Loading...
Weber Bros Site Plan PLANNING BOARD ToWN OF WAPPINGER TOWN HALL WAPPINGERS FALLS. NEWYORK 12590 TxL. 297-9941 Report To: Susan J., Pike, Zoning Administrator From: Betty-Ann Geoghegan, Secretary to the Planning Board Date: June 8, 1972 Subject: Application of Taylor Rental Center for Site Plan Approval At the June 5, 1972 meeting, the Planning Board of the Town of Wappinger unanimously granted site plan approval to a site plan entitled, "Weber Bros. , Albany Post Rd. , Wappingers Falls, N.Y., Present Site of Taylor Rentals" with the following condition: 1. Parking space nearest front property line (marked on the site plan as area used for trucks) shall be moved 10 feet back from the property line. bg cc: John P. Holler, Building Inspector Elaine H. Snowden Town Clerk Taylor Rental Center'" ' ADDENDUM NO. 1 TO CONTRACT NO. 13-010 CONSTRUCTION BID AND CONTRACT FOR ROUTE 9 WATER MAIN LOOP TOWN OF WAPPINGER March 21, 2014 NOTE: This Addendum forms a part of the contract documents. Acknowledge receipt of this addendum in the appropriate location on the bid. GENERAL The following addendum including changes, additions and/or deletions are hereby made a part of this contract. The Engineer's Estimate for this contract is approximately $1.3 million. The time for completion of the project is as noted in Division 300 of the specifications. A pre bid meeting was held on Mar 18, 2013 and included in the Addendum is the attendance list for the pre-bid meeting. Any further requests for interpretations must be received no later than 12:OOPM on March 24. There are various paving requirements for each portion of the project. Paving notes have been provided on each of the drawing sheets to note the specific requirements and the Contractor shall comply with these paving notes. The Contractor shall field verify all existing utilities and shall contact Dig Safely New York (1 800 962-7962) prior to Construction. The installation shall conform to the requirements of NYS Part 753 — Protection of Underground Facilities, including verification of underground facilities. PLANS Drawings PP-1 and PP-2 The following clarifications are provided: Parking areas shall be repaved per the Off- Road trench detail, matching existing conditions. Mill all parking areas at a minimum of 1" deep for the full parking area width at a length that will provide a smooth transition from the existing parking area surface to the proposed paved areas. Barrister's Row is a Town Road and is shown between approximate Stations 11+00 to 15+00. The existing retaining wall near Barrister's Row shall be replaced to match existing conditions. Add: Drawings ADD-1-1 and ADD-1-2, NYSDOT Revisions to PP-1 and PP-2 This shall be incorporated into the'Contract Documents. The New York State Department of Transportation`(NYSDOT) has requested additional labeling of existing site signs and utility poles,"as noted on updated drawings. The Contractor shall maintain and protect all signs and traffic control devices during the course of construction. Contactor shall,field verify locations of signs and poles and obtain utility Page 1 of 4 EAdocumentslT Wappingerla W20081W20802 [united" �p 'WWaterIW20802.12 Meadow_Rteg Loops Filtrationzubmissions and ApprovalslContract13-01-0_ADD1_032114.doc ADDENDUM NO. 1 TO CONTRACT NO. 13-010 CONSTRUCTION BID AND CONTRACT FOR ROUTE 9 WATER MAIN LOOP TOWN OF WAPPINGER March 21, 2014 company approval in advance to hold pole and relocate guy wire as necessary for construction. A slight adjustment in the water main location may be permitted to minimize conflicts with poles. The updated plan portions have been included in reduced size format and full size sheets shall be made available to the Contractor for submission to the NYSDOT as part of the permit application to be completed by the Contractor. Drawings PP-2 