to Mr. Rutherfurd and Gary Kline. Mr. Kline, Program Engineer D.E.C., Mr. Daniel Agosto M.B.E. Specialist, N.Y.D.E.C., John Staley, the inspector for the project, and myself met Tuesday, August 6, 1985 for the preconstruction meeting. A report of that meeting is enclosed for your perusal. If you have any questions, please do not hesitate to call. Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab Enclosures cc: AMMA Construction - Mr. Ammerell Mr. Phil Knauf, Fisher's Island Mr. Rutherfurd Mr. Kline, N.Y.S.D.E.C. Mr. Daniel Agosto, N.Y.S.D.E.C. REPORT OF MEETING Date: August 6, 1985 Location: A. R. Lombardi Associates, Inc., Vernon, Conn. - Attendees: Daniel Agosto, N.Y.S.D.E.C./O.A.A. Gary Kline, N.Y.S.D.E.C. Prescott Ammarell, AMMA Construction Corp. John Staley, A. R. Lombardi Associates, Inc. Michael A. Horne, A. R. Lombardi Associates, Inc. Purpose: Preconstruction Meeting, Fishers Island Wastewater System 1. May 13, 1985 Award of Contract was recommended. 2. Agreement signed July 23, 1985 in Southold. 3. Notice to Proceed today - August 6, 1985. 4. Schedule of Costs are in A. R. Lombardi Associates, Inc. hands. 5. AMMA to set up progress schedule for payments (cash flow). 6. AMMA must use the addendum (check carefully, especially the electrical specifications). 7. Easement maps of GADA property, Collyer property, FIDCO and Town property (community system were transmitted to AMMA). 8. DOT 813 specifications will be used. 9. Dewatering permit approved (AMMA is a certified well driller) 10. Shop drawing review, AMMA list equipment on each submittal i.e. No. 1 is submersible motor pumps, hatch, floats. 11. MBE/WBE. AMMA has advertised to no avail in the Long Island area. It was suggested by Mr. Agosto that mass media be tried. A. R. Lombardi Assiciates, Inc. to assist AMMA to find an MBE. Town of Southold will assist AMMA by contacting New London officials. Good records of all attempts to hire minorities shall be kept by AMMA. Supervisor Murphy has extended an invitation to meet with the D.E.C. MBE specialist Mr. Agosto on Fishers Island. It was explained that this project is unique in that the site is remote from Long Island. Therefore, it is difficult to get subcontractors to go out to the island. A Connecticut subcontractor will have to be certified as a MBE by New York State. The Commerce Department is handling this. AMMA has written certified letter regarding MBE subcontractors. 12. Mr. Kline agreed that the contractor could use an existing facility on the Island rather than transport the trailer if it has all the 'specified ammenities.- 13. Traffic will decrease after Labor Day. 14. September 2_1985 is a target start date. 15. Contractors requisitions will be signed by John Staley,(Inspector), Michael Horne and the Town. The Town will pay the contractor within 30 days after receipt of the requisition and A. R. Lombardi Associates, Inc. will submit 271 Forms for EPA/State reimbursement. 16. Proposed MBE subcontractors must be approved by A. R. Lombardi Associates, Inc. as not on the debarred list. 17. Post minimum wage requirements on the site (AMMA). 18. Notify the N.Y.D.E.C. immediately of change orders. 19. Mr. Kline will visit the site for (CME) to check records, inspection reports and certifications at the 50% mark. 20. The ordinance must be adopted, the Draft 0/M Manual completed and the plan of operation done at the 50% mark. A letter regarding the DEC review must be submitted to Gary Kline, i.e. the reviewers used the approach that this is a large standard wastewter project. 21. An approved set of Contract Documents must be on site. 22. An extension of time change order must be processed or the D.E.C./E.P.A. will not participate in the funding. If change orders are not processed, audit will not approve. 23. Dust Control - Use Water 24. Requirement for Project sign waivered by Kline. 25. Mr. Ammarell thinks the schedule of 180 days is realistic. The ground could freeze and require shut down of the project. 26. A. R. Lombardi Associates, Inc. to check other projects for MBE/WBE for contractors. 27. A list of project contact addresses, etc. was passed out. 28. Sequence of construction is 1) community leaching field, 2) connection of storm sewer, 3) force main, 4) pump station, and 5) small systems. Fisher's Island Wastewater System Preconstruction Meeting August 6, 1985 Attendees : .yam �� i A,�vsTo &t/ DFc a 144 e a ys z>Ec 0 L' ANIMA CONSTRUCTION CORP. 408 FORT SALONGA ROAD NORTHPORT, NEW YORK 11768 (516) 351-6124 August 1, 1985 RECEivm AUG 5 W L L Lombardi Associates, Inc. Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Const 06066 Re: Fishers Island Wastewater Treatment Facilities Contract C-36-441 Att: Michael A. -Horne, P.E. Dear Mr. Horne: Listed below for your review is a cost break -down for the above captioned project. 1. SUBMERSIBLE PUMP STATION ..............$ 99,888.00 2. GENERATOR ................ ........... 30,000.00 3. COMMUNITY LEACHING FIELD ......:....... 142,000.00 4. CINEMA LEACHING FIELD ................. 31,000.00 5. COTTAGE LEACHING FIELD ................ 26,000.00 6. 6" FORCE MAIN ......................... 90,000.00 7. MISC. PIPE.(Tyler Lane and influent line to pump station):.... 20,000.00 8. CLEAN UP .............................. 20,000.00 $458,888.00 Very truly yours, AMMA CONSTRUCTION CORP `rescott Ammarell President PA/rr '10 Ar I • • HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E.1 PRESIDENT A Division of: A.R'Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS RECEIVED JUL 311985 Town Cierk Souffiow July 29, 1985 The Honorable Francis J. Murphy Supervisor of the Town of Southold 53095 Main Road Southold, NY 11971 Re: C-36-1149-02 Fishcrs Island Sewer District, Suffolk, Conn. Dear Supervisor Murphy: The report of the meeting at which the contract was signed is enclosed for your perusal. We plan to amend the Engineering Agreement to add $620.00 for services rendered on the C-36-1149-1 Contract (Reference your letter dated July 12, 1985). If you have any questions, please do not hesitate to call. Very truly yours HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab Enclosure: Report of Meeting cc: Mrs. Judith Terry Mr. Winthrop Rutherfurd Mr. Gary Kline REPORT OF MEETING AT: Southold, New York Date: July 23, 1985 Purpose: Contract Signing Attendees: Mrs. Judith Terry, Town Clerk, Town of Southold Mr. Scott Ammerelle, AMMA Construction Corp. Mr. Frank A. Kugawski, Jr. Deputy Supervisor, Town of Southold Mr. Michael A. Horne, A. R. Lombardi Assoc., Inc. We reviewed the Invitation to Bid (IB) Section together IB -1/2 Invitation for Bids IB -100/106-2 Instructions for Bidders IB -107/109 Bid Proposal - Received, okay IB -110 Non -Collusion Affidavit, Prime - okay IB -111 Non -Collusion Affidavit, Subcontractors (Mr. Ammarell stated, not applicable at this time)- IB -112/113 Bid Bond Inserted, (IB 112/113 Not filled out because Bond Submitted) IB -114 Certificate as to Corporate Principal - okay IB -114/116 Statement of Bidder's Qualifications - okay IB -117/119 Agreement and Certificate as to Corporate Principal - Seven (7) copies executed. IB -120/122 Performance Bond (Bond submitted in lieu of pages) IB -123/125 Labor and Material Payment Bond - AMMA obtained a combined Performance and Labor and Material Payment Bond. Mr. Ammarell called and I discussed the Bond with the Bonding Company (International Fidelity and Insurance Company) Based upon the conversation and written bond it was concluded both payment and - performance are covered. Therefore, it was approved. IB -126 Certification of Non -Segregated Facilities - okay - (Original given to Mrs. Terry) IB -127 Certification by Bidder regarding E.E.O. - okay (Original given to Mrs. Terry) IB -128 Notice to Labor Union or other organizations of Workers Nondiscrimination in Employment - No Union Labor involved. Therefore, this was not executed. IB -129 Performance Bond Information Form - okay (Original given to Mrs. Terry) IB -130 Certification of Bond and Insurance Coverage - okay (See Bond and Insurance in lieu of this page) Mrs. Terry questioned the insurance coverage, i.e. 1) Is the Town Protected? 2) Builders Risk? and 3) Job Office Insurance? 1) Town Protection - A Telephone conversation with Mrs. Myra Dantus an employee at Mr. Ammarelle's Insurance firm resulted in her explanation that the red copy or OCP liability insures both A.R. Lombardi Associates, Inc. and the Town of Southold. The writer discussed.the coverage with her and she replied to the affirmative on all specified limits of liability (See SC -105). t 2) Mrs. Dantus and Mr. Ammarelle both stated Builders Risk is not required because there is no building. Mrs. Terry will ask Attorney Taskers opinion. (Subsequent to the meeting, Attorney Tasker agreed.) 3) Mr. Ammarelle agreed to obtain job -office insurance ($5,000.00 liability limit) However, he owns the office, therefore, he questioned the need for insurance. Mrs. Terry will ask Attorney Tasker. (Subsequent to the meeting Mr. Tasker agreed it could be waivered.) After approval of the insurance, Mrs. Terry will send copies of the original agreement and all of the executed Invitation to Bid (IB Section) to Mr. Rutherfurd of FIDCO. The next step is a preconstruction meeting which will be scheduled based upon when the N.Y.D.E.C. Project Engineer and Affirmative Action (Mr. Agosto can attend). Mr. Ammarelle was reminded of the MBE/WBE requirements and the need for a plan prior to the preconstruction meeting. The target dates are: Friday, August 2, 1985 10:30 a.m. Preconst.ruction Meeting Monday, August 5, 1985 Notice to Proceed. Michael A. Horne �i PRODUCER Long Island Coverage Corp. 876 East Jericho Turnpike Huntington Station, New York 11746 6_ -7 � r6- ( (5>6) DATE (MM/DD/YY) 7/16/85 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANY A LETTER COMPANIES AFFORDING COVERAGE 11 COMPANY INSURED LETTER B Hanover Insurance Company Amma Construction Corp. COMPANY 408 Fort Salonga Road LETTER C Northport, New York. 11768 coMs?aNY LETTER - - - - COMPkNY E _. _ LETTER THIS IS TO -CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUEDTO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED }IEREIWIS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. CO - TYPE'OFINSURANCE ��' � -POLICY NUMBER �' -' POLICY EFFECTIVE POl11.Y EXPIRATION LIABILITY LIMITS IN THOUSANDJE CEAC URFTENCE "AGGREGGENERAL LTR DATE (MMiDONY) DATE (MWDO/1'1'). LIABILITY BOOILVA X CC'dPREHENSIV� FORM , 3/14/85 - /14/86. INJURY $ $ XX PRE,, SES.'OPE2AT!GNSGO 7165286 - . _ PROPERTY DAMAGE $ $ PYL_ S;,j 8 CCLLAPSE HAZARD = - XX �RJCUCT5 ,_,O:'PLETED OPERATIONS XX r^' `pAJ" AL $ 500, 000$500,000 COMBINED XX EPEF' T .,,,TORS (SEE REVERSE SIDE FOR MOLD HARMLES AGREEMENT) PERSONAL INJURY AUTOMOBILE LIABILITY �--� 10110 INJURY Y,. B , x Y AUTO 41-7200 /10/85 /10/86 (PER PPSCN) $ X ALL D'NNED AUTOS (PR!V PASS) ----{ HER THAN 800ILY iN URY X ALL 0'1: NFD AUTOS PRIV PASS PER ACGDENT $ X HIRED AUTOS O PROPERTY "JON -OWNED AUTOS I DAMAGE $ GARAGE LIABILITY (} (`j �J e! & PD COMBINED $500,000 EXCESS LIABILITY A x UMBRELLA FORM UL GO 41 61 74 3/14/85 /14/86 COMBNED $ 2,000, 00 OTHER THAN UMBRELLA ECRM WORKERS' COMPENSATION �� STATUTORY $ (EACH ACCIDENT) AND $ (DISEASE -POLICY LIMIT) EMPLOYERS' LIABILITY �G C� i- j ' C= $ (DISEASE-EACHEMPLO EMPLOYEE) ; OTHER CE t A nom l Urwl-nir i 1UN Ur Urtrte ;vr+S LQCA I IUNS.N'EHICLES/SPECIAL ITEMS Wastewater Treatment Facility -Fishers Island Sewer District, Contract #C 36 1149 $458.888 Town of Southold & Henry Souther SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATIO DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Engineering, Inc. ,a division of A.R. MAIL 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Lombardi Associates, Inc. LEFT, BUT FAILURE TO MAIL SUCH NOTICE HALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE ANY, IT GENTS OR REPRESENTATIVES. Main Road AUTHORIZED REPRESENT TIVE Southold, New York "The Contractor(and his subcontractors)shall, during the performance of'this work,-take-necessar- precautions and place proper guards for the prevention of accidents, shall keep up all night suitable and sufficient lights and barricades; shall fully comply with the Occupational Safety and Health Act, and all other Federal, State and Local Regulations including any and all amend- ments, revisions, and additions thereto; and shall indemnify and save harmless, the -Town, the Engineers, and their employees, officers and agents from any and all claims, suits, actions, fines, fees, damages and costs to which they may be put by reason of death or injury to all persons and/or for all property damage of another resulting from non-compliance, unskillfullnes: willfullness, negligence or carelessness in the performance of the work, or in guarding or protecting the same, or from any improper methods,.materials,implements or appliances used in performance of the work, or by or on account of any direct or indirect act or omission of the. Contractor(or his subcontractors)'Or' his-employees or agents, and whether or not active or"con- current negligent act or omission by the employees, officers, or agents of the Town or the Engineer may have directly or indirectly caused or contributed thereto." v THIS BINDEI IS E INSUI ANCE'CONTRACT;? SUBJECTY' NAVE AND ADDRESS OF AGENCY COMPANY { C Long Island Coverage Corp. Insurance Company of North America Effective amM 71161S5 ,19 876 East Jericho Turnpike Huntington Station, N. Y. 11746 Expires ❑ 12:01 am ❑ Noon till policy issued _i This binder is issued to extend coverage in the above named z' s company per expiring policy (except as noted ba;owi NAME AND MAILING ADDRESS OF INSURED Description of Operation/Vehicles/Property r Town of Southold, Southold, New York & Wastewater Treatment Facility Henry Souther Engineering, Inc., a Fishers Island Sewer District division of A.R.Lombardi Associates,Inc. C-36-1149 Main Road u h ew Type and Location of Property Coverage/Perils/Forms Amt of Insurance Ded. Coins.% P s,. i t. R 0 P E E R T Y Limits of Liability Type of Insurance Coverage/Forms Each Occurrence Aggregate L I f— Scheduled Form Comprehensive Form Bodily Injury $ 500 000 , $ 000 000 , A Premises/Operations 8 Products/Completed Operations Property Damage $500,000 �' 500.000 IContractual Bodily Injury & Y X_ Other (specify below) OCP Liability Property Damage $ $ Pay. Combined Pr rson i ,ACCiuA�'lt � ,rsonal Injury 7— A B ❑ C Personal Iniurl $ Limits of Liability A Liability ❑ Non owned ❑Hired Bodily Injury (Each Person) $ T ❑ G_,mprehensive-Deductible $ Bodily Injury (Each Accident) $ 0 M$ ❑I Col ision-Deductible $ ❑ Medical Payments $ Property Damage t3 I ❑ Uninsured Mlotonst S E — No Fault (specify): Bodily Injury &-Property Damage Other (specify). Combined $ ^vORKEPS' COMPENSATION — Statutory Lirnits (specify states below) LJ EMP(_OYERS' LIABILITY —Limit $ 6 4 SPECIAL CONDITIONS/OTHER COVERAGES ;AGEE _ -UtiJ PAyFE AOD L ' l"i) I X 7/16/85 �asent,-,Date ohn�W Hoard, President SO i O3_9W Prints of project photographs shall be a minimum of 8" x 10" in size and mounted on cloth with a flap for binding. The back of each print shall be noted with the Project Rams and Number. subject, date taken, location of camera, and direc- tion of view. Negatives of all photographs shall be furnish- ed to the Engineer. All cost of furnishing these photographs shall be considered included in the various prices bid for other work under this Contract. a. Progress Photographs: The Contractor shall arrange to furnish each month a minimum of six (6) photographs show- ing activities and progress of the job. Thepphotographs shall be taken at those locations designated by the En- gineer. A copy of each photograph shall be furnished to the Town. b. Preconstruction Photographs: In addition. areas desig- nated by the Engineer shall be photographed prior to start of construction. These preconstruction photo- graphs shall show existing conditions clearly. For this Contract. the Engineer may require up to seventy (70) photographs of initial existing conditions. /.1.10 Insurance: Schedule of Insurance --The following will be the ts of coverage required for this Contract: a. Manufacturers' and Contractors' Liability: (1) Personal Injury Liability Insurance will have limits of 500 000 (per person)/ 1 000 000 (per occurrence) 1$2',000,000 (aggregate, during t e period when com- pleted operations clauses are in effect). (2) Pro erty Damage Liability Insurance will have limits of 500 000 (per occurrence) 1000 000(aggregate, dur ng t e period when completed operations clauses are in effect). b. Automotive Liability: (1) Personal Injury Liability Insurance will have limits of $500,000 (per person)/$1,000,000 (per occurrence). (2) Proerty Damage Liability Insurance will have limits of V500,000(per oc-currence) . c. Town's Protective Liability: (1) Personal Injury Liability Insurance will have limits vim of $500,000 (per person)/$1;000,000 (per occurrence). A SC -105 r r r r y 7 19 r (2) Pro erty Damage Liability Insurance will have limits of 500 000 (per occurrence). d. Builders' Risk Insurance: The Contractor shall Insurance. e. Job Office Insurance: carry Builders' Risk (1) Job Office Insurance for fire andtheftwill have the limit of $5.000 (pe 1.11 Mork bOthers: Private utilities, or other parties may be expecte to a working within the Contract area during this Contract. It shall be the responsibility of the Contractor to coordi- nate his work under this Contract with the work being done by others in order that the construction shall proceed in an efficient and logical manner. The Contractor shall have no claim or claims whatever against the Town, the Engineer, or other parties due to delays or other reasons caused by the work by others or his failure to coordinate such work. 1.12 Schedule of Drawings: SHEET NO. DESCRIPTION 1 Subsurface Disposal System Community 2 Subsurface Disposal System Community 3 Subsurface Disposal System Cinema 4 Subsurface Disposal System Cottages 5 Sanitary Sewage Pump Station 6,7 Force Main Plan/Profile g Miscellaneous Details 9 Stone Removal Area 10 Stone Removal Area, Cross -Sections 1.13 Contractor's Work and Storage Area: The Contractor shall contact the own to determine itspecific locations will be designated or gain their approval prior to using any area for storage of equipment, materials and trailers during the period of this Contract. The Contractor shall confine his work/storage area to the limits as designated or approved and shall be responsible for the security of the work/storage area. Upon completion of the Contract, the Contractor shall remove all equipment and materials, except as otherwise spec- ified, and restore the site to its original condition as ap- proved by the Engineer and at no cost to the Town. SC -106 0 0 JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS • Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Mr. Winthrop Rutherfurd, Jr. White & Case 280 Park Avenue New York, New York 10017 Re: Fishers Island Wastewater Facilities Dear Mr. Rutherfurd: The Agreement between AMMA Construction Corporation and the Town of Southold for the Fishers Island Wastewater Treatment Facilities was signed today. I am enclosing herewith an original Agreement, as well as copies of the insurance documents, surety bond, and copy of the bid documents submitted by AMMA. Very truly yours, Judith Judith T. Terry Enclosures Southold Town Clerk cc: Town Attorney Tasker New York State Department of Environmental Conservation 50 Wolf Road, Albany, New York 12233-0001 June 24, 1985 The Honorable Francis J. Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: C-36-1149-02 Fishers Island SD Suffolk County Dear Supervisor Murphy: _I Henry G. Williams Commissioner r> - s ` 1 r� JUL ; ' This letter will confirm the telephone conversation of June 24, 1985 between Mr. Michael Horne of Lombardi Associates and Mr. Gary Kline of this office. After reviewing the material submitted, we wish to inform you that you are hereby authorized to award the following contract: Contract No. 1, Fishers Island Sewer District to AMMA Construction Corp., 408 Fort Salonga Road, Northport, New York 11768 for their low bid of $458,888.00 of which $458,888.00 is eligible for Federal Aid and $458,888.00 is eligible for State Aid. By virtue of the Delegation Agreement between the USEPA and this Department, this letter of authorization completes your pre -award requirements for both the Federal and State programs. You must complete the attached form and return it to this office within fourteen days of receipt. This information is required in order to monitor compliance with the USEPA regulations mandating that contract award and notice to proceed be issued for all significant elements within 12 months of construction grant award. In addition, please advise this office, in writing, of the actual date of contract execution, the pre -construction conference, the Notice to Proceed and the construction start for each contract. After the contract has been signed, we will require one (1) certified copy for our files. Forward only the contract page which shows the contract amount, date and the signatures of both parties, exclusive of the accompanying specifications. Also, please forward certifications that bond and insurance coverage has been obtained for each contract - see suggested form enclosed, and that flood insurance has been purchased. Be aware that grant payment for work under the above contract cannot be released until all of these items have been received. r 0 `'The Honorable Francis J. Murphy Page 2 June 24, 1985 Is Please note that construction work on the project may not be performed by persons or firms that appear on the USEPA Master List of Debarments, Suspensions, and Voluntary Exclusions. Although the above prime contractor has already been checked against this list, you are responsible for ensuring that every subcontractor on the project has not been prohibited from performing USEPA work. Failure to do so may result in withholding of payments or grant termination. You should coordinate with the program engineer named below by telephone, the date for the pre -construction conference to be held with the prime contractor and other interested parties. You or your consultant must provide minutes of the conference to this office with copies to the NYSDEC Regional Office and the Corps of Engineers. In accordance with 40 CFR Part 8, a representative of the NYS Department of Labor Affirmative Action Program and the U.S. Department of Labor, Office of Federal Contract Compliance, may elect to attend the pre -construction conference scheduled for the above noted contract. The purpose of such attendance would be to inform the contractor of their equal opportunity requirements. In order that timely arrangements can be made, please furnish the date and place of the scheduled pre -construction conference to the following addresses: Mr. William Vance Administrator Affirmative Action Program, Rm 563 New York State Department of Labor State Campus Albany, NY 12240 (518) 457-2736 Ms. Carol Goudin Assistant Regional Administrator Office of Federal Contract Compliance Room 3306 United States Department of Labor 1515 Broadway New York, NY 10036 (212) 944-3400 Mr. Hank Mallory Assistant Commissioner Office of Affirmative Action, Room 515 New York State Department of Environmental Conservation 50 Wolf Road Albany, NY 12233 (518) 457-4425 If you have any questions, please call Mr. Gary E. Kline, P.E., Program Engineer, at (518) 457-5527. Sincerely, 0!V_C- Robert C. Knizek, P.E. Chief, Long Island Projects Section Metropolitan Projects Bureau Enclosure RCK/GEK/mj cc,w/o Enc.: George Markham, w/Bid Tabs NYSDEC Region 1 - Mr. Licata, w/Bid Tabs NYSDOL, Affirmative Action Program - Mr. Vance USDOL, Office of Federal Contract Compliance - Ms. Goudin Lombardi Assoc. - Mr. Horne NYSDEC Affirmative Action Office - Ms. Macklin ,i CONTRACT MANAGEMENT SYSTEM CONTRACT AWARD, PROCEED do START DATES Please estimate the dates you intend to award the contract, hold the pre -construction conference, release the Notice to Proceed and start construction on each contract. This form must be completed and returned to: Mr. Robert C. Knizek, P.E. Long Island Projects Section - Room 418 50 Wnlf Rnarl Albany, NY 12233 within 14 days of receipt. Contract Pre - Execution Construction Notice to Construction Contract No. do Title Date Conference Proceed Start e 1. 2. 3. 4. 5. IN EW Y STATE DEPARTZ* N OF ENVIRO TAL CONSERV;;IION CER IFICATION OF BOND AND INSURANCE COGERACE Name of Applicant Project • Contract Contractor Date of Contract Signed Contract Cost Scheduled Date of Completion T- I certify that the above coverage in the amounts indicated is carried r: on the project. These policies will be kept in force for the duration Of the construction of the project and will be renewed when necessary. These documents will be available for inspection by Federal Water Quality Administration personnel during the project. Name - - - --- — -- - - Title - Date Company and Policy Number Amount cavir41.1vn Ori inal uaLe I 1 W_ 2 Renewal Performance Bond Labor & Material Bond Bodily injury Public Liability Property Damage _Liability Auto Public Liability. .Auto Property Damage Liability Fire & Extended Coverage (Builders Risk) Workmen's Comnensation flosnear e l�rnre.+ti..e I I certify that the above coverage in the amounts indicated is carried r: on the project. These policies will be kept in force for the duration Of the construction of the project and will be renewed when necessary. These documents will be available for inspection by Federal Water Quality Administration personnel during the project. Name - - - --- — -- - - Title - Date I r HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS June 27, 1985 Mr. Prescott Ammarell AMMA Construction Company 408 Fort Salonga Road Northport, NY 11768 Re: Fishers Island Wastewater Treatment Facility Dear Mr. Ammarell: We have received approval from the State of New York D.E.C. to ,award the contract for subject project. You must provide the'town with the following items prior to the execution of the contract: 1) Executed Performance Bond. 2) Executed Labor and Material Bond. 3) Evidence of Insurance as stated in Contract Documents titled General Conditions (GC) pg. 132-136, and Special Conditions (SC) pg. 105-106. Supervisor Murphy is prepared to sign the agreement with your firm upon receipt of these items. A preconstruction meeting must be held within 15 days of the signing. A New York D.E.C. requirement is that you have an acceptable MBE/WBE plan. Representatives of the New York D.E.C. will attend the preconstruction meeting at our office and at least one of these persons will be from the Affirmative Action Department. They will review your plan at that time. MAH:JS:sab cc: Supervisor Murphy Mr. Gary Kline Very truly yours, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 28, 1985 Prescott Ammarell, President AMMA Construction Corp. 408 Fort Salonga Road Northport, New York 11768 Dear Mr. Ammarell: • Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 This is to confirm the action of the Southold Town Board at a regular meeting held on June 4, 1985 wherein they adopted a resolution, acting for and on behalf of the fishers Island Sewer District, they accepted the bid of AMMA Construction Corp. Northport, New York, in the amount of $4,58,888.00, for the construction of the Fishers Island Wastewater Treatment Facilities C-36-441, all in accordance with the Specifications for Bid, and authorized Supervisor Francis J. Murphy to execute all contract documents for the construction of such facility. Very truly yours, Judith T. Terry Southold Town Clerk JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 7, 1985 Michael A. Horne, P. E. Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 Re: Fishers Island Wastewater System Dear Michael: Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 The Southold Town Board at their regular meeting held on June 4, 1985 adopted a resolution whereby, acting for and on behalf of the Fishers Island Sewer District, they accepted the bid of AMMA Construction Corp., Northport, New York, in the amount of $458,88&.00, for the construction of the Fishers Island Wastewater Treatment Facilities C-36-441, all in accord- ance with the Specifications for Bid, and authorized Supervisor Murphy to execute all contract documents for the construction of such facility. Very truly yours, Judith T. Terry Southold Town Clerk HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS #5 May 13, 1985 The Honorable Francis J. Murphy Town of Southold y E 1 MAY 281985 ` 53095 Main Road f Southold, NY 11971 TOWN OF SOUTHOi.In Re: Fishers Island Wastewater System Dear Supervisor Murphy: We have reviewed the bid for the subject project and supporting data. We recommend award to AMMA Construction Co. Inc,, the low bidder for the amount of $458,888.00. MAH:sab CC: Mr. Gary Kline N.Y.S.D.E.C. Respectfully, HENRY SOUTHER ENGINEERING,INC. Michael A. Horne, P.E. HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E. PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS May 24, 1985 The Honorable Francis Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: Award of Contract Dear Supervisor Murphy: We have reviewed the bids and AMMA Construction Companys credentials. In addition, we have received information from the N.Y.S.D.E.C, regarding past projects that they have completed. Based upon this information, we recommend award of the contract to AMMA Construction Company. Please send notification to Mr. Gary Kline of the N.Y.S.D.E.C. immediately. They require your letter and a signed certification of title to the project site. I have enclosed a copy of the easement certificate for your perusal. Very truly yours, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab Enclosure: Certificate as to Project Site form 3/10/83 CER'T'IFICATE AS TO TITLE TO PROJECT SITE p� V(j Name of Grantee and Address T , Attorney at Law, representing herein called the Grantee, as title counsel, do hereby certify: 1. That I have investigated and ascertained the location of and am familiar with the legal description of the site or sites being provided by the Grantee for all elements (treatment plant, interceptors, outfalls, pumping stations, force mains, collectors, and appurtenances) of the sewage treatment works project for which Federal participation has been offered under the Clean Water Act, identified as C36 . 2. That if not previously submitted, I am attaching a legal description of the site or sites on which the project is to be constructed. 3. That I have . examined the deed . records of the county or counties in which this project is to be located and in my opinion, the Grantee has a: legal and valid fee simple title or other estate or interest in the site of the project Including the necessary easements and rightrof-way as are necessary to undisturbed use and possession for the purposes of. construction, operation and maintenance of the project. 4. That any deeds or documents required to be recorded in order to protect the title of the owner and the interest of the Grantee -have been duly recorded or filed for record wherever necessary. 5. Remarks: Dated this day of 19 Attorney At Law 0 WR: JC • " ""�►�_ V re Fishers Island Development Corporation Supervisor Francis Murphy Town of Southold Fishers Island Sewer District 53095 Main Road Southold, NY 11971 Dear Supervisor Murphy: today. May 24, 1985 This will confirm our telephone conversation The Fishers Island Development'Corporation (FIDCO) agrees to be responsible for the private funds required in connection with the Fishers Island Wastewater Treatment Facility project, subject to its right to seek reimburse- ment from individual land owners. We approve the selection of the low bidder for the project, AMMA Construction Com- pany of Northport, Long Island, New York, and we understand that their bid was $458,888. Please let me know if you require any further information. A .