Loading...
4.11 4.11 BIDS\A WARD Bid—Quaker Rd Sewer Main Replacement-OConnor Construction—7-6-2020 RESOLUTION AUTHORIZING AWARD OF BID TO EDWARD & THOMAS O'CONNOR, INC. FOR 2020 QUAKER/MEADOWBROOK ROAD SEWER FORCE MAIN REPLACEMENT PROJECT RESOLUTION NO.: , 2020 INTRODUCED BY: WHO MOVED ITS ADOPTION SECONDED BY: WHEREAS, the Queensbury Town Board duly established the Town of Queensbury Consolidated Sanitary Sewer District and the Route 9 Sanitary Sewer District (Districts) in accordance with New York Town Law, and WHEREAS, as a result of a break that occurred on the Districts' sewer force main in the vicinity of 313 Quaker Road and Meadowbrook Road in early February 2020, the Town Supervisor declared an emergency and the Town's Wastewater Director arranged for short-term, temporary repairs on an emergency basis for public health and safety reasons as time would not allow for receipt of bids, and WHEREAS, by Resolution No. 89,2020, the Town Board determined that such repairs constituted an emergency procurement needed to best serve Town residents and needed to be completed immediately to protect public health and safety, waived its requirement under General Municipal Law §103 and the Town's Purchasing Policy, and authorized emergency repairs and by Resolution No.: 108,2020 authorized additional expenses and budget amendments related to these emergency repairs, and WHEREAS, under Town Law Section 202-a the Town Board is required to maintain the sewer system and accordingly, additional replacement of the sewer force main in this area must be permanently repaired immediately to avoid a breach of the temporary repairs, with such sewer force main replacement project (Project) to benefit and.the cost to be apportioned between both Districts, and WHEREAS, by Resolution No.: 119,2020, the Town Board authorized engagement of The Chazen Companies (Chazen) related to the design and construction administration of the Project and Chazen accordingly prepared Project bid documents and specifications, and WHEREAS, by Resolution No.: 175,2020, the Town Board authorized the Project and the Project financing plan for a maximum estimated $533,000 in serial bonds or bond anticipation notes of the Town on behalf of the Districts, and WHEREAS, by Resolution No.: 185,2020, the Town Board authorized establishment of the Quaker Road Sewer Main Replacement Capital Project No. 231 in the amount of$533,000 to establish funding for Project expenses, and WHEREAS, the Town Purchasing Agent opened bids for the Project on June 30`h, 2020, and WHEREAS, Chazen, the Town Wastewater Director and Purchasing Agent have recommended that the Town Board award the Project bid to the lowest, responsible bidder, Edward & Thomas O'Connor, Inc., for their base bid price of $430,000 plus Contingency of $40,000, for a total price of$470,000, and WHEREAS, the Wastewater Director has advised the Town Board that there are times when Change Orders may become necessary for such Project and has requested that the Town Board also authorize him to approve and sign any and all Change Orders pertaining to the Project including those related to time extensions, additions and/or deductions up to a ten-percent (10%) contingency for Change Orders that he deems necessary or appropriate, 2 NOW, THEREFORE, BE IT RESOLVED, that the Queensbury Town Board hereby accepts and awards the bid for the 2020 Quaker and Meadowbrook Roads Emergency Sewer Force Main Replacement Project (Project) from the lowest, responsible bidder, Edward & Thomas O'Connor, Inc., for their base bid price of$430,000 plus Contingency of$40,000 for a total price of$470,000, to be paid from Capital Project Account No.: 231-8120-2899, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor to execute any needed Agreement between the Town and Edward & Thomas O'Connor, Inc., and any other necessary documentation in form acceptable to the Town Supervisor, Wastewater Director, Town Budget Officer, Purchasing Agent and/or Town Counsel, and BE IT FURTHER, RESOLVED, that the Town Board hereby authorizes the Town Wastewater Director to approve and sign any and all Change Orders pertaining to the Project, including those related to time extensions, additions and/or deductions, up to a ten-percent (10%) contingency or in the total amount not exceeding $47,000 that he deems necessary or appropriate, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor, Wastewater Director, Budget Officer, Purchasing Agent and/or Town Counsel to take such other and further actions as may be necessary to effectuate the terms of this Resolution. 3 Pamela Hunsinger From: Pamela Hunsinger Sent: Wednesday,July 1, 2020 2:05 PM To: Joanne Watkins; Chris Harrington Cc: Barbara Tierney; Queensbury Supervisor Office Subject: RE: 92000.10 Meadowbrook Attachments: AWARD Bid - Quaker Rd Sewer Main Replacement -OConnor Construction - 7-6-2020.doc Tracking: Recipient Delivery Read Joanne Watkins Delivered:7/1/2020 2:05 PM Read:7/1/2020 2:27 PM Chris Harrington Delivered:7/1/2020 2:05 PM Barbara Tierney Delivered:7/1/2020 2:05 PM Queensbury Supervisor Office Okay. Attached is a revised draft reflecting the 10%contingency. From:Joanne Watkins<joannew@queensbury.net> Sent:Wednesday,July 1, 2020 1:14 PM To: Pamela Hunsinger<pamelah@queensbury.net>; Chris Harrington<ChrisH@queensbury.net>; Queensbury Supervisor Office <QbySupervisor@queensbury.net> Cc: Barbara Tierney<barbarat@queensbury.net> Subject: FW: 