through PP-6 The following clarifications are provided: For Macfarlane Road, a 2" overlay shall be provided over the road as indicated in the contract drawings. The temporary pavement requirements noted under Section 00800 in this addendum shall also apply: Drawing MD-4, Storm Sewer Conflict Details The following clarification is provided: Details on K-crete fill requirements are included in this detail. SPECIFICATIONS Division 100, Section A.6 Delete "five (5) working days" and Insert "five (5) calendar days" Division 200, Bid Form: The following clarification is provided: The invitation to bid Notice to Contractors date was March 3, 2014. Section 00800 — Special Conditions 1.6 Permits and Approvals: The following clarifications are provided: All fees for any Town Highway Permits shall be waived for this project. Blasting will be restricted within any State Right-of-Way areas and shall be subject to review and approval of the New York State Department of Transportation as part of their Highway Permit Requirements. Blasting requirements are specified in specification Section 02229. State Roads for this project include Route 9. There are no County roads in this project. Page 2 of 4 E:ldocumentslT Wappingerla W20081W20802 United Wapp Water1W20802.12 Meadow_RtO Loops FiltrationlSubmissions and ApprovaIMContractl3-014 ADD1_032114.doc ADDENDUM NO. 1 TO CONTRACT NO. 13-010 CONSTRUCTION BID AND CONTRACT FOR ROUTE 9 WATER MAIN LOOP TOWN OF WAPPINGER March 21, 2014 1.15 Measurement and Payment: The Following clarifications are provided: Item No. 2 Water Main, Select Materials—The unit pricing includes the furnishing, installation and compaction of all select materials. The select materials shall be provided as noted in trench details and suitable excavated material is the only material not considered to be select material. Item No. 2 Water Main, Temporary Pavement -The scope of work for temporary pavement shall be as follows: Temporary pavement will be required for all trenches (main and services) that cross or are within the roadway. Temporary pavement must be installed by the end of work on the closest Friday following installation of pipe in the affected trenches. If the work is performed when blacktop plants are closed, cold patch may be used. Cold patch must be removed and replaced with binder prior to installing the pavement overlay. A minimum 10 ton roller shall be used for compaction. If settlement does not occur and the condition of the temporary binder is acceptable to the Highway Superintendent, the overlay can be placed over the temporary pavement_ If settlement occurs or the binder is not considered to be in an acceptable condition, it must be removed and replaced with binder per the typical Town Road Trench Detail on sheet.MD-4. Item No. 5 Services —The service locations may be revised in the field to minimize areas where rock is present, subject to review and approval of the Engineer. Section 01322 — Photographic Documentation, Section 3.1: Item E. Pre-Construction Photographs, Delete: "Take eight photographs". And Insert: "Take 50 photographs". Item F. Periodic Construction Photographs, Delete: "Take 12 color or digital photographs". And Insert: "Take 25 color or digital photographs". Item G. Final Completion Construction Photographs, Delete: "Take eight color or digital photographs". And Insert: "Take 50 color or digital photographs". Section 02229 — Rock Removal The following clarification is provided: If blasting is proposed for rock removal, the Contractor shall make an in-depth inspection of all properties and utilities within a minimum distance of 250 feet of any part of the rock removal area to note structure interior and exterior condition, including foundation walls, sidewalks, pools, and the like. The inspection and written report shall be conducted by a firm or individual