% [ii rs Winthrop RutY}�rf Secretary (� �!l: Fishers Island D�. Corporation - /��,�G,�/ Ili -''°•G, 0 New York State Department of Environmental Conservation 50 Wolf Road, Albany, New York 12233-0001 MAY 0 G 1985 CERTIFIED MAIL RETURN RECEIPT REQUESTED The Honorable Francis J. Murphy Supervisor, Town of Southold Fishers Island Sewer District Southold, New York 11971 Re: C361149-01 Town of Southold Fishers Island Sewer District Suffolk County Dear Supervisor Murphy: • Ala Iowa Henry G. Williams Commissioner r MAY - 81985 In accordance with the April 3, 1985 final cost review letter to you from George E. Wallace of the New York State Department of Environmental Conservation (NYSDEC), the NYSDEC has accepted final Federal allowable costs of $39,611. The USEPA share is $29,708 or 75% of such costs. This project will not require a final Federal audit by the USEPA Office of the Inspector General. A State audit for this project will be requested in the near future. A summary of final Federal allowable costs is included as an attachment to this letter. This decision will constitute final agency action unless you file a request for review with the Regional Administrator within thirty (30) calendar days of the date of this decision. Any such request for review should be sent by certified mail, return receipt requested, to the following address: Regional Administrator Attention: Regional Counsel United States Environmental Protection Agency 26 Federal Plaza New York, New York 10278 Your request for review must include: (a) a copy of this letter, (b) a statement of the amount in dispute, (c) a description of the issues involved, and (d) a concise statement of your objections to the final decision. Regulations governing the review of final Agency decisions are codified in 40 CFR Section 30.1200 - 30.1235, Volume 48 FR 45074 published in the Federal Register on September 30, 1983. If you should request review of this decision, you will be informed of any further procedures applicable to such review by the Office of Regional Counsel. 0 • Please send a copy of any requests for review to: Director Bureau of Construction Grants Administration Division of Construction Management New York State Department of Environmental Conservation 50 Wolf Road Albany, New York 12233 If you do not submit an appeal within thirty (30) days, a Federal grant deobligation will be processed and the project closed out. Please note that Federal payments to date total $29,708 which represents an overpayment of $2. Sincerely, 4wilm 0&-Latw, J'r., P.E. Dire ctor Division of Construction Management cc: w/attachment Mr. James DeLaura, WA-NYP, USEPA Mr. Ronald Gherardi, PM -FIN, USEPA Ms. Helen Beggun, GAB, USEPA Henry Souther Engineering NYSDEC Region 1 0 • Proiect No. C361149-01 Eligible NYSDEC Final Costs Per Determination of Allowable Description Grantee Unallowable Costs Costs Technical Services Fees $ 40,231 $ 620 $ 391611 $ 40,231 $ 620 $ 39,611 x 75% USEPA's Share of Final Allowable Costs $ 291708 USEPA's Payments to Date 29,710 Amount to be Recovered From Grantee $ 2 NOTES: (1) Engineering costs of $620 have been disallowed because they exceed the lump -sum engineering agreement for this work. C-36- 1149-01 Town of Southold, Fishers island Sewer District Suffolk Count SUMMARY STATEMENT OF COSTS CLAIMED, ACCEPTED, AND DISALLOWED Cost Categories Total Docu -ited Costs FEDERAL COSTS STATE COSTS Reference Claimed Accepted Disallowed Claimed Accepted Disallowed Construction Administrative Expense Engineering Fees $40,231 $40,231 $39,611 $620 $40,231 $39,611 $620 Attachment A Equipment Miscellaneous (Please Specify) TOTALS $40,231 $40,231 $39,611 $620 $40,231 $39,611 $620 Federal Share of Accepted Costs Federal Payments to Date $ 29,708 State Share of Accepted Costs $ 29,710 State Payments to Date $ 4,951 $ 4,700 BALANCE DUE EPA (GRANTEE) $ 2 BALANCE DUE STATE (GRANTEE) $ 251 Page 2 of S C361149-01 Town of Southold Fishers Island S.D. Suffolk County DISALLOWANCES 1.) Engineering costs of $620 have been disallowed because they exceed the lump sum engineering agreement for this work. Contract 0multant Firm Dale Total Costs • Henry Squther Eng, Prelixnary $ 6 961 Henry Souther Eng, 4/11/78 32,650 8/15/79 i A'I'fAC11MEN'I' A FINAL BNOINEEItINU FEES COST DETAIL SIIEET I'ngc 3 of 5 C36 1149--()l FEDERAL COSTS S'1'A'fl: 1;1)S"1S Claimed Accepted 1)1%allowed Claimed Accepted I)isnilowed Itcmnrks $ 62961 $ 6,961 32,650 32,650 TOTALS 1 $39,611 1 $40,231 $39,611 1 $620 1 $40,231 1 $39,611 1 $620 • JU U HQA e Consultant Contract Nameq , /Dweription. • Page�of= Contract SUMMARY OF ENGINEE81NG FEW Voucher No. Total NYSDEC Use Onl A ted nt Ineligible Costs Remarks Costs to be Prorated Non -Prorated Costs I la AJUPI 31 7S 703-qO a 363, y° SUBTOTALS( f qer pj , G LA -fie C nsultant L,U " Surma Contract Namet , Description Page,_ot� yl/// -7 Y, k-115-1 7 9 Contract Dat SUMMARY OF ENGINEERING FEES Voucher -No: Total NYSDEC Use Onl A t Ineligible Costs Remarks Costs to be Prorated Non -Prorated Costs �y (lJ o�"qum C U/►t,�-' 44jtCCMeA7— no o►►iendmen� SUBTOTALS 33 JJ 70 `� 30)i (y 5-6 6 016 • Ah New York State Department of Environmental Conservation oboe50 Wolf Road, Albany, New York 12233-0001 MAY 0 6 1985 Henry G. Williams Commissioner Mr. Robert Lindholm Supervisor of Construction Accounts Office of the State Comptroller State of New York Alfred E. Smith Building Albany, New York 12236 Re: USEPA Project No. C361149-01 State Contract No. C-172406 Town of Southold - - Fishers Island Sewer District Suffolk County Dear Mr. Lindholm: A final State audit is hereby requested for the above referenced project. No Federal audit will be performed on this project by the United States Environmental Protection Agency. This project presently has a State grant of $5,221. By copy of this letter, we are transmitting to Mr. Neltson McClellan the following documents. 1. Summary of Costs Claimed, Accepted and Disallowed. 2. Outlay Report and Request For Reimbursement For Construction Programs (SF - 271). 3. Engineering Agreements. 4. State Contract and applicable amendments. If you have any questions, please contact Ms. Claire Gerace at (518) 457-3856. Sincerely, /eor a E. Wallace Director Bureau of Construction Grants Administration Enclosures / cc: Town of Southold v Henry Souther Engineering Helen Beggun, GAB -US EP A Mr. Neltson McClellan, BFA-NYSOSC NYSDEC Region 1 HENRY SOUTHER ENGINEERING INC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E PRESIDENT MAY 2 81985 TOM C%* %aft" Mrs. Judith Terry Town Clerk Town Hall 53095 Main Road P.O. Box 728 Southold, NY 11971 May 22, 1985 Re: Fishers Island - Bid Deposits Dear Mrs. Terry: In response to your letter of May 14th, and the requirements of the Contract Documents Page I-2, we are enclosing the list of firms which obtained bid documents and the deposits which were not picked up by unsuccessful bidders and non -bidders. MAH:sab Enclosures Respectfully, HENRY SOUTHER ENGINEERING,INC. Michael A. Horne, P.E. TOWN CLERKI TOWN OF SOUTHOLD T® 15 710 Suffolk County, New York 516 - 765-1801 Southold, N. Y. 11971` 19 l RECEIVED OF, f -lars z For Clerk Judith T. Terry, Town Cash [3Cluck j�--- By, A. R. LOMBARDI ASSOCIATES, INC. CONSULTING ENGINEERS 12657 51-65 May 23, 19 85 119 PAY TO THE Town of Southold ORDER OF i $ 100.00 w lttltt 14(`.lt DOLLARS EgUnitcdBankI&T.t Company Dart Hill Office Vernon, Connecticut FORReturn of Deposits 11'0 1 2 6 5 70 1:0119006S 21: 000 9 2 4 9 3811' List of Firms which Obtained Bid Documents Carlin Cont. Co., Inc. Machnik Const. Co., Inc. Boydco, Inc. Hugo Key & Son, Inc. Super Vac Barry Associates, Inc. Bidder/Non-Bidder Deposit Return Bidder Full deposit returned to Company Bidder Full deposit returned to Company Non -Bidder deposit returned to Co. deposit returned to Town. Non -Bidder deposit returned to Co. deposit returned to Town. Non -Bidder Deposit enclosed A.R. Lombardi check Their deposit was in cash. Non -Bidder Full deposit returned to Company Enclosed: A. R. Lombardi Associates, Inc. check for $100.00 for half - Boydco, Inc. deposit, half - Hugo Key & Son deposit, full deposit for Supervac. z O � � JUDITH T. TERRY TowN CLERK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 14, 1985 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516)765-1801 R Ce/ A'L4 VID A ,t Michael A. Horne, P. E. Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 Re: Fishers Island Wastewater System - Bid Document Deposits Dear Michael: Prior to the bid opening on April 15, 1985 for the above captioned project, various construction firms obtained the bid documents by payment of $50.00 for each set. Seven sets were distributed by this office and I assume your office distributed sets. Since the checks were payable to the "Town of Southold," would .you have checks what should be deposited with me, as well as a report of those bidders or non -bidders who paid your office for the bid documents? Very truly yours, Judith T. Terry. Southold Town Clerk • JUDITH T. TERRY TOWN CLi.RK REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 14, 1985 Michael A. Horne, P.E. Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 4 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 1 1971 TELEPHONE (516)765-1801 Re: Fishers Island Wastewater System - Bid Document Deposits Dear Michael: Prior to the bid opening on April 15, 1985 for the above captioned project, various construction firms obtained the bid ' documents by payment of $50.00 for each set. Seven sets were distributed by this 'office and I assume your office distributed sets. Since the checks were payable to the "Town of Southold," would you have checks what should be deposited with me, as well as a report of those bidders or non -bidders who paid your office for the bid documents? Very truly yours, Judith T. Terry Southold Town Clerk A JUDITH T. TERRY TOWN CLERIC REGISTRAR OP VITAL STATISTICS May 8, 1985 Michael A. Horne, P.E. Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Re: 'Fishers Island Wastewater System - Grant Agreement Dear Michael: Returned herewith are pages 2,' 9, 11 and the Addendum for the subject project, revised to reflect the costs of the low bidder AMMA Construction Co., which have been initialed and dated by Supervisor Murphy per resolution of the Southold Town Board on May 7, 1985. Very truly yours, Judith T. Terry Southold Town Clerk Enclosures i HENRY SOUTHER ENGINEERING I NC. 25 Terrace Drive Vernon, Conn. 06066 Tel. (203) 872-2703 A. RICHARD LOMBARDI, P.E PRESIDENT A Division of: A.R. Lombardi Associates Inc. ENVIRONMENTAL CONSULTANTS - APR 2 9 X9"35 April 24, 1985 The Honorable Francis J. Murphy Supervisor of the Town of Southold 53095 Main Road Southold, NY 11971 Re: Fishers Island Wastewater System - Grant Agreement Dear Supervisor Murphy: I have enclosed pages 2, 9, 11 and the Addendum for the subject project. They are revised to reflect the costs of the low bidder (AMMA Construction Co.). Please initial and date the revised package and send it back to us. We will, in turn, send it to Mr. Gray Kline of the N.Y.S.D.E.C. in Albany. MAH:sab Enclosures Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. • • -..fir-- PART 1 CONSTRUCTION GRANTS OR COOPEPATIVc AGRE-P1Er1TS 0-0 ...-.• w..o-wl.o FEDERAL ASSISTANCE 1 A•*u ' 1 3744 774118 APPLU s 1. TY9e ❑ K(A"'UCAT1011 uwrs A/9u • 0AT1 rte. CAna+ "HT1. t. art W AcnoM C� Arn2cAno� UT1OM w..+.A A., +• 84 6 1 4 Me •aw..w r... •• A h W 4 •- O 110TWICATIOM OF "MXT fort) +•84 6 . " O KPOIT Of ILo(M a7lo1 c.... AA -A l llOAA AI•t-CAM/tetOF/tHT 1. F[Dl1W to MOYt• N>WTW1CAT10M M0. SAM` -rte- Town of Southold 11-6001939 .o....._._,.. Fishers Island Sewer District ..�..•.+o.� 53095 Main Road a • a+ Southold . c.._., Suffolk GAAAI t. T"' J r.. New Y g r k . n► C•+- 119 71 rf^ Construction Grant ILC- 0.....rN. Francis J. Murphy for wastewater treat- reat-:516-765-1800 :516-765-1800 c'`A',' ent plants. 7. mu AND Dt3ot1ITIOM 01 AI.1-Gwri reoma Fishers Island Sewage Collection, Treat a rM 00 APPL<_IJlT/tt 0 1` T ment and Disposal System. Project con-- Il'-rr '-- •--rr1-- sists of Construction of wastewater - S-`_ system and associated construction � a. management activities. 1. TYM 0• ASUSTAP<1 ■ w- 11r-. 0.... o- <- 1.... p- A -W 12 rYP1 0• AP"JCATIOa I*. AitA O• tA.I /N..,.../r,.. w.... I1. t1TiKATtO t.IJA. Fishers Island, Town of Sou Il me OF "WSONI hoTT" C_ ►-- D__C-----A- A--pp-,,,_.46....13 ►rW01lO RJMOMQ 1 ll COOOO SSJOMAA DOTtICTl 00� 11, rrn OF CKA404 rfi 1.1 r IJ N woeAJ t4 6 9 , 2 3 2. 13 D'f%S eTi c t N 1 • -•o-•cT 1 s - `---• °.'-. 0- Do- (4-V54. • SAP^ ,.Tn.ofSouthold FishersIs • PATI =,7.89 1♦ /tuna STAT 17. reona O- 0..--r O..r.. OAw�r� p�/�� 11- C. - _ P7 l 1CCAA A* n ( b 1 b r10M ..M I^-•+ M.z.wI.J • a+�51,_9 8 0 . 9 1a aTu+Ait° DAn TO 7.r --A A, It. I=TM+0 "CHOAA IownrocAr101+ MuAJaeA t TOTAA r 5 6 4 f 3 7 0. 2 6 N SU�AITTTi° TO 84 6 15 C 36-1149 !I 30. 10e0e1tAA A°IMC/ TO teQM ft<M5T r/V.w C: X S. 1/f ...A,/ 26 Federal P l a z a z+• tlA1AJK3 ADOtO I Environmental Protection Agency, New York NY100 7QOIft zz b- .r ..d ►+r. ► r •-.--d ti 0r.4 C"r_ A -H lu..r..-...r - ..&-4 r..._ 1. At. w.. A.�..r ✓wA...r ..w�... v -ti r .r0_r 4-vo...... � d .. AMUia►fT w .... �.1 �...�, .... ��.: ti �..f g 1 cttrrles s�..r ...�`+.~....�' IuLonLeesDennns�no(� ic1a��dgg Bd�7 ❑ T►�AT • tl r`�-y--�-T--+ alVetera ns--H_t*_mori 1 hwa Q Q rnO..Arr A.O TtTW - ►„ nm s,p#„p Francis J. Murphy, 7.., w,.w.J A., >r StMTATM Supervisor k A6fMC1 MAAy 21. A-uc- r«. r..► vF i" nor+ t'eCNVto 1• x 00'0A-¢TATIO 4AA UWT z1. ADAwuSTLTM 0"<1 M ►totlat A/•l-CAT10N 4 lo• fnW_AnoM 5 ». ADOttu 30. Ft Dt11AL GU. -4T YIOerrTW$CA r10M 31. ACTIOM TA IP4 n, w, k r... .....J A., O. AwAROM ►.o.aAJ eo 13 ACTION OAn • t• STAXTr.O DATT t• O \ tUeCTTO • 1.1. COMACT rOt+ AOOrt10MAt INPOI+-AA• U. r.+• w.....A �., O a vTwweo 1•QA : PAM TION IN..- ..� /.i.,A..........., 1"00"0 00 DAn to AA�•.OAI.MT A IOCAJ .OI 17. 1ttM.AXt[S ADGtO . 0.1. Dena*to x O. unrwaAwM + "AJ � a TfD"AJ A44I,.CI d/.V.- .d . 1 0 '" A_•f. w ►� b-.. r ..� 9-0000 A-•1 AZT10.1 ( PA 0__ 5700_)2_(M. 10_791 R A.pA/q rcw .N .AOS 1 IM •.7-. 7+r -..r. ♦. DYI C.ww 1-/0.7 PAGE 2 OF 19 21. Local share to be guarenteed by the Fishers Development Corporation Francis J. Murphy, 7.., w,.w.J A., >r StMTATM Supervisor k A6fMC1 MAAy 21. A-uc- r«. r..► vF i" nor+ t'eCNVto 1• x 00'0A-¢TATIO 4AA UWT z1. ADAwuSTLTM 0"<1 M ►totlat A/•l-CAT10N 4 lo• fnW_AnoM 5 ». ADOttu 30. Ft Dt11AL GU. -4T YIOerrTW$CA r10M 31. ACTIOM TA IP4 n, w, k r... .....J A., O. AwAROM ►.o.aAJ eo 13 ACTION OAn • t• STAXTr.O DATT t• O \ tUeCTTO • 1.1. COMACT rOt+ AOOrt10MAt INPOI+-AA• U. r.+• w.....A �., O a vTwweo 1•QA : PAM TION IN..- ..� /.i.,A..........., 1"00"0 00 DAn to AA�•.OAI.MT A IOCAJ .OI 17. 1ttM.AXt[S ADGtO . 0.1. Dena*to x O. unrwaAwM + "AJ � a TfD"AJ A44I,.CI d/.V.- .d . 1 0 '" A_•f. w ►� b-.. r ..� 9-0000 A-•1 AZT10.1 ( PA 0__ 5700_)2_(M. 10_791 R A.pA/q rcw .N .AOS 1 IM •.7-. 7+r -..r. ♦. DYI C.ww 1-/0.7 PAGE 2 OF 19 21. Local share to be guarenteed by the Fishers Development Corporation ( PA 0__ 5700_)2_(M. 10_791 R A.pA/q rcw .N .AOS 1 IM •.7-. 7+r -..r. ♦. DYI C.ww 1-/0.7 PAGE 2 OF 19 21. Local share to be guarenteed by the Fishers Development Corporation �^^ ADDrorrp OMB No. r ta.o n r ,. rO1^ vF.owA OMB N*. PART III — BUDGET INFORMATION — CONSTRUCTION "•CTION A — GENERAL 1. Federal Domestic Assisunca Catalog No. .... . ••••••. 66,918 2 Functional w Ottw Breakout SECTION 8 — CALCULATION OF FEDERAL GRANT .. only ler mvlsions/au9/nsnta►len Cow Cla..ifloaticn Told rurt.w AOvrovad Adluttn.rrt Arrwunt Amount • or I—) ReQulr.d 1. Administration expense 2 Fr.limirrry axile — 6.572%) ---------------- 1 Land stn.ctur". right.o f-woy 4. ArcMtecturai angina.ring b..ic is" 5. Othw archit.ctursl angin.erwg toes 6. Flojett impaction tees 7. Land dar.ioor.nt B. R.bcstion Exneneas 9. Ralocation PSYmatts to Individtsais and Btrina...s 10. D +mdition and rent 0%of 11. Construction and proj.a improvsmant t2. EQuipmant 11 Misollsnoous 14. Toni (Upas 1 throWh 13) ib Estimated Income /)/ap Wjc."j 14 Not PtM)ect Amount lL/na 14 m0frow /d) 17. Law: Ineogibla Exc►wiona (1,58%) 18. Add: Contingencle. 19. Total ►rojaa Amt. lfxc1ud1 q r+P .h.Orlirsrfon Grannl 20• FtW.rsl Sha- -Quested of Lina 19 ( 8 5 % ) 21. Add Rehabilitation Grsnts R.Qu.stsd trop ew,cwrr) 22. Total Federsl grant repuwt.d 14.in. 20 a 211 21 Grant.e shore (F' • I. Deve1 . Cor 24. Oth.rsh r.. (S t a t e) 25. Total prolan 22. 23 A 24) * Approved Contract EPA For.. 5700-32 (R.v. 10_71) S S 30,700.00 S 30,700 12,039.481 59,700 458, 888.00I (8,112 00� 467,000 561,327.48 3,927.48 557,400 561 327.48 3 927.48 557,400 (8-,822.35 22.35 (8,800) 22,944.44 (23,055.56 46,000 575,449.57 19,150.43 594,600 489,132.13 (16,267.87 505,400 (191900.00 --_ (19,900) 469,232.13 (16,267.87 485,500 51,980.24 (1 419.76 53,400 43 157.89 Z 442.11 44,600 35 64 , 370. 26 3(19,129. 74 s583,500 7 ►Aoc s or to On" Appror�d OMB No. !Jd•R0/!4 SECTION C - EXCLUSIONS tt..iAaatbn InMipbia fer Exsiud.d from mo o^=a^Nn"ncv Pfawmon 111 121 ' Storm Sewer Disconnnection : 8,822.35 = e. C. d. f• T'atar s 8,822.35 s SECTION D -PROPOSED METHOO OF FINANCING NON-FEDERAL SHARE 27. Grant*. sham S • �. Sacunti.a 0, IMwt"pp C Appropriation, (6Y Applicant) d. sondm a. Tax Laviaa 1. Plow Cash a°th"(Expi"^) Fishers Island Development Corp. A. TOTAL — Grsntas ti+ar. 51 980.24 51,980.24 21i. Other s/w.a .. Scat. e. Other 43 157.89 C. Total Otlw Shan. 29. TOTAL (95,138.13 SECTION E - REMARKS 'Y E►A F-- 3700—.72 (R^• )0_7'9) PART IV PROGRAM NARRATIVE TI E (Affach—S.. lnalrvctiona) ,AOC 11 0/ If 7 f _ J ADDENDUM PART TII -BUDGET INFORMATION - STATE ELIGIBLE COSTS PROJECT Not C-36-1149-03 APPLICANT: Town of Southold, Fishers Island Sewer District SECTION B(2) - CALCULATION OF STATE GRANT Coat Cl+aelllcation L Use only for "'ialons/auermentation Latest Approved Total State State Amount Ad}ustmant Amount 1- Administration Expense 2- Preliminary E 7 s' land Structures, Right -of --way 30,689.04 (10.96) 30,700 4, Architectural �gineering Basic Fees s- Other Architectural Eng. Fees 9,700 a• Project Lupection Fee. 7. Land Development a• Relocation Exper>sei 9• •.>••1•• Relocation pay menb to individuals and m 10. Demolition and Reinoval H- Construction and Project Improvement 12- Equipment g 467,000 13.- Mbceilaneous SUB TOTAL 561,316.52 + 3,916.52 18. Contingencieg TOTAL STATE ELIGIBLE COST 22,944.40 (21,055.60) 46,000 TOTAL STATE GRANT AMOUNT REQUESTED(7 575 438.57 19 161.43 5%) 594,600 43,157. 9 (1,442.2 ) 44,600 NOTES If State eligible cosU differ from Federal eligible cosU (Part Page 9) pled" explain the difference. III, Section 8 - DEC 4/81 * Approved Contract Subtotal Less Ineligible(Storm Sewer $561,316.52 Plus Contingencies(Line ) (1'S8�) (8,822.35) Total State Eligible Cost 22,944.40 $575,438.57 FISHERS ISLAND WASTEWATER FACILITIES -- STEP III ESTIMATE 6/25/85 REV. 4/19/85 CONSTRUCTION COST (BID - APRIL, 1985) PRELIMINARY EXPENSE (DESIGN ALLOWANCE) A/E CONTRACT (STEP III) ESTIMATED PROJECT COSTS (DECEMBER, 1984) LESS INELIGIBLE 1.58% (EST.) PLUS CONTINGENCIES (5% OF ELIGIBLE CONSTRUCTION COST) TOTAL ESTIMATED ELIGIBLE PROJECT COST GRANTS: BASIC FEDERAL GRANT @ 75% I/A GRANT @ 10% SUB -TOTAL FEDERAL SHARE LESS ADVANCE OF ALLOWANCE RECEIVED TOTAL FEDERAL GRANT REQUESTED STATE GRANT @ 7.5% TOTAL NEW GRANTS LOCAL SHARE (INELIGIBLE COSTS + 7.5% OF ELIGIBLE) $458,888.00 (LINE 11) $30,689.04 (LINE 2) $71,739.48 (LINE 4 & 6) $561,316.52 (LINE 14) $8,822.35 (LINE 17) $22,944.40 (LINE 18) $575,438.57 (LINE 19) $431,578.93 $57,543.86 $489,122.79 (LINE 20) $19,900.00 (LINE 21) $469,222.79 (LINE 22) $43,157.89 (LINE 24) $512,380.68 $51.,980.24 (LINE 23) TOTAL ESTIMATED PROJECT COSTS $564,360.92 (LINE 25) JUDITH T. TERRY TOWN CLERK REGISTRAR OF VITAL S'I'A FISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD April :19, 1985 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 Chesterfield Associates, Inc. P. O. Box 1229 Westhampton Beach, New York 1:1978 Gentlemen: In accordance with instructions received from Michael A. Horne, P.E., Henry Souther Engineering, Inc., I am returning herewithyour $50,000.00 Official' Check from The Suffolk County National Bank, No. 086521, placed with the Town of Southold as a bid' bond in the bid on the Wastewater Treatment Facility, Fishers Island Sewer District, C-36- 1149, April 15, 1985. Very truly yours, Judith T. Terry Southold Town Clerk Enclosure April 19,1 1985 The obovementioned check No. 086521 tri mount been received by me. ,000.00 has r:/june5terrlrelp jAssoclares, Inc. THE SUFFOLK COUNTY NATIONAL BANK D OF RIVERHEAD, N.Y. 11901 PAY 4'IK '- f Ilu ul�ur C1pIRriN- TO THE ORDER OF TOWN OF SOUTHOLD No.f� 50-546 214 APRIL 15 19 85 $ 500000.00 OFFICIAL CHECK AUTHORIZED SIGNATURE J 11'008 6 5 2 111' i:0 2 140 54641: 14 000001 9110 I PAY COUNTY NATIONAL BAI& THE SUFFOLK OF RIVERHEAD, N.Y. 11901 No. 50-546 214 APRIL 15 19 85 AN 50 00. 00 :#li `„�' 1 •, 0 OFFICIAL CHECK TO THE ORDER OF TOWN OF SOUTHOLD qU TH ORII EO SIGNATURE 1i'00865 2 11" 4020- 0 546 tit: 14 00000 t AY, 1984 REVISION JULY, 1984 .'OF. THE 117=11-7,' S ISLA:'D SE"VTEP DIST:;ICT C -3h-1149 EnUineer: Lenry Souther Engineering Inc., a Division 0.1. A.P. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut ,(SOF NEtyy C�)�P���� G > \�.' 05S�6Q �FESS100 I BID PROPOSAL/LUMP SUM BID IsPROJECT NO. a TO: Town of Southold Fishers Island Sewer District 53095 Plain Road Southold, NY 11971 11 Gentlemen: 1. The undersigned, having familiarized (himself, itself, themselves) with the existing conditions on the Project Area affecting the cost of the work, and with the Contract Documents as set forth in Article ; CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, ma- terials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to perform and complete this Contract, all in accordance with above -listed Documents at and for the following unit and lump sum prices. (The price is to be written in both words and fi res. In case of discrepancy, those shown in words will govern The L Sum Base �P B i d by me (us) includes all work indicated on,the drawings and/or described in the specifications. LUMP SUM B;? OF. J /c�c S DOLLARS I TEN and _ Ze-e CENTS. SIGNED DATE IB -107 2. In submitting this Bid, the Bidder understands that the right is reserved by the Town to reject any or all Bids. If written notice of the acceptance of this Bid is mailed. telegraphed or delivered to the undersigned within the time limit specified for holding of Bids for review in the "Invitation for Bids" after the opening thereof, or at any time thereafter before this Bid is withdrawn, the undersigned agreesito execute and deliver an Agreement in the prescribed form and furnish the required bonds within ten (10) days after the Agreement is presented to him for signature. {� j. Security in the sum Of �, 4:4 l I.�Ldt%f ,rl a /JeA,i, Dollars in the form of k c,l�.e�is submitted herewith in accordance with the Instructions to Bidders. 14. Attached hereto is: a. Affidavit(s) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. b. The Bidder is prepared ;o submit a financial and experience statement upon request. • CERTIFICATION OF NONSECREGATEO FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drink- ing fountains. recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race, color, religion or national origin, be- cause of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods), he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the Provisions of the Equal Opportunity cla us•_, and that he will retain such certifi- cations in his files. NOTE: The penalty for ria::i..-r ;n nffers is prescribed in 18 U.S.C. Paragraph 1001. IB -10u Date: Official Address: IF- �� i Lib � SS • ��L By: Y Title: C, t RECEIPT OF ADDENDA Addendum Sii nature Date 2 3 4 Firm's Treasury Number: `'��� i l✓� All principals' Social Security Numbers and full home address: Principal's Name and Number: Principal's Full Address: C �P�., .�. , �� eta•-, L' , er� G �11.Lov nt� 1 AL1 —•�� � � � � t -� �� L inn zn� � � S f � � c �tt'. � � --�-f � �' - IB -1C9 NON-CQWSION AFFIDAVIT OF PRIME BIDOE1� STATE OF COUNTY OF ) I being first duly sworn, deposes and says that: of i—� - -, �; ; s the Bidder that has su mi tte the attached icor FISHERS_ ISLAND WASTEWATER TRFATMFNT FAr^TT TTT>~ c C-36-1149. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly• with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or'of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, represent (fives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) c Subscribed and sworn o before me this day of TERRY LEE W. WOO NOTARY PUBLIC, State of New -York No. 4781204. Suffolk County4r Commission Expires March 30, 191_/ -� /Notary Pub I i -c My Commission Expires 4 IB -110 IB -126 00039 Ufo ENVIRONMENTAL PROTECTIONWENCY CERTIFICATION OF NONSEGREGATED FACILITIES Applicable to federally assisted construction contracts and related subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the Equal Opportunity clause. The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facili- ties at any of his establishments, and that he does not permit his em- ployees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise.The federally assisted construction contractor agrees that (except where he has obtained identical certif- ications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the provisions of the Equal Op- portunity clause, and that he will retain such certifications in his files. r Signature Date L \ `� � ��� -- 1 :' 1`�Jj �✓✓ N • - OM1 �,nr'�C J y A �G \/ Name and Title of Signer (Please Type) The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (EPA, Region II, 2/24/75) IB -126 00039 ` - U.* ENVIRONMENTAL PROTECTIONIWENCY CERTIFICATION BY BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Bidder`L Project Number e -,X -Ort INSTRUCTIONS This certification is required pursuant to Executive Order 11246, Part II, Section 203 (b), (30 F.R. 12319-25). Each bidder is required to state in his bid whether he has participated in any previous con- tract or subcontract subject to the equal opportunity clause; and, if so, whether he has filed all compliance reports due under.applicable filing requirements. CONTRACTOR'S CERTIFICATION J Contractor's Name: C.L �c <i e r+s�c{ srj-�c Address: G: \�4 LILL- 1. Bidder has participated in a previous contract or subcont act sub- ject to the Equal Opportunity Clause. YES l NO 2., Compliance reports were required to be filed in connection with such contract or subcontract. YES // NO If YES, state what reports were filed and with what agency. 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. YES / NO 4. If answer to Item 3 is "NO", please explain in detail on reverse side of this certification. Certification The information above is true and complete to the best of my knowledge and belief. A willfully false statement is punishable by law. (U.S. Code, Title 18, Section 1001). A� c' S NAME AND TITLE OF SIGNER'- PLEASE TYPE By: /' Date:_,; �• (SIGNATURE) (EPA, REGION II, 2/24/75) 00040 IB -127 BID PROPOSAL/LUMP SUM BID PROJECT NO. C 1 6 [( 4c// TO: Town of Southold Fishers Island Sewer District 53095 11ain Road Southold, NY 11971 Gentlemen: 1. The undersigned, having familiarized (himself, itself, themselves) with the existing conditions on the Project Area affecting the cost of the work, and with the Contract Documents as set forth in Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, ma- terials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to perform and complete this Contract, all in accordance with above -listed Documents at and for the following unit and lump sum prices. (The price is to be written in both words and fi res. In case of discrepancy, those shown in words will govern The Lump Sum Base Bid by me (us) includes all work indicated on -the drawings and/or described in the specifications. LU1P c.SUM �lB�$I F:t����Gu/� j�I� DOLLARS — and ? f, -CENTS. "OR-LHPORT.I'LY-'IU6L - SIGNEll f DATE t 077 IB -107 i t 2 3 0 . 0 In submitting this Bid, the Bidder understands that the right is reserved by the Town to reject any or all Bids. If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the undersigned within the time limit specified for holding of Bids for review in the "Invitation for Bids" after the opening thereof, or at any time thereafter before this Bid is withdrawn, the undersigned agreesito execute and deliver an Agreement in the prescribed form and furnish the required bonds within ten (10) days after the Agreement is presented to him f r s.gnature. Security in the sum of Dollars ($ in the form of herewith in accordance with the Instructions to Bidders. 4. Attached hereto is: is submitted a. Affidavits) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. b. The Bidder is prepared "zo submit a financial and experience statement upon .request. CERTIFICATION OF NONSEGREGATED FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drink- ing fountains. recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated b.y explicit directive or are, in fact, segregated on the basis of race, color, religion or national origin, be- cause of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods), he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding SIO' ,000 which are not exempt from the provisions of the Equal Opportunity claus• and that he will retain such certifi- cations in his files. NOTE: The ,penalty for riaki,." ctor.-n, nt5 in prescribed in 18 U.S.C. Paragraph 1001. IB -lou Date: 4 T Official Address: otos F=0; ,Lo Hca ROAQ + q, By: s Titl �- RECEIPT OF ADDENDA Addendum Signature Date 411 3 4 Firm's Treasury Number: 1' / All principals' Social Security Numbers and full home address: Principal's Name and Number: �X- 0�4 �/ t��z� M� zL-- IB-1C'9 Principal's Full Address: Ftp 6.4 t `-t <<� ((W 3 STATE OF COUNTY OF NONCOLLUSION AFFIDAVIT OF PRIME BIDDER SS. S T� rct-� t(l'lw�f �4 L- , duly sworn, deposes and says that: 1. He is d'� �� ,� Bidder being first OT l/v c� _ as s the attac e ; or FISHERS ISLAND WASTEWATER T RATMRt;1'r' FAf'TT.TTTF,S C-36-1149. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; y. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way co)luded, conspired, connived or agreed directly or indirectly - with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and -- 5. The price or prices Quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) I%(� Subscribed and swo _.day of tobpi fore me this 19 13UTf1 ROSENTM n NOTARY PU31IC, S`nte of New York V, f°-!'