92000.10 Meadowbrook Please see below Ja�vnpte wNtkiP0 Accountant Town of Queensbury 518-761-8239 From:Chris Harrington Sent:Wednesday,July 1, 2020 12:22 PM To:Joanne Watkins<}oannew@queensbury.net> Subject: FW: 92000.10 Meadowbrook They recommend a 10%contingency..... From: Kevin Gallagher<I<gallagher@chazencompanies.com> Sent:Wednesday,July 01, 2020 12:00 PM To: Chris Harrington<ChrisHPgueensbury.net> Cc: Eric Johnson <eiohnson@chazencompanies.com>;Joanne Watkins<ioannew@queensbury.net> Subject:92000.10 Meadowbrook Chris: 1 Attached, please find our bid recommendation for the Meadowbrook Emergency Force Main Replacement Project. Note that the recommended bidder(O'Connor) left an attachment to the bid unsigned.The unsigned form is one of the many submitted as part of the EFC Bid Packet. We have reached out to O'Connor to get the necessary signature. Please reach out with any questions. Best, Kevin Gallagher, EIT `ssS st,ant Project -E: oIu lee. Mljnid,oal t)Dvision The Chazen Companies --''7 Rrs,er Street, Froy, NY _2180 Direct Liie: S18-256-735-4 2 THE CAPITAL DISTRICT OFFICE ChavnCivil Engineers 547 River Street Land Surveyors Troy, NY 12180 Planners COMPANIES" Environmental&Safety Professionals P:518.273.0055 or 888.539.9073 Landscape Architects www.chazencompanies.com Proud to be Employee Owned Transportation Planners&Engineers p July 1, 2020 Mr. Chris Harrington, P.E. Water Superintendent&Director of Wastewater 742 Bay Road Queensbury, New York 12804 Re: Meadowbrook Emergency Force Main Replacement Project Town of Queensbury, Warren County, New York Chazen Project No. 92000.10 Dear Mr. Harrington: On Tuesday, June 30, 2020, bids were opened for the Meadowbrook Emergency Force Main Replacement Project.Three(3) contractors were invited by the Town of Queensbury to bid and three(3) bids were received. A summary of the bids is attached for reference. The apparent low bidder was identified as Edward&Thomas O'Connor, Inc. Base Bid: $470,000.00 The Chazen Companies (Chazen) has reviewed the submitted bids for completion of Specification Sections 004113 through 004900, representing"The Bid".The Town selected and prequalified the three(3)contractors, therefore, background verifications were not completed. Additionally, the Town did not require a bid bond/security. The following documentation is attached for your review: • Bid Summary • Edward &Thomas O'Connor, Inc. Bid Based on the above evaluation, Chazen has determined Edward & Thomas O'Connor, Inc., with corporate mailing address listed as P.O. Box 377, Glens Falls, NY 12801,to be a responsive and responsible bidder. Therefore, Chazen takes no exception to the Town of Queensbury's award of the Meadowbrook Emergency Force Main Replacement Project to Edward &Thomas O'Connor, Inc. Chazen recommends that the Town budget for the bid value plus a 10%contingency or$517,000. The Notice of Award is attached for the Town's execution. HUDSON VALLEY•CAPITAL DISTRICT• NORTH COUNTRY•WESTCHESTER• NASHVILLE,TN Chazen Engineering,Land Surveying&Landscape Architecture Co.,D.P.C.(New York) Chazen Engineering Consultants,LLC(Tennessee) Mr.Chris Harrington July 1,2020 Page 2 of 2 Please contact me at(518)266-7347 if you have any questions regarding this matter. Sincerely, Eric P.Johnson, P.E. Principal Director, Municipal Engineering Z:\projects\92000-92099\92000.00-Town of Queensbury\92000.10-T.Queensbury Meadowbrook Force Main\ENG\BID PHASE\AWARD RECOMMENDATION\2020.06- 30_92000.10_BidRecommendation.docx Town of Queensbury Bid Tabulation Sheet Meadowbrook Emergency Forcemain Replacement Tuesday,June 30, 2020 Project No. 92000.10 2:00 PM CONTRACT 1 -GENERAL CONSTRUCTION Contractor Total Base Bid Alternate 1 (if any) Remarks $470,000.00 O'Connor Construction $618,260.00 DA Collins/Kubrick $727,000.00 Schultz Construction SECTION 005100 NOTICE OF AWARD Date of Issuance: Owner: Town of Queensbury Owner's Project No.: Engineer: The Chazen Companies Engineer's Project No.: 92000.10 Project: Meadowbrook Emergency Forcemain Replacement Project Contract Name: Contract 1 —General Construction Bidder: Edward& Thomas O'Connor, Inc. Bidder's Address: P.O. Box 377, Glens Falls,NY 12801 You are notified that Owner has accepted your Bid dated June 30,2020 for the above Contract, and that you are the Successful Bidder and are awarded a Contract for: All work as described in the construction documents including and associated with: emergency replacement of approximately 1300-linear feet of 12-inch ductile iron sanitary force main and all related work. The Contract Price of the awarded Contract is$470,000.00. Contract Price is subject to adjustment based on the provisions of the Contract, including but not limited to those governing changes, Unit Price Work, and Work performed on a cost-plus-fee basis,as applicable. Three(3)unexecuted counterparts of the Agreement accompany this Notice of Award,and one copy of the Contract Documents accompanies this Notice of Award, or has been transmitted or made available to Bidder electronically. ❑ Drawings will be delivered separately from the other Contract Documents. You must comply with the following conditions precedent within 15 days of the date of receipt of this Notice of Award: 1. Deliver to Owner three(3)counterparts of the Agreement,signed by Bidder(as Contractor). 2. Deliver with the signed Agreement(s)the Contract security(such as required performance and payment bonds)and insurance documentation,as specified in the Instructions to Bidders and in the General Conditions,Articles 2 and 6. 