Loading...
Merritt ConstructionSECTION 00310 -BID FORM CONTRACT NO. 12-012 GENERAL CONSTRUCTION BID FORM TO: The Town Board of the Town of Wappinger. ~In com liance with your Advertisement for Bids, pu lishe~ in the r d a •.~, dated ~~// 3 ,the undersigned, v ving carefully examined the Contract Documents and any Addenda thereto, proposes and agrees as follows: 1. To furnish all the equipment, and incidentals, and to furnish labor and do all the work required, to construct, furnish, and complete the Contract No. 12- 012, Roberts Road Sewer Improvements -General Construction and associated work in accordance with the prices so named in this bid in a worker like manner, in accordance with the plans and specifications, all of which are a part of the contract hereto annexed. 2. To complete all the work as shown and specified, on which this bid is based, within the timeframe(s) specified in these Contract Documents and any Addendum thereto. 3. To furnish the Town within five (5) calendar days from the date of the request, if identified as the apparent low bidder and if requested by the Town, a Statement of Qualifications. 4. To enter into a contract and to furnish, with suitable surety to be approved by the Town Board, performance and labor and material payment bonds, the amount of each of the bonds to be the full amount of the awarded bid price as it appears in this proposal, within thirty (30) calendar days from the date of acceptance of this bid 5. To comply with the Davis-Bacon Act and other federal labor standards or provisions and to pay New York State prevailing wage rates applicable to this contract. In compliance with the Instructions to Bidders, the undersigned declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done. He/she has examined the plans and specifications for the work and the contract documents relating BID FORM 00310-1 E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Specifications\00310_General.doc thereto, has read all addenda furnished prior to the opening of bids, and has satisfied himself/herself relative to the work to be performed. If the undersigned fails to perform any of the promises made herein, the certified check, which is herewith deposited with the Town Clerk, will be paid to the Town of Wappinger or payment of the bond herewith deposited will be enforced for the benefit of the Town of Wappinger as liquidated damages for such default; otherwise the check or bond will be returned to the undersigned. ADDENDA: Receipt of the following addenda (if any) is hereby acknowledged and the provision(s) thereof is (are) included in this bid: ADDENDUM NO. DATE SIGNATURE ~~ ~ 2o~s 13 ~~~ The bidder proposes to perform the work required in accordance with the Contract Documents for the sum of: BASE BID (C~NERAL CONSTRUCTION) _ ~TVC~ (in writing) Dated: rvy ~ SIGN BID HERE a~ '~ (and figures) _, 20 ,,,L~ ~~ / Ps, 4/k, ,~ authorized Signatuy~' Title Print Name Legal Company Name ~ ~ ¢ Address ~ ~5-AG'~~~o.~../ City, State, Zip 7`%G ~ ~ / z ~ Telephone No. 9 °~/ - ~~/~ - ~- / ~3_° Federal I.D. # _ /yam l .-~ ~ C~(7 BID FORM 00310-2 E:\documents\T Wappingerla W2012\W21205 Roberts Rd Pump Station\Spec~cations\00310_General.doc ITEM NO./DESCRIPTION 1. Furnish and install all materials, supplies, equipment and other facilities as required for construction of Roberts Road Sewer Improvements- General Construction, including all incidentals, as shown and as specified in the Contract Documents. 2. Rock Excavation 3. Authorized Additional Excavation 4. Lift Station Abandonment ALLOWANCE #1 Testing Services ALLOWANCE #2 Contingency Allowance a i BASE BID SHEET GENERAL CONSTRUCTION CONSTRUCTION BID AND CONTRACT ROBERTS ROAD SEWER IMPROVEMENTS EST. PAYMENT UNIT PRICE BID QTY. UNIT WRITTEN AMOUNT IN FIGURES ~ L.S. 4z~<.-~_ ~~ - 7 30 C.Y. w ~ 30 C.Y. i...•,~ ~ s ~ EA x -END OF SECTION- ~a TOTAL BASE BID TOTAL PRICE BID 7 ov $5, 000.00 $20, 000.00 ~~Y~ a !i~,, '~~rra MAY ~;' ~. ';, 3 ~; ~,~ t, ~ ~: v ~~ ~x~, -_ ~~~~ 1. S1CTiON 0041a-BID BOND MAY ~ ~°, ~~";3 BID BOND FOR ~~ ~~' ;;.~,?