experienced in this type of work. This report shall be submitted to and approved by the Engineer prior to any rock removal by blasting. Page 3 of 4 E:IdocumentslT Wappingertia W20081W20802 United Wap.p Water1W20802.12 Meadow RtO Loops FiltrationlSubmissions and Approvals\Contractl 3-010_ADD 1_032114.doc ADDENDUM NO. 1 TO CONTRACT NO. 13-010 CONSTRUCTION BID AND CONTRACT FOR ROUTE 9 WATER MAIN LOOP TOWN OF WAPPINGER March 21, 2014 Section 02667— Project Water Mains The following clarifications are provided: Thrust blocks shall only be used for end caps, as noted on the end cap details on Drawing MD-3. All products shall be domestically produced within North America and in new condition. Section 02675 - Pressure Testing and Disinfection of Water Distribution System The following clarifications are provided: For Disinfection Testing, the Owner will provide supply water for flushing purposes for the initial pressure and disinfection testing procedures only; any required retesting supply water shall be the responsibility of the Contractor. The current water rate for the UVWIID is $1.201100 CF. The Contractor shall also be responsible for disposal of all flushing water. Prior to disinfection, the water main shall be filled to eliminate air pockets and shall be flushed to remove particulates. Section 02950 — Trees, Plants and Ground Cover The following clarifications are provided: It is not intended to replace trees removed for the installation of water main. Replacement of trees would only apply for any protected trees damaged during construction activities. Page 4 of 4 EAdocuments\T Wappingerla W20081W20802 United Wapp WaterIW20802.12 Meadow_Rte9 Loops Filtration\Submissions and ApprovalsZontractl 3-010_AD01_032114.doc a cc r LL _ C—b311 i r 'LIN 'D It( - o t' M �� ice., it,kA �J f ;ySm W LL � e V j 0 r i Q iN lz !• Oe CL .� LLI r S LU �? C N c W wnC� c -2 �( c LL A A A? O W 4.1 (D �1 ; fig �, l z Ij _ C x c o 0 � cr, Q iur r N C JN m -. i N co CL ca CL CL 45 CD C�t If 'F tV ti 1 � c Q eo M g IT) ca LL .� cz Mcq Ln CD ICE 0 tLl d c� -d' - M N i pl, cC ` � �f 7r �• azo W m G Z QLL f-� I�j 01 •H � � , N W rte " E tj goo 0Q CD N � x lu W00 rr^ 4• `� w } a ; z 4 n o Q m 2 _4 m a V in C) �� LU PROPOSALFOR TOWN OF WAPPINGER UNITED WAPPINGER WATER DISTRICT ROUTE 9 WATER MAIN LOOP CONTRACT NO. 13-010 DIVISION 200 BID FORM PREPARED BY: MORRIS ASSOCIATES ENGINEERING CONSULTANTS, PLLC 9 ELKS LANE POUGHKEEPSIE, NEW YORK 12601 DECEMBER 2013 REVISED FEBRUARY 2014 MA#: W21215.122 TOWN OF WAPPINGER _W UNITED WAPPINGER WATER DISTRICT ROUTE 9 WATER MAIN LOOP CONTRACT NO. 13-010 BID FORM THE TOWN RESERVES THE RIGHT TO REJECT ANY OR ALI_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 March 3 2014.... f (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, Town of Wappinger Route 9 Water Main Loop, Town of Wappinger, as required by and in strict accordance with the plans, specifications and all other documents relating to Contract No. 13-010, for the prices stipulated and as shown on this bid form. Name of Bidder: W.M. Schultz Construction, Inc. (individual, PaFtl;ewhipCorporation)r-L-L-e'j* * Circle applicab e r . . 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 3/21/2014 ADDENDUM NO. .2 �. A,14 ADDENDUM NO. 3 A/! ADDENDUM NO. 4 N _. A/h 20001 6'W=ff M5)twappinger%a w2005WZo902 L"ted wapp w9terWMD2.12 meadow rteg Ioops fillrallon*wcsYou[e 9 too ftwomRdiv 200.doc In consideration of, and to induce the award of this contract to him/her, the bidder W . 