3. Other conditions precedent(if any): Failure to comply with these conditions within the time specified will entitle Owner to consider you in default,annul this Notice of Award, and declare your Bid security forfeited. Within 10 days after you comply with the above conditions, Owner will return to you one fully signed counterpart of the Agreement,together with any additional copies of the Contract Documents as indicated in Paragraph 2.02 of the General Conditions. Owner: Town of Queensbury By (signature): Name(printed): Title: Copy: Engineer EJCDC®C-510,Notice of Award. Copyright®2018 National Society of Professional Engineers,American Council of Engineering Companies, and American Society of Civil Engineers.All rights reserved. Page 1 of 1 BID OPENING RESULTS 2020 MEADOWBROOK EMERGENCY FORCEMAIN REPLACEMENT PROJECT June 30, 2020 Bid Opening 2:00 PM Purchasing Agent: Joanne Watkins Witnessed by: Chris Harrington and Kevin Gallagher from Chazen COMPANY NAME& BID AMOUNTS IRAN DIVESTMENT NON- ADDRESS COLLUSIVE BID CERT EDWARD&THONIAS O'CONNOR $430,000 YES YES INC CONTINGENCY GLENS FALLS,NY $40,000 TOTAL$470,000 KUBRICKY CONSTRUCTION CORP $578,260 YES YES WILTON NY CONTINGENCY $40,000 TOTAL$618,260 WM SCHULTZ CONSTRUCTION INC $687,000 YES YES BALLSTON SPA,NY CONTINGENCY $40,000 TOTAL$727,000 SEMON 004113 BID FORM CONTRACT 1 —GENERAL CONSTRUCTION ne terms used in this Bid with initial capital letters lave the meanings,stated in the Instructions to Bidden, the General Conditions,and the Supplementary Conditions. ARTICLE 1- =OWNER AND BIDDER 1.01 This Bid is submitted for:Meadowhrook Emergency Force-main Replacement Project 1.02 This Bid is submitted to:Town of Queensbury,742 Bay Road,Queensbury,New York 12804 1.03 The undersigned Bidder proposes and agrees; if this Bid is accepted;to eater into an Agreement with Owner in the norm included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and,in accordance with the other terms and conditions of the Bidding Documents, 1.04 The Work will be awarded as one(1)contract. ARTICLE 2---ATTACF1M NTS TO TIM BID 2.01 The follo,%ing documents are submitted with and made a condition of this Biel: A. List of Proposed Subcontractors; B. Non-Gollusive Affidavit; See Addendum #1 ARTICLE 3—BASIS OF BID 3.01 Lump Sum A. Bidder will complete the Work in accordance with the Contract Documents for the following price(s). l:JCW C-UO,Bid Form for Construction Contract. Copyright°2019 National Society of Profeatonal Engineers,American Council of Engineering cwpanies, and American Society of Civil Engineers.All rights rewirved. Page 1 c f 8 e CONTRACT I --GENERAL CONSTRUCTION BASE BID Bid ftem:No. I --AleadowbroolfEmergency Forcemain Replacement Project Total Lump Sum Price: Four Hundred Thirty Thousand DOLLARS (use wards) (use numbers) Bid Item No.2-Cgtrtingencv Allowance Unit Price: Party-Thousand and Zero Cents DOLLARS (S 40,00.00 � (use words) (use numbers) BID SUMMARY TOTAL BASE BID LUMP SUM(Bid Item No.I+No.2): Four Hundred Seventy Thousand DOLLARS 5 4,7 .0.0-0- l.0- � (use words) (use numbers) Note: In case of a discrepancy between unit prices written in words and f mums,the unit prices written in wards shall govern.In case of a discrepancy between unit prices bid and extended totals,the unit prices shalt govem. Unit prices have been computed in accordance with Article 13.03, Paragraph C of the General Condition. BIDDER acknowledges that quantities are not guaranteed and final payment:will be based on actual quantities determined as provided in the.Contract Documents. EXMC°G410,Sid Form for Construction Contract. v zols National society of Professional Engineers,American Couna of Engineering Comparniet, and American 5odety of CH engineers.Ak rights resenied- Page 2 of 8 S BID MM DESt i T1C. NS: PART I —WORK DESCRIPTION Bid Item No. 1—Mgggiowbreok Emer-ency Foireemain Reolacement Under this item.the Contractor shall complete ail work including and associated with.emergency replacement of approximately 13004inear feet of 12-inch ductile iron sanitary force main and all related work,including layout and staking of new easemcnt boundaries,as identified within the contract drawings. PART 2— O RK INCLUDED Mobilization. General Provisions. Protection of existing facilities,structures,and utilities. Exploratory excavations. Trig Safely NY Clearances. Utility Iocation and mark-snit. Coordination with utility companies. Layout and staking of new easement boundaries. Directional drilling and open-Cut trenching for utilities, Protection of open trenclicslaccess pits. Temporary sheeting/shoring/bracing. Trench,pit,and excavation dewatering. Frac-out management and frac-out plan development. Erosion and sediment control. Protection of existing wetlands. Dust control. Furnishing,spreading,and compacting bedding material. Furnishing,spreading,compacting,and grading hackfill and subbase material. Rough and final grading. Renjoval and disposal of surplus material. .Removing existing pipe,valves,and/or appurtenances as riecessary. Furnishing and installing force main and associated appurtenances. Connections to existing force main. Furnishing and installing slues,valves,,valve boxes,and fittings. Eimce,r,-4w,Bits Form for Construction Contract. Cra}i %MQ 2ole National Society of Professional EngineeM Ameritan Ctmncl of Erigineering Companies, and American Sock"of ClW