CONTRACT This agreement made the _31_st__ day of August, in the year 2011 BETWEEN THE CITY OF MOUNT VERNON, a Municipal Corporation of the State of New York, hereafter called the "Owner"; and AVANTI BUILDING CONSTRUCTION CORPORATION, 243 WEST LINCOLN AVENUE, MOUNT VERNON, NEW YORK 10550, hereafter called the ?Contractor?; WITNESSETH: That the Owner and the Contractor for the considerations stated herein mutually agree as follows: ARTICLE 1. WORK. The Contractor shall complete all Work as speci?ed or indicated in the Contract Documents. The Work is generally described as follows: OF MOUNT VERNON MEMORIAL FIELD REDEVELOPMENT SITE ARTICLE 2. ENGINEER. The Project has been designed by Woodard Curran Engineeijng PA PC who will hereinafter act in the capacity of the Design Engineer and Construction Engineer and assume all duties and responsibilities and have the rights and authorities assigned to ENGINEER 1n the Contract Documents in connection with completion of the Work ?Um -- rnjl?} ARTICLE 3: Comaam" TIME. 1 3.1 Completion Date; The, Work wll?ae substantially completed on or before Decembei 9, 2011 and completed and- ready for ?nal payment 1n accordance 1iivith paiagraph 14.137 of the General Conditions on or bef?t? Decembei 30- 2011. 3.2 Liquidats?? Damages OWNER and CON recognize that time is of the essence for this Ages-mom: ass that OWNER will suffei? financial loss if the Work 13 not completed within the times speci?ed an pai'agra?ph 31 above, plus any extensions thereof allowed in accordance ?hi?Jrl-l? '1 i ""11 i I I OWNER, the OWNER may determine that as long as the character and progress of the Work remain satisfactory to them, additional retainage will not be withheld, in which case the remaining progress payments prior to Substantial Completion will be in an amount equal to 95% of the Work completed. - 90% of materials and equipment not incorporated in the Work (but delivered, suitably stored and accompanied by docmnentation satisfactory to OWNER as provided in paragraph 14.02 of the General Conditions). 5.1.2. Upon Substantial Completion, in an amount suf?cient to increase total payments to CONTRACTOR to 98% of the Contract Price, less such amounts as the ENGINEER shall determine, or OWNER may withhold, in accordance with paragraph 14.04 of the General Conditions. 5.2. Final Payment. Upon ?nal completion and acceptance of the Work in accordance with paragraph 14.07 of the General Conditions, OWNER shall pay the remainder of the Contract Price provided in said paragraph 14.07. ARTICLE 6. INTEREST. ARTICLE 7. CONTRACTORS REPRESENTATIONS. In order to induce OWNER to enter into this Agreement, the CONTRACTOR makes the following representations: 7.1. CONTRACTOR has familiaiized itself with the nature and extent of the Contract Documents. Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 7.2. CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identi?ed in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and accepts the determination set forth in paragraph 4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to reply. 7.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, '1 .3 consisting of the divisions and sections as listed in table of contents thereof. 99? b) 8.8. Drawings, beating the title of City of Mount Vcenoign hgen?giia? Ftiilg Site (9er Preparation consisting of sheets numbered A- 02, G-001.00 through 004.00, and SOB-001.00 through as identi?ed in Section 00851. 8.9. Addenda numbers 1 to 1 inclusive. 8.10. Bid marked Section 00331- Exhibit A. 8.11. Documentation submitted by CONTRACTOR ptior to Notice of Award. 8.12. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 34 and 3.5 of the General Conditions. 8.13. The documents listed in paragraphs 8.2 et seq. above are attached to this Agreement (except as expressly noted otherwise above). There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modi?ed or supplemented as provided in paragraphs 3.03 and 3.04 of the General Conditions. ARTICLE 9. MISCEILANEOUS. 