Loading...
Argenio Bros. Inc4 1 PROPOSAL FOR TOWN OF WAPPINGER UNITED WAPPINGER WATER D{STRICT WATER MAIN EXTENSION TO NYCDEP CONTRACT NO. 12-007 DIVISION 200 BID FORM PREPARED BY: MORRIS ASSOCIATES ENGINEERING CONSULTANTS, PLLC 9 ELKS LANE POUGHKEEPSIE, NEW YORK 12601 AUGUST 2012 REVISED DECEMBER 2012 REVISED .JANUARY 2013 MA#: W 21215.01 ~; ~~ JAN ~ 2 Z3'i3 TC? ~~~~,~e ~~; P-- ~, r >; ~.~ ~ ~ ~~ ~ ,. ~. ~~ ~ 200 01 TOWN OF WAPPINGER UNITED WAPPINGER WATER DISTRICT WATER MAiN EXTENSION TO NYCDEP CONTRACT NO. 12-007 B!D FORM ;:_1 L ~) i ~~ ~~r JAN L ~ 2C13 ~~~r -°Y°', S F r, 9f } ,~ ~ µ '. THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS. EACH BID FORM 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 DECEMBER 10TH 2012 , (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 fife 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, Town of Wappinger Water Main Extension to NYCDEP Project, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents relating to Contract No. 12-007, for the prices stipulated and as shown on this bid form. Name of Bidder: (Individual, Partnership, Corporation or LLB) * Circle applicable word The undersigned declares that the bidding and contract documents have been carefully examined and that al! things necessary for the completion of the work shall be provided. Receipt of the following addenda is hereby acknowledged: DATE SIGNATURE ADDENDUM NO. 1 1/14/13 ~ ~ ..~. ADDENDUM N O. 2 1 / 17 / 13 ,'~`( -e--~...r." ADDENDUM NO. 3 ADDENDUM N0.4 ARGENIO BROS. INC. 200 02 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} HelShe 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. Unit Prices have been computed in accordance with the Contract Documents. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items witl be based on actual quantities, determined as provided in the Contract Documents. {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 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 sha11 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. 200 03 (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 it were 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 dacuments 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. (j) The work can be performed as called for by the proposal and that the plans and specifications are in al! 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. (I) 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 Install water distribution improvements and related items in accordance with the Contract Documents, not including Bid Alternates No. 1, No .2 and No. 3. The signatory to this bid, for all work proposed, items furnished and strict compliance with all provisions of each and every Contract Document relating to Contract 12-007, agrees to accept (unless modified pursuant to the terms of the General Conditions} a total, final and fixed contract price not to exceed: (V1lords) dollQ.~s end ~e+"~ C2n3S ~ ~~ ti~ (Figures) 200 04 Alternate Bid Install water distribution improvements and related items in accordance with the Contract Documents, including Bid Alternates No. 1, No. 2 and No. 3. The signatory to this bid, for al( work proposed, items furnished and strict compliance with all provisions of each and every Contract Document relating to Contract 12-007, agrees to accept (unless modified pursuant to the terms of the General Conditions) a total, final and fixed contract price not to exceed: F~~~ ~~Ilars s) aid zero ~~~tf (Figures} Also made a part of this bid is the attached documentation per Division 100, Article C.3. Sign Bid Here~~~~ -~-~~ AUTHORIZED SIGN URE Print Name Title GENARO J. ARGENIO PRESIDENT Official Company Name ARGENIO BROS. INC. (individual, Partnership, Corporation, LL.C)* * Circle applicable word Company Mailing Address Federal Employer Identification No. Telephone No. 2 ARGENIO DR. STREET NEW WINDSOR NY 1~5 ~ - T CITY STATE ZlP CODE 14-1497715 845-561-5102 „~. ~~ ~ J i~ I ~ ~ !~ ~_~ _iL u ~ ~. ti _,~ ' . ; `' ._ 200 5 (lf bidder is a corporation, fill in the following blanks.) Organized under the laws of the State of: NEw YoRx Name and AddreSS Of PreSldent: GENARO J. ARGENIO 201 BLVD CORNWALL, NY Name and AddreSS Of Secretary: ALBERT A. ARGENIO 27 DICKENS ST. STONY POINT, NY Name and Address of Treasurer: ALBERT A. ARGENIO 27 DICKENS ST. STONY POINT, NY (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: 200 6 STATE OF NEW YORK ) CO(JN-!'y O~ ORANGE ) ss: OR the 18TH day Of JANUARY, 2013 ,before me, the undersigned, a Notary Public in and for said State, personalty appeared GENARO J. ARGENIO personally known to me or proved to me on the basis of satisfactory evidence to be the individua! 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 individua} acted, executed the instrument. IIZANN WAY Notary Public, State of New York pualified in Orange County Registration No. 01WA6097893 Commission Expires September 2, 20 i NOTARY PUBLIC 200 7 BASE BID SHEET NYCDEP Water Main Extension -Contract 12-007 UNIT PRICE BID TOTAL ITEM NO./DESCRIPTION EST. QTY. PAYMENT UNIT WRITTEN AMOUNT EN FIGURES PRICE BID 1A. Mobilization N/A LUMP SUM nc hunt rr~ Hint Sid +heusuncl ollars zeracQn~c I ~~ ~~~• QO ~ q(~OOa ~ 0 d l h 1 B. Bonds N/A LUMP SUM ousanc wen+y nine + o c n re II ~ ro cerils ~q ~n . 0 0 2 io .0 v d 1C. Insurance N/A LUMP SUM iwent~lSeven Thousan ~- v o- arl z 2~ i00~ 0~ 2 1 D. Permits NIA LUMP SUM wo 7YiousCrnU ~ vc un~lr d ~ IICtrS ro~enE~ Z5D0.'00 5~0 ~ ~ 2 1 E. Photographic Documents N/A LUMP SUM Iwo Thousand one Z ~ O Q Z ~~C. G C d 1F. Submittals NIA LUMP SUM Forty tour Thousan 1 nd z rn n+ ~~DOG,00 ~ .OU nmc+housA n~ 1G. Temporary Construction Services NIA LUMP SUM l nc hundred seve w0 hunUred F~fN dol la~l andze~ cn+s 1~~125D,00 1-792~G,c~~? 1H. Survey and Construction Layout N/A LUMP SUM Sevenf~ {-our +housand dive hundrreldollavs era n+s ~~.5~0 OG -~~,SGO,Od 11. Close Out Documentation NIA LUMP SUM Twenty four-i-hpuland e~ hundred F1Fly doila~~ Zero ee L~{ ~~0.00 2~ 85d . ~ v h 1J. Demobilization NIA LUMP SUM re ¢ Twelve +-housa nd t hUn red lar n c 12300. b0 l2.30b. 0C~ n S 2A. 12" Main Town Road 3,950 LINEAL FEET eve One hundvec! thirty I rs and Zero f¢~~ 137• d 0 I`ll l~~~ O~ 2B. 12" Main Off Road 8,310 LINEAL FEET Se ~e nt`I Seven tool lay n ~~~ nfs ~7.5G ~4 5.Ov 2C. 12n Main Off Road County R.O.W. 4,540 LINEAL FEET One h u n GI v~ cl -F~i i r iy fur Gloll~vs and i-p n}S 13~. 