Carjen TOWN OF WAPPINGER
LANE PARK
FENCINGNG REPLACEMENT PROJEC 11
CONTRACT 14-008
JUN 0 9 2014
BID FORM TOWN OF WAPPINGER
TOWN CLERK
THE TOWN RESERVES THE RIGHT TO REJECTANY OR ALL BIDS—ET=lD T0RM
SHALL BE ACCOMPANIED BY BID SECURITY(AS DESCRIBED IN THE INSTRUCTION
TO BIDDERS).
TO THE TOWN BOARD, TOWN OF WAPPINGER, NEW YORK
Pursuant to and in compliance with your invitation to bid contained in the Notice to
Contractors dated May 2014
(month) (day) (year)
the undersigned hereby proposes to furnish all labor, machinery, equipment, facilities,
tools, transportation, supplies, materials, insurances, permits, certificates, tests,
guarantees, protection of equipment and property and life during construction; as well as
competent and qualified supervision for all phases of the work, and other facilities and
things necessary or proper for or incidental to the ROBINSON LANE PARK– FENCING
REPLACEMENT PROJECT, Town of Wappinger, as required by and in strict accordance
with the plans, specifications and all other documents, for the prices stipulated and as
shown on this bid form.
Name of Bidder: Carjen Fence Co., Inc.
(Individual, Partnership, orporatio or LLC)'
Circle applicable wor
The undersigned declares that the bidding and contract documents have been carefully
examined and that all things necessary for the completion of the work shall be provided.
Receipt of the following addenda is hereby acknowledged:
DATE SIGNATURE
ADDENDUM NO. 1
ADDENDUM NO. 2
ADDENDUM NO. 3
ADDENDUM NO. 4
In consideration of, and to induce the award of this contract to him/her, the bidder
represents and warrants that:
(a) If this bid is accepted by the Town Board, Town of Wappinger, as evidenced
by issuance of a Notice of Award by the Owner, and mailed by registered
mail with return receipt requested to the address of the bidder as indicated
on his/her bid, the bidder will execute a contract on the form of agreement
herein provided and will comply with all provisions of said Notice of Award.
(b) This bid is made without any understanding, agreement or connection with
any other person, firm or corporation making a bid for the same work, and
that it is in all respect fair and without collusion or fraud.
(c) He/She has carefully examined and fully understands all of the parts of the
contract documents, and that he/she will execute the contract and will
completely perform it in strict accordance with the provisions thereof for the
sum set forth on the bid.
(d) No officer or employee of the Town Board, Town of Wappinger, or any
person whose salary is payable in whole or in part by the Town Board is,
shall be, or shall become interested directly or indirectly as a contracting
party, partner, stockholder, surety or otherwise in this bid or in the
performance of the contract or in the supplies, materials or equipment, or to
work or labor to which it relates, or in any portion of the profits thereof.
(e) He/She is not in arrears to the Town Board upon debt or contract and is not a
defaulter as surety, contractor, or otherwise upon any obligation to the Town
lar Board, Town of Wappinger.
(f) All work shall be completed within the time allotted, from the date specified in
the Notice to Proceed or set by the contract documents, mailed to the
undersigned by registered mail with return receipt requested to the legal
address of the bidder as indicated on his/her bid.
(g) If the bid documents contain any unlawful provision not an essential part of
the bid and which shall not appear to have been a controlling or material
inducement to the making thereof, the same shall be deemed of no effect
and will upon notice by either the Owner or the bidder be deemed stricken
from the bid documents without affecting the binding force of the remainder.
(h) Each and every provision of any law and clause required by law to be
inserted in the bid documents shall be deemed to be inserted herein and the
bid documents shall be read and enforced as though itwere included herein;
and if through mistake or otherwise any such provision is not inserted or is
not correctly inserted, then upon the application of either party, the bid
documents shall forthwith be physically amended to make such insertion.
(i) That he/she is financially solvent and sufficiently experienced and competent to
perform the work.
`r
Q) The work can be performed as called for by the proposal and that the plans and
specifications are in all respects suitable and adequate for the work.