9.1 Terms used in this Agreement which are de?ned in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2. No assignment by a party hereto of any tights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and speci?cally but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless speci?cally stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in triplicate. One counterpart each has-been delivered to OWNER1 CONTRACTOR and ENGINEER. All portions of the Contract Documents have been signed or identi?ed by OWNER and CONTRACTOR. This Agreement will be effective on 2011. CITY OF MOUNT VERNON, NEW YORK 4w? I. YOW, MAYOR I (SEAL) ATTEST A9 403% GEORGE W. BROWN CITY CLERK (SEAL) AVANTI BUILDING CONSTRUCTION CORP. 243 WEST LINCOLN AVENUE MOUNT VERNON, NEW YORK 10550 7 . BY: M/aw CARMINE MAIORANO PRESIDENT STATE or NEW YORK COUNTY OF WESTCHESTER 83.: CITY OF mM/e mom On this 2 day of August 2011 before me personally came CARMINE MAIORANO to me 151in and? 351$?: being by me duly sworn, did depose and say: that he resides at New mm . ??44 that he is the PRESIDENT of AVANTI BUILDING CONSTRUCTION CORPORATION, the corporation described in and which executed the foregoing agreement and that he signed his name thereto as PRESIDENT by order of the Board of Directors of said corporation. No. 01826126255 Quali?ed in Westchestsr County My Commission Expires 05l09f293? 590? 3 MAUREEN SZENTIMREY 2 Notary Public - State of New York SQIU I, JOANA H. AGGREY, Assistant Corporation Counsel of the City of Mount Vernon, HEREBY CERTIFY that the Board of Estimate and Contract and the Mayor of the City of Mount Vernon, N.Y., have authority and power to make the Within agreement on behalf of the City of Mount Vernon and that such agreement is in proper form and properly executed. Dated: 5/ch/ ?ts/ta - Ast?/ Ai?istant CorporatioiixCol?qel SECTION 00331 - EXHIBIT A BID FORM CITY OF MOUNT VERNON MEMORIAL FIELD REDEVELOPMENT SITE PREPARATION City of Mount Vernon, City Hall 1 Roosevelt Square Mount Vernon, NY 10550 The undersigned as Bidder declares that he/she has familiarized himself/herself with the proposed construction project and the conditions under which it must be constructed; that he/she has carefully examined the Drawings, Speci?cations, and Bid Documents; which he/she understands and accepts as suf?cient for the purpose; and agrees that he/she will contract with the City of Mount Vernon and furnish all labor and materials and will do the Work as speci?ed and prescribed and that he/she will accept in full payment, therefore, the following unit prices and lump sums. Bidder must bid on each item. All entries in the Bid must be made clearly in ink; prices bid must be written in both words and numerals. The OWNER, in consultation with the ENGINEER, has the right to review bidding to identify any un-balanced bidding and, alter consultation with the Bidder, to correct the same. The Bidder will refer to Section 01025 Measurement and Payment for a detailed description of all Bid Items (including Alternate Bid Items). The detailed description of the work included in each Bid Item is shown for the Bidders? convenience to assisting in pricing the Work. All Bidders shall note that the Total Base Bid shall represent and be inclusive of all work shown and speci?ed in the Bid Documents (Drawings and Speci?cations). Whenever unit cost bid items are used, it shall be interpreted as an assumed, unit cost quantity and subsequent cost for comparison of Bids. Payment for bid items shall be based on actual quantities obtained during construction and the unit bid price included in the Bid. If less than the assumed quantities are used during construction for each Pay Item, a credit will be due to the OWNER. The CONTRACTOR shall use Exhibit A to generate the bid. '5 Signed: ?it/?W Date: Title: ?Pee Show 7' 5 5 729127 The CONTRACTOR shall be required to substantially complete the Work by December 9, 2011. The undersigned agrees to furnish all bonds and insurance certi?cates within ten (10) days after formal acceptance of the Bid by the OWNER. All bonds and insurance certi?cates must be furnished prior to formal execution of the Contract by the OWNER. The undersigned agrees that the OWNER may retain liquidated damages in the amount of Two Hundred- Fi?y dollars ($250.00) per day to cover services for each day in excess of that mentioned above that the Work remains incomplete. Memorial Field Redevelopment Site Preparation 00331-1 June 24, 2011 CONTRACT: MEMORIAL FIELD REDEVELOPMENT SITE PREPARATION SECTION 00331 - EXHIBIT A ITEM Ho. Ain'PonmTe oummrtes r'r'auls' 'wrrl-I U'Idlr WORDS . .mriampmce mum on: DOLLARS .CTS. BOILERS CTS. LS-: AdmIn., Mob. Perr'nils' Dernob. (Not to Exceed 4% of Total Base Bld) Fuerzugemrw Four; and I1 DD Boilers per LUMP SUM. 00 sj?tlov? o? LS. Surveylng, Stakeoul, and Layout For FIVIE. and HUG Dolfers LUMP SLIM. 5 57305: 60 5000 00 LS. As-Built Survey and Record Drawings For 5: end I100 Dollars per LUMP SUM. 5 was: 00 6,000 00 LS. Temporary Erosion and Sediment Control and Tree Protecllon 31??,er Fl WE. II Dollars par LUMP SUM. FNF MI 5 15370 0 0 $1575}? 