00 (r~0~ ~1~0.00 2D. 12" Main K-Crete with Insulation 230 LINEAL FEET I wu h u ncl re cl f h ~~ 1`9 Scv~ ~n +ars otn of Z3-7, b0 .5`~ 5/O. DO 2E. 8" DI Main Town Road 70 LINEAL FEET Two hung red Fty I r . zero S ~ 5©. QO 1~ 5G0.0C~ 2F. 8" DI Main Off Road 100 LINEAL FEET zQ` p~~~~SavJ l~nu Q gDOG.OG 2G. 14" HDPE Bored Water Main 1400 LINEAL FEET KJO HlundVect SIX dolla.r~ Clnd zfrU CanfS 2G~,00 Zb'~ ~Gb. DO 200 07A E:ldocuments\T Wappingerla W20121W21215 NYCDEP Extensions,SpecslGeneral~basebidsheet Addendum1.doc BASE BID SHEET NYCDEP Water Main Extension -Contract 12-007 UNIT PRIC E BID EST. PAYMENT UNIT WRITTEN AMOUNT IN FIGURES TOTAL PRICE BiD ITEM NO./DESCRIPTION QTY. 2H. 14" HDPE Bared Water 540 LINEAL FEET Four I--t'undv~d ivucnf~ clofla~J and Zero ~~ ~~G.QO aa(o ~C~O,~(~ Main Through Rock 21. 14" HDPE Water Main 550 LINEAL FEET Nine iy Diu da 11Cty~ ~ 9l ~ G CDC ~QG CHG&E Areas `~ ~ _ C Q ~S 0 , 3A. 12" Gate Valves 61 EACH ~ w~ Thous a n~ ~n e Y(d I r~ +r Z1D0.00 IZ~ICD,Ov 3B. 8" Gate Valves g EACH One+{~ousanu one hunc~K F C!o I -a.r1 Ze ~ Can+' 11 SG • G G I G 3 5©. G 0 4A. Hydrants 49 EACH four -i-housand ei,~hr hunUrcd ~F~ do-lars~ ~~ X850.4 ~ 2?7 (~5~ ~ G O 4B. Sampling Stations 1 EACH wU+~ouSand Six hun~lrP~1 rl qnd zero ~,~~-s 2 (v00. D O 2 D• ~~ 5A. 3/" Corporation Stops, l~ I n e h u n ct re ~ Curb Stops, Valve Boxes 71 EACH GI01 I CtYs an ~t- 900 OD ~3 qGn' O ~ and Couplings ZZ-'G C2.Y1+S . 5B. 3/4" Copper Piping - 310 LINEAL FEET one htAnd ved dollQr~ ~ ~ l 0 0 ~ ~ Paved Areas ~ n -F S n . D O . 5C. 3/" Copper Piping - 585 LINEAL FEET I I I 0 ~ 5~~0' 0~ Unpaved Areas rs z ro en cl C - 5D 1" Corporation Stops, dY1C ~~ouSGhC( Clot ~Qv~ Curb Stops, Valve Boxes 34 EACH C~hC~ Zed ~,~~-1 ~Qbb. 0U 3~/a0e• b0 and Couplings 5E. 1" Copper Piping - 240 LINEAL FEET >`i F ~ n (nQ d of ~ avl ~9 OG ~G l~l(GG~ Paved Areas z rv Leh+s . . . 5F. 1" Copper Piping - 250 LINEAL FEET Th I r N ~-h r~ e~ o l l a ~ Z~eav Cen~-s 3.Op 3 ~a50, Od Unpaved Areas n . . 5G 2" Corporation Stops, d>'1c -N~oU.San~t ~t%Ur Curb Stops, Valve Boxes 1 EACH hu n rt.r c of Se yr >'~ ~ ~ ~~~ D ~ 14~~.~- o ~ ~iv~ i/1 ollGcvr Gn Zt ~ and Couplings 5H. 2" Copper Piping - nc hun~trrGt Six ty 15 LINEAL FEET ~~~ o I f avl C(noC Zero ~ ~ 0 0 2 ~~5, DU Unpaved Areas s 200 07B E:\documents\T Wappinger\a W2012\W21215 NYCDEP ExtensionlSpecslGenera{\basebidsheet_Addendum1.doc BASE BiD SHEET NYf:I~FP Water Main Extension -Contract 12-007 UNIT PRICE BID ITEM NO./DESCRIPTION EST. QTY. PAYMENT UNIT WRITTEN AMOUNT 1N FIGURES TOTAL PRICE BiD 6 Testing Services L.S. LUMP SUM h~ ~~ "r~G~ilasuZemcert~+s ~q jOp, pU ~~%J50U.Uv NIn~M nine +hou~an~. 7 Road, Drainage and L S LUMP SUM fhru hunU~rd Fr~ry Miscellaneous Im rove. p . . Cluil~1 unl~ zero cen+~ q~Sb.00 `~9:3'Sb. 00 8 Rock Removal 1400 CUBIC YARD L7/l f V1 U r? C(K G( d o ~ l a.rJ f ~, ~ ~ , ~? U 9A. Removal of Trees 12" up i~urhund~7c1 ~,~M to 24" in diameter 40 EACH C1ol~ah C~nG{ Zcrp un~j ;~~, D U 1~0OC~. ~U 9B. Removal of Trees 24" di t 40 EACH ~~~ h Un cl vc ~! S-'c v~~ n ~1 n ~ rr an c( z~e rb ~ (?U ~7L~ 0 2 2 ~D U er ame and above in Cc , . 9C. Protection of Trees 160 EACH vr1~ huhuv~cl fiwcn~ ) r.I Gn e cen~~ l20 , b U ~ ~1z0 v . ~ O 10 Clearing of Trees and wfr~ four thoUSan u Brush in Off-Road Areas L.S. LUMP SUM ~X h ndvrd dvllar~ ~ zee 1 . 0U 2~f(o~0, d 0 Such hunart~( fwen~j 11. Ex {orato Excavations P rY 10 EACH v~ ~ ~ ro ~~n+1 ~ZS. 00 ~2 ~ b. 60 ALLOWANCES --- --- --- --- ~- Iw en iy Stvcn G/vl )cc,~~ 1A Allowance: Select Fill - R 1700 CUBIC YARD and Ze ~ tents ~~ Crusher un 2 ~• 0 0 9 c 1B Allowance: Select Fill - One hun~LreQ Un/Itr.rr Controlled Density Fill 100 CUBIC YARD n Z-~ro ~~~~ O 0. DO /0 Dd0.OC~ 1 C Allowance: Select Fiii -- Twee ~y ~i u Cho l lq,vr Run of Bank Gravel 800 CUBIC YARD Qn ~ Zero C e h f1 2~.0~ 2o~vv. o~ 1 D Allowance: Select Fill - 800 CUBIC YARD Twe n iy Six dvl larf a O ~ 0 ~D U Select Graded Gravel h d Z~e --v n+S ~ . 2 Misc. Additional Work L.S. LUMP SUM ___ ___ $150,000 ' yl. SUti' ,v.~' -:r: .:~~:'~,:..,;:: ,.;~,;~., .,.r, :. .:. ia,:, :~!iiNr-iS:i ~ ,n r!';°. «.ar •: G'4 ti '7 ,' 1''~ti•`.' ~'ii~. .1~. r 7' ~i:~"• ~ jr ;:i:UyillJ,; r:: k ~' ~ r~, '.Y, = l~~ , :j ~ ~ ~ ~r~ ;_; ~~ .~~,.~ . 7 " . ~~. - .i ~ • ai~i ~}.. I; , ;.-, ~.~ ; ,.. ~ ~~~ :: ,.' r , : ,:7,5-~:i ri ~u i(n ~. :7~.''.. ~; ° ~i i,:.N,f ~dr~'F~'i~~~F~fi ~i•,~..L.•.~~, ~~ ~ ' ~ ~ ~ _ ' i e ].. ~1 ~ :ra~ ~. ,pij : L ~- :~..~ :~ J ill ti ,~ - . ~6:.. •Th .. i , r,.~;7'- ,; >; .:. . ; .~~,.i} ~,p~i l ~ -'U tl •: "'a.'.N ~ ~ >?' ~'+j'>r -,ai: -~rs;~:~; ;;~' H{.:r , ~r..P„„. . ~ _ _ u3. ~.; ;;ya' ,'. : C ~: 1~:'3• '~ ri ' .i'~~it ~ • Ll. ~~': u.. ~ ~, ,r ,, ,,,~; , ::,;~~,,~ ,,:~~- .,. i;;_, a~l•~, _;~RI"-~;~ , ~ a.R..f~~ , ::tRJ(U•::liM: 'a,•...ti•if il':ufi'•j.h: "., ~'~ `S,:ii ~.s. ~i~= 'w, ~t~ i_.. w« ,-~~. ~.,:.. 'Ip:~ . 'ii"ti ,..~ ~ ' ..~ ?.11:.i!`Y t I' ~,'. a~ ii~.r~ ~5.~. p; ' ~.(:ih: ?~ t i.,. ~ ~ hy., h .' ::e ~...k,_ r_. ~. °. i.: i • '',L`•'.:i:~~..,°-j ,~n'.I' .,,tlk :~~.~., :~.r~ ~;~~,~~+~ -~~'~.'y1~ ~,,,;-k , ~ alr ., : i~;~ ;({,~:,. , tl~•I~i.,~ Iy 1: ~`='~.ar~i i' !~~~-Hli ~ ~ ~`~ . OTAL BAS E - ] h l1 ~ ~ ~~ :~ :.:.. ~ ,,:fE ~ cr .:a f~ .:i1 !f ' ~' •.. j- ' r i i~ I . ,'~' „y,,. .. - ~~.y+7 . ~;i~e.~; ~ .. ~Tir ;;i, _: -~ ',,,~'_'~.~' . ~'.., ~.- , ~ n-~~ I'i;~~~:~{r.~ ' ,'~: i 'f ~ ~ ~ ~ ~i; s3.. _~r~; ~r. ~ .~ I ~• , : °'s;r"~- ~ , ~ • :ti b d i ~ .- _:: iir!:: '~i4~6i•Ti'~i`~yl ~'`.•~k ~ ai, , i~t~~rr~ ~?:r'•~;~,',.~,,r,~ ^.:'si,;~ ~' ~ =r. ~~ ~,. y~._,,,, ,..~v_-~,.~ l %~s ~ ~ t.~ .~ :,i'i! ~~~i~.r' :'ij7 . , i,~.,. >s~t-t'L• - -N~~(c,. . ~' ' ~~c:>;; i r`~ ~ :i; -tt., . •ili., . ,,~.~.~ ~ i ih .i ;7~'' hi4 5 ~~ ~ k] ~" ~ ~~ ~' i ~ p~ • ~ ~' D i .J , (J ~ ~/ / ~ / { .i,., >:•! iFIY~? i ! :1r ay3 - ' I «~1'%sir,~ s. ,.1y71~' - .~ jt(( ~~.~;1i~' :N,' LL1~ :il, y. ! ~' -'" I{ I ily ' ~ ' '~ =. : . c : ., r:~ ~ 3,s';~ i ~ • I ' ~ tt::n .7 ~~u ?iauT. _ ,:_r:,1,~ ~Fl ;:lli' 'f „~ 1 , ,i~;,~ n, hs.. ~.i ~~~ ='i ~ : -a %~ i Ii i!k ~ff ~ l ;i Nh:~ ; ,i . , ~ , F; ,~'~ 4'+i' ~I7 . i . IM' ~ ;l~ }1?~I.- f .~ li• M~ ! y' /!rf ls ~ i J ~' it , k~,' ' ~lF i:f ' N ! . i I - , wL l u lS. ,.. 