Ergtneers.AN rfglas reserved. Page 3 of 8 Furnishing and installing air relief structure and associated appurtenances. Pump out and dispel Of sanitary waste within existing force main. Periodic and final cleanup. Site restoration. Wetland restoration. All necessary and required testing. Survey and preparation of record drawings. Compliance with conditions of Nationwide Permit Nos. 3&33. DART 3-ASSOCIATED WORK NOT R&LUDED Work associated with the contingency allowance. PART 4-METHOD OF PAYMENT Payment for this item wilt be made at lump sutra price. PART 5-METHOD OF MEA9,UEMfNT The price bid for this item shall include the cost of furnishing all labor,equipment,instruments and other material necessary to satisfactorily complete the work. Bid Item No.2_Contingency Allowance FA—-FJ l_-DESCRIPTION Under this items the Contractor shall furnish all materials,labor,and equipment necessary to complete field directed work at locations with materials and matter as directed and authorized by the Engineer. PART 2-WORK.INCLUDED General provisions. Periodic and final cleanup. Repair of dama,d utilities. Furnish all materials,labor,and equipment necessary to complete work as directed and authori by the Engineer. PART 3-ASSOCIATED WORD NOT INCLUDED Site restoration. PART 4--METHOD OF PA`Y`ME. EJCDCO C-410,Bid Form for Construction Cafract. CopWkhtcl 2018 Wimal Society of Profenlanal Engineers;Rntedcan Council of Enginewing Cornpwte-% and dean Society of Civil Engineers.All rights reserved. Page 4 of 8 Payment for this item will be made can a Jump sum price;or time and material basis for each it-jecident where directed and approved by the Engineer. Unused portions of the allowance will be credited to the Owner. PART 5—IMET NOT)QE MEASUREMENT The method of measurement for payment will based upon the mutually agreed method for work completed in accordance with the Contract Documents. ARTICLE 4-`-TIME QP COMPLETION 4.01 Bidder ageroes that the Work will be substantially deplete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions on or before the dates or within the number of calendar days indicated in the Agreement, 4.02 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 5--BIDDER'S ACKNOWLEDGEMENTS:ACCEPTANCE PERIOD, INSTRUCTIONS,AND RECEIPT OF ADDENDA 5.41. laid Acceptance Period A. This Bid will retrain subject to acceptance for forty-.five(45)days after the Bid opening,or for such longer period of time that Bidder may agree to in writing upon request of Owner, 5.02 Itrstructions to Bidders A. Bidder accepts all of the terms and conditions of the Instructions to Bidders,including without limitation those dealing with the disposition of Bid security. 5.03 Receipt of Addenda A. Bidder hereby aelmowledges rweifst of the following Addenda: Addendum Number Addendum Date ARTICLE 6--BIDDER'S REPRESENTATION'S AND CERTIFICATIONS 6,01 Bidder's Representations A. In submitting this Bid,Bidder represents the following: 1. Bidder bas examined and carefully studied the Bidding Docutneats,including Addenda. 2. Bidder has visited the Site, conducted a thorough visual examination of the Site and adjaccut areas,and become familiar with the general,local,and Site conditions that may aMct cost,progress,and performance of the Work. 3. Bidder is familiar with all Laws and Regulations that may affect cost, progress, and performance of the Mork. 4. Bidder has carefully studied the reports of explorations and tests of subsurface conditions at or adjacent to the Site and the drawings of physical conditions relating to existing F=19£-410,Bid Farm for Construction Contract. Co{mightc 2018 National SodW of Pto%ssionaf Enginem,American Courxg of Erkineerhg Companies, and Amedcan Society of CW Engineers.At tights reserved. Page 5 of a surface or subsurface structures at the Site that have been identified in the Supplementary Conditions,with respect to the Technical Data in such reports and drawings. 5. Bidder has carefully studied the reports and drawings relating to Hazardous Environmental Conditions,if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, with respect to Technical Data in such reports and drawings. 5, Bidder has considered the information known to Bidder itself, information commonly known to contractors cluing business in the locality of the Site; information and observations obtained from visits to the Site;the Bidding Documents;and the Technical Data identified in the Supplementary Conditions or by definition, with respect to the effect of such information, observations, and Technical Data on (a)the cast, progress, and performance of the Work; (bi the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, if selected as Contractor, and (c)Bidder's(Contractor's)safety precautions and programs. 7. Based on.the information and observations referred to in the preceding paragraph,Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times,and in accordance with the other terms and conditions of the Contract. 8. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. 9. Bidder has giver Engineer written notice of all conflicts, earrors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents,and of discrepancies between Site conditions and the Contract Documents,and the written resolution thereof by Engineer is acceptable to Contractor. 