00 L. 8.: Temporary Construcllon Fence For 30C 14mm? and l1 no DoIlaro per LUMP 2900 ac 5 00 00331 - Memorial Field Exhlb? A BID FORMXIS SECTION 00332 Bidder Qualifications Statement Bidder shall complete and submit Tables A through C. Bidder shall reproduce additional copies of Table A, B, and/or if needed. Qualifications shall reflect construction and site work qualifications for the Bidder or Bidder's team (is. minimum 5 projects similar in scope and size over the last 3 years). TABLE A KEY PERSONNEL Hire Date Date Started Position/Title with Company in Construction Previous Experience and Positions in Construction Name 1996 1963 Projects include city schools, public works, etc. Project Carmine Maiorano President management and coordination, contract administration Naser Mavraj "Tony" Project Manager 2001 1999 Bid preparation, cost estimating, contract document review, preparing submittals and shop drawings 1983 BS. Civil Engineering, Construction coordination Noel Green Executive Supervisor 2009 Projects include city schools, infrastructure 8 aviation Maureen Szentimrey Office Manager 2004 2004 Certified Payroll, AIA pay requisitions Joseph Maiorano Building foreman 1996 1988 Carpenter Local 11 Anthony Maiorano Site foremen 1996 1995 Operating Engineer Local 137 00332 - Qualifications Project Name/Location Project Description TABLE PROJECTS COMPLETED Owner Architect! Contract Engineer Price Date Percent with Completed own forces Reference Name/Phone Fleming Field Yonkers. NY 10701 Saxon Woods Golf Course Scarsdale, NY 10583 Camp Morty Improvements North Salem, NY 10560 Franko Elementary School Mount Vernon, NY 10552 New Firing Range Valhalla. NY 10595 Mount Vernon High School Mount Vernon, NY 10550 Reconstruction of Field, Drainage Turf Drainage and Pathway Improvements Reconstruction of Baseball Field Buildings Building renovation and site work Construct new building and site work New running track and outdoor game equipment City of Yonkers County of Westchester County of Westchester Mt.Vern0n City School District County of Westchester Mt. Vernon City School District Eberlin and 2,242,135.00 Eberlin PC. In House 3,839,082.00 Sullivan 1,580.000.00 Architecture Roberta 2,521,422.00 Washington HLW 3,185,000.00 International . Roberta Washington May 2011 70% June 2010 75% June 2009 85% December 2007 80% November 2007 65% 2,239,750.00 August 2006 77% Chris Connor 914?377-6210 Bob Powers 914-774-4614 Bob Powers 914-774-4614 Debbie Bramwell 914?954?3942 Brian Hansen 914-995?5691 Debbie Bramwell 914?954?3942 00332 - Qualifications SECTION 00443 - HOLD HARMLESS AGREEMENT CITY OF MOUNT VERNON MEMORIAL FIELD REDEVELOPMENT SITE PREPARATION 6-0 W5 i M7/9/v Cori/9 - herein the assumes responsibility for any and all injury to or death of any and all persons, including the agents, servants and employees, and in addition thereto, for any and all damages to property caused by or resulting ?-om or arising out of any act or omission in connection with this contract or the prosecution of work hereunder, whether caused by the CONTRACTOR or the agents, servants or employees, or the subcontractors or suppliers, and the CONTRACTOR shall indemnify and hold harmless the owner, the City of Mount Vernon, Woodard Curran Engineering PA PC, Fuller D?Angelo, P.C., Becker Engineering RC, and their subconsultants ?ora and against any and all loss and/or expense which they or either of them may suffer or pay as a result of claims or suits due to, because of or arising out of any and all such injuries, deaths and/or damage. The CONTRACTOR if requested, shall assume and defend at the own expense, any suit, action or other legal proceedings arising therefrom, and the CONTRACTOR hereby agrees to satisfy, pay and cause to be discharged of record any judgment which may be rendered against the owner, engineer, or architect arising there?'om. Dated atQi (30 a?ihis kidw day of ?dgd?'f 201L. Signed, Sealed and Delivered SIGNED in the presence of: BY: WW ?was?! ?ees /S'ee . Memorial Field Redevelopment Site Preparation 00443 -1 June 24, 2011 The CONTRACTOR acknowledges that its failure to comply with the City?s policies to protect water resources and the environment, and all applicable stonnwater management, water quality control, erosion and sediment control laws, rules, regulations, permits, procedures and speci?cations shall constitute a material breach under this contract. For the breach or violation of this provision, without limiting any other rights or remedies to which the City may be entitled, the City shall have the right, in its sole discretion to suspend, discontinue or terminate this Agreement immediately upon notice to the CONTRACTOR In such event, the CONTRACTOR shall be liable to the City for ay additional costs incurred by the City in the