(k) That the facts stated in his/her bid and the information given by him/her are
true and correct in all respects.
(1) That he/she is fully informed regarding all the conditions affecting the work to be
done and labor and materials to be furnished for the completion of this
contract, and that his/her information was secured by personal investigation
and research.
(m) In the event of a lawsuit, the bidder agrees that said suit shall be filed in the
same federal district or county as the location of the project.
BID FOR CONTRACT WORK:
BASE BID:
The Bidder proposes to perform the work required in accordance with the contract
documents for the lump sum of:
$ Seventy four thousand five hundred fifty one dollars&00/100
(Words)
$ 74,551.00
(Figures)
ADD ALTERNATE #1 BID:
The Bidder proposes to replace the existing fencing on field F2 with 716 L.F. of 8' high
fencing, rather than 4' high, including all posts, 2- new 8'-wide swing gates and new fence
fabric as shown and detailed on the plans for the lump sum of:
$ Eight thousand dollars & 00/100
(Words)
$ 8.000.00
(Figures)
G3GC���M�D I
JUN 0 9 2014
ADD ALTERNATE #2 BID: -TOWN OF WAPPINGER
TOWN CLERK
I.
The Bidder proposes to replace the existing fencing on field R1 with 688 L.F. of 8' high
fencing, rather than 4'high, including all posts, 1-new 12'-wide swing gate and newfence
fabric as shown and detailed on the plans for the lump sum of:
$ Seven thousand seven hundred fifty dollars&00/100
(Words)
$ 7,750.00
(Figures)
ADD ALTERNATE #3 BID.-
The Bidder proposes to Furnish and install 7,200 linear feet of corrugated plastic fence
caps on all ball fields fencing at the park, as detailed on the plans for the unit price of:
$ One dollar&54/100 Eleven thousand eighty eight dollars&00/100
(per linear foot) (Words) (for a total of)
�' $ 1sa $11,oae.00
(per linear foot) (Figures) (for a total of)
Also made a part of this bid is the attached documentation per Division 100, Article C.3.
i
` Sign Bid Here - .l
AUTHORIZED SIGNAPRE_�—e- -
Print Name Joseph Calicchia,Jr.
Title President
Official Company Name Caden Pence Co., Inc.
(Individual, Partnership,Co ora o LLC)'
•Circle applicable word
Company Mailing Address 1223 Park Street
STREET
Peekskill NY 10566
CITY STATE ZIP CODE
!; Federal Employer Identification No. 13-3054233
Telephone No. 914-737-7700
! Fax No. 914-737-7730
If bidder is a
corporation, fill in the
following blanks.)
%W Organized under the laws of the State of: New York
Name and Address of President: Joseph Calicchia, Jr. -Yorktown Heights, NY 10598
Name and Address of Secretary:
Name and Address of Treasurer:
i
(If bidder is a Limited Liability Company, fill in the following blanks.)
Organized under the laws of the State of:
Name of Manager or Managing Member:
Agent for Service of Process:
Address for Service of Process:
STATE OF NEW YORK )
ss:
COUNTY OF WESTCHESTER )
On the 9th day of June, 2014 before me, the
undersigned, a Notary Public in and for said State, personally appeared Joseph Caiicchla, Jr.
personally known to me or proved to me on the basis of satisfactory evidence to be the
j individual whose name is subscribed to the within instrument and acknowledged to me that
he executed the same in his capacity, and that by his signature on the instrument, the
individual, or the person upon behalf of which the individual acted, executed the
instrument.
NOTA PUBLIC
Chevon Reiche
Notary Public,SZa,orNou tibrk
No OIRF620Q4[I
Quaillied in Putnam Count.:
CommSssion espu'cs- 0- _- _O1'
v
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that
Carjen Fence Co., Inc., 1223 Park Street, Peekskill,NY 10566 as Principal; and
Travelers Casualty and Surety Company of America as Surety,are hereby
held andfirmly bound unto the Town Board, Town of Wappinger, New York in the amount
of; —Five Percent[S_1of Amount Bid" Dollars $5%of Bid
for the payment whereof Principal and Surety bind ourselves, our heirs, executors,
administrators, successors and assigns,jointly and severally, firmly by these presents.