1 - N U .. . T„ ~t~ •: ii ~lSin;- iT ,;~ _~ : l 4 ~ : , t. i}' ,~ - ,~a,. , ri: : ;:: l G;,. _ `:.. .? , . . . . ri l 200 o7c E:kJocumentslT Wappinger~a W2012\W21215 NYCDEP ExtensionGSpecslGenerallbasebidsheet Addenduml.doc ALTERNATE BID SHEET NYCDEP Water Main Extension -Contract 12-007 UNIT PRICE BID TOTAL ITEM NO./DESCRIPTION EST. QTY. PAYMENT UNIT WRITTEN AMOUNT IN FIGURES PRICE BID neN 5.x 1A. Mobilization N/A LUMP SUM - ehundred n~ }hpuiGnd dnllGrS anclLtrD~e %~ ~~), ~U ~ ~~iDQv. ~C~ n 1B. Bonds N/A LUMP SUM lne ouSCtnd ~ wtrlM h ndrrc! v I rr z rote 2glOb. o~ 2gl>1©.~ b nu +h u 1C. Insurance N/A LUMP SUM o sa anC wen+y Seven hundvrdC(ollar~ 7erp yen+i Z"1/o~ i/~ 2~Ieo•ba 1D. Permits NIA LUMP SUM ~ nJ rrh~J I nu F~~c n+~ 25do. 60 2 oa.OC~ 1E. Photographic Documents N/A LUMP SUM Ohio I-hu~llUnLl on~c hundrrtJ Vl n Z n~ Z/b~•~O //~, G~ 1F. Submittals NIA LUMP SUM ~~"~ ~Ur fh(xJ)Gn(~ v n ztro nor ~~-{D , ba Lf'~ f~0o. 0 c f ' 1G. Temporary Construction Services N/A LUMP SUM evzn y nln rte hundrrd S ~h~uSGn~d~hind~nHs 1~g25b.pC 17g25d.bd 1H. Survey and Construction Layout NIA LUMP SUM Seven ur -iht7usQ nd ~Iv~ hun~lrcel c1611ct,vs et n Z t rc; n+s ~ `-~~d 0 • ©U ~ X500.0 d l 11. Close Ou# Documentation NIA LUMP SUM Twcn u r +-huusCtnc 2,yh+-~unclrrd f~FM uoilar~ 2~~50.00 ~~B~G•Gc~ h ~ 1J. Demobilization N/A LUMP SUM r{ Tiuclve -N~ouspnd +- nUn(~rtc(gollclr; Ctn~l e~ 3 OG .00 123Ud . v 2A. 12" Main Town Road 4,030 LINEAL FEET Ono hunC(rrC( -f-hirty SfvTn ~lollpy! zero cen~.r I3~ ~ O U 55Z l 10 ~a C7 12" Main Off Road 2B 8,050 LINEAL FEET Seveniy Se vrn Go-1Ct.r~ ~ ~1 ~1.5CU ~75~ ©C) (P2.3 . 2C. 12" Main Off Road County R.O.W. 4,540 LINEAL FEET t~nC hunclrtCl +hir~1 ~t7U r dof I a.YS cc n~ Zero Cenl--s l3~•b 0 Q6~~(~©•aG + 2D. 12" Main K-Crete with Insulation 410 LINEAL FEET Twa h~,+nct rc r~ ~ r Stec n v I lcrrs a~a zero 23~ ~~ 97 ~7 p , p v F I 2E. 8" DI Main Town Road 70 LINEAL FEET I (n1 o I't u~ (,l v P Q " ~ I iurr n zee cen+~ ~ 5(~ ~ U o 1 ~ 50v. ~~ 2F. 8" DI Main Off Road g0 LINEAL FEET Inc fy ~~IICw~ C(nc( Z rU ten+s ~'D ~bd ~/~~, bU ' 2G. 14" HDPE Bored Water Main 1400 LINEAL FEET I vUp huncl K~ SAX dollu-+'~ unctZerucenl-S 2n(~,OC ~~'~y-0(~•CO 200 07D E:\documents\T Wappinger\a W20121W21215 NYCDEP Extension\Specs\General\altbidsheet Addenduml.doc ALTERNATE BiD SHEET NYCDEP Water Main Extension -Contract 12-057 UNIT PRICE BID EST. PAYMENT WRITTEN AMOUNT IN FIGURES TOTAL PRICE BID ITEM NO.IDESCRiPTION QTY. UNIT „ 2H. 14 HDPE Bored Water 540 LINEAL FEET ur huncl~td -Izven~ d o I I Gt,~s Q n c( ze ~ ~2L~ OQ `ZZ 8b0. Q 0 Main Through Rock ~ n+, , 2!. 14" HDPE Water Main 620 LINEAL FEET Nlne ly SIX X101 ICt,~-+ ~ ~}'( (~0 ~g52C.bC~ CHG&E Areas }~ n 2 ,-~ ~ p, 3A. 12" Gate Valves 59 EACH ~ w0 ~housc~nu Ong ~ 1. r t~ I ,GU Z3 00.~c~ 3B. $" Gate Valves 8 EACH Inc i-VioUSC~nCI one hUndYr F~FMdoila.~ anct ze~v ern 115D.0 92t~0•dv 4A. H drants Y 4g EACH h nYur~ci F~F+~~c ~~ la ~ c ~ ,-'~ ~~~D . b ~ z3~ 1a.5 U , O u 4B. Sampling Stations 1 EACH Two -~h u3Gnc1 Six Hurd rr `~ clul I-~3-naun~ 2 (pbU , UU 2 D . 0 U 5A. 3/4' Corporation Stops, ~Ivll? hUnCll~tcl Curb Stops, Valve Boxes 71 EACH C101(aYf Ctnc.Q. d U 3 ~ d and Couplings rv n+S b . - 5B. 3/d' Copper Piping - 310 LINEAL FEET (~/tc b~u~~ct~ccl Uvl I~t~r ~~~ 2e-~ c~er~+s ~b~ pU ~l ~(~U. bo Paved Areas 5C. 3/" Copper Piping - 585 LINEAL FEET ~`~ ~ ~ I I ~rl Qf7 ~ 1 'S~SU' Dv Unpaved Areas eiti /~+s 5D 1" Corporation Stops, Onc -~haus Gno! Curb Stops, Valve Boxes 36 EACH av I I a~ qnu Zf~ 3(~e(~o (~0 and Couplings ~fis 0 0 ~ ~ b a , 5E. 1" Copper Piping - 240 LINEAL FEET -Fi ~ ~I h Ins C1 n I I GL.vr fis S9 b p (~l (Ob. b ~ Paved Areas Z ~ n , 5F. 1" Copper Piping - 250 LINEAL FEET Irtij -I-ht~c.~ CIoIICt.--J ~ n}-s ~33 ~ b~ ~a ~D. Dc~ Unpaved Areas ~ ~ Zera 5G 2" Corporation Stops, Dnt -~housgnc! fur h~'nuvru se~enN fi~c Curb Stops, Valve Boxes 1 EACH doll~.~ e~nU zee ~y~~ OU 1~7~ Od and Couplings ccn>Ls 5H. 2" Copper Piping - 15 LINEAL FEET One uncl rrd Six iy ~, ~ +si ~ ~tvr Qnu Z~-v ~~S 0 d ~ ~~5 0 U Unpaved Areas 200 07E E:ldocumentslT Wappingerla W20121W21215 NYCDEP ExtensionlSpecs\Generatlaltbidsheet_Addenduml.doc ALTERNATE BID SHEET NYCDEP Water Main Extension -Contract 12-007 UNIT PRICE BID EST. PAYMENT TOTAL ITEM NO./DESCRIPTION QTY. UNIT WRITTEN AMOUNT IN FIGURES PRICE BID 51. 1" HDPE Piping - ~~ mine c~ollCt.rs Unpaved Areas 200 LINEAL FEET ancC Ztr~ ~enfS 59' DO /i8~0'OC~ 6 Testing Services L.S. LUMP SUM ~'9n N niru ~'ousa nd ~c hundre~l~~ollArl 7~2)Ce !~ .50(7.00 p O `~~bC).00 Drainage and 7 Road >` inety nine thuusanu , Miscellaneous Improve. L.S. LUMP SUM +hrce hun cl vecl fi ~ ~, 993~0.Oo q93 50' ®C~ 8 Rock Removal 1400 CUBIC YARD vnc hu"G(v~c! Gollar~ ~ is loa. o i~oo ,~ 9A. Removal of Trees 12" up -Four h U nd rc d l=i ~ to 24" in diameter 40 EACH ~ ~ r ~. 5D. 0~ l~D OU • ~ U 9B. Removal of Trees 24" 40 EACH fiv{ hunUrcd Sevcniy and above in diameter doll u.rs pncl Ze ro yen+s -~ , bU ~Z~bO ' D ~ 9C. Protection of Trees 160 EACH ohe hunUrre/ 1wc~liy c~~ 9200.00 10 Clearing of Trees and S xchu ~ Brush in Off-Road Areas L S LUMP SUM nc~-ce1 Qv11a-~ ~~ ' b~ b~ Z~{ ,~ i p . 11. Exploratory Excavations 10 EACH Scvcv, hUncJKC( fiwrnty f d ~ ~ ~ v 0 ~Z ~ ,K ! ~~ ~ ~ - . ALLOWANCES --- --- --- --- --- 1A Allowance: Select Fill - 1700 CUBIC YARD Twcniy 5evtn del laX~ Crusher Run C~nct Zero ~entj 2~.(~0 ~,~9b0,bo 1B Allowance: Select Fill - 100 CUBIC YARD bne hUnG--r~ UvllQ-~ Controlled Density Fill rv +r b0, . ~ d 1C Allowance: Select Fill - g00 CUBIC YARD Twee f~ S-X cJoll CL,rs Run of Bank Gravel ~ 1-S ~ . b U 2 ~'D , 1 D Allowance: Select Fi11- 800 CUBIC YARD Tk~i°n1y eS IX d e l l GU's Select Graded Gravel 2 Misc. Additional Work L.S. LUMP SUM ___ --- $150,000 ,.. ,. -... __, .: ~:...~, -., ,: ,,- --:rte:-•:.,_ :::,::,: •~ xrES<. - r! ~i~ 'fi 1i "uryu,' •'G•>-r! ,a r .. A :qtr; ~:ir`e• +: - ..'' -'.~~! ..-,".,-ll ~t'`t.'~ . n! { • .i'. ~"- N • 'i7..}' -'~,,,,~~:~..'Ir•;,y'• .. ,^:lJye.'~?.:k~lC;:°»~y',' .n ~.rfi!.rr? i{ ~-' .- ~iNt . . 3,! ~,;,~I,:, ~~I~. .,,~ , ~~~1:' ~rytal 'r' ~4~~~~ ~ 1~ I:+~ : y ~ -r {r~~+.T' •IF!t ..~, ,it t+~~ FC!Y~ ..~ !C• :.1 .~!,}~~Ih {~ ~'{ ,:, , p 4 i i ~~~ ~ 'x j~' '~ r ' ~! ~• ~ ~ ~ , .;,, - - 1'.:F .Lad'3-,, , ';~.-~:r:, ;,a; ~•, . a -.Y;;I r}r'71: x .: _ ::,ter- Ki . -.~ ; ~.. IYI ~r~'i l ' ~~ - - --rv:-,..,~; +: .:r1», '>*?•xr r. r, :_t ~>~wi~'r, .r`:;~-:r, 4i! F~ ,J r[~-~u ~fa.:r:-'" ti:.~. •.,..:~'•..'it,{ :ku- rM "!~:+.», ..i»e?~tt :s%i ~ ;::r::=r:~ r: ~~:;,.-i>. Mm:il~l:. _ :ri:~~' ».rt:.. ~, .,.. :,.,~:- ..,ti::,:~': ;!i y .s .1t:i.