HomeMy WebLinkAboutRfp's Scavanger Waste Plant
,:
.;
JUDITH T. TERRY
TOWN CLERK
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMEf'IT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
August 11, 1994
Michael Bellafatto, President
Mobile Welding Service, Inc.
150 Cary Place
Freeport, New York 11520
Dear Mr. Bellafatto:
Enclosed is a fully executed agreement between the Town of Southold
and Mobile Welding Service, Inc. for the Gravel Removal System project
at the Southold Town Scavenger Waste Treatment Facility, along with your
$2,590.00 bid check.
Please supply me with a Certificate of Insurance attesting to your
Workers Compensation coverage, as required by law, as soon as possible.
Thank you.
Very truly yours,
~~~r
Judith T. Terry
Southold Town Clerk
Enclosures
MOBilE WeLOING SERVICE INC.
160CARY PlACf
FREEPORT. NY 11520
(5151 223-2997
EXPLANATION
m
1-8/210
5689
~AY
.~OUNT.,.-;' ()
'0 1J.t.
00
TO THE ORDER OF
:JATE
OESCRIPTION
LLARS
CHO:CK
N R
CHECK
AMOUNT
or: gyrMOLO '56111 s /2.m'o .....
CITl'DAAI<<O CITIBANK. N.A. ~'//h ~
......n' 180 WEST MERRICK ROAD FREEPORT. N.Y. 11520 ~
11'005 t,8 '111' ':0 2 ~00008 '11: 2 20 ~. 2 ~ 5 ~ 3 ~II' ~
-""
.
.
.
THIS AGREEMENT made this 1st day of July, 1991l-, between the TOWN
OF SOUTHOLD, a municipality of the State of New York, having its principal
office at 53095 Main Road, Southold, New York, (the "Town") and MOBILE
WELDING SERVICE, INC., having its principal office at 150 Cary Place,
Freeport, New York 11520 (the "Contractor") agree as follows:
1. Performance of the Work. Contractor shall, at its sole cost and
expense, provide, perform, and complete all of the following, all of which is
herein referred to as the "Work", which shall be to fabricate and install an
above grade gravel trap at the Southold/Creenport Waste Water Treatment
Facility at Moores Lane, Creenport, New York, as described in the bid/request
for proposal and the proposal dated June 13, 1991l- attached hereto and
incorporated herein.
2. Quality. Contractor agrees to provide, perform and complete all
of the foregoing in a proper and workmanlike manner, consistent with the
highest standards of professional and construction practices and in full
compliance with, and as required by or pursuant to, this contract, and with
the greatest economy, efficiency, and expedition consistent therewith, with
only new, undamaged and first quality equipment, materials and supplies.
3. Commencement and Completion Dates. Contractor shall commence
the work immediately and shall diligently and continuously prosecute the work
at such date as will allow it to be completed and installed no later than
October 15, 1991l-.
ll-. Workers Compensation. Contractor agrees that it has or will
secure, for the term of this contract, Workers Compensation coverage as
required by law or this contract shall be void and of no effect.
.
.
5.
Satisfaction of legal Requirements.
Contractor agrees to comply
with the provisions in General Municipal law A103-a.
6.
Non-Collusive Bid.
Contractor certifies that its bid has been
arrived at by the Contractor independently and has been submitted without
collusion with any other vendor of materials, supplies or equipment of the
type described in the invitation for bids, and the contents of this bid have
not been communicated by the Contractor, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee or
agent of the Contractor or its surety on any bond furnished herewith prior to
the official opening of the bid.
7.
Technical Ability To Perform.
Contractor represents and warrants
that it is sufficiently experienced and competent, and has the necessary
capital, facilities, plant, organization, and staff, to provide, perform and
complete the work in full compliance with, and as required by or pursuant to,
th i s contract.
8.
Warranty of Work.
Contractor warrants that the work and all of
its components shall be free of defects and flaws in design, workmanship and
materials and shall be fit, sufficient and suitable for the purpose expressed
in the Request for Proposal dated May 16, 1994. Contractor agrees promptly
and without charge, to correct any failure to fulfill the above warranty that
may be discovered or may develop at any time within one (1) year of the final
payment. The above warranty shall automatically extend to cover all repaired
and replacement parts and labor provided during the warranty period.
9.
Contract Price.
The contract price shall be paid in installments
as set forth below; upon submission by the Contractor of a requisition of
payment and approval thereof by the Town;
40% upon fabrication, field test and demonstration of gravel trap
in Freeport.
50% upon installation, set-up and training in Greenport.
10% upon final acceptance of the trap by Town after a 30 day
period.
2
.
.
10. Prevailing Wage Rates. Contractor agrees to comply with the
provisions of the New York State labor law relating to the payment of
prevailing wage rates to the extent applicable, or the applicable State law in
the state of disposal. In the event that at any time during performance under
the contract the Contractor is required to increase the wages paid to any of
its employees as a result of such requirement, all costs resulting there from
shall be borne exclusively by Contractor.
11. Insurance and Indemnification. Contractor agrees to maintain
general liability (comprehensive form) insurance with aggregate limits of one
million dollars. Contractor agrees to indemnify, defend and hold harmless
the Town of Southold against any and all liability, demand, cost or charge
which the Town may directly or indirectly suffer as a result of Contractor
performing the terms of this agreement.
12. Independent Contractor. Contractor agrees that it will conduct
itself consistent with its status, said status being that of an independent
contractor and, Contractor, its employees or agents will neither hold
themselves out nor claim to be an officer or employee of the Town of Southold
nor make claim to any right accruing thereto including, but not limited to,
Worker's Compensation, Unemployment Benefits, Social Security or Retirement
Membership or credit.
13. Dispute Resolution Procedure. If Contractor disputes or objects
to any requirement, direction, instruction, interpretation, determination, or
decision of Town, Contractor may notify Town in writing of its dispute or
objection and of the amount of any equitable adjustment to the contract price
or contract time to which Contractor claims it will be entitled as a result
thereof; provided, however, that Contractor shall, nevertheless, proceed
without delay to perform the work as required, directed, instructed,
interpreted, determined, or decided by Town, without regard to such dispute
or objection. Unless Contractor so notifies Town within two (2) business days
3
.
.
after receipt of such requirement, direction, instruction, interpretation,
determination, or decision, Contractor shall be conclusively deemed to have
waived all such disputes or objections and all claims based thereon.
1ll-. Contractor's Remedies. If Town fails or refuses to satisfy a
final demand made by Contractor pursuant to Section 13 of this contract, or to
otherwise resolve the dispute which is the subject of such demand to the
satisfaction of Contractor, within ten days following receipt of such demand,
then Contractor shall be entitled to pursue such remedies, not inconsistent
with the provisions of this contract, as it may have in law or equity.
15. Town's Remedies. If it should appear at any time prior to final
payment that Contractor has failed or refused to prosecute, or has delayed in
the prosecution of, the work with diligence at a rate that assures completion
of the work in full compliance with the requirements of this contract on or
before the completion date, or has attempted to assign this contract or
Contractor's rights under this contract, either in whole or in part, or has
falsely made any representation or warranty in this contract, or has otherwise
failed, refused, or delayed to perform or satisfy any other requirement of
this contract or has failed to pay its debts as they come due and has failed
to cure any such default within five business days after Contractor's receipt
of written notice of such default, then Town shall have the right, at its
election and without prejudice to any other remedies provided by law or
equity, to pursue anyone or more of the following remedies:
A. Town may contract to complete all defective work, have such
correction performed at Contractor's expense, terminate the contract without
liability for further payments, or pursue such remedies as it may have in law
or equity.
16. Binding Effect. This contract shall be binding upon Town and
Contractor and upon their respective heirs, executors, administrators,
personal representatives, and permitted successors and assigns.
ll-
.
.
Every reference in this contract to a party shall also be deemed to be a
reference to the authorized officers, employees, agents, and representatives
of such party.
17. Assignment.
Contractor shall not (1) assign this contract in
whole or in part, (2) assign any of Contractor's rights or obligations under
this contract, or (3) assign any payment due or to become due under this
contract without the prior express written approval of Town, which approval
may be withheld in the sole and unfettered discretion of Town.
Town may
assign this contract in whole or in part, or any or all of its rights or
obligations under this contract, without the consent of Contractor.
18. Notices.
All notices required or permitted to be given under this
contract shall be in writing and shall be deemed received by the addressee
thereof when delivered in person on a business day at the address set forth
below or on the third business day after being deposited in any main or
branch United States post office, for delivery at the address set forth below
by properly addressed, postage prepaid, certified or registered mail, return
receipt requested.
Notices and communications to Town shall be addressed to, and
delivered at, the following address:
TOWN OF SOUTHOLD
Town Hall
53095 Main Road
Southold, NY 11971
Attention:
Ruth D. Oliva, Deputy Supervisor
Notices and communications to Contractor shall be addressed to, and
delivered at, the following address:
MOBILE WELDING SERVICE
150 Cary Place
Freeport, New York 11520
Attention:
Mike Bellafatto, President
5
.
.
19. Governing Laws. This contract and the rights of Town and
Contractor under this contract shall be interpreted according to the internal
laws of the State of New York.
20. Severability. The provisions of this contract shall be
interpreted when possible to sustain their legality and enforceability as a
whole. In the event any provision of this contract shall be held invalid,
illegal, or unenforceable by a court of competent jurisdiction, in whole or in
part, neither the validity of the remaining part of such provision, nor the
validity of any other provisions of this contract shall, in any way, be
affected thereby.
21. Entire Agreement. This contract sets forth the entire agreement
of Town and Contractor with respect to the accomplishment of the work and
the payment of the contract price therefor, and there are no other
understandings or agreements, oral or written, between Town and Contractor
with respect to the work and the compensation therefor.
Nothing in this contract shall be construed to waive or limit any
aspect of Town's lawful authority to regulate the activities of Contractor,
its subcontractors' or any other person or to regulate the work, the work site
or any other matter falling within its lawful regulatory jurisdiction and
powers. No review, inspection, test, audit, measurement, order,
determination, decision, disapproval, approval, payment for or use or
acceptance of the work, or any other act or omission of Town shall imply,
create any interest in, be deemed to be the issuance of or require Town to
issue any license or permit to Contractor or any subcontractor.
22. Amendments. No modification, addition, deletion, revision,
alteration or other change to this contract shall be effective unless and
until such change is reduced to writing and executed and delivered by Town
and Contractor.
6
. '
,
.
.
IN WITNESS WHEREOF the parties hereto have hereunto set their hands
By:
and seals the day and year first above written.
TOW
, Supervisor
By:
ERVICE, INC.
STATE OF NEW YORK)
55:
COUNTY OF SUFFOLK)
On this S-- day of
~1J~
, 199~, before me personally came
THOMAS H. WICKHAM, to me known, who being by me duly sworn, did
depose and say that he resides at Private Road, Cutchogue, New York, and
that he is the Supervisor of the Town of Southold, the Municipal Corporation
described in and which executed the foregoing instrument; that he knows the
seal of said Town; that the seal affixed to said instrument is such Town seal;
that it was so affixed by order of the Town Board of the Town of Southold,
and that he signed his name thereto by like
order.
~z~ uiui(.~.
( Nary Public
, /
JOYCE M. WILKINS
Notary Public. S_ of N_YorIl
No. 4952248. SuffoIIc CoufllY
Term ExpI....June 12, 1~S-
On this S- day of l2~L;r-~/~, 199~, before me personally came
STATE OF NEW YORK)
ss:
COUNTY OF SUFFOLK)
MIKE BEllAFATTO, to me known, who being by me duly sworn, did depose
and say that he is the President of Mobile Welding Service, Inc. the
corporation described in and which executed the above instrument; and that
he signed his name thereto by like order.
~.
JOYCE M. WILKINS
Notary PlIbIiII. $t8te of rMw VoItI
No. 48&22.... SutraIIc ~
Term Ii.IlpINIJune 12, 1~ y--
7
.
.
LAURY L. DOWD
Town Anorney
Town Hall, 53095 Main Road
P. O. Box 1179
Sou/hold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN ATTORNEY
TOWN OF SOUTH OLD
July 12, 1994
Michael Bellafatto, President
Mobile Welding Service, Inc.
150 Cary Place
Freeport, New York 11520
Dear Mr. Bellafatto:
Enclosed is the contract for the design, fabrication and installation of an
above grade Cravel Removal System at the Southold Town Scavenger Waste
Treatment Facility located on Moores Lane in Creenport, New York for your
signature.
After you have had an opportunity to review same, kindly sign both copies and
return one complete set.
Should you have any questions, please feel free to contact me.
.Very truly yours,
k~G:::2~
Town Attorney
LLD:mls
Enclosures
cc: Judith T. Terry, Town Clerk
.
.
THIS AGREEMENT made this 11th day of July, 199~, between the TOWN
OF SOUTHOLD, a municipality of the State of New York, having its principal
office at 53095 Main Road, Southold, New York, (the "Town") and MOBILE
WELDING SERVICE, INC., having its principal office at 150 Cary Place,
Freeport, New York 11520 (the "Contractor") agree as follows:
1. Performance of the Work. Contractor shall, at its sole cost and
expense, provide, perform, and complete all of the following, all of which is
herein referred to as the "Work", which shall be to fabricate and install an
above grade gravel trap at the Southold/Greenport Waste Water Treatment
Facility at Moores Lane, Greenport, New York, as described in the bid/request
for proposal and the proposal dated June 13, 199~ attached hereto and
incorporated herein. Contractor shall also do all other things required in the
course of completing this contract, including, without limitation, arranging
for utility and other services needed for the work and for testing, including
the installation of temporary utility lines, wiring, switches, fixtures, hoses,
connections, and meters, and providing sufficient sanitary conveniences and
shelters to accommodate all workers engaged in the work.
2. Quality. Contractor agrees to provide, perform and complete all of
the foregoing in a proper and workmanlike manner, consistent with the highest
standards of professional and construction practices and in full compliance
with, and as required by or pursuant to, this contract, and with the greatest
economy, efficiency, and expedition consistent therewith, with only new,
undamaged and first quality equipment, materials and supplies.
3. Commencement and Completion Dates. Contractor shall commence the
work immediately and shall diligently and continuously prosecute the work at
such date as will allow it to be completed and installed no later than
September 15, 199~.
~. Workers Compensation. Contractor agrees that it has or will secure,
for the term of this contract, Workers Compensation coverage as required by
law or this contract shall be void and of no effect.
.
.
5. Satisfaction of Legal Requirements. Contractor agrees to comply with
the provisions in General Municipal Law ~103-a.
6.
Non-Collusive Bid.
Contractor certifies that its bid has been
arrived at by the Contractor' independently and has been submitted without
collusion with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have not
been communicated by the Contractor, nor, to its best knowledge and belief,
by any of its employees or agents, to any person not an employee or agent of
the Contractor or its surety on any bond furnished herewith prior to the
official opening of the bid.
7.
Technical Ability To Perform.
Contractor represents and warrants
that it is sufficiently experienced and competent, and has the necessary
capital, facilities, plant, organization, and staff, to provide, perform and
complete the work in full compliance with, and as required by or pursuant to,
this contract.
8. Warranty of Work. Contractor warrants that the work and all of its
components shall be free of defects and flaws in design, workmanship and
materials and shall be fit, sufficient and suitable for the purpose expressed
in the Request for Proposal dated May 16, 199~. Contractor agrees promptly
and without charge, to correct any failure to fulfill the above warranty that
may be discovered or may develop at any time within one (1) year of the final
payment. The above warranty shall automatically extend to cover all repaired
and replacement parts and labor provided during the warranty period.
9. Contract Price. The contract price shall be paid in installments as
set forth below; upon submission by the Contractor of a requisition of payment
and approval thereof by the Town;
~O% upon delivery of gravel trap.
50% upon installation, set-up and training.
10% upon final acceptance of the trap by Town after a 30 day
period.
.
.
10. Prevailing Wage Rates. Contractor agrees to comply with the
provisions of the New York State labor law relating to the payment of
prevailing wage rates to the extent applicable, or the applicable State law in
the state of disposal. In the event that at any time during performance under
the contract the Contractor is required to increase the wages paid to any of
its employees as a result of such requirement, all costs resulting there from
shall be borne exclusively by Contractor.
11. Insurance and Indemnification. Contractor agrees to maintain general
liability (comprehensive form) insurance with aggregate limits of one million
dollars. Contractor agrees to indemnify, defend and hold harmless the Town
of Southold against any and all liability, demand, cost or charge which the
Town may directly or indirectly suffer as a result of Contractor performing the
terms of this agreement.
12. Independent Contractor. Contractor agrees that it will conduct
itself consistent with its status, said status being that of an independent
contractor and, Contractor, its employees or agents will neither hold
themselves out nor claim to be an officer or employee of the Town of Southold
nor make claim to any right accruing thereto including, but not limited to,
Worker's Compensation, Unemployment Benefits, Social Security or Retirement
Membership or credit.
13. Dispute Resolution Procedure. If Contractor disputes or objects to
any requirement, direction, instruction, interpretation, determination, or
decision of Town, Contractor may notify Town in writing of its dispute or
objection and of the amount of any equitable adjustment to the contract price
or contract time to which Contractor claims it will be entitled as a result
thereof; provided, however, that Contractor shall, nevertheless, proceed
without delay to perform the work as required, directed, instructed,
interpreted, determined, or decided by Town, without regard to such dispute
or objection. Unless Contractor so notifies Town within two business days
.
.
after receipt of such requirement, direction, instruction, interpretation,
determination, or decision, Contractor shall be conclusively deemed to have
waived all such disputes or objections and all claims based thereon.
14. Contractor's Remedies. If Town fails or refuses to satisfy a final
demand made by Contractor pursuant to Section 13 of this contract, or to
otherwise resolve the dispute which is the subject of such demand to the
satisfaction of Contractor, within ten days following receipt of such demand,
then Contractor shall be entitled to pursue such remedies, not inconsistent
with the provisions of this contract, as it may have in law or equity.
15. Town's Remedies. If it should appear at any time prior to final
payment that Contractor has failed or refused to prosecute, or has delayed in
the prosecution of, the work with diligence at a rate that assures completion
of the work in full compliance with the requirements of this contract on or
before the completion date, or has attempted to assign this contract or
Contractor's rights under this contract, either in whole or in part, or has
falsely made any representation or warranty in this contract, or has otherwise
failed, refused, or delayed to perform or satisfy any other requirement of this
contract or has failed to pay its debts as they come due and has failed to cure
any such default within five business days after Contractor's receipt of
written notice of such default, then Town shall have the right, at its election
and without prejudice to any other remedies provided by law or equity, to
pursue anyone or more of the following remedies:
A. Town may contract to complete all defective work, have such
correction performed at Contractor's expense, terminate the contract without
liability for further payments, or pursue such remedies as it may have in law
or equity.