~,g~~c° NOW ALL PERSONS BY THESE PRESENTS, that TO~1;N '~~.i ~' ~ ~ `~ ~~~ K * Merritt Construction, Inc., 6 Staghorn Drive, Saugerties, NY 12477. as Principal; and ~. Travelers Casualty and Surety Company of America, 770 Pennsylvania Drive, SuitaS11~,~re(on, Pa @19341 hereby held ~~YY and firmly bound unto the Town Board, Town of Wappinger, New York in the amount of: **Five Percent (5%) of the Amount Bid** Dollars ($ **5% of Bid** _) for the payment whereof Principal and Surety bi1~d ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed this 1st day of Mav 2013 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 Roberts Road Sewer Improvements in the Town of Wappinger, New York, as shown and specked in the contract, plans and specifications. Project No. 12-012 NUW THEREFC3RE, (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 the Contract Agreement in the form attached hereto (properly completed in accordance with said Bid) and furnish such performance bond and labor and material payment bond as required, lhc:n this obligation shall be void. Otherwise, the same shall remain in force and effect, it being expressry understood and agreed that the liability of the Surety for any and all clt~ims hereunder shall, in no event, exceed the amount afi this obligation as herein -:tr~tt~d. I ho Surety, for value received, hereby stipulates and agrees that the obligations of said ~~t.rrety and its band shall in no way be impaired or affiected by any extension of the time within which the Principai may accept such bid; and said Surety does hereby waive nr~tice of any such extension. 'Insert bidder's Name "Insert Surety's Name I~ID 130ND 00410-1 t` vi~fiummnt°lT Wappinget~a W2012~W2t205 Robe~ka Rd Pump Stationl5paoirieations~o041D.doc 'err IN WITNESS WHEREOF, the Principal and the Surety have Itiereunto set their hands and seals, and such of there 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. Merritt Construction, Inc. (Seal of Principal if a Corporation) ~~~~~~ PRfNCIPAI. Travelers Casual and a ompany of America i3y, Diana Toledo, Attorney-in-Fact {Corporate Seal of Surety Co.) (;Officer's/Partner's/Individual's) signature (Officer'slPartner's/Individual's) name printed (Garporation/Partnership/Individual) name panted >TATE of < <~~ ~~ ~ (:OUNTY of ~,l ~htC ~ l ss: On this _.,.1 ~ _ day of , 2D..~-~ before me .personally carne to me known and known to to be the person described in and who executed the t~regoing instrument, d he/she duly acknowledged that he/she executed the Same. otary Public, County r,~n KATHLEEN G. WALDRON NO Term EXpI~TARY PUBLIC, State of New York. 9ualified in Ulster County - END OF SECTION- corom~ss~or-~ Fx~i~e< Jane ~5, zoo l.~lfa EiQND O04'fO-2 t: vluurm,ums~7 Wappingarta W20121W21205 Roberts Rd Pump Statlonl5podheatron5~00410.doc ` ~~ POWER OF ATTORNEY "?'RAVELERS J Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney-In Fact No. 224438 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 5 4 2 5 3 2 5 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Mazine Insurance Company, St. Paul Guardian Insurance Company, St. Pau] Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guazanty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Jeffrey P. Deldin, Raegan Guglielmo, Diana Toledo, Christopher Greene, Scott Hainey, and Stephen M. Cronin of the City of ,State of t.T v r~_ ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 26th day of March 2013 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company ,~.. ~~,~}y ptRE6 ~N..I R$ +,NSUA JP~fY ANpe Hb 5101RM .(.~~1t,~ G~SUA~r W^"~ ~y ~,..~ ~y ,yam e~\'• G; `JP,...........44 ,,~t `e 6,D ggQ ~ ~W_ Off` ~~r `' CTS- ~ `"`^.^MVItED 4 m ~I~GF F_,RATf Cf W:'tAaNORATi''~ ~' i W w al it~grfQt~rl, ~ 1 t~ ~ D ~ 1951 ~ m : i'^ Z E ; n ~ wurwRO, t CONtt. Z 119825 0 ~ 1977 g ~ ~r ~;SEALIo"1 ~~S81iL:~3° + CAN. 8 ~ e N'A1! ' 'RYEC~" J br s c0 mod.. .. 'a•! 'S•.'