-~1'.'fjr,.r, '~4:il.:: i' ~r.,, u, ii!i4~:iif.Y• k I _ -~,,:= ~.;.~. ~ _+ ~ '"1•ay._.:~ ~tf`Ri S^~ '4 ~:i~ a `.ir.-:r i'~ ' ~; !h t-.i;3,::1T:,:a~::::f' -F:~- _': . )'. , nl~^.epr~'a. ,. -r.'!1.!..":': :..::..~'s-,,.~.., :n,. ~:!'~ =,~~,~,.~.' :.~ .~; .:,r -r7-s~i~-,n;,r.: _1,r:±,; , _I~r.yTS~°:°-i:l ~%a1:{!I.s: - r.,r..:. .! .i.~~ ;-c:! .,a:,~: kt ,r,,.l;:sl':•~:,.~;,~~~.~ _~,s ~~ r~ ~..:: ~. l ~:if~ J" : l. 73. r..'~ ~;,.. ! ~ i r ~ ! I 1' f tr`~ i ~ OTAL ALT. i ,((, ~/1 U ~ ~ I l./`~ ~ 2 9 9 , . . .. i . ., r y:. . .r. :Il : r } ;,.1.( .!t',.~ , " }~•ilz» : i ~,~i3 r i i .1 1T~, ~1 j~~{ • 'i R- ., N afu, r ' ~ 'f al. •~ _ y~., ~~ i . .:. T!~ i"t 'd q:hC'- ~ -a.1a~ •• !• t; :1'a, Y .al . Yllr; ~ ..' a' { fl :A ,~ 1 ~i 1'rr' - t~ ~ 1 ' .'1 ~ ~' ,iU .: :v.l#i :u %~. i,~'.. ilir.: ' - ~3 J~ : ~ ~~];f•. 1: :r.e,rl mo: !>I y.: : ,u .a ~!,, r ~i~- 'Y.. .:..+'i•~i,. : ,{' -. Lh' (!a"!9 jY_ - ~~i' !~ ::..r t: uF:• i• .i:"Ic i :i~:r'.. r- .=!:~na..r:N; .,ix-fif trpp~ ! I fi ~S' t a - ....- , l eksr[e t ci~ - ; , . . `: . r : : ., ~~! • to ~ J ,.H. F~s%it - i+r -a';. .I. ~y _ 1, •, n .-.''r 1~.- .{fit •ipY., r r.•._.~u,;,! S r.~'•i.. . .'T.t-...,! !..,~ ,;~",~,• ~-=:r..;!-rJ?i: !!- !! jr_:{uli;;:,;:r i,,~;~q~ ~}t rn.. ~ yI ' ~1 L.~ n {v; F. ; Ns r3..:y a ~ ` ~ i ~ ' D ~ S ' : , li ! "~ca. i t' + :i,.t~ii,~ ~'~; r<r,}!u!~:. :~ f ~ 'r ~ ~ - ' r ~ ,n : I • '9' ,a ,rtj~, ~ ~ ~ 3' 'C Y ~ p ..a -. if.-t '„: . i 1?i} iir.: -~u~- 1 .',t~f . .i r,„~::.^- ! .{- : ~ " ~ w_ ..7• : ~ ~ 7 ~ 1F, i- ::!:- ;!L .:1 i~ Sf 3 l ~ .,,a~a•`[.H,?`'i''1». ,::;.~:;.._" - :i ;] ~.'-~ d ~~i ni,} '1 -k ]Y r''~ N 4./ . , rv t !s •r ~ .. f 1!: ..i _ iY': , v. .-.. t 3: Te : x? >-i ra r , .r..nr ; • : N i.. I.y :., ~ nri'; a . y ; ~,! '; 31! ri•-, .a~» ( .1 .. 200 07F E:ldocumentslT Wappingerla W20121W21215 NYCDEP ExtensionkSpecslGenerailaltbidsheet Addenduml.doc BID BOND if a bond is used, the form bound in this manual should be used. No other form may be used except with prior approval by the Owner after review by the Town Attorney which approval may be granted ar withheld, in the Owner`s discretion, .~_ _, ~r U r (~-"I ~ ~~.~~~ ~ _~'~~ JAN L`L Z~,3 r~-~~ a. .. TOE" P ~°,~ ~>. s ~ ~ R~ s_ ~... .~. qty, ..~ ` 200 08 • BID BOND BID BOND N0. ARG13-002 KNOW ALL MEN BY THESE PRESENTS: that * ARGENIO BROTHERS, INC. as Principal; and ** RLI INSURANCE COMPANY as Surety, are hereby held and firmly bound unto the Town Board, Town of 1Nappinger, New York in the amount of: FIVE PER('ENT 5~~ OF AMOtTNT RI1~0iiarS $ -------------------------------- 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 15TH day of JANUARY 20 13 1IVHEREAS, 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 purl hereof, to enter'infio a contract in writing for the Water Main Extension to NYCDEP for the Town of Wappinger, New York, 'as shown and specked in Contract No. 'f2-007•. NOUV THEREFORE, (a) If said Bid shall be :rejected, or in the- alternate (b) if said Bid shat[ be accepted. and the Principal shall exeoc ee ~C4 dieted in contract in the Form of an Agreement attached hereto tp p y P accordance with said Bid) and shall in ai{ respects perform the agreement created by the acceptance of said Bid, then this obligation sha11 be void. Otherwise, the same shall remain in force and effect, it being.:expressly understood and agreed that the liability of the .Surety fior any and ail 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 shell 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 hereby waive-notice of any such extension. IN WITNESS WHEREOF, the Principal and the Suretyhave hereunto settheir hands and seats, and such of them as are Corporations have caused their Corporate seals to be hereto affixed anal these presents to be signed by their ;proper officers, the day and .year first set forth above. (SEAL) ARGENIO BROTHERS INC. `Insert .Bidder's Name **insert Surety's Name PRINCIPAL GENARO J. ARGENIO, PRESIDENT By --~ t•~ -~ i. ~ ~ L' 200 09 JAN 2 2 Z~3 TOWN C~ ~ ~~'~;`~`~ ~~'~ ~~ ~ i~ C; ~ R Signed, sealed and delivered in the presence of ______~ (Corporate seat of Contractor if a corporation) ______.- LIZANN W9 ARGENIO BROS. INC. P.O. BOX 2068 NEWBURGH, NY 12550 Contractor RLI INSURANCE COMPANY ~~~ By (Title of Off"tcer) ROBER SCAVETTA, ATTORNEY-IN-FACT (Corporate seal of Surety) Att t {Ti e of fficer) LI M. GARDELLA By GENARO J. ARGENIO, P SIDENT 200 010 STATE OF .NEW YORK } COUNTY OF ORANGE } SS: On the 18TH ~_ day of _ __ JANUARY 201 ,before me, the undersigned, a Notary 1'ubiic in and for said State, personally appeared GENARO J. ARGENIO personally known to me or .proved to me on fhe 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 fhaf by his signature on the instrument, the :individual, or the person upon behalf of which the individual acted, executed fhe instrument. LIZANN WAY Notary Public, State of New York Glualified In Orange County Registration No. 01 WA6097893 /~ Commission Expires September 2, 20 ~" ~, ~~~~ NOTARY PUBLtC 200 11 CONSENT OF SURETY The RLI INSURANCE COMPANY, a corporation organized and existing Under the laws of the State or ILLINOIS, is prepared to provide favorable consideration for the proposal of ARGENIO BROTHERS, INC. P.O. Box 2068, Newburgh, NY 12550 To: TOWN OF WAPPINGERS 20 Middlebush Road, Wappingers Falls, NY 12590 For: Water Main Extension to NYCDEP -Contract No. 12-007 If the contract is awarded to said principal and said principal will execute said contract within the period of time required after its delivery for that purpose, RLI INSURANCE COMPANY stands ready to provide the final bond(s) that may be required in support of said contract, subject to the normal underwriting requirements at the time that the bonds are requested. This commitment is valid for a period of sixty (60) days from the date of execution and may be extended, in writing, for additional thirty (30) day periods by the Surety. IN WITNESS WHEREOF, the said RLI INSURANCE COMPANY has caused this Agreement to be signed by proper officers and its corporate seal to be hereunto affixed this 15th day of JANUARY, 2013 RLI INSURANCE COMPANY BY: Robert P. Scavetta, Attorney-In-Fact State of ~ ~ ss. ,,, County of c d ~, On this day of , 20 ,before me personally came '~ 3 ~ .tY° to me known, c a 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 Slate of ss. County of r C ~ On this day of ,20 ,before me personally came a ~ -. °~ to me known and known to me ~ o 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 the act and deed of said firm. My commission expires Notary Public State of NEW YORK County of ORANGE ss. On this 18TH day of JANUARY 20 13 ,before me personally came c o` F GENARO J. ARGENIO o, , to me known, v o who being by me duly sworn, did depose and say that he is the PRESIDENT V Y Q of ARGENIO BROS. INC. 