16. Binding Effect.
This contract shall be binding upon Town and
Contractor and upon their respective heirs, executors, administrators, personal
representatives, and permitted successors and assigns. Every reference in this
.
.
contract to a party shall also be deemed to be a reference to the authorized
officers, employees, agents, and representatives of such party.
17. Assignment.
Contractor shall not (1) assign this contract in whole
or in part, (2) assign any of Contractor's rights or obligations under this
contract, or (3) assign any payment due or to become due unde'r this contract
without the prior express written approval of Town, which approval may be
withheld in the sole and unfettered discretion of Town. Town may assign this
contract in whole or in part, or any or all of its rights or obligations under
this contract, without the consent of Contractor.
18. Notices.
All notices required or permitted to be given under this
contract shall be in writing and shall be deemed received by the addressee
thereof when delivered in person on a business day at the address set forth
below or on the third business day after being deposited in any main or
branch United States post office, for delivery at the address set forth below
by properly addressed, postage prepaid, certified or registered mail, return
receipt requested.
Notices and communications to Town shall be addressed to, and
delivered at, the following address:
TOWN OF SOUTH OLD
Town Hall
53095 Main Road
Southold, NY 11971
Attention:
Ruth D. Oliva, Deputy Supervisor
Notices and communications to Contractor shall be addressed to, and
delivered at, the following address:
MOBILE WELDING SERVICE
150 Cary Place
Freeport, New York 11520
Attention:
Mike Bellafatto, President
.
.
19. Coverning Laws. This contract and the rights of Town and
Contractor under this contract shall be interpreted according to the internal
laws of the State of New York.
20. Severability. The provisions of this contract shall be interpreted
when possible to sustain their legality and enforceability as a whole. In the
event any provision of this contract shall be held invalid, illegal, or
unenforceable by a court of competent jurisdiction, in whole or in part,
neither the validity of the remaining part of such provision, nor the validity
of any other provisions of this contract shall, in any way, be affected
thereby.
21. Entire Agreement. This contract sets forth the entire agreement of
Town and Contractor with respect to the accomplishment of the work and the
payment of the contract price therefor, and there are no other understandings
or agreements, oral or written, between Town and Contractor with respect to
the work and the compensation therefor.
Nothing in this contract shall be construed to waive or limit any
aspect of Town's lawful authority to regulate the activities of Contractor, its
subcontractors' or any other person or to regulate the work, the work site or
any other matter falling within its lawful regulatory jurisdiction and powers.
No review, inspection, test, audit, measurement, order, determination,
decision, disapproval, approval, payment for or use or acceptance of the
work, or any other act or omission of Town shall imply, create any interest in,
be deemed to be the issuance of or require Town to issue any license or
permit to Contractor or any subcontractor.
22. Amendments. No modification, addition, deletion, revision,
alteration or other change to this contract shall be effective unless and until
such change is reduced to writing and executed and delivered by Town and
Contractor.
.
.
IN WITNESS WHEREOF the parties hereto
By:
set their hands
and seals the day and year first above written.
MOBILE WELDINC SERVICE, INC.
By:
Mike Bellafatto, President
STATE OF NEW YORK)
ss:
COUNTY OF SUFFOLK)
On this '02.<:UJay of 9"1<t ' 1994, before me personally came
THOMAS H. WICKHAM, to me known, who being by me duly sworn, did depose
and say that he resides at Private Road, Cutchogue, New York, and that he
is the Supervisor of the Town of Southold, the Municipal Corporation
described in and which executed the foregoing instrument; that he knows the
seal of said Town; that the seal affixed to said instrument is such Town seal;
that it was so affixed by order of the Town Board of the Town of Southold,
and that he signed his name thereto by like order.
STATE OF NEW YORK)
ss:
COUNTY OF SUFFOLK)
~/.#~~ ~
Nota Public
UNDA J. COOPER
Notary Public, State of N_ York
No. 4822563, Suffolk County [J L/
Tenn ExpirllS December 31. 1~ (
On this _ day of
, 1994, before me personally came
MIKE BELLAFATTO, to me known, who being by me duly sworn, did depose
and say that he is the President of Mobile Welding Service, Inc. the
corporation described in and which executed the above instrument; and that he
signed his name thereto by like order.
Notary Public
.
.
NOTICE TO BIDDERS
Town of 'Southold
Scavenger Waste Treatment Plant
Cravel Removal System
The Town of Southold is interested in receiving written bid proposals from
qualified vendors for the Supply and Installation of a Cravel Removal System.
Written bid proposals are due on May and must be delivered to the
Southold Town Clerk's office, Southold Town Hall, 53095 Main Road, Southold,
New York 11971 by ~:oo PM on that date. Bid proposals along with cost
information must be in sealed envelopes and clearly marked, "Cravel Removal
System". The bids will be evaluated by the Town and its engineer to
determine the most responsive. The Crave I Removal System will be utilized at
the Town's Scavenger Waste Treatment Plant located on Moores Lane in the
Village of Creenport. All vendors are encouraged to visit the site. No
allowances for unforeseen conditions will be made. Tom Cybulski, Facility
Manager, can be reached at ~77-17~8 for scheduling a visit.
The proposed system must be a complete system for the capture and removal of
grit and stones greater than 0.375 inches in diameter. The system must be
capable of being adjusted to capture different sized material. The system must
be capable of handling a flow rate of not less than 600 gallons per minute.
The system will be required to accept flow directly from the scavenger waste
hauling vehicles. The effluent from the system must be returned to the
existing influent line to the treatment plant. The proposed system must be
capable of receiving and storing up to 3 cubic yards of material prior to
requiring unloading. Unloading of the system must accommodate the utilization
of the facility's small loader.
The system must be located above grade. There is presently an area of
approximately 100 square feet available for the system. The system must be
capable of operating on a maximum of 10 amps at ~60 volts of power.
All responding vendors or equipment suppliers must provide at a minimum;
drawings and specifications of the proposed system, description of the
operation of the system, site requirements (if any) for the installation of the
system, list of recommended spare parts and detailed maintenance information
for all of the various system components. The system will be INarranteed for
all parts and service as well as general workmanship for a period of one (1)
year after the system is accepted. Proposers must submit a Bid Bond or
certified check for an amount equal to 10% of the cost proposal submitted,
along with a Non-Collusive Bid Certificate. ,All bids will be good for a ~5 day
time period from date of submittal. '
The bid price shall not include any tax, federal, state, or local, from which
the Town of Southold is exempt.
All responding vendors must submit sufficient information regarding their
qualifications. As a minimum, the Town requires that all responders have a
minimum of five (5) years of experience in the supplying or fabrication of
wastewater treatment equipment. All responders must be in business for a
least five (5) consecutive years. A recent audited financial statement may be
solicited by the Town for the most responsive bidder.
.
.
The written proposals must include a section for costs. The vendor will be
responsible for all costs associated with the design, fabrication, installation
and start-up of the proposed system. The time limit of fabrication or
installation shall be no more than six (6) weeks. The Town requires a minimum
of one (1) day of equipment start-up services and one (1) day of hands-on
training of operating personnel. Please indicate costs associated with routine
service calls including travel time.
The Town retains the right to reject any and all proposals if determined to be
in the best interest of the Town. The Town will not be responsible for any
costs associated with the development of bidder's proposals.
ESTIMATED COST $30,000
Dated :
May 1(." 1994
.
.
Mobile Welding Service, Inc.
150 Cary Place, Freeport, NY 11520
...-..................................................................................................................
Proposal
.n...................................................................................................................
Prepared by
Mike Bellafatto
President
for
TOWN OF SOUTHOLD
Above Grade Gravel Trap
June 13, 1994
.
.
Mobile Welding Service .Inc.
Above Grade Gravel Trap
Introduction
The primary function of the Above Grade Gravel Trap (AGGT) is to, collect gravel and small rocks from
septic waste ( tanker discharge) before entering the waste water treatment facility. The Above Grade
Gravel Trap (AGGT) is designed to accommodate 600 / 800 gallons per minute of septic waste, typical
of septic waste haulers equipment, through a 4" discharge port. The ( AGGT ) is designed as a one
piece skid mounted unit, incorporating three main sections, steel collection hopper, stainless steel
collection basket and steel storage hopper. Collection hopper and basket are totaly enclosed to assist
containment ofliquid and odor. The collection basket and storage hopper are hydraulically actuated by a
2.1/2 hp electric motor driven pump, three hydraulic cylinder, hydraulic circuit, and one two lever
hydraulic valve body. The entire unit is coated with a zinc epoxy primer and two coats of finish enamel.
Utilitv Reauirements
The ( AGGT ) requires 220/460 volt, 10, ten amp three phase electric supply with circuit, plugs, and
disconnect switch etc., as required by state and local code.
Operations
a) The ( AGGT) can be installed along side or just beyond septic waste treatment plants influent port,
and away from any tanker truck traffic.
b) Hose connections, the ( AGGT ) requires one or two 4" discharge flex hoses from the collection
hopper to the plants influent port .
c) Septic waste tanker truck to connect its discharge line directly to inlet port of collection hopper.
d) After connections are made, open tanker discharge. (Septage velocity is greatly reduced as it enters
the collection hopper, thus causing heavier gravel, rocks, stones and nonfloatables to settle into the
collection basket. All other septage will flow through collection hopper and exit via discharge port and
directly into plant's main influent channel. )
c) After discharge and cleanout is complete, remove line from collection hopper to tanker truck.
d) Plant operator to inspect collection hopper and basket after each unloading cycle. Acumulation of
gravel stones etc.. not fill past basket perforation holes.
e) Collection basket unloading.( the storage hopper should be in the lowered position. ) Slowly move
collection basket hydraulic valve. ( no jerking motions) Collection basket will start to raise up and over
storage hopper. Dump stroke is complete when basket stops or squealing sound is heard. After dumping
is complete return basket to the collection hopper.
f) Storage hopper can hold several loads from collection basket before unloading is required. Storage
hopper can be tilted to an appropriate position for unloading with plant's equipment. ( small bucket
loader, Bobcat type, or hand shovels etc..) After storage hopper is emptied, return to lowered position.
I
.
.
Mobile Welding Service .Inc.
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
Above Grade Gravel Trap
A.G.G.T.
WORK SITE REOUIREMENTS
The following requirements are to be supplied and installed by others:
1) Concrete Piers: A concrete piers to be provided for the placement of the A.G.G.T.
The concrete piers to be adequately designed to support the weight of the A.G.G.T( 4,500 LB's)
, plus the total contents of the basket and storage hopper. (approximately 8,100 LB's ) The
conctete piers are located on the front and rear of the machine. (see drawing)
2) Water Domestic: 3/4" hosebib with backflow prevention and 50'0" of flexible water hose
and spray nozzle.
3) Electrical 230/460 Volt AC 13.2/ 6.1 Amps. Connection to AG.G.T . to meet all state and
local codes.
3
, C'::"':,="'fe,:,
.
.
Mobile W eldinl!: Service .Inc.
INFORMATION ON COMPONENTS
AND
COATINGS
r:1~'t.f'
('-,t- ('
5
\L WELDED CYLINDERS WITH UNIVERSAL MOUNTINGS
;at end mOll ntings make thiscylindcroneof the favorite forcontractorsand iridustrial or agricultural
"""' ~
:'ATURES: .. ...
AIl.stccl\....cldcdconstruction 'M..~.'
Weld-on cross tube -0' , ....
Heavy-wall honed steel tubing ............ , '. .
Ground and polished chromcd piston rod with pin eye
Cast iron ring, a-ring and leather back.up washer packi -'- .
a-rings and leather back-up washers in gland
T fuare-type gland retainer
2500 psi, 4000 psi intermittent
21/2" bore has 3/4" pins, 3" and 3 ]/2" bore have]" pins, 4" bore has] 1/4" pins
Tube thickness is 3/16"
BORE
STROKE
CLOSED
CENTER
16
20
24-
28
32
38
40
44
ROD
DIAMETER
1 318
1 318
1318
1 3/8
1 3/8
1 318
1 318
1
PRINCE
NUMBER
5408
5412
5416
5420
5424
5430
5432
5436
5442
2.5
2.5
2.5
2.5
2.5
2.5
2.5
2.5
2.5
8
12
16
20
24
30
32
36
42
3
3
3
3
3
3
3
3
3
3
8
12
16
20
24
30
32
36
42
48
16
20
24
28
32
38
40
44
50
56
1 1/2
1 1/2
1 1/2
11/2
1 1/2
1
11/2
11/2
1 1/2
1 1/2
8308
8312
8316
8320
8324
8330
8332
8336
8342
8348
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
8
12
16
20
24
30
32
36
40
42
48
16
20
24
28
32
38
40
44
48
50
56
1 1/2
11/2
11/2
11/2
1 1/2
1 1/2
1 1/2
1 1/2
1 1/2
1 1/2
. 11/2
5508
5512
5516
5520
5524
5530
5532
5536
5540
5542
5548
4
4
4
4
4
4
4
4
4
4
4
4
8
12
16
20
24
30
32
36
40
42
48
60
17
21
25
29
33
39
41
45
49
51
57
69
2
2
2
2
2
2
2
2
2
2
2
2
. 5608
5612
5616
5620
5624
5630
5632
5636
5640
5642
5648
5660
ORDER
NUMBER
734.2508
734.2512
734-2516
734.2520
734-2524
734.2530
734.2532
734.2536
. 734.2542 i
734.3008
734.3012
734.3016
734.3020
734.3024
734.3030
. 734.3032
734.3036
734.3042
734.3048
734.3508
734.3512
734.3516
734.3520
734.3524
734.3530
734.3532
734.3536
734.3540
734.3542
734.3548
734.4008
734.4012
734.4016
734-4020
734-4024
734-4030
734-4032
734-4036
734-4040
734.4042
734-4048
734-4060
Ii!
':~
DOUBLE ACTING
35
41
48
56
62
72
74
80
85
92
100
120
WEIGHT
17
20
23
27
30
35
41
41
47
22
26
31
35
41
46
43
52
59
65
r.'.,...... f
26
29
34
38
44
48
52
56
60
64
70
Paqe 83
TO 10 HP AC POWER UNITS
.
,':.
,
',:'-.
.
· Pressure gauge . Oil level gauge
. Return-line spin-on filter
. Clean-out port in tank
,
':' "No.6Z619
;\10 HP unit with
:;y~ gallon tank
'2/.'::' . ,
~":.'f~':U'.'
'". '
.......
., ..,JIICKERS...
i
· Vickers models V10 or V20 vane pump
(depending on HP) I
. Heavy-gauge steel tC!nk !
· 3.phase, 230/460V, 60 Hz, 1800 RPM
TEFC motor with C.face mounting
. Motor/pump adapter
. Adjustable relief valve
. Filler/Breather
:.,
.:./:."Nos. 6Z610 thru6Z616
, .have vertically mounted
. 'i;:'.motor. Nos. 6Z617 thru
...6Z619 have horizontally
":.',~.,~..; mounted motors.
..~':..::.; .;. ". . '."
'.- - -~-'.
;'" -;';"-'"
:;::~~"~it~i\~\~':li'"
. .' ,,'2;;:"'<"':'.No:t;Z610 .
; "1fo.,r.,.-
.. '..':1~.~1.0 HP unit with ,'::,'
. :,:<.",.;8,0 gallon tank .....,C.
::\::::~~.~:t~rdh.:~~';:"';:' ,:
'j~
Maximum Tank
Pr.ssur. Size Dimensions
HP GPM PSI Gallons length Width Height
1.0 1.5 1000 8.0 12" 14" 3(1" TKnVl'
2.0 1.5 2000 8.0 12 14 30 TKHVI'
2.0 3.0 1000 10.0 15 19 2ti TK IllV
3.0 3.0 1500 10.0 . 15 19 :lfi TK 10\'
3.0 4.5 1000 10.n 15 19 21i '1''' 10\'
5.0 3.0 22f>O 10.n 15 l~J 21i '1'''10\'
S.O 4.5 IH50 10.0 15 19 21; '1''' 10\'
.-- .---
7.S 7.5 1500 2(l.(1' 18 26 21i TK:.!OI'
10.0 -0 2noo 21l.O' 18 2() 21i Tl\.~(lI'
I..)
10.0 lO.O 1500 3n.O' 39 20 :b "1'1\301'.
Vickers
Mod.,l
FVO\.t.lOI2.A:1I1" I'
FVOI.t.l012.A3/2\11'
FVU2.t.l039.A3/21\ P
FV02-t-l0:19-A3/311I'
FVU:I.'.!040.A:1/311I'
FVCI:!,t-IO:m-AJ/511I'
I-'VcU. t-104().AJ/511I'
FVO~; t-lOA2.21:rn '/7I~11 p
F\'O~\ I lOA;!.2 I 5TC.' 1011 I'
1,'\:'1",' I lO:\:.!.:lI:l'l'{','IOlll'
. .-.... ----".--.--.. .-
.
SPECIFICATIONS;
.
--
j Model Tank Cap. Cu. In. GPM HP RPM Phase Max. Shpg.
I (Gallons) far Rev. Disp. Oper. WI.
I Press. (LBS.)
i 62610 8 .2 1.5 1 1800 3 1000 105
PSI
62611 8 ;2 1.5 2 1800 3 .2000 . 105
PSI
62612 10 .4 3.0 2 1800 3 1000 125
PSI..
62613 10 .4 3.0 3 1800 .3 1500 125
PSI
62614 10 .6 4.5 3 1800 3 1000 125
PSI
62615 10 .4 3.0 5 1800 3 2250 150
PSI
62616 10 .6 4.5 5 1800 3 1650. 150
PSI
.J'V,.J.'rll,....;i
'/' ~, '
4)1;.<
DIMENSIONS:
Model Length Width Height
62610 12.00 14.00 30.00
62611 12.00 14.00 30.00
62612 15.00 19.00 26.00
I 62613 15.00 19.00 26.00 .
I
6Z614 15.00 19.00 26.00
62615 15.00 19.00 26.00
I
I 62616 15.00 19.00 26.00
\.
-;:',,"jjv":'
TKevp
8Zt51o-eZ611
'>-'1 '~",,:.:
H
'\.
TK1CVP
62812-'5215"1a
. .
CLEARCO PRODUCTS C:C)[V1PANY Inc.