=7970 — No county Cominissioo txV s .;: rc' j0.19 My Commission Expires Sc IB -110 InternatOnal Fidelity Insurancefom an e, • �• a n y eZ 24 COMMERCE STREET NEWARK, N. J. 07102 Z 4 VV SV•. BBSU #035034 KNOW ALL HEN BY THESE PRESENTS: That we, the undersigned, AMA CONSTRUCTION CORP. as Principal, and THE INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation of the State of New Jersey, as Surety, are held and firmly bound unto TOWN OF SOUTHOLD in the penal sum of 5% amount bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 11th day of April 1985 The condition of the above obligation is such that whereas the Principal has submitted to TOWN OF SOUTHOLD a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for Waste treatment facility - Fishers Island - #C-36-1149 NOW, THEREFORE, (a) If said bid shall be rejected, or in the alternate (b) If said bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto, properly completed in accordance with said bid, and shall furnish a bond for the faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid; THEN, THIS OBLIGATION SHALL BE VOID, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liabil- ity of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the said bid may be accepted; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereto set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by ter proper officers, the(ay and ye first set forth above. Signed, sealed and deli ATTESTt_ ATTEST: Bid Bond in the p sence o : CONSTRUCTIgN/ C Principal -J INTERNATlOkLU FIDELITY IN CE CO. By. Patricia Healy, Attorney-in-fac b`iate of S5. County of c d E, On this day of '19 before me personally came � 3 0 to me known, Q and known to me to be the individual described in and who executed the foregoing instrument,and acknowledged tome that he executed the same. My commission expires Notary Public ------------------------------------------------------------------------- State of ss. County of M C E On this day of _, 19 , before me personally came m E °' to me known and known to m( U. 3 0 C v to be a member of the firm of Q described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for th act and deed of said firm. My commission expires Notary Public ss. County of � c this day of19, beloic me personally cam c O/ \ C E a c wh eing b ,me duly sworn, did pose d say that he is the VC Q of the corporation described in and which executed the above instrument; thdf he knows the seal of saicorporation; that the a affixe said instrument is sucfv corpprate;seat that it was so affixed b rder of the Board of Directors of sai corporation and that he signed h q ^^r ata name thereby e brdefC or NeGo'to).c My commission -.expires Notary Public to me knows. State of County of NEW YORK NASSAU I ss. On this -11th day of April , 19 85 , before me personally cam 5 E PATRICIA HEALY to me known, who, being by me duly sworn, did depose and say thi in he is an attorney in -fact of INTERNATIONAL FIDELITY INSURANCE COMPANY the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the se a affixed to the within instrument is such corporate seal, and that he signed the saidinstrument andaffixed the said seal as Attorn_e-in-Fa, by authority of the Board of Directors of said corporation and by authorityof this office under the Standi '�� g solutions thereof. DIANE HOWARD NOTARY PUBLIC, State of New York No.4735882 My commission expires Qualified In Suffolk ridunty ^^^ _ Commission Expires Marc"6,_19'd� Notary Public TEL. (201) 624-7200 POWER OF ATTORNEY International Fidelity Insurance Company HOME OFFICE: 24 COMMERCE STREET NEWARK, NEW JERSEY 07102 BOND NO. 0.37 � 3� KNOW ALL MEN BY .THESE PRESENTS: That International Fidelity Insurance Company, a corporation organized and existing under the laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint Agnes Mulhall and/or Patricia Healy and/or Diane Howard Plainview, N.Y. w its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature hereof, which are: or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said International Fidelity Insurance Company, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. ; This Power of Attorney is executed, and maybe certified to and may revoked, pursuant to and by authority of Article 2, - Section 3, of the By- Laws adopted by the Board of Directors of International Fidelity Insurance Company at a meeting called and held on the 23rd day of December, 1968. i The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority s (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach tate Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such Attorney-i:;-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 4th day of February, 1975 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid_ and binding upon the Company in _ the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, International Fidelity Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this Ist. �E'ILI7Y /HS \ NUq G'P00, IZw pS�l day of May A.D. 1982 O rn ti 1904 + o y . Fy Wks 3 STATE OF NEW JERSEY County of Essex Executive Vice President On this I st. ' . day of May 1982 ; before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the International Fidelity Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. fC.o A Q• y'9 , • IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, R '•.'fl at the City of Newark, New Jersey the day and year first above written. / �p(I LIr' Notary Public My Commission Expires April 14, 1988 CERTIFICATION 1, the undersigned officer of International Fidelity Insurance Company do hereby certify and that 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 set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. 1N TESTIMONY WHEREOF, I have hereunto set my hand this �� L day of C l9 S-0 Assistant Secretary INTERNATIONAL FIDELITY INSURANCE COMPANY U COMMERCE ST., NEWARK, NEW JERSEY 97102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT DECEMBER 31, 1983 ASSETS Bonds (Amortized value) .......................... $9,687,119 Common Stocks (Market value) ...................... 450,519 Mortgage Loans on Real Estate ...................... 156,626 Real Estate ................................... 85,000 Cash & Bank Deposits ............................ 1,157,512 Short Term Investments ........................... 1,499;218 Unpaid Premiums & Assumed Balances ................. 145,784 Reinsurance Recoverable on Loss Payments .............. 335,137 Interest & Dividends Due and Accrued ................. 360,680 Funds Held in Escrow Accounts ..................... 1,787,288 Collateral Funds Held Under Contract ................. (1,787,288) Contract Balances Due & Unpaid ..................... 124.729 Due from Essex Bonding Agency, Inc . ................. 14,403 Equities and Deposits in Pools and Associations ........... 4 TOTAL ASSETS ............................ $14,016,731 LIABILITIES, SURPLUS & OTHER FUNDS Losses (Reported losses net as to reinsurance ceded and incurred but not reported losses) .................... $5,734,723 Loss Adjustments Expenses ........................ 1,721,011 Contingent Commissions & Other Similar Charges .......... 53,126 Other Expenses (Excluding taxes, licenses and fees) ........ 58,911 Taxes, Licenses & Fees (Excluding Federal Income Tax) ..... 107,804 Federal Income Taxes ............................ 38,000 Unearned Premiums ............................. 2,782,900 Funds Held by Company Under Reinsurance Treaties ....... 50,000 Accounts Withheld by Company for Account of Others ...... 6,772 Liability for Unauthorized Reinsurance ................ 26,089 TOTAL LIABILITIES ........................ 510,579,336 Capital Paid-up ................................. 1,004,150 Gross Paid -in & Contributed Surplus .................. 380,450 Unassigned Funds (Surplus) ........................ 2,052,795 Surplus as Regards Policyholders .................. S3.437,395 TOTAL LIABILITIES, SURPLUS 8c OTHER FUNDS ... S14,016,731 I, PHILIP KONVITZ, President of International Fidelity Insurance Company, certify that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company at the close of business, Dec. 31, 1983 as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. IN TESTIMONY WHEREOF, I have set my hand and affixed the seal of the Company this 28th day Feb., 1984. uTy 'EO INTERNATIONAL FIDELITY INSURANCE COMPANY SEAL s 1904 c President BID PROPOSAL/LUMP SUM BID PROJECT NO. C 36-1149 TO: Town of Southold Fishers Island Sewer District 53095 Main Road Southold, NY 11971 Gentlemen: 1. The undersigned, having familiarized (himself, itself, themselves) with the existing conditions on the Project Area affecting the cost of the work, and with the Contract Documents as set forth in Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, ma- terials, machinery, tools, appurtenances, equipment, and services. including utility and transportation services required to perform and complete this Contract, all in accordance with above -listed Documents at and for the following unit and lump sum prices. (The price is to be written in both words and fi res. In case of discrepancy, those shown in words will govern The Lump Sum Base Bid by me (us) includes all work indicated on -the drawings and/or described in the specifications. LUMP SUM BID OF: Four hundred eighty-nine thousand six hundred-------- DOLLARS (WRITTEN) and 00 CENTS. $ 489,600. C 00 r SIGNEll1.LX � DATE April 15, 1985 Paul F. Machnik IB -107 1. In submitting this Bid, the Bidder understands that the right is reserved by the Town to reject any or all Bids. If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the undersigned within the time limit specified for holding of Bids for review in the "Invitation for Bids" after the opening thereof, or at any time thereafter before this Bid is withdrawn, the undersigned agrees1to execute and deliver an Agreement in the prescribed form and furnish the required bonds within ten (10) days after the Agreement is presented to him for signature. 3. Security in the sum of 5% of TotAl Bid Dollars (S ) in the form of Bid Bond is submitted herewith in accordance with the Instructions to Bidders. 1 4. Attached hereto is: a. Affidavit(s) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. b. The Bidder is prepared :o submit a financial and experience statement upon request. ' CERTIFICATION OF NONSEGREGATED FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms. restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drink- ing fountains, recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race, color, religion or national origin, be- cause of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time peri.ods), he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding SI0,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifi- cations in his files. NOTE: The penalty for riaki^" in rnff,jr% is prescribed in 18 U.S.C. Paragraph 1001. IB -108 Date: April 15P P 1 9Rr, Official Address: Machnik Industrial Area P. O. Box 219 Old Lyme, CT 06371 i ii e. By: Paul F_ Machnik f Title: PrP -,i dent RECEIPT OF ADDENDA Addendum Signatures Date L1J,Q / ` April 15, 1985 2 _ 3 4 Firm's Treasury Number: Qh_ 967Sar; All principals' Social Security Numbers and full home address: Principal's Name and Number: Paul F. Machnik - 044-34-5152 Judith A. Machnik - 048-34-0347 IB -1^9 Principal's Full Address: 37-1 Mile Creek Road Old Lyme, CT 06371 NONCOLLUSION AFFIDAVIT OF PRIME SIDO� STATE OF CONNECTICUT ) SS. COUNTY OF NEW LONDON ) 1 Paul F. Machnik being first duly sworn, deposes and says that: 1. He is President of O CO , INC . 1. _ , the Bidder that as submitted the attac e I ; or FISHERS ISLAND WASTEWATER TREATMENT FArTT.TTTFS C-36-1149. Z. He is Ful 1Y informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; M. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly - with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Paul F. Machnik (Title) President Subscribed and sworn 15th day of A s to before me this ary ruDiic My Commission Expires IB -110 CERTIFICATE AS TO CORPORATE PRINCIPA I. Judith A. Machnik certify that 1 am the Secretary of the Corporation named as Principal in the within bond; that va„1 F _ Machnik ' who signed the said bond on behalf of the Principal was then President of said Corpration; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said Corpora- tion by authority of this governing body. orate! 1 Secretary/Treasurer (Title) STATEMENT Of BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the Town.) All questions must be answered and the.data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on sep- arate attached sheets. The Bidder may submit any additional information he de- sires: Name of Bidder. MACHNIK CONSTRUCTION CO., INC. 2. Permanent main office address. Machnik Industrial Area - P.O. Box 219 Old Lyme, CT 06371 3. When organized. 10-1-77 4. If a corporation, where incorporated. Connecticut S. Hoa many years have you been engaged in the contracting business under your present firm or trade name? 7�- years 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) See attached 7.• General character of 'work performed.by your company. Sewer Works -Water Works - Paving -Site Work -Road Building and Demolition 8. Have you ever failed to complete any work awarded to you? If so, where and why? No 9. Have you ever defaulted on a contract? If so, where and why? No 10. List the more important projects recently completed by your company., stating the approximate cost for each, and the month and year completed.See attached 11. List your major equipment available for this Contract. See attached 12. List your experience in work similar to this project. See attached 13. List the background and experience of the principal members of your organi- zation, including officers. See attached 14. List the work to be performed by Subcontractors and summarize the dollar value of each Subcontract. No su17 contractors. 15. Credit available: S 250,000.00 16. Give bank reference: CT National Bank -250 Captain's Walk -New. London, CT Attn: John Weeks 06320 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Town? Yes IB- 115 18. The undersigned her y authorizes and requests any Orson, firm or corpora- tion to furnish any information requested by the Town in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this 15th day of April - 19 85. MACHNIK CONSTRUCTION CO., INC. Name of Bidder Paul F. Machnik Title: President STATE OF CONNECTICUT ) SS. COUNTY OF NEW LONDON ) Paul F. Machnik being duly sworn deposes and says that he is President of MACHNIK CONSTRUCTION CO. INC. Name of Organization and that the answers to the foregoing questions and all statements therein con- tained are true and correct. Subscribed and sworn to before me this 15th day of April My Commission Expires IB- 116 STATEMENT OF BIDDER'S QUALIFICATIONS 6. FINAST Super Center - Guilford, CT $ 87,335.00 Water Line and Site Work Completion Date: May 15, 1985 "The Piano Works" Renovation - Deep River, CT $274,550.00 Demolition and Site Work Completion Date: July 30, 1985 The Chart House - Chester, CT $274,972.00 New Sewer System Completion Date: June 30, 1985 10. Merestone Construction Co. - Waterbury, CT $924,916.00 Demolition and Site Work -Fairmount Hghts. Apts. Completed: November 3, 1984 Town of Middlefield, CT $ 96,903.30 Road Construction Completed: October 29, 1984 Fowler Convalescent Care Center - Guilford, CT $ 99,018.00 Sewage Disposal System Completed: June 30, 1984 Town of East Lyme $ 91,917.00 Road reconstruction and drainage installation Completed: November 10, 1984 Connecticut Light & Power Co. $133,888.00 Septic System @ Shoreline Service Center -Madison, CT Completed: December 22, 1984 11. 8 Back Hoes, ranging from 3/7 c.y. to 1k c.y. 4 Payloaders 8 Dump Trucks 2 Trailer Dumps 3 Bull Dozers 3 Cranes 13. Paul F. Machnik: 20 years with Machnik Brothers and 7z years with Machnik Construction Co.- Equipment Operator and Supervisor Charles Raffuse: 18 years with ARC Site Development- Machnik Construction Co. since 3-29-82- Equipment Operator and Supervisor Alfred H. Smith, Jr.: 7 years with Smith Construction Co. Machnik Construction Co. since 4-19-82 - Equipment Operator and Supervisor BID BOND ► • Bond No ATNA FIRE UNDERWRITERS INSURANCE COMPANY HARTFORD, CONNECTICUT , The American Institute of Architects, AIA Document No. A310 (February, 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, that we MACHNIK CONSTRUCTION CO. , INC. 41 HATCHETT HILL ROAD, P.O. BOX 219 OLD LYME, CONNECTICUT 06371 as Principal, hereinafter called Principal, and )ETNA FIRE UNDERWRITERS INSURANCE COMPANY of Connecticut and whose principal office is located in the City of Hartford, State of Connecticut, a corporation duly organized under the laws of the State of CONNECTICUT as Surety, hereinafter called the Surety, are held and firmly bound unto TOWN OF SOUTHOLD as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF PROPOSAL PRICE Dollars ($ 5% of P. P. ) for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, adn.ini%. trators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for WASTEWATER TREATMENT FACILITY, FISHERS ISLAND SEWER DISTRICT #C-36-1149 NOW, THEREFORE, if the Obligee shat! accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accord- ance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with flood and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the dif- ference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 15th day of April 19 85 MACHNIK CONSTRUCTION CO., INC;, (Principal) (Seat) %. F M,r}r HAJJr ; (Title) �XS t j%F?VT" )ETNA FIRE UNDERWRITERS INSURANCE COMPANY (Surety) (Seal) Eleanor Doudera, (Tile) Attorney—in—Fact Rwuad to February, 1970 S! 5714b X Printed in U.S.A. Form 152 Corp. Ack. STATE OF COUNTY OF On this..... ..................... d py of......... 9...X3, before me personally came to me known, who, being by me duly sworn, did depose and say; tbethe resides in... 0e000 ..................... e .... .................................. that he is the..------...... Machnik Construction Co., Inc. ofthe ....................... .................................................................................................................................. the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to said instrument. is such corporate seal; that it was so affixed by order of the Board of Directors of said cor- i poration his name thereto by like order. (Seal) 49 ! 827481 Aetna FIRE UNDERWRITERS INSURANCE COMPANY POWER OF ATTORNEY OF HARTFORD, CONNECTICUT Know all Men by these Presents, That AETNA FIRE UNDERWRITERS INSURANCE COMPANY, a corporation created by and existing under the laws of the State of Connecticut, having its principal office in the City of Hartford, State of Connecticut, does hereby nominate, constitute and appoint RICHARD F. FERRUCCI, JOSEPH b'. MUNSON RLEA'110R DOUDERA, WM. R. TOWNE, II, and JAMES F. JOYCE, all of the Garden City, State of New Cork* I s true and lawful at.to.rney(s) in fact, with full power and authority hereby conferred to execute, and to affix thereto the seal of the corporation, as Surety, as its act and deed, suble4t;tcr1he limitations and conditions hereinafter setforth, boi,ds and undertakings as foflows. Any and all bonds and undertakings of.suretyship*. and to bind AETNA FIR) UNDERWRITERS fNSURANCE:COMPANY thereby, asJully and to the same extent as if such bond:wiere signed by the duly authorized officers of AETNA'F;IRE UNDERWRITERS INSURANCE COMPANY„grid all theractsof said attorney(s), pursuant to?the authority herein given, are hereby ratified and confirmed. This power of attorney rs grented under and by the authorny of the following appticable paragraphs of ARTICLE 11 of the BYLAWS of the company. The president or a vice president rnaey execute fidef ty end surety bonds, and nther.boncN, f..ontracts ❑t tnde'rnnity, recognizant 's,.stipulations, undertak- ings, receipts, releases, deeds :releases oi;mortgages contracts, agreements, policies, notices o.f'appearanee;;waivers of citation:And consents to modifica- tions of contracts as may be regt?1+.eti rn-the ordinary bourse of business or by va.te:of'the direcibrs, and sucn.execubon may 0eat1wAed where necessary or desirable and the seal of the company wlte.re necessary or desirable may be affixed to the speo.4clristrument bya secretary or grr aSsiMant secretary. The president or a vice president:tnay;with the concurrence of a secretary or at) assistant:SecrEtary appoint :and aurhori?ean attorney-in-fact or any other person to execute on behalf of ihe::cornpany any such instrunw-pts and undertakings and to aifkx t:he seat clf. t:h company thetetd where necessary or desir- able. The attorneys -in -fact under the preceding paragraphs of this article are authorized and empowered to certify To a copy of any of the bylaws of the company or any resolutions adopted by the directors or to the financial statement of the condition of the company and to affix the seal of the company thereto where necessary or desirable. This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolution, adopted by the Board of Directors of the AETNA FIRE UNDERWRITERS INSURANCE COMPANY at a meeting duly called and held on the 23rd day of May, 1969. RESOLVED: That in the execution, attestation and sealing of any instrument or undertaking authorized by Aruclo 11 of the Bylaws, the use of facsimile signatures f the officers and of a facsimile of the Company seal is hereby authorized. IN WITNESS WHEREOF, AETNA FIRE UNDERWRITERS INSURANCE COMPANY has caused these presents to be signed by its President and its Secretaryand its corporate seal to be hereunto affixed, attested b' its Secretary, this ... 22nd da o . August 83 P Y Y, �.... y f.....u. _.........19.._.... AIN# FIR �Yrtf�ERG4,R}�E{iS�IN�RANCE COMPA Attest: ,,.• •••.. � � • cret y j���al��Ro H. F. MC CRANIE, JR. Vice Pr ent STATFIOF CO DELAWARE AET� 4�"INVE NSURANCE ft - AC On this 22nd day of August83 19... ...., before me, a f and J. J. MURPHY who acknowledged themselves to be the President and Secretary of AETNA FIRE tion; and thatztjaey,,ag.4yph President and Secretary being authorized so to do, executed the foregoin ing the nameAf`fhe co; ofdt'ig7l by themselves as President and Secretary, and that said Secretary a the executt®ri ftilheto � ifistrument. In W Mess, ja6f lgii.yurdo set my hand and seal. o r JOAN LOUGHRAN. 11! NOt* 1 J • ecretary i`R1jb,Z,XrsonaI1y appeared H F McCRANIE, JR. RI ERS INSURANCE COMPANY, a corpora- ument for the purposes therein contained by sign - thereto the seal of the corporation and attested to . Darbf, Delowate Coin, JOAN LOUGHRAN t% Notary Public �/, �A ti r^�. Jar Commission Expires lanl/1 487. CERTIFICATE 1, the undersigned, Secretary of,the AETNA FIRE UNDERWRITERS INSURANCE COMPANY. a Connecticut corporation, DO HEREBY CERTIFY that the above and foregoing Power of Attorney remains in full force and has not been revoked, and, fuittiermore, that the paragraphs of ARTICLE 1! of the BYLAWS of the corporation, and the Resolution of the Board of Directors, as set forth in the Power of Attorney, are now in force Signed and Sealed at Hartford, Connecticut, this day of , .April• . 19 ... 85. U��JNSU State of New York, C. County of Nassau ss. co RPHY Secretary • City of Garden City On this ...... 15th . , da of Apr i1 9 5 before me personally appeared y .. Eleanor Doudera...... , to me known, who being by me duly sworn, did depose and say at he resides in .... Suf folk, . County,... . . New ,York ....... ..... ...... : that he is Attorney -in -Fact of AETNA FIRE UNDERWRITERS INSURANCE COMPANY, the corporation described in and which executed the foregoing instrument; that he knows the seal of said Corporation; that the seal affixed to such instrument is such corporate seal and was attached thereto by authority granted under the By -Laws of said Corporation, and that he signed his name thereto as Attorney -in -Fact by authority granted under the By -Laws of said Corporation, and that the said Corporation has received from the Superintendent of Insurance of the State of New York a certificate of solvency and of its sufficiency as surety or guarantor under Section 327, Chapter 882 of the Laws of 1939, being Chapter 28 of the onsolidated Laws of the State of New York for the year 1939, and as amended and that such certificate has not been revoked. (SEAL) STEPHEN GENTILE otary Public #4409 NOTARY PUBLIC, Stite of New York BS 23 Ptd in U.S a No. 41-6437553 Queens County Term Expitas March 30, 191 AETNA FIRE UNDERWRITERS INSURANCE COMPANY ASSETS 9 FINANCIAL STATEMENT December 31,1883 Bonds......................................................................... $26,372,490 Short Term Investments.......................................................... 1,222,159 Stocks................................._..................................... 0 RealEstate..................................................................... 146,927 Cash on Hand and in Bank ........................................................ 1,026,108 Premiums in Course of Collection .................................................. 1,802,304 Interest Accrued................................................................ 622,156 Other Assets.................................................................... 30,427,796 TOTAL ASSETS.......................................................... $61,619,940 LIABILITIES Reserve for Unearned Premiums ................................................... $ 5,058,403 Reserve for Losses and Loss Expenses .............................................. 16,569,746 Reserve for Taxes............................................................... 117,748 Reserve for Dividends............................................................ 0 Funds Held Under Reinsurance Treaties ............................................. 0 Other Liabilities................................................................. 29,206,005 TOTAL LIABILITIES....................................................... $50,951,902 Capital: 250,000 Shares, $10 Par Value ............................................ $,.2,.,00,0001. Surplus (Unassigned) ............................................................ 8,168,038' SURPLUS TO POLICYHOLDERS ............................................ $10,668,038 TOTAL.................................................................. $61,619,940 STATE OF PENNSYLVANIA) COUNTY OF DELAWARE ) H.F. McCranie, Jr., being duly sworn, says that he is the Vice President of the AETNA FIRE UNDERWRITERS INSURANCE COMPANY and that to the best of his knowledge and.belief the foregoing is a true and correct statement of the said Com- pany's financial condition as of the 31st day of December, 1983. Sworn to before me this 28th day of February, 1984. NOTARY PUBLIC My Commission Expires September 21, 1987 J BS -22201b Qtd m U.S.A. VICE PRESIDENT Q: BID PROPOSAL/LUMP SUM BID PROJECT NO. C-36-1149-03 TO: Town of Southold Fishers Island Sewer District 53095 Plain Road Southold, NY 11971 Gentlemen: I. The undersigned, having familiarized (himself, itself, themselves) with the existing conditions on the Project Area affecting the cost of the work, and with the Contract Documents as set forth in Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision. technical personnel, labor. ma- terials, machinery, tools, appurtenances, equipment, and services. including utility and transportation services required to perform and complete this Contract, all in accordance with above -listed Documents at and for the following unit and lump sum prices. (The price is to be written in both words and fi res. In case of discrepancy, those shown in words will govern The Lump Sum Base Bid by me (us) includes all work indicated on -the drawings and/or described in the specifications. LUMP SUM BID OF: SLY /ftiNb_j?E,6 lel/N- i y'/=11/E i7&)Ue1bVd — DOLLARS 'I TE —' and f�U CENTS . $ (0a' _ 6 0 e) 0 SIGNEll DATE April 15, 1985 Victor H. Bartels, Vice President III -107 i �• 2. In submitting this Bid, the Bidder understands that the right is reserved by the Town to reject any or all Bids. If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the undersigned within the time limit specified for holding of Bids for review in the "Invitation for Bids" after the opening thereof, or at any time thereafter before this Bid is withdrawn, the undersigned agreestto execute and deliver an Agreement in the prescribed form and furnish the required bonds within ten (10) days after the Agreement is presented to him for signature. 3. Security in the sum of 5% of Amount Bid Dollars (S � in the form of BID BOND is submitted herewith in accordance with the Instructions to Bidders. 4. Attached hereto is: a. Affidavit(s) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. b. The Bidder is prepared to submit a financial and experience statement upon request. CERTIFICATION OF NONSEGREGATED FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments. and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drink- ing fountains. recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated by explicit directive or are, in fact, segregated on the basis of race. color, religion or national origin, be- cause of habit. local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods). he will obtain identical ce?tifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are.not exempt from the provisions of the Equal Opportunity clause. and that he will retain such certifi- cations in his files. NOTE: The penalty for riaki �•��:� at.�! "+� r,t% in .,ff�r5 i5 prescribed in 18 U.S.C. Paragraph 1001. IB -103 Date: April 15, 1985 Official Address: 454 Boston Post Road Waterford, CT 06385 Addendum I Dated 12/31/84 2 3 4 By: Victor H. Bartels Title: Vice President RECEIPT OF ADDENDA Signature P.Q:�62, Firm's Treasury Number: 06-0936385 All principals' Social Security Numbers and full home address: Principal's Name and Number: CARLIN CONTRACTING CO., INC. #06-0936385 IB -1C9 Da to Received 3/19/85 Principal's Full Address: 454 BOSTON POST ROAD WATERFORD, CT 06385 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF CONNECTICUT SS. COUNTY OF NEW LONDON ) t Victor H. Bartels being first duly sworn. deposes and says that: 1. He is Vice President of CARLI 0 T CINC__ �._ t e er t at as submitted the -attached : for FISHERS ISIXTR WASTEW,&JER T FATMFNT FArr TTTFS- C-36-1149. Z. He is ful ly informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired. connived or agreed directly or indirectly - with any other Bidder. firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead. profit or cost element of the Bid price or the Bid price of any Bidder. or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives owners, employees. or parties in interest, including this affiant. / Q (Signed) Victor H. Bartels (Title) Vice President Subscribed and sworn to before me this 5 . 15th day of April 198 Madeline R. Piscatella Notary Public My Commission Expires 3/31/89 IB -110 810 BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned CARLIN CONTRACTING COMPANY, INC. as Principal, and INSURANCE COMPANY OF NORTH AMERICA , as Surety, are held and firmly bound unto the Town of Southold hereinafter called the "Town", in the penal sum of FIVE PERCENT OF AMOUNT BID Dollars, ($ 5% ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and as- signs, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas the Principai has submitted the Accompanying Bid, dated APRIL 15 19 85, for the Construction of FISHERS IST.AND WASTF[dATFg T_ FAT*!FrT'r PAf'TT.TTTFc-3b-l149 NOW THEREFORE, If the Principal shall not withdraw said Bid within the period spe- cified therein after the opening of the same, or within any extended time period agreed to by the Principal, Surety and Town, or, if no period be specified, within forty-five (45) days after -the said opening, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Town in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper ful- fillment of such Contract; then the above obligation shall be null and void and of no effect, otherwise to remain in full force or virtue. Failure to comply with the aforementioned condition shall result in the forfeiture of this Bid Bond as liquidated damages. IN WITNESS WHEREOF, The above -bounded parties have executed this instrument under their several seals this 15th day of APRIL . 19 8S the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned representative, pursuant to authority of its governing body. No extension of time or other modification of this Bid. Bond shall be valid unless agreed to in writing by the parties to this Bond. IB -112 POWER OF ATTORNEY Insurance Company of North America a CIGNA company #106363 Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company an March 23, 1977, to wit: in th"RESOLVED pursue nt_to Articles 3.6 and 5 1 outhe By=laws, the tollowing Rules shelf govern the execution for the Company of bonds, und e nature thereof: ertekmgs, recognrzances, contracts and other writings -.: ..._..- Iia That the President, or any, Executive Vice President, Senior Vice President, Vice President, Assistant Vita President, Resident vice President or Attorney -in -Part, may execute for and in behalf of the Company any and all bonds, undertakings, recognizarlces, contracts Arid other writings in the nature thereof, the same to be attested: when necessary by the Secretary, or a Resident Secretary, an Assistant Secretary or a Resident Assistant Secretary, and the: seal of the Company affixed thereto;. and that the Pres,deni, or any Executive Vice President. Senior vice President, or Vice President may appoint and authorize Assistant Vice Presidents, Resident Vice Presidents, Secretaries, Resident Secretaries, Assistant Secretarles,.,Resldenl Assistant Secretaries and Attorneys -in -Fact to so execute or attest to the executioh of au, such writings on behalf of the Company and to affix the seal.:of the Company thereto. 