10. The Bidding Documents are generally sufficient to indicate and convey understanding of all terry and conditions for performance and furnishing of the Work. 11. The submission of this Bid constitutes an incontrovertible representation by Bidder that without exception the Bid and all prices in the Bid are premised upon perfonuing and f unishing the Work required by the Bidding Documents. 12. NON-COLLUSIVE BIDDING CERTIFICATION. As required by section 143-d of New York State general Municipal Law,the Bidder has completed and submitted with the Bid the certification in Specification 004519, 13. The Bidders roust comply with New'York State Department of Labor Prevailing Wage Rate Schedule and conditions of employment. b.02 Bidders CertiJr'cadoin A. The Bidder certifies the following: 1. This. Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in cmTormity with any collusive agreement or rules of any group,association,organization,or corporation. 2. Bidder leas not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 3. Bidder has not solicited or induced any_individual or ontity to refrain from bidding. EfCDC*C-410,&W Form for Const►tixNon Contract. Copps W 2018 National Sodety of Professional Engineers,American Cotdci of Engin ring Companies, and American Society of C3W Errgtneers,AD rights reserved. Page 6 of 8 4. Bidder has riot engaged in corrupt, fraudulent, collusive, or coercive practices in ompetittg for the Contract.For the purposes of this Paragraph 8.0 .A; a. Corrupt practice means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding press, b. Fraudulent practice means an intentiortal misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b)to establish bid prices at artificial non-competitive levels, or(c)to deprive Owner of the benet:Ets of frce and open rnpe-tition. c, Collusive practice means a scheme or arrangement between two or more Bidders,with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial,non-competitive levels, d. Coercive practice means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. EJCDc-C-4io,SW Form for Construction Contract: Copyr%he Ziff.$National Society of Professional Engineers,Araedun Council of Enetnetrkt Companteso and American Society of CW Engineers.AS rights reserved. Page 7 of 8 BIDDER hereby submits this Bid as set forth above: Bidder: Edward & Thomas O'Connor Inc, r✓""� .. (typed or printed wme of organization,' By: I �----' Crndix�iduat's sigttcttzsre� Name: Brian O'Connor (typed on°ptirrt� Title: President (typed orprWed) Date: 6-30-2020 (typed o;•printerf) If Bjddzr is r ti©rz, a pamerrhip or a joint venture,attach Mdence of authority to sign. Attest: (inriividuul`s stgttr�tut� Name. Patrick O'Connor (t3 ped or printed} Title: Mice Presiden Date: 6-30-2020 (Vped orpriVed) Address for giving notices: Work Addr . Bidder's Contact: Marne: Scott L. Howe (typed or prW4 Title: pr (typed at•prinrte� Phone: Of gXt. 13 ctalI 518 361 3168 Email: s1how Address: Work Address: PC Box 377, Glens Falls, NY 7.2801 Bidder's Contractor License No.,(if applicable) Ejcme C-43o,sid Farm for Constnictlon conttacL CapyrIghto 2ws ttaational society of Prrofesstonal Erq em Amarican COUncil at ETWIMUIng Companies, at%d Armdcatt So&qy of Boil Ertglneers.Alt tights resorted. Page a of a SECTION 004336 PROPOSED SUBCONTRACTORS F(3111 Do you plan to subcontract any part of the Work? YES X NO If YES,list the name and address of all Subcontractors that you propose to use(on this Contract and the Work assigned to each.)(for the parts of the Work designated below,)Please print in black ink or type in the spaces provided. Attach additional shuts if necessary. This identification of subcontractors is required of all Bidders as part of their Bid and is in partial fulfillment of requirements in Article I I of the Instructions to Bidders. Additional data on proposed Subcontractors may be requested from selected Bidders after the Bid Opening in accordance with Article 11. Directional Drilling: 1435 g Cast:letonr NY 12033 Pump out: IBB Septic & 'Draia ,9 rv� 2 Lower Warren Street Queens bury, NY 12804 END OF SECTION-004336 004336-1 PROPOSED SUBCONTPLACTt1FtS FORM SECTION 004519 NON—COLLUSIVE AFFIbAV17 (Required by Section 1 03-d of the General Municipal Law) A. By submissiosi 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 prier 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 subunit or not to submit:a bid for the purpose of restricting competition. B. A bid shall not be considered for award not` shall any award be made where (A), (1), (2), and (3) above have not been complied with;provided however,that if in any case the bidder cannot make the foregoing certificating, the bidder shall so state and shall famish with the bid a sighed statement which sets forth in detail the reasons therefore. Where (A), (1), (2), and (3) above have not been complied with,the bid shall not be coidered for award nor shall any award be shade unless the head of the purchasing unit of the political subdivision, public department, agency or official thereof to which the bid is made or his designee,determined that such disclosure was not made for the purpose of restricting competition. C. The fact that the bidder(A)has published price lists,rates or tariffs governing items being procured, (13)has informed prospective customers or proposed or pending publication of new or revised price lists for such items (C)has sold the same item to other customers at the same prices being bid,does not constitute,without more,a disclosure within the meaning subparagraph(A)(1)- V, Any bid hereafter made to any political