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~N~~~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 Yor}c Qualified in Orange County Registration No. 01 WA6097893 My commission expires r 2, 20 Notary Pu c State of NEW YORK ss. County of WESTCHESTER On this 15TH day of JANUARY 20 13 ,before me personally came c m ~ ~ ROBERT P. SCAVETTA to me known, who, being by me duly sworn, did depose and say that d d r'n ~ he is an attorney-in-fact of RLI 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 saidi~trument and affixed the said seal as Attorney-in-Fact by authority of the Board of Directors of said corporation and by authority of this of'~ioe under the Sta~iAa Resolatidns thereof. tiSA M. t3ARt~Et.LA PuWk. 8tats of INew'Ifiik My commission expires Ya. O!C-aB17~72A Qu>s~fied in Ouda-~sa Notary ublic FORM ~ 13 COmn~issiop Expires ...5... RL.~~ RLIlnsuranoeCompany RLI Insurance Company P.O. Box 3967 Peoria IL 61612-3967 Phone: 309-692-1000 Fax: 309.683-1610 December 31, 2011 Admitted Assets trtwastments: Fixed maturities .............................. Equity securities ............................. Short-tens investments.. , , , , , , Real estate ..................................... Properties held to prodtxs3 income , , , , , , , , , Cash onhantlandondeposit,,,,,,,,,,,,,,,,, Other invested assets.......... Receivables forsecunteg .......................... bents'balances ................................. Investment income due and accrued ................ . Funds held .................................... . Reinsurance recoverable on paid losses , , , , , , , , , ..... Federal income taxes receivable ............... . ..... Net deferred tax asset ..................... . Electronic data processing equipment, ...... . netafdepreaation ............................. Receivable tram affiliateg .................... . ..... Other admitted assets ............................ . Total Admitted Assets State of Illinois County of Peoria Liabilities and Surplus Liabilities: $ 360,216,858 Reserve for unpaid losses and loss 895,451,357 adjustment expenses ........................ $ 410,043 247 5,619,589 Unearned premiums, , , , , , , , , , , , , , , , ,,, , ,,, , ,, , , 172,157,665 6,347,944 Accrued expenses ... . ........................ 45,835,713 2,370,000 Funds held . , , , , , , , , , , , , , , , , ................. 2,189,332 46,224,821 Advance premiums, , , , , , , , , , , , , , , , ,,,, , , , , ,,,, 4,294,057 1,000,000 Amourrts withheld ............................. 105,042,923 0 Ceded reinsurenoe premium payable , , ,, , , , , , , , , , 12,999,256 80,037,275 Payable for securities 3,911.355 , , , , , , , , , , , , , , , , , , , , , , ,,, Statutory penalties ............................ 0 631,OD0 4,000 Current federal & foreign income taxes , , , , , , , , , , , , 2,121,976 3,973,906 Federal income tax payable , , , , , , , , , , , , , , , , ,,,, , 0 0 Borrowed money and accrued interest ............ 0 356,820 Drags outstanding ................................ 0 Payable b affiiliate ..... . ......................... o ae,863 Other tialHlities .. . ............................... 1,x54,360 21,086,150 40,505,469 Total Liabilities .................................. $ 756,969,529 $ 1,467,155,387 Surplus: Common stock ............................... $ 10,OOD,375 Additional paid-in capital ....................... 242,451,084 Unassigned surplus ........................... 457,734,399 Total Surplus $ 710,185,858 Total Liabilities and Surplus $ 1,467,155,387 The undersigned, being duly sworn, says: i'hat he is the President of RU Insurance Company; that said Company is a corporation duty organized, in the State of ltlinois, and licensed and engaged in business in the State of .NEW YO1ZK and has duly taDmplied with elf the requirements of the Jaws of said State applicable of said Company and is duly qualified to act as Surety under such taws; that said Company has also complied with and is duly qualified to ad as Surety under the Ad of Congress approved July 1947, tSU.S.C sec. 5-13; and that fo the best of his knowledge and belies the above statement is a full, true, and correct statement of fhe financial condition of the said Company on the 31st day of December 2011. Attest: -.. a o°AP•~rF '~ Corporate Michael J. Stone President SEAL ~ { seas Affixed ' ...t~~ ~•`' `~~`` Cynthia S. Dohm ~""~ra;rNr~`"`~~, Assistant Secretary Sworn to before me this ?8th day of February, ?01?. ~-~~ OFFICIAL 5£AL" NOtaritd 'n~v ~ JACQUELINE M. BOCKLER Sffll 1 ~ `~~ ~`"~`~ °"°"" Ail'ized I Jacqu ine M. Bockl Notary Public, State of Illinois .......... fv10058212 ~~' ® RLI Surety P.O. Box 3967 ~ Peoria, IL 61612-3967 Phone: (800)645-2402 ~ Fax:(309)689-2036 www.rlicorp.com Know All Men by These Presents: POWER OF ATTORNEY RLI Insurance Company That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company, an Illinois corporation, does hereby make, constitute and appoint: Robert P. Scavetta. Patricia A. Scavetta Lisa M ardella iointly or severally in the City of Yo ker ,State of New York its true and lawful Agent and Attorney in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars ($25,000,000.00). The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Company, and now in force to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal maybe printed by facsimile." 1N WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 26th day of October 2012 ~~ groavon,~r~~ _ -.- :SEAL ~~. •. .• State of Illinois '°'''%~ ~„'N,Op5 `~~~ SS County of Peoria RLI Insurance Company By: ~..:.. Roy C. Di Vice President On this 26th day of October 2012 ,before me, a Notary Public, personally appeared Roy C. Die who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: B.C. Jacque ' e M. Bockler Notary Public ~.