••. `e" d ~e~ bey ~ ~H ~ ~ ~~~~N~e 1SAN~ 1r.... ... *? ei ~p AIN State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President On this the 26th day of March 2013 ,before me personally appeazed Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaanty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaanty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. ~G•~ ~ W ~ My Commission expires the 30th day of June, 2016. * 'OtIBUQ~ Marie C. Tetreault, Notary Public I 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fideli* and Guaranty Insurance Company, Fidelity and Guazanty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insura~ Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions aze now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretazy may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretazy or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guazanty Insurance Company, Fidelity and Guazanty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guazdian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of ~ ` ~ , 20 lip' Kevin E. Hughes, Assistant Sect tart' ? (~~SU,I~~L grimy ,' V F\RE 6 ~' eo~~N"'NSO9 Jp+ INSUgq~ ~ ~JP~TY ANO JG ~IYF pW(n, ~Y'~1'0 ~~,opi°'~~t'i ~ ~ RAID ~ m ~IZoFV_,"A>F~~+ W~coa?OnArfm~ °P 9~ ~ ~ '~'`? x~cop~p~ ° 1 9 8 2 0 19n ~' I E ° a HARTFORD HiRIF6RA '! < ~~s = ~ 1951 ~ Jt• S E A.1. lp`~ ~ it ~ CONN. ° $ ilk 1896 ~ ~b +a ks c°~ ~~d'••........ !• ~ SSliL,a' ~d pe° 1"'~~^~"r''°t~ ~y . ~~ ~ ~A ;m ~~' fS . ANNA !r ........ ~~ 4r 'N~ . 'M'1 Alp ~... To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is att ch d. THE RED BORDER 1 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 06183 FINANCIAL STATEMENT AS pF DECEMBER 31, 2012 CAPITAL STOCK $ 8.480,000 ASSETS CASH ANp INVESTED CASH $ 15 936 791 BONDS SNVESTMENT INCOME UUF AND ACCRUED , , 3, 713,171,015 OTHER INVESTED ASSETS 50 798,732 PREMIUM BALANCES 280,730,697 Ntl UtFtKRkU tAXASSF.7 184,942,508 63 274 378 REINSURANCE RECOVFSRABLE , , 12 410 524 SECURITIES LENDING REINVESTED COLLATERAL ASSETS , , 7 7 9 Rf CEIVABLES FRpM PARENT. SUBSIDIARIES AND AFFILIATES , 6 ,155 11 080 470 UNDISTRIBUTED PAYMENTS , , (1,439 585} OTHER ASS: TS . 884 093 TDTAL ASSETS ~ 4,339..558.778 UNEARNED PREMIUMS $ '63 409 89. L05SES REINSURANCE PAYABIF ON PAtp LOSSES 8 LOSS ADJ EXPENSE , , 901,058, 710 . S LOSS ApJUSTMENT EXPENSES 1446 021 caMMrssIONS 534:373.660 - TAXES. LtCENSES AND FEES 29.2e1, r 79 OTHER EXPENSES 66.762.894 FUNDS HELP UNDER REINSURANCE TREATIES 35,588.967 CURRENT FEDERAL. AND FOREIGN INCOME TAXES 94,449,544 REMITTANCES ANp ITEMS NOT A1 t OCA7ED 60,675, S73 . . AMOUNTS WITHHELp ! RETAINED BY COMPANY F 0R pTHF RS 19.770,931 79 Ogq 806 RE?ROnCTiV'E REIN~URANCC: RE9GR'VG A38UMGC , , POLICYHOLDER DIYIDENpS y, Iqy iqy PROVISION FOR REINSURANCE 6 730 121 , ADVANCE PREMIUM 5,314,325 PAYABLE FOR SECURiTIE$ I ENDlNG 726 898 . CEDED REINSURANCE NET PREMIUMS PAYABLE 7.769,155 ~sr_H~ar LL4®iurv {70 1303 744y OTHER ACCRUED EXPENSES AND LlA81t 1T1lS sss,aoo . TOTAL LIABILi71E5 262.08,2 S 2. 559 106 95T CAPITAL STOCK PAID iN SURPLUS $ 6 480 000 OTHER SURPLUS 433.803. r'60 TOTAL SURPLUS TO POLlCYHOL DE:RS i ,340.166 061 . _ 5 1,760 451.8:1 TOTAL l3ABQ,ITIES & SU'RPLU5 S 4 33___~__9.~58,778_ STATE OF CONNECTICUT COUNTY OF HARTFORD ! S5. CITY OF HARTFORD t MICHAEL J. GOODY. BEING DUt.Y SWORN, SAYS THAT HE IS SECOND VICE PRESIDENT, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, nrt0 Ti Ih7 TO T7 I:_. UC:07 (7f 1113 !<FiCyWL,C.DQC hIJD DCI,.tG(', TtIC FOREClpiNfl la A ?RUE hIVO CORRL'C? 3TATtGMGNT p~ THG ~tMhhEGihL G(7NDITKjtV QP 3AIR COMPANY ,4S OF THE 315'f pAY OF pECF..MBER, 2012. SUBSCRiBtp AND SWORN TO BEFORE ME ±HtS 20TH CAY OF MARCH, 2013 v' .`°°~, _ ~ ~ ~~ ~ y, SECOND VICE PRE51t7LNT • ~~ ,, ., ,, 3; , NOTARY PUBLIC .---_..._.__...~.__...~.~..__.___ --~"-- ,V`«rarv t't+6fic Alt•Crrrnrsricr+nn P.rpire.r.ti'nvr^ntber 3J! 'l7J7 rowrR or ~\'1"I'U{tyGY' ~\C(vy0\~LGUGC~IEN"I' sTf\TC or New York couN•rY or Putnam on this 1st day or May 2013 - ,before me personally cane Diana Toledo , la me known, who being dul}' sworn, did depose and say Thal he is an attorney-in-fact of Travelers Casualty and Surety Company of America ll,e corporation descr,bed ,n and which executed tl,e above instrument, that he knows the seal of said such corporatiun; that the seal affixed to said instrument is such of said corporate seal; that it vas so affixed by authority of tl,e Board of Directors of said corporation b}' authority of I, is office under the Standing Resolutions thereof. Notary Public Nly Commission Fsl,ires Nc~* i-~. ~.tg~/G,k ~'~ . fi (`,,,:, ` ~ e.