121 Any such writing executed in accordance mth these Rules shalt be albinding upon the Company in any case as ihough signed by the President and arrested by the Secretary: 131 - The signature of the President, or an Executive Vice President, or Senior Vice President, or Vice President and rhe seal ofthe Companyinay be affixed by faCsinarl on any power of attorney granted oursuant to this Resolution, and the signature of a certifying officer and the seat of the Company be affixed by facsimile to any Certificate of any such powe a and any such power or cernhcaie ted beating such facsimile signature andseat shatl.be valid and binding on the Company. fill Such Assistant Vice Presidents, Secinitariesi Assistant Secretaries, Resident Officers and Attorneys -in -Fact shall have authority to certify Ot verify copies dt this Resolution, the By-laws of the Com- pany, and any affidavit or record of the Company necessary to the discharge of the r outies. 15, The passage of this Resolution does not revoke any earlier authority granted by Resolutions of the Board of Directors adopted on June 9, 1953 and May 28. 1975 " does hereby nominate, constitute and appoint CHRISTOPHER J. COMO, GEORGIA STEIN, VINCENT J. COMO, LEO P. HYLAN, MARY ANN MORANO and LISA MARINACCIO, all of the City of Bridgeport, State of Connecticut---------------------------------------------------- ----------------------------------------------------- , each individually if there be more than one named, Yits true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, a recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall m be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers i of the Company at its principal office. o IN WITNESS WHEREOF, the said H. F. McCRANIE, JR. Vice President, o has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 11th day of June 19 84 t �W INSURANCE COMPANY OF NORTH AMERICA 0 (SEAL) i = by Z H. F . M.cCRANIE, JR. c esldent STATEOF PENNSYLVANIA COUNTY OF DELAWARE ss` On this 111th day of June A.O. 19 84 ,before me, a Notary Public of the rOMMONWEALTH OF PA in and for the County of DELAWARE. came T4 F_ MyrRANTE, .TR. Vice -President of the INSURANCE COMPANY OF NORTH AMERICA tome personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same, and that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said c "111110 l and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted b SCO, rs of said Company, referred to in the preceding instrument, is now in force - I y y ` RADNOR M01� OF, I have hereunto set m hand and affixed m official seal at the Cit of the da rid I tV.y�1G� A •.• 4 ANNE W. COSGROVE - Notary Public aYlZfCiL��e�'7"L (SEAL I , ` Bryn Mawr, Delaware County, PA ANNE W. COSGROV Notary Public Nv;ogoM4 I e p�aes My Cornmlaim Expires Sepi 21. 1887 i,41�e oq�lersigrA ?3�ecretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER 6P -Alf k�� o�'� ich the foregoing is a full, true and correct copy, is in full force and effect. In wiil&d;lfi tl1Lof, I have hereunto subscribed my name as AwbsawxSecretary, and affixed the corporate seal of the Corporation, this 19t -h day of __APRTT. t9__8_5 (SEAL) ` JAMES S WYLLIEV JUUMSecreta,y BS -15579a Ptd 1n U S.A Ah moi, • , : •, 1.' P POWER OF ATTORNEY Insurance Company of North America a CIGNA company #106363 Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution adopted by the Board of Directors of the said Company an March 23, 1977, to wit: in th"RESOLVED pursue nt_to Articles 3.6 and 5 1 outhe By=laws, the tollowing Rules shelf govern the execution for the Company of bonds, und e nature thereof: ertekmgs, recognrzances, contracts and other writings -.: ..._..- Iia That the President, or any, Executive Vice President, Senior Vice President, Vice President, Assistant Vita President, Resident vice President or Attorney -in -Part, may execute for and in behalf of the Company any and all bonds, undertakings, recognizarlces, contracts Arid other writings in the nature thereof, the same to be attested: when necessary by the Secretary, or a Resident Secretary, an Assistant Secretary or a Resident Assistant Secretary, and the: seal of the Company affixed thereto;. and that the Pres,deni, or any Executive Vice President. Senior vice President, or Vice President may appoint and authorize Assistant Vice Presidents, Resident Vice Presidents, Secretaries, Resident Secretaries, Assistant Secretarles,.,Resldenl Assistant Secretaries and Attorneys -in -Fact to so execute or attest to the executioh of au, such writings on behalf of the Company and to affix the seal.:of the Company thereto. 121 Any such writing executed in accordance mth these Rules shalt be albinding upon the Company in any case as ihough signed by the President and arrested by the Secretary: 131 - The signature of the President, or an Executive Vice President, or Senior Vice President, or Vice President and rhe seal ofthe Companyinay be affixed by faCsinarl on any power of attorney granted oursuant to this Resolution, and the signature of a certifying officer and the seat of the Company be affixed by facsimile to any Certificate of any such powe a and any such power or cernhcaie ted beating such facsimile signature andseat shatl.be valid and binding on the Company. fill Such Assistant Vice Presidents, Secinitariesi Assistant Secretaries, Resident Officers and Attorneys -in -Fact shall have authority to certify Ot verify copies dt this Resolution, the By-laws of the Com- pany, and any affidavit or record of the Company necessary to the discharge of the r outies. 15, The passage of this Resolution does not revoke any earlier authority granted by Resolutions of the Board of Directors adopted on June 9, 1953 and May 28. 1975 " does hereby nominate, constitute and appoint CHRISTOPHER J. COMO, GEORGIA STEIN, VINCENT J. COMO, LEO P. HYLAN, MARY ANN MORANO and LISA MARINACCIO, all of the City of Bridgeport, State of Connecticut---------------------------------------------------- ----------------------------------------------------- , each individually if there be more than one named, Yits true and lawful attorney-in-fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, a recognizances, contracts and other writings in the nature thereof. And the execution of such writings in pursuance of these presents, shall m be as binding upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers i of the Company at its principal office. o IN WITNESS WHEREOF, the said H. F. McCRANIE, JR. Vice President, o has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 11th day of June 19 84 t �W INSURANCE COMPANY OF NORTH AMERICA 0 (SEAL) i = by Z H. F . M.cCRANIE, JR. c esldent STATEOF PENNSYLVANIA COUNTY OF DELAWARE ss` On this 111th day of June A.O. 19 84 ,before me, a Notary Public of the rOMMONWEALTH OF PA in and for the County of DELAWARE. came T4 F_ MyrRANTE, .TR. Vice -President of the INSURANCE COMPANY OF NORTH AMERICA tome personally known to be the individual and officer who executed the preceding instrument, and he acknowledged that he executed the same, and that the seal affixed to the preceding instrument is the corporate seal of said Company; that the said c "111110 l and his signature were duly affixed by the authority and direction of the said corporation, and that Resolution, adopted b SCO, rs of said Company, referred to in the preceding instrument, is now in force - I y y ` RADNOR M01� OF, I have hereunto set m hand and affixed m official seal at the Cit of the da rid I tV.y�1G� A •.• 4 ANNE W. COSGROVE - Notary Public aYlZfCiL��e�'7"L (SEAL I , ` Bryn Mawr, Delaware County, PA ANNE W. COSGROV Notary Public Nv;ogoM4 I e p�aes My Cornmlaim Expires Sepi 21. 1887 i,41�e oq�lersigrA ?3�ecretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER 6P -Alf k�� o�'� ich the foregoing is a full, true and correct copy, is in full force and effect. In wiil&d;lfi tl1Lof, I have hereunto subscribed my name as AwbsawxSecretary, and affixed the corporate seal of the Corporation, this 19t -h day of __APRTT. t9__8_5 (SEAL) ` JAMES S WYLLIEV JUUMSecreta,y BS -15579a Ptd 1n U S.A a, , ., IN PRESENCE OF: Individual Principal (SEAL) ■ ■ I [1 I Attest: Business Address (SEAL) ZSs By: `/ y✓{ CARLIN CON CTING COMPANY, INC. Corporate Principal. P.O. BOA 300 WATERFORD, CT 06385 Bu4 ss Aesdd Affix BY : Cca�pora to Sea] ;1 Attest:' INSURANCE COMPANY OF NORTH AMERICA Corporate Surety PHILADELPHIA, PENNSYLVANIA Busine s Address Affix' BY 1 � orate LI 5 RINACCIO ATTORNEY IN FACT Countersig n" *Attorney- in -Fact, State of *Power -of -Attorney for person signing for Surety Company must be attached to 'Bond. IB -113 CERTIFICATE AS TO CORPORATE PRINCIPAL IAnthony Antonucci certify that I am the Secretary of the Corporation named as Principal in the within bond; that Patrick J. Carlin who signed the said bond on behalf of the Principal was then Chief Executive Officer of said Corpration; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed. sealed, and attested to for and in behalf of said Corpora- tion by authority of this governing body. (Corpo'ra,te) eal I Treasurer & Secretary (Tjtle) STATEMENT OF BIOOER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the Town.) All questions must be answered and the.data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on sep- arate attached sheets. The Bidder may submit any additional information he de- sires: 1. Name of Bidder. CARLIN CONTRACTING CO., INC. 2. Permanent main office address. 454 BOSTON POST ROAD, WATERFORD, CT 06385 3. When organized. 1977 4. If a corporation, where incorporated. CONNECTICUT . 5. How many years have you been engaged in the contracting business under your present firm or trade name? 8 YEARS 6. Contracts on hand: (Schedule these, showing amount of each contract and the - appropriate anticipated dates of completion.) SEE ATTACHED SCHEDULE. 7. General character of *work performed. by your company. CARPENTRY, SITE MORK, CONCRETE WORK 8. Have you ever failed to complete any work awarded to you? If so, where and why? NO 9. Have you ever defaulted on a contract? If so, where and why? NO. 10. List the more important projects recently completed by your company., stating the approximate cost for each, and the month and year completed.SEE ATTACHED SCHEDULE. 11. List your major equipment available for this Contract. SEE ATTACHED SCHEDULE. 12. List your experience in work similar to this project. SEE ATTACHED SCHEDULE. 13. List the background and experience of the principal members of your organi- zation, including officers. SEE ATTACHED SCHEDULE. 14. List the work to be performed by Subcontractors and summarize the dollar value of each Subcontract. SEE ATTACHED SCHEDULE. 15. Credit available: S 1,000,000.00 16. Give bank reference: CONNECTICUT NATIONAL BANK 17., Will you. upon request, fill out a detailed financial statement and furnish any other information that may be required by the Town? YES IB- 115 IMCARLIN, STATEMENT OF BIDDER'S QUALIFICATIONS QUESTION 1. Carlin Contracting Co., Inc.. 2. 454 Boston Post Road, Waterford, CT 06385 3. 1977 4. Connecticut 5. 8 Years 6. See attached schedule. 7. Carpentry, Site 'Work, Concrete fork 8. No 9. No 10. See attached schedule. 11. See attached schedule. 12. See attached schedule. 13. See attached schedule. 14. See attached schedule. 15. Credit available: $1,000,000.00 16. Bank Reference: Connecticut Plational Bank 17. Yes P.O. BOX 300, 454 BOSTON POST ROAD, WATERFORD, CONNECTICUT 06385 PHONE (203) 443-8337 0 40 QUESTION 6 IM CARLINT.,. PROJECTS IN PROGRESS AT PRESENT Outfitting Building P-360 - U.S. Naval Submarine Base, New London - Groton, Connecticut 2,290,563.00 Additions and Alterations to World War II Veterans' Memorial Hospital, Meriden, Connecticut - City of Meriden - 4,346,000.00 Provide Sprinkler Systems and Fire Alarm and Smoke Detector System, Plum Island, New York - U.S. Department of Agriculture - $798,000.00 Provide Fume Hood Exhaust Systems, Plum Island, New York - U.S. Department of Agriculture - $329,000.00 Utilities Improvements 5th Increment - U. S. Naval Submarine Base, New London - Groton, Connecticut - $2,850,000.00 Pratt &_Whitney Hlanufacturing Plant Alterations - 400 Main Street, East Hartford, Connecticut - 1,320,000.00 Connecticut College Blaustein Humanities Center Renovation- Mohegan Avenue, New London, Connecticut - 208,000.00 Londonbe.r.ry Garden Apartment Renovation - New London, Connecticut, 943,000.00 P.O. BOX 300, 454 BOSTON POST ROAD, WATERFORD, CONNECTICUT 06385 PHONE (203) 443-8337 I. J `I OCEAN BEACH BOARDWALK w w CARLIN CONTRACTING CO., INC. SELECTED COMPLETED PROJECTS QUESTIONS 1.0 & 12 MCALLISTER HALL RENOVATIONS Owner: City of New London Owner: U. S. Coast Guard Location: New London, Connecticut Location: New London, Connecticut Architect: R. A. Goodell & Associates Architect: U. S. Coast Guard Work Completed by Carlin Forces: 94% Work Completed by Carlin Forces: 44% Completion Date: November 1978 Completion Date: December 1979 Amount: $714,373.00 Amount: $266,399.00 REPAIR DEEP DRAFT CAMELS LIGHTHOUSE INN Owner: Department of the Navy Owner: Arthur Valis Location: U. S. Naval Submarine Base Location: New London, Connecticut Architect: U. S. Navy Architect: Lindsay, Liebig, Roche Work Completed by Carlin Forces: 100% Work Completed by Carlin Forces: 94% Completion Date: May 1979 Completion Date: December 1979 Amount: $439,714.00 Amount: $150,358.00 GENERAL HOUSING REPAIRS - EASTVIEW TERRACE Owner: U. S. Navy Owner: New Haven Housing Authority Location: Conning Towers Location: New Haven, Connecticut Architect: U. S. Navy Architect: Jack H. Schecter Work Completed by Carlin Forces: 86% Work Completed by Carlin Forces: 33% Completion Date: October 1979 Completion Date: May 1981 Amount: $419,092.00 Amount: $3,666,914.00 SOUTH END FIREHOUSE Owner: City of New London Location: New London, Connecticut Architect: City of New London Work Completed by Carlin Forces: Completion Date: November 1979 Amount: $454,511.00 MIDDLETOWN PARKING GARAGE Owner: City of Middletown Location: Middletown, Connecticut Architect: Purcell & Taylor Assoc. 42% Work Completed by Carlin Forces: 33% Completion Date: May 1980 Amount: $468,500.00 INSTALL. OF DATA PROCESSING EQUIPMENT VETERANS TERRACE Owner: Department of the Navy Location: Submarine Base, Groton Architect: U. S. Navy Work Completed by Carlin Forces: Completion Date: December 1979 Amount: $107,627.00 Owner: E. Hartford Housing Authority Location: E. Hartford, Connecticut Architect: Donald J. Vigneau 39% Work Completed by Carlin Forces: 59�, Completion Date: March 1981 Amount: $1,375,981.00 x wj C0MYLET ED PR;;,:::CTS (Continue;: ; NEW BRITAIN SCHOOLS Owner: City of New Britain Location: New Britain, Connecticut Architect: Kaestle Boos Assoc. Work Completed by Carlin Forces: 75% Completion Date: November 1980 Amount: $1,291,607.00 NEW BRITAIN POOLS Owner: City of New Britain Location: New Britain, Connecticut Architect: Cohn, Inc. Work Completed by Carlin Forces: 60% Completion Date: August 1981 Amount: $536,000.00 WATERBURY NORTH COMMONS Owner: Naugatuck Valley Dev. Comm. Location: Waterbury, Connecticut Architect: TPA Services Work Completed by Carlin Forces: ;55% Completion Date: October 1981 Amount: $686,094.00 MID COMMONS Owner: Naugatuck Valley Dev. Corp. Location: Waterbury, Connecticut Architect: TPA Services Work Completed by Carlin Forces: 24% Completion Date: December 1981 Amount: $109,600.00 DOBBS HOUSE Owner: Dobbs Houses, Inc. Location: Windsor Locks, Connecticut Architect: H. P. Tuggle Work Completed by Carlin Forces: 22% Completion Date: February 1982 Amount: $1,274,034.00 SOLID WASTE TRANSFER STATION Owner: City of Norwalk Location: Norwalk, Connecticut Architect: Flaherty, Giavara Assoc. Work Completed by Carlin Forces: 24% Completion Date: February 1982 Amount: $1,538,300.00 NEW LONDON LEDGE LIGHTHOUSE Owner: U. S. Coast Guard Location: New London, Connecticut Architect: U. S. Coast Guard Work Completed by Carlin Forces: 90% Completion Date: March 1982 Amount: $144,388.00 HARTFORD NATIONAL BANK Owner: Hartford National Bank Location: Mystic Branch Office Architect: Jeter, Cook & Jepson Work Completed by Carlin Forces: 50% Completion Date: May 1982 Amount: $125,000.00 TROLLEY CROSSING APARTMENTS Owner: Northwestern Mutual Ins. Co. Location: Middletown, Connecticut Architect:. Scalzo, Mangino, Yannone & Associates Work Completed by Carlin Forces: 100' Completion Date: May 1982 Amount: $400,000.00 ALTERATIONS TO PASS FACILITY - BUILDING #83 Owner: U. S. Dept. of the Navy Location: Naval Sub. Base, Groton Work Completed by Carlin Forces: 30% Completion Date: February 1983 Amount: $1,391,000.00 SONAR SYSTEMS DEVELOPMENT LAB Owner: Department of the Navy Location: Naval Underwater Systems Center, New London, CT Architect: DEW Architects Work Completed by Carlin Forces: 60% Completion Date: May 1983 Amount: $2,751,800.00 A 1-1 COMPLETED PPZJF,,-M (Continued) PLUM ISLAND ANIMAL DISEASE CENTER Cleaner: Department of Agriculture Location: Plum Island, New York Architect: The Eggers Group Work Completed by Carlin Forces: 60% Completion Date: April 1983 Amount: $2,324,000.00 PFIZER, INC. (BLDG. 118) Cleaner: Pfizer, Inc. Location: Croton, Connecticut Architect: Collins, Uhl, Hoisington, Anderson, Azmy Work Ccnipleted by Carlin Forces: 60% Completion Date: .April 1983 Amount: $1,013,654.00 PFIZER, INC. (BLDG. 156) Cleaner: Pfizer, Inc. Location: Groton, Connecticut Architect: Burton & Van Houten Work Completed by Carlin Forces: 40% Completion Date: April 1983 Amount: $300,889.00 REPAIRS TO BLDG. 253, NUSC Owner: Department of the Navy Location: Fisher's Island, New York Architect: Department of the Navy Work Ccmpleted by Carlin Forces: 60% Completion Date: June 1983 Amount: $223,997.00 ADDITIONS AND ALTERATIONS JARED ELIOT MIDDLE SCHOOL Owner: Town of Clinton Location: Clinton, Connecticut Architects: Lyons, Mather, Lechner Work Completed by Carlin Forces: 35% Conpletion Date: August 1983 Amount: $724,454.00 Page 3 (leaner: Boilermakers Lodge 614 Location: Groton, Connecticut Architect: Lindsey, Liebig, Roche Work Completed by Carlin Forces: 500 Completion Date: December 1983 Amount: $425,454.00 PFIZER, INC. (PHASE IV - MECHANICAL RENOVATION TO MACHINE ROOM) Owner: Pfizer, Inc. Location: Croton, Connecticut Architect: CHU2A work Completed by Carlin Forces: 20% C'cmpletion Date: January 1984 Amount: $560,000.00 THE COMPUTER LAB, RETAIL STORE Owner: Ron Gibson Location: New London, Connecticut Architect: Carlin Contracting Co., Inc Work Completed by Carlin Forces: 25% Completion Date: July 1984 Amount: $184,000.00 YALE GOLF CLUBHOUSE RENOVATIONS Owner: Yale University Location: New Haven, Connecticut Architect: Herbert S. Newman & Assoc. Work Completed by Carlin Forces: 60% Completion Date: October 1984 Amount: $905,000.00 HAI`MONASSET BEACH STATE PARK Owner: State of Connecticut Location:. Madison, Connecticut Architect: Lydia Straus -Edwards Work Completed by Carlin Forces: 70% Completion Date: November 1984 Amount: $659,008.00 COMPLETED PROJECTS (Continued) SHAW'S COVE-GARIBALDI SQUARE Owner: City of New London Location: New London, Connecticut Architect: Lindsey, Libig & Roche Work Completed by Carlin Forces: 95% Completion Date: December 1984 Amount: $144,000.00 Page 4 a Carlin Contracting Co., Inc. EQUIPMENT SCHEDULE DESCRIPTION 1. 1981 John Deere Backhoe M-410 #123141T 2. 1981 John Deere Backhoe M-410 #37276TT 3. Bobcat M-825 #4958M12537 -C 4, Bobcat M-610 #206717 5. 1981 John Deere Crawler/Tractor M-450 #252320T 6. Backhoe Attachment for Bobcat 825 #655356/MA-409 7. 9 Ton Tag -A -Lon H.D. Trailer #9077556 8. Concrete Power Buggy #9899 9. Concrete Power Buggy #9901 10. Sullivan Air Compressor (Gasoline) #63692-160CF 11. Aerosmith Nailing Gun #2009 12. Aerosmith Nail Collator #1960 13. Bomag Compactor #IG0093 14. Miller -Welder 15. Aerosmith Nailer #34567 16. Earth Drill 17. Nailer -Gun 18. Nailer -Feeder 19. Hoe Ram 20. Stone Concrete Mixer 21. Atlas/Compressor 22. Office Trailer 8' X 30' 23. Scaffolding QUESTION 11 Carlin Contracting Co., Inc. EQUIPMENT SCHEDULE - Page 2 Continued DESCRIPTION 24. Office Trailer 25. Staple Nailer 26. Compressor 27. 16" Saw 28. Welding Machine 29. Paint Sprayer 30. Storage Trailer (From Luff) 31. High Pressure Washer 32. 1983 John Deere Backhoe Loader 710B #701394 53. Misc. Tools not to exceed $1,000 any single item TOTAL OF ALL EQUIPMENT N 0 0 QUESTION 13 CARLIN CONTRACTING CO., INC. PATRICK J. CARLIN POSITION: YEARS OF EXPERIENCE PROFESSIONAL EXPERIENCE: CHIEF EXECUTIVE OFFICER 39 Prior to forming Carlin Contracting Co., Inc., Mr. Carlin served in the following capacities: Superintendent, Project Manager and General Superintendent. Long term employers include Thalle Construction Co., of Yonkers, New York; The Austin Co. of Cleveland, Ohio; and the Frouge Corporation of Bridgeport, Connecticut. Principal experience with these employers was.in sewer work, highway and bridge work, industrial buildings, elderly housing, highrise apartment houses and office buildings. Below are some of Mr. Carlin's major projects: City College, School of'Technology - New York City, New York I-95 - Bridgeport, Connecticut 28 Story Office Building Co., - 600 Madison, Ave. New York City, N` Doubleday Publishing Co. - Berryville, Virginia Trumbull Shopping Park - Trumbull, Connecticut Grasso Gardens —Groton, Connecticut Elderly Citizens Housing - Danbury, Connecticut Elderly Citizens Housing - Torrington, Connecticut Edgemere Housing - New York City Elderly Housing - Greenwich, Connecticut 0 C?+RiIN CONTRACTINQ- CG. POSITION: EDUCATION: YEARS OF EXPERIENCE: PROFESSIONAL EXPERIENCE: • SNC. THEODORE OLYNCIW PRESIDENT University of Detroit B.S.C.E. 19 Mr. Olynciw joined the Carlin Contracting Co., Inc. as Vice President in October of 1979. From 1976 to 1979 he was employed by the Schnip Building Company as a Senior Project Manager, and between 1968 and 1976, by Horn Construction,. Inc. as a Project Manager. He has completed over 50 million dollars worth of construc- tion -projects. Prior to that time he was employed in the shipbuilding industry for five (5) years in various capacities, including survey- ing, design lia°son and project engineering. A few of the major projects which he has managed include: Founders Plaza - East Hartford, Connecticut Jai Alai - Hartford, Connecticut Hartford Courant Addition - Hartford, Connecticut Emhart Manufacturing Plant - Windsor, Connecticut Graduate Dormitories, University of Connecticut - Storrs, CT Westport YMCA - Westport, Connecticut Kleins, Major Additions and Alterations - Westport, CT Norwich Free Academy, Fieldhouse and Classroom - Norwich, CT Pratt & Whitney Engine Controls Systems Laboratory & Office East Hartford, Connecticut In addition, he has managed the construction of Levitz Furniture stores in Texas, Florida, California and Colorado. N -_r..R_TN CC-RACTING CO. , IN- Ln VICTOR H. BARTELS POSITION: VICE PRESIDENT EDUCATION: Attended University of New Haven Evening College I.C.S. in Civil Engineering & Building Construct Registered C.E.T. YEARS OF EXPERIENCE: 25 PROFESSIONAL EXPERIENCE: Prior to assuming the position of Project Manager with Carlin Contracting Co., Inc. in 1982, Mr. Bartels was employed in a super- visory capacity in the field as well as in the office on commercial, industrial, institutional, governmental, residential and hospital projects. He has been responsible for the supervision of 20 to 125 people in the above noted areas of construction. Some of the projects Mr. Bartels has been associated with include: Deaconess Doctors Office Building- Boston, Mass. Amherst Library - Amherst, Mass. Hotchkiss School Dormitories & Administration Bldg. - Lakeville, Yale University Power Plants (2) ='New Haven, Connecticut, Yale University Epidemology Bldg. - New Haven, Connecticut Yale University Radio Isotope Bldg. - New Haven, Connecticut Yale University Farnham Memorial Laboratories - New Haven, CT Yale University Sterling Book Library - New Haven, Connecticut Yale University Art & Architecture Bldg. - New Haven, ConnecticL Yale University Cox Cage Tune Tract Addition (First of its kind the U.S.) Choate School Administration Bldg. - Wallingford, Connecticut Choate School Hockey Rink - Wallingford, Connecticut Milford Boatworks (Architectural Record Award) - Milford, CT Parrett, Porto & Perresse Renovation (Arch. Record Award) New HE V. A. Hospital Nurses Stations, West Haven, Connecticut V. A. Hospital Patient Rooms, West Haven, Connecticut V. A. Hospital Physiatric Wards, West Haven, Connecticut V. A. Hospital Radiation Rooms, West Haven, Connecticut V. A. Hospital Offices, Conference Rooms, Library, West Haven, C V. A. Hospital Animal Rooms, West Haven, Connecticut V. A. Hospital Clean Rooms, West Haven, Connecticut Senior Citizen Housing Apartment Building., West Haven, CT Condominium Layout and Development, Cheshire, Connecticut Sonar Systems Development Lab, U.S. Navy, New London, Connectic, (Special Award) CARLIN CONTRACTING CO., INC. ANTHONY ANTONUCCI POSITION: Treasurer/Controller/Secretary EDUCATION: University of New Haven, West Haven, Connecticut B. S. Degree in Accounting Certified Public Accountant EXPERIENCE: 12 Years PROFESSIONAL EXPERIENCE: Mr. Antonucci joined Carlin Contracting Co., Inc. in 1982 as Treasurer/Contioller:.. While at Ernst & Whinney and Bailey, Moore, Glazer., Glazer, Schaefer and Proto, Mr. Antonucci's responsibilities included the supervision of engagements of con- tracting firms in Connecticut and New York. In addition, his duties included the establishing of budget and operational pro- cedures for development and real estate operations. ` 0 0 QUESTION 14 LIST OF WORK TO BE PERFORMED BY SUBCONTRACTOR ELECTRICAL ....................................... $ 35,000.00 LANDSCAPING ...................................... $ 15,000.00 authorizes and requests an 18. The undersigned he.rCby q Yerson, firm or corpora- tion tion to furnish any information requested by the Town in verification of the recitals comprPs-i.ng this Statement of Bidder's Qualifications. Dated this 15th day of Aori1 19—• .t STATE OF Connecticut ) ) SS. COUNTY OF New London ) Victor H. Bartels that he is CARLIN CONTRACTING CO.. INC. Name of Bidder B Y� Victor H. Bartels Title: Vice President Vice President being duly sworn deposes and says of CARLIN CONTRACTING CO. , INC. Name of Organization and that the answers to the foregoing questions and all statements therein con- tained are true and correct. Subscribed and sworn to before me this 15th day of April , 19 85. Notary Public Vadeline R. Piscatella My Commission Expires 3/31 9 1985 • IB- 116 l INSTRUCTIONS TO BIDDERS 1. BIDDING DOCUMENTS . Q A complete set of forms consisting of Bid Proposal, Non -Collusion Affidavit of Prime Bidder, Non -Collusion Affidavit of Subcontractor, Bid Bond, Certi- ficate as to Corporate Principal, and Statement of Bidder's Qualifications is contained in these Contract Documents, for use as reference by Bidders. These particular forms are not to be filled out or detached from the Contract Documents. Two sets of these forms, iQentical to those in the Contract Documents, will be provided to each potential Bidder when he ob- tains Contract Documents. Each Bidder shall fill out and submit only one set of these forms. He may use the second set for record purposes. 2. INTERPRETATIONS OR ADDENDA No oral interpretation will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Every request for such an interpre- tation shall be made in writing to the Town. Any inquiry received seven or more days prior to the date fixed for opening of Bids will be given consid- eration. Every interpretation made to a Bidder will be in the form of an Addendum to the Contract Documents and, when issued, will be on file in the Office of the Supervisor at least five days before Bids are opened. In addition, all Addenda will be mailed to each person holding Con- tract Documents, but it shall be the Bidder's responsibility to make inquiry as to the Addenda issued. All such Addenda shall become part of the contract and all Bidders shall be bound by such Addenda, whether or not received by the Bidders. 3. EXAMINATION OF PLANS SPECIFICATIONS SPECIAL PROVISIONS A o— SITE OF WORK The Bidder is required to examine carefully the site of the work, and the proposal form, plans, special provisions, specifications and contract form for the work contemplated; and it will be assumed that he has judged for and • satisfied himself as to the conditions to be encountered, as to the charac- ter, quality and quantities of the work to be performed, materials to be fur- nished, and as to the requirements of the above documents and, in particular, but not limited to, what is required under each contract item. or under the general cost of the work, or another item, in the absence of-ertain contract items. An- subsurface information furnished is based on the' interpretation by the Towit of investigations made only at the specific locations indicated, and no assurance is given that these conditions are necessarily typical of other lo- cations or that they have remained unchanged since the field data was ob- tained. No assurance is given that the presence or absence of water i,; sub- surface explorations at the time of these explorations will be represe.i*ative of actual conditions at the time of construction. The Contract(- sha!) be solely res>)onsible for all assumptions, deductions, or conclusions he Rro'/ make or derive from his examination of any furnished subsurface informGtion. : 3- 100 6. ALTERNATIVE OR SUPPLEMENTAL BIOS No Alternative or Supplemental Bids will be considered unless such Bids are specifically requested in these Instructions to Bidders and shown on the Bid Proposal Form. BIDS a. All Bids must be submitted on forms supplied by the Town and shall be subject to all requirements of the Contract Documents, including the Drawings, and these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Bid Forms by the Bidder. b. Bid Documents including the Bid, the Bid Guaranty, the Non -Collusion Af- fidavit(s), Certification(s) Regarding Equal Employment Opportunity and the Statement of Bidder's Qualifications (if requested), shall be en- closed in envelopes (outer and inner, both of which shall be sealed and clearly labeled with the words "Bid Documents", project number, name of Bidder, and date and time of Bid Opening in order to guard against pre- mature opening of the Bid. c. The Town may consider as irregular any Bid on which there is an altera- tion of or departure from the Bid Forms hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded on the basis of the low- est responsible Bid and the selected Alternative or Supplemental Bid items, if any. The Contract will require the completion of the work ac- cording to the Contract Documents. The Town reserves the right to reject the Bid of any Bidder it considers not responsible. BID GUARANTY a. The Bid must be accompanied by a Bid Guaranty which shall be five percent (5%) of the amount of the total bid. At the option of the Bidder, the guaranty may be a certified check, negotiable U.S. Government Bonds (at par value), or a Bid Bond in the fora attached, provided such guaranty is accompanied by a Certificate of Surety evidencing sufficient bonding ca- pacity and is licensed to do business in the State of :;ew Yo rl;. The Bid Bond shall be secured by a Guaranty or a Surety Company listed in the latest issue of the U.S. Treasury Circular 570• The amount of such Bid Bond shall be within the maximum amount specified for such Company in said Circular 570. No Bid will be considered unless it is accompanied by the required Guaranty. Certified check must be made payable as stated in the Invitation for Bids. Cash deposits will not be accepted. -The Bid Guaranty shall ensure the execution of the Agreement and the furnishing of the Surety Bond or Bonds by the successful Bidder, all as required by the Contract Documents. b. Revised Bids submitted before the opening of Bids, whether forwarded by mail or telegram, if representing an increase in excess of two percent I3-101 4. 5. 