Loading...
5.06 5.6 BIDS\\AWARD Bid – Pipe Fittings-Ridge Road Water Main Project – EJ Prescott – 4-5-2021 RESOLUTION AUTHORIZING AWARD OF BID TO EJ PRESSCOTT, INC. FOR YELLOWMINE PIPING AND FITTINGS RELATED TO RIDGE ROAD WATER MAIN REHABILITATION AND LINING PROJECT RESOLUTION NO.: ____________________________________________, 2021 INTRODUCED BY: ____________________________________________ WHO MOVED ITS ADOPTION SECONDED BY: ____________________________________________ WHEREAS, the Queensbury Town Board duly established the Town of Queensbury Consolidated Water District (the "District") in accordance with New York Town Law, and WHEREAS, by prior Resolution the Town Board authorized the District’s rehabilitation of certain existing water main along Route 9L/Ridge Road between Route 254/Quaker Road and Cronin Road (Project) in accordance with Town Law §202-b, and WHEREAS, the Town Water Superintendent requested Town Board authorization to advertise for bids for temporary water pipe, associated fittings and service connections for necessary temporary water main work required for and related to this Project, and WHEREAS, General Municipal Law §103 requires that the Town advertise for bids and award the bid to the lowest responsible bidder meeting New York State statutory requirements as set forth in bidding documents and specifications to be prepared by the Water Superintendent and/or Town Purchasing Agent, and WHEREAS, by Resolution No.: 78,2021, the Town Board authorized the advertisement for bids for the needed yellow mine piping and fittings, and WHEREAS, on March 30, 2021, the Town Purchasing Agent duly received and publicly opened the one received bid, and WHEREAS, the Water Superintendent and Purchasing Agent have recommended that the Town Board award the bid to EJ Prescott, Inc., the only and therefore lowest, responsible bidder for an amount not to exceed $26,467.87, NOW, THEREFORE, BE IT RESOLVED, that the Queensbury Town Board hereby accepts and awards the bid for yellow mine piping and fitting for the Ridge Road Water Main Rehabilitation and Lining Project from the only and therefore lowest, responsible bidder, EJ Prescott, Inc., for an amount not to exceed $26,467.87 to be paid for from Capital Construction Account No.: 225-8540-2899, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor to sign any needed agreement and/or documentation and the Town Supervisor, Purchasing Agent, Water Superintendent, Town Budget Officer and/or Town Counsel to take any and all action necessary to effectuate the terms of this Resolution. th Duly adopted this 5 day of April, 2021, by the following vote: AYES : NOES : ABSENT: BID OPENING RESULTS FOR: YELLOWMINE PIPING AND FITTING March 30,2021 Bid Opening 10:00 AM Opened by:Joanne Watkins Witnessed by: Chris Harrington COMPANY NAME& TOTAL BID IRAN DIVESTMENT NON- ADDRESS COLLUSIVE BID CERT EJ PRESCOTT INC $26,467.87 YES YES ROUND LAKE,NY AFFIDAVIT OF NON-COLLUSION I, 1=,_(t. '.. Rrp„;5 ,being duly sworn,do depose and state: 1. That in connection with this procurement, (A) The prices in this bid have been arrived at independently, without 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; and (B) 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 (C) No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. 2. The undersigned further states: (A) Affiant is the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein and that Affiant has not participated, and will not participate,in any action contrary to(1)(A)through(1)(C)above;or (B) (1) Affiant is not the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein but that Affiant has been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated,and will not participate,in any action contrary to(1)(A)through(1)(C)above, and as their agent does hereby so certify; and 7 (2) Affiant has not participated and will not participate,in any action contrary to (1)(A)through(1)(C)above. 3. It is expressly understood that the foregoing statements, representations, and promises are made as a condition to the right of the bidder to receive payment under any award made hereunder. -e---� Signed Subscribed and sworn to before me this crtday of\k3Li(C' 0,01%a,,,nu0,4, o�••,•, 41. BR , p 4, 000 . - O a� i.• ,STATE it /OF NEW YORK\ = v` w'- NOTARY B C; = Notar ublic , pii{ifiedinAka'CC Ay o _.G ` 01BR6406766 • ff' .444,�S.UN�ee-00 n 8 CERTIFICATION OF COMPLIANCE WITH THE IRAN DIVESTMENT ACT As a result of the Iran Divestment Act of 2012(the"Act"),Chapter 1 of the 2012 Laws of New York,a new provision has been added to State Finance Law(SFL) § 165-a and New York.General Municipal Law§ 103-g,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 in"investment activities in Iran" (both are defined terms in the law)(the"Prohibited Entities List").Pursuant to SFL§ 165-a(3)(b),the initial list is expected to be issued no later than 120 days after the Act's 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 Contract 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 penalty of perjury,that once the Prohibited Entities List is posted on the OGS website,that to the best of its knowledge and belief,that each Bidder/Contractor and any subcontractor or assignee is not identified on the Prohibited Entities List created pursuant to SFL§ 