subdivision of the state or any public department,agency or official thereof by a corporate bidder for work or state services perfonncd or to be peformed 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 (1) of this section, shah be deemed to have authorized by the board of directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bid arrd the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation. Nance of Firm: Edward & Thomas O'Connor,, Inc. Signed by: an 0 Connor Title: President Date: 6-10-2020 OD4519-1 NON-COLLUSIVE AFFIDAVIT RESOLUTION AUTHORIZING SUBMISSION OF BIDS BY CORPOR-4TION AND EXECUTION OF NON-COLLUSION CERTIFICATE AND WAIVER OF IMMUNITY CLAUSE Resolves thati Tian_O'Connor -be auenorized to sign and submit the bid or proposal of this corporation fort dward&Thosaas0'Qonnar LNC. the Town of Queensbury, New York, Warren County,and to include in such bid or proposal the certificate as to non-collusion and waiver of immunity clause requited by Section 103 of the General Municipal Law as the act and deed of such corporatism,and for any inaccuracies or misstatement in such certificate this corporate bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of-ffie resolution adopted byEdward&Thomas 0 Connor1ric. Corporation at a meeting of its board of directors held on the 3r-a day of,,j4,3�p ;2020. (SEAL OF THE CORPORATION) Signature of Secretary Kevin O t Connor INDIVIDUAL EXECUTION OF NI ON-COLLUSION1 muncATE AND WAIVER OF IMMUNITY CLAUSE I, hereby sign and submit this proposal for the Town of Queensbury,New York,Warm County,and to include in such bid or proposal the certificate as to noa-collusion and waiver of immunity clause required by Section l03 of the General Municipal Law as the act and deed of this individual, and for any inaccuracies or misstatement in such certificate this corporate bidder shall be liable under penalties of perjury. Signature of Individual Date - END OF SECTION-004519 00451 g 2 NOW-COLLUSIVE AFFIDA" Attachment 1 New York State Environmental Facilities Corporation EQUAL EMPLOYMENT OPPORTUNITY POLICY STATEMENT NEW YORK STATE REVOLVING FIEND (SRF) am the authorized representative ofEdward&ThomasO t Connorinc. F?amccdRaDs gward&` homes mff*01G actarf*-WC8Fwowr I hereby certify that Connor ine will abide by the equal employment demo of CanUaacri9etice Provm3ar opportunity(EEO)policy statement provisions outlined below. (i) The Contractor will not discriminate on the basis of race,creed, color,natiionai origin,sex, age, disability; or marital status against any employee or applicant for employment, will undertake or continue existing programs of affirmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination and will make and document its conscientious and active efforts to employ and utilize minority group members and women in its worts farce on C*ntracts relating to SRF projects. (il) Tha Contractor shall state in all solicitations or adverbsements for employees that,in the performance of the Contract relating to this SRF project, all qualified applicants will be afforded equal employment opportunities without discrimination bet ause of race, creed, color, national origin,sex,age,disability or marital status. (iii) The Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union, or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital status, and that such union or representative will affimlatively cooperate In the implementation of the Contractor's obligations herein. (iv) The Contractor shall comply with the provisions of the Human Flights Law (Article 15 of the Executive Law), including these relating to non-discrimination on the basis of prior criminal conviction and prior arrest, and with all other Mate and federal statutory and constitutional non-discrimination provisions,including Titles Vl and VII of the Civil PjgMs Act of 1964,40 CFR Part 7,41 CFR Part 60-1 Subpart A,41 CFR Fart 60-4,Section 504 of the Rehabilitation Act of 1973,and the Age Discrimination Act of 1975. The Contractor and Subcontractors shall not discriminate against any employee or applicant for employment because of race, creed (religion), color, sex, national origin. sexual orientation, military status, age, disability, predisposing genetic characteristic, marital status or domestic violence victim status, (v) The Contractor will include the provisions of subdivisions(i)through(iv}in every Subcontract in such a manner that the requirements of these subdivisions will be binding upon each Subcontractor as to work in connection with the Contract. Br' Connor, President Contractor/$er%icc Pfavider ftiioresentative EEO Policy Staternant EFC Bid Packet(Revisrm Bate, 10/112017) 1 Attachment 6 United Mates Environmental Protection Agency Form 6100-2 DBE Subcontractor Participation Form A thi;ied stwss OM13 Contra]No:2090-0030 �' Emkonmamat protacdon - PAA,e,,y Approved:8/13/2013 Approval Expires:81 311201S Disadvantaged Business Enterprise(DBE)Program DBE Subcontractor Participation form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors.This form gives a DBEs subcontracLorz the opportunity to describe work received and/or report any concerns regarding the EPA-funded project(e.g.,in areas such as termination by prime contractor,late payments,etc.). The DBE subcontractor can,as an option,complete and submit this form to the EPA DBE Coordinator at any time during the project period of performance. Subcontractor lame Project Name 131t1j Proposal No. { Assistance Agreement ID No.