6. ALTERNATIVE OR SUPPLEMENTAL BIOS No Alternative or Supplemental Bids will be considered unless such Bids are specifically requested in these Instructions to Bidders and shown on the Bid Proposal Form. BIDS a. All Bids must be submitted on forms supplied by the Town and shall be subject to all requirements of the Contract Documents, including the Drawings, and these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no interlineations, excisions, or special conditions shall be made or included in the Bid Forms by the Bidder. b. Bid Documents including the Bid, the Bid Guaranty, the Non -Collusion Af- fidavit(s), Certification(s) Regarding Equal Employment Opportunity and the Statement of Bidder's Qualifications (if requested), shall be en- closed in envelopes (outer and inner, both of which shall be sealed and clearly labeled with the words "Bid Documents", project number, name of Bidder, and date and time of Bid Opening in order to guard against pre- mature opening of the Bid. c. The Town may consider as irregular any Bid on which there is an altera- tion of or departure from the Bid Forms hereto attached and at its option may reject the same. d. If the Contract is awarded, it will be awarded on the basis of the low- est responsible Bid and the selected Alternative or Supplemental Bid items, if any. The Contract will require the completion of the work ac- cording to the Contract Documents. The Town reserves the right to reject the Bid of any Bidder it considers not responsible. BID GUARANTY a. The Bid must be accompanied by a Bid Guaranty which shall be five percent (5%) of the amount of the total bid. At the option of the Bidder, the guaranty may be a certified check, negotiable U.S. Government Bonds (at par value), or a Bid Bond in the fora attached, provided such guaranty is accompanied by a Certificate of Surety evidencing sufficient bonding ca- pacity and is licensed to do business in the State of :;ew Yo rl;. The Bid Bond shall be secured by a Guaranty or a Surety Company listed in the latest issue of the U.S. Treasury Circular 570• The amount of such Bid Bond shall be within the maximum amount specified for such Company in said Circular 570. No Bid will be considered unless it is accompanied by the required Guaranty. Certified check must be made payable as stated in the Invitation for Bids. Cash deposits will not be accepted. -The Bid Guaranty shall ensure the execution of the Agreement and the furnishing of the Surety Bond or Bonds by the successful Bidder, all as required by the Contract Documents. b. Revised Bids submitted before the opening of Bids, whether forwarded by mail or telegram, if representing an increase in excess of two percent I3-101 E C (2%) of the original Bid, must have the Bid Guaranty adjusted according- ly; otherwise, the Bid will not be considered. c. Certified checks, Bid Bonds, and negotiable U.S. Government Bonds of un- successful Bidders will, be returned in accordance with the Contract Doc- uments. 7. COLLUSIVE AGREEMENTS a. Each Bidder submitting a Bid to the Town for the work contemplated by the Documents on which bidding is based shall execute and attach there- to the Non -Collusion Affidavit(s) on the form(s) herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any Bid submitted. b. Before executing any subcontract, the successful Bidder shall submit the name of any proposed subcontractor for prior approval, and an affidavit in the form provided herein. 8. STATEMENT OF BIDDER'S QUALIFICATIONS a. Each Bidder shall, upon request of the Town, submit on the form furnished for that purpose (a copy of which is included in the Contract Documents), a statement of the Bidder's qualifications, his experience record in the type of work embraced in the Contract, and his organization and equipment available for the work contemplated; and other pertinent information so contained on said form and, when specifically requested, the Town shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform his obligations under the Contract and the Bidder shall furnish the Town all such information and data for this purpose as it may request. The right is reserved to reject any Bid where an investigation of the available evidence or information does not satis- fy the Town that the Bidder is qualified to carry out properly the terms of the Contract. b. The Town also reserves the right to consider as not responsible any Bid- der who does not habitually perform with his own forces at least fifty percent (50%) of the dollar value of the work involved in this Contract. c. At the option of the Town, a preaward conference may be scheduled, pro- vided one (1) week's advance notice of the time and place of the same shall be given to the contractor. In the event of such a conference,. theTown may, in its notice to the contractor, regmlre the submission of the Progress Schedule mentioned in the General Conditions. In the event such a schedule is required, the contractor will submit the Progress Schedule to the Engineer at least three (3) full working days before the dace of the conferdnce. 9. COMPETENCY OF BIDDERS - The Towa reserves the right to select Bidders and may refuse to issue a pro- posal form to any individual, partnership, firm, or corporation based upon, I13-102 t but not limited to, one or more of the following facts: a. For having defaulted on previous contracts. b. For having failed to complete contracts within the time required without acceptable reasons. C. For having performed similar work in an unsatisfactory manner. d. For having failed to prosecute work continuously, diligently, and coop- eratively in an orderly sequence. e. For failing to file with the Town a statement of Bidder's Qualifications, if required, on the form furnished by the Town, fully outlining the capi- tal equipment, work on hand, and experience of the Bidder. f. When, in the Town's judgment, the sworn statement indicates that the Bid- der does not have the required experience in the class of work to be bid on, fails to have the proper labor and equipment to prosecute the work within the time allowed, or fails to have sufficient capital and quack assets to finance the work. 10. DISQUALIFICATION OF BIDDERS More than one proposal for the same project from an individual, a firm or partnership, a corporation, or an association under the same or different names will not be considered. Reasonable ground for believing that any Bid- der is interested in more than one proposal for the work contemplated will cause the rejection of all proposals in which such Bidder is interested. Any or all proposals will be rejected if there is reason to believe that Col- lusion exists among the Bidders, and no participants in such collusion will be considered in future proposals for the same work. Proposals in which the prices obviously are unbalanced may be rejected. Unbalanced prices shall be interpreted to mean that the unit price for any item is such that it is un- reasonable for that particular item when considered by itself and not con- sidered Twill bec�ondedth the exc excid submitted on any ept competent Bidders other pableeof performinor Items. g Contract w� the class of work contemplated. 11. FAMILIARITY WITH LAWS, ETC. The Bidder is assumed to have made himself familiar with all Federal and State laws and local bylaws, ordinances, and regulations which in any manner affect those engaged or.empl.oyed in the work, or materials or equipment used In or upon the work, or affect the conduct of the work; and no pleas of mis- understanding will be considered on account of his ignorance thereof. I 12. UNIT PRICES a. unit price for each of the items in the ofposal feahat clhieBiddersum shall inclu pro -rata sthe hare of overhead and p L products obta multiplying the quantity shown for each item by the II3-10 3 y it Price Bid represents the Total Bid. The quantities shown in th*- l B;d�proposal are approximate estimated quantities only and are given only a�abasTis of calculation upon which the Award of the Co act is to be heTot�n does not assume any responsibility t, these quant11 remain unchanged in the actual construction, and the contractor shaY-1, not plead misunderstanding or decep.t%n because of any variation between 11 estimated and final quantities .'The Unit Price Bid shall also include ah -allowance for increased,prices due to changed mar- ket conditions during thieperiod of the Contract. My Bid not conform ing to these requirements may be rejecgrd. The special attention of all Bidders is called to these provisiolrts, for should conditions make it necessary to revise the quantities.,, no limit will be fixed for such in- creased or decreased quantities nor -extra compensation allowed, except for work not covered in tFje'Drawings and Specifications as provided for in the Section: CHANGW IN THE WORK under -General Conditions. b. All unit price vprl<c will include the cost of performing any incidental work not specifically covered by the unit descriptio'nx but necessary and/ or conven.tent for the completion of the unit price work,(i.e. Any excava- tion w'il'l include any necessary pumping and/or sheeting/shoring unless there are separate contract unit prices for pumping and/or sheeting/shor- ing). 13. CORRECTIONS CErasures or other changes in the Bid must be initialed by the Bidder. 14. TIME FOR RECEIVING BIDS Bids received prior to the advertised hour of opening will be securely kept seated. The officer whose duty it is to open them will decide when the spe- cified time has arrived, and no Bid received thereafter will be considered, except that when a Bid arrives by mail after the time fixed for opening. but before the reading of all other Bids is completed, and it is shown to the satisfaction of the Town that the non -arrival time was due solely to delay in the mails for which the Bidder was not responsible, will such Bid be re- ceived and considered. 15. OPENING OF BIDS At the time and place fixed for the opening of Bids, the Town will cause to be opened and publicly read aloud every Bid received within the time set for receiving Bids, irrespective of any irregularities therein. Bidders and other persons properly interested may be present, in person or by representa- tive. 16. WITHDRAWAL OF BIDS Bids may be withdrawn on written or telegraphic request dispatched by the Bidder in time for delivery in the normal course of business to the time fixed for opening, provided that written confirmation of any telegraphic Cwithdrawal over the signature of the Bidder is placed in the mail and post - IB -104 Y t 17. 18. • E marked prior to the time set for Bid opening. The Bid Guaranty of any Bid- der withdrawing his Bid in accordance with the foregoing conditions will be returned promptly. AWARD OF CONTRACT/REJECTION OF BIDS a. If the Contract is awarded, it will be awarded to the responsible Bidder submitting the lowest Bid complying with the conditions of the Invitation for Bids and the Instructions to Bidders. The Bidder to whom the award is made will be notified at the earliest possible date. The Town, how- ever, reserves the right to reject any and all Bids any to waive any in- formality in Bids received whenever such rejection or waiver is in its interest. b. The Town also reserves the right to consider as not responsible any Bid- der who does not habitually perform with his own forces at least fifty percent (50X) of the dollar value of the work involved in this Contract. EXECUTION OF AGREEMENT/PERFORMANCE BOND LABOR AND MATERIAL PAYMENT BOND a. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful Bidder shall execute and deliver to the Town, an Agreement in the form included in the Con- tract Documents fn such number of copies as the Town may require. b. Having satisfied all conditions of award as set forth elsewhere in these Documents, the successful Bidder shall, within the period specified in Paragraph a. above, furnish a Performance Bond in a penal sum of not less than one hundred percent (100%) and a Labor and Material Payment Bond in a penal sum of not less than one hundred percent (1002) of the Contract as awarded, as security for the faithful performance of the Contract, and for the payment of all persons, firms, or corporations to whom the Con- tractor may become legally indebted for labor, materials, tools, equip- ment, or services of any nature, including utility and transportation services employed or used by him in performing the work. Such bonds shall be in the same form as that included in the Contract Documents and shall bear the same date as, or a date subsequent to, that of the Agree- ment. The current power of attorney for the person who signs for any Surety Company shall be attached to such bonds. These bonds shall be signed by a Guaranty or Surety Company licensed to sign surety bonds in the State of New York listed in the latest issue of the U.S. Treasury Circular 570, and the penal sum shall be within the maximum specified for such Company. in said Circular 570. c. Only if required by local or State law, the contractor shall submit a "Contract Bond" in lieu of the "Performance. Bond" and "Labor and Material Payment Bond". Said Contract Bond,4if required, shall be in the form con- tained herein. . d. Notwithstanding the foregoing, all bonds required by law shall be in ac- cordance with the form and substance so required by law. IB -105 • e. The failure of the successful Bidder to execute such Agreement and to supply the required bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended pe riod as the Town may grant based upon reasons determined sufficient by the Town, shall constitute a default, and the Town may either award the Contract to the next lowest Bidder or readvertise for Bids. In the event of such default, the Bidder shall be obligated to the Town in the amount of the Bid Guaranty as liquidated damages for such default. 19. RETURN OF PROPOSAL GUARANTY All proposal guaranties will be returned within five (5) working days follow- ing the award of the Contract. when the award is deferred for a period of time longer than ten (10) calendar days after the opening of the proposals, all guaranties except those of the three lowest responsible bidders will be returned. Should no award be made within forty-five (45) calendar days after the opening of proposals, all proposals may be rejected and the proposal guar- anties returned, except that with the approval of the Bidder and the Surety, the Town may extend the time for the award and may retain the proposal and proposal guaranty of the lowest responsible Bidder for as long a time as may be agreed upon by the Town, Bidder, and Surety. 20. WAGES AND SALARIES Attention of Bidders is particularly called to the requirements concern- a. ing the payment of not less than the prevailing wage and salary rates the condiof tionsment withrespect specified i^e��ainContract andts and classificat�onstof See the to c categorDes General Conditions. b. The rates of pay set forth under the Gene ral onit istions therefe the henreu- to be paid during the life of the sponsibility of Bidders to inform themselves as to local labor conditions, as the length of the work day and work week, overtime such prospectiveompensation, health and welfare contributions, labor supply adjustments of rates. 21. EQUAL EMPLOYMENT OPPORTUNITY a. Attention of Bidders is particularly called to the requirements for en- suring that employees and applicants for employment are not discriminated against because of their race, color, religion, sex, or national or b. Each Bidder submitting a Old to the Town shall execute and attach thereto the Certification(s) Regarding Equal Employment Opportunity. Although the Bidder is not required to attach such Certification by proposed sub- contractors to his Bld, the Bidderais hereby advised of this requirement so that appropriate action can Its taken to prevent subsequent delay in subcontract awards. -c. Affirmative Action Requirements for the project are contained L in Attachment IV. I{3 -lib -1 22. TAX EXEMPTIONS Under Chapter 513 of the Laws of New York, 1974 all materials and supplies sold to a Contractor and which are to become an integral, component part of a structure, building or real property owned by an exempt organization such as the Fishers Island Sewer District are exempt from the payment of New York State sales or compensatory use taxes. Therefore, the Contractor should not include any amount in its bid price to cover New York State sales tax for the above items. 23. USEPA's MASTER LIST OF DEBARMENTS Award of contract or subcontracts are specifically for- bidden to any firm or individual listed on USEPA's Master List of debarments/suspensions, and voluntary exclusions. The Contractor, if intending to award subcon- tracts should contact the Grantee who will in turn contact the appropriate NYSDEC Project Section Chief or Project Engineer to determine if an individual or firm is currently listed. 24. MINORITY BUSINESS ENTERPRISE AND WOMEN BUSINESS ENTERPRISE The Contractor is advised thatthe project is subject to the New York State Department of Environmental Conservation Standard. MBE/WBE Conditions for Construction Contracts. The approved INIBE goal for this project is 20. The standard conditions for this construction contract are contained in Attachment V. IB - 106 - 2 s • BID PROPOSAL/LUMP SUM BID PROJECT N0. C TO: Town of Southold Fishers Island Sewer District 53095 Main Road Southold, NY 11971 Gentlemen: 1. The undersigned, having familiarized (himself, itself, themselves) with the existing conditions on the Project Area affecting the cost of the work, and with the Contract Documents as set forth in Article 3 CONTRACT DOCUMENTS, of the Agreement; and on file in the Office of the Town Supervisor hereby proposes to furnish all supervision, technical personnel, labor, ma- terials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to perform and complete this Contract, all in accordance with above -listed Documents at and for the following unit and lump sum prices. (The price is to be written in both words and fi res. In case of discrepancy, those shown in words will govern The Lump Sum Base Bid by me (us) includes all work indicated on -the drawings and/or described in the specifications. LUMP SUM BI ��(�`O �� f I t. �1` h fi r, �l f%fi���cS ' h� W �rt �� DOLLARS and I---- CENTS. SIGNED DATE IB -107 3 In submitting this Bid, the Bidder understands that the right is reserved by the Town to reject any or all Bids. If written notice of the acceptance of this Bid is mailed, telegraphed or delivered to the undersigned within the time limit specified for holding of Bids for review in the "Invitation for Bids" after the opening thereof, or at any time thereafter before this Bid is withdrawn, the undersigned agreesito execute and deliver an Agreement in the prescribed form and furnish the required bonds within ten (10) days after the Agreement is presented to him for s gnature. Security in the sum of (✓ �) Dollars (S in the form of'i herewith in accordance with the Instructions to Bidders. Attached hereto is: is submitted a. Affidavit(s) in proof that the undersigned has not colluded with any per- son in respect to this Bid or any other Bid or the submitting of Bids for the Contract for which this Bid is submitted. b. The Bidder is prepared to submit a financial and experience statement upon request. CERTIFICATION OF NONSEGREGATED FACILITIES This Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their ser- vices at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of his certification will be a violation of the Equal Opportunity clause in any Contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drink- ing fountains, recreation or entertainment areas, transportation, and housing fa- cilities provided for employees which are segregated by explicit directive or are, in fact, segregated or, the basis of race, color, religion or national origin, be- cause of habit. local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods), he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding SI0',000 which are not exempt from the provisions of the Equal Opportu^icy cla us• and that he will retain such certifi- cations in his files. NOTE: The penalty for r,akl^- --E1, in nff.�r% is prescribed in 18 U.S.C. Paragraph 1001. IB -103 oate: Official Address: r. '. - .. Q 4.08 FORI• ROAD KeffE,bQ .0 RECEIPT OF ADDENDA Addendum Si nature O�at-e�yy f 3 4 Firm's Treasury Number: All principa W Social Security Numbers and full home address: Principal's Name and Number: Principal's Full Address: 10(cH u� ( ct( kil c l7 IB -1C9 STATE OF COUNTY OF 1. 2. NONCOLLUSION AFFIDAVIT OF PRIME 81 DER y sworn, deposes and says that: A— /' being — He Of the C-36-1149. He is ful ly informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; being first 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents# representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly - with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any man- ner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advan- tage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices Quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) (Title) Subscribed and swo _ day of to before me thi ti_� 19V NOTARY P 13LIC, Sfate of New York {.� E? -p^5370 NO a" ! ft t c County f'ommission Kills ,: rc 30.19 My My Commission Expires 36 0� IB -110 * t ' NON -ALLUSION AFFIDAVIT OF SUBCONTRAC STATE OF ) SS. COUNTY OF ) being first uly sworn, deposes and says that: 1. He is hereinafter of referred to as the "Subcontractor"; Z. He is fully informed respecting the preparation and contents of the Subcon- tractor's Proposal submitted by the Subcontractor to the Contractor for certain work in the construction of FISHERS ISLAND WASTEWATER TREATMENT FACTT,ITIFS x-36-114 3. Such Subcontractor's Proposal is genuine and is not a collusive or sham pro- posal; 4. Neither the Subcontractor nor any of its officers, partners, owners, agents, representatives, employees or.parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirect- ly, with any other Bidder, firm or person to submit a collusive or sham Pro- posol in connection with such Contract or to refrain from submitting a Pro- posal in connection with such Contract, or has in any manner, directly or in- directly, sought by unlawful agreement or connivance with any other Bidder, firm or person to fix the price or prices in said Subcontractor's Proposal, or to fix any overhead, profit or cost element of the price or prices in said Subcontractor's Proposal, or to secure through collusion, conspiracy, conni- vance or unlawful agreement any advantage against the Town of Southold or any person interested in the proposed Contract; and 5. The price or prices quoted in the Subcontractor's Proposal are fair and prop- er and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees or parties in interest, including this affiant. (Signed) (Title) Subscribed and sworn to before me this day of , 19 Notary Public My Commission Expires BID BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned as Principal, and as Surety, are held and firmly bound unto the Town of Southold , hereinafter called the "Town". in the penal sum of d Dollars, (S ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves. our heirs, executors, administrators, successors, and as- signs, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That whereas ;hhe Principal has submitted the Accompanying Bid, dated for the Construction Of FISHERS IST.A" WASITMATER T F 3,4, Frrr rArTT,TTTrq C-36-1149 NOW THEREFORE, If the Principal shall not withdraw said Bid within the period spe- cified therein after the opening of the same, or within any extended time period agreed to by the Principal, Surety and Town, or, if no period be specified, within forty-five (45) days after -the said opening, and shall within the period specified therefor. or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written Contract with the Town in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper ful- fillment of such Contract; then the above obligation shall be null and void and of no effect, otherwise to remain in full force or virtue. Failure to comply with the aforementioned condition shall result in the forfeiture of this Bid Bond as liquidated damages. IN WITNESS WHEREOF, The above -bounded parties have executed this instrument under their several seals this day of , 19 , the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned representative, pursuant to authority of its governing body. No extension of time or other modification of this Bid Bond shall be valid unless agreed to in writing by the parties to this Bond. IB- 112 Y t , • IN PRESENCE OF: (SEAL) Individual Principal Business Address (SEAL) Business Address Attest: By: Corporate Principal. Business Address Affix By: Corporate Seal Attest: Corporate Surety Business Address Affix By: Corporate Seal Countersigned By: *Attorney -in -Fact. State of *Power -of -Attorney for person signing for Surety -Company must be attached to Bond. IB -113 CERTIFICATE AS TO CORPORATE PRINCIPAL certify that I am the I. Secretary of the Corporation named as Principal in the within bond; that 0 who signed the said bond on behalf of the Principal was then of said Corpration; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said Corpora- tion by authority of this governing body. (Corporate) (Seal I (Title) Y rnterntoonal Fidelity InsurancIPCompany 24 COMMERCE STREET NEWARK, N. J. 07102 BBSU #035034 KNOW ALL NEN BY THESE PRESENTS: That we, the undersigned, AMMA CONSTRUCTION CORP. as Principal, and THE INTERNATIONAL FIDELITY INSURANCE CCHPANY, a corporation of the State of New Jersey, as Surety, are -held and firmly bound unto TOWN OF SOUTHOLD in the penal sum of 5% amount bid for the payment of which, well and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. Signed, this 11th day of April 1985 The condition of the above obligation is such that whereas the Principal has submitted to TOWN OF SOUTHOLD a certain bid, attached hereto and hereby made a part hereof, to enter into a contract in writing for Waste treatment facility - Fishers Island - #C-36-1149 NOW, TUEREFORE, (a) If said bid shall be rejected, or in the alternate (b) If said bid shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto, properly completed in accordance with said bid, and shall furnish a bond for the faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid; THEN, THIS OBLIGATION SHALL BE VOID, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liabil- ity of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of time within which the said bid may be accepted; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereto set their hands and seals, and such of them as are corporations have caused their corporate seals, to be hereto affixed and these presents to be signed by tSr'�proper officers, th day and ye firs set forth above. Signed, sealed and deli d in the p sence o : CONSTRUCTI N ATTESTs� Principal A Bid Bond INTERNA FIDELITY IN CE CO. By: Patricia Healy, Attorney -in -fa e 5•tdte of ss. County of c d o, On this day of 19 , before me personally came •i is o _ to me known, G X Q and known to me to be the individual described in and who executed the foregoing instrument,and acknowledged tome that he executed the same. My commission expires Notary Public State of County of I ss. M On this day of —_ 19 , before me personally came o+ E d to me known and known to me LL o C to be a member of the firm of _ -- ---- -- Q described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the sarne as and for the act and deed of said firm. My commission expires Notary Public Sta19.1:- t r ss. County of this day of {�_ _—_, 19__x_, betow nre personally came d o E rn m •� °a ose c wh eing b me duly sworn, did pd say that he is the - 0 G U Qof the corporation described in and which executed the above instn said instrument is sugh,4;pM4prat�tseiah�that it was so affixed b name there�%'14� kfl)Ed-&rd6l f ,9t- . r >�.{,r., My commisslorr,exptres State of NEW YORK NASSAU County of I ss. -_, to me known, rt; tfat he knows the seal of sai�corporation;fthat the seal affixei of the Board of Directors of sai corporation I and that he signed Notary Public On this t9 l It h day of April , 85 , before me personally came S PATRICIA HEALY to me known, who, being by me duly sworn, did depose and say that 0he is an attorney in fact of INTERNATIONAL FIDELITY INSURANCE COMPANY % the corporation described in and which executed the within instrument; that he knows the corporate seal of said corporation; that the seal a affixed to the within instrument is such corporate seal, and that he signed the saidinstrument and affixed the said seal as Attorney in Fact by authority of the Board of Directors of said corporation and by authority of this office under the Standi g soluti s thereof. \ DIANE HOWARD `) NOTARY Pl16UC, State of N 'York No. 4735882 My commission expires Qu ty Commission Expires Marc0 19 Notary Public ..a._..... _` FORMI 13 25M__ I a TEL. ( 201) 624-7200 0 POWER 0 OF ATTORNEY International Fidelity Insurance Company HOME OFFICE: 24 COMMERCE STREET BOND NO.^v T NEWARK, NEW JERSEY 07102 KNOW ALL MEN BY THESE PRESENTS: That International Fidelity Insurance Company, a corporation organized and existing under the laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint Agnea Mulhall and/or Patricia Healy and/or Diane Howard Plainview, N.Y. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature hereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said International Fidelity Insurance Company, as full,, and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article 2, - Section 3, of the By - Laws adopted by the Board (if Directors of International Fidelity Insurance Company at a meeting called and held on the 23rd day of December, 1968. The President or any ?rice resident, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach tae Seal of the Company thereto, bonds and undertaki-ngs, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such Attorney -i fact an, revoke th authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 4th day of February, 1975 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, International Fidelity Insurance Company has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 1st. DEITY IhS 1Cl� day of May A.D. 1982 SEAL 1904 i c a ' STATE OF NEW JERSEY County of Essex Executive Vice President On this 1 st. day of May 1982,, before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said that he is the therein described and authorized officer of the International Fidelity Insurance Company; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. 11,4 iN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, / AP `, t the City of Newark, New Jersey the day and year first above written. 4Q .OTA pUr$ LAG . ° f Notary Public - My Commission Expires April 14, 1988 CERTIFICATION I, the undersigned officer of International Fidelity Insurance Company do hereby certify and that I have compared the foregoing copy of the Power of Attorney anal affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the. said Power of Attorney has not been revoked and is now in full force and effect. 1N TESTIMONY WHEREOF, I have hereunto set my hand this /A day of C J 19 Assistant Secretary INTERNARONAL FIDELITY INSURANCE COMPANY ` 24 COMMERCE ST., NEWARK, NEW JERSEY 07102 STATEMENT OF ASSETS, LIABILITIES, SURPLUS AND OTHER FUNDS AT DECEMBER 31, 1983 ASSETS Bonds (Amortized value) .......................... $9,687,119 Common Stocks (Market value) ...................... 450,519 Mortgage Loans on Real Estate ...................... 156,626 Real Estate ................................... 85,000 Cash& Bank Deposits ............................ 1,157,512 Short Term Investments ........................... 1,499;218 Unpaid Premiums & Assumed Balances ................. 145,784 Reinsurance Recoverable on Loss Payments .............. 335,137 Interest & Dividends Due and Accrued ................. 360,680 Funds Held in Escrow Accounts ..................... 1,787,288 Collateral Funds Held Under Contract ................. (1,787,288) Contract Balances Due & Unpaid ..................... 