completion of the project. The failure of the CONTRACTOR to comply with these requirements could lead to a determination that the CONTRACTOR is not a responsible bidder when the CONTRACTOR is bidding on other projects. available at - The location of this reference is provided to assist the it does not relieve the CONTRACTOR from the obligation of obtaining and complying with the latest version of the document. . am . Dated at 03 this l?'ub day of %Dbr 2011. Signed, Sealed and Delivered SIGNED in the presence of: WW chwwa g/z/W (?e/35C. Memorial Field Redevelopment Site Preparation 00445-2 June 24, 2011 MIWBE Policy A. Non?Discrimination Policy In connection with this proposal, the preposer, its employees, its subconsultants, if any, or any other person acting on its behalf shall not discriminate against or intimidate any employee or other individual on the basis of race, creed, religion, color, gender, age, national origin, ethnicity, alienage or citizenship status, disability, marital status, sexual orientation, familial status, genetic predisposition or carrier status during the term of or in the connection with any resulting contract, as those terms may be de?ned in Chapter 700 of the Laws of Westchester County. The proposer will take af?rmative action to assure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, religion, color, gender, age, national origin, ethnicity, alienage or citizenship status, disability, marital status, sexual orientation, familial status, genetic predisposition or carrier status. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The success?rl proposer shall ?rrnish all necessary information and reports and shall permit access to its books, records, and accounts by the City for purposes of investigation to ascertain compliance with the provisions of any resultant contract. B. Minority Participation Policy It is the policy of the City to use its best efforts to encourage, promote and increase the meaningful and signi?cant participation of business enterprises owned and controlled by persons of color or women, Minority Business Enterprise (MBE) and Women Business Enterprise (WBE), in contracts and projects ?mded by all departments of the City and to develop guidelines to efficiently and effectively monitor such participation. The term persons of color means a United States citizen or permanent resident alien who is and can demonstrate membership of one of the following groups: Black persons having origins in any Black A??ican racial groups; Hispanic persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American descent of either Indian or Hispanic origin regardless of race; Native American or Alaskan native persons having origins in any of the original peoples of North America; or Asian or Paci?c Islander persons having origins in any of the Far East countries, South East Asia, the Indian sub-continent or the Paci?c Islands. An enterprise owned and controlled by persons of color or women means a business enterprise including a sole proprietorship, limited liability partnership, partnership, limited liability corporation or corporation that is: at least 51% owned by one or more persons of color or women; an enterprise in which such ownership by persons of color or women is real, substantial and continuing; an enterprise in which such ownership interest by persons of color or women has and exercises the authority to control and operate, independently, the day-to-day business decisions of the enterprise; and an enterprise authorized to do business in this state which is independently owned and operated. In addition, a business enterprise owned and controlled by persons of color or women shall be deemed to include any business enterprise certi?ed as an MBE or WBE pursuant to Article 15-a of the New York State Executive Law and implementing regulations, 9 Subtitle Part QUESTIONNAIRE REGARDING BUSINESS ENTERPRISES OWNED AND CONTROLLED BY PERSONS OF COLOR OR WONIEN As part of the CitY's desire to encourage the meaningful and signi?cant participation of business enterprises owned and controlled by persons of color or women in City contracts, completion of this form is required. The term persons of color means a United States citizen or permanent resident alien who is and can demonstrate membership of one of the following groups: Black persons having origins in any of the Black A?'ican racial groups; Hispanic persons of Mexican, Puerto Rican, Dominican, Cuban, Central or South American descent of either Indian or Hispanic origin regardless of race; (0) Native American or Alaskan native persons having origins in any of the original peoples