(if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity: Contract Description,of Dark Received from the Prime Contractor Involving Amount Received Item Construction, Services,Equipment or Supplies by Prime —Number } Contractor � s A DBE is a Disadvantaged,MinorPtp,or Woman Business Enterprise that has been certified by are entity from who EPA accepts certifications as describnd in 48 CFR a3.204-39.265 or certified by EPA.EPA accepts tertifitations from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202, 28ubcontractor is defined as a c ornpany,firm,joint venture,or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-2(DBE Subcontractor Participation Form) Uoi�ed Stets OMB Gontrol No:2090-0030 ��, MEnvt.gnmg t�.Ps�tBtiitJT Approved:8113/2013 Approval Expires:8/31/2015 Disadvantaged Business Enterprise(DBE) Program DICE Subcontractor Participation Forth Please use the space below to report any concerns regarding the above EPA-funded,project: Subcontractor signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three(3)hours per response.Send comments on the Agency's need for this information,the accuracy of the provided burden estimates,and any suggested methods for minimizing respondent burden,including through the use of automated collection techniques to the Director,Collection Strategies Division,U.S.Environmental Protection Agency(2822T),1200 Pennsylvania Ave.,NW,Washington,D.C.20460,Include the©w control number in any correspondence.too not send the completed firm to this address. VA;FORM 6100-2(DBE 5ubcontracor PaWdpattinn Form) Attachment 7 United States Environmental Protection Agency Forty 0900-3 DBE Subcontractor Performance Form United States OUB Control No:2D9"030 ErMtonmental Frometion Age cy Approved.8113/2013 Approval Expir est F131f;_015 Disadvantaged Business Enterprise(DBE)Program DRE Subcontractor Performance Porch This farm is intended to capture the DBEI subccintractor'sa description of wort:to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement Recipient must require its prime contractor to have its DBE subcontractors complete this Form and include all completed forms in the prune contractors bid or proposal package. Subcontractor Dame Project Name Bid/Proposal No. Assistance Agreement ID No.(if known) Point of Contact Address Telephone No. i Email Address Prime Contractor Dame Issuing/Funding Entity: Contract Item Number Description of Work Submitted to the Prime Contractor Price of Work Involving Construction, Services,Equipment or Supplies Submitted to the Prime Contractor DBE Certified Sy: I7{}T C3 S13A Meets/exceeds EPA certification standards? 0 father, YES -Q-NO -0-Unknown A DBE is a Disadvantaged,Minority,or Wonwn Business Enterprise that has been certified by an entity from which EPA accepts certifications as described in 40 C€R 33.204-33.205 or certified by EPA.EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202, 2 Subcontractor is defined as a company,firm,joint vesture,or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA FORM 6100-3(VBE Subcontractor Performance Form) A third Stag OMB Cattrol No:2M.0030 i.&EA PErtitk€r€sman¢al Prota^€sn Approved:0/13/2013 ApproiralExpires:0131{2015 Disadvantaged Business Enterprise(OHE)Program 178E Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct Signing this form does not signify a commitment to utilize the subcontra�rs above. 1 am aware of that in the event of a replacement of a subcontractor,I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 3MO2(c). Prime Contractor Signature Print Name # Title Date i Subcontractor Signature Print Natne Tide bate The public reporting and recordkeeping burden for this collection of information is estimated to average three(3)hours per response.$end comments on the Agency's need for this information,the accuracy of the provided burden estimates,and any suggested methods for minimizing respondent burden,including through the use of automated collection tach0ques to the Director,Collection Strategies Division,U.S.Environmental Protection Agency(2822T),1200 Pennsylvania Ave.,NW,Washington,b.C,20460. include the OMS contrail number in any correspondence.Do not send the completed form to this address. EPA FORM 6100-3(I)BE Subcontractor Performance Form] Attachment 8 United,Metes Environmental Protection Agency Farm 6100-4 DIRE Subcontractor Utilization Farm 4"1► tld stases OMB Control No.,2090-4030 EPAun�rgri�a"s f'rota' feh Ag�sicy An roved.-$j13/2013 Approval Expires:0/31/2015 Disadvantaged Business Enterprise(DBE)Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or anticipatsd use of identified certified DBEI subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient roust require its prime contractors to complete this form and include it in the hid or proposal package, Prime contractors should also maintain a copy of this form on file. Prime Contractor blame Project Name Bid/Proposal No. , Assistance Agreement ID No.(ifknQt,vn) Point of Contact Address Telephone No. Entail Address Issuing/Funding Entity. I have identified potential DBE certified subcontractors YES NO If yes,please complete the table below.If no,please explain: Subcontractor Name/ CompanyAddress/Phone/Email Est,Dollar Currently Company Dame Alta DBE Certified? f Continue on back if needed 1 A DBE is a Disadvantaged,Minority,or Woman Business Enterpelse that has been certified by an erntty from which EPA accepts certification$as described in 40 CFR 33.204-33.205 or certified by EPA.ERA accepts certifications from entity that meet or exceed EPA certification standards as descf ibed In 40 CFR 33.202. 