<1829 LONGSHORE STREET
P.O. BOX 6973
PHILAOELPHIA, PA 19135
TELEPHONE- AREA CODE 215 332-<>870
FAX-215332-4611
TOLL FREE 1 800 533-5823
PRODUCT INFORMATION
CLEARCO ZXNC RXCH PRXMER -9949
TYPE: Pure zinc epoxy base one package primer.
DESCRIPTION: Organic zinc rich primer for steel that combines the resistance properties of epoxy
and the galvanic protection of zinc.
USES; Coastal and marine exposures, refineries, water treatment plants, chemical plants,
pulp and paper facilities and general heavy maintenance. Touch up and repair of
Inorganic zinc coatings and galvanized metal. Aerosol packaging. for "cold
galvanIze".
LIMITATIONS: Not recommended for Immersion in acids or alkalies, continuous Immersion In Iresh
or salt water untopcoatcd or immersion in solvents. Must be topcoated for
atmospheric service other than pH range of 6.5 . 8.
YOPCOATS: CatalyZed epoxies, cOal tar epoxy, vinyls, phenolics, aorylics, chlorinated rubbers
and urethanes.
SPECIACATIONS: Weight/gallon
Solids by weight
Solids by volume
VOC
Flash Paint
Shelf life
Non.sag
<;:OVERAGE:
ORY FILM
THICKNESS:
ZINC CONTENT:
PROPERTIES:
" /.
.';(
19.9 ;!: .2#
80 :!: 2%
50;!: 1%
4.1#
Below 8O'F T.C.C.
6 months
8 mils wet minimum
700 square feetfgallon at 1 mil drY at 90% reoovery.
1.5. 3.0 mils
90% tine as metal in dry film
Drying time:
To handle
To topcoat
Temperature tolerance
Continuous 2500F
Intermittent 300 OF
Weldable Yes
USDA Status Chemically acceptable for Incidental food contact.
Salt Fog Pass 500 hOurs ASTM 8117
Humidity Pass 500 hours ASTM 02247
Meets the requirement of the followIng specrtlcatlons:
DOO.P.21035A Zinc Rich Galvanize Repair
MIL.P.26915 Type I class A Zinc Rich PrImer
MIL'P.-4610S Weld ThrOugh Zinc RICh Primer
30.40 minutes at 70'F
2.3 hours at 70'F
Lubricants and Chemicals for Industry
.
.
TOWN OF SOUTHOLD
Qualifications
Mobile Welding Service, Inc. established April of 1974 and has been operating from the
present address since 1994 . Since it's beginning Mobile Welding Service ,Inc. (Mobile) has been
servicing all forms of industry on Long Island, from bulk material plants, food & drug,
Government manufacturers, and waste water treatment plants. Mobile has designed and
manufactured custom equipment such as Virticle conveyors, Large diameter test centrifuge and
marine equipment. Mobile has also remanufactured components for equipment that is no longer
manufactured. W.W.T. plant's pumps, digester domes, settling tank mechanisms, grit screw
augers etc.
A brief description of special projects are as follows:
Village Cedarhurst w.P.C.P.
. Rebuilt clarifier
. Rebuilt digester cover and gas mixing system.
. Rebuilt pumps, grit screws, and other equipment.
Contact person Tom Citadino
Commissioner of Public Works
(516) 2955770
Village of Laurance W.P.C.P.
. Rebuilt pumps
. Rebuilt clarifier
Contact person Steve Leona
Chief Operator
(516)2393580
Bulova Systems and Instrument COIl'.
. Assisted in the design and fabrication of a 100'0" diameter Rotary Accelerator
Contact person Samuel H. Sugerman, PoE.
(305) 433 0055
. U.S. Coast Guard Group Moriches
. Designed, fabricated and installed hull modification sections for the retrofit from inboard to
outboard power. Contact person Michael Sampson c.p.a.
(516) 395 4454
Mobile Welding Service ,lnc 0 takes much pride in every project, as you have witnessed with the
all metal scale model of the A.G.T . we have demonstrated to you.
7
.
JUDITH T. TERRY
TOWN CLERK
.
'<.~-
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMEl'IT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
SOUlhold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 5, 19911
Michael Bellafatto, President
Mobile Welding Service, Inc.
150 Cary Place
Freeport, New York 11520
Dear Mr. Bellafatto:
The Southold Town Board, at a regular meeting held on June 28, 19911,
accept your proposal, in the amount of $25,900.00, for the design,
fabrication and installation of an above grade Gravel Removal System at the
Southold Town Scavenger Waste Treatment Facility, Greenport, N. Y.
Southold Town Attorney Laury L. Dowd is preparing the contract for
this project and will be in touch with you when it is ready for signature.
Once we have an executed contract your $2,590.00 bid deposit will be
returned to you.
Very truly yours,
~~
Judith T. Terry
Southold Town Clerk
cc: Town Attorney Dowd
.
.
JUDITH T. TERRY
TOWN CLERK
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1801
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMEi'<T OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON JUNE 28. 19911:
RESOLVED that the Town Board of the Town of Southold hereby accepts
the proposal of Mobile Welding Service. Inc., Freeport, N. Y., for the
design. fabrication and installation of an above grade Gravel Removal System
at the Southold Town Scavenger Waste Treatment Facility. Greenport. N. Y . ,
at a total price of $25.900.00; and be it
FURTHER RESOLVED that Supervisor Thomas Wickham be and he hereby
is authorized and directed to enter into an agreement between the Town and
Mobile Welding Service, Inc. for the -aforesaid services, all in accordance
with the approval of the Town Attorney.
d~d ~~
~.~
Southold Town Clerk
June 29. 19911
SENT BY:Omni Technical Svcs,
I
,
6.-94
2:04PM; CAMERON ENGINEERI..,
516 765 1823:# 2
14 ~./~
.
"
CAMERON ENGINEERING, P.C.
1400 Old Country Road
Westbury, N.Y. 11590
T.l. 516-997-40<10
Fax 516-997-4055
June 23, 1994
Ms. Ruth
Town of
S309S
Southold,
Deputy Supervisor
o
a RFP Rec:ommendation
Dear Ms.
The Town
Gravel R
submitted
for a total
d one proposal in regard to the Requcst for Proposala for an above grade
tem. Mobile WelcliDg Service, Inc. ("Mobile") of Freeport, New York
,rehensive proposal for the design, fabrication and installation of a system
. $25,900.
. ring, P.C. baa previously worked on projects with Mobile and can attest
eir workm&lllhip. Mobile baa alIo iDvested an appreciable amount of
. ary desilll of their unit and hu a,ood uderstandin, of the objectives
. ile has visited the ate and met with Tom Cybulski of the Village of
the needs of the operators. We feel confident that Mobile will be
g a system meeting the needs of the Sc:avelller Waste Treatment Plant.
at the Town enter into an agreement with Mobile for the procurement
. oval System. Should the system be delivered in a timely manner, it can
b e heavy summer flows are still prcscnt.
is accepted by the Town, we recommend that Cameron Engineering
. mew shop drawings and conduct periodic inspections of the unit while
eted. Some eDJineering de"lID services will be required for soliciting
piers and electrical connection. auociated with the Gravel Removal
Engineering, P.C. will provide a proposal under aeparate cover for this
SENT 6Y:O~ni Techni a' Svcs.
6-23-~4 2:050~ CAvEqO~ E~G':q:'~G"
5"5 7SS ",;22:.~ 2
CAMERON ENGlN E lNG, P.C.
I
Ms. Ruth 0
Town of S
Shnuld you
contact me
innovative
MW:dls
co: Tom
u
puty Supervisor
I
I
I
ny qUMtitua TJ'.,ardins tbis U'.r..ommenda tion.,...ple.ase....do. DOt laeUtate to
. -4040. We look forward to auistiDg the Town in implementiq this
June 23. 1994
Page 2 of 2
Best regards.
CAMERON ENGINBBRING, p:c.
~ W~"fo-lA-
Mark Wagner
Project Manager
Village of Grecnport
,-,,^~,,,-"">-~-,~-~,,,,-,,,,,"~-,",,~,,,",, ._;,~ '.
.
.
R(i~
Mobile Welding Service, inc.
150 Cary Place, Freeport, NY 11520
....................................... ................................ ..........................................
Proposal
........................................................... ..........................................
Prepared by
Mike Bellafatto
President
for
TOWN OF SOUTHOLD
Above Grade Gravel Trap
June 13, 1994
Mobile Welding Service Jnc.
TOWN OF SOUTHOLD
Above Grade Gravel Trap
A.G.G.T.
TABLE OF CONTENTS
SYSTEM DESCRIPTION
SPECIFICATIONS
WORK SITE REQUIREMENTS
A.G.T. DRAWINGS
INFORMATION ON COMPONENTS
COST
QUALIFICATIONS
PAGE
I
2
3
4
5
6
7
.
.
Mobile Welding Service .Inc.
Above Grade Gravel Trap
Introduction
The primary function of the Above Grade Gravel Trap (AGGT) is to, collect gravel and small rocks from
septic waste ( tanker discharge) before entering the waste water treatment facility. The Above Grade
Gravel Trap (AGGT) is designed to accommodate 600 / 800 gallons per minute of septic waste, typical
of septic waste haulers equipment, through a 4" discharge port. The ( AGGT ) is designed as a one
piece skid mounted unit, incorporating three main sections, steel collection hopper, stainless steel
collection basket and steel storage hopper. Collection hopper and basket are totaly enclosed to assist
containment of liquid and odor. The collection basket and storage hopper are hydraulically actuated by a
2.1/2 hp electric motor driven pump, three hydraulic cylinder, hydraulic circuit, and one two lever
hydraulic valve body. The entire unit is coated with a zinc epoxy primer and two coats of finish enamel.
Utilitv Reauirements
The ( AGGT ) requires 220/460 volt, 10, ten amp three phase electric supply with circuit, plugs, and
disconnect switch etc., as required by state and local code.
Operations
a) The ( AGGT ) can be installed along side or just beyond septic waste treatment plants influent port,
and away from any tanker truck traffic.
b) Hose connections, the ( AGGT ) requires one or two 4" discharge flex hoses from the collection
hopper to the plants influent port .
c) Septic waste tanker truck to connect its discharge line directly to inlet port of collection hopper.
d) After connections are made, open tanker discharge. (Septage velocity is greatly reduced as it enters
the collection hopper, thus causing heavier gravel, rocks, stones and nonfloatables to settle into the
collection basket. All other septage will flow through collection hopper and exit via discharge port and
directly into plant's main influent channel. )
c) After discharge and c1eanout is complete, remove line from collection hopper to tanker truck.
d) Plant operator to inspect collection hopper and basket after each unloading cycle. Acumulation of
gravel stones etc.. not fill past basket perforation holes.
e) Collection basket unloading .( the storage hopper should be in the lowered position. ) Slowly move
collection basket hydraulic valve. ( no jerking motions) Collection basket will start to raise up and over
storage hopper. Dump stroke is complete when basket stops or squealing sound is heard. After dumping
is complete return basket to the collection hopper.
f) Storage hopper can hold several loads from collection basket before unloading is required. Storage
hopper can be tilted to an appropriate position for unloading with plant's equipment. ( small bucket
loader, Bobcat type, or hand shovels etc..) After storage hopper is emptied, return to lowered position.
1
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
EQUIPMENT TO BE SUPPLIED
BY
MOBILE WELDING SERVICE, INC
ABOVE GRADE GRAVEL
A.G.G.T.
Specifications
I) Primary collection hopper, formed 3/16" A-36 steel.
2) Primary collection hopper cover, # 14 ga hot rolled steel.
3) Collection basket 12ga type 316 L stainless steel, with 3/8" diameter holes.
4) Storage hopper, formed 3/16" and 1/8" A- 36 steel
5) Skid framing, framing, and basket arms all A-36 steel.
6) Hydraulic Power Untit : Motor 5 HP 3 Phase 230/460 Volt AC 60 Hz 13.2/6.1 Amp,
Pump Vickers 3 GPM 2250 PSI.
7) Hydraulic Control Valve: two spool 3 way standard.
8) Hydraulic Cylinders: All steel welded with ground and polished chromed piston rod.
9) Painting: All steel to receive one coat epoxy cold galvanizing compound, and two coats
epoxy finish .
2
--............
.
.
Mobile Welding Service ,Inc.
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
Above Grade Gravel Trap
A.G.G.T.
WORK SITE REOUlREMENTS
The following requirements are to be supplied and installed by others:
1) Concrete Piers: A concrete piers to be provided for the placement of the A.G.G.T.
The concrete piers to be adequately designed to support the weight of the A.G.G.T( 4,500 LB's)
, plus the total contents of the basket and storage hopper. (approximately 8,100 LB's ) The
conctete piers are located on the front and rear of the machine. (see drawing)
2) Water Domestic: 3/4" hosebib with backflow prevention and 50'0" of flexible water hose
and spray nozzle.
3) Electrical 230/460 Volt AC 13.2/6.1 Amps. Connection to A.G.G.T . to meet all state and
local codes.
3
Mobile Weldin!! Service .Inc.
A.G.G.T.
Drawings
4
GLADIATOR EXTRA HEAVY-DUTY WELDED CYLINDERS
FEATURES:
o Designed for continuous operation at 3000 psi with more than a
2:1 factor of safety
o Heavy welded construction
a Precision honed steel tube
o More than tripled bearing area for end load has been provided to
eliminate flared tube ends, stripped threads, tearing off the end of
the tube, and similartypes of gland blow-outs
o Piston rod is ground and polished chrome high strength steel
o Alldynamicsealsaremacteofpolyurethanc U-caps for maximum
sealing at high and low pressure
o A replaceable wear ring on piston for smoother operation and
better seal performance
o Polyurethane rod wiper for maximum abrasion resistance in
unpredictable environments
o Made especially for heavy-duty applications
o Pin holes are 1 1/2"
o Tube wall thickness is 1/4"
o Color - highway yellow
o All ports - 3/4" IPT
o Available without cross tubes
DOUBLE ACTING
13
.aHl.n'Ul.:t1
..~
RUR~Cl
BORE STROKE CLOSED ROD PRINCE ORDER WEIGHT
CENTER DIAMETER NUMBER NUMBER
5 8 19 2 1/2 21008 735.5008 75
5 12 23 2 1/2 21012 735.5012 85
5 16 27 21/2 21016 735-5016 90
5 20 31 21/2 21020 735-5020 105
24 35 2 1/2 21024 735-5024 115
5 30 41 21/2 21030 735-5030 130
5 36 47 21/2 21036 735-5036 145
5 48 66 2 1/2 21048 735-5048 180
5 54 68 21/2 21054 735-5054 195
5 60 75 21/2 21060 735-5060 215
19 3 22008 735.6008 100
23 3 22012 735.6012 110
27 3 22016 735.6016 125
6 35 3 22024 735-6024 150
6 41 3 22030 735-6030 170
6 47 3 22036 735-6036 190
6 61 3 22048 735.6048 240
6 68 3 22054 735-6054 265
6 75 3 22060 735-6060 290
Page 84
.
JY AL WELDED CYLINDERS WITH UNIVERSAL MOUNTINGS
II
';~
BORE STROKE CLOSED ROD PRINCE ORDER WEIGHT
CENTER DIAMETER NUMBER NUMBER
2.5 8 16 1 3/8 5408 734-2508 17
2.5 12 20 1 3/8 5412 734-2512 20
2.5 16 24. 1 3/8 5416 734.2516 23
2.5 20 28 1 3/8 5420 734.2520 27
2.5 24 32 1 3/8 5424 734-2524 30
2.5 30 38 1 3/8 5430 734-2530 35
2.5 32 40 13/8 5432 734.2532 41
2.5 36 44 1 3/8 5436 734-2536 41
2.5 42 50 13/8 5442 734-2542 .. 47
3 8 16 11/2 8308 734.3008 22
3 12 20 1 1/2 8312 734.3012 26
3 16 24 11/2 8316 734.3016 31
3 20 28 11/2 8320 734.3020 35
3 24 32 11/2 8324 734-3024 41
3 30 38 11/2 8330 734.3030 46
3 32 40 11/2 8332 734-3032 43
3 36 44 1 1/2 8336 734-3036 52
3 42 50 1 1/2 8342 734.3042 59
3 48 56 1 1/2 8348 734-3048 65
3.5 8 16 11/2 5508 734.3508 26
3.5 12 20 1 1/2 5512 734-3512 29
3.5 16 24 11/2 5516 734-3516 34
3.5 20 28 11/2 5520 734-3520 38
3.5 24 32 11/2 5524 734-3524 44
3.5 30 38 1 1/2 5530 734.3530 48
3.5 32 40 11/2 5532 734-3532 52
3.5 36 44 1 1/2 5536 734-3536 56
3.5 40 48 11/2 5540 734.3540 60
3.5 42 50 11/2 5542 734.3542 64
3.5 48 56 1 1/2 5548 734-3548 70
4 8 17 2 5608 734.4008 35
I 4 12 21 2 5612 734.4012 41
4 16 25 2 5616 734.4016 48
4 20 29 2 5620 734-4020 56
4 24 33 2 5624 734.4024 62
4 30 39 2 5630 734-4030 72
4 32 41 2 5632 734.4032 74
4 36 45 2 5636 734-4036 80
4 40 49 2 5640 734-4040 85
4 42 51 2 5642 734-4042 92
4 48 57 2 5648 734-4048 100
4 60 69 2 5660 734-4060 120
DOUBLE ACTING
Page 83
.;
TOP QUALITY HYDRAULIC CONTROL VALVES
~op quality valves, featuring options allowing modifications, will cover
tlY mobile or industrial application. Standard valves are shipped with
an open center conversion plug which may be removed to make a closed
center or power beyond valve by adding optional piugs_ AU spools are
spring centered to neutral. Detent kits are available to allow other spool
actions. Load checks are standad to prevent reverse flow through valve
when the handle is shifted. Relief valve is screwdriver adjustable. All
valves feature 3/4" in and out ports with 1/2" work ports. (3/4" work
ports are available on most Cross valves.)
GRESEN
/.....-....~.
- DANA -
~
Q 1 spool valve size - approx_ 9 112" L x 5 1 n- W x 3 1/4-- H, wt. 14 Ibs_
Q 2 spool valve size - approx_ 91/2-- L x 7 3/4-- W x 31/4" H, wt. 231bs_
Q 3 spool valve size - approx_ 9 1/2" L x 9 1/2" W x 3 1/4" H, wt. 33 lbs_
..
Ic~o~s~
-- . .. ~ ..
\~Ji.. ~, /t~,
__'.., -,r..,
-~~.~- ~ ,(jj.
~ <-....
)/ .....