~. "OFFICIAL SEAL" PUBIC JACQUELINE M. BOCKLER Bare oc At~MWa COMMISSION EXPIRES 03H 9H4 3147911020211 CERTIFICATE I, the undersigned officer of RLI Insurance Company, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal RLI Insurance Company this 15TI~y of JANUARY ~0~~ RLI Insurance Company Roy C. Di Vice President A0058707 JAN 2 2 2013 CERTIFICATION OF NON-COLLUSION BY BIDDER' T0~111~ ~`~sfpw ~~F,-,~`i:~a ~1~~ER ~~~`~~~ ~~~ 9 No bid will be considered unless this Certification remains attached to and is submitte t ' lie 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 bylaw 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 ar to any competitor, before the time of the bid opening. (3) No attempt has been made ar will be made by the bidder to induce any other person, partnership ar corporation to submit or not to submit a bid for the purpose of restricting competition. A bid shall not be considered fior 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 sha11 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 head of the purchasing unit of the State, public department or agency to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. (4) The fact that a bidder (a) has published price lists, rates, or#ariffs, 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 to 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 so{d 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 ofthe bid and the inclusion therein afthe certificate as to non-collusion as the act and deed of the corporation. f affirm these statements under penalty of perjury. BIDDER'S SIGNATURE: ~ ~ -~ DATE: 1 / 18/ 13 G'E It ENIO, PbY SIDENT 200 12 CERTIFICATE OF EXPERIENCE Following please find a brief list of some of the contracts our firm has successfully executed over the past ten years or so. Also included is a brief description of the diverse range of the scope of work we typically perform. While a portion of our work involves subcontracting to a select group of pre-qualified subcontractors, we are accustomed to performing the bulk of these contracts with our own forces. Additionally, in many instances our customer is a "repeat" customer and much of our work involves a negotiated final price after an appropriate vetting process. • Owner: City of Newburgh 10/2011-11/2011 $293, 262.00 Anne St Emergency Sanitary Sewer Reconstruction Reconstruction of 16" live sanitary sewer main including reconstruction of laterals, replacement of water service and paving. Contact: Craig Marti, P.E. City Engineer 845-569-7446 • Owner: City of Newburgh 09/2011-11/2011 $124, 045.00 Broadway Emergency Reconstruction and Culvert Modification Reconstruction of an urban street following Hurricane Irene damage and modification to storm drainage culvert, including structural concrete, curb, sidewalk, paving and temporary water diversion. Contact: Craig Marti, P.E. City Engineer 845-569-7446 • Owner: City of Newburgh 04/2010 -12/2011 $9,616,616 Robinson Avenue Reconstruction Urban roadway reconstruction including new underground utilities, traffic signal, soldier pile and precast lagging wall, curb, sidewalk, decorative lighting, asphalt milling, resurfacing, landscape and signage Contact: John LeClair, P.E., Clough Harbour & Associates 518-453-4500 • Owner: Dutchess County Dept. of Aviation 08/2011-12/2011 $1,643,793.50 Taxiway "D" Rehabilitation, Taxiway "B", "C", "D" Lighting Taxiway reconstruction and airport lighting including signage. Contact: Larry Cerratani, P.E., C & S Engineers 315-455-2000 • Owner: Orchard Hills of Newburgh, LLC 10/2011-11/2011 $576,946.00 NYSDOT Highway Improvements and Access Road Improvements included widening, installation of drainage, traffic signal and asphalt pavement. Contact Rich Scanlan, Owner 508-540-6226 • Owner: Port Authority of NY & NJ 10/2010 -11/2011 $1,700,000.00 SWF-006 Asphalt Pavement and Concrete Repair via Work Order Asphalt pavement and concrete repair work at Stewart International Airport including, milling, concrete slab replacement and signage. Contact: Omar Astacio, P.E., Resident Engineer PANYNJ 845-564-7200 x614 • Owner: Town of Marlborough 06/2011- 08/2011 $284,791.00 Riverview Drive Improvements Reclamation and realignment of Riverview Drive including curb, storm drainage and asphalt pavements. Contact: Pat Hines, McGoey, Hauser &Edsall P.C. 845-567-3300 • Owner: Village of Highland Falls 04/2011- 08/2011 $699,277.00 Village of Highland Falls Street Rehabilitation Rehabilitation of 9 streets including total roadway reconstruction, curb, sidewalk, asphalt overlay and storm drainage. Contact: Todd Atkinson, P.E., Folchetti Engineering 914-232-2500 • Owner: Port Authority of NY & NJ 03/2009 - 08/2011 $7,878,304.46 SWF 164.007 Parking lot Expansion at Stewart International Airport Parking lot expansion including building demolition, utilities, water, storm drainage, asphalt pavement including porous pavement, lighting, traffic signal, landscaping, curb, sidewalk and underground detention. Contact: Omar Astacio, P.E., Resident Engineer PANYNJ 845-564-7200 x 614 • Owner: Town of Wallkill 11/2010 - 07/2011 $799,370.00 Wallkill Park and Ride Total new construction of a municipal park and ride facility including cut and fill, storm water management system, curb, sidewalk, landscaping, signage and asphalt pavement. Contact: Eric Denega McGoey, Hauser &Edsall P.C. 845-567-3300 • Owner: NYS Thruway 05/2010 - 09/2010 $1,881,881.00 D213922 NYS Thruway culvert rehabilitation and miscellaneous drainage improvements in Ulster County. Pipelining 48 locations with cured in place polyester resin lining. Contact: Brett Williams, New York State Thurway Authority 518-471-4443 • Owner: Town of Blooming Grove 09/2010 -11/2010 $221,890.00 Woodcock Mountain Road Watermain Replacement, Town of Blooming Grove. Replace existing water distribution system with new PVC system. Contact: Michael Weeks, P.E., McGoey, Hauser & Edsall P.C. 570-296-2765 • Owner: Newburgh School District 07/2009 - 08/2009 $587,673.00 Sitework at Gardnertown Elementary in the Town of Newburgh. Rehabilitation of existing parking lot, installation of new bus loop and parking lot, curb, sidewalk, modular block retaining wall. Contact: Joe Minuta, Minuta Architecture 845-565-0055 • Owner: Dutchess County Airport 08/2008 - 08/2009 $810,166.00 Rehabilitation Northeast GA Apron, Wappingers Falls, NY. Parking apron and taxiway expansion, drainage improvements. Contact: Larry Cerratani, P.E., C & S Engineers 315-455-2000 • Owner: NYSDOT 10/2008 -10/2010 $12,595,595.00 D260785 Reconstruction