7 Subcontractor is defined as a company,firm,joint venture,or individual svho ethers into an agreement with a contractor to provide services pursuant to an EPA award of flnanctal assistance. EPA FORM 6100-4(DBE Subcontractor utilization Form) MA United States OMB Control No:2090-0034 7►' Erwlrorlmentai PttMCGf;^r. Agerwy Approved:8/13/2013 Approval Dtp'tres:8/31/201S Disadvantaged Business Enterprise(DBE) Program DBE Subcontractor Utilization Form l certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. 1 am aware of that in the event of a replacement of a subcontractor,i will adhere to the replacement requirements set forth in 40 CFR Fart 33 Section 33,302(c), Prime Contractor Signature Print Dame Title Date i The public reporting and recordkeeping burden for this collection of information is estimated to average three (3)hours per response.Send comments on the Agency's need for this information,the accuracy of the provided burden estimates,and any suggested methods for minimizing respondent burden,including through the use of automated collection techniques to the Director,Collection Strategies Division, U.S. Environmental Protection Agency(2822T),1200 Pennsylvania Ave., NW,Washington,.D.C.20460.Include the QIv1B control number in any correspondence,Do not send the completed form to this address. EPA FORM 61004(DUE Subcontractor Utilization Form) Attachment 9 New Mork Mate Environmental Facilities Corporation CERTIFICATION REGARDING LOBBYING FOR CONTRACTS, GRANTS, LOANS, AND COOPERATIVE AGREEMENTS 40 CPR Part 34 SRF Project No.: The undersigned certifies, to the best of his or her knowledge and belief,that: (1) No Federal appropriates! funds have been paid or will be paid, by or on behaEf of the undersigned,to any person for influencing or attempting to influence an officer oremployee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or operative agreement, the undersigned shall complete and submit Standard Form-LLL, 'Disclosure Form to Report Lobbying,"in a=rdance with its instructions. (3} The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants,loans,and cooperative agreements)and that all subreciplents shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1362, title 31, U.S. Code. Any person who falls to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$100,000 for each such failure. I3y: Name: Title: Date: Contract ID: Lobbying Certification EFC Bid Packet(Revision Date: 10/1/2017) 1 i CERTIFICATION OF COMPLIANCE WrFH THE IRAEN DIVESTMENT ACT As a result cf the Iran Divestment Act of 2012(the"Act"),Chapter 1 of the 2012 Laves of New York,a new provision has been added to State Finance Law(SFL)§ 165-a and New York General Municipal L 103mg,both effective April 12. 2012, Under the Act,the Commissioner of the Office of General Services (OGS)will be developing a list of"persons"who are engaged ire'investment activities in Iran"(both are defined terms in the law)(the"Prohibited Entities Lisr). pursuant to SFL§ 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Acts effective date at which time it will be posted on the OGS website. By submitting a bid in response to this solicitation or by assuming the responsibility of a Coritraa awarded hereunder, each Bidder/Contractor, any person signing on behalf of any Bidder/Contractor and any assignee or subcontractor and, in the case of a joint bid,each party thereto, certifies,under penally of perury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its .nvMedge and belief, that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL§ 165-3(3)(b) Additionally, Bidder/Contractor is advised that once the Prohibited Entities List is pasted on the OGS Website,any Bidder/Contractor seeking to renew or Mend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must cortify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the terra of the Contract, should the Town receive information that a Bidder/Contractor Is in violation of the above-referenced certification,the Town will offer the person or entity an opportunity to respond. If the poison or entity fails to demonstrate that helsheTd has ceased engagement in the investment which is in violation of the Act within 90 days after the determinatan of such violation,then the Town shall take such action as may be appropriate including,but not limited to, imposing sanctions, seeking compliance, recovering damages or declaring ft Bidder/Contractor in default. The Town reserves the right to reject any bid or request for assignment for a Bidder/Contractor that appears on the Prohiibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Constar that is awarded a contract and subsequently appears on the Prohibiter!Entities List.. 1. Brun 0'-CQanor , being duty.swom, deposes and says that he/she is the President o f t h eEdward&Thoinaso'QgDncQorporation. 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 its knowledge and belief that each bidder is not on the .fist:created pursuant to paragraph (b) of subdivision 3 of§165-a of the State Finance law. `2 SI rian 0"Connor,President SWORN to before me this 3 g t h day of .Tune 2020 irAARIKKA D.GUAY Notary Public,State of New/lark . No. 01 GU5t?i38459 Notary Public: Residing in warren County . mars ¢ca D. Guaiy My Commission Expires Oc L 44,20