Prince Cross Gresen
Specificatlons:
GPM 30 30 20
_Maxlrrum PSI 3000 2500 2000
R,II,f':
range _'500-3000 1500-2500 1500- 2000
'factory.et at 2000 2000 1500
Pan Number Part Number Part Number
ONE SPOOL:
3oWIY, standard - 75D-l00l -
4.way standard 750,2002 750.1002 750-5002
4.w,y wnh float 750-2003 - 750-5003
4.way with motor 750-2004 750-1004 750-5004
TWO SPOOL:
3.way Ilandard/4.way standard - 750-1012 750-5012
4.way Itandardl4.waystandard 750-2022 750-1022 750-5022
3 way'f1oat/4.way standard - 750-1052 -
THREE SPOOL:
3-way standardf4.way standard/4.way standard - 750-5122 750-5122
4.way,tandard/4.way .tandard/4~way standard 750-2222 750-1222 750-5222
4.way floatl4.way standard/4.way standard 750-2322 750-1322 750-5322
"Relief is screwdriver adjustable.
REPLACEMENT PARTS AND ACCESSORIES:
P,rt Power Clos,d R,lI,f Detent Detent Detent two Replacement Handle Relief
Number beyond center Plug In out position bracket bracket Pin kit 1500!2500 Seal kit
1000 Serl.. 758,0208 758.0~ 758.0035 75a.o558 758.0559 758.0557 758-1703 758-4306 758-1701 758-0017' 758.1005
2000 Series 758-1204 758.1205 758-1235 - - 758.1257 758.1504" 758-3501 758-1504" 758.1217 758.0669
I 5000 Series 758-2021 758-2027 758-2033 - - 758-2034 758-2004 758-5001 758-2059 758-2030 758-2001
'1500-2500 psi
""Pin kit is included with 758-1504 replacement handle,
Page 46
--....-.., -",,'"''''-'''
"'_--'--''''''*''''-~-'."'~''''''
.
lTO 10 HP AC POWER UNITS
For powering hydraulic equipnienl"iri ap-
plications such as pressing, clamping,
chucking, transferring, actuating, lifting,
and indexing.
Comes assembled and includes:
. Vickers models V10 or V20 vane pump
(depending on HP)
. Heavy-gauge steel t~nk
. 3-phase, 230/460V, 60 Hz, 1800 RPM
TEFC motor with C-face mounting
. Motor/pump adapter
. Adjustable relief valve
. Filler/Breather
. Pressure gauge . Oil level gauge
. Return-line spin-on filter
. Clean-out port in tank
~.-!!
. ........
L;I';; ':~f"~~f
.' . .t,....l~.
.!..~}.:_\_.I.~..- .\
--.'" .,c;:.o \ -~-:,,<
.j,:tll~ ,..;,Il("'~i~i
,.~e5.'S'" ..,"f', J
.,-c'-:"'!' :~
.~.~ ..:,~'~,1ll-'
, 'C' ..'~~~i:!: '. L
. ,".:rt;'.~~'-:I'" . '
,.- :1!:~~W.l;_('
~~-~-~
",IJICKERS.,
.::(;:.'/-,
;'':-'Nos. 6Z610 thru 6Z616
have vertically mounted
'{:c-.motor. Nos. 6Z617 thru
6Z619 have horizontally
" ..,..., mounted motors.
'/:~:' -~. ~ -
.'~' . -"
PARTS AVALABlE,
CAll
1-8O(I-32H1620
'.
.' . ~
:'"'.
;, -,;~.
~:;<.!..,
.~~"".:,(::'>,>':,.;>::..<-~::: ,
,-f:~"",.:No,l>Z610 .
<'!;j'~>Di HPunit with
:'Mi';.'8..0 gallon tank
,".:t~::f~fd)~"~~:: "
. No. 61619
"10 HP unil with
-:,~-'30 gallon tank
;;':',c
.
,-:.;r' "
Maximum Tank
Pressure Sizlll Dimensions
HP GPM PSI Gallons length Width Height
- --.---
1.0 1.5 1000 8.0 12" 14" :3tl"' T"B\
2.0 1.5 2000 8.0 12 14 :30 TKH\
2.0 30 1000 100 15 19 2ti '1'1-<10
.--
3.0 3.0 1500 10.0 15 t9 2fi ThlO
3.0 4.5 l()()O 10.0 15 19 2li Th.11l
5.0 3.0 2250 100 15 IH 2li '1'1\,10
5.0 4.5 lfi50 10.0 15 19 2ei '1'1\.10
- -_.-._-
7.5 7.5 1500 20.0' t8 26 2ei Th.:~o
10.0 7.5 2000 20.0' t8 2() ~(; rh~tl
10.0 100 1500 30.0' 3!l 20 :t, rldO
"---
Vickers
Model
'" I"VOltI012-A3/III1'
"I' FVOI-t-lOlZ-A3f2111'
V \.'V02.t.1039-A:I/211 f'
\" F"02-t-IO:\9-A3/:J1 (I'
\" FVIl] t 1040-A:II:JIII'
\" I"V()~ 1-IO:\9-A:J/511I'
\' FVIUI.1040-A3/511I'
I' 1"\'O:11-IO^2.21:rr<'nl~-,IIP
1'1,"\'0:1 I 1O/\~,215TI' lOllI'
1',1'"\"(1, 1O:\~_2...!.~I~~~_~~_III'_
INSTALLATION INSTRUCTIONS AND PARTS MANUAL
1I/~~~ POWER UNITS
. TRIl'CV. ~I"f;'
MODELS 62610, 6Z611, 6Z612, 6Z613, 6Z614, 6Z615 & 6Z616
READ CAREFULLY BEFORE ATTEMPTING TO ASSEMBLE, INSTAll, OPERATE
OR MAINTAIN THE PRODUCT DESCRIBED. PROTECT YOURSELF AND OTHERS
BY OBSERVING ALL SEFETY INFORMATION. FAILURE TO COMPLY WITH
INSTRUCTIONS COULD RESULT IN PERSONAL INJURY AND/OR PROPERTY
DAMAGEI RETAIN INSTRUCTIONS FOR FUTURE REFERENCE.
CLEAN OUT
COVER
ELECTRIC MOTOR
F I LLER/ BREATHER
RETURN LINE
FILTER
RELIEF VALVE
PRESSURE GAUGE
LIQUID LEVEL
INDICATOR WITH
THERMOMETER
RESERVOIR
DRAIN PLUG
DESCRIPTION:
Self-contained hydraulic power sources feature heavy-duty industrial vane
pump design. For powering hydraulic equipment in demanding application such as
pressing, clamping, chucking, transfering, actuating, lifting and indexing.
The power package comes completely assembled and Includes the following
standard equipment:
"Vickers model V10 vane pump
"Heavy-gauge steel tank .
"3-phase, 230/460V, 60 Hz, 1800 RPM TEFC motor with C-face mount
"Motor/pump adapter
"Adjustable relief valve
"Filler/Breather
"Pressure gauge
"Oil level gauge
'Return-Iine spin-on filter
"Clean-out port in tank
.
SPECIFICATIONS:
.
-~
Model Tank Cap. Cu. In. GPM HP RPM Phase Max, Shpg,
(Gallons) Per Rev. Disp. Oper. Wt.
Press. (LBS.)
I 62610 8 .2 1,5 1 1800 3 1000 105
PSI
62611 8 .2 1.5 2 1800 3 2000 105
PSI
62612 10 .4 3.0 2 1800 3 1000 125
PSI
62613 10 ,4 3.0 3 1800 .3 1500 125
PSI
6Z614 10 .6 4.5 3 1800 3 1000 125
PSI
62615 10 .4 3,0 5 1800 3 2250 150
PSI
62616 10 .6 4.5 5 1800 3 1650 150
PSI
DIMENSIONS:
Model Length Width Height
62610 12.00 14.00 30.00
62611 12.00 14.00 30.00
62612 15,00 19.00 26.00
I
I 62613 15.00 19.00 26.00
,
i
62614 15.00 19.00 26,00
62615 15,00 19.00 26.00
I
I 62616 15.00 19.00 26,00
TKevp
BZe:10- 6Z611
TI(10VP
15ZS12-"eZS'H!
~ I
:1
Specifications
Flow Capacity:
12-AT ................ 68Ipm(18gpm)
50-AT............... 190 Ipm (50 gpm)
Maximum Allowable ..
Operating Pressure: ....... 10 bar (150 psi)
Operating Temperatures .... -40' C (.-40' FI
to 107' C (225' F)
Approximate Weights:
Complete Filter:
12-AT ........"....... 1.0kg (2.2 lb..)
50-AT.... ..... ........ 2.8 kg (6.2Ibs.)
Canister Only:
12-AT ..................0.5kg(1.1Ib.)
50-AT.................. 0.9 kg (2.0 lb.)
Media .... Phenolic Impregnated Cellulose
(See Table 1 for (Jx . 2120f/5 rellng)
Seal. ... ..... . .... . ..... auna N, 70 OUR.
Gage (Optional) . . . . . . . .. Compound Type.
-30" Hg/0/60 psi
Pressure Switch (Optional) ....... Trips at
20-25 psi. Contacta rated 12VOC. 1.0 amp.
Vacuum Switch (Optional) ....... Trips at
5".t 1" Hg. Contacts rated 12VOC.1.0amp.
T oierence.
;t3.0mm
.10.12
Milllmetre
Inch
Linear Measure -
INDICATOR
GAGE DETAIL
FOR SO-AT.
12.AT HAS
1Vt" DIAMETER.
IIIUmm
2.0
PRE8SUREIVACUUM SWITCH DETAIL
o
I.
"Umm
....
.
~
i 6M
i
.
.
r
,
...........T--.=:~:..... ,...,.................
,.,..-
12.AT
POA""ac;rl/€..o1'
'1."4~'
~
-l-.".C"l
ll.U<'
GIIo....
'..
:;:l/"'::;l'"
["I{
.!-;-
.U
'P~If.. t."..~:iil\
t #f"'f..r (jI '0"
(r~../fj...,"',flD.
I \. -t:J I
.41 v:C> !Jr 11
r-r"lll . I OY'U"!
,
l~
..,
t"
.,
I
./
..
I.JO
.'1"'"
CH'!JT~"
JiL'1'l4~H
C~C"'UI<CI
1.ernm
010
50-AT
7t.$mm TYP,
),U
.".'I'I\II'l
1."
111.27 NPTF
PI.UOG!D
POAT
""'.11'" NPfT
1l0T~ POAH
....i.;O
OP'TIONAL
)4,1n'lM
'."2
.m
2.22
OUTLn + -
~
$.12
OIA. M~X.
P
nlmm
""i':ii""'
1
Ut.1mm
1.$0
CANltTlR
AIMOVAL
Cl...."...NCE
Figure 3. InlJta/latlon Dimensions
J 4L ~__.._~
N\ , T...... .,......, ........
...T ....'n
l ~~ _".....__..
".~"-=-_."."',.,_....,,...,.".,...L...._
.
.
CLEARCO PRODUCTS CC)fV1PANY Iric.
41129 LONGSHORE STREET
P.O. BOX S973
PHILAOELPHIA, FA 19135
TELEPHONE- AREA CODe 215 332~70
FAX-215 :132-<611
TOLL FREE 1 600 533.5823
"
PRODUCT INFORMATION
CLEARCO ZINC RICH PRIMER -9949
TYPE: Pure zinc epoxy base one package primer.
DESCRIPTION: Organic zinc riCh primer for steel that combines Ihe resistance properties of epoxy
and the galvanic protection of zinc.
USES; Coastal and marine exposures, refineries, water treatment plants, chemical plants.
pulp and paper facilities and general heavy maIntenance. Touch up and repair of
Inorganic zinc coatings and galvanized metal. Aerosol packaging for "cold
galvanize".
LIMITATIONS: Not recommended for Immersion In acids or alkalies, continuous Immersion In fresh
or salt water untopcoated or immersion in solvents. Must be topcoatcd for
atmospheric service other than pH range of 6.5 . 8.
TOPCOATS: Catalyzed epoxies, coal tar epoxy, vinyls, phenolics, acrylics, chlorinated rubbers
and urethanes.
SPECfACATIONS: Weight/gallon
Solids by weight
Solids by volume
VOC
Flash Point
ShelfUfe
Non.sag
19.9 ;!: .2#
80;!: 2%
50 :t 1%
4.1#
Below 800F T.e.C.
6 months
8 mils wet minimum
COVERAGE: 700 square feet/gallon at 1 mil dry at 90% recovery.
ORY FILM
THICKNESS: '.5.3.0 mils
ZINC CONTENT: 90% zinc as metal in dry film
PROPERTIES: Drying time:
To handle 30.40 minutes at 70'F
To topcoat 2.3 hours at 70'F
Temperature tolerance
Continuous 250'F
Intermittent 300 'F
Weldable Yes
USDA Status Chemically acceptable for Incidental food contact.
Salt Fog Pass 500 hOurs ASTM 8117
Humidity Pass 500 hours ASTM 02247
Meets the requirement of the fOllowing specifications:
.',/ DOD-P.21035A Zinc Rich Galvanize Repair
MIL.P.26915 Type I class A Zinc RiCh Primer
MIL'P-4610S Weld Through Zinc RICh Primer
Lubricants ano Chemicals for Industry
~ - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
Mobile Weldin!! Service .Inc.
TOWN OF SOUTHOLD
seA VENGER WASTE TREATMENT PLANT
ABOVE GRADE GRAVEL TRAP
A.G.G.T.
COST : Fabricated and delivered to SOUTHOLD S. W. T. P.
Price to include installation, setup, and one day on-site training on equipment.
TOTAL PRICE $25.900.00
PAYMENT TERMS
25 % upon receipt of Purchase Order.
. 25 % upon initial systems run at Mobile Welding Service, Inc. facility.
. 40 % upon delivery
. IO % after acceptance of A.G.G.T.
6
,,--"-'"
.
.
TOWN OF SOUTHOLD
Qualifications
Mobile Welding Service, Ine . established April of 1974 and has been operating from the
present address since 1994 . Since it's beginning Mobile Welding Service ,Inc. (Mobile) has been
servicing all forms of industry on Long Island, from bulk material plants, food & drug,
Government manufacturers, and waste water treatment plants. Mobile has designed and
manufactured custom equipment such as Virticle conveyors, Large diameter test centrifuge and
marine equipment. Mobile has also remanufactured components for equipment that is no longer
manufactured. W. W. T. plant's pumps, digester domes, settling tank mechanisms, grit screw
augers etc.
A brief description of special projects are as follows:
Village Cedarhurst W.Pc.P.
. Rebuilt clarifier
. Rebuilt digester cover and gas mixing system.
. Rebuilt pumps, grit screws, and other equipment.
Contact person Tom Citadino
Commissioner of Public Works
(516)2955770
Village of Laurance W.P.C.P.
. Rebuilt pumps
. Rebuilt clarifier
Contact person Steve Leona
Chief Operator
(516)2393580
Bulova Systems and Instrument Corp.
. Assisted in the design and fabrication ofa 10.'0" diameter Rotary Accelerator
Contact person Samuel H. Sugerman, P.E.
(305) 433 0055
. U.S. Coast Guard Group Moriches
. Designed, fabricated and installed hull modification sections for the retrofit from inboard to
outboard power. Contact person Michael Sampson c.p.a.
(516) 395 4454
Mobile Welding Service ,Inc. takes much pride in every project, as you have witnessed with the
all metal scale model of the A.G.T . we have demonstrated to you.
Truly Your
7
.
.
.
Mobile Welding Service, inc.
150 Cary Place, Freeport, NY 11520
......................................................................................................................
Proposal
......................................................................................................................
.
Prepared by
Mike Bellafatto
President
for
TOWN OF SOUTHOLD
Above Grade Gravel Trap
June 14, 1994
.'
. .
. Mobile Welding Service .Inc.
TOWN OF SOUTHOLD
Above Grade Gravel Trap
A.G.G.T.
TABLE OF CONTENTS
SYSTEM DESCRIPTION
SPECIFICATIONS
.
WORK SITE REQUIREMENTS
A.G.T. DRAWINGS
INFORMATION ON COMPONENTS
COST
QUALIFICATIONS
.
PAGE
1
2
3
4
5
6
7
.
.
.
Mobile Welding Service .Inc.
Above Grade Gravel Trap
Introduction
The primary function of the Above Grade Gravel Trap (AGGT) is to, collect gravel and small rocks from
septic waste ( tanker discharge) before entering the waste water treatment facility. The Above Grade
Gravel Trap (AGGT) is designed to accommodate 600 / 800 gallons per minute of septic waste, typical
of septic waste haulers equipment, through a 4" discharge port. The ( AGGT ) is designed as a one
piece skid mounted unit, incorporating three main sections, steel collection hopper, stainless steel
collection basket and steel storage hopper. Collection hopper and basket are totaly enclosed to assist
containment of liquid and odor. The collection basket and storage hopper are hydraulically actuated by a
2.112 hp electric motor driven pump, three hydraulic cylinder, hydraulic circuit, and one two lever
hydraulic valve body. The entire unit is coated with a zinc epoxy primer and two coats of finish enamel.
Utility Reauirements
.
The ( AGGT ) requires 220/460 volt, 10, ten amp three phase electric supply with circuit, plugs, and
disconnect switch etc., as required by state and local code.
Operations
a) The ( AGGT ) can be installed along side or just beyond septic waste treatment plants influent port,
and away from any tanker truck traffic.
b) Hose connections, the ( AGGT ) requires one or two 4" discharge flex hoses from the collection
hopper to the plants influent port .
c) Septic waste tanker truck to connect its discharge line directly to inlet port of collection hopper.
d) Afler connections are made, open tanker discharge. (Septage velocity is greatly reduced as it enters
the collection hopper, thus causing heavier gravel, rocks, stones and nonfloatables to settle into the
collection basket. All other septage will flow through collection hopper and exit via discharge port and
directly into plant's main influent channel. )
c) Afler discharge and cleanout is complete, remove line from collection hopper to tanker truck.
d) Plant operator to inspect collection hopper and basket after each unloading cycle. Acumulation of
gravel stones etc.. not fill past basket perforation holes.
e) Collection basket unloading.( the storage hopper should be in the lowered position. ) Slowly move
collection basket hydraulic valve. ( no jerking motions) Collection basket will start to raise up and over
storage hopper. Dump stroke is complete when basket stops or squealing sound is heard. Afler dumping
is complete return basket to the collection hopper.
f) Storage hopper can hold several loads from collection basket before unloading is required. Storage
hopper can be tilted to an appropriate position for unloading with plant's equipment. ( small bucket
loader, Bobcat type, or hand shovels etc..) Afler storage hopper is emptied, return to lowered position.