of North America; or Asian or Paci?c Islander persons having origins in any of the Far East countries, South East Asia, the Indian sub?continent or the Paci?c Islands. An enterprise owned and controlled by persons of color or women means a business enterprise including a sole proprietorship, limited liability partnership, partnership, limited liability corporation or corporation that is at least 51% owned by one or more persons of color or women; an enterprise in which such ownership by persons of color or women is real, substantial and continuing; an enterprise in which such ownership interest by persons of color or women has and exercises the authority to control and operate, independently, the day-to-day business decisions of the enterprise; and an enterprise authorized to do business in this state which is independently owned and operated. In addition, a business enterprise owned and controlled by persons of color or women shall be deemed to include any business enterprise certi?ed as an MBE or WBE pursuant to article lS-a of the New York State Executive Law and implementing regulations, 9 subtitle Part 540 et se_q., or as a small disadvantaged business concern pursuant to the Small Business Act, 15 U.S.C. 631 et seg., and the relevant provisions of the Code of Federal Regulations as amended. 1. Are you a business enterprise which is owned and controlled by persons of color or women in accordance with the standards listed above? El Yes (as a business owned and controlled by persons of color) El Yes (as a business owned and controlled by women) 2. Are you certi?ed with the State of New York as a minority business enterprise or a women business enterprise lD/No El Yes (as a MBE) El Yes (as a WBE) If yes. of?cial documentation of certi?cation must be attached hereto. 3. If you are a business owned and controlled by persons of color, please specify the minority classi?cations which apply: 4. If you are certi?ed with the State of New York as an MBE, please specify the minority classi?cations which apply: QUESTIONNAIRE REGARDING BUSINESS ENTERPRISES OWNED AND CONTROLLED BY PERSONS 0F COLOR OR WOMEN The Contractor and any individual or legal entity in which the Contractor holds a ten percent or greater ownership interest and any individual or legal entity that holds a ten percent 10%) or greater ownership interest in the Contractor has no business operations in Northern Ireland, or shall take lawful steps in good faith to conduct any business Operations in Northern Ireland in accordance with the MacBride Principles. For purposes of this Certi?cation, ?MacBride Principles? shall mean those principles relating to nondiscrimination in employment and freedom of workplace Opportunity which require employers doing business in Northern Ireland to: (1) increase the representation of individuals ?om underrepresented religious groups in the work force, including managerial, supervisory, administrative, clerical and technical jobs; (2) take steps to promote adequate security for the protection of employees ?'om underrepresented religious groups both at the workplace and while traveling to and ?'om work; i (3) ban provocative religious or political emblems ?'om the workplace; (4) publicly advertise all job openings and make special recruitment efforts to attract applicants ?om underrepresented religious groups; (5) establish layoff, recall and termination procedures which do not in practice favor a particular religious group; (6) abolish all job reservations, apprenticeship restrictions and differential employment criteria which discriminate on the basis of religion; (7) develop training programs that will prepare substantial numbers of current employees from underrepresented religious groups for Skilled jobs, including the expansion of existing programs and the creation of new programs to train, upgrade and improve the Skills Of workers from underrepresented religious groups; (8) establish procedures to assess, identify and actively recruit employees ?'om underrepresented religious groups with potential for further advancement; and (9) appoint a senior management staff member to oversee af?rmative action efforts and develop a timetable to ensure their full implementation. For purposes of this Certi?cation, ?Northern Ireland? shall be understood to be the six counties partitioned from the Irish Province of Ulster, and administered ?'om London and/or from Stormont. The Contractor agrees that the warranties and representation in paragraph are material conditions of this Agreement. Ifthe City receives information that the Contractor is in violation of paragraph the City Shall