Signed this 9th day of June 2014
WHEREAS, the condition of the above obligation is such that, whereas the Principal has
submitted to the Town Board a certain bid, attached hereto and hereby made a part hereof,
to enter into a contract in writing for the ROBINSON LANE PARK — FENCING
REPLACEMENT PROJECT for the Town of Wappinger, New York, as shown and
specified. Contract No. 14008
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 an Agreement attached hereto (properly completed in
accordance with said Bid) and shall in all 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 liability of the Surety for any and all claims
hereunder shall, in no event, exceed the 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 in no way be impaired or affected by any extension of the time
within which the Principal may accept such bid; and said Surety does herebywaive notice
of any such extension.
IN WITNESS WHEREOF,the Principal and the Surety have hereunto settheir 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 their proper officers, the day and year
first set forth above.
RECEIVED
(SEAL) --
JUN 0 9 2014
PRINCIPAL TOWN OF WAPPINGER
TOWN CLERK
Insert Bidder's Name
"Insert Surety's Name By )n uk:q,.,,�`r. Res PaoF'
Signed, sealed and delivered �—
in the presence of -
(Corporate seal of Contractor
if a corporation)
Carjen Fence Co., Inc.
Contractor
By
� a, r, I /resid-end"
Travelers Casualty and//urre/ /C m aP9 of America
By �^
Diana Toledo,Attorney-in-Fact (Title of Officer)
(Corporate seal of .
Surety) Attest_„
61 (Title of Officer)
WARNING'.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
POWER OF ATTORNEY
TRAVELERSJ Farm r,.Casualty Company SL Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surely Company of America
Sl.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Pan]Guardian Insurance Company
Attorney-In Fart No. 227331 CerORrale No. 005849032
KNOW'ALL MEN BY THESE PRESENTS: That C nduemn Casaally Company,St. Paul Fire and Marine Insurance Company, St Paul Guardimt Insmmice
Carson .SI_Paul Memory Insurance Company.Travelers Casualty and Surety Company,T..cars Casually and Surely Company it Americe. and Caused Slates
File].r and Guammy Company are corporations duly organized under the laws of the Stare of Connecticut-that Fidelity and Guaranty Insurance Company is a
mrpomtinn duly orcinexit under the laws of the State of Town,and that Fidelity and Guaranty Brandcw Gnderwnteo.In,.,a a corporation don,o,cm,rd and, he
Imes of the Stale of lYsmnsin(herein collectively called the'Componica''),and mod the Companies do hereby make,ronsdmt,and appoint
leffrcy P.Deldin.Christopher Greene,Scott Hainey,Raegan Guglielmo,and Diana Toledo
of the Chs of_ Brewster ,Stam of_-------New York .thea true and lawful Atmrnry(a)-in-Fort,
each in their xeperam rapacity if more than one is named above,to sign,extend, ,a]and acknowledge any and all bonds-reatgnlzances.conditional undertakings and
other writing,obligatory in he male.thereof on behalf of the Companies in their business of guaranteeing the fidelity Mpc mins,guaamedug the perfnnnancn of
,on,cr ,and execution or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF,the Companies have caused this instrumam to be signed and their corporate seals to be hereto aRxed,this 3n1
,I'll of April 2014
Farmington Casualty Company St.Paul Mercury Insurance Company'
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty end SuretyCompany of America
St.Paul Fire and Marine Insurance Company United Smses Fidelity and Guaranty Company
g St.Paul Guardian Insurance Company p
so
IS
n# n e9 r!¢ 1951 ,xi �sa $�s OF` lO,pf ees
Mr QB
Stam of Gombarl n By'. -------��� _
Cit,of Hartford S5. extraextraL on
Ontblstbr del day of Apul 2014-before me personally appeared Robert L.Raney.whnacknowkdged hlmsolf to
be Inc Scour Vire Priodent of Faceington Casualty Company, Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Mammon flnd,wrlmrs,Inc_St Paul
Fir,and Marino lnsmmrm Company.Se Paul Guardian Insurance Company,5t,Paul Miner,Insurance Company,Travelers Casualty and Surety Company,Tmselen
Cadalty and Surety Company of America,and L mited States Fidelity and Guaranty Company,and that he.as such.being anrhorlred so to do.executed the foregoing
Insmcment for the purposes therein contained by signingon behalf of We connotations by mamelt a,a duly authon�zadd ref
icne, I I�
Ia WBu Wh of,I her t : tnyhial ndoffmialseal. �` �• aW . C '
Aly Com ,cox,th 30th d of lune 2016. ♦ pN�� } N' ` C.Tweault cowry PoHh
58440-8-12 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
STATE OF NEW YORK )
as:
COUNTY OF W STCRESTER t
On the 9th day of June zoic before me, the
undersigned, a Notary Public in and for said State, personally appeared Joseph calicchia, Sr.