.
1
.
.
.
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
EQUIPMENT TO BE SUPPLIED
BY
MOBILE WELDING SERVICE, INC
ABOVE GRADE GRAVEL
A.G.G.T.
SDecifications
I) Primary collection hopper, formed 3/16" A-36 steel.
. 2) Primary collection hopper cover, # 14 ga hot rolled steel.
3) Collection basket 12ga type 316 L stainless steel, with 3/8 " diameter holes.
4) Storage hopper, formed 3/16" and 1/8" A- 36 steel
5) Skid framing, framing, and basket arms all A-36 steel.
6) Hydraulic Power Untit : Motor 5 HP 3 Phase 230/460 Volt AC 60 Hz 13.2/ 6.1 Amp ,
Pump Vickers 3 GPM 2250 PSI.
7) Hydraulic Control Valve: two spool 3 way standard.
8) Hydraulic Cylinders: All steel welded with ground and polished chromed piston rod.
9) Painting: All steel to receive one coat epoxy cold galvanizing compound, and two coats
epoxy finish.
.
2
.
.
.
.
.
Mobile Welding Service .Inc.
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
Above Grade Gravel Trap
AG.G.T.
WORK SITE REOUIREMENTS
The following requirements are to be supplied and installed by others:
1) Concrete Piers: A concrete piers to be provided for the placement of the A.G.G.T.
The concrete piers to be adequately designed to support the weight of the A.G.G.T( 4,500 LB's)
, plus the total contents ofthe basket and storage hopper. (approximately 8,100 LB's ) The
conctete piers are located on the front and rear of the machine. (see drawing)
2) Water Domestic: 3/4" hosebib with backflow prevention and 50'0" of flexible water hose
and spray nozzle.
3) Electrical 230/460 Volt AC 13.2/6.1 Amps. Connection to A.G.G.T . to meet all state and
local codes.
3
HYDRAULIC WELDED CYLINDERS
.
GLADIATOR EXTRA HEAVY-DUTY WELDED CYLINDERS
.
.
.
FEATURES:
a Designed for continuous operation at 3000 psi with morc than a
2:1 factor of safety
o Heavy welded construction
o Precision honed steel tube
a More than tripled bearing area for end load has been provided to
eliminate flared tube ends, stripped threads, tearing off the end of
the tube, and similartypes of gland blow-outs
o Piston rod is ground and polished chrome high strength steel
o All dynamic seals are made of polyurethane U-caps for maximum
sealing at high and low pressure
o A replaceable wear ring on piston for smoother operation and
better seal performance
o Polyurethane rod wiper for maximum abrasion resistance in
unpredictable environments
Q Made especially for heavy-duty applications
Q Pin holes are 1 1/2"
Q Tube wall thickness is 1/4"
Q Color - highway yellow
Q All ports - 3/4" IPT
Q Available without cross tubes
DOUBLE ACTING
IJ
.:...l....1I1U....
BORE STROKE CLOSED ROD PRINCE ORDER WEIGHT
CENTER DIAMETER NUMBER NUMBER
5 8 19 2 112 21008 735-5008 75
5 12 23 2112 21012 735-5012 85
5 16 27 2112 21016 735.5016 90
5 20 31 2 112 21020 735-5020 105
5 24 35 2112 21024 735-5024 115
5 30 41 2112 21030 735.5030 130
5 36 47 2 112 21036 735-5036 145
5 48 66 2 112 21048 735-5048 180
5 54 68 2112 21054 735-5054 195
5 60 75 2112 21060 735-5060 215
6 8 19 3 22008 735-6008 100
6 12 23 3 22012 735-6012 110
6 16 27 3 22016 735-6016 125
6 24 35 3 22024 735-6024 150
6 30 41 3 22030 735-6030 170
6 36 47 3 22036 735-6036 190
6 48 61 3 22048 735-6048 240
6 54 68 3 22054 735-6054 265
6 60 75 3 22060 735-6060 290
Page 84
..
!
.
HYDRAULIC WELDED CYLINDERS
lOYAL WELDED CYLINDERS WITH UNIVERSAL MOUNTINGS m
'.~ 1 end mountings make this cylinder one of the favori te for contractors and ind ustrial or agricul tural
hons.
FEATURES:
.J All-steel welded construction .....].'.'.111....
.J Wcld.on cross tube
.J Heavy-wall honed steel tubing
.J Ground and polished chromcd piston rod with pin eye
.J Cast iron ring, a-ring and leather back-up washer packing on piston
.J O-rings and leather back-up washers in gland
:::J Truarc-type gland retainer
Q 2500 psi, 4000 psi intermittent
.J 21/2" bore has 3/4" pins, 3" and 3112" bore have 1" pins, 4" bore has 11/4" pins
.J Tube thickness is 3/16" DOUBLE ACTING
BORE STROKE CLOSED ROD PRINCE ORDER WEIGHT
CENTER DIAMETER NUMBER NUMBER
2.5 8 16 13/8 5408 734-2508 17
2.5 12 20 1 3/8 5412 734-2512 20
2.5 16 24 1 3/8 5416 734.2516 23
2.5 20 28 13/8 5420 734.2520 27
2.5 24 32 1 3/8 S424 734.2524 30
2.5 30 38 1 3/8 5430 734-2530 35
2.5 32 40 1 3/8 5432 734.2532 41
2.5 36 44 13/8 5436 734.2536 41
2.5 42 50 13/8 5442 734.2542 47
3 8 16 11/2 8308 734.3008 22
3 12 20 11/2 8312 734.3012 26
3 16 24 1 1/2 8316 734-3016 31
3 20 2B 11/2 8320 734.3020 35
3 24 32 11/2 8324 734-3024 41
3 30 38 11/2 8330 734.3030 46
3 32 40 1 1/2 8332 734.3032 43
3 36 44 1 1/2 8336 734-3036 52
3 42 50 1 1/2 8342 734.3042 59
3 4B 56 1 1/2 B348 734.3048 65
3.5 B 16 1 1/2 5508 734-3508 26
3.5 12 20 1 1/2 5512 734.3512 29
3.5 16 24 11/2 5516 734.3516 34
3.5 20 28 11/2 5520 734-3520 38
3.5 24 32 1 1/2 5524 734-3524 44
3.5 30 38 , 1/2 5530 734.3530 48
3.5 32 40 1 1/2 5532 734-3532 52
3.5 36 44 1 1/2 5536 734.3536 56
3.5 40 48 11/2 5540 734-3540 60
3.5 42 50 1 1/2 5542 734.3542 64
3.5 48 . 56 11/2 5548 734.3548 70
4 8 17 2 5608 734.4008 35
4 12 21 2 5612 734-4012 41
4 16 25 2 5616 734.4016 48
4 20 29 2 5620 734.4020 56
4 24 33 2 5624 734-4024 62
4 30 39 2 5630 734.4030 72
4 32 41 2 5632 734-4032 74
4 36 45 2 5636 734-4036 80
4 40 49 2 5640 734-4040 85
4 42 51 2 5642 734-4042 92
4 48 57 2 5648 734-4048 100
4 60 69 2 5660 734-4060 120
Page 83
.-.
HYDRAULIC CONTROL VALVES
.
TOP QUALITY HYDRAULIC CONTROL VALVES
ep quality valves, featuring options allowing modifications, will cover
y mobile or industrial application. Standard valves are shipped with
an open center conversion plug which may be removed to make a closed
center or power beyond valve by adding optional plugs. All spools are
spring centered to neutral. Detent kits are available to allow other spool
actions. Load checks are standad to prevent reverse flow through valve
when the handle is shifted. Relief valve is screwdriver adjustable. All
valves feature 3/4" in and out ports with I/Z" work ports. (3/4" work
ports are available on most Cross valves.)
GRESEN
/.~"~,
~
Q 1 spool valve size - approx. 9112" L x 5 I/Z" W x 3 1/4" H, wt. 14 lbs.
Q Z spool valve size - approx. 91/Z" L x 7 3/4" W x 31/4" H, wt. Z3lbs.
Q 3 spool valve size - approx. 9 I/Z" L x 9 I/Z" W x 3 1/4" H, wt. 33 lbs.
..
I C~O~S I
.:.y..]~':."I.[""
. ".I. ..
\J ';I ~ .)- / 'l'..
, .- . ,. ---'
~~,;,"'" -,
:. .:;rji/....'1 . ,~.
~~.,
.
Prince Cross Gresen
Specttlcatlon.:
GPM 30 30 2D
Maxl""m PSI 3000 2500 2000
R.II.,',
range 1500.3000 1500.2500 1500.2000
factory ..t at 2000 2DOO 1500
Part Number Part Number Part Number
ONE SPOOL,
3,~way standard - 750-1001 -
40waYltandard 750.2002 750.1002 750-5002
4.way whh float 750-2003 - 750-5003
4.way with motor 750-2004 750.1004 750-5004
TWO SPOOL,
3.way Itandard/4-way .tandard - 750-1012 750-5012
4.way .landard/4.way standard 750-2022 750-1022 750-5022
3 way f1oaV4.way standa.. - 750-1052 -
THREE SPOOL,
3.way standard/4.way ,tandardJ4.way .tandard - 750-5122 750-5122
4.way atandardf4.way Itandard/4.way alandarel 750.2222 750.1222 750-5222
4.way floatl4.way standard/4-way standard 750.2322 750-1322 750.5322
"Relief is screwdriver adjustable,
REPLACEMENT PARTS AND ACCESSORIES:
Psrt Power Cloatd R.II., Detenl Detent Oelent two Replacement Handle Relief
Number beyond center Plug In out position bracket bracket Pin kit 1500/2500 Seal kit
, 000 Series 758-0208 758.0206 758.0035 758-0558 758-0559 758.0557 758-1703 758-4306 758-1701 758.0017' 758.1005
2000 Serles 758.1204 758-1205 758.1235 758-1257 758.1504" 758.3501 758-1504" 758.1m 758-0669
5000 Series 758-2021 758-2027 758-2033 758-2034 758.2004 758.5001 758.2059 758.2030 758.2001
'1500-Z500 psi
"Pin kit is included with 758-1504 replacement handle.
Page 46
.
For powering hydraulic equipm'enfin ap-
plications such as pressing, clamping,
chucking, transferring, actuating, lifting,
and indexing.
Comes assembled and includes:
. Vickers models VIO or V20 vane pump
(depending on HP)
. Heavy-gauge steel tank
· 3-phase, 230/460V, 60 Hz, 1800 RPM
TEFC motor with C-face mounting
. Motor/pump adapter
. Adiustable relief valve
. Filler/Breather
· Pressure gauge . Oil level gauge
. Return-line spin-on filter
. Clean-out port in tank
.
lTO 10 HP AC POWER UNITS
.
.
",IIICNERS:,
::'<'Nos. 6Z610 thru 6Z616
have vertically mounted
"motor. Nos. 6Z617 thru
',,62619 have horizontally
," mounted motors~ .
-.;~ , '.' -..-"
No. 62619
'10 HP unit with
{:V~ gallon tank
'.' :::',:"-., . -' ~ -.
:,,~ ~' '~No'6:i6io' .
el: ~~'" .
,.,,:;>1.0 HP unit with
:;~j7;;fI.,09,,1l0n tank
-;. -~~~:~~,%%i~1i;~~!/"
.
Muimum T.nk
Pressure Size Dimensions Vickers
HP GPM PSI G.llons length Width Height Model
1.0 1.5 1000 8.0 12" 14" 30" TKllVI' FVOI-t-1012-A3/1HP
2,0 1.5 2000 8.0 12 14 30 TKllVI' FVOl-t-1012-A3/2I1P
2.0 3,0 1000 10.0 15 19 26 TK IOV -FV02-t-1039-A3/2H P
3.0 3,0 1500 10.0 15 19 2fi TKlOV "V02-t-IO;19-A3/3111'
3.0 4,5 1000 10,0 15 19 2(i TKlOV "'VO:I-t.l040-AJ/311 P
5.0 3,0 2250 10.0 15 19 2fi TKlOV FVo~-t-lO:J9-A3/5111)
5.0 4,5 1650 10,0 15 19 2'; TKlOV VVO:\-J-. 1040-A3/51 I I'
~
7.5 7,5 1500 20,0. 18 26 2(; TK20I'-FVOS t-lOA2-21:rn','7I':.,!IIP
10.0 75 2()()O 200. 18 26 21; TK:2Ol' FVtlS 1'-10A~-215T(,'1OIIP
10.0 10,0 1500 30,0' 39 20 3:) Th::WI'FVOI' ~-1O:\2-215TC, lOBI'
- -- ------------- --
-~:~~\,:>: ~.~~.:.:;
~~, ',. ,
.
.
.
INSTALLATION INSTRUCTIONS AND PARTS MANUAL
1I/~IrEJtJ POWER UNITS
" lR.N:lV"~,...
MODELS 6Z610, 6Z611, 6Z612, 6Z613, 6Z614, eZ615 & 6Z616
READ CAREFULLY BEFORE ATTEMPTING TO ASSEMBLE, INSTAll, OPERATE
OR MAINTAIN THE PRODUCT DESCRIBED. PROTECT YOURSELF AND OTHERS
BY OBSERVING ALL SEFETY INFORMATION. FAilURE TO COMPLY WITH
INSTRUCTIONS COULD RESULT IN PERSONAL INJURY AND/OR PROPERTY
DAMAGEI RETAIN INSTRUCTIONS FOR FUTURE REFERENCE.
CLEAN OUT
COVER
ELECTRIC MOTOR
FILLER/BREATHER
RETURN LINE
FILTER
RELIEF VALVE
LIQUID LEVEL.
INDICATOR WliH
THERMOMETER
.
PRESSURE GAUGE
RESERVOIR
DRAIN PLUG
.
DESCRIPTION:
Self-contained hydraulic power sources feature heavy-duty industrial vane
pump design. For powering hydraulic equipment in demanding application such as
pressing, clamping, chucking, transfering, actuating, lifting and indexing.
The power package comes completely assembled and Includes the following
standard equipment:
.Vickers model V 10 vane pump
"Heavy-gauge steel tank
"3-phase, 230/460V, 60 Hz, 1800 RPM TEFC motor with C-face mount
"Motor/pump adapter
. Adjustable relief valve
"Filler/Breather
.Pressure gauge
.Oil level gauge
"Return-line spin-on filter
.Clean-out port in tank
.
. SPECIFICATIONS:
.
Model Tank Cap. Cu. In. GPM HP RPM Phase Max. Shpg.
i (Gal/ons) Per Rev. Disp. Oper. WI.
,
,
I Press. (LBS.)
I 6Z610 8 .2 1.5 1 1800 3 1000 105
PSI
6Z611 8 .2 1.5 2 1800 3 2000 105
PSI
6Z612 10 .4 3.0 2 1800 3 1000 125
PSI
6Z613 10 .4 3.0 3 1800 .3 1500 125
PSI
6Z614 10 .6 4.5 3 1800 3 1000 125
PSI
62615 10 .4 3,0 5 1800 3 2250 150
PSI
62616 10 .6 4.5 5 1800 3 1650 150
PSI
.
DIMENSIONS:
.
Model Length Width Height
62610 12.00 . 14.00 30.00
I 62611 12.00 14.00 30.00
62612 15.00
I 19.00 26.00
i 62613 15,00 19.00 26.00
,
I 6Z614 15.00 19.00 26.00
I 62615 15.00 19.00 26.00
I
i 62616 15.00 19.00 26.00
TK8VP
8Z810.. BlS11
H
'"
TK10VP
eZ5"12..,'6Z61a
T
"
.
.
1
iI
~
I
,I
il
:1
~,i
'I
II,...
,
~-
Specifications
Flow Capacity:
12-AT ................ 6Slpm(1Sgpm)
5O-AT ............... 190 Ipm (50 gpm)
Maximum Allowable ,.,
Operating Pressure: ....... 10 bar (150 psi)
Operating Temperalures .... -40' C (,-40' F)
10 107' C (225' F)
Approximate Welghls:
Complele Filler:
12-AT .................1.0 kg (2.2Ibs.)
50-AT.... ..... .. .. .... 2.8 kg (6.2Ibs.)
Canisler Only:
12-AT ..................0.5kg(1.1 ib.)
50-AT...,......,....... 0.9 kg (2.0 Ib,)
Media .... Phenolic Impregnalad Cellulcse
(See Table 1 tor (Jx . mons rallng)
Seals................... Suns N, 70 OUR,
Gage (Oplional) . . . . . . . . . Compound Type.
-30" Hg/O/SO psi
Pressure Switch (Optional) ....... Trips at
20.25 psi, Conlacls rated 12VOC. 1.0 amp.
Vacuum Switch (Optional) ....... Trips al
5" 11" Hg. Contacts rated 12VDC, 1.0 amp,
Tolerances
.:I;3.0mm
.:I; 0.12
Milllmelre
Inch
Linear Measure..
INDICATOR
GAGE DITAIL
FOR SO-AT.
12.AT HAS
Hit" DIAMETER.
1G.lmm
2.0
PRESSURE/VACUUM SWITCH DETAIL
f.u",,,,,
2."
6M
~--
......-....T--~4,.................
I
~
1.ttnl'l1
'T.iO
.
3,23
OUTl.ET + -
1'1.27 hlPT'
PLUOO.D
POtIT
I "..~mm .1
15.1:1
DI....M...X.
13t.7mm
5.$0
I
9
-=1' I
l...
...
tfl
12.AT
P()1/11"IftRI<t c'<tn,
J"".",,~'
~
"'"'t.f.,,
dP
~;:l/"'::;'l""
r"U
..U
1/'"''
('~ItIJr.1I
..IWO~~1
('LOft..,."
50-AT
1Umm nil',
;s.,.
4U,,"M
1."
3..'""""
1.42
1''-'.11YtNP,:r
10TH PQATS
''''1&:-30
OPTION""
OPTIO...AI.
OAOI
P
Jl.lmtn
-;:u-
1
CANI,nR
~'MOV"'L.
CL.IARANCIE
Figvre 3. InQtallatlon Dimensions
,"'1=,~:~~"'M ~
, .~.,:;:...-;;:",."
...,... .....T ....,.."
'I! tt
\\ .., -
~ ~
. .
CLEARCO PRODUCTS COMPANY Inc.
4a29 lONGSHORE STRE;~
P.O. BOX 8973
PHILAOElPHIA., PA. 19135
-,
TE;lF.PHONE- AREA CODE 215 332-6870
FAX-215332-4511
TOll FREe 1 800 533.5823
PRODUCT INFORMATION
CLEARCO ZINC RICH PRIMER -9949
TYPE: Pure zinc epoxy base one package primer.