review such information and give the Contractor opportunity to respond. If the City ?nds that such a violation has occurred, the City may declare the Contractor in default, and/or terminate this Agreement. In the event of any such termination, the City may procure the supplies, services or work from another source in accordance with applicable law. The Contractor shall pay to the City the difference between the contract price for the uncompleted portion of this Agreement and the cost to the City of completing performance of this Agreement either by itself or by engaging another contractor. If this is a contract other than a construction contract, the Contractor h- A. WOODARD (SICURRAN COMMITMENT is. DRIVE RESULTS Addendum No. 1 Bid Documents entitled "Memorial Field Redevelopment Site Preparation" City of Mount Vernon To: All Bidders This Addendum shall be part of the Bid and subsequent Contract Documents Plans and Speci?cations) and the following modifications of, and additions to, the Bid and subsequent Contract Documents shall be included in, and become a part of any Contract which may be executed for the construction of this project. Bidders are instructed to take the following into consideration when preparing and rendering a Bid for this Work. This Addendum shall be attached to the Bid and subsequent Contract Documents by each Bidder and submitted with the Bid, and shall also acknowledge its receipt on the Bid Form Section 0031. Failure to attach this Addendum to the submitted Bid and acknowledge its receipt on the Bid Form may render the Bid incomplete. Addendum No. 1 consists of the following documents: lute of Pages . Addendum No. 1 1 . Pre-Bid Meeting Minutes 3 . Pre-Bid Meeting Sign-in-Sheet 2 . Revised Drawings SUE-002.00 2 General . All Bidders are required to email the City Clerk at the following email address to con?rm receipt of Addendum No. 1: 0 George Brown City Clerk? us In the email to the City Clerk listed above, the Bidder shall identify that they have authority to con?rm on behatf of the Bidder and that they have received Addendum No. 1. The email shall contain the full name of the Bidder?s representative, company name, company address, company phone number, and company fax. - Refer to the attached revised Drawings SUE-002.00 SUE-003.00 which provide clari?cation regarding the horizontal limits of work, and revised vertical excavation depths. End of Addendum No. 1 Addendum No. 1 1 August 9. 2011 woocnap original design drawings for the existing grandstand structure, as well as environmental data related to the nature of the existing building materials (Le. lead, asbestos, etc.) The Bid must include the cost to demolish, handle, and dispose of lead, asbestos, etc impacted construction materials. Project is covered under the NYSDEC SPDES general permit (Le. SW permit). The Contractor is required to adhere to all requirements of the permit, and assumes the liability and cost of any ?nes issued to the City due to contractor violations. At no time shall soil disturbance exceed 5 acres at any one time. Contractor feels it is necessary to disturb greaterthan 5 acres, they are required to submit all required documentation to the NYSDEC for evaluation. There are historical components (is. plaques, gates, stone surrounds) that will require salvaging and re-use per the details are included in the Drawings. The Contractor shall not utilize East Sandford Boulevard or Garden Avenue for parking of construction vehicles or staging of equipment or material during any point during construction. All trucks used for transporting materials and/or heavy equipment shall travel standard truck routes in the City limited to Sandford Boulevard, 5th Avenue, and Route 22 and shall be coordinated with the City Dept. of Public Works. Trucks shall at no time travel north up Garden Avenue beyond the point that Garden Avenue turns into a one way street. Crushing of concrete, brick, rock, etc. is acceptable on-site if the crushing operation is licensed, approved, or permitted to occur with the required local and State agencies. This project is not subject to Wick's Law and does not have a Project Labor Agreement (PLA) associated with it. This project and the Contractor must pay prevailing wage rates as set by the New York State Department of Labor (NYSDOL). The project has been registered with the NYSDOL, and the registration and prevailing wage rates is included in the Appendices. Bidders shall note that the City will remove all trash and debris from beneath the existing grandstand structure that is proposed to be demolished. All lead and asbestos handling and abatement shall