of on and off ramps at Exit 5 on NYS Rte 84, Town of Montgomery. Widen overpass on NYS Rte 84; install 125,000 cm fill for new ramps, wetland construction, widen Rte 208 from two to five lanes, install new signals and utilities. Contact: Jim Corwin, Engineer in Charge, NYS DOT 845-395-0032 • Owner: Jefferson Development 11/2006 -11/2008 $15,049,381.00 Monticello Motor Club Construction of 4.1 mile private high speed auto race track, including all phases of site construction; clearing and grubbing, 1,000,000 cy earthwork, storm water management, drainage collection system, sanitary sewer system, structural concrete walls and pit boxes, SMU retaining walls, subbase and asphalt pavement installation. Contact: Bruce Hawkins, P.S. & S., Design Engineer/Owners rep., 732-560-9700 • Owner: NYSDOT 04/2007 - 06/2008 $3,400,000.00 D260255-Reconstruction of Route 208 and 17K Reconstruction and widening of 1.5 miles of Route 17K and 208 in Montgomery, including new traffic signals, traffic control devices, curb, architectural CMU walls, drainage and environmental devices. Contact: James Corwin, Engineer in Charge, NYS DOT 845-395-0032 • Owner: NYSDOT 06/2006 - 07/2007 $3,337,710.15 D260149-Route 376/Raymond Avenue Improvement Project Road reconstruction of Route 376 in Poughkeepsie, NY. Construction of roundabouts and pedestrian walkways including installation of stamped asphalt, drainage improvements, extensive decorative site lighting and plantings to improve aesthetics in front of Vassar College. Contact: Jason Hilton, Engineer in Charge 845-431-5956 • Owner: USMA at West Point 2006-2010 $36,484,789.00 Ongoing road and site reconstruction projects "Best Value" contractor as determined by ACOE and U.S. Military Academy. 6 Year Contract. Flood work, extensive utility work, paving, curb & sidewalk reconstruction, and fiber optic distribution work and site work. Contract: Richard Lark, 845-938-6787 • Owner: USMA at West Point 2001-2006 $15 Million Ongoing road and site reconstruction projects "Best Value" contractor as determined by ACOE and U.S. Military Academy. 4 Year Contract-See Previous Scope Contact: Richard Lark 845-938-6787 • Owner: Wal-Mart Stores 2004-2005 $5,500,000.00 Complete site development for Super Center expansion including 250,000 CY mass earth cut to fill, cut to dispose, wetland development, complete utilities, paving and subbase installation. GC: Konover Construction Contact: Mike Newton PM, Konover Construction 860-284-7489 • Owner: Target Stores USA 2004-2005 $3,300,000.00 Reconstruction of existing "Crossroads Plaza" including 50,000 CY structural fill for building, new and rerouted utilities, curbed islands, subbase, reclaimed asphalt paving and 60" Culvert insertion with stream diversion. GC: A.R. Mack Contact: Neil Schiavi R.P. A.R. Mack 315-432-9980 • Owner: Pine Bush Central Schools 2004 $2,300,000.00 Various site improvements including parking lots, curb and sidewalk, NCAA athletic fields, building pad, prep, excavation and Unilock retaining walls. Contact: Scott Bridie, Turner Construction • Owner: City of Newburgh 2004 $1,100,000.00 Asphalt roadway construction, concrete curb and sidewalks, storm sewer collection and detention, sanitary sewer, water and electric distribution, earthwork and wetland construction. Contact: Bill Hauser P.E., Engineering consultant to the city 845-567-3100 • Owner: Home Depot Monticello 2003 $3,000,000.00 Total site development for 110,000 SF Home Depot Retail store including utilities, mass earth and rock removal, paving and subbase, SMU wall construction and wetland stabilization. GC: RIV Construction Contact: Bill Rivellini, President RIV Const. 732-431-5484 • Owner: Orange Plaza/Baker Bros. 2001-2002 $1,600,000.00 Installation of subbase and pavement and highway improvements for 1.5 million square foot retail center. GC: Regional Construction Contact: Stephen A. Levine, Owners rep., 914-694-4444 • Owner: USMA at West Point 2001-2002 $1,800,000.00 Site: Pershing Center Total site development at the West Point Museum and Visitor Center including drainage, Water main, 100,000 SF of modular paving units and all types of specialties including building two large display pedestals and setting one Sherman and one Abraham's tank. GC: Integrated Construction Enterprise Contact: Ely Cherbaka, Engineer in Charge • Owner: Kohl's Department Stores 2001-2001 $7,300,000.00 Installation of utilities, paving and subbase for Kohl's Northeast Distribution Warehouse-1.2 m square feet. Also included was DOT highway widening and traffic signal. Install 120,000 T subbase, 60,000 T asphalt and large concrete culverts for flood control. GC: Thomas & Egenhoefer Inc. Contact: Reggie Thomas 262-783-4303 • Owner: USMA at West Point 2002 $980,000.00 Closure of Ski Lot Landfill & Motor Pool East. Install earthen landfill cap, gas vents, impervious liner, runoff collection system then topsoil and seed. Contact: Robert Murphy, Engineer in Charge 845-392-8180 • Owner: Newburgh Auto Auction 2001 Site: Auto Auction Interior Work $2,259,986.00 Highway Widening Route 17K $360,000.00 Construction of 72 acre asphaltic concrete car storage lot, curb, sidewalk and other miscellaneous incidentals. Contact: Bowser Construction Craig Dussinger, Owners rep., 717-569-5521 • Owner: Bila Family Partnership 2001 $5,738,047.00 Site: Big V Shopping Plaza Total site development and upgrade, wetland construction, cut to fill, installation of domestic water, sewer and drainage, concrete and asphalt paving. Class III stream relocation. Entire project was executed in phases while plaza remained open. Engineer: Langan Engineering Assoc., Inc. Contact: Rudy Frizzi P.E., Design engineer 201-794-6900 • Owner: Department of Army 2001 $1,492,547.00 Site: Thayer Road Reconstruction Project Paving, drainage, highway widening on large slope, rock catch fence and other site appurtenances. Contract: DAAG60-99-C-0027 Contact: Robert Murphy, Engineer in Charge 845-938-8180 • Owner: Orange County D.P.W. 2000 $746,231.10 Site: Route 17K, Broadway FA#33D-0051-302 Rehabilitation of RT 17K/Broadway including milling, paving & concrete work. Contact: Caesar Rotundo, P.E., Deputy Commissioner of Public Work, 845-291-2750 • Owner: NYS Department of Transportation $2,040,416.50 Site: Rte 209, Ellenville Project # D257306 5.8 miles resurfacing and milling on Rte 209 in the Town