DESCRIPTION; Organic zinc rich primer for steel that combines the resistance properties of epoxy
and the galvanic protection of zinc.
USES; Coastal and marine exposures, refineries, water treatment plants, chemical plants,
pulp and paper faclllties and general heavy maintenance. Touch up and repair of
Inorganic zinc coatings and galvanized metal. Aerosol packaging for "cold
galvanize".
liMITATIONS: Not recommended for immersion in acids or alkalies, continuous Immersion In fresh
or salt water untopcoated or immersion in solvents. Must be topcoated for
atmospheric service other than pH range of 6.5 . 8.
TOPCOATS: Catalyzed epoxies, coal tar epoxy, vinyls, phenolics, acrylics, chlorinated rubbers
and urethanes.
SPECIFICATIONS: Weight/gallon
Solids by weight
Solids by volume
VOC
Flash Point
Shelf life
Non.sag
cOVERAGE:
DRY FILM
THICKNESS:
ZINC CONtENT:
PROPERTIES;
" /'
- '<
19.9 ;!; .2#
80:l: 2%
50", 1%
4.1#
Below 800F T.C.C.
6 months
8 mils wet minimum
700 square feet/gallon at 1 mil drY at 90% recovery.
1.5.3.0 mils
90% Zinc as metal in dry film
Drying time:
To handle
To topcoat
Temperature tolerance
Continuous 2500F
Intermittent 300 OF
Weldable Yes
USDA Status Chemically acceptable for Incidental food contact.
Salt Fog Pass 500 hours ASTM 8117
Humidity Pass 500 hours ASTM 02247
Meets the requirement of the fOllowing specifications:
DOD.P-21035A Zinc Rich Galvanize Repair
MIL.P.26915 Type I class A Zinc Rich Primer
MIL.P-46105 Weld Through Zinc RICh Primer
30.40 minutes at 700F
2.3 hOurs at 700F
Lubricants and Chemicals for Industry
TUfl ,.
-----------------------------------------------------------------------------------------------------
. .
. Mobile Weldin!! Service .Inc.
TOWN OF SOUTHOLD
seA VENGER WASTE TREATMENT PLANT
ABOVE GRADE GRAVEL TRAP
A.G.G.T.
COST : Fabricated and delivered to SOUTHOLD S. W. T. P.
Price to include installation, setup, and one day on-site training on equipment.
TOTAL PRICE $25.900.00
.
PAYMENT TERMS
25 % upon receipt of Purchase Order.
. 25 % upon initial systems run at Mobile Welding Service, Inc. facility.
40 % upon delivery
10 % after acceptance of AG.G.T.
6
.
.
.
.
.
.
TOWN OF SOUTHOLD
Oualifications
Mobile Welding Service, Inc. established April of 1974 and has been operating from the
present address since 1994 . Since it's beginning Mobile Welding Service ,Inc. (Mobile) has been
servicing all forms of industry on Long Island, from bulk material plants, food & drug,
Government manufacturers, and waste water treatment plants. Mobile has designed and
manufactured custom equipment such as Virticle conveyors, Large diameter test centrifuge and
marine equipment. Mobile has also remanufactured components for equipment that is no longer
manufactured. W.W.T. plant's pumps, digester domes, settling tank mechanisms, grit screw
augers etc.
A brief description of special projects are as follows:
Village Cedarhurst W.P.C.P.
. Rebuilt clarifier
. Rebuilt digester cover and gas mixing system .
. Rebuilt pumps, grit screws, and other equipment.
Contact person Tom Citadino
Commissioner of Public Works
(516) 2955770
Village of Laurance W.P.C.P.
. Rebuilt pumps
. Rebuilt clarifier
Contact person Steve Leona
Chief Operator
(516)2393580
Bulova Svstems and Instrument Corp.
. Assisted in the design and fabrication of a 10.'0" diameter Rotary Accelerator
Contact person Samuel H. Sugerman, P.E.
(305) 433 0055
. U.S. Coast Guard Group Moriches
. Designed, fabricated and installed hull modification sections for the retrofit from inboard to
outboard power. Contact person Michael Sampson c.p.a.
(516) 395 4454
Mobile Welding Service ,Inc. takes much pride in every project, as you have witnessed with the
all metal scale model of the AG.T . we have demonstrated to you.
Truly Your
7
I
I
.
Mobile Welding Service, inc.
150 Cary Place, Freeport, NY 11520
......................................................................................................................
Proposal
......................................................................................................................
.
Prepared by
Mike Bellafatto
President
for
TOWN OF SOUTHOLD
Above Grade Gravel Trap
June 13, 1994
.
.
.
.
SYSTEM DESCRIPTION
SPECIFICATIONS
I
Mobile Welding Service .Inc.
TOWN OF SOUTHOLD
Above Grade Gravel Trap
A.G.G.T.
TABLE OF CONTENTS
WORK SITE REQUIREMENTS
A.GT DRAWINGS
INFORMATION ON COMPONENTS
COST
QUAI_IFICA TIONS
I
PAGE
1
2
3
4
5
6
7
r
I
Mobile Welding Service .Inc.
.
Above Grade Gravel Trap
Introduction
The primary function of the Above Grade Gravel Trap (AGGT) is to, collect gravel and small rocks from
septic waste ( tanker discharge) before entering the waste water treatment facility. The Above Grade
Gravel Trap (AGGT) is designed to accommodate 600 / 800 gallons per minute of septic waste, typical
of septic waste haulers equipment, through a 4" discharge port. The ( AGGT ) is designed as a one
piece skid mounted unit, incorporating three main sections, steel collection hopper, stainless steel
collection basket and steel storage hopper. Collection hopper and basket are totaly enclosed to assist
containment ofliquid and odor. The collection basket and storage hopper are hydraulically actuated by a
2.112 hp electric motor driven pump, three hydraulic cylinder, hydraulic circuit, and one two lever
hydraulic valve body. The entire unit is coated with a zinc epoxy primer and two coats of finish enamel.
Utilitv Reauirements
.
The ( AGGT ) requires 220/460 volt, 10, ten amp three phase electric supply with circuit, plugs, and
disconnect switch etc., as required by state and local code.
Qoerations
a) The ( AGGT ) can be installed along side or just beyond septic waste treatment plants influent port,
and away from any tanker truck traffic.
b) Hose connections, the ( AGGT ) requires one or two 4" discharge flex hoses from the collection
hopper to the plants influent port .
c) Septic waste tanker truck to connect its discharge line directly to inlet port of collection hopper.
d) After connections are made, open tanker discharge. ( Septage velocity is greatly reduced as it enters
the collection hopper, thus causing heavier gravel, rocks, stones and nonfloatables to settle into the
collection basket. All other septage will flow through collection hopper and exit via discharge port and
directly into plant's main influent channel. )
c) After discharge and cleanout is complete, remove line from collection hopper to tanker truck.
d) Plant operator to inspect collection hopper and basket after each unloading cycle. Acumulation of
gravel stones etc.. not fill past basket perforation holes.
e) Collection basket unloading .( the storage hopper should be in the lowered position. ) Slowly move
collection basket hydraulic valve. ( no jerking motions) Collection basket will start to raise up and over
storage hopper. Dump stroke is complete when basket stops or squealing sound is heard. After dumping
is complete return basket to the collection hopper.
f) Storage hopper can hold several loads from collection basket before unloading is required. Storage
hopper can be tilted to an appropriate position for unloading with plant's equipment. ( small bucket
loader, Bobcat type, or hand shovels etc..) After storage hopper is emptied, return to lowered position.
.
1
r
I
.
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
EQUIPMENT TO BE SUPPLIED
BY
MOBILE WELDING SERVICE, INC
ABOVE GRADE GRAVEL
A.G.G.T.
SDecifications
I) Primary collection hopper, formed 3/16" A-36 steel .
. 2) Primary collection hopper cover, # 14 ga hot rolled steel.
3) Collection basket 12ga type 316 L stainless steel, with 3/8 " diameter holes.
4) Storage hopper, formed 3/16" and 1/8" A- 36 steel
5) Skid framing, framing, and basket arms all A-36 steel.
6) Hydraulic Power Untit : Motor 5 HP 3 Phase 230/460 Volt AC 60 Hz 13.2/6.1 Amp,
Pump Vickers 3 GPM 2250 PSI.
7) Hydraulic Control Valve: two spool 3 way standard.
8) Hydraulic Cylinders: All steel welded with ground and polished chromed piston rod.
9) Painting: All steel to receive one coat epoxy cold galvanizing compound, and two coats
epoxy finish.
.
2
.
.
.
I
I
Mobile Welding Service .Inc.
TOWN OF SOUTHOLD
SCAVENGER WASTE TREATMENT PLANT
Above Grade Gravel Trap
AG.G.T.
WORK SITE REOUlREMENTS
The following requirements are to be supplied and installed by others:
1) Concrete Piers: A concrete piers to be provided for the placement of the A.G.G.T.
The concrete piers to be adequately designed to support the weight of the A.G.G.T( 4,500 LB's)
, plus the total contents of the basket and storage hopper. (approximately 8,100 LB's ) The
conctete piers are located on the front and rear of the machine. (see drawing)
2) Water Domestic: 3/4" hosebib with backflow prevention and 50'0" of flexible water hose
and spray nozzle.
3) Electrical 230/460 Volt AC 13.2/6.1 Amps. Connection to A.G.G. T . to meet all state and
local codes.
3
HYDRAULIC WELD..,;D CYLINDERS
I
GLADIATOR EXTRA HEAVY-DUTY WELDED CYLINDERS
.
FEATURES>:
.
CJ Designed. for continuous operation at 3000 psi with more than a
2:1 factor of safety
o Heavy welded construction
Q Precision honed steel tube
a More than tripled bearing area for end load has been provided to
eliminatetlared tube ends, stripped threads, tearing off the end of
the tube, and similartypes of gland blow-outs
o Piston rod is ground and polished chrome high strength steel
o Alldynamicsealsaremadeofpolyurethane U-caps for maximum
sealing at high and low pressure
o A replaceable wear ring on piston for smoother operation and
better sc"j performance
o Polyurethane rod wiper for maximum abrasion resistance in
unpredictable environments
Q Made especially for heavy-<luty applications
Q Pin holes are 11/2"
Q Tube wall thickness is 1/4"
Q Color - highway yellow
Q All ports -3/4" IPT
Q Availabh. without cross tubes
DOUBLE ACTING
~
.:~~.]","1.:4"
~fT~"Ct
BORE STROKE CLOSED ROD PRINCE ORDER WEIGHT
CENTER DIAMETER NUMBER NUMBER
5 8 19 2 1/2 21008 735-5008 75
5 12 23 2 1/2 21012 735.5012 85
5 16 27 2 1/2 21016 735-5016 90
5 20 31 2 1/2 21020 735-5020 105
5 24 35 2 1/2 21024 735-5024 115
5 30 41 2 1/2 21030 735-5030 130
5 36 47 2 1/2 21036 735-5036 145
5 48 66 2 1/2 21048 735-5048 180
5 54 68 2 1/2 21054 735-5054 195
5 60 75 2 1/2 21060 735-5060 215
....... 8 19 3
22008 735-6008 100
6 12 23 3 22012 735-6012 110
6 16 27 3 22016 735-6016 125
6 24 35 3 22024 735-6024 150
6 30 41 3 22030 735-6030 170
6 36 47 3 22036 735-6036 '90
6 48 61 3 22048 735-6048 240
6 54 68 3 22054 735-6054 265
6 60 75 3 22060 735-6060 290
.
Page 84
I
iOY AL WELDED CYLINDERS WITH UNIVERSAL MOUNTINGS II
.'. sal end mountings make thiscylinderoneofthefavorite forcontractorsand industrial or agricultural .
: Ions. ~ .
FEA TURES: _
.J All-steel \Velded construction . .. ."::"";;'''''''''.
.J Wcld-oncrosstubc \.,.~
.J Heavy-wall honed steel tubing ,_./ ....... ~_. _ .--------.. ' __
.J Ground and polished chromed piston rod with pin eye ':
~ ,,,"CO" ,,'.. 0""""".'"'' ~,."' ..,,,,, W",,"" ''''"' ... _~ . ,~ _ - ~ ,
-I O-rings and leather back-up \Vas hers in gland 19 on pISton ~ !
::.J Truarc~type gland retainer
:J 2500 psi, 4000 psi intermittent
.J 2 1/2" bore has 3/4" pins, 3" and 3 1/2" bore have 1" pins, 4" bore has 1 1/4" pins
.J Tube thickness is 3/16" DOUBLE ACTING
BORE
STROKE
CLOSED
CENTER
16
20
24
28
32
38
40
44
50
ROD
DIAMETER
1 3/8
1 3/8
I 318
I 3/8
I 3/8
1 3/8
1 3/8
13/8
1 318
PRINCE
NUMBER
5408
5412
5416
5420
5424
5430
5432
5436
5442
2.5
2.5
2.5
2.5
2.5
2.5
2.5
2.5
2.5
8
12
16
20
24
30
32
36
42
3
3
3
3
3
3
3
3
3
3
8
12
16
20
24
30
32
36
42
48
16
20
24
28
32
38
40
44
50
56
11/2
I 1/2
11/2
11/2
11/2
1 1/2
1 1/2
11/2
I 1/2
I 112
8308
8312
8316
8320
8324
8330
8332
8336
8342
8348
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
3.5
8
12
16
20
24
30
32
36
40
42
48 ..
16
20
24
28
32
38
40
44
48
50
56
1 1/2
1 1/2
11/2
11/2
11/2
I 1/2
1 1/2
1 1/2
11/2
11/2
11/2
5508
5512
5516
5520
5524
5530
5532
5536
5540
5542
5548
4
4
4
4
4
4
4
4
4
4
4
4
8
12
16
20
24
30
32
36
40
42
48
60
17
21
25
29
33
39
41
45
49
51
57
69
2
2
2
2
2
2
2
2
2
2
2
2
5608
5612
5616
5620
5624
5630
5632
5636
5640
5642
5648
5660
ORDER
NUMBER
734.2508
734.2512
734.2516
734.2520
734.2524
734.2530
734.2532
734-2536
734.2542
734.3008
734-3012
734.3016
734.3020
734.3024
734.3030
734.3032
734.3036
734.3042
734.3048
734-3508
734.3512
734.3516
734.3520
734-3524
734-3530
734-3532
734-3536
734-3540
734.3542
734.3548
734.4008
734.4012
734.4016
734.4020
734.4024
734.4030
734-4032
734-4036
734.4040
734.4042
734.4048
734.4060
WEIGHT
17
20
23
27
30
35
41
41
47
22
26
31
35
41
46
43
52
59
65
26
29
34
38
44
48
52
56
60
64
70
35
41
48
56
62
72
74
80
85
92
100
120
Page 83
.JI
I
TOP QUALITY HYDRAULIC CONTROL VALVES
.p quality valves, featuring options allowing modifications, will cover
y mobile or industrial application. Standard valves are shipped with
an open center conversion plug which may be removed to make a closed
center or power beyond valve by adding optionai plugs. An spools are
spring centered to neutral. Detent kits are available to allow other spool
actions. Load checks are standad to prevent reverse flow through valve
when the handle is shifted. Relief valve is screwdriver adjustable. All
valves feature 3/4" in and out ports with 1/2" work ports. (3/4" work
ports are available on most Cross valves,)
o 1 spooi vaive size - approx. 9 1/2" Lx 5 112"' W x 3 1/4" H, wt. 14 lbs.
o 2 spooi valve size - approx. 9 1/2" L x 7 3/4" W x 3 1/4" H, wt. 23 lb"
o 3 spooi valve size - approx. 9 1/2" L x 9 112" W x 3 1/4" H, wt. 33 lbs.
-,
8
l C~O~S I
GRESEN
-.-
~
\"l .....
'.1'}' ~ j- / ."..
'~,.;,; 'I., . ,
;., 'J.,.......-
'~'.".".)
'~-~
.. r- -(iI
-...L ~...
.
Prince Cross Gresen
Specifications:
GPM 30 30 20
MaxllTlJm PSI 3000 2500 2000
A.II.f':
I'Ing. 1500.3000 1500.2500 1500.2000
flctory set a, 2000 2000 1500
Part Number Part Number Part Number
ONE SPOOL:
3.way standard - 750.1001 -
4.way. standard 750-2002 750-1002 750.5002
4.way whh float 750.2003 - 750-5003
4.way with motor 750.2004 750-1004 750.5004
TWO SPOOL:
3.way standard/4.way Ilandard - 750-1012 750-5012
4.way l,andardf4.way standard 750.2022 750-1022 750.5022
3 way f1oaV4-way standard - 750.1052 -
THAEE SPOOL:
3.way standardf4.way standardJ4.way standard - 750.5122 750.5122
4.waystandardJ4.way Itandard/4oway Itandard 750,2222 750.1222 750-5222
4.way floatl4.way standardf4.way standard 750-2322 750-1322 750.5322
.
.Relief is screwdriver adjustable.
REPLACEMENT PARTS AND ACCESSORIES:
Part Power Closed R.II., Delent Detent Detent two Replacement Handle Relief
Number beyond cenler Plug In out poslllon bracket bracket Pin kil 1500:2500 Seal kit
1000 Serle. 758-0208 758-0206 758.0035 758.0558 758-0559 758.0557 758-1703 7584306 758-1701 758.0017' 758-1005
2000 Series 758-1204 758-1205 758.1235 758.1257 758-1504" 758-3501 758-'504" 758.1217 758-0669
5000 Series 758-2021 758.2027 758-2033 758-2034 758.2004 758.5001 758.2059 758.2030 758.2001
'1500-2500 psi
....Pin kit is included with 758-1504 replacement handle.
Page 46
Maximum Tank
Pressure Size Dimensions
HP GPM PSI Gallons Length Width Heighl
~ - -
1.0 1.5 1000 8.0 12" 14" :J()"
2.0 1.5 2000 8.0 12 14 30
2.0 3.0 1000 10.0 15 19 2(i
- I
3.0 3.0 1500 10.0 15 19 2f;
3.0 45 1000 100 15 19 2(i
5.0 3.0 2250 10.0 15 19 2l;
5.0 4.5 IH50 100 15 19 2.;
~ -
7.5 7.5 15(}O 200- 18 26 2(;
10.0 75 2000 20 o' 18 2ii ::!li
10.0 100 1500 30.0' 39 20 :h !
-
.