~ c.. u. ~ ...~ .~..... i ~, ~J'i ~ SECTION 00410-BID BOND BID BOND FORM KNOW ALL PERSONS BY THESE PRESENTS: that Principal; and ** hereby held as as Surety, are and firmly bound unto the Town Board, Town of Wappinger, New York in the amount of: Dollars ($ ) 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 WHEREAS, day of 20 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 Roberts Road Sewer Improvements in the Town of Wappinger, New York, as shown and specified in the contract, plans and specifications. 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 the Contract Agreement in the form attached hereto (properly completed in accordance with said Bid) and furnish such performance bond and labor and material payment bond as required, 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 hereby waive notice of any such extension. *Insert Bidder's Name **Insert Surety's Name BID BOND 00410-1 E:\documentslT Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00410.doc IN WITNESS WHEREOF, the Principal and the Surety have hereunto 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 their proper officers, the day and year first set forth above. (Seal of Principal if a Corporation) PRINCIPAL By: (Corporate Seal of Surety Co.) (Officer's/Partner's/Individual's) signature (Officer's/Partner's/Individual's) name printed (Corporation/Partnership/Individual) name printed STATE of COUNTY of ) ss: On this day of , 20 before me personally came to me known and known to me to be the person described in and who executed the foregoing instrument, and he/she duly acknowledged that he/she executed the same. Notary Public, County No. Term Expires, - END OF SECTION- BID BOND 00410-2 E:\documents\T Wappinger\a W2012\W21205 Roberts Rd Pump Station\Specifications\00410.doc SECTION 00480-CERTIFICATION OF NON-COLLUSION MAY C ~j 2Q93 CERTIFICATION OF NON-COLLUSION BY BIDDER The undersigned represents that pursuant to Sections 103-a and 103-b of the General Municipal Law of the State of New York, no person referred to in the attached proposal who is the bidder or who is or was a member, partner, director or officer of the bidding firm or entity under this proposal has refused to sign a waiver of immunity or to answer any relevant questions relating to any transaction or contract with the State of New York, any political subdivision thereof, or any public authority, during the period of five years prior to the date hereof. The undersigned agrees that any contract awarded as a result of this bid may be canceled without penalty upon the grounds set forth in Sections 103-a and 103-b of the said General Municipal Law of the State of New York. The names and addresses of all persons and parties interested in the foregoing bid are as follows: ~~~uc~s rh d~.~r J!L ~A t4}oc+~+ bc- ~Ji~y(,al~ i ivs cJ `I l ~ ~ ?? C~ ~-~ 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 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 been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor; and 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 CERTIFICATION OF NON-COLLUSION 00480-1 E:\documents\T Wappingerla W20121W21205 Roberts Rd Pump Station\Spec~cations\00480.doc the bid a signed statement which sets forth in detail the reasons therefore. Where I, 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 subdivision, public department, agency or official thereopto wh chghe bid ~s made, olr~h sl designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that a bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (cj 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 one. Any bid hereafter made to any political subdivision of the State or an department, agency or official thereof by a corporate bidder for work or servube's 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 subdivision one 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. /al9sltcrS Iyi ~rt.a.,; ~ ~_~~ urs ~r~ ~r~ wV ~..~ - END OF SECTION - CERTIFICATION OF NON-COLLUSION E:\documentslT Wappingerla W20121W21205 Roberts Rd Pump Station\Specifications\00480.doc 00480-2