124,729 Due from Essex Bonding Agency, Inc . ................. 14,403 Equities and Deposits in Pools and Associations ........... 4 TOTAL ASSETS ............................ $14,016,731 LIABILITIES, SURPLUS & OTHER FUNDS Losses (Reported losses net as to reinsurance ceded and incurred but not reported losses) .................... $5,734,723 Loss Adjustments Expenses ........................ 1,721,011 Contingent Commissions & Other Similar Charges .......... 53,126 Other Expenses (Excluding taxes, licenses and fees) ........ 58,911 Taxes, Licenses & Fees (Excluding Federal Income Tax) ..... 107,804 Federal Income Taxes ............................ 38,000 Unearned Premiums ............................. 2,782,900 Funds Held by Company Under Reinsurance Treaties ....... 50,000 Accounts Withheld by Company for Account of Others ...... 6,772 Liability for Unauthorized Reinsurance ................ 26,089 TOTAL LIABILITIES ........................ $10,579,336 Capital Paid-up ................................. 1,004,150 Gross Paid -in & Contributed Surplus ...... ........... 380,450 Unassigned Funds (Surplus) .................. 2,052,795 Surplus as Regards Policyholders .................. $3,437,395 TOTAL LIABILITIES, SURPLUS & OTHER FUNDS ... $14,016,731 I, PHILIP KONVITZ, President of International Fidelity Insurance Company, certify that the foregoing is a fair statement of Assets, Liabilities, Surplus and Other Funds of this Company at the close of business, Dec. 31, 1983 as reflected by its books and records and as reported in its statement on file with the Insurance Department of the State of New Jersey. r SEAI i s 1904 o IN TESTIMONY WHEREOF, I have set my hand and affixed the seal of the Company this 28th day Feb., 1984. INTERNATIONAL FIDELITY INSURANCE COMPANY President STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the Town.) All questions must be answered and the,data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on sep- arate attached sheets. The Bidder may submit any additional information he de- sires: 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of *work performed.by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company., stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this Contract. 12. List your experience in work similar to this project. 13. List the background and experience of the principal members of your organi- zation, including officers. 14. List the work to be performed by Subcontractors and summarize the dollar value of each Subcontract. 15. Credit available: S 16. Give bank reference: 17. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the Town? IB- 115 18. The undersigned hereby authorizes and requests any person, firm or corpora- tion to furnish any information requested by the Town in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this _ day of I By: Title: STATE OF ) SS. COUNTY OF ) that he is . 19 Name of Bidder being duly sworn deposes and says of Name of Organization and that the answers to the foregoing questions and all statements therein con- tained are true and correct. Subscribed and sworn to before me this day of . 19 My Commission Expires . 19 IB- 116 Notary Public AGREEMENT FISHE ISLAND WASTET�TATER TREA71 -1 FACILITIES C-36-1149 THIS AGREEMENT, made this day of-* 19 by and between .1 (a Corporation organized and existing under the laws of the State of )* (a Partnership consisting of )* (an individual trading as )* hereinafter called the "Contractor" and the Town of Southold, hereinafter called the "Town" WITNESSETH, That the Contractor and the Town, for the considerations stated here- in, mutually agree as follows: Article 1. Statement of Work: The Contractor shall furnish all supervisiod, technical personnel, labor, materials, machinery, tools, appurtenances, equipment and services, including utility and transportation services and perform and com- plete all work and required supplemental work for the completion of the Project in strict accordance with the *hereinafter referenced Contract Documents, including all Addenda thereto, numbered all as prepared by the Town of Southold and in these Contract Documents, referred to as the "Engineer", "Owner", "Town' or 'District". Article 2. The Contract Price: The Town will pay the Contractor for the performance of the Contract in current funds, for the total unit price bid. *Strike out the two terms not applicable. IB- 117 Article Con trac1Documents: The Contract Doc um0s shall consist of the following including their attachments and exhibits): a. This Agreement b. Addenda c. Invitation for Bids d. Instructions to Bidders e. Signed copy of Bid, with all at- tachments required for the bidding f. Special Conditions g.General Conditions h. Technical Specifications i. Drawings (as listed in Schedule of Drawings) j. Payment and Performance Bonds k. Certificates of Insurance 1. Exhibits not included as part of the documents listed above This Agreement, together with other Documents enumerated in this Article 3. which said other Documents are as fully a part of the Contract as if hereto attached or herein repeated, forms the Contract between the parties hereto. IN WITNESS WHEREOF, The parties hereto have caused this AGREEMENT to be executed in six (6) original copies on the day and year first above written. ATTEST: Contractor By: Title: Street By: Title: IB- 118 City, State, Zip Code TO 1411 OF SOUTHOLD CERTIFICATIONS: Icertify that I am the of the Corporation named as Contractor herein; that who signed this Agreement on behalf of the Con- tractor, was then of 'the said Corporation; that said Agreement was duly signed for and in behalf of said Corpo- ration by authority of its governing body, and is within the scope of its corpo- rate powers. Corporate SEAL IB -119 PERFORMANCE 80N0 FISHLRS ISLAND WASTEWATER TREATMENT FACILITIES C-36-1149 KNOW All MEN By THESE PRESENTS, chat as Princlpal, hereinafter called Contractor, .t and ' as Surety, hereinafter called Surety, are held and firmly bound unto the Town of Southold as Obligee, hereinafter called Town, in the amount of Dollars ($ ), for payment whereof Principal and Surety bind themselves, their heirs, executors, ad- ministrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor his by written agreement dated 19 entered into a Contract with the Town for the Construction of Fishers Island Wastewater Treatment Fac' i s which Contract is by re erence sade a part ereo , and s hereinafter referreif to as the Contract. NOW, THEREFORE, The condition of this obligation is such that, if Contractor shall promptly and faithfully perform said Contract, including such remedial work as may be required under the guaranty during the period of guaranty and shall certify in writing that all wages paid under said Contract to any mechanic, laborer or work- man were equal to the rates or wages customary or then prevailing for the same trade or occupation in New York , then this obligation shall be null and void, otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Town. Whenever Contractor shall be, and declared by the Town to be in default under the Contract, the Town having performed the Town's obligations thereunder, the Surety may promptly remedy the default or shall promptly: 1. Complete the Contract in accordance with its terms and conditions, by another Contractor acceptable to the Town, said other Contractor to act as an agent for the Surety, or 2. Obtain a Bid or Bids for submission to the Town for completing the Con- tract in accordance with its terms and conditions, and upon determina- tion by the Town and Surety of the lowest responsible Bidder, arrange for a Contract between such Bidder and Town, and make available as work progresses (even though there should be a default ora succession of de- faults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the bal- ance of the contract price, but not exceeding, including, other costs and damages for which the Surety may be liable hereunder, the amount set IB -120 4 forth in the *rst paragraph hereof. The tero'balance of the contract price". as used in this paragraph, shall mean the total amount payable by the Town to the Contractor under the Contract and any amendments thereto, less the amount properly paid by the Town to the Contractor. Unless otherwise required by law, any suit' under this Bond must be instituted be- fore the expiration of one (1) year from the date on which the guaranty period under the Contract expires. .1 • No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Town named herein or the heirs, executors, administra- tors and successors of the Town. IN WITNESS WHEREOF, The above -bounded parties have executed this instrument under their several seals this day of 19 the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned representative, pursuant to authority of its governing body. IN PRESENCE OF: (SEAL) Individual Principal Business Address Attest: By: Business Address Corporate Principal Business Address (SEAL) affix By: Corporate Seal IB -121 Attest: Corporate Surety Business Address Affix By: Corporate Seal Countersigned: By *Attorney -in -Fact. State of *Power -of -Attorney for person signing for Surety Company must be attached to Bond.. IB- 122 BOND NO. LABOR AND MATERIAE PAYMENT BOND 1 NOTE: This Bond is issued simultaneously with another Bond in favor of the Town conditioned for the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS, That , as Principal (hereinafter called Principal), and as Surety (hereinafter called Surety). are held and firmly bound unto the Town of Southold as Obligee (hereinafter called Town) for the use and benefit of claim- ants as hereinbelow defined; in the amount of Dollars ($ ), for the payment whereof Principal and Surety bind themselves, their heirs, executors. administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS. Principal has by written agreement dated , entered into a Contract with the Town for the Construction of the Fishers Isla dWaRreWiarpTreatment Faci 't eswyxn Contract is by reference made a par ereo , an is erel'hafter—re erre as the Contract. NOW, THEREFORE, The condition of this obligation is such that, if the said Principal shall promptly pay for all materials furnished and labor supplied or performed in the prosecution of the work included in and under the aforesaid Contract, whether or not the material or labor enters into and becomes a component part of the real asset, then obligation shall be null and void; otherwise it shall remain and be in full force and effect. PROVIDED. That any alterations which may be made in the terms of the Contract or in the work to be done under it, or the giving by the Obligee of any extension of time for the performance of the Contract. or any other forbearance on the part of either the Obligee or the Principal to the other shall not in any way release the Principal and the Surety or either or any of them, their heirs, executors, administrators, successors or assigns from their liability hereunder, notice to the Surety of any such alterations, extension, or forbearance being hereby waived. Any party, whether a subcontractor or otherwise, who furnished materials or supplies or performs labor or services in the prosecution of the work under said Contract, and who is not paid therefor, may bring a suit on this Bond in th.. IB- 123 r name of the person suiprosecute the same to a fina101gment. and have execu- tion thereon for such sum as may be justly due. IN WITNESS WHEREOF, The above -bounded parties have executed this instru- ment under their several seals this day of . 19 the name and corporate seal of each corporate party being hereto affixed and these presents signed by its undersigned represeRtative, pursuant to authority of its governing body. .I IN PRESENCE OF: Individual Principal Attest: By. By: IB -124 (SEAL) Business Address Business Address Corporate Principal Business Address (SEAL) Affix Corporate Seal Attest: Corporate Surety .1 Business Address Affix Corporate By. Seal Countersigned: By: *Attorney -in -Fact, State of *Power -of -Attorney for person signing for Surety Company must be attached to Bond. IB -125 •.S. ENVIRONMENTAL PROTECT AGENCY CERTIFICATION OF NONSEGREGATED FACILITIES Applicable to federally assisted construction contracts and related subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the Equal Opportunity clause. The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facili- ties at any of his establishments, and that he does not permit his em- ployees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction con- tractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom or otherwise.The federally assisted construction contractor agrees that (except where he has obtained identical certif- ications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding ten thousand dollars ($10,000.00) which are not exempt from the provisions of the Equal Op- portunity clause, and that he will retain such certifications in his files. Signature Date Name and Title of Signer (Please Type) The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. (EPA, Region II, 2/24/75) IB -126 OW 39 ENVIRONMENTAL PROTECTI* AGENCY CERTIFICATION BY BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Bidder INSTRUCTIONS Project Number This certification is required pursuant to Executive Order 11246, Part II, Section 203 (b), (30 F.R. 12319-25). Each bidder is required to state in his bid whether he has participated in any previous con- tract or subcontract subject to the equal opportunity clause; and, if so, whether he has filed all compliance reports due under applicable filing requirements. CONTRACTOR'S CERTIFICATION Contractor's Name: Address: 1. Bidder has participated in a previous contract or subcontract sub- ject to the Equal Opportunity Clause. YES NO 2. Compliance reports were required to be filed in connection with such contract or subcontract. YES NO If YES, state what reports were filed and with what agency. 3. Bidder has filed all compliance reports due under applicable instructions, including SF -100. YES NO 4. If answer to Item 3 is "NO", please explain in detail on reverse side of this certification. Certification - The information above is true and complete to the best of my knowledge and belief. A willfully false statement is punishable by law. (U.S. Code, Title 18, Section 1001). NAME AND TITLE OF SIGNER - PLEASE TYPE By: Date: (SIGNATURE) (EPA, REGION II, 2/24/75) 00040 IB -127 NOTICE TABOR UNIONS OR OTHER ORGfZATIONS OF WORKERS NONDISCRIMINATION IN EMP OYMENT To: Name of union or organization of workers) The undersigned currently holds contract (s) with Name of App scant) involving funds or credit of the U.S. Government or (a) subcontract (s) with a prime contractor holding such contract (s). You are advised that under the provisions of the above contract (s) or subcontract (s) and in accordance with Executive Order 11246, dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, creed, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: FIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TRAINING DURING EMPLOYMENT, RATES OF PAY OR OTHER FORMS OF COMPENSATION, SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract (s) or subcontract (s) and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. /s/ (Contractor or Subcontractor) IB -128 (DATE) .00,041 NEW YORK ATE DEPARTMENT OF ENVIRON TAI, CONSERVATION DIVISION OF PURE WATERS BUREAU OF SEWAGE PROGRAMS Performance Bond Information Form Project C -36 - Construction Contract Number: Name of Contract: Name of Contractor: Address: Bonding Company or Person Issuing Security Bond: Address: Bonding Company Agent: Address: Amount of Bond: $ Duration of Bond, From: To: Identification Number of Bond: IB -129 ©O 42 SUGGESTED FORMAT CERTIFICATION OF BOND AND INSURANCE COVERAGE Name of Applicant: Project No.: Contract No.: CONTRACTOR: Contract Cost: $ ---------------------I-----------------I----------I----------I-------- I COMPANY & I I EXPIRATION DATE ITEM I POLICY NUMBER I AMOUNT I ORIGINAL I RENEWAL ---------------------I-----------------I----------I----------I-------- Performance Bond I I I I ---------------------I-----------------I----------I----------I-------- Labor & Material I I I I Bond I I I I ---------------------I-----------------I----------I----------I-------- Bodily Injury I I I I Public Liability I I I I ---------------------I-----------------I----------I----------I-------- Property Damage I I I I Liability I I I I ---------------------I-----------------I----------I----------I-------- Auto Public I I I I Liability I I I I ---------------------I-----------------I----------I----------I-------- Auto Property I I I I Damage Liability I I I I ---------------------I-----------------I----------I----------I-------- Fire & Extended I I I I Coverage I I I I (Builder's Risk) I I I I ---------------------I-----------------I----------I----------I-------- Workmen's I I N/A I I Compensation I I I I ---------------------I-----------------I----------I----------I-------- Owner's Protective I I I I Liability I I I I ---------------------I-----------------I----------I----------I-------- I certify that the above coverage in the amounts indicated is car- ried on the project. These policies will be kept in force for the duration of the construction of the project and will be renewed when necessary. These documents will be available for inspection by the U.S. En- vironmental Protection Agency personnel during the life_ of the project. , By (Name) Date: IB -130 2� (Title) 0©uSc4 U.T. ENVIRONMENTAL PROTECTION AGENCY LABOR STANDARDS PROVISIONS FOR FEDERALLY ASSISTED CONSTRUCTION CONTRACTS DAVIS-BACON ACT (40 U.S.C. 276a -276a-7) (a) All mechanics and laborers. including apprentices and trainees. employed or working directly upon the site of the work shall be paid unconditionally and not less often than once a week. and without subsequent deduction or rebate on any ac- count (except such payroll deductions as are permitted by the Copeland Regulations (29 CFR Part 3)). the full amounts due at time of payment computed at wage rates not less than the aggre- gate of the basic hourly rates and the rates of payments. contri- butions. or costs for any fringe benefits contained in the wage determination decision of the Secretary of Labor which is at- tached hereto and made a part hereof. regardless of any contrac- tual relationship which may be alleged to exist between the Con- tractor or subcontractor and such laborers and mechanics. A copy of such wage determination decision shall be kept posted by the Contractor at the site of the work in a prominent place where it can be easily seen by the workers. (b) The Contractor may discharge his obligation under this clause to workers in any classification for which the wage deter- mination decision contains: (I) Only a basic hourly rate of pay. by making payment at not less than such basic hourly rate. except as otherwise provid- ed in the Copeland Regulations (29 CFR Part 3): or (2) Both a basic hourly rate of pay and fringe benefits pay- ments. by making payment in cash. by irrevocably making con- tributions pursuant to a fund. plan. or program for. and/or by assuming an enforceable commitment to bear the cost of. bona fide fringe benefits contemplated by the Davis -Bacon Act. or by any combination thereof. Contributions made. or costs assumed. on other than a weekly basis shall be considered as having been constructively made or assumed during a weekly period to the extent that they apply to such period. Where a fringe benefit is_ expressed in a wage determination in any manner other than as an hourly rate and the Contractor pays a cash equivalent or pro- vides an alternative fringe benefit. he shall furnish information with his payrolls showing how he determined that the cost in- curred to make the cash payment or to provide the alternative fringe benefit is equal to the cost of the wage determination fringe benefit. In any case where the Contractor provides a fringe benefit different from any contained in the wage determi- nation. he shall similarly show how he arrived at the hourly rate shown therefor. In the event of disagreement between or among the interested parties as to an equivalent of any fringe benefit. the Contracting Officer shall submit the question. together with his recommendation. to the Secretary of Labor for final determi- nation. (c) The assumption of an enforceable commitment to bear the cost of fringe benefits. or the provision of any fringe benefits not expressly listed in section I (b92) of the Davis -Bacon Act or in the wage determination decision forming a part of the contract. may be considered as payment of wages only with the approval of the Secretary of Labor pursuant to a written request by the Contractor. The Secretary of Labor may require the Contractor to set aside assets. in a separate account. to meet his obligations under any unfunded plan or program. (d) The Contracting Officer shall require that any class of la- borers or mechanics. including apprentices and trainees. which is not listed in the wage determination decision and which is to be employed under the contract shall be classified or reclassified conformably to the wage determination decision. and shall re- port the action taken to the Secretary of Labor. If the interested parties cannot agree on the proper classification or reclassifica- tion of a particular class of laborers or mechanics to be used. th Contracting Officer shall submit the question. together with h recommendation. to the Secretary of Labor for final determina tion. Apprentices and trainees may be added under this claus only where they are employed pursuant to an apprenticeship c trainee program meeting the requirements of the Apprentice and Trainees clause below. (e) In the event it is found by the Contracting Officer that an laborer or mechanic. including apprentices and trainees. err ployed by the Contractor or any subcontractor directly on th site of the work covered by this contract has been or is beir paid at a rate of wages less than the rate of wages required b paragraph (a) of this clause. the Contracting Officer may (1) b written notice to the Prime Contractor terminate his right to pr( teed with the work, or such part of the work as to which cher has been a failure to pay said required wages. and (2) prosecu the work to completion by contract or otherwise. whereupc such Contractor and his sureties shall be liable to the Gover- ment for any excess costs occasioned the Government thereby. (f) Paragraphs (a) through (e) of the clause shall apply to th contract to the extent that it is (1) a prime contract subject to 0 Davis -Bacon Act. or (2) a subcontract also subject to the Davi Bacon Act under such prime contract. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT—OVERTIME COMPENSATION (40 U.S.C. 3:7-333) (a) The Contractor shall not require or permit any laborer mechanic. including apprentices. trainees. watchmen. a guards. in any workweek in which he is employed on any we under this contract to work in excess of R hours in any talent day or in excess of 40 hours in such workweek or work subject the provisions of the Contract Work Hours and Safety Standar Act unless such laborer or mechanic. including apprentice trainees. watchmen. and guards. receives compensation at a ra not less than one and one-half times his basic rate of pay for such hours worked in excess of 8 hours in any calendar day or excess of 40 hours in such workweek. whichever is the great number of overtime hours. The "basic rate of pay." as used this clause. shall be the amount paid per hour. exclusive of tF Cuntractor's contribution or cost for fringe benefits. and a cash payment made in lieu of providing fringe benefits. or t hasic hourly rate contained in the wage determination. whiche er is greater. (b) In the event of any violation of the provisions of paragra (a). the Contractor shall he liable to any affected employee f any amounts due. and to the United States for liquidated da; ages. Such liquidated damages shall be computed with respect each individual laborer or mechanic. including an apprentic trainee. watchman. or guard. employed in violation of the pro' sions of paragraph (a) in the sum of S 10 for each calendar day which such employee was required or permitted to be employ on such work in excess of 8 hours or in excess of the itanda workweek of 30 hours without payment of the overtime wag required by paragraph la). APPRENTICES AND TRAINEES (a) Apprentices shall be permitted to work as such only wh they are registered. individually. under a bona fide apprentic ship program registered with a State apprenticeship ;teen which is recognized by the Bureau of Apprenticeship and Trat EPA Pwm 3720-4 (3-77) PAGE I oR ♦ PAG IB -131 0 ing. U.S. Department of Labor: or if no such recognized agency exists in a State. under a program registered with the aforesaid Bureau of Apprenticeship and Training. The allowable ratio of apprentices to journeymen in any craft classification shall not be greater than the ratio permitted to the Contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate who is not a trainee as defined in paragraph (b) of this clause. and who is not registered as above. shall be paid the wage rate determined by the Secre- tary of Labor for the classification of work he actually per- formed. The Contractor shall furnish to the Contracting Officer written evidence of the registration of his program and appren- tices. as well as of the appropriate ratios allowed and the wage rates required to be paid thereunder for the area of construction. prior to using any apprentices in the contract work. The term ..apprentice" means (1) a person employed and individually reg- istered in a bona fide apprenticeship program registered with the U.S. Department of Labor. Bureau of Apprenticeship and Train- ing. or with a State apprenticeship agency recognized by the Bureau or (2) a person in his first 90 days of probationary em- ployment as an apprentice in such an apprenticeship program. who is nes individually registered in the program. but who has been certified by the Bureau of Apprenticeship and Training. or a State Apprenticeship Council (where appropriate) to be eligible for probationary employment as an apprentice. (b) Trainees shall be permitted to work as such when they are bona fide trainees employed pursuant to a program approved by the U.S. Department of Labor. Manpower Administration. Bu- reau of Apprenticeship and Training. The term "trainee" means a person receiving on-the-job training in a construction occupa- tion under a program which is approved (but not necessarily sponsored) by the U.S. Department of Labor. Manpower Ad- ministration. Bureau of Apprenticeship and Training. and which is reviewed from time to time by the Manpower Administration to insure that the training meets adequate standards. (c) In connection with contracts in excess of S10.000. the Cdn- tractor agrees as follows: (I) The Contractor shall make a diligent effort to hire for performance of work under this contract a number of appren- tices or trainees. or both. in each occupation. which bears to the average number of the journeymen in that occupation to be em- ployed in the performance of the contract the applicable ratio as set forth in paragraph (d) of this clause. (2) The Contractor shall insure that 25 percent of such ap- prentices or trainees in each occupation are in their first year of training. where feasible. Feasibility here involves a considera- tion of (i) the availability of training opportunities for first year apprentices. (ii) the hazardous nature of the work for beginning workers. and (iii) excessive unemployment of apprentices in their second and subsequent years of training. (3) The Contractor shall. during the performance of the contract. to the greatest extent possible. employ the number of apprentices or trainees necessary to meet currently the require- ments of paragraphs (c) (1) and (c)(2) of this clause. (4) The Contractor shall maintain records of employment on this contract by trade of the number of apprentices and train- ees. apprentices and trainees in first year of training. and of jour- neymen, and the wages paid and hours of work of such appren- tices. trainees, and journeymen. In addition. the Contractor who claims compliance based on the criterion set forth in paragraph (c) (6) fill of this clause shall maintain such records of employ- ment on all his construction work in the same labor market area. both public and private. during the performance of this contract. In each of the above cases the Contractor shall make such records available for inspection upon request of the Department of Labor or the Contracting Officer. (S) The Contractor shall supply one copy of each of the written notices required in accordance with paragraph (c)(6)(iii) of this clause at the request of the Contracting Officer. The Con- tractor also agrees to wooly at 3 -month intervals during the per - EPA Penn 5720-4 (5-73) IB -132 0 formance of the contract and after completion of contract pe formance a statement describing steps taken toward making diligent effort and containing a breakdown by craft. of hou worked and wages paid for first year apprentices and trainee other apprentices and trainees. and journeymen. One copy of t. statement will be sent to the Contracting Officer and one copy the Secretary of Labor. (6) The Contractor will be deemed to have made a "dilige effort" as required by paragraph (c)(I) if during the pt formance of this contract. he accomplishes at least one of t following three objectives: (i) The Contractor employs under tt contract a number of apprentices and trainees by craft. at let equal to the ratios established in accordance with paragraph of this clause. or 60 the Contractor employs. on all his constrt tion work. both public and privates, in the same labor marl area. an average number of apprentices and trainees by craft least equal to the ratios established in accordance with paragra (d) of this clause. or (iii) the Contractor (A) if covered by collective bargaining agreement. before commencement of a work on the project. has given written notice to all joint appre ticeship committees. the local U.S. Employment Security Otfk local chapter of the Urban League. Workers Defense League. other local organizations concerned with minority employme and the Bureau of Apprenticeship and Training Representati, U.S. Department of Labor. for the locality of the work: (B) if r covered by a collective bargaining agreement. has given writt notice to all of the groups stated above. except joint apprenti, ship committees. and will in addition notify all non -joint appy ticeship sponsors in the.labor market area: (C) has employed qualified applicants referred to him through normal chann (such as the Employment Service. the loin( Apprentices+ Committees. and where applicable. minority organizations a apprentice outreach programs who have been delegated t function) at least up to the number of such apprentices and tra ees required by paragraph (d) of this clause: (D) notice. as ferred to herein. will include at least the Contractor's name a address. the agency designation. the contract number. job s address. value of the contract. expected starting and complen dates. the estimated average number of employees in each occ pation to be employed over the duration of the contract wo and a statement of his willingness to employ a number of apprt tices and trainees at least equal to the ratios established in cordance with paragraph (d) of this clause. (d) The Secretary of Labor has determined that the applicat ratios of apprentices and trainees to journeymen in any Occup tion for the purpose of this clause shall be as follows: (1) In at occupation the applicable ratio of apprentices and trainees journeymen shall be equal to the predominant ratio for the occ pation in the area. where the construction is being undertak set forth in collective bargaining agreements. or other empit ment agreements. and available through the Bureau of Appri ticeship and Training Representative. U.S. Department of I bor. for the applicable area. (2) for any occupation for which ratio is found. the ratio of apprentices and trainees to journt men shall be determined by the Contractor in accordance w the recommdndations set forth in the Standards of the Natio( Joint Apprentice Committee for the occupation. which are on at offices of the U.S. Department of Labor's Bureau of App" ticeship and Training: and (3) for any occupation for which such recommendations are found. the ratio of apprentices a trainees to journeymen shall be at least one apprentice or train for every Ave journeymen. PAYROLLS ANO BASIC RECOROS (a) The Contractor shall maintain payrolls and hasic recor relating thereto during the course of the work and shall preser them for a period of 3 years thereafter for all laborers and rr chanics. including apprentices. trainees. watchmen. and guart PAGa 2 OR 4 PAGE ,%orkine :u the •ile of the work. Such records shall contain the name and address of each such employee. his correct classifica- tion. rate of pay lincluding rates of contributions for. or costs j—timed to provide. fringe benefits). daily and weekly number of hours worked. deductions made and actual wages paid. Whenev- er the Contractor has untamed approval from the Secretary of Lahor as provided in paragraph Ic) of the clause entitled "Davis - Bacon Act." he shall maintain records which show the commit- ment. its .approval. written communication of the plan or pro- gram it) the lahurers or mechanics affected. and the costs antici- pated or incurred under the plan or program. th) The Cuntracror shall submit weekly a copy of all payrolls to the Contracting Officer. The Prime Contractor shall be respon- .ihle fur the submission of copies of payrolls of all subcontrac- tors. The copy shall he accompanied by a statement signed by the Contractor indicating that the payrolls are correct and com- plete. that the wage rates contained therein are not less than those determined by the Secretary of Labor. and that the classi- fications set forth for each laborer or mechanic. including ap- prentices and trainees. conform with the work he performed. Suhmissiun of the "Weekly Statement of Compliance" required under this contract and.the Copeland Regulations of the Secre- tary of Labor (29 CFR Part 3) shall satisfy the requirement for submission of the above statement. The Contractor shall submit also a copy of any approval by the Secretary of Labor with re- spect to fringe benefits which is required by paragraph (c) of the clause entitled "Davis -Bacon Act." ic) The Contractor shall make the records required under this clause available for inspection by authorized representatives of the Contracting Officer and the Department of Labor. and shall permit such representatives to interview employees during work- ing hours on the joh. COMPLIANCE WITH COPELAND REGULATIONS The Contractor shall comply with the Copeland Regulations of the Secretary of Labor ('_y CFR Part 3) which are incorporated herein by reference. WITHOLOING OF FUNDS ia) The Contracting Officer may withhold or cause to he with. held from the Prime Contractor so much of the accrued pay- ments or advances as may be considered necessary ( 1) to pay lahorers and mechanics. including apprentices. trainees. watch- men. and guards. employed by the Contractor or any subcon- tractor on the work the full amount of wages required by the con- tract. and (_) to satisfy any liability of any Contractor for liqui- dated damages under paragraph fb) of the clause entitled "Con- tract Work Hours and Safety Standards Act—Overtime Com- pensation." (h) If any Contractor fails to pay any laborer. mechanic. ap- prentice. trainees. watchman. or guard. employed or working on the site of the work. all or part of the wages required by the con- tract. the Contracting Officer may. after written notice to the Prime Contractor. take such action as may be necessary to cause suspension of any further payments or advances until such viola- tions have ceased. SUBCONTRACTS The Contractor agrees to insert the clauses hereof entitled "Davis -Bacon Act." "Contract Work Hours and Safety Stand- ards act—Overtime Compensation... ..Apprentices and Train- ees," "Pavrolls and Basic Records." "Compliance with Cope- land Regulations." "Withholding of Funds." "Subcontracts." and "Contract Termination—Debarment" in all subcontracts. The term "Contractor" as used in such clauses in any subcon- tract shall be deemed to refer to the subcontractor except in the phrase "Prime Contractor." EPA Form 3720-4 (5_731 IB -133 CONTRACT TERMINATION—DEBARMENT �k breach of the clauses hereof entitled "Davis -Bacon .Act. "Contract Work Hours and Safety Standards act—Overtin Compensation." "apprentices and Trainees." 