165-a(3)(b) Additionally,Bidder/Contractor is advised that once the Prohibited Entities List is posted on the OGS Website,any Bidder/Contractor seeking to renew or extend a Contract or assume the responsibility of a Contract awarded in response to this solicitation must certify at the time the Contract is renewed, extended or assigned that it is not included on the Prohibited Entities List. During the term 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 person or entity fails to demonstrate that he/she/it has ceased engagement in the investment which is in violation of the Act within 90 days after the determination 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 the 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 Prohibited Entities List prior to the award of a contract and to pursue a responsibility review with respect to any Bidder/Contractor that is awarded a contract and subsequently appears on the Prohibited Entities List. I, /4 /4/1,6 ,being duly sworn,deposes and says that he/she is the /L R_g s iu,/r 47-2-�'� of the € s Pit..V. i i Corporation. 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 list created pursuant to paragraph(b) of subdivision 3 of§165-a of the State Finance Law. SIGN D ,,, BROO '•• SWORN to before me this ,"�q .-- -. J 1 day of\-4C6[Gh 20�I ':of ti . Na 49.1 ND o�tNitca� o e Notary Public: ' i . ' ��:� ',�� -- i,,•'�y U moo,,, --• Q,4•'•., '••i,,, SS'OS1,Y 9 BID PROPOSAL To: TOWN OF QUEENSBURY: 1. The undersigned hereby declares that he/she is the only person interested in this Bid; that it is made without any connection with any person making another Bid for the same contract;that the Bid is in all respects fair and without collusion or fraud; and that no official of the Town,or any person in the employ of the state, is directly or indirectly interested in the Bid or in the supplies or work to which it relates,or in any portion of the profits thereof. 2. The undersigned also declares that he/she has carefully examined the annexed form of Bid documents and specifications and will provide the following item at the prices indicated, immediately upon request,to be fully paid within 30 days of receipt by the Town. 3. PRICE including delivery to 823 Corinth Road,Queensbury,NY: Yellowmine Piping and Fittings -$ tq cr) H(o1., 0 3- 4. CONTRACT-AGREEMENT: By execution of this Bid Proposal,Bidder agrees to execute a further agreement if requested by the Town of Queensbury and agrees,in any event,that all understandings,conditions,provisions and specifications referred to in and a part of this Bid Proposal, the Notice to Bidders, the Instructions to Bidders, the Specifications and the Affidavit of No Collusion,shall constitute the terms and conditions of an agreement and actually be an agreement,if no other agreement is entered into,between the Bidder and the Town of Queensbury. x ,3/ / 'z0 x I�2L ,4a't•.5 DATE * GNATURE OF AUTHORIZED COMPANY OFFICIAL-PRINT NAME NEXT TO SIGNATURE x IT / L S(CT% /A,r& COMPANY NAME x 47-e E?-- COMPANY PHONE`� NUMBER x /9l 06 Ff_�� AA. o�'-�4 haz,. ivy 1 (5-1 COMPANY ADDRESS 10 r RESOLUTION AUTHORIZING ADVERTISEMENT FOR BIDS FOR TEMPORARY WATER PIPE, ASSOCIATED FITTINGS AND SERVICE CONNECTIONS RELATED TO RIDGE ROAD WATER MAIN REHABILITATION AND LINING PROJECT RESOLUTION NO.: 78,2021 INTRODUCED BY: Mr. Tim McNulty WHO MOVED ITS ADOPTION SECONDED BY: Mr. Harrison Freer WHEREAS, the Queensbury Town Board duly established the Town of Queensbury Consolidated Water District (the "District") in accordance with New York Town Law, and WHEREAS, by prior Resolution the Town Board authorized the District's rehabilitation of certain existing water main along Route 9L/Ridge Road between Route 254/Quaker Road and Cronin Road(Project) in accordance with Town Law§202-b, and WHEREAS, the Town Water Superintendent has requested Town Board authorization to advertise for bids for temporary water pipe, associated fittings and service connections for necessary temporary water main work required for and related to this Project, and WHEREAS, General Municipal Law §103 requires that the Town advertise for bids and award the bid to the lowest responsible bidder meeting New York State statutory requirements as set forth in bidding documents and specifications to be prepared by the Water Superintendent and/or Town Purchasing Agent, NOW, THEREFORE, BE IT RESOLVED, that the Queensbury Town Board hereby authorizes and directs the Town Purchasing Agent to post and publish an advertisement for bids for temporary water pipe, associated fittings and service connections for necessary temporary water main work required for and related to the Ridge Road Water Main Rehabilitation Project and receive all bids, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town's Purchasing Agent to open all received bids, read them aloud and record the bids as is customarily done and present the bids to the next regular or special meeting of the Town Board,and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor, Water Superintendent, Purchasing Agent and/or the Town Budget Officer to take any and all actions necessary to effectuate all terms of this Resolution. Duly adopted this 22nd day of February, 2021, by the following vote: AYES : Mr. Ferone,Mr. McNulty,Mr. Strough,Mr. Metivier, Mr. Freer NOES : None ABSENT: None