occur in accordance with the Speci?cations and all governing standards and regulations. All local permitting fees are waived by the City however Contractors are required to obtain the local permits as identi?ed in Speci?cation Section 01010 Summary, Paragraph 1.4. The Contractor shall provide manifests for all materials that are removed or disposed of off-site. The Engineer will provide acceptable manifest forms to the Contractor for his/her use. All excavated rock and soil materials are proposed to remain on-site in stockpile(s) as shown on the Drawings, and stabilized as required by the Speci?cations and related project permitting. Rock excavation is a lump sum item in the Contract. Rock bolting and additional rock removal as illustrated in Detail 3 on Sheet SOB-004.00 shall not be included in the lump sum cost bythe Bidder. Costs to complete these additional items will be negotiated if the situation arises. All rock that is excavated and stockpiled cn?site in accordance with the Drawings and Speci?cations shall be three feet or less in its largest diameter. Pre-Bid Meeing Minutes 2 COMMITMENT INTEGRITY Woodard Curran Engineering PA PC 800.807.4080 DRIVE RESULTS 709 Westchester Avenue Suite L2 914.448.2266 White Plains, New York 10604 914.448.0147 CITY OF MOUNT VERNON MEMORIAL FIELD REDEVELOPMENT SITE PREPARATION PRE-BID MEETING ATTENDEES LIST WOODARD This Meeting: Pre-Bid Meeting (City Hall/Site Visit) Meeting - Friday, August 5, 2011 10 AM ISACUR RRN Date/Time: Project Name: Memorial Fieid Site Preparation Bid Opening - Tuesday, August 16, 2011 9 Date/Time: Owner: City of Mount Vernon Location: City Hth?Memorial Field Attendees: Name Organization Telephone E-mail Address Signature No. L9 491} . I 9.00 me r?m/ 707191" 7'1; 2 a tantrum Cu.? mam We?re, Cum ,lw :1 ?332$ -. Qatar; CI ?r?b?z?l (BUN-.5 a, '3 :60 (5.19:5; ,cn nag Ema/9. ?77559 9,0,6;qu mbs?eor??a Manet? We r: W. 57557 1:5! {regret [ti??t 7 - - (245/. 7 1' 1? m. Mi fab/Ct Q, ?Are, SUCH TH - cu - 4r? c; mist a ?re 1- Weinlt?rt. v14. SUITFKR Ctl?tllj?fl?g? 5 Mgw? Er ?n 5F ?swi?raltxam Pee-Bid Meeting Attendees nan-urn- no? ??mnzm ?l'l?l mu sun-mun: Jmullmnumummum I minim: . mm chum :nluru I mm?: humm- Illa .?ll I (arm-m hm\w a;Mm 'P333% ?i '5 1121"" ., I REVISED EXISTING PROPOSED LAYOUT PLAN WOODARD mt?? ?minimum-rm: SECTION 00411 - BID BOND CITY OF MOUNT VERNON MEMORIAL REDEVELMMENT SITE PREPARATION KNOW ALI, MEN BY THESE PRESENTS, my? the mm? Avanti Building Construction Corp. 243 West Lincoln Avenue, Mount Vernon, NY 19559, rah-mm? First National insurance Company of America 29 Riverside Road, Weston, MA 02493 as Sony, are hereby held and ?rmly homo mm the City Df'MDtmIVunon, New York, own-ea, inthc penal 3!an Fwe Percent (5%mAmount Bid for m?ybindomulvammd assigns. 5183M this 4th day of August TheCmdi?on oftheaboveobllgation aocrtuinBid, Muno?alP?mldRedevelom-mu. Now, ream-arose (3) Haiti Bid mu be tejeded, or in no event, mmcponat amoimtot??n?s obligation. TheSWJm-wluomeived. 2011. mwnNess Surety vanti'Building Construction Corp. (L.S.) Principal Pgas/ 9 ewe?t First National Insurance Companygf A_m_erica Diana Toledo, ?Attorney-in-Fact MORTANI: Swayomnpmiamn?ng IheBomlxmutapparon merrmm'ynepamoent'snao?ummt END OF SECTION 00411 Malaria! Field Redevelopnmt Site Preparation 00411-1 Jun: 24, 2011 Assets Cash and Bank Deposits *Bonds US Government *Other Bonds *Stocks Real Estate Agents? Balances or Uncollected Premiums Accrued Interest and Rents Other Admitted Assets Total Admitted Assets FIRST NATIONAL INSURANCE COMPANY OF AMERICA FINANCIAL STATEMENT DECELIBER 31, 2010 Liabilities 7,613,079 Uneained Premiums 473541530 Reserve for Claims and Claims Expense Funds Held Under Reinsurance Treaties 97,685,752 Reserve for Dividends to Policyholders ??430 Additional Statutory Reserve 0 Reserve for Commissions, Taxes and 26,041,807 Other Liabilities 1344;? ds 3 1014134 peel mp us un 25849 842 Capital 81:06]: 5,000,000 Paid in Surplus 581,836 Unassigned Surplus 39,429,343 Surplus to Policyholders Total Liabilities and Surplus 38,825,262 87,389,780 0 7,499 0 34 053. 970 160,276,511 45,025,313 Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing ?nancial information is taken from First National Insurance Company of America?s ?nancial statement ?led with the state of Washington Department of Insurance. I, TIM MIKOLAJEWSKI, Vice-President of First National Insurance Company of America, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2010, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and af?xed the seal of said Corporation at Seattle, Washington, this 29th day of March, 2011. 21'11 I Vice-President