personally known to me or proved to me on the basis of satisfactory evidence to be the
individual whose name is subscribed to the within instrument and acknowledged to me that
he executed the same in his capacity, and that by his signature on the instrument, the
individual, or the person upon behalf of which the individual acted, executed the
instrument.
I
NOVYPUBL C
Chevon Reiche
Notary Public,State of New York
No.01 RE6209411
Qualified In Putnam County
Commission Expires July 27,0-10t7
ij
TRAVELERS CAS WLTYANO SURETYCOMPANY OF AMERICA
HARTFORD,CONNECTICUT WHO
FINANCIAL STATEMENT AS OF JUNE 30,OUT 3
CAPITAL STOCK$SAWDON
ASSETS LIABI ESBSURPLUS
CASH AND INVESTED LASH 6 "AW.]90 UNEARNEDPREMIUMS S 783,189.755
BONDS 3,656,149,712 LOSSES 840,116,078
INVESTMENT INCOME WE AND ACCRUED 49,212,212 LOSS ADJUSTMENT EXPENSES 533,100.921
OTHER INVESTED ASSETS 27%012,328 COMMISSIONS 20.392,790
PREMIUMBAANCES 222,869,988 TAXES,LICENSES AND FEES 13.766.86
NET DEFERRED TAX ASSET 62.625.330 OTHEREXPENSES 23,835.903
REINSURANCE RECOVERABLE BS56,480 FUNDS HELD UNDER REINSURANCE TREATIES 94,428,219
SECURDIES LENDING REINVESTED COLLATERAL ASSETS 2,450.442 CURRENT FEDERAL AND FOREIGN INCOME TAXES 26,520008
RECEIVABLES FROM PARENT,SUSSIOIARIES AND AFFILIATES 48,995,467 REMI35ANCES ANO ITEMS NOT ALLOCATED 18,953.354
DERIVATIVES 629.474 AMOUNTS WITHHELD 7 RETAINED BY COMPANY FOR OTHERS 32,952,885
OTHER ASSETS 529.004 RETROACTIVE REINSURANCE RESERVE ASSUMED 3.215,131
PO4(.YHOLOER DIVIDENDS 7,071,676
PROVISION FOR REINSURANCE 5.314,325
ADVANCE PREMIUM 638.242
PAYABLE FOR SECURITIES LENDING 2,659.442
PAYABLE FOR SECURITIES BBSI
CEDED REINSURANCE NET PREMIUMS PAYABLE (33,83SAW)
ESCHEAT UA81LTEY 523,371
OTHER ACCRUED EXPENSES AND LIpONTIES 373980
TOTALU BUT1ES S 2.377.082356
CAPITAL$TOCK S 6.80,000
PNO IN SURPLUS 433.803,760
OTHER SURPLUS L578.569.069
TOTAL SURPLUS TO POJCYHWOEgS 6 2.019.152849
TOTAL ASSETS 6 4.386.235.205 TOTAL LIABILITIES B SURPLUS S 4.398.235.205
STATE OF CONNECTICUT )
COUNTY OF HARTFORD )SS
Ott OFHAMFCRD I
MICHAEL J.DOODY BEING DULY SWORN,SAYS THAT HE IS SECOND VICE PRESIOENT.OF TRAVELERS CASUALTYANO SURETY COMPANY OF AMERICA,
AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF ME FINANCIAL CONDITION OF SAID
COMPANY AS OF THE 3DTH DAY OF JUNE,2013. /
SECOND VICE PRESIO
�1
� �
SUBSCRIBED AND SWORN i0 BEFORE ME MIS NOTARY PUBLIC
20TH DAYOFAUGUST,2013 SUSAN M.WeISSLmm
Nolnry PUA4L
A3.Corwnfssiml Eryins NmWMsr 30,2017
N��
()TA rfi � ��=
\U 13
t
POWER OF ATTORNEY ACKNOWLEDGMENT
STATE Or New York
couN'ry or Putnam
On this 9th d,y of June 2014 ,before ine
personally came Diana Toledo m me kno,vn,who being
duly svnns,did Depose and say tlml Ire is an atlarncy-il✓fact of
Travelers Casualty and Surety Company of America , (lie corporation
describe) i vW ,•hick uccwed fisc above 'mstrmnent, that Ise knows the seat of
said such corporation; tlut the seal 1011"d la sold instrument is such of said
carpo..to seal; that it ,as so nfne,d by authority of the Board of Directors of said
corporation by aunsarily of his office under the Standing Resolutions thereof.