For powering hydraulic equipmentiri ap-
plications such as pressing, clamping,
chucking. transferring. actuating, lifting,
and indexing,
Comes assembled and includes:
· Vickers models Vl0 or V20 vane pump
(depending on HP)
. Heavy-gauge steel t~nk
· 3.phase, 230/460V, 60 Hz, 1800 RPM
TEFC motor with C-face mounting
. Motor/pump adapter
. Adjustable relief valve
. Filler/Breather
. Pressure gauge . Oil level gauge
. Return-line spin-on filter
. Clean-out port in tank
.
.
1 TO 10 HP AC POWER UNITS
..
. ~';r'~.
c..::= "f!~'~l
. I . .,' I f~
~,,_~: h',. I ..~':"
., '<,.' V . .~
~ '.:r't'.~ \~,,,,:,i;';"~lCf
.";j.i2." ' 'l411
i,t ~i~;'~.~'
~:,~,~"l
~cr;Z{~', . ".
-:~';'h 48 (
"'. .~-~~~. ~.~.-;:..-
-I
."IIICKER.S:
.;:<';--:;--.
'~"Nos. 6Z610 thru 62616
have vertically mounted
',."motor. Nos. 6Z617 thru
6Z619 have horizontally
.' "-" mounted motors.
~ , .
PARTS AVAUBlf. ',;..., ,
" ~.~.
CAll ~~,~.~ J~;",.'
1-80(1-323-0621 -_...."~'
,,:_~~,~'f}:,;-i7."-:,<,:;:~,>::, .:;.:: .
~. '_:G~",'._-_.No..~Z~10 'H'
, .",''':,'1.0 liP unIt with
:oi$~~,!f1.0 9illlc>n tank
':?~~:K~Wj~\':'~:' "
No.6Z619
"10 HP un;! with
~?~::~ gallon tank
. ~:,\;~ ~- , .
Vickers
Model
Th.BVI' FYOI-t-lOI2-A3/IIIP
Tlo;ll\' I , V\'OI !~ItJl2-A3/21I1'
1'KItlV FY02-t-1039-A3/21IP
ThlOV F"o2-t-lO:m-A3/3111'
TK 10\- I'"VO]t I040-A:V3111'
'1'1,,10\ FVO~ 1-}0:'9 A:V5111'
rKIIl\ j,'VtUI-1040-A:J/511I'
T"~~OI' "\'0:1 )(}^2-213T('.'7I":..dIP
rh,~lll' 1'\'0:1 1Or\~.2CYJ'("lOlIl'
l'ldOI >.1"\'41'; I_O:\:'!~~I~~~_~~_III'
-,
I
.
INSTALLATION INSTRUCTIONS AND PARTS MANUAL
IJ/CKERS POWER UNITS
A TRIN:lVA ~",.
MODELS 6Z610, 6Z611, 6Z612, 6Z613, 6Z614, 6Z615 & 6Z616
READ CAREFULLY BEFORE ATTEMPTING TO ASSEMBLE, INSTALL, OPERATE
OR MAINTAIN THE PRODUCT DESCRIBED. PROTECT YOURSELF AND OTHERS
BY OBSERVING ALL SEFETY INFORMATION. FAILURE TO COMPLY WITH
INSTRUCTIONS COULD RESULT IN PERSONAL INJURY AND/OR PROPERTY
DAMAGEI RETAIN INSTRUCTIONS FOR FUTURE REFERENCE.
CLEAN OUT
COVER
ELECTRIC MOTOR
F I LLER/ BREATHEi=l
RETURN LINE
FILTER
RELIEF VALVE
.
PRESSUi=lE GAUGE
LIQUID LEVEL
INDICATOR WITH
THERMOMETEi=l
RESERVOIR
DRAIN PLUG
.
DESCRIPTION:
Self-contained hydraulic power sources feature heavy-duty industrial vane
pump design. For powering hydraulic equipment in demanding application such as
pressing, clamping, chucking, transfering, actuating, lifting and Indexing.
The power package comes completely assembled and Includes the following
standard equipment:
.Vickers model V10 vane pump
.Heavy-gauge steel tank
"3-phase, 230/460V, 60 Hz, 1800 RPM TEFC motor with C-face mount
"Motor/pump adapter
. Adjustable relief valve
.Filler/Breather
.Pressure gauge
.Oil level gauge
"Return-Une spin-on filter
.Clean-out port in tank
I
. SPECIFICATIONS:
I
-
i Model Tank Cap. Cu. In. GPM HP RPM Phase Max. Shpg.
, (Gallons) Per Rev. Disp. Oper. WI.
I Press. (LBS.)
I 62610 8 .2 1.5 1 1800 3 1000 105
PSI
62611 8 .2 1.5 2 1800 3 2000 105
PSI
62612 10 .4 3.0 2 1800 3 1000 125
PSI
62613 10 .4 3.0 3 1800 .3 1500 125
PSI
62614 10 .6 4.5 3 laOO 3 1000 125
PSI
62615 r 10 .4 3.0 5 1800 3 2250 150
PSI
62616 10 .6 4.5 5 1800 3 1650 150
PSI
.
DIMENSIONS:
.
Model Length Width Height
62610 12.00 14.00 30.00
62611 12.00 14.00 30.00
6Z612 15.00 19.00 26.00
62613 15.00 19.00 26.00
6Z614 15.00 19.00 26.00
62615 15.00 19.00 26.00
, 62616 15.00 19.00 26.00
TKIVP
SZ!10- eZS11
H
'"
Tj(10V~
eZ812...-SZS1es
,
I
I
,i
:1
I
,
,
I
I
Specifications
Flow Capacity:
12-AT ..."........... 68Ipm(18gpm)
6O-AT ............... 190 Ipm (50 gpm)
Maximum Allowable
Operating Pressure: ....... 10 bar (150 psi)
Operating Temp"atures .... -40' C (.-40' F)
to 107' C (225' F)
Approximate Weights:
Complete Filler:
12-AT ................. 1.0 kg (2.2Ibs.)
50-AT.." ..." ....".. 2.8 kg (8.2Ibs.)
Canister Only:
12-AT ..................0.5 kg (1.1 lb.)
50-AT.................. 0.9 kg (2.0 lb.)
Media .... Phenolic Impregnated Cellulose
(See Teble 1 tor (Jx . 2/20n5 rating)
Seals.. ... . . . . . ... . . . '" 13una N, 70 OUR.
Gage (Optional) ... .. .... Compound Type.
-30" Hg/O/GO psi
Pre$sure Switch (Optional) ....... Trips at
20.25 psi. Contacts rated 12VDC. 1.0 amp.
Vacuum Switch (Optional) ....... Trips at
5";t 1" Hg. Contacts rated 12VDC, 1.0amp.
Tolerances
.t 3.0 mm
.t 0.12
Milllmet,e
Inch
linear Measure-
INDICATOR
GAGE DETAIL
FOR SO-AT.
12.AT HAS
H," DIAMETER.
11I.,,"m
Z.O
PRESSURE/VACUUM SWITCH DETAIL
o
I.
....Imm
U.
6M
._-
.........'.'rw-A""*".. .................
,
~
1.ernm
0.30
O.lmm
'.00
.m
a,a~
QUTUT + -
IIM!7NPTF
pl.UOOrD
PORT
130.1mm
.12
DIA.MAX.
11t.7mm
1.10
12.AT
I
11
l".
...
t."
..,
.,.'"
C4>r"UII
"'WOYH
C~C4 .4/oCl
50-AT
1iQ117"fer"c~'
J....,._,
~
{..""("f
1,lll
~;:l/~::..t...1
rUlf
.~
uU
71.$lf\m TYP,
::S.U
47.'''''''
1."
",lrnm
1.42
"A.l1YtNPH
10TH 'OATS
IAE.~O
OIt'TIO~"'L
OPTIONAL
GAGa
p
J1.lmm
"'1lr
1
CANI$TlIl
AIMOY'Al.
CLIARANC(
Figure 3. Insta//atlon Dimensions
,~~";'';'.h,.... "" "" J,~'r~'::o
__t'" __'r .-.,.,.,
.~
""'-
~ ~
I I
CLEARCO PRODUCTS COfV1PANY Inc.
41129 lONGSHORE STREeT
P.O. BOX 8913
PHILAOElPHIA. PA 19135
TElEPHONE- AREA CODE 215 332-6870
FAX-215 332-4511
TOll FREE 1 600 533.5823
PRODUCT INFORMATION
CLEARCO ZINC RICH PRIMER
-9949
TYPE: Pure zinc epoxy base one package primer.
OESCRIPTION; Organic zinc rich primer for steel that combines the resistance properties of epoxy
and the galvanic protection of zinc.
USES; Coastal and marine exposures, refineries, water treatment plants. chemical plants,
pulp and paper facilities and general heavy maintenance. Touch up and repair of
Inorganic zinc coatings and galvanized metal. Aerosol packaging for "cold
galvanize".
LIMITATIONS: Not recommended lor Immersion In acids or alkalies, continuous Immersion In fresh
or salt water untopcoated or immersion in solvents. Must be topcoated for
atmospheric service other than pH range 01 6.5 . 8.
TOPCOATS: CatalYZed epoxies, coal tar epoxy, vinyls, phenolics, acrylics, chlorinated rubbers
and urethanes.
SPECIFICATIONS: Weight/gallon
Solids by weight
Solids by volume
VOC
Flash Point
Shelf life
Non.sag
<;lOVERAGE:
DRY FILM
THICKNESS:
ZINC CONTENT:
PROPERTIES;
, ' /'
- ....;.:r
"
19.9 ;!: .2#
80;!: 2%
50", 1%
4.1#
Below 800F T.C.C.
6 months
8 mils wet minimum
700 square feet/gallon at 1 mil dry at 90% recovery.
1.5.3.0 mils
90% zinc as metal In dry film
Drying time:
To handle
To topcoat
Temperature tolerance
Continuous 250'F
Intermittent 300 'F
Weldable Yes
USDA Status Chemically acceptable for Incidental food contact.
Salt Fog Pass 500 hours ASTM 8117
Humidily Pass 500 hours A8TM 02247
Meets fhe requirement of the following specfllcatlons:
DOO,P.21035A Zinc Rich Galvanize Repair
MIL.P.26915 Type I class A Zinc Rich Primer
MIL,P-46105 Weld Through Zinc RICh Primer
30 . 40 minutes at 70 'F
2.3 hours at 70'F
Lubricants and Chemicals for Industry
T I I f I ~: 1 .-1
-----------------.----------------------------------------------------------------..---------------
.
.
.
I
I
Mobile Weldin!!: Service .Inc.
TOWN OF SOUTHOLD
seA VENGER WASTE TREATMENT PLANT
ABOVE GRADE GRAVEL TRAP
A.G.G.T.
COST : Fabricated and delivered to SOUTHOLD S. W. T. P.
Price to include installation, setup, and one day on-site training on equipment.
TOTAL PRICE $25.900.00
PAYMENT TERMS
25 % upon receipt of Purchase Order.
. 25 % upon initial systems run at Mobile Welding Service, Inc. facility.
40 % upon delivery
10 % after acceptance of A. G. G.T.
6
LEGAL NOTICE
NOTICE TO BIDDERS
Town of Southold
Scavenger Waste Treatment Plant
Gravel Removal System
The Town of Southold is interested
in receiving written bid proposals
from qualified vendors for the Supply
and Installation of a Gravel Removal
System. Wrinen bid proposals are due
on June 16, 1994, and must be deliv-
ered to the Southold Town Clerk's
office, Southold Town Hall, 53095
Main Road, Southold, New York
I ] 97\ by 4:00 PM on thai date. Bid
proposals along with cost information
must be in sealed envelopes and
clearly marked, "Gravel Removal
System". The bids will be evaluated
by the Town and its engineer to deter-
mine the most responsive. The Gravel
Removal System will be utilized al
the Town's Scavenger Waste
Treatmenl Plant located on Moores
Lane in the Village of Greenport. All
vendors are encouraged to visit the
site. No allowances for unforeseen
conditions will be made. Tom
Cybulski, Facility Manager. can be
r~a~hed at 477-1748 for scheduling a
VISit.
The proposed syS[em must be a
complete system fur ihe. i;apture and
removal of grit and stones greater
than 0.375 inches in diameter. The
~ystem must be capable of being ad-
Justed to capture different sized mate-
rial. The system must be capablc of
handling a flow rate of not less than
600 gallons per minute. The system
will be required to accept flow di-
rectly from the scavenger waste haul-
ing vehicles. The effluent from the
system must be returned to the exisf-
ing influent line to the treatment
plant. The proposed system must be
capable of receiving and storing up to
3 cubic yards of material prior to re-
quiring unloading. Unloading of the
system must accommodate the uti-
lization of the facility's small loader.
The system must be designed to mini-
mize odors.
The system must be located above
grade. There is presently an area of
approximately 100 square feet avail-
able for the system. The system must
he capable of operating on a maxi-
mum of 10 amps al 460 volts of
power.
All responding vendors or equip-
ment suppliers must provide at a min-
imum: drawings and specifications of
Ihe proposed system, description of
the operation of Ihe system, sile
requirements (if any) for the installa-
tion of the system, list of rec-
ommended spare parts and detailed
maintenance information for all of the
various system components. The sys-
tem will be warrantied for all parts
and service as well as general work-
manship for a period of one (I) year
after the system is accepled.
Proposers must submit a Bid Bond 01"
certified check for an amount equal to
10% of the cost proposal submitted.
along with a Non-CollLl'sive Bid
Certificate. All bids will be good for a ,.
45 day time period from date of sub-
mina\.
'TI.~ 1.;,1 ...";"p <.h...ll n.--.t in,'J",-{.. "nv
STATE OF Nl. YO._J
) SS:
~~;n~SUFFOLK)
" I.. 'lo tnl2..e...__ of Mattituck, in
said County, being duly sworn, says that he/she
is Principal Clerk of THE SUFFOLK TIMES, a
Weekly Newspaper, published at Mattituck, in
the Town of Southold, County of Suffolk and
State of New York, and that the Notice of which
the annexed is a printed copy, has been regular-
ly published in said Newspaper once each week
for I weeks successively, commencing on
the 2(0 dayof ~nLf-19~.
miual.
The bid price shall not include any
lax, federal, Slale, or local, from
which the Town of Southold is ex-
empt.
All responding vendors musl sub-
mil sufficient informalion regarding
their qualifications. As a minimum,
the Town requires (hal all responders
have a minimum of five (5) years of
experience in Ihe supplying- or fabri-
cation of wastewater treatment equip-
ment. All responders must he in busi-
ness for al least five (5) consecutive
years. A recent audiled financial
statemenl may be solicited by the
Town for the most responsive bidder.
The written proposals must include
a section for costs. The vendor wi II be
responsible for all costs associated
with the design, fabrication, installa-
tion and start-up of (he proposed sys-
lem. The time limit of fabricati0n or
installation shall be no more than six
(6) weeks. The Town requires a mini"
mum of one (l) day of equipment
slart-up services and one (I) day of
hands-on Iraining of operating per-
sonnel. Please indicale costs associal-
ed wilh routine service calls including
lravellime.
The Town retains the righl to reject
any and all proposals if determined to
be in the best inleresl of the Town.
The Town will not be responsible for
any costs associated with the devclop~
menl of bidder's proposals.
ESTIMATED COST S30,000
Dated; M<<y 16, 1994
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
7938-ITMy26
f!~
.
LEGAL NonCE
NOfICE 10 BIDDERS
Town of Southold
Scavenger Waste
Treatment Plant
Gravel Removal System
The Town of Southold is in-
terested in receiving written
bid proposals from qualified
vendors for the Supply and In-
stallation of a Gravel Removal
system. Written bid proposals
are due on June 16, 1994, and
must be delivered to the
Southold Town Clerk's office,
Southold Town Hall, 53095
Main Road, Southold, New
York 11971 by 4:00 P.M. on
that date. Bid proposals along
with cost information must be
in sealed envelopes and clear-
1y marked, "Gravel Removal
System:' The bids will be
evaluatd by the Town and its
engineer to determine the
most responsive. The Gravel
Removal System will be utiliz-
ed at the Town's Scavenger
Waste Treatment Plant located
at Moores Lane in the Village
of Greenport. All vendors are
encouraged to visit the site. No
allowances for unforeseen
conditions will be made. Tom
Cybulski, Facility Manager,
can be reached at 477-1748 for
scheduling a visit.
The proposed system must
be a complete system for the
capture and removal of grit
and stones greater than .0375
inches in diameter. The system
must be capable of being ad-
justed to capture different siz-
ed material. The system must
be capable of handling a flow
rate of not less than 600
gallons per minute. The,
system will be required to ac-
cept flow directly form the
scavenger waste hauling
vehicles. The effluent from the
system must be returned to the
existing influent line to the
treatment plant. The propos-
ed system must be capable of
receiving and storing up to 3
cubic yards of material prior
to requiring unloading.
Unloading of the system must,
accommodate the utilization
of the facility's small loader.
The system must be designed
to minimize odors.
The systc' ust be located
above grade. _ defe is present-
ly an area of approximately
100 square feet available for
the system. The system must
be capable of operating on a
maximum of 10 amps at 460
volts of power.
All responding vendors or
equipment suppliers must pro-
vide at a minimum; drawings
and specifications of the pro-
posed system, description of
the operation of the system,
site requirements (if any) for
the installation of the system,
list of recommended spare
parts and detailed
maintenance information for
all of the various system com-'
. ponents. The system will be
warranteed for all parts and
service as well as general
workmanship for a period of
one (I) year after the system is
accepted. Proposers must sub-
mit a Bid Bond or certified
check for an amount eqaul to
IOOJo of the cost proposal sub-
mitted, along with a Non-
Collusive Bid Certificate. All
bids will be good for a 45 day
time period from date of
submittal.
The bid price shall not in-
clude any tax, federal. " '
local, from which th. the
Southold is exempt. rent'
All responding oCC\
must submit sufficiel tern
mati on regarding sen\
qualifications. As a mil of
the Town requires tl ~heJ
responders have a mil ln~
of five (5) years of exp< .
in the supplying or fabri, de\
of wastewater treat tIt,
equipment. All respol 101
must be in business for at fel
five (5) consecutive year at
recent audited financial 5t h~
ment may be solicited by ,~;e
Town for the most responsive
bidder.
The written proposals mustl
include a section for costs. The
vendor will be responsible for
all costs associated with the
design, fabrication, installa-
tion and start-up of the pro-
posed system. The time limit
of fabrication or installation
shall be no more than six (6)
weeks. The Town requires a
minimum of one (I) day of
equipment start-up services,
and one (I) day of hands-on
training of operating person-
nel. Please indicate costs
associated with routine service
calls including travel time.