of Wawarsing and the Village of Ellenville. Contact: Gip Sansabaugh, E.I.C. 845-431-5700 • Owner: Department of Army/Air Force $559,540.77 Site: NY Air National Guard Base at Stewart Airport Project No. DAHA30-96-C-0014 Patching, sealing compression joints, paving of runways and poured inplace structural slabs for C-SA aircraft parking. Engineer: US Property & Fiscal Office Contact: Captain Stewart 518-786-4740 • Owner: Chelsea GCA Realty Phase III $826,721.30 Site: Route 32, Central Valley Paving exterior/interior roads and Thruway ramp Engineer: Paulus, Sokolowski & Sartor Engineering 732-560-9700 CORPORATE & KEY PERSONNEL Genaro J. Argenio: President and CEO of Argenio Brothers with over 40 years in position. Ultimately accountable for all operations. Day to day focus is on bidding, banking, legal issues and front office operations. Genaro A. Argenio: Vice President with over 20 years experience in various phases of site construction. Primary expertise is in operations management with specialties in paving, mass earth and utility installation. Albert A. Argenio: Corporate Secretary with over 20 years experience in various and wide spread phases of site construction. Specialties include all phases of athletic installation, IE: NCAA football, track and baseball and surface work including concrete work and flood control work. Robert DeBerry: Estimator with over 20 years experience in construction and construction related fields. Strong survey background, responsible for collecting and disseminating all data used to compile bids. John Stalter: Paving Superintendent with 25 years in the filed. Experience primarily in paving. Paving experience includes but is not limited to: superpave installation, airport runways and taxiways, NYSDOT installations and many other performance based specification installations. He has installed well over 1,000,000 tons of asphalt during his tenure at Argenio Bros. Fred DeGroat: Utility Foreman with 30 years of field experience. Extensive experience in flood control work and large drainage installations. Also well versed in concrete, general utility installation and excavation. Also an accomplished stone mason. John Ewasutyn: Strong real estate background and well versed in land use issues. Currently engaged as Quality Control Officer for five years where and when contract at United States Military Academy at West Point. Also lead salesman for DEC approved aggregate recycling division. Jordan C. Ely, PE: Office Engineer accountable for all bidding and contract execution. Has strong background in civil design and municipal public works. Professional Engineer in good standing New York State Department of Education BS: Civil Engineering, Union College. Al Bockemuhl, PE: Project Manager with over ten years experience in Construction and construction related fields. Strong civil design background currently engaged to manage and execute larger private and public works contracts. BS Clarkson University. Stephen P. Dolce, CE: Contract Administrator over twenty years of experience in construction and construction related fields. Responsible for EEO compliance, quality control and the global compliance of our construction contracts with the requirements of the owner. Francis DeMaria: Project Superintendent with ten years field experience. Specialties include residential infrastructure construction, sediment and erosion control methodologies and execution of the same and NYSDOT project scheduling, monitoring and tracking. Ed Klepeis: Project Manager, Associates Degree ItPI, State of NY NICET Level IV Engineering Certification. 25 years of construction management experience with focus on mass earth and utility installations. Ed's particular expertise is in the area of administration and execution of NYSDOT projects and other detailed unit price public works contracts. A good portion of our survey and control is executed utilizing Global Positioning equipment which affords our key people the opportunity to build a job in "real time". That is that survey and layout data is fed via a high speed Internet link through the airways and received and installed on the job in real time. This gives us the ability to have an almost infinite quantity of points of reference on the job with their associated coordinates so that we can locate and build (or not) almost any component of the project at any time. In addition to this added level of field efficiency we also have the ability to "build" the job on a computer utilizing a three dimensional model before any equipment actually arrives on site. Completing a three dimensional simulated build before the job begins very often brings to light design anomalies that are nearly impossible to identify pre-construction, but do show up during construction and more often than not will require an expensive redesign of a specific component of the project. We have found that, while nothing is infallible, this exercise over just the past few years has saved several owners tens of thousands of dollars in potential changes, unnecessary job delays and additional engineering fees. KEY CONTACTS Jerry Argenio Sr.: President & CEO Email: ja(c~argeniobros.com Albert Argenio: Secretary-Treasurer, Estimator, Project Manager Email: albeit ,ar~eniobros.com Cell: 845-629-7508 Jerry Argenio, Jr.: Vice President, Production, Outside Operations, Project Manager Email: jerry cr,argeniobros.com Cell: 845-629-7509 Jordan Ely, PE.: Estimator, Project Manager Email: Jordan(a~ar~eniobros.com Cell: 845-629-7620 Al Bockemuhl, PE: Sr. Project Manager Email: a~argeniobros.com Cell: 845-629-7510 Bonding Agent: Scavetta & Company 457 Palmer Road Yonkers, NY 10701 Mr. Robert P. Scavetta 914-652-7100 Bank: M&T Bank 1760 Route 52 PO Box 7000 Fishkill, NY 12524 Mr. Michael Flynn 845-440-2936 .. Trade Reference: A-Tech Concrete 11 Taylor Road Edison, NJ 08817 Manny Amorim 732-248-7777 Clemente Latham PO Box 15097 Albany, NY 12212 Mark Clemente 518-374-2222 Callanan Industries PO Box 15097 Albany, NY 12212 Todd Anson 518-374-2222 Tilton NY 50 Ruscitti Road New Windsor, NY 12553 Michael Keahon 914-260-0221 Amcrete Concrete Products 311 Broadway Newburgh, NY 12550 Ed Segali 845-562-0010 Vellano Brothers 29 Vellano Drive Wappingers Falls, NY 12590 Paul Meisner 845-562-5370 Peckham Industries PO Box 853c White Plains, NY 10603 Gary Metcalf 845-562-5370