Notary rublic
My Commission Expires RAEGAN A GUGLIELMO
Notary Puu!ic, State of New York
No. 01 GU6207380
Qualified in Putnam County
Term Expiies June 15, 2017
CERTIFICATION OF NON-COLLUSION BY BIDDER
No bid will be considered unless this Certification remains attached to and is submitted
with the Bid
By submission of this bid, each bidder and each person signing on behalf of any bidder
certifies, and in the case of a joint bid each party thereto certifies as to its own organization,
under penalty of perjury, that to the best of his knowledge and belief:
(1) The prices in this bid have been arrived at independently, without collusion,
consultation, communication, or agreement for the purpose of restricting
competition as to any matter relating to such prices, with any other bidder or with
any competitor.
(2) Unless otherwise required by law, the prices which have been quoted in this bid have
not knowingly been disclosed by the bidder and will not knowingly be disclosed by
the bidder, directly or indirectly, to any other bidder or to any competitor, before the
time of the bid opening.
(3) No attempt has been made or will be made by the bidder to induce any other person,
partnership or corporation to submit or not to submit a bid for the purpose of
restricting competition.
A bid shall not be considered for award nor shall any award be made where (1), (2)
and (3) above have not been complied with; provided however, that if in any case
the bidder cannot make the foregoing certification, the bidder shall so state and
shall furnish with the bid a signed statement which sets forth in detail the reasons
therefore. Where (1), (2) and (3) above have not been complied with, the bid shall
not be considered for award nor shall any award be made unless the Town Clerk of
the Municipality to which the bid is made, or his/her designee, determines that such
disclosure was not made for the purpose of restricting competition.
(4) The factthat a bidder(a) has published price lists, rates, ortariffs, covering items being
procured, (b) has informed prospective customers of proposed or pending
publication of new or revised price lists for such items, or (c) has sold the same
items or other customers at the same prices being bid, does not constitute, without
more, a disclosure within the meaning of subparagraph (1).
(5) Any bid hereafter made to any public authority or to any official of any public
authority created by the State or any political subdivision, by a corporate bidder for
work of services performed or to be performed or goods sold or to be sold where
competitive bidding is required by statute, rule, regulation, or local law, and where
such bid contains the certification referred to in the lead paragraph of this section,
shall be deemed to have been authorized by the board of directors of the bidder and
such authorization shall be deemed to include the signing and submission of the bid
and the inclusion therein of the certificate as to non-collusion as the act and deed of
the corporation.