'Payrolls ar Basic Records." "Compliance with the Copeland Regulanons "Withholding of Funds." and "Subcontracts" may be groun, for termination of the contract. and for debarment as provided 29 CFR 5.6. NONDISCRIMINATION PROVISIONS During the performance of this contract. the contractor agre as follows: ( 1) The contractor will not discriminate against any emplo ee or applicant for employment because of race. color. religio sex. or national origin. The contractor will take affirmative actin to ensure that applicants are employed. and that employees a treated during employment without regard to their race. colt religion. sex. or national origin. Such action shall include. b not be limited to the following: Employment. upgrading. dem tion. or transfer: recruitment or recruitment advertising: lay, or termination: rates of pay or other forms of compensation: a selection for training. including apprenticeship. The contract agrees to post in conspicuous places. available to employees a :applicants for employment. notices to be provided setting fog the provisions of this nondiscrimination clause. ('-) The contractor will. in all solications or advertiseme- for employees placed by or on behalf of the contractor. state it all qualified applicants will receive consideration for emplc ment without regard to race. color. religion. sex. or national c gin. (3) The contractor will send to each labor union or rep sentative of workers with which he has a collective bargain agreement or other contract or understanding. a notice to provided advising the said labor union or workers' represen lives of the contractor's commitments under this section. a shall post copies of the notice in conspicuous places available employees and applicants for employment. (4) The contractor will comply with all provisions of Exec tive Order 11246 of September 24. 1%5. and of the rules. regi. tions. and relevant orders of. the Secretary of Labor. (5) The contractor will furnish all information and repo required by Executive Order 11246 of September 24. 1965. by rules. regulations. and orders of the Secretary of Labor. pursuant thereto. and will permit access to his books. recon and accounts by the administering agency and the Secretary labor for purposes of investigation to ascertain compliance w such rules. regulations. and orders. (6) In the event of the contractor's noncompliance with nondiscrimination clauses of this contract or with any of the s rules. regulations. or orders. this contract may be canceled. t minated. or suspended in whole or in part and the contractor rr he declared ineligible for further Government contracts or fea ally assisted construction contracts in accordance with pro dares authorized in 'Executive Order 11246 of September 1%5. and such other sanctions may be imposed and remed invoked as provided in Executive Order 11246 of September 1965. or by rule. regulation. or order of the Secretary of Lab or as otherwise provided by law. (7) The contractor will include the portion of the center immediately preceding paragraph ( 1) and the provisions of pa graphs ( 1) through (7) in every subcontract or purchase on unless exempted by rules. regulations. or orders of the Secret. - of Labor issued pursuant to section :04 of Executive Orc 11246 of September 24. 1963. so that such provisions will binding upon each subcontractor or vendor. The contractor v take such action with respect to any subcontract or purcha order as the administering agency may direct as a means of forcing such provisions. including sanctions for noncompliant PAG[ 3 OF 4 PAGE Provided. however. That in the event a contractor becomes in- volved in. or is threatened with. litigation with a subcontractor or vendor as a result of such direction by the administering agency. the contractor may request the United States to enter into such litigation to protect the interests of the United States. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT —SAFETY AND HEALTH (40 U.S.C. 327.333) 1a1 The contractor shall not require any laborer or mechanic employed in the performance of the contract to work in sur - EPA Pe.m 5720—A (5-731 IB -134 roundings or under working conditions which are unsanitary. hazardous. or dangerous to his health or safety, as determined under construction safety and health standards promulgated by regulations of the Secretary of Labor. tbi The contractor shall comply with the Department of Labor Safety and Health Regulations for Construction promulgated under section 107 of the Contract Work Hours and Safety Stand- ards Act 140 U.S.C. 327 et seq.). PAGE 4 OA s PAGrt Bid opening - 1:00 P.M., Monday, April 15, 1985 FISHERS ISLAND SEWER DISTRICT Amma Construction Corp., Northport, N.Y.---------- $458,888.00 Machnik Construction Co., Inc., Old Lyme, CT.---- $489,600.00 Carlin Contracting Co., Inc., Waterford, CT. -------=-$6,95,000.00 Chesterfield Associates, Inc., Westhampton Beach, N.Y.---$975,000.00 a New York State Department of Environmental Conservation 50 Wolf Road, Albany, New York 12233-0001 April 10, Mr. Francis J. Murphy Supervisor Town of Southold 53095 Main Road Southold, New York 11971 RE: C-36-1149-02 Town of Southold Fisher's Island Sewer District Minority Business Enterprise & %bmen Business Enterprise Participation (MBE/WBE) Dear Mr. Murphy: The Office of Affirmative Action is in receipt of correspondence from Mr. Michael A. Horne, P.E. of Henry Souther Engineering, Inc. dated March 22, 1985 regarding the above referenced project grant. Once again, this Office wishes to remind the Town of its responsibility, as the grantee, for obtaining all MBE/WBE compliance documents from its prime consultants/contractors, and upon reviewing said documents, for transmitting them to this Office for approval. This responsibility includes any inquiries or requests for information regarding MBE/WBE compliance matters. Please en- sure that this process is adhered to. In response to the March 22, 1985 correspondence's inquiry, please refer to the attached correspondence dated May 17, 1984 in which Diversified Technologies Corp. was approved as both an MBE and a WBE firm. However, as noted in this Office's correspondence dated March 11, 1985, this firm can only be used to satisfy either the MBE goal requirements or the WBE requirements, but not both. Finally, please submit signed MBE subagreements totalling the ten percent (10%) MBE goal amount of $7,174.00 and the two percent (2%) WBE goal amount of $1,435.00. These documents are long past due. Please submit the requested information within five (5) days receipt of this letter. Failure to do so may cause reimbursement payments to the Town to be interrupted. k APR 1 51985 111 �1, j 2enry G. Williams Commissioner 9 WN OF %CU HOLD - The Office of Affirmative Action is in receipt of correspondence from Mr. Michael A. Horne, P.E. of Henry Souther Engineering, Inc. dated March 22, 1985 regarding the above referenced project grant. Once again, this Office wishes to remind the Town of its responsibility, as the grantee, for obtaining all MBE/WBE compliance documents from its prime consultants/contractors, and upon reviewing said documents, for transmitting them to this Office for approval. This responsibility includes any inquiries or requests for information regarding MBE/WBE compliance matters. Please en- sure that this process is adhered to. In response to the March 22, 1985 correspondence's inquiry, please refer to the attached correspondence dated May 17, 1984 in which Diversified Technologies Corp. was approved as both an MBE and a WBE firm. However, as noted in this Office's correspondence dated March 11, 1985, this firm can only be used to satisfy either the MBE goal requirements or the WBE requirements, but not both. Finally, please submit signed MBE subagreements totalling the ten percent (10%) MBE goal amount of $7,174.00 and the two percent (2%) WBE goal amount of $1,435.00. These documents are long past due. Please submit the requested information within five (5) days receipt of this letter. Failure to do so may cause reimbursement payments to the Town to be interrupted. S Mr. Murphy Page 2 April 10, 1985 If you have any questions or need additional assistance, please contact me at (518) 457-4425. Sincerely, LJd t Daniel Agos MBE Liaison Specialist Attachment cc: R. Knizek, Chief, Lang Island Projects J. McMahon, MBE Officer DA/vdw Bid opening - 1:00 P.M., Monday, April 15, 1985 FISHERS ISLAND SEWER DISTRICT Amma Construction Corp., Northport, N.Y ------------ $458,888.00 Machnik Construction Co., Inc., Old Lyme, CT ------- $489, 600.00 Carlin Contracting Co., Inc., Waterford, CT. -------=-$6,95,000.00 Chesterfield Associates, Inc., Westhampton Beach, N.Y.---$9;75,000.00 0 • @ FISHERS ISLAND WASTWATER FACILITIES -- STEP III ESTIMATE ITEM MATERIAL LABOR/EQUIP. TOTAL COMMUNITY SYSTEM 105,500.00 120,700.00 226,200.00 55.95% CINEMA SYSTEM 6,400.00 6,500.00 12,900.00 3.19% COTTAGES SYSTEM 10,000.00 10,700.00 20,700.00 5.12% PUMPING STATION 60,000.00 35,900.00 95,900.00 23.72% FORCE MAIN 17,200.00 25,000.00 42,200.00 10.44% STORM SEWER 2,400.00 4,000.00 6,400.00 1.58% ------------------------- ------ $201,500.00 - $202,800.00 $404,300.00 100.00% OVERHEAD & PROFIT 10% 40,430.00 6/25/84 ESTIMATED CONSTRUCTION COST (6/84) $444,730.00 $445,844.76 ESTIMATED CONSTRUCTION COST PROJECTED TO 12/84 $466,966.50 (LINE 11) PRELIM. EXPENSE (DESIGN ALLOWANCE) 6.572% 30,689.04 (LINE 2) A/E CONTRACT (STEP III) 59,669.05 (LINE 4 & 6) ESTIMATED PROJECT COSTS (DECEMBER 184) $557,324.59 (LINE 13) LESS INELIGIBLE 1.58% ($8,822.35) (LINE 17) PLUS CONTINGENCIES (10% OF ELIGIBLE CONSTRUCTION COST) 45,957.4 (LINE 18) TOTAL ESTIMATED ELIGIBLE PROJECT COST $594,459.69 (LINE 19) GRANTS: BASIC FEDERAL GRANT @ 75% $445,844.76 I/A GRANT @ 10% 59,445.97 SUB -TOTAL FEDERAL SHARE $505,290.73 (LINE 20) LESS ADVANCE OF ALLOWANCE RECEIVED ($19,900.00) (LINE 21) TOTAL FEDERAL GRANT REQUESTED $485,390.73 (LINE 22) STATE GRANT @ 7.5% 44,584.48 (LINE 24) TOTAL NEW GRANTS M- $529,975.21 LOCAL SHARE (INELIGIBLE COSTS + 7.5% OF ELIGIBLE) 53,406.83 (LINE 23) TOTAL ESTIMATED PROJECT COSTS $583,382.04 (LINE 25) **# INELIGIBLE COST nl # l) 77,;z /,o IN Zd4AftI&Y6ad A[ r'2- F- 6; -SI4?) 2,77- 2377 14 10 &tz N y j a3or3 TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 - FISHERS ISLAND WASTEWATER COLLECTION AND TREATMENT FACILITIES Sealed Bids for Fishers Island Wastwater Collection and Treatment Facilities C-36-1149-03, Fishers Island Sewer District, Town of Southold, New York will be received by the Town of Southold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until 1:00 P,M. Eastern Standard Time, April 15,1985. ` Immediately there -after Bids will be publicly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Specifications and other Contract Documents may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F. W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F. W. Dodge Company 305 Bic Drive Milford, Ct 06460 F. W. Dodge Company 78 Kenwood Street Cranston, RI 02907 F. W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Office of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by'cash or certified check only made payable to the "Town of Southold". Call Henry Souther Engineering, Division of A.R. Lombardi. Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets in good condition within thirty (30) days after opening of Bids, will be refunded his payment. Any non -bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, has determined that Grantees and their Contractors shall obtain a minimum goal of expenditures with qualified Minority and Womens Business Contractors in accordance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and address is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Albany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UNLESS. ACCOMPANIED BY THE REQUIRED BID DEPOSIT The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be heldat the Fishers Island Ferry District Office on Fishers Island, New York, at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to reject any or all Bids. Judith T. Terry Town Clerk Town of Southold r • • To: Newsday 209 West Main Street Riverhead, New York 11901 PLEASE PUBLISH THE ATTACHED INVITATION TO BID ON THE FOLLOWING DATES: March 14, 1985 March 15, 1985 PLEASE SEND TWO AFFIDAVITS OF PUBLICATION FOR EACH DATE TO: Judith T. Terry, Town Clerk Town of Southold Town Hall, Main Road Southold, New York 11971 TO: THE DAY, New London, Connecticut PLEASE PUBLISH THE ATTACHED INVITATION TO BID ON THE FOLLOWING DATES: MARCH 14, -1985 MARCH 15, 1985 MARCH 16, 1.985 MARCH 17, 1985 PLEASE SEND TWO AFFIDAVITS OF PUBLICATION FOR EACH DATE TO: Judith T. Terry, Town Clerk Town of Southold Town Hall, Main Road Southold, New York 11971 To: The Suffolk Times The Long Island Traveler -Watchman PLEASE PUBLISH THE ATTACHED INVITATION TO BID ON MARCH 14, ;1985, AND FORWARD TWO (2) AFFIDAVITS OF PUBLICATION TO JUDITH T. TERRY TOWN CLERK, TOWN HALL, MAIN ROAD, SOUTHOLD, NEW YORK 11971. 17J hesterfield ssociates Inc. APR 15 X96 Ri�w ti�it ar11�.w Town Clerk Town of Southold 53095 Main Road Southold, New York 11971 Gentlemen: 0 Contractors & Engineers P.O. Box 1229, Westhampton Beach, N.Y. 11978 April 11, 1985 Re: C-36-1149-03 Fishers Isltand fie have studied your plans and specifications for this project, and unfortunately have not had adequate time to prepare our bid. 'fie learned of the project through a notice in your local paper, and by the time we received the bid documents valuable time had been lost. We would very much appreciate the opportunity to submit a bid for this work should you elect to delay the bid opening or re -bid the project. Please keep us advised. /cr cc: Henry Souther Engineering thank you, E. Davies Allan, pres. Office & Yard - 5 Country Road, Westhampton Beach Phone 516-288-2138 Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 JUDITH T. TERRY TELEPHONE TOWN CLERK (516) 765-1801 REGISTRAR Or VITAL Sr crisriCs OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 25, -1985' Mr. Horne: Enclosed are affidavits 'of publication from: The Suffolk Times, The Long Island Traveler -Watchman, Newsday and The New London Day concerning the Fishers Island Wastewater Collection and Treatment Facilities Invitation to Bid'. • JUDITH T. TERRY TowN CLERK RI{GISTRAR Ol: VITAL S ATISFICS V t .116 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD March 20, 1985 E.C. Smith & Associates, Inc. 60 East 42 Street New York, New York 10165 Dear Mr. Smith: Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516)765-1801 I am returning herewith, your check no. 3938 in the amount of $50.00 for "Plans & Specs for Wastewater Collection & Treatment Facility, F.I. Sewer District." Please be advised that there is an additional fee of $5.00 due to coverage postage costs. Upon receipt of the total fee of $55.00 we will promptly mail the plans and specs to you. Very truly yours, u ith T. Terry Southold Town Clerk DATE INVOICE AMOUNT 1-2 210 E. C. SMITH & ASSOCIATES, INC. ' 60 EAST 42nd STREE C- f �t1I NEW YORK, N.Y. 11 CJC. 3938 -.. •: GAP PAY e . 'Fifty and 00/100 C :ECKNO ;,DASE DOLLARS .. TO E ORD.E.R OF. ,'!� '�' - _.. CCTS PAYABLE DISCOUNT CHECK AMOUNT C THEPlE4 OTHER. 3938' 031985 Town Clerk Town �: odl-hrY'�oRs►vc ANU 50 100 ! y. S� 11 � uL�a THE CHASE MANHATT., AN BANK N.A. CHASE 60 E. 42nd ST., NN. Y.d16�5 Db NOT DESTROY. II'00 3 9 3811' 1:0 2 10000 2 0: 007 L 08 L8 1 60 EAST 42 STREET RECEIVED 1AAR 2 01985 Town Clerk 5outhOld NEW YORK. NEW YORK 10165 9 ir 41L 0 / E. C. _SMITH & ASSOCIATES, INC. Town Clerk Town of Southold Main Street Southold, New York 11971 March 19, 1985 212 682-6890 Ref: Plans and specs for "Wastewater Collection & Treatment Facility" Fisher Island, BIDS April 15th Gentlemen: I should appreciate your sending us a set of plans and specs on the aboy,e; reference.., Enclosed please find our certified check w for Fifty-bl'lars ($50.00) to cover the cost. Thanking you in advance for your kind attention, I am V truly u , 1 Earle C.Smith ECS:mpg Certified Check Enclosed MONTCLAIR, N.J. NEW YORK ROCHESTER EXTON, PA. Legal Notices TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 -- FISHERS IS- LAND WASTEWATER COL- LECTION AND TREATMENT FACILITIES. Sealed Bids for Fishers Island Wastewater Collection and Treatment Facilities C-36-1149- 03, Fishers Island Sewer Dis- trict, Town of Southold, New York will be received by the Town of Southold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, South- old, New York 11971 until 1:00 P.M. Eastern Standard Time, April 15, 1985. Immediately there -after Bids will be publicly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Specifica- tions and other Contract Docu- ments may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F. W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F. W. Dodge Company 305 Bic Drive Milford, Ct 06460 F. W. Dodge Company 7 € -nwood Street C ton, RI 02907 F. W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Office of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by cash or certified check only made payable to the "Town of Southold". Call Henry Souther Engineering, Division of A.R. Lombardi Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets in good con- dition within thirty (30) days after opening of Bids, will be re- funded his payment. Any non - bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant -from the U.S. En- vironmental Protection Agency. Neither the United States nor any of its departments, or agen- cies or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, h Aermined that Grantees and, r Contrac- tors shall obtain a minimum goal of expenditures with qualified Minority and Womens Business Contractors in accordance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith ef- forts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submit- ted by the low bidder within 15 calendar days after the bid open- ing. The following name and ad- dress is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Al- bany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UNLESS ACCOMPANIED BY THE RE- QUIRED BID DEPOSIT. The Successful Bidder will be required to furnish 100% Perfor- mance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be held at the Fishers Island Ferry District Office on Fishers Island, New York, at 1:00 P.M., Thurs- day, April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any infor- malities or to reject any or all Bids. Judith T. Terry Town Clerk Town of Southold lTM14-4821 ..reenport, in the Town iffolk and State of New of which the annexed is regularly published in ach week for ONE nencing on the 14 195 Principal Clerk L4 119-15 ANN M. ABAiE 0TARY PUBLIC, State of New York Suffolk County No 4743183 _— Term Exprres !March 30, 19_b -D1 STATE OF NEW YORK ) ) SS: COUNTY OF SUFFOLK ) -EKKAS of Greenport, in said County, being duly sworn, says that he/she is Principal Clerk of THE SUFFOLK TIMES, a Weekly Newspaper, published at Greenport, 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 ONE. weeks successively, commencing on the 14 day of D4arGh 19_2_3 Principal Clerk Sworn to before me this 1 a day o March 19--UANN M. ABATE /�)aaTerrn TARY PUBLIC, State of New York Suffolk County No. 4748183 i Exprres March 30,19-6'--> TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 '— FISHERS ISLAND WASTEWATER COLLECTION AND TREAT- MENT FACELITIES.- Sealed bids for Fishers Island Wastewater Collection and Treatment Facilities C- 36-1149-03, Fishers Island Sewer District, Town of South- old, New York will be re- ceived by the Town of South- old, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until 1:00 P.M. Eastern Star'ard Time, April 15, 1985. Immediately there -after Bids will be public- ly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Speci- fications and other Contract Documents may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry SoutherEngineering Inc. Division of A.R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F.W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F.W. Dodge Company 305 Bic Drive Milford, Ct. 06460 F.W. Dodge Company 78 Kenwood Street Craston, RI 02907 F.W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Offibe of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by cash or certified check only made payable to the "Town of Southold." Call Henry Souther Engineering, Division of A.R. Lombardi Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, COUNTY OF SUFFOLK ss: STATE OF NEW YORK Patricia Wood, being duly sworn, says that she is the Editor, of THE LONG ISLAND TRAVELER -WATCHMAN, a public newspaper printed at Southold, in Suffolk County; and that the notice of which the annexed is a printed copy, has been published in said Long Island Traveler -Watchman once each week for ................ �......... weeks successively, commencing on the ........ ......... day....... of •� I .. i Sworn to before me this ..................... day of -.......... , 19 .�. C rc z-74 p ............. : =:fit ...`:,--........................ Notary Public BARBARA FORBES Notary Public, State of New York No. 48WS46 Qualified in Suffolk County Commission Expires March 30, 19 j�E upon returning such sets in good condition within thirty (30) days after opening of Bids, will be refunded his payment. Any non -bidder up- on so returning such set will be refunded one-half of his pay- ment. Any contract or contracts awarded under this invitation for bids, are expected to be funded in part by a grant from the U.S. Environmental Pro- tection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a party to this invitation for bids or any resulting Contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, has deter- mined that Grantees and their Contractors shall obtain a minimum of expenditures with qualified Minority and Wo - mens Business Contractors in accordance with the regula- tions in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enter- prise. Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and address is available for ques- tions regarding affirmative ac- tion plans: Ms. Picolia Mack- lin, N.Y.D.E.C., 50 Wolf Road, Albany, N.Y. 12233- 0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Person- al Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guar- antee. NO BID WILL BE AC- CEPTED UNLESS ACCOM- PANIED BY THE REQUIRED BID DEPOSIT. The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) or (her) Bid for a period of forty-five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be held at the Fishers Island Ferry District Office on Fish- ers Island, New York, at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to reject any or all bids. Judith T. Terry Town Clerk Town of Southold 1T-3/14/85(7) COUNTY OF SUFFOLK ss: STATE OF NEW YORK Patricia .Wood, being duly sworn, says that she is the Editor, of THE LONG ISLAND TRAVELER -WATCHMAN, a public newspaper printed at Southold, in Suffolk County; and that the notice of which the annexed is a printed copy, has been published in said Long Island Traveler -Watchman once each week for ................ /......... weeks successively, commencing on the ...... - . �� .. day of . /2)A.7 ........ 19 . �. . Sworn to before me this ..................... day of .......... , 19 . q-�7. Notary Public BARBARA FORBES Notary Public, State of New York No. 4806846 Qualified in Suffolk County Commission Expires March 80, 19 &,P`o9 � + I.. �...� -... I...I i....l I. 'i'-. � W�u�uii i. �iiii i�R.r r•.,�er it........ ...... AFFIDAVIT OF PUBLICATION STATE OF NEW YORK) :SS.: COUNTY OF SUFFOLK) Joyce Horyczun of Newsday, Inc., Suffolk County, N.Y., being duly sworn, says that such person is, and at the time of publication of the annexed Notice was the Principal Clerk (herein- after the "Clerk") of the Publisher of NEWSDAY, a newspaper published in the Town of Huntington, County of Suffolk, County of Nassau, County of Queens, and elsewhere in the State of New York and other places, and that the Notice of which the annexed is a true copy, was published in the following editions/counties of said newspaper, in which the initialed signa- ture of the Clerk appears in the box; Queens Nassau C� Suffolk once_ —in each week for consecutive weeks, to wit: (dates of publication). Sworn to before me this 14thday Of March, 1985 Notary Public nty, N.Y. 0300-0017 JANE MAI)i .NOTARY PUBLIC, State of New York No. 4759639 Qualified in.Suffolk County Expire: Xarch 30, 1901 lis !1 !111 1 i A ��,.�a.�i�'. rl �l .,, �i �,��. mi...i ii•11, i �: 1 1 111 11 11 1 1i1 1 1111 ii iii iii 1,I i I Ii u 1 IIIA ii ii iii i� L1613 town of southAld 2x 0315 laird 13 -MAR -85 17:24:44 the 1 Legal Notice Yroposa cations and other Contract Doc - follow ng locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A.R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F.W. Dodge Company - 10 Tower Lane Avon, Connecticut 06001 F.W. Dodge Company 305 Bic Drive Milford, Ct 06460 F.W. Dodge Company 78 Kenwood Street Cranston, RI 02907 F.W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 office of the Town Clerk Copies may be obtained at the Office of the Engineer, and the Office of payment of SOhe o0w0 forleEschuSSeet Payment for said copies shall be by cash or certified check the Town of Soutmade hold". Cale ll to Souther Engineering, Division of A.R. Lombardi Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets In good condition within thirty (30)days after opening of Bids, will be refunded his payment. Any non - bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be fund- ed in part by a grant from the U.S. Environmental Protection Agency. Nether the United States nor any of Its depart- ments, or agencies or employ- ees is or will be a party to this invitation for bids or any result- ing contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, has deter- mined that Grantees and their Contractors shall obtain a mini- mum goal of expenditures with quaBusliness Contractors inified Minoritad occor- dance with the in Attachment IV of thelations Contract Specifications. The Prime contractor agrees that he will make good faith efforts to subcontract 10°-0 of the contract and aprise Minority 2 ,tau Wom- en's en's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submit- calendarelow daysbiater thein15 bid opening. The following name and ad- dress is available for questions regarding affirmative action Plans: .E C5, 501 Wolf Road MacklAl- bany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money order or Bid Bond, in the amount of Five Percent (59.0) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UN- LESS ACCOMPANIED BY THE III REQUIRED BID DEPOSIT. The Successful Bidder will be required to furnish 1009, Perfor- mance and Payment Bond or Bonds subiect to the conditions Provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a Period of forty five (45) days after the actual Pre-Bid erece will oConff thl nbe held at the Fishers Island Ferry District Office on Fishers Is- land, New York at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award Conference with the low bidder will be held at the Town offices, Town of Southold. The low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to resect any or all Bids. Judith T. Terry Town Clerk Town of Southold AW 7 AFFIDAVIT_ OF__PUBUCATION STATE OF NEW YORK) :SS.: COUNTY OF SUFFOLK) Joyce Horyczun of Newsday, Inc., Suffolk County, N.Y., being duly sworn, says that such person is, and at the time of publication of the annexed Notice was the Principal Clerk (herein- after the "Clerk") of the Publisher of NEWSDAY, a newspaper published in the Town of Huntington, County of Suffolk, County of Nassau, County of Queens, and elsewhere in the State of New York and other places, and that the Notice of which the annexed is a true copy, was published in the following editions/counties of said newspaper, in which the initialed signa- ture of the Clerk appears in the box; Queens Nassau I Suffolk once _ In each week for consecutive weeks, to wit: (dates of publication). Sworn to before me this 15th day of March, 0300-0017 JANE MAt'i4 NOTARY RMLIC, State of Now York No, 4759639 Qualified in Suffolk County Expi:cs Mar;h 3Q 1 jr ... u. _mu u. �i. �.