Loading...
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