COUNTY OF SUFFOLK
STATF OF NFW YORK ss:
Patricia Wood, being duly sworn,
says that she is the Editor, of the
TRAVELER-WATCHMAN, a public
newspaper printed at Southold, in
Suffolk County; and that the notice
of which the annexed is a printed
copy, has been published in said
Traveler-Watchman once each week
for
/
....weeks
. -. -.. - - -.................
succeS~velY, commencing
..~......
the
on
. . . 7:??47. . . . . . . . . . - . . ,
_ c-'
~ .------'-C.. I
---,., /r)
"""--.,........ ..// L,.........-------.--...~""'.L_. l
,.--' /:. . . . .
.. . . . J. . . . . . . . . . . . . . . . . . .
~--------
day 'I of
19.7... .
Sworl}, to before
...:;26..'.day of
this
me
on
"))/1
..0C7.
y
1</..
........ ,
-r - ,
.)..:t:,;<'<~-:";'. ~~ 4~<-:-:(:;<,.
Notary Public
BARBARA A. SCHNEIDER
NOTARY PUBLIC, State 01 New YOIt
No. 4806846
Qualified in Suffolk COIIIlt1
Commission Expires 8'/? I / '}y.
The Town retains the ngm
to reject any and all proposals
if determined to be in the best
interest of the Town. The
Town will not be responsible
for any costs associated with
the development of bidder's
proposals.
ESTIMATED COST $30,000.
Dated: May 16, 1994
JUDITH T. TERRY
SOUTHOLD roWN CLERK
IX-5126/94(4)
.
.
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
JUDITH T. TERRY. Town Clerk of the Town of Southold, New York,
being duly
she affixed
sworn, says that on the 19th
day of
lViay
1994,
a notice of which the annexed printed notice is a true copy,
in a proper and substantial manner, in a most public place in the Town
of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin
Board, Southold Town Hall, Main Road, Southold, New York 11971.
Legal Notice, Notice to
G,'avel Removal System,
16, 1994, Southold Town
Bidders, Scavanger
Bid opening: 4:00
Clerk's Office.
Waste Treatment Plant,
P.M., Thursday, June
adt. . pi' ~-d--:
~, _-;/.,-7~) fij
{/ Judith T. Terry--;;r--~
Southold Town Clerk
Sworn to before me this
1 qth day of
May
, 1994.
,. /"
Notary Public
,i; F [\.'j \N';' k 'J;~
::i'1 "".,,",
.
.
LEGAL NOTICE
NOTICE TO BIDDERS
Town of Southold
Scavenger Waste Treatment Plant
Gravel Removal System
The Town of Southold is interested in receIving written bid proposals from
qualified vendors for the Supply and Installation of a Gravel Removal System.
Written bid proposals are due on June 16, 1994, and must be delivered to the
Southold Town Clerk's office, Southold Town Hall, 53095 Main Road, Southold,
New York 11971 by 4:00 PM on that date. Bid proposals along with cost
information must be in sealed envelopes and clearly marked, "Gravel Removal
System". The bids will be evaluated by the Town and its engineer to
determine the most responsive. The Gravel Removal System will be utilized at
the Town's Scavenger Waste Treatment Plant located on Moores Lane in the
Village of Greenport. All vendors are encouraged to visit the site. No
allowances for unforeseen conditions will be made. Tom Cybulski, Facility
Manager, can be reached at 477-1748 for scheduling a visit.
The proposed system must be a complete system for the capture and removal of
grit and stones greater than 0.375 inches in diameter. The system must be
capable of being adjusted to capture different sized material. The system must
be capable of handling a flow rate of not less than 600 gallons per minute.
The system will be required to accept flow directly from the scavenger waste
hauling vehicles. The effluent from the system must be returned to the
existing influent line to the treatment plant. The proposed system must be
capable of receiving and storing up to 3 cubic yards of mater'ial prior to
requiring unloading. Unloading of the system must accommodate the utilization
of the facility's small loader. The system must be designed to minimize odors.
The system must be located above grade. There is presently an area of
approximately 100 square feet available for the system. The system must be
capable of operating on a maximum of 10 amps at 460 volts of power.
All responding vendors or equipment suppliers must provide at a minimum;
drawings and specifications of the proposed system, description of the
operation of the system, site requirements (if any) for the installation of the
system, list of recommended spare parts and detailed maintenancl! information
for all of the various system components. The system will be warranteed for
all parts and service as well as gl!neral workmanship for a period of one (1)
year after the system is accepted. Proposl!rs must submit a Bid Bond or
certified check for an amount equal to. 10% of the cost proposal submitted,
along with a Non-Collusive Bid Certificate. All bids will be good for a 45 day
time period from date of submittal.
The bid price shall not include any tax, federal, state, or local, from which
the Town of Southold is exempt.
All responding vendors must submit sufficient information regarding their
qualifications. As a minimum, the Town requires that all responders have a
minimum of five (5) years of experience in the supplying or fabrication of
wastewater treatment equipment. All responders must be in business for a
least five (5) consecutive years. A recent audited financial statement may be
solicited by the Town for the most responsivl! bidder.
.
.
The written proposals must include a section for costs. The vendor will be
responsible for all costs associated with the design, fabrication, installation
and start-up of the proposed system. The time limit of fabrication or
installation shall be no more than six (6) weeks. The Town requir.es a minimum
of one (1) day of equipment start-up services and one (1) day of hands-on
training of operating personnel. Please indicate costs associated with routine
service calls including travel time.
The Town retains the right to reject any and all proposals if determined to be
in the best interest of the Town. The Town will not be responsible for any
costs associated with the development of bidder's proposals.
ESTIMATED COST $30,000
Dated:
May 16, 1994
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
*
*
*
PLEASE PUBLISH ONLY MAY 26, 1994, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, MAIN
ROAD, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
The Traveler-Watchman
Town Board Members
Town Attorney
Town Clerk's Bulletin Board
Village of Greenport
Mark Wagner, P.E., Cameron Engineering, P.C.
Dodge Reports
Brown's Letters
r'
,
.
__ l..~
.
LEGAL NOTICE
NOTICE TO BIDDERS
Town of Southold
Scavenger Waste Treatment Plant
Gravel Removal System
The Town of Southold is interested in receIving written bid proposals from
qualified vendors for the Supply and Installation of a Gravel Removal System.
Written bid proposals are due on June 16, 1994, and must be delivered to the
Southold Town Clerk's office, Southold Town Hall, 53095 Main Road, Southold,
New York 11971 by 4:00 PM on that date. Bid proposals along with cost
information must be in sealed envelopes and clearly marked, "Gravel Removal
System". The bids will be evaluated by the Town and its engineer to
determine the most responsive. The Gravel Removal System will be utilized at
the Town's Scavenger Waste Treatment Plant located on Moores Lane in the
Village of Greenport. All vendors are encouraged to visit the site. No
allowances for unforeseen conditions will be made. Tom Cybulski, Facility
Manager, can be reached at 477-1748 for scheduling a visit.
The proposed system must be a complete system for the capture and removal of
grit and stones greater than 0.375 inches in diameter. The system must be
capable of being adjusted to capture different sized material. The system must
be capable of handling a flow rate of not less than 600 gallons per minute.
The system will be required to accept flow directly from the scavenger waste
hauling vehicles. The effluent from the system must be returned to the
existing influent line to the treatment plant. The proposed system must be
capable vf :-e;:e;ving and storing up to 3 cubic yards of materia! pr!or to
requiring unloading. Unloading of the system must accommodate the utilization
of the facility's small loader. The system must be designed to minimize odors.
The system must be located above grade. There is presently an area of
approximately 100 square feet available for the system. The system must be
capable of operating on a maximum of 10 amps at 460 volts of power.
All responding vendors or equipment suppliers must provide at a minimum;
drawings and specifications of the proposed system, description of the
operation of the system, site requirements (if any) for the installation of the
system, list of recommended spare parts and detailed maintenance information
for all of the various system components. The system will be watTanteed for
all parts and service as well as general workmanship for a period of one (1)
year after the system is accepted. Proposers must submit a Bid Bond or
certified check for an amount equal to 10% of the cost proposal submitted
along with a Non-Collusive Bid Certificate. All bids will be good for a 45 da~
time period from date of submittal.
The bid price shall not include any tax, federal, state, or local, from which
the Town of Southold is exempt.
All responding vendors must submit sufficient information regarding their
qualifications. As a minimum, the Town requires that all responders have a
minimum of five (5) years of experience in the supplying or fabrication of
wastewater treatment equipment. All responders must be in business for a
least five (5) consecutive years. A recent audited financial statement may be
solicited by the Town for the most responsive bidder.
;
The written proposals must include a section for costs. The vendor will u"
responsible for all costs associated with the design, fabrication, installation
and start-up of the proposed system. The time limit of fabrication Dr
installation shall be no more than six (6) weeks. The Town requires a minimum
of one (1) day of equipment start-up services and one (1) day of hands-on
training of operating personnel. Please indicate costs associated with routine
service calls including travel time.
The Town retains the right to reject any and all proposals if determined to be
in the best interest of the Town. The Town will not be responsible for any
costs associated with the development of bidder's proposals.
ESTIMATED COST $30,000
Dated:
May 16, 19911
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
*
*
*
PLEASE PUBLISH ONLY MAY 2fl" lq~4; i\~JD FORWJ^.RD O:'J[ {1) ;\r:-:Di;ViT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, MAIN
ROAD, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
The Traveler-Watchman
Town Board Members
Town Attorney
Town Clerk's Bulletin Board
Village of Greenport
Mark Wagner, P.E., Cameron Engineering, P.C.
.
.
LEGAL NOTICE
NOTICE TO BIDDERS
Town of Southold
Scavenger Waste Treatment Plant
Gravel Removal System
The Town of Southold is interested in receiving written bid proposals from
qualified vendors for the Supply and Installation of a Gravel Removal System.
Written bid proposals are due on June 16, 1994, and must be delivered to the
Southold Town Clerk's office, Southold Town Hall, 53095 Main Road, Southold,
New York 11971 by 4:00 PM on that date. Bid proposals along with cost
information must be in sealed envelopes and clearly marked, "Gravel Removal
System". The bids will be evaluated by the Town and its engineer to
determine the most responsive. The Gravel Removal System will be utilized at
the Town's Scavenger Waste Treatment Plant located on Moores Lane in the
Village of Greenport. All vendors are encouraged to visit the site. No
allowances for unforeseen conditions will be made. Tom Cybulski, Facility
Manager, can be reached at 477-1748 for scheduling a visit.
The proposed system must be a complete system for the capture and removal of
grit and stones greater than 0.375 inches in diameter. The system must be
capable of being adjusted to capture different sized material. The system must
be capable of handling a flow rate of not less than 600 gallons per minute.
The system will be required to accept flow directly from the scavenger waste
hauling vehicles. The effluent from the system must be returned to the
existing influent line to the treatment plant. The proposed system must be
capable of receiving and storing up to 3 cubic yards of material prior to
requiring unloading. Unloading of the system must accommodate the utilization
of the facility's small loader. The system must be designed to minimize odors.
The system must be located above grade. There is presently an area of
approximately 100 square feet available for the system. The system must be
capable of operating on a maximum of 10 amps at 460 volts of power.
All responding vendors or equipment suppliers must provide at a minimUm;
drawings and specifications of the proposed system, description of the
operation of the system, site requirements (if any) for the installation of the
system, list of recommended spare parts and detailed maintenance information
for all of the various system components. The system will be warranteed for
all parts and service as well as general workmanship for a period of one (1)
year after the system is accepted. Proposers must submit a Bid Bond or
certified check for an amount equal to 10% of the cost proposal submitted,
along with a Non-Collusive Bid Certificate. All bids will be good for a 45 day
time period from date of submittal.
The bid price shall not include any tax, federal, state, or local, from which
the Town of Southold is exempt.
All responding vendors must submit sufficient information regal-ding their
qualifIcations. As a minimum, the Town requires that all responders have a
minimum of five (5) yea~s of experience in the supplying or fabrication of
wastewater treatment equipment. All responders must be in busl ness for a
least five (5) consecutive years. A recent audited financial statement may be
solicited by the Town for the most responsive bidder.
:
The written proposals must include a section for costs _ The vendor ~-JJi It'
responsible for all costs associated with the design, fabrication, installation
and start-up of the proposed system. The time limit of fabricatior' ')r
installation shall be no more than six (6) weeks. The Town requires a minimum
of one (1) day of equipment start-up services and one (1) day of hands"'o,,,,
training of operating personnel. Please indicate costs associated with routine
service calls including travel time.
The Town retains the right to reject any and all proposals if determined to be
in the best interest of the Town. The Town will not be responsible for any
costs associated with the development of bidder's proposals.
ESTIMATED COST $30,000
Dated:
May 16, 19911
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
*
*
.
PLEASE PUBLISH ONLY MAY 2b, 199'1, AND FORWARD ONE (1) AFFIDAVI r
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL. MAIN
ROAD, SOUTHOLD, NEW YORK 11971.
Copies to the following:
The Suffolk Times
The Traveler-Watchman
Town Board Members
Town Attorney
Town Clerk's Bulletin Board
Village of Greenport
Mark Wagner, P.E., Cameron Engineering, P.C.
.
JUDITH T. TERRY
TOWN CLERK
.
REC~!ST!{;\H OF V::TAL STATISTICS
MAHHIACE OF);lC.~~I<.
HECOHDS ~ANACEMENT OFFJCEH
FHEEDOM OF INFOI<.Ml'TJe)\ OFFICTJ<.
r \\\ n Itall. 53095 Main Road
P,O. Box 1179
)Iluthnld. ;\Jew York Ill}71
Fax (516) 765-IX21
ll'kphone (510) 765-1X01
OFFICE Of' THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MAY 16, 1994:
RESOLVED that the Town Board of the Town of Southold hereby authorizes
and directs the Town Clerk to advertise for written bid proposals for the
Supply and I nstallation of a Gravel Removal System at the Southold Town
Scavanger Waste Treatment Plant at Moore's Lane, Greenport, N. Y.
/7 '-> ~:::_------/ _____''
.It~_/~/~-
- Judith T. Terry /-
Southold Town Clerk'
May 17, 1994
.
THOMAS H. WICKHAM
SUPERVISOR
" ~ //>:2/V-;C":;:'~cl'y.
l~ 'i,UfFOl-t tl-'c;c
'is).--':<::;:>\
~9~ ~'~
, 5 ~ 't~,
,
, en :II!: \{
\\ ~ f:! (:
"....... ....'
\:'~Q ~<:::.:;:,y
" '.l + i'1
. -,~ >:.':>~?7~r[uYi.-j{..
-JI..
~TI! (j)
Town He,ll. [;3095 Main Road
P. C. Box 1179
Soulhold. New York 11971
Telephone (516) 765 - 1800
Fax (5 Ii) 765 - 1823
OFFICE OF THE SUPERVISOR
TOWN OF SOUTHOLD
MEMORANDUM
To:
Town Board
From:
//'
Tom Wickham U{J
5/11/94
Date:
Re:
Scavenger Waste
TherB seems to be a consensus that the Scavenger Waste Plant still does not
screen out stones properly. It remains our responsibility to deal with that.
Ruth has worked out a proposed solution with Mark Wagner of Cameron
Engineering. They propose a Request for Proposal (RFP) to fabricate a
rock trap. A model is available to visualize the process. Enclosed is a
proposed Notice to Bidders prepared by Mark Wagner.
We've scheduled fiftBen minutes of discussion of this topic at the Town
Board meeting on May 16th.
Enclosure
cc: T. Cybulski
.
.
NOTICE TO BIDDERS
Town of Southold
Scavenger Waste Treatment Plant
Gravel Removal System
The Town of Southold is interested in receiving written bid pr.oposals from
qualified vendors for the Supply and Installation of a Gravel Removal System.
Written bid proposals are due on May and must be delivered to the
Southold Town Clerk's office, Southold Town Hall, 53095 Main Road, Southold,
New York 11971 by 4:00 PM on that date. Bid proposals along with cost
information must be in sealed envelopes and clearly marked, "Gravel Removal
System". The bids will be evaluated by the Town and its engineer to
determine the most responsive. The Gravel Removal System will be utilized at
the Town's Scavenger Waste Treatment Plant located on Moores Lane in the
Village of Greenport. All vendors are encouraged to visit the site. No
allowances for unforeseen conditions will be made. Tom Cybulski, Facility
Manager, can be reached at 477-1748 for scheduling a visit.
The proposed system must be a complete system for the capture and removal of
grit and stones greater than 0.375 inches in diameter. The system must be
capable of being adjusted to capture different sized material. The system must
be capable of handling a flow rate of not less than 600 gallons per minute.
The system will be required to accept flow directly from the scavenger waste
hauling vehicles. The effluent from the system must be returned to the
existing influent line to the treatment plant. The proposed system must be
capable of receiving and storing up to 3 cubic yards of material prior to
requir-ing unloading. Unloading of the system must accommodate the utilization
of the facility's small loader.
The system must be located above grade. There is presently an area of
approximately 100 square feet available for the system. The system must be
capable of operating on a maximum of 10 amps at 460 volts of power.
All responding vendors or equipment suppliers must provide at a minimum;
drawings and specifications of the proposed system, description of the
operation of the system, site requirements (if any) for the installation of the
system, list of recommended spare parts and detailed maintenance information
for all of the various system components. The system will be warranteed for
all parts and service as well as general workmanship for a period of one (1)
year after the system is accepted. Proposers must submit a Bid Bond or
certified check for an amount equal to 10% of the cost proposal submitted,
along with a Non-Collusive Bid Certificate. All bids will be good for a 45 day
time period from date of submittal.
The bid price shall not include any tax, federal, state, or local, from which
the Town of Southold is exempt.
All responding vendors must submit sufficient information regarding their
qualifications. As a minimum, the Town requires that all responders have a
minimum of five (5) years of experience in the supplying or fabrication of
wastewater treatment equipment. All responders must be in business for a
least five (5) consecutive years. A recent audited financial statement may be
solicited by the Town for the most responsive bidder.
.
.
The written proposals must include a section for costs. The vendor will be
responsible for all costs associated with the design, fabrication, installation
and start-up of the proposed system. The time limit of Fabrication or
installation shall be no more than six (6) weeks. The Town requires a minimum
of one (1) day of equipment start-up services and one (1) day of hands-on
training of operating personnel. Please indicate costs associateo with routine
service calls including travel time.
The Town retains the right to reject any and all proposals if determined to be
in the best interest of the Town. The Town will not be responsible for any
costs associated with the development of bidder's proposals.
ESTIMATED COST $30,000
Dated:
May
, 19911