� � m� a i i i ��i�i o ��. iso i � i� �duu�ii i. �.a.i .� l 1.1 'Li !.I'. ".'�""r L1613 town of southold 2X 0315 laird 13 -MAR -85 17:24:44 Notice SOUTHOLD Proposal Form, Plans, spec cations and other Contract D uments may be examined at 1 following locations on or at March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A.R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F.W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F.W. Dodge Company Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Office of the Town Clerk, upon Payment of 550.00 for Each Set. Payment for said copies shall be by cash or certified check only made payable to the "Town of Soutnold". Call Henry Souther Engineering, Division Inc. at (20Lombardi) 03 to Associates, sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets in good condition within thirty (30) days after opening of Bids, will be refunded his payment. Any non - bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be fund- ed in part by a grant from the U.S. Environmental Protection Agency. Neither the United States nor any of Its depart- ments, or agencies or employ- ees is or will be a party to this invitation for bids or any result- ing contract. This procurement will be subiect to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C.. as a matter of policy, has deter- mined that Grantees and their Contractors shall obtain a mini- mum goal of expenditures with qualified Minority and Women's Business Contractors in accor- dance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10.0 of the contract to a Minority Business Enterprise and 2'o to a Wom- en's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submit- ted by the low bidder within 15 calendar days after the bid opening. The following name and ad- dress is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Al- bany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money Order or Bid Bond, in the amount of Five Percent (5?.) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UN- LESS ACCOMPANIED BY THE Bidder will be h 100'o Perfor- ment Bond or the conditions Instructions to No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be held at the Fishers Island Ferry District Office on Fishers Is- land, New York at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award Conference with the low bidder will be held at the Town offices, Town of Southold. The low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to reiect any or all Bids. Judith T. Terry Town Clerk Town of Southold LEGAL No. 641 Town of Southold Fishers Island PUBLISHER'S CERTIFICATE Sewer District Invitation to Bid C 36 1149-03— FISHERS IS- LAND WASTEWATER COL- LECTION AND TREAT- MENT FACILITIES Sealed Bids for Fishers Is- land Wastewater Collection and Treatment Facilities C- 36-1149-03, Fishers island' Sewer District, Town of Sout- hold, New York will be received by the Town of Sout- hold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until 1:00 P.M. Eastern Standard Time, April 15, 1985. Immediately thereafter Bids will be pub- licly opened and and read aloud. The Instructions to Bidders, Proposal Form, Plans, Speci- fications and other Contract Documents may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A.R. Lombardi Associates, Inc. 25 Terrace Drive Vernon Connecticut 06066 F.W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F.W. Dodge Company 305 Bic Drive Milford, Ct 06460 F.W. Dodge Company 78 Kenwood Street Cranston, R102907 F.W. Dodge Company Paramount Plaza i 1221 Avenue of Americas New York, N.Y. 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Office of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by cash or certified check only made payable to the "Town of Sout- .hoid". Call Henry Souther En- gineering, Division of A.R. Lombardi Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets in . good condition within thirty (30) days after opening of Bids, *111 be refunded his pay- ment. Any no -bidder upon so returning such set will be re- funded one-half of his pay- ment. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the U.S. Environmental Pro- tection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a par- 1.CT.I-- ty to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, j 33.1105 to 33.1135 and Appen- dix A. The New York D.E.C., as a matter of policy, has deter- mined that Grantees and their Contractors shall obtain a minimum goal - of expendi- tures with qualified Minority and Womens Business Con- tractors in accordance with the regulations in Attachment IV of the Contract Specifica- tions. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Mi- nority Business Enterprise and 2% to a Women's Busi= ness Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and ad- dress is available for ques- tions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Albany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's orTreasurer's Check, Person- aI Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guaran- tee. NO BID WILL BE AC- CEPTED UNLESS ACCOM- PANIED BY THE REQUIRED BID DEPOSIT. The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the In- $tructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid open- ing. A Pre -Bid Conference will be held at the Fishers Island Ferry District Office on Fishers Island, New York, at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any informali- ties or to reject any or all Bids. Judith T. Terry Town Clerk Town of Southold State of Connecticut ) County of New London, ) ss. New London On this 20th day of March A.D. 19 85, personally appeared before the undersigned, a Notary Public, within and for said County and State, J.L. Zielinski, Legal Adv. Clerk of THE DAY, a daily evening newspaper published at New London, County of New London, State of Connecticut, who being duly sworn, states on oath, that the Order of Notice in the case of Legal advertisement # 641 a true copy of which is hereunto annexed, was published in said newspaper in its issues of the 14th, 15th, 16th & 17th days of March A.D. 1985. F' r%� r n _ �-�') I Subscribed and sworn to before me this 20th day of March A.D. 1985. Notary Public. STATE OF NEW YORK: SS: COUNTY OF SUFFOLK: 11 JUDITH T. TERRY, Town Clerk of the Town of Southold, New York, being duly sworn, says that she is over the age of twenty-one years; that on the 6th day of March 19 85 , she affixed a notice of which the annexed printed notice is a true 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 Bulletin Board, Southold Town Hall, Main Road, Southold, New York 11971. l Invitation to Bid'- Fishers Island Wastewater Collection and Treatment Facilities. Bid `opening: 1:00 P.M., April 15, 1985, Southold Town Hall. Judith T. Terry Southold Town Clerk Sworn to before me this 6th day of March 19 85 ci Notary Public EUZABEiM ANN NEWLLE NOTARY PI18M fate Of New York TTw04um ft" m TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 - FISHERS ISLAND WASTEWATER COLLECTION AND TREATMENT FACILITIES Sealed Bids for Fishers Island Wastwater Collection and Treatment Facilities C-36-1149-03, Fishers Island Sewer District, Town of Southold, New York will be received by the Town of Southold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until 1:00 P,M. Eastern Standard Time, April 15,'1985, ` Immediately there -after Bids will be publicly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Specifications and other Contract Documents may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F. W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F. W. Dodge Company 305 Bic Drive Milford, Ct 06460 F. W. Dodge Company 78 Kenwood Street Cranston, RI 02907 F. W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Office of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by'cash or certified check only made payable to the "Town of Southold". Call Henry Souther Engineering, Division of A.R. Lombardi. Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets in good condition within thirty (30) days after opening of Bids, will be refunded his payment. Any non -bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, has determined that Grantees and their Contractors shall obtain a minimum goal of expenditures with qualified Minority and Womens Business Contractors in accordance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and address is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Albany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UNLESS. ACCOMPANIED BY THE REQUIRED BID DEPOSIT The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be heldat the Fishers Island Ferry District Office on Fishers Island, New York, at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to reject any or all Bids. Judith T. Terry Town Clerk Town of Southold TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 - FISHERS ISLAND WASTEWATER COLLECTION AND TREATMENT FACILITIES Sealed Bids for Fishers Island Wastwater Collection and Treatment Facilities C-36-1149-03, Fishers Island Sewer District, Town of Southold, New York will be received by the Town of Southold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until 1:00 P,M. Eastern Standard Time, April 15,'1985. ` Immediately there -after Bids will be publicly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Specifications and other Contract Documents may be examined at the following locations on or after March 18, 1985. Office of the Engineer Henry Souther Engineering Inc. Division of A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F. W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F. W. Dodge Company 305 Bic Drive Milford, Ct 06460 F. W. Dodge Company 78 Kenwood Street Cranston, RI 02907 F. W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Office of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by'cash or certified check only made payable to the "Town of Southold". Call Henry Souther Engineering, Division of A.R. Lombardi. Associates, Inc, at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets in good condition within thirty (30) days after opening of Bids, will be refunded his payment. Any non -bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, has determined that Grantees and their Contractors shall obtain a minimum goal of expenditures with qualified Minority and Womens Business Contractors in accordance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and address is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Albany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Morey Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UNLESS. ACCOMPANIED BY THE REQUIRED BID DEPOSIT. The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be held at the Fishers Island Ferry District Office on Fishers Island, New York, at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town( Southold reserves the right to waive any informalities or to reject any or all Bids. Judith T. Terry Town Clerk Town of Southold 6A_ TOWN OF SOUTHOLD FISHERS ISLAND SEWER DISTRICT INVITATION TO BID C-36-1149-03 - FISHERS ISLAND WASTEWATER COLLECTION AND TREATMENT FACILITIES Sealed Bids for Fishers Island Wastwater Collection and Treatment Facilities C-36-1149-03, Fishers Island Sewer District, Town of Southold, New York will be received by the Town of Southold, at the office of the Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971 until 1:00 P.M. Eastern Standard Time, April 15,' 1985, Immediately there -after Bids will be publicly opened and read aloud. The Instructions to Bidders, Proposal Form, Plans, Specifications and other Contract Documents may be examined at the following locations on or after March 18, 1985• Office of the Engineer Henry Souther Engineering Inc. Division of A. R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut 06066 F. W. Dodge Company 10 Tower Lane Avon, Connecticut 06001 F. W. Dodge Company 305 Bic Drive Milford, Ct 06460 F. W. Dodge Company 78 Kenwood Street Cranston, RI 02907 F. W. Dodge Company Paramount Plaza 1221 Avenue of Americas New York, NY 10020 Office of the Town Clerk Town of Southold 53095 Main Road Southold, NY 11971 Copies may be obtained at the Office of the Engineer, and the Office of the Town Clerk upon payment of $50.00 for Each Set. Payment for said copies shall be by'cash or certified check only made payable to the "Town of Southold". Call Henry Souther Engineering, Division of A.R. Lombardi. Associates, Inc. at (203) 872-2703 to reserve sets of Contract Documents. Any unsuccessful Bidder, upon returning such sets in good condition within thirty (30) days after opening of Bids, will be refunded his payment. Any non -bidder upon so returning such set will be refunded one-half of his payment. Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant from the U.S. Environmental Protection Agency. Neither the United States nor any of its departments, or agencies or employees is or will be a party to this invitation for bids or any resulting contract. This procurement will be subject to regulations contained in 40 CFR 33.295, 33.1005 to 33.1030, 33.1105 to 33.1135 and Appendix A. The New York D.E.C., as a matter of policy, has determined that Grantees and their Contractors shall obtain a mini,.ium goal of expenditures with qualified Minority and Womens Business Contractors in accordance with the regulations in Attachment IV of the Contract Specifications. The prime contractor agrees that he will make good faith efforts to subcontract 10% of the contract to a Minority Business Enterprise and 2% to a Women's Business Enterprise. Attention of the bidders is called to a requirement that the Utilization plan must be submitted by the low bidder within 15 calendar days after the bid opening. The following name and address is available for questions regarding affirmative action plans: Ms. Picolia Macklin, N.Y.D.E.C., 50 Wolf Road, Albany, NY 12233-0001. Bids must be accompanied by Certified Check, Cashier's or Treasurer's Check, Personal Money Order or Bid Bond, in the amount of Five Percent (5%) of Bid as a Bid Guarantee. NO BID WILL BE ACCEPTED UNLESS. ACCOMPANIED BY THE REQUIRED BID DEPOSIT The Successful Bidder will be required to furnish 100% Performance and Payment Bond or Bonds subject to the conditions provided in the Instructions to Bidders. No Bidder may withdraw (his) (her) Bid for a period of forty five (45) days after the actual date of the Bid opening. A Pre -Bid Conference will be held at the Fishers Island Ferry District Office on Fishers Island, New York, at 1:00 P.M., Thursday, April 4, 1985. A Pre -Award conference with the low bidder will be held at the Town offices, Town of Southold. The Low Bidder must attend. The Town of Southold reserves the right to waive any informalities or to reject any or all Bids. Judith T. Terry Town Clerk Town of Southold A February 7, 1985 HENRY SOUTHER Supervisor Murphy - ENGINEERING Town of Southold INC. Town Hall 53095 Main Road 25 Terrace Drive Southold, NY 11971 Vernon, Conn. 06066 Re: Fishers Island Wastewater Project Tel. (203) 872-2703 Dear Supervisor Murphy: A copy of the Specifications for the subject project are enclosed for Attorney Tasker.'s review. Addendum 1 includes all additional material and pages that have been changed since the N.Y.D.E.C. certified the specifications during July. I hand delivered a set during our July meeting. Minimum wage rates, permits and other material are included in the addendum. The plans, specifications and addendum have been reviewed and approved by the N.Y.D.E.C. A. RICHARD LOMBARDI, P.E. An extra copy of the Invitation To Bid is included, please PRESIDENT review it, mark up changes and return it. It is suggested that Mrs. Terry insert the advertisement in the following Newspapers. Proof of advertisement is required by the N.Y.D.E.C./EPA. 1. Long Island Traveler 2. New London Day (3-4 days) 3. Suffolk Times 4. Long Island Newsday (fulfillment of D.E.C. requirements) 5. Others you may specify. We will contact Dodge, Inc. at their various offices. A Division of: After Attorney Tasker's review, we will send you copies of A.R. Lombardi the plans and specifications. Please let us know how many sets Associates Inc. you need.. ENVIRONMENTAL CONSULTANTS Respectfully, HENRY SOUTHER ENGINEERING, INC. Michael A. Horne, P.E. MAH:sab Enclosures cc: Mrs. Judith Terry Town Clerk • JUDITH T. TERRY TOWN CLERIC REGISTRAR OF VITAL ST \ IISTICS OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD December 5, 1984 Michael Horne, P.E. Henry Souther Engineering, Inc. 25 Terrace Drive Vernon, Connecticut 06066 Dear Michael: Town Hall, 53095 Main Road P.O. Box 728 Southold, New York 11971 TELEPHONE (516) 765-1801 In accordance with your. recent telephone conversation concerning the bids for Contract No. 1, Fishers Island Wastewater Treatment Facilities C-36-11.49=03, Fishers Island Sewer District, Town of Southold, New York, the Southold Town Board adopted a resolution at their December 4, •1984 regular meeting authorizing me to publish this bid. Upon receipt of the additional information needed for the public notice and "instructions" I will publish the bid notice. Very truly yours, Judith T. Terry Southold Town Clerk At New York State Department of Environmental Conservation November 16, 1984 Honorable Francis Murphy Supervisor, Town of Southold 53095 Main Road Southold, NY 11971 Re: C-36-1149-02 Fishers Island Sewer District Town of Southold Dear Supervisor Murphy: • NOV 2 61984 Am v Henry G. Williams Commissioner We are enclosing the following plans and specifications for the referenced project: Contract No. 1 Wastewater Treatment Facility Fishers Island S.D. $475,000 (R) July, 1984 These plans and specifications are approved by the New York State Department of Environmental Conservation (NYSDEC) as meeting State rules, regulations, and standards specifically concerning the design of wastewater treatment facilities. Since the NYSDEC has been delegated the United States Environmental Protection Agency review of projects, they are also approved as meeting the USEPA regulations concerning construction grant projects. The documents bear the stamp of the NYSDEC. This approval is for the contract documents as referenced above. If any revisions are made to the documents since the date indicated, notification must be made to the NYSDEC. Changes must be reviewed and approved by this office. If the changes are extensive and "as advertised" contract documents are prepared, the documents must be provided with changes marked and accompanied by a letter indicating the changes by page and section. The letter should state that no other changes have been made. It is absolutely necessary that this office have the advertised documents in order to preserve Federal and State grant eligibility for the project. You may now advertise for and open bids. You must complete the attached form and return it to this office within fourteen (14) days of receipt. This information is required in order to ensure compliance with New York State laws and regulations governing the award of construction contracts. The USEPA regulations require that contracts be bid, awarded, and notices to proceed issued for all significant elements of a project within nine (9) months of construction grant award. If you foresee any problem in meeting this requirement, contact this office. Honorable Francis Murphy Page 2 November 16, 1984 Enclosed for your use is a document entitled, "Administrative Instructions Regarding Contract Bids and Awards" that should be followed for the advertisement and bid evaluation for each contract. The Instructions address items such as adequate notice for bids, incorporating the latest Federal and State wage rates into the contract documents, submission of any addenda to the NYSDEC, and the information needed for this Department to concur with a proposed contract award. A contract may not be awarded until authorization to do so has been given in writing by the NYSDEC. All material identified in the Instructions must be submitted in duplicate to this office at least fifteen (15) days prior to bid expiration. To facilitate the NYSDEC review, it is suggested that you submit the material as soon as it becomes available. If you have any questions, please call Mr. Gary E. Kline, P.E., Program Engineer, at (518) 457-5527. Sincerely, Robert C. Knizek, P.E. Chief, Long Island Projects Section Metropolitan Projects Bureau RCK/GEK/mj Enclosures: a/s cc, w/plans and specifications: NYSDEC Region 1 - Mr. Licata cc, w/administrative instructions: Henry Souther Engineering - Mr. Horne cc, w/o enclosures: FIDCO - Mr. Baker CONTRACT MANAGEMENT SYSTEM BID ADVERTISING & OPENING DATES Please estimate the dates you intend to advertise bids and open bids on each contract. Also identify the names of the newspaper(s) and/or trade journal(s) to be used in advertising for bids. This form must be completed and returned to: Mr. Robert C. Knizek, Chief Long Island Projects Section NYS Dept. of Environmental Conservation 50 Wolf Road - Room 418 Albany, NY 12233 within 14 days of receipt. Contract No. & Title Advertising Date 1. 2. 3. 4. 5. Newspaper(s) Trade Journal(s) Bid Oben Date 3/10/83 Administrative Instructions Regarding Contract Bids and Awards The purpose of these instructions is to outline the procedures to be used in securing bids and making awards by recipients of grants for construction of wastewater treatment works under the Clean Water Act. Advertising for bids: In obtaining competitive bids, the following procedures must be observed: When bids are to be obtained by public advertisement, such advertisements must be in newspapers and/or trade journals having statewide circulation for projects with an stunated construction cost less than ten million dollars. Projects in excess of ten ,�million dollars must also be advertised in trade journals of nationwide distribution (40 CFR ,;&.410., 40 _CFR 33 Appendix A). A minimum of 30 days oust be allowed between the date of public advertisement and -T,._._.....__ . ==tin" the date 'fir ��bidsr ust be submitted. Bidding documents must be available in adequate quantities at the time of public notice (40 CFR 33.415, 40 CFR 33 Appendix A). Revisions duri the advertiseperiod: Should the need for revisions to plan and specifications arise after they are in t e hands of the bidders, such revisions in the form of addenda must reach all bidders prior to the time for opening bids. Four (4) copies of these addenda should be sent to NYSDEC for approval at the same time copies are sent to the bidders. Contracts may not be awarded until the NYSDEC has reviewed and approved arida to plans and specifications (6 NYCRR VII 625.6 (f)). In accordance with the Davis -Bacon Act, all Federal. wage rate changes and supersedeas decisions issued by the Department of Labor, ten (10) days or more prior to the date of the bid opening, must be included in the specifications�rio�r to bid opening. Wage Rate Decisions which are _part of these specifications are in effect for an unspecified period of time. If during the period of advertising a Wage Rate Decision expires, or is modified, a copy of the new Decision or Modification must be obtained from the Department of Labor through the NYSDEC and be made part of the contract. Awarding Contracts: A contract may not be awarded until authorization to do so has been given inwritingby NYSDEC. Such authorization cannot be given until the applicable General and Special Conditions of the USEPA Grant Agreement have been met and until two (2) copies of each of the following documents have been submitted to NYSDEC at least fifteen (15) days prior to bid expiration: 1. Revised project costs must be presented on Pages 2, 9, 11 of the standard grant application EPA Form 5700-32; 2. A revised Summary of Local Cost Projections and Project Cost Estimates (copies attached); 3. Certified tabulation of all bids received including the Engineer's dated pre -{yid estimate in the first column. The Bid Tabulation must indicate eligible (both State and Federal) and ineligible costs by bid item and total contract amount. 4. The proposal(s) of the bidder(s) to whom you wish to award the contract(s); 5. A letter, signed by the authorized representative indicating the name(s) of the bidder(s) to whom it is desired to award the contract(s) and the amount(s) involved; -2- • 6. Proof that the bids for the contract(s) were advertised in widely circulated newspapers and trade journals for at least thirty (30) days, exclusive of the first and last dates, submitted in the form of a notarized affidavit from each newspaper and journal; 7. A detailed breakdown that will support and justify any unusual cost changes since submission of the application; 8. A statement from your legal counsel that all necessary property and easements have been acquired for the project (attached form may be used); 9. A statement as to the manner in which the grantee will provide and maintain adequate engineering and inspection of the project to insure that the con- struction conforms with the approved plans and specifications; 10. A listing of all addenda and evidence showing receipt of all addenda by all bidders; 11. Certification of non -collusive bidding signed by the contractor; 12. Copies of the following Equal Employment Opportunity (EEO) Forms signed by the bidder (s) to whom you wish to award the contract (s): a. Certification of Non -Segregated Facilities; b. Certification by Bidder Regarding Equal Employment Opportunity; 13. A statement indicating the status of compliance with any MBE/WBE grant requirements. 14. A completed Performance Bond Information Form (contained in the specifi- cations) for each contract. 15. Based on the low bid for this contract, a revised quarterly Federal payment schedule. If the bidding schedule for the remaining contract(s) has been revised, a quarterly Federal payment schedule for each of these contract(s) is also required as well as for the engineering and administrative costs for all contracts. In preparing the above information, the following items should be kept in mind, and additional information submitted as appropriate: 1. Normally each contract must be awarded to the bidder submitting the lowest bid. Where the intention is to award a contract to other than the low bidder, the grantee must justify in the form of a legal opinion to NYSDEC the action to be taken, and receive approval for such action before awarding the contract. 2. If the grantee decides to award a contract to a bidder who has not submitted the lowest bid, or rejects all bids, without the approval of NYSDEC, then Federal and State participation in the construction costs may be jeopardized in whole or in part. 3. Where the responsibility of the low bidder is in question, the grantee shall show that the low bidder does not have either the financial ability or experience in work of a comparable nature to satisfactorily execute the contract require- ments. 0 -3- 0 4. Should the as -bid costs exceed original construction estimates, the grantee must verify that pre-bid bonding authority is still valid or has been increased. For cases where the Office of State Comptroller approval for an increase is required, keep in mind that the grantee must pass a bonding resolution for the increase, followed by a 30 day comment period. Evidence that this has occurred should also be submitted. 5. Negotiation with the low bidder may be utilized in lieu of rejection of all bids under very limited specific circumstances. Approval from NYSDEC counsel must be obtained prior to any grantee action to initiate negotiations. 6. Anyone furnishing design or supervisory services, or both, on a project must be disqualified as a bidder on the same project. The acceptance of such a bid would be in violation of the requirements of competitive bidding since the firm or individual providing design or supervisory services, or both, is in a preferred position. 7. Federal participation in a grant and any specific contracts under a grant will be denied if persons or businesses performing work on the project have been debarred or suspended under USEPA regulations (40 CFR 32). All proposed prime contractors should be checked against EPA's current list of debarred/suspended persons and firms as soon as possible after receipt of bids. Please contact the NYSDEC program engineer or section chief for information on the current list. ' 3/10/83 CERTIFICATE AS TO TITLE TO PROJECT SITE Name of Grantee and Address I , Attorney at Law, representing , herein called the Grantee, as title counsel, do hereby certify: 1. That I have investigated and ascertained the location of and am familiar with the legal description of the site or sites being provided by the Grantee for all elements (treatment plant, interceptors, outfalls, pumping stations, force mains, collectors, and appurtenances) of the sewage treatment works project for which Federal participation has been offered under the Clean Water Act, identified as C36 2. That if not previously submitted, I am attaching a legal description of the site or sites on which the project is to be constructed. 3. That I have examined the deed records of the county or counties in which this project is to be located and in my opinion, the Grantee has a legal and valid fee simple title or other estate or interest in the site of the project including the necessary easements and rights-of-way as are necessary to undisturbed use and possession for the purposes of construction, operation and maintenance of the project. 4. That any deeds or documents required to be recorded in order to protect the title of the owner and the interest of the Grantee have been duly recorded or filed for record wherever necessary. 5. Remarks: Dated this day of , 19 Attorney At Law Address CONTRACT DOCUMENTS FOR WASTEWATER TREATMENT FACILITY MAY, 1984 REVISION JULY, 1984 FOR THE FISHER'S ISLAND SEWER DISTRICT C-36-1149 Engineer: Henry Souther Engineering Inc., a Division of A.R. Lombardi Associates, Inc. 25 Terrace Drive Vernon, Connecticut `oyO�'f\ Uj ' rL \��A ~0. 038%6 \�FESSIpNP� TABLE OF CONTENTS Subject Pages Invitation for Bids I-1/2 Instructions to Bidders IB -100/106-2 Bid Proposal IB -107/109 Non -Collusion Affidavit of Prime Bidder IB -110 Non -Collusion Affidavit of Subcontractor IB -111 Bid Bond IB -112/113 Certificate as to Corporate Principal IB -114 Statement of Bidder's Qualifications IB -114/116 Agreement IB -117/119 Performance Bond IB -120/122 Labor and Material Payment Bond IB -123/125 Certification of Nonsegregated Facilities IB -126 Certification by Bidder Regarding E.E.O. IB -127 Notice to Labor Unions or Other Organizations of Workers Nondiscrimination in EmploymentIB-128 Performance Bond Information Form IB -129 Certification of Bond and Insurance Coverage IB -130 Labor Standards Provisions IB -131/134 General Conditions GC -100/150 Supplementary General Conditions SCG -0/14 Special Conditions SC -100/111 Technical Specifications TS -1-1/5-9 ATTACHMENTS I. Federal Regulations Regarding Change Orders For Municipal Water Quality Improvement Projects.Construction Contracts II. State and Federal Funding III. Sample Showing Information Required for a Contract Modification Under Construction Grant Program IV. Affirmative Action Requirements Equal Employment Opportunity V. Minority Business-Enterprise/Woman Business Enterprise Requirements i