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) The bidder has carefully examined and fully understands all of the parts of the contract documents, and thatthe bidder 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 will 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, orto work or labor to which it relates, or in any portion of the profits thereof. (e) The bidder is not in arrears to the Town Board upon debt or contract and is not a defaultef 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 time 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. -- 20002 e_ldmmentsU wappinperla w20081w20802 united wapp waterlw20130212 meadow_rW91oopsfi1fra4an%spacs1nx4*9 IooplpeneraKd1v200.doc - i (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) The bidder 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 all respects suitable and adequate for the work. _ (k) The facts stated in his/her bid and the information given by him/her are true and correct in all respects. (1) The bidder 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 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. The signatory to this bid, for all work proposed, items fumished and strict compliance with all provisions of each and every Contract Document relating to Contract _ 13-010,agrees to accept(unless modified pursuant to the terms of the General Conditions) a total, final and fixed contract price not to exceed:. $ OSE rntc QEt AyAot(p -VA%e,," yj-4t -rkav2n:t! T tivADCAIS (Words) N W rY -r -r"0U5 P4r1) Ak%4 0 I-Fil : f c CV CM 'V�)o - $ (Figures) �o i MAR 31 2014 20003 TOWN OF WAPPINGER S..WommenM wappingeft W 200SW 0802 jnM wapp watw WI20802.t2 meadow_rte9[oops fiftrsbonLspecsVoute 8 IuoplgeneramMdV J N C LE R K Also made a part of this bid is the attached cementation per Division 100, Article C.3. _.. Sign Bid Here " AUTHORIZED SIGNATURE Print Name William M. Schultz Title President + Official Company Name W.M. Schultz Construction, Inc. (IndividtaP, Corporation t-Ler Circle applicable wo --- �. Company Mailing Address 831 State Route 67, PO Box 2620 STREET Ballston Spa, New York 12020 CITY STATE ,ZIP CODE Federal Employer -ry Identification No. 14-1827521 Telephone No. 518-885-0060 R MD - MAR 91 2614 TOWN OF WAPPINGER -- TOWN CLERK .,_. 2004 e_ldocumentslt wappingerla w20081w20802 united wapp water1w20802.12 meadow rW loops riltration\specsVoute 9 loop�generandiv 200.doc i [ (If bidder is a corporation, fill in the following blanks.) Organized under the laws of the State of: New York Name and Address of President: William M. Schultz, 63 Sweet Road, Ballston Lake, NY 12019 Name and Address of Secretary: Suzanne Schultz, 63 Sweet Road, Ballston Lake, NY 12019 Name and Address of Treasurer. William M. Schultz, 63 Sweet Road Ballston Lake NY 12019 (If bidder is a Limited Liability Company, fill in the following blanks.) Organized under the laws of the State of: NSA Name of Manager or Managing Member: N/A � Agent for Service of Process: "'A Address for Service of Process: "IA M 20005 e:ldowffwn sllwappirper*%v20DB wZM2 united !app wetertvd20802.52 meadom rte9loopsidVationlspxslrouM 9 loopLganMafldiv 2{}O.d00 STATE OF NEW YORK ) ss: - COUNTY OF Saratoga On the thirty-first day of March , 2014 before me,the undersigned, a Notary Public in and for said State, personally appeared William M. Schultz 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. 4 5b NOTARY PUBLIC DIANE B. DALTD Notary Public,State of New York Registration No.OIDA4951439 Qualified in Saratoga County Commission Expires 11-13-201-1 200 06 wwocvmentev wappinpat+a w2008WOB62 unitedwapp wate%%20802.12 meadom� tag loopaftRrationlspecskaute 9loopVenemPOv 200,doc M . LUEr ou c� co Co co cr- ca �- co m - o c4VT a _ C) LU f ; U � CDQ' a o M 0- z Q 4 D 1- `^ ►� CIS a6 LU jA LLI CL ,4 < 0 _ sn o5 �w 7 I 1 3 o a ti -j at �a ,,yy �pp ill w li p Y �i 0 cr m0 W '03 o — N � g w w w w w w w v inz _ w w w w w w w w cc L C C w w Q Q Q Q Q p 5 _ D S Z) S 5 Z) L w w w w w w w w Q) J J J J J J J ,J J Z Z_ Z_ Z _Z _Z _ JZ Z_ J J J J J J J � m ON O � LO o +n Lo a o M C-) r 1� CO M CD to Z Z Z Z Z Z Z Z Z Z N N M M M LLI w C C N m Z fO C C C a c O O O 9 CL U ++ m C6 'C3 E o .��. N CD co -6 {j m p C C E D p O L _ O =$ N O C W O O v w U V UO O O O U ?: 4- m U C O �-_' m co O O � N U cl 0 O N C m 2 N w ,w w H 0 Q Y [— U m co = d s C C cc r _� Z N N M '_' 01 Q U_ N a 0 ❑ ❑ Im m cc CQ [v t4 y LU oco 0 ar c� co �q o a� � �y o o 0 m o - E m U OD co 6 w LL ❑ W LL U' 2 Y N N N N N N N • $ 40 coU ..E COIft, a� t� # # en` co m L1.!z CL • a Q 4s!F a ja �- o 0z b a I- v 9 a Z: ca jr 0 Q 7 .� ! o IL AO z 7 2 ,n 00 v Z r g ? , o Y3' Z m W � % � � LL _ CL 0 d � � � wa tw o (D ° 3 Z 3 7 0 �, W •t No W W W W m W N w _ _ _ _ L— LL = LL LL U) r C!) = N -4- 2 -2 U U U U -1 J U J .J C U L L Q L Q N Q D W ILLI L¢ W LE[ w W W w ? m LLI a CA a Z Z Z Z - L N Cu m O CL F > O r °N° 0 C) r 0 C6 0 cQ Cn Lr) 04 N N N N C. M a cri a. D a aa)) O o O -D EL' U) N -0 U) X C: 0 C C Vj 0 G - C N � _ N [6 ��j. CO � a) O m 0 O m O- 4 U a) ca W O x a, L U (L ! 4 d iL � O IL 0)cc O ` Ll l C13L > L L L a5 7 L L- Q 0 +�+ — Q m O` C'-a O LE 0) Q Q (fl O O O O m C Q rt) CL i C [a CO (a 0 C W L C Q �. W` Q) L O _ �y `, ,r 1 Z \ U) U \ Q YJ U Q < tY U ci W U b m L LO m U U U) w I fn 8 S 8 0 QLLI , p o 00 EL' ` l:. CL CD y f4 m sui CD U) 4B v, r 4B ❑ ? . �- c� _ O O T 3 Q w ° c La z Q1 U F a 7 W c0 .. � a V p C � N f W �� W PSP UJ o z 7zC) mJ p p o �� w ❑ ❑ ❑ ❑ "' � aL � r m CL No o cr. � r o Q o 0 Q W N r J r � N co Q i = _ m = LL _ (D Y o a LL Lin I.L. I: O N U w aa) c C/) cp ; � 0) ❑ cn CD U) ❑ U) > vy -a o a LU := a O U m ZZ ca 2 L O lV cc,C Q w w p � O 0 O m p N m F- _j Q U Q U Q o Q U7 U Q Q m U © N 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 or withheld, in the Owner's discretion. 20007 e ldocumerrts%twappingerla w2DMw20802 united wapp wateAw20802.12 meadow_rte9 loops filtraflWspeeskoute 9 IoopS9eneraMN 200.doc BID BOND KNOW ALL MEN.BY THESE PRESENTS: that * W.M.Schultz Construction,Inc.,P.O.Box 2620,Ballston Spa,New York 12020 as Principal;and **Liberty Mutual Insurance Company,175 Berkeley Street Boston MA 02117 as Surety, are hereby held and firmly bound unto the Town Board,Town of Wappinger, New York in the amount of: Five Percent of Attached Bid Dollars $ ts0 __. 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 318` day of March 2014 . WHEREAS,the condition of the above obligation is such that, whereas the Principal has _ submitted to the Town Board a certainbid,attached hereto and hereby made a part hereof, to enter into a contract in writing for the Water Main Extension to Route 9 Water Main Loop for the Town of Wappinger, New York, as shown and specified in Contract No. 13-010. 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 hereby waive notice of any such extension. 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) W.M.Schultz Construction,Inc. - PRINCIPA *I-nsert Bidder's Name Insert Surety's Name By — William M. chultz,Presi nt 20008 eWosumenlsliwappingeM W20M 20802 united wapp wateft20802.12 maadowjte9loops rillfationispm1roule B loopVw9ro WNr 200100 Signed, sealed and deli ere in the presence of J Col bus (Corporate seal of Contractor if a corporation) W.M. Schultz Construction,Inc. P.O.Box 2620,Ballston Spa,New York 12020 Contractor By -- William M.Selfultz,Presiden Liberty Mutual Insurance Company By Charles C.Leach,Attoreny-i act/(Title of Officer) (Corporate seal of . Surety) witenss: - J. Coln ns (Title of Officer) 20009 a,W0wmenlsltwappingerla w20061w208M unRedvrapp waleAw208O2.12 meadow oa9 t00p3 f11W1an%sP0"1mute 91o0p1Benerandly 200.doc Liberty Mutual Insurance Company Boston,MA 02117 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT-IF A CORPORATION _ State of New York, County of Albany)$$ On this 31$t day of March,2014,before me personally appeared William M.Schultz,to me known,who, being by me duly sworn,deposes and says:That he/she resides in Ballston Lake,New York;that he/she is the President of W.M.Schultz Construction,Inc., the corporation described in and which executed the within instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. Fj-e-n selaer County 1Co m.Exp. 1 211 81201 4 SURETY COMPANY'S ACKNOWLEDGMENT State of New York, County of Albany)5' On this 31$t day of March,2014,before me personally appeared Charles C.Leach;to me known,who,being by me duly swom,did depose and say:That he/she resides in Altamont New York;that he/she is Attorney-in-Fact of Liberty Mutual Insurance Company,the corporation described in and which executed the within instrument;that he/she knows the corporate seal of said Company;that the seal affixed to said instrument is such corporate seal;and that he/she signed said instrument as Attorney-in-Fact by authority of the Board of Directors of said -- Company; and affiant did further depose and say that the Superintendent of Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the State of New York for the year 1939, constituting chapter 28 of the Consolidating Laws of the State of New York as the Insurance Law as amended, issued to Liberty Mutual Insurance Company his/her certificate that said Company is qualified to become and be accepted as surety or guarantor on all bonds,undertakings,recognizances,guaranties,and other obligations required or per by law;and that such certificate has not been revoked- sseTaer Coun y mm.Exp. 12/18/2614 LIBERTY MUTUAL INSURANCE COMPANY FINANCIAL STATEME NT—DECEMBER 31,2012 SURETY Assets Liabilities Cash and Bank Deposits..................... ................... $ 903,711,694 Unearned Premiums....... ....... ................. ....$4,205,141,671 Reserve for Claims and Ciairns Expense........"........J7,056,420,207 Bonds-- U,S Government..................................... 1,166,929,471 "01herBonds....................................................... .... 11,415,194,219 Funds Held Under Reinsurance Treaties...—........... 1,315,062,091 1 Reserve for Dividends to Policyholders.,........___ 2,455,411 *Stocks.................. .......... ........ ............... 8,104,853,899 Additional Statutory Reserve............ ....... 49,768,998 Real Estate.............................................................. 255,967,320 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums.........., 3,482,069,753 Offierl,iabilities......................... ...................... 33066,051.537 Accrued Interestand Rents......................... ......... 144,016,763 Total.___ ........................-.......... .....$25,694,899,915 Other Admitted Assets�.............................. ......1�7�4 �623,45�8 Special Surplus Funds................. $604,621,497 Capital St6ck.............. ................ 10,000,000 Paid in Surplus............................ 7,899,471,886 Unassigned Surplus.................__ 5,996,373,279 Total Admitted Assets............... SIRa,_3.u'5 Suj-pjljs to Poheyhol(lers..,........e .................14,510,466,662 Total Liabilities and SurpNs......................... .....S-I& -53.6fim�L ��`sasure,�� h ppp.POP,A�, f+ ;� �,�, �° Boards ........-..................S-I&M-53.6fi- Bonds are stated atamortized or investment value; Stocks at Association Market Values. 193 2 The foregoing financial information is taken from Liberty Mutual InSUrance Company's financial statement Bled with the state of Massachusetts Department of Insurance. 1, TIM I\41KOLAJLWSKI, Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets anti Liabilities of said Corporation,as of December 31,2012,to the best of my knowledge and belief. IN WITNESS WITERE01,', I have hereuto set my hand and affixed the seal of said Corporation at Seattle,Washington,this 25th day of March,2013. Assistmit Secretary S-1262LMIC/a 4M2 THIS POWER OF ATTORNEY IS NOT'UAL .....����-.-.� ,.rr.,�.,.�.,_._.�...w__._. .._........_..._.-....._.. " la UNLESS IT IS PRINTED ON RECD BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No, 6294026 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:. That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, David . all of the city of Albany state of NY each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bands,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1 ath day of September 2013 j E American Fire and Casualty Company - " The Ohio Casualty Insurance Company 0 3 Liberty Mutual Insurance Company West American Insurance Company STATE OF WASHINGTON ss Gregory W.'Davenport,Assistant Secretary � ccs 2 COUNTY OF KING _ 0 1 a) C On this 18th day of September 2013 , before me personally appeared Gregory W. Davenport,who acknowledged himself to be the Assistant Secretary of American H j qk Fire and Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do, :"W j execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IJ y 3 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington,on the day and year first above written. Q By: Y OII KD Riiey,,Not Public a) Q CL This Power ofAttorney is made and executed pursuant to and by authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company,The Ohio Casualty Insurance as Q Company,Liberty Mutual Insurance Company,and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: o ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 4o- 0 0 to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, J acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective .5 3 ai powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so '@ executed,such instruments shall be as binding as if signed bythe President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact.under > the provisions of this article may be revoked at any time by the Board,.the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bond's and Undertakings.Any officer of the Company authorized for that purpose tin writing by the chairman or the president, 00 a and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, L p seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their =as respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company. When so 0 Q executed such instruments shall be as binding as if signed by the president and attested by the secretary. tC> Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company, authorizes Gregory W.Davenport,Assistant Secretary to appoint such ~ attorneys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power ofAttorney executed by said Companies, is in full force and effect and has not been revoked. yi �A Murch 14 IN TESTIMONY WHEREOF,t have hereunto set my hand and affixed the seals of said Companies this day of 20 V_ ei X31 I { 3 3 B y _ David M.Darey,'Assistant Secretary 0 LMSS 12873 092012 [_11­­__.._____ d ... .. . ,,,, .w_ _._w .m... _... . -_._.µw,,,,... _ __. -----..1^82 p 3�0......, .,.. STATE OF NEW YORK ) ss: COUNTY OF Alban On the 315` day of March 2014 before me,the undersigned, a Notary Public in and for said State, personally appeared William M. Schultz 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. ~� Rensselaer.County / NOTARY PUBLIC Comm.Exp. 12/18/2014 20010 emocumentsv wappingem w20481w20802 united wapp waterlw20802,92 meadow rte8 loops filtrationlspecslroute 0 toop�gensralWiv 200.doc 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 agreementfor 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 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,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 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 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. I affirm these statements under penalty erjury. BIDDER'S SIGNATURE: DATE: March 31, 2014 William c u tz, sident 20011 eAdoeumentslt wappinger%a w2008*20802 united wapp wateft20802.12 rneadow